Loading...
Contract/Bond_Drew Cook & Sons_Flora Park Maintenance Building Copyrighted August 6, 2018 City of Dubuque Consent Items # 42. ITEM TITLE: Improvement Contracts / Performance, Payment and Maintenance Bonds SUMMARY: Drew Cook and Sons Excavating, Co., Inc. for the Flora Park Maintenance Building Exterior Waterproofing Project; Gansen Excavating, Inc. for Creek Wood Park; Gronen Restoration for the Eagle Point Park Indian Room Roof Replacement Project. SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Approve ATTACHMENTS: Description Type Gansen Excavating Contract and Bond Supporting Documentation Gronen Restoration Contract and Bond Supporting Documentation Drew Cook and Sons Construction Contract and Bond Supporting Documentation � THE CI'tY C7F .,,,,. �� �� tl�'�ster�pa�ce�r� the Mississippi CITY OF DUBUQUE, IOVI/A � SHORT FORM � PUBLIC IMPROVEMENT CONTRACT THIS PUBUC IMPROVEMENT CONTRACT (the Contract), made in triplicate, between the '' City of Dubuque, lowa (City), by its City Manager, through authority conferred upon the City f Manager by its City Council and �; Drew Cook and Sons Excavating Co., Inc. (Contractor) of the City of �i (Contractor Name) � I 10782 Timber Ridqe Street Dubuque lowa 52001 (Contractors Address-City and State) „ ill f� PROJECT TITLE: FLORA PARK MAINTENANCE BUILDING EXTERIOR WATERPROOFING ij �a PROJECT �� i� ; For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: ; II CONTRACTOR AGREES: , � 1. To furnish all material and equiprr�ent and to perform all labor necessary for the Project � according to the Contract Documents ' �� � If N � The work described above shall be completed at the followin location(s)� Flora Park The Project shall be constructed to the meet the requirements as described in this Project Contract and the attached special conditions; in strict accordance with the requirements of the laws of the State of lowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract N Documents which provisions and documents are each and all hereby referred to and made a part of this � Contract just as much as if the detailed statements thereof were repeated herein. � Page 1 of 3 � � � a s 2. Contract Documents shall mean and include the following: This Improvement Contract; the Bid Documents Manual; the Bid Proposal. 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 �� Il 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. f 5. Five percent (5%) of the Contract price may be retained by the City for a period of thirty (30) days after I final completion and acceptance of the Project by the City Manager 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 I�� Contract and for a longer period if such claims are not adjusted within that time, as provided in lowa Code ; Chapter 573. The City shall also retain additional sums to protect itself against any daim that has been. � filed against it for damages to persons or property arising through the prosecution of the work and such i; sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. I� 6. The Contractor has read and understands the SUDAS Standard Specifications (Current Edition) including a but not limited to Division 1: General Provisions and Covenants and the City of Dubuque Supplemental ' Specifications — Division 1 (Current Edition), and has examined and understands the project description �'j described in Section 1 and any attached Special Conditions herein referred to and agrees not to plead '� misunderstanding or deception because of estimates of quantity, character, location or other conditions ,I; surrounding the same. �� ' 7. The Contractor shall guarantee for a period two years and make good any other defect in any part of the !'; Project due to improper construction or material perFormance notwithstanding the fact that said Project �': may have been accepted and fully paid for by the City. The guarantee shall commence on the date that ;i the City pays full compensation for the complete performance of this contract. �i� I� 8. The Contractor shall fully complete the Project under this Contract on or before �j, 'i Auqust 15,�2018 . � (DATE) � 9. INDEMNIFICATION FROM THIRD PARTYCLAIMS.To the fullest extent permitted by law, Contractor shall �' defend, indemnify and hold harmless City, its officers and employees, from and against all claims, � damages, losses and expenses claimed by third parties, but not including any claims, damages, losses [� or expenses of the parties to this Contract, including but not limited to attorneys' fees, arising out of or j resulting from performance of this 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, including � loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or � omissions of Contractor, or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in !, part by a party indemnified hereunder. 10. Unless otherwise specified in the Contract Documents, prior to the commencement of any work on the , Project and at all times during the performance of this Contract, the Contractor shall provide evidence of , insurance which meets the requirements of the City's Insurance Schedule for Artisan Contractors or General Contractors. Page 2 of 3 11. The City of Dubuque, State of lowa and Department of Justice have entered into a Consent Decree � requiring the City to complete certain capital improvements pursuant to an established schedule and to comply with certain capital improvements pursuant to an established schedule and to comply with certain ! reporting and recordkeeping requirements. One of the terms of the Consent Order is for the City to advise ', contractors whose duties might reasonably include compliance with any provision of the Consent Decree '4 with a copy of the Consent Decree. The City expects its contractors to comply with the Consent Decree � and to assist the City in complying with the Consent Decree. As a requirement of this Contract, the '� Contractor shall execute and return to the City Exhibit A that is attached to this Contract. I� THE CITY AGREES: � Upon the completion of the Contract, and the acceptance of the Project by the City Manager, 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 �� contract, special conditions and contractors proposal is approximate only and the final payment shall be made ii by the work covered by the Contract ��' �i CONTRACT ESTIMATED AMOUNT$23,400.00 � THE MAXIMUM CONTRACT AMOUNT SHALL BE LIMITED TO AN INCREASE OF 5% OF THE ABOVE LISTED I11 ESTIMATED AMOUNT. '. �I '�' CITY OF D QUE, IOWA _ CONTRACTOR: 'i; gy; ��, �5�'t��C� ��- a ���� �G�C�t�'��� �' Mich el C. Van Milligen ate C pany Name �; City Manager , � By:�.�� ���� � �' � �' Signature Date � � �-�-� r � �„C���1�. I , Printed Name i; � ����lc� ����--� h T�tee � � CONTRACTOR ACKNOWLEDGEMENT OF ATTACHED SPECIAL CONDITIONS: � By: ' h , � � gnature Date T� r� �c� U��C _ Printed Name .-. r � � � � Title Page 3 of 3 '�'�IE �IT�C C�F �II iM� I� !i I li � .��Ias�er�►ie�e� an �he .Mis�is�i��i j , � � � � �� FLORA PARK MAINTENANCE BUILDING !; EXTERIOR WATERPROOFING PROJECT ; CIP #350-1767 `� ii ;a ; � COMPETITIVE QUOTATIONS i � �� i BID DOCUMENTS MANUAL �' . � , � � CITY OF DUBUQUE i LEISURE SERVICES DEPARTMENT '� �i DUBUC�IJE, IA " �, �►�ab�uqu� � � � �It-���riea�ity I�T �T TJ:� NAt'C)NAI..CIVK::(1:��UI�� a�zradrtc « rivaP�Ie • ar�zcitscHte � � � �������1�` Date Issued: May 23, 2018 2013•2017 � � � � 41 � FLORA PARK MAINTENANCE BUILDING �' , EXTERIOR WATERPROOFING PROJECT I CIP #350-1767 'i �, Owner: 1 City of Dubuque ;� Leisure Services Department � 2200 Bunker Hi91 Road ji Dubuque, IA 52001-3010 , Phone: 563-589-4263 ! Fax: 563-589-4391 �{ i; Ci�t r Contact: �� Stephen J. Fehsal Park Division Manager Leisure Services Department " Email: sfehsal�a cityofdubque.org I�''; Phone: 563-589-4260 '� �,; ; Enc�ineer Contact: ��!, Jake Huck, P.E. � Team Leader �� MSA Professional Services " Email: jhuck@msa-ps.com I; Phone: 563-582-3973 � I � i �� 'ri � � �, � � i� F � �, � I � �' � � � �,� 'f � a SECTION 00110 � TABLE OF CONTENTS f SECTION 00110 ; i1 � DIVISION 0 - BIDDING AND CONTRACTING REQUIREMENTS � 1 PROJECT TITLE PAGE........................................................... 00100 i! PROJECT DIRECTORY PAGE................................................. 00101 � TABLE OF CONTENTS............................................................. 00110 ii 'y NOTICE TO BIDDERS............................................................. 00120 i' I�� IN�TRUCTION� TO BIDDERS.................................................. 00200 ',,� SUBSTITUTION REQUEST FORM......................:..................... 00270 ''; �� BID PROPOSAL SUBMITTAL CHECKLIST.........:........................ 00300 LUMP SUM BID PROPOSAL FORM.......................................... 00401 � � BID BOND............................................................................. 00450 j i CONTRACTOR BACKGROUND INFORMATION — Small Contracts. 00471 i; PUBLIC IMPROVEMENT CONTRACT........................................ 00500 � PERFORMANCE, PAYMENT AND MAINTENANCE BOND............ 00600 li OUT-OF-STATE CONTRACTOR BOND...................................... 00610 1 INSURANCE PROVISIONS AND REQUIREMENTS...................... 00700 SALES TAX EXEMPTION CERTIFICATE.................................... 00750 ; SUMMARY OF WORK............................................................. 011100 SU BM ITTALS........................................................................ 013300 TRENCHING AND BACKFILLING................................................. 312310 CONCRETE SIDEWALK, �TEPS AND DRIVEWAYS .................. 321310 � TOPSOIL PLACEMENT AND GRADING..................................... 329119.13 SEEDING............................................................................. 329219 APPENDIX 1 — HP-1 REINFORCED MEMBRANE SYSTEM.......... 000000 ___= END OF SECTION 00110 =___ � � � � � � � � ii ,� � , [Page Intentionally Left Blank] �i ; , , i �� �, �, ,, �� � ,�� �I � � ; 6 II{ �� ;: '`''� ,��, ` � 1 ; � � ; ; �� [ � � � f! i � � i �� II � [i � u �� SECTION 00120 Page 1 of 3 � NOTICE TO BIDDERS SECTION 00120 � CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT CIP #350-1767 FLORA PARK MAINTENANCE BUILDING � r EXTERIOR W�4TERPROOFING PROJECT 120.1 Time and Place for Filing Sealed Proposals � Sealed competitive quotations for the work comprising said improvement must be filed a _ before 10:00 a.m. on June 7, 2018 in the Office of the Leisure Services Manager, 2200 � Bunker Hill Rd., Dubuque, lowa. � i� 120.2 Time and Placed Sealed Proposals Will be Opened and Considered � , Sealed competitive quotations will be opened and bids tabulated at 10:00 a.m. on June 7, � 2018, in the Office of the Leisure Services IVlanager, 2200 Bunker Hill Rd., Dubuque, lowa a for consideration by the Leisure Services Manager. The City of Dubuque, lowa reserves � the right to reject any and all competitive quotations. �I hi 120.3 Tirne for Commencement and Completion of Work j il Work on said base bid improvement must be fully completed on or before August 1, 2018. � Please note, Flora Park is open to the public between the hours of�7:00 AM and 10:00 PM � daily. Any work shall occur between Monday and Friday each week. Bidder shall � coordinate with Leisure Service Department to ensure no conflicts occur between park '� users and the Contractor. The Contractor is responsible to provide sufficient protection for i the public in the work area and to clean up and secure equipment, materials and other related construction items during non-working days. Restroom portion of the structure will remain cfosed during construction activities. � 120.4 Bid Security Each Bidder must 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 must be in the amount of ten percent (10%) of the amount of the contract and must 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 Bidder may provide a Bid Bond with corporate surety satisfactory to the governmental entity. The Bid Bond must contain no � conditions except as provided in this section. � � 120.5 Contract Documents � �i � , � � k k � V 'I � SECTION 00120 � Page 2 of 3 � Copies of the Contract Documents may be obtained at the Leisure Services Office, 2200 Bunker Hill Rd., Dubuque, lowa 52001. No pEan deposit is required. Bidding documents � and project information will also be posted on the City of Dubuque's website at ,y www.cityofdubuque.org. I� 120.6 Preference for lowa Products and Labor I� �j By virtue of statutory authority, preference will be given to products and provisions grown � and coal produced within the State of lowa, and to lowa domestic labor, to the extent ;; lawfully required under lowa statutes. Equipment or products authorized to be purchased ! for this contract must be American made to the maximum extent feasible, in accordance with Public Law 103-121, Section 606 (a) and (b). � ; i 120.7 Local Purchasinq Encouraged Iu I In order to support the Sustainable Dubuque principle of a strong Regional Economy, the 'I, City of Dubuque encourages purchasing from local businesses. The City recommends, but ,j does not require, that vendors also consider purchasing from local businesses. Information 'i on over 1,300 local businesses and the services and products they provide can be found at ; www.BuyerSupplier.org. '! I; �� I 120.8 Sales Tax i� r� The Bidder should not include State of lowa sales tax in its Bid. A sales tax exemption �� certificate will be available for all material purchased in lowa for incorporation into the ��� Project. `I f, I! -- i; 120.9 Disadvantaqed Business Enterprise (DBE) Obliqation. , i I� The DBE goal for this project is zero (0%) percent. However Bidders are encouraged to i�; make a good faith effort and take all necessary and reasonable steps to ensure that � disadvantaged business enterprises have the nnaxirnurn opportunity to participate in the � contract. 120.10 General Nature of Public Improvement Project Exterior waterproofing of the below grade foundation walls and placement of drain tile around the existing Flora Park Maintenance Building and restroom including the following � tasks: • Excavate 60" below the existing turf grade. ; • Clean and prepare the foundation walls per manufacttarer's recommendations. � • Apply waterproofing. • Install foundation drain tile and daylight tile as indicated in plan documents. • Install 11 linear foot 1" Type K copper water stub for future use. � � Backfill all excavations. '' � 5 �: � f i � � i� SECTION 00120 Page 3 of 3 � � Replace concrete per Exhibit. • Place topsoil and hydroseed disturbed area. � The estimated project budget is $35,000 and is a portion of City of Dubuque CIP #350-1767 � � 120.11 Pre-Bid Construction Conference ; No Pre-Bid Conference will be held for this ro'ect. � p J { � 120.12 Title VI — Non-Discrimination Clause i, y The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. �' 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of �� Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally ';� assisted programs of the Department of Transportation issued pursuant to such Act, i� hereby notifies all bidders that it will affirmatively insure that in any contract entered into �� pursuant to this advertisement, minority business enterprises will be afforded full � opportunity to submit bids in response to this invitation and will not be discriminated against '�, on the grounds of race, color, national origin, sex, age, or disability in consideration for an �i award. � � 'I �i !, ___= END OF SECTION 00120 =___ + ii I ;I � � � ,i � ;1 p J tl i ` � � SECTION 00200 Page 1 of 4 , INSTRUCTIONS TO BIDDERS � SECTION 00200 � h 200.1 CONTRACT DOCUMENTS I Copies of the Contract Documents may be obtained at the Leisure Services Office, 2200 � Bunker Hill Rd., Dubuque, lowa 52001. No plan deposit is required. Bidding documents !i and project information will also be posted on the City of Dubuque's website at � www.cityofdubuque.org. �� `I 200.2 �XAMINATION �;� ,, Bidders shall use complete sets of Contract Documents in preparing Bids. Bidders must ,I� examine the drawings and the site(s) to obtain first-hand knowledge of existing conditions. � Extra compensation will not be given for conditions that can be determined by examining the � plans and site. '! ',� 200.3 QUESTIONS AND INTERPRETATIONS i� Bidders must submit questions about the project to Jake Huck, Project Engineer by email only ; to j�uck msa-ps.com prior to 5:00 PM on May 31, 2018. Repiies will be issued to Contract '� Document holders of record as Addenda to the Contract Documents prior to 5:00 PM on June 1, 2018, and will become part of the Contract Documents. The City and Project Engineer will not be responsible for oral clarification. Failure to request clarification will not waive the responsibility of performance of the work in accordance with the intent of the Contract Documents. Signing of the Bid Proposal implicitly '�! deno#ing thorough comprehension of the intent of the Contract Documents. � 200.4 PRODUCT OPTIONS I� �, „ To obtain approval to use an unspecified product, a Bidder must deliver written requests to ;� Engineer at least five (5) working days before the sealed Bid is due. Late requests will not be ;� considered. Be sure to clearly describe and indicate the product for which approval is � requested, and include any data as necessary to demonstrate acceptability of the substitute � �� prod�act. The written request must indicate the section number, pa,ge number and line number ;i of the Specification for the product. If the product is acceptable, Engineer will approve it in an � Addenda. � 200.5 INSPECTION OF THE PROJECT SITE Each Bidder must visit the project site(s) of the proposed work to fully acquaint themselves with the existing conditions relating to the project and must inform themselves as to the facilities involved, the difficulties and the restrictions related to the performance of the Contract. Each Bidder must thoroughly examine and familiarize itself with the specifications and all other Contract Documents. The Contractor by the execution of the Contract shall in no way be relieved of any obligation under the contract due to Contractor's failure to receive or examine any contract document or to visit the site and acquaint itself with the conditions there existing. City will be justified in rejecting any claim based on facts regarding which the Contractor should have been aware of as a result of its inspection. � � � 3 � ; ,� �� SECTION 00200 � Page 2 of 4 � �� � 200.6 RELEASE OF SITE: SEQUENCE OF WORK � Bidders are referred to the Contract Documents for information regarding the manner in which �{ the project site(s) will be released and made available for construction purposes, and the i� sequence in which the construction work will be performed. � � 200.7 PREPARATION OF BIDS � 1. All Bids must be submitted on the Bid Proposal Form (SECTION 00401) supplied by the ;� City and bound in this Contract Documents Manual. All Bids are subject to all requirements �' of the Contract Documents including these INSTRUCTIONS TO BIDDERS. All Bids must i be regular in every respect and no modifications, exclusions, or special conditions shall be " made or included in the Bid Proposal Form by the Bidder. i� ; 2. The Bid Proposal Form (SECTION 00401) and Bid Bond (SECTION 00450) must be '� enclosed in separate sealed envelopes and clearly labeled. I`� a. The envelo e containin the Bid Pro osal Form must be labeled as fallows: � Flora Park Maintenance Building Exterior Waterproofing Project ��'; Sealed Bid !� (Contractor Name) �' ,, r And addressed to Location for Filing Bid: �,; ,� City o# Dubuque ; Leisure Services Department a 2200 Bunker Hill Rd. � -�� Dubuque, lowa, 52001 � b. The envelope containing the Bid Bond must be labeled as follows: � Flora Park Maintenance Building Exterior Waterproofing Project �, Bid Bond � (Contractor Name) � � And addressed to Location for Filing �id Bond: � City of Dubuque Leisure Services Department 2200 Bunker Hill Rd. � Dubuque, lowa, 52001 3. Bids submitted after the date and time for filing sealed proposals as listed in the Notice to Bidders (SECTION 00120) shall not be considered and will be returned to the Bidder � unopened. � 4. The City may reject any irregular or non-responsive Bid. � 5. If the Contract is awarded, it will be awarded by the City as required by law to the lowest � responsive, responsible Bidder. The Contract will require the completion of work according � to the Contract Documents. � V � � � � � , a � � SECTION 00200 d Page 3 of 4 � 6. Each Bidder must include in the Bid, in the appropriate spaces therefore, the proposed cost � of performing said work in compliance with the Contract Documents including all items of labor, equipment, materials and overhead costs. h 200.8 BID BOND a � Each Bid must be accompanied by a satisfactory Bid Bond (SECTION 00450), in a separate � envelope and clearly labeled in the same manner as the Bid proposal forms, executed by the � Bidder and an acceptable surety; or a cashier's or certified check payable to the City 1 Treasurer, City of Dubuque, drawn on a bank in lowa or a bank chartered under the laws of � the United States, in the amount of ten percent (10%) of the Bid submitted as security that the ij Bidder will enter into a contract for doing the work and will give Bond with proper securities for '� the faithful performance of the contract in the form attached to the specifications. � � 200.9 CORRECTIONS I, , Erasures or other changes in the Bid must be explained or noted and initialed by the Bidder. `,� ti 200.10 TIIVIE FOR RECEIVING BIDS �i; Bids received prior to the time of opening will be securely kept unopened. The officer whose ;1 duty it is to open them will decide when the specified time has arrived, and no Bid received :� thereafter will be considered. � 200.11 OPENIN'G OF BIDS �f At the time and place fixed for the opening of Bids, the Cify wil! cause to be opened and `j publicly read aloud every qualifying Bid received within the time set for receiving Bids, � irrespective of any irregularities therein. Bidders and other persons interested may be present � in person or by representative. !% ,� � 200.12 WITHDRAWAL OF BIDS � � Bids (received prior to the time fixed for opening) may be withdrawn on written request by the N Bidder. The Bid Bond of any Bidder withdrawing its Bid in accordance with the foregoing k conditions will be returned with the Bid. � I! 200.13 AWARD QF CONTRACTS AND REJECTION OF BIDS � The Public Improvement Contract (SECTION 00500) shall be awarded as required by law. � The Bidder to whom the award is made shall be notified at the earliest possible date by a Notice of Award. 200.14 EXECUTION OF CONTRACT 1. Within ten (10) calendar days after notification, the successful Bidder shall execute and deliver to the City a Contract in the form included (SECTION 00500) in the Contract Documents in such number of copies as the City may require. � 2. Insurance documents shall be submitted in accordance with SECTION 00700 and must be properly completed prior to execution of the contract by the City. � q 4 , e sECTioN o0200 � Page 4 of 4 i , 3. The successful Bidder shall, within the period specified in Section 00200.16 Paragraph 1 above, also furnish a Contractor's Performance, Payment and Maintenance Bond in the � form included in the Contract Documents and shall bear the same date as, or a date subsequent to, the date of the Contract. The power of attorney for the person who signs ' for any surety company shall be attached to such Bond. !i� , � 4. The failure of the successful Bidder to execute such Contract and to supply the required � Bond(s) and Insurance within ten (10) calendar days after the date of City's Notice of Aw�rd, or within such extended period as the City may grant, based upon reasons determined sufficient by the City, shall constitute a default, and the City may either award i the Contract to another Bidder or re-advertise for Bids, and may charge against the ''� defaulting Bidder the difference between the defaulting Bidder's Bid and the successful Bid, ; irr��pectiue of whether the amo�nt thus due exceeds the amount of the Bid Bond. If a �� more favorable Bid is received by re-advertising, the defaulting Bidder shall have no claim � against the City for a refund. ; 5. Affier the Contract, Bonds, Insurance Documents and form for Sales Tax Exemption ;� Certificate have been properly provided, the City will execute the contract and issue the �,{ Notice to Proceed. � � I 'II ;� , !I I Ii d I� j I; i � � �w p � k � � ! r � � � � SECTION 00270 � Page 1 of 2 � 9 SUBSTITUTION REQUEST FORM � SECTION 00270 � �� 270.1 PROJECT INFORMATION � I Project: FLORA PARK MAINTENANCE BUILDING EXTERIOR WATERPROOFING � PROJECT � � SUBMIT REQUESTS FOR SUBSTITUTIONS DURING THE BIDDING PHASE TO: � i Jake Huck, P.E. � � Team Leader P MSA Professionai Services Email:jhuck@msa-ps.com ��� Phone: 563-582-3973 i!� 'i SUBMISSION DATE: / / ; REQUEST FROM: ' �� I. 1) SPECIFICATION SECTIQN 4', '1 SPEC. SEC. NO: � ', �: SPEC. SEC. TITLE: I'� Ij DESCRIPTION: ' ARTICLE: � � PARAGRAPH: � � � 2) PROPOSED SUBSTITUTION � MANUFACTURER: TRADE NAME: MODEL: a � d ! � 5 b IV [i G u � i SECTION 00270 � Page 2 of 2 � �� 270.2 ACKNOWLEDGEMENTS AND ATTACHMENTS In submitting this Request, the undersigned acknowledges and represents that: • Proposed substitution has been fully investigated and determined to be equal or ;; superior in all respects to speci�ed product. � • Same warranty will be furnished for proposed subs#itution as for specified k product. � Same maintenance service and source of replacement parts, as applicable, is � available., ' • Proposed substitution will have no adverse effect on other trades and will not � affect or delay the project schedule. I; � • Proposed substitution does not affect dimensions and functional clearances. j i; Attachments: The following attachments are required as part of this submittal request. '� f ;i 1) Product Data, descriptions and specifications necessary for evaluation. ;� ji 2) Drawings necessary to indicate proper installation in the Work. � i i 3) Tests and Reports consistent with specified performance requirements. �!; 4) Material Samples (if applicable): � ��� i i SUBMITTED BY: � i� TITLE: I! COMPANY NAME: �l TELEPHONE: " i! EMAIL: 1 270.3 ENGINEER'S REVIEW AND ACTION � � Substitution approved — Make submittals in accordance with Specification Section for this item. Substitution rejected — Revise and Resubmit. Substitution rejected — Use specified materials. j REVIEWED BY: DATE: / / � ___= END OF SECTION 00270 ==__ � R � 3 r N ,� SECTION 00300 Page 1 of 2 ; COMPETETIVE QUOTATION SIJBMITTAL CHECKLIST � SECTION 00300 � FLORA PARK MAINTENANCE BUILDING EXTERIOR WATERPROOFING PROJECT i1 ! 300.1 Bid Submittal Check List I� Checking your Bid submittal, before filing, against the following checklist will help prevent d minor errors or omissions, which could result in rejection of the Bid because it is non- responsive. This SPECIAL NOTICE is issued as a reminder against common irregularities I in bids, and is not a Contract Document. � G G 1. Bid proposal must be submitted on the form listed below and provided by the City: I� � • BID PROPOSAL FORM (SECTION 00401) II i I'i 2. Acknowledge receipt of all addenda on the Bid Proposal Form (SECTION 00401). �;, '��� 3. Bid Proposal Form (SECTION 00401) must be signed by an authorized agent. � 4. The Bid Proposal Form (SECTION 00401) must be accompanied in a separate '�� envelope by a Bid Bond (SECTION 00450) or a certified check made payable to the �; "City of Dubuque" in an amount equal to ten percent (10%) of the Bid amount. �i il 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. � , u 5. The Bid Proposal Form and Bid Bond must be submitted in a separate sealed i,� envelope labeled as follows: ! i Flora Park Maintenance Building Exterior Waterprpofing Project ; "Sealed Bid" or"Bid Bond" ' � (Contractor Name) �i �i And addressed to Location for Filing the Bid: { , City of Dubuque Leisure Services ` 2200 Bunker Hill Road Dubuque, lowa, 52001 � a. Sufficient time should be allowed for Bids to be delivered. Late Bids will not � be considered and will be returned unopened. � b. The Bid Proposal Form must not be qualified in any way or contain any disclaimers or special conditions, or the Bid may be found nonresponsive. '� � � � � ; SECTION 00300 � Page 2 of 2 � 6. The Bidder Status Form (Section 00460) must be included in the envelope with the �. Bid. II � u 7. Include the Contractor Background Information Form (Section 00471) in the �N envelope with the Bid, or else indicate on the Bid Proposal Form that an up-to-date � Contractor Background Information Form is on file with the City of Dubuque. ___= END OF SECTION 00300 =___ 1 i „ � �� G � � i i i � ; i il i � ; ;i 1 . �! I; a i G � � � �I �� Q � � �. 0 SECTIOI� 00401 Page 1 of 5 BID PROPOSAL FORM � SECTION 00401 � PROJECT: FLORA PARK MAINTENANCE BUILDING EXTERIOR WATERPROOFING PROJECT ! � BID TO: Office of Leisure Services Department ;� 2200 Bunker Hill Road � Dubuque, lowa 52001 BID DUE: Bids are due by 10:00 AM on June 7, 2018 �ID FROM: � � (Company) � (Address) n (City, State, Zip) � �! (Telephone) ;', ;; I � �� 401.1 General �'' ii The undersigned Bidder agrees, if the Bid is accepted, to enter into a Contract with the City, in f the form included in the Contract Documents, to perform and furnish the Work as specified or � indicated in the Contract Documents for the Base Bid Lump Sum Price and within the Bid time � indicated in the Contract Documents and in accordance with other terms and conditions of the � Contract Documents. � 401.2 Recitals � In submitting this Bid, Bidder represents, as more fully set forth in the Public Improvement � Contract, that: a. This Bid will remain subject to acceptance for forty-five (45) calendar days after the ' day of Bid opening; b. The City has the right to reject this Bid and to waive any informalities in the bidding; c. Bidder accepts the provisions to the Instructions to Bidders regarding dispositions of Bid Security; � d. Bidder will sign and submit the Improvement Contract with the Bond and other documents required by the Contract Documents within ten (10) calendar days after notification from the City; � 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, contract form, including the special provision contained herein, and the work site, and the Bidder understands that the quantities of work shown herein are approximate only and are subject to increase or � � � � SECTION 00401 Page 2 of 5 decrease; and further understands that all quantities of work, whether increased or decreased, �, are to be performed at the lump sum price as stipulated herein; the Bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to I furnish all materials specified in the manner and tirne prescribed and to do the work at the ; I prices herein set out. � 1 � 401.3 Bidder's Acknowledqment � � In submitting this Bid this Bidder acknowledges and represents that: �' � I, 1) Bidder has examined copies of all the Contract Documents; ; j 2) Bidder has visited the Place of Work and become familiar with the general, local, � and site conditions; I; 3) Bidder is familiar with federal, State, and local law�, ordinances and regulations ; that govern the work specified by the Contract Documents; � 4) Bidder has correlated the information known to the Bidder, observations obtained ' from the examination of the site, reports and drawings identified in the Contract !� �, Documents and additional investigations, explorations, tests, studies and data i� within the Contract Documents; � 5) The Bid is genuine and not made in interest of or on the behalf of an undisclosed person, firm or corporation; � 6) l"his Bid is not made in the interest of or on behalf of an undisclosed person, firm �� or corporation; Bidder has not directly or indirectly induced or solicited another �; Bidder to submit a false or sham �id; Bidder has not solicited or induced a �! person, firm or corporation to refrain from Bidding; and Bidder has not sought by ''' collusion to obtain for itself an advantage over another Bidder or over City; � 7) Local and State sales and use taxes are not included in the Bid Amount. ; i 8) Addenda { � The Bidder acknowledges receipt of the following addenda: � ; Dated: � Dated: k Dated: � � � � � G � � 6 ; f � w SECTION 00401 Page 3 of 5 ,� 401.4 Base Bid Amount (EXTERIOR WATERPROOFING) � Bidder will complete the work outlined in the Summary of Work and in accordance with the � Contract Documents for the following: II � Lump Sum Base Bid Amount $ (figures) �� use words � � ) i Any written exclusions on the Bid Form may render the Bid as nonresponsive and may �, result in a rejection of the Bid by the City. ; � ;�� ,I i) � ii �{ jl �i �i� i� I i i, II N �; . � � J � N @ � f � ; i SECTION 00401 Page 4 of 5 u 401.7 Timeliness � � Bidder agrees that the work on said base bid improvement must be fully completed on or I� before August 1, 2018 as endicated in Section 00800 — Construction Schedule and Agreed Cost ; of Delay. Please note, Flora Park is open to the public between the hours of 7:00 AM and 10:00 i� PM daily. Any work shall occur between Monday and Friday each week. Bidder shall ', coordinate with Leisure Service Department to ensure no conflicts occur between park users ; and the Contractor. The Contractor is responsible#o provide sufficient protection for the public ! in the work area and to clean up and secure equipment, materials and other related I construction items during non-working days. Restroom portion of the structure will remain ,� closed during construction activities. i � 401.8 Additional Documents To Be Submitted With Bid 'i� The following additional documents are included and made a condition of this Bid: Ij ��I A. Bid Bond Section (00450)—or other approved Bid Security. !iJ ,i �; Accompanying this Bid in a separate sealed envelope is a Bid Bond, cashier's check, or '' certified check in the penal sum of ten percent (10%) of the submitted Bid. It is `'� understood that the Bid security will be retained in the event a contract is not executed ; by the Contractor if award is made to the undersigned. If a Bid Bond is submitted it must ii be executed by the Bidder and acceptable corporate surety. If a Cashier's check or I' cer#i#ied �heck is subrr�i#ted i# must be made payable to the City Treasurer, City of �i; Dubuque, drawn on a bank in lowa or a bank chartered under the laws of the United ' States. ji �� 401.9 Contract Execution �� ii The Bidder further agrees to execute a formal contract and Bond, within ten (10) calendar days � after the date of the City's Notice of Award. The Bidder also agrees it will commence work on ; or before (10) calendar days after the date of City's Notice to Proceed, and it will cornplete the � work within the specified contract period or pay the Agreed Cost of Deiay stipulated in the � Con#ract Documen#s. � 401.10 Questions and Interpretations � Failure by the Bidder to request clarification of the Contract Documents during the bidding � process does not waive the responsibility for comprehension of the documents and performance of the work in accordance with the Contract Documents. Signing of the Bid � Proposal Form constitutes the Contractor's certification as implicitly denoting thorough comprehension of intent of the Contract Documents. ;� � � � � a � �, . � � 9 ; s s SECTION 00401 Page 5 of 5 � 3 �401.11 Siqnatures ,, Contractor: � �� Contractor Name � i Street (Business Location) ij � Street (Business Location) �� �I City �';I �y State Zip ;� Ii !I ',i ,� ',i Signature Date �� �� Title � � ,; , ',; '�� jI '� y ___= END OF SECTION 00401 =___ �,' u � F 6 � f � � � 6 � � , SECTION 00450 �� Page 1 of 1 � � B�D BOND II!I SECTION 00450 � � We as Principal (Contractor), and � , as Surety, are held and firmly bound unto the City of ' Dubuque, lowa (City), in the sum of (10% of the Bid amount), li 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 Ij this obligation is such that whereas the Principal has submitted the accompanying Bid, dated j`� ,i day of , 20 for ; the FLORA PARK MAINTENANCE BUILDING EXTERIOR WATERPROOFING PROJECT �i (Project). �� �ii , ;� NOW, THEREFORE, if the Principal shall not withdraw said Bid within the period specified ji therein during the opening of same, or if no period specified, within thirty (30) days after said ��; ��� opening, and must within the period specified therefore, if no period be specified, within ten (10) �� �� days after date of City's Notice of Award, enter into a the Public Improvement Contract with the '� City, in accordance with the Bid as accepted, and give Bond with good and sufficient surety or I� sureties, as may be required for the faithful performance and proper fulfiilment of such Contract, ;', then the above obligation shall be void and of no effect, otherwise to remain in full force. ;� The full amount of this �id Bond will be forfeited to the City as an Agreed Cost of Delay in �i the event that the Principal fails to execute the contract and provide the Bond as provided in the �� Contract Documents or by law. '� u �; IN WITNESS WHEREOF, the above parties have executed this instrument under their h� a several seals this day of , 20 the name and � corporate seal of each corporate party being hereto affixed and duly signed by its undersigned ' y �' representative pursuant to authority of its governing body. � � PRINCIPAL: SURETY: fi Contractor Name Surety Name I By: By: Signature Signature Title Title � Date Date ___= END OF SECTION 00450 =___ � � � � � � a � �� � ��I� [Page Intentionally Left Blank] �{ i; �, � , � �� �� I a j a ; ti i 1 i �{ 'ii �� 'il 'i � � � jl � � ��1 I - ;,� ��� i i � � � � � e � � � � � SECTION 00460 , Page 1 of 2 i Bidder Status Form � SECTION 00460 � To be complet�d by all Bidders Part A � Please answer"`Yes"or"No"for each of the fal{awing: ❑ Yes ❑ No My company is autharized to#ransact business in lowa. , (To help yau deterrrrrns if your company is autharized,p/ease review the worksheet on fhe next page). ; L7Yes ❑No My company has an office to transact business in lawa. � CJYes CINo My campany's affice in lowa is suitable far rrror�fihan receiving mail,telephana calls, and e-mail. � C7Yes ❑Na My company has besn conducting business in lawa for at leaat 3 years priar to the first request fior Bids on this '� �� projecfi. ❑Yes C]Na My company is not a subsidiary of ano#her business entity ar my campany ls a subsidiary of another business entity that would qualify as a resident Bidder in lowa, If you answered"Yes"for each questirsn abave,yaur campany qualifies as a resident Bidder. Ple�se compBete I Parts B and D ofi this fiorm, ,I If you answ�red"No"to one or more qusstians aboue, your company is a non-resident Bidder. Please camplete '1 Parts C and D of this form. '; To be com lei�d ib all r+�sident Bidders Part B '�i I; My campany has mainfiained offices in lowa during the p�st 3 years afi the fipllcawing addr�sses: �;, Dates: to Addr�s�: �� I; (mm/dd/YYYY) �ity, �tate, Zip: i': Dat�s: to Address: ��� �ity, State, Zip: li (�,mid�rv,�Yy� , C7ates: to Address: � � (mmlddlYYYY) �ity, State, Zip: 'i ;; 'You may att�ch�dditianal shee�(s)if needed, `�;j To be com le#ed b all nr�n-resid�nt Bi�td�rs Par�C !� i� Name of your home state or foreign country reported to the lowa Secretary of State. �i � Do�s yaur company`s home stat�or fior�'sgn cc�untry�sff�r preferences to Bidd�rs wh��re residents? ❑ Yes ❑ iVo ; If you answered "`Yes"to question 2, identify each prefer�nce off�red by your cc�mpar�y's h�me state or foreign caun#ry and the apprapriate legal cifiation. Yacr may�ttach additianal shaet(s)if needed. � � To be c�am let�r�b �ll Bidd�ws Par#17 I certify th�t the statements made on this docum�nt are true and complete to tha best of my knowledge and I know fihat my failure fio provide accurate and truthful infarma#ion may be a reason t� reject my Bid. Firm Name: Signature: �3ate: You must submit the complete form to the government body requesting Bids per 875 lowa Administrative Code Chapter 156 This Form has been approved by the Labor Commissioner � 309-6001 02-14 • � d � � i f j ___= END OF SECTION 00460 =___ � Page 2 of 2 � !a Worksheet: Authorizateon to Transact Business � ,�� This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following �y describes your business,you are authorized to transact business in lowa. � ❑Yes ❑ No My business is currently registered as a contractor with the lowa Division of Labor. I; l ❑Yes ❑ Na My business is a sole proprietorship and I am an lowa resident for lowa income tax purposes. i ;I 1 C�Yes ❑ No My business is a general partnership orjoint venture. More than 50 percent of the general partners orjoint j venture parties are residents of lowa for lowa income tax purposes. � ❑ Yes ❑ Na My business is an active corporation with the lowa Secretary of State and has paid all fees required by the ;i Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. � ❑Yes ❑ Np My business is a corporation whose articles of incorporation are filed in a state other than lowa,the � corporation has received a certificate of authority from the lowa secretary of state, has filed its most recent �� biennial report with the secretary of state, and has neither received a certificate of withdrawal from the �j secretary of state nor had its authority revoked. � ❑ Yes C] Na My business is a limited liability partnership which has filed a statement of qualification in this state and the I� statement has not been canceled. ;; ❑Yes ❑ Np My business is a limited liability partnership which has filed a statement of qualification in a state other than �� lowa, has filed a statement of foreign qualification in lowa and a statement of cancellation has not been filed. f.�Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of 'i limited partnership in this state, and has not filed a statement of termination. I, i ❑ Yes ❑ Nes My business is a limited partnership or a limited liability limited partnership whose certificate of limited '' partnership is filed in a state other than lowa,the limited partnership or limited liability limited partnership �i has received notification from the lowa secretary of state that the application for certificate of authority has Ij been approved and no notice of cancellation has been filed by the limited partnership or the limited liability i limited partnership. � ❑Yes ❑ No My business is a limited liability company whose certificate of organization is filed in lowa and has not filed a � statement of termination. �; , � ❑Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than lowa, I� has received a certificate of authority to transact business in lowa and the certificate has not been revoked � or canceled. � ___= END OF SECTION 00460 =___ p � � n �, � G; ti � SECTION 00471 Page 1 of 3 � SECTION 00471 � CONTRACTOR BACKGROUND INFORMATION � FOR SMALL CONTRACTS (Between $25,000 and $3,000,000) � � ' I� All questions must be answered clearly and comprehensively. If necessary, questions may be � answered on separate attached sheets. The Bidder may submit any additional information that it `� deems necessary. i� '1 1. SUBMITTED BY: ` — � ���Il Official Name of Firm: I� i Address: lil I; ,;i 'i �� 2. CONTRACTOR'S CONTACT INFORMATION: ' Contact Person: �� Title: '!�! I' Phone: ! i EmaiL �l 3. TYPE OF ORGANIZATION: � � — �� , ❑ SOLE PROPRIETORSHIP ,� Name of Owner: �' I+ Doing Business As: '� Date of Organization: � ❑ PARTNERSHIP � Date of Organization: � Type of Partnership: � � s Name of General Partner(s): � � I E � � '� � � � SECTION 00471 � Page 2 of 3 � ❑ CORPORATION !; i; State of Organization: j � Date of Organization: ,{ Executive Officers: ;� �- President: ! � - Vice President(s): � �, '�; �i � !i - Treasurer: '�� li - Secretary: � �� ❑ LIMITED LIABILITY COIV�PANY 'i �, I�� State of Organization: ;� Date of Organization: Members: ,,'�, � ;I ;; � ❑ JOINT VENTURE ;� i� I; State ofi Organization: �� �; :, , ji Date of Organization: � � Form of Organization: u Joint Venture Managing Partner ! i - Name: � -Address u � Joint Venture Managing Partner � - Name: � - Address: �� � � � ; �: + , d p 3 � r F � SECTION 00471 Page 3 of 3 I Joint Venture Managing Partner � � �� - Name: � -Address: � � i ❑ Other State of Organization: Name of Organization: � � '� Form of Organization: �� li Date of Organization: �1 Principal ;; � - Name: !I �� � - Title: �,i . , !i � -Address ,'� !i A. How many years has your organization been in business as a contractor? J �� ;; years. � � B. How many years have you been engaged in the contracting business under your ! e present firm or trade name? years. ; ; � � � � � � � � � � SECTION 00500 � Page 1 of 4 � ii PUBLIC IMPROVEMENT CONTRACT �� SECTION 00500 ' � FLORA PARK MAINTENANCE BUILDING EXTERIOR WATERPROOFING PROJECT 1 1 , THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for references � purposes the � � ;����,,day of� ..����� � ����� � ��������`, 2018 between the City ofi Dubuque, lowa, by its � � Cit Man�a er�thr�u h authorit conferred u on the Cit Mana er b its Cit Council Cit and Y 9 9 Y p Y 9 Y � Y � Y), � ��� , �° o � µ Contractor). For and in consideration of the mutual covenants herein contained, the parties hereto � agree as follows: � CONTRACTOR AGREES: '� � 1. To furnish all material and equipment and to perform all labor necessary for the FLORA PARK MAINTENANCE BUILDING EXTERIOR WATERPROOFING PROJECT (Project). I� �, �� 2. CONTRACT DOCUMENTS � N A. The Contract Documents consist of the followin `� g� 'ii 1. Project Title Pa�ge (Section 00100). ���� 2. Project Directory Page (Section 00101). 3. This Public Im rovement Contract Section 00500 . p � ) ,, 4.. Performance, Payment, and Maintenance Bond (Section 00600). � 5. The lowa Statewide Urban Design And Specifications (SUDAS) 2017 Edition. ; '. 6. CITY OF DUBUQUE Supplemental Specifications 2017 Edition. ',� �; 7. Other Standard and Supplementary Specifications as listed on the Title Page of the i,' Contract Document Manual. !� i! 8. Special Provisions included in the project Contract Document Manual. � 9. Dravuings —Sheet No. through No. (00 page�) or drauvings consisting of � sheets bearing the following general title: p _Not Applicable � 10.Addenda (numbers_to _ , inclusive). , 11.Insurance Provisions and Requirements (Section 00700). � 12.Sales Tax Exemption Certificate (Section 00750). � 13.Construction Schedule and Agreed Cost of Delay (Section 00800). � 14.Consent Decree (Section 01000). � � �� x � : �� ,� p � � � � � � 15.,��.�.����=���� ��`�� � � ���� �����"�* "�.���� ��� ���� !�n��:<����:�,• 16.Exhibits to this Contract �enumerated as follows): ��� _��:��.�� � �s�,��«�� � ���� �«��`��� � � ������ a� � �� =Z� � ��i��.Bl� ��e� � �` n���S�e� � �;���?„��'����������������.�� ���� �:. ���,�� . ��,x.�� b. Bidder Status Form (Section 00460). ; � , y 3 � � �� i SECTION 00500 Page 2 of 5 �I c. Contractor �ackground Information Form (Section 00471) � 'I 17.The following which may be delivered or issued on or after the Effective Date of the � Agreement: �� � a. Notice to Proceed (Section 00850). ��� b. Project Certification Page (Section 00102). c. Change Orders (Not attached to this agreement). � There are no other Contract Documents. The Contract Documents may only be amended, �I� modified, or supplemented as provided in General Conditions. i � 3. All materials used by the Contractor in the Project must be of the quality required by the � Contract Documents and must be installed in accordance with the Contract Documents. ;{ i, 4. The Contractor must remove any materials rejected by the City as defective or improper, or Il any of said work condemned as unsuitable or defective, and the same must be replaced or �I redone to the satisfaction of the City at the sole cost and expense of the Contractor. ` �, 5. Five percent (5%) of the Contract price will 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 i; claim by any party that may be filed for labor and materials done and furnished in :.I connection with the performance of this Contract and for a longer period if such claims are li not adjusted within that thirty (30) day period, as provided in lowa Code Chapter 573 or ,i lowa Code Chapter 26. The City will also refain 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 will be held by the City until such daims have been �'� s�ttled, adjudicated or otherwisE disposed of. ;�; 6. The Contractor has read and understands the Contract Documents herein referred to and ;� agrees not to plead misunderstanding or deception related to estimates of quantity, ''� a character, location or other conditions for the Project. f! 7. In addition to any vuarranty provided for in the specifications, the Contractor must also fix i� any other defect in any part of the Project, even if the Project has been accepted and fully !I paid for by the City. The Contractor's maintenance bond will be security for a period of two � year� after the issuance of the Gertificate of Substantial Comple#ion. I' �. The Contractor rriust fully complete the Projec# under this C�ontract on or before the date �� indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract y d Documents. 9. INDEMNlFICATiON FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, � Contractor shall defend, indemnify and hold harmBess City, its officers and employees, from and against all claims, damages, losses and expenses claimed by third parties, but not �� including any claims, damages, losses or expenses of the parties to this Contract, including � but not limited to attorneys' fees, arising out of or resulting from performance of this � 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, including loss of � use resulting there from, but only to the extent caused in whole or in part by negligent acts � or omissions of Contractor, or anyone directly or indirectly erreployed by Contractor or anyone for whose acts Contractor may be liable, regardless of whether or not such claim, � damage, loss or expense is caused in part by a party indemnified hereunder. ,I N � ,, � � b � � „ SECTION 00500 � � Page 3 of 4 � i� 10. 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 Contract with any i 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, I� entered into any Contractor arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the award 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 less than $2,000.00 (Two Thousand Dollars) to the ki C ity. j 11. The surety on the Bond furnished for this Contract must, in addition to all other provisions, �I be obligated to the extent provided for by lowa Code 573.6 relating to this Contract, which ;; provisions apply to said Bond. ,' 12. The Contractor agrees, and its Bond is surety therefore, that after the Certificate of Final !; Completion has been issued by the City, it will keep and maintain the Project in good repair � for a period of two (2) years. � 13. The Project must be constructed in strict accordance with the requirements of the laws of the State of lowa, and the United States, and ordinances of the City of Dubuque, and in ;: accordance with the Contract Documents. A. All applicable standards, orders, or regulations issued pursuant to the Clean Air Act of �,' 1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U. S. C. ;; 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection ,� Agency regulations (40 CFR, Part 15). .Contractor must comply with Section 103 and � 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and 'i Department of Labor Regulations (29 CFR, Part 5). I� � D. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. � 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department � of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in � Federally assisted programs of the Department of Transportation issued pursuant to � such Act, hereby notifies all bidders that it will affirmatively insure that in any contract " entered into pursuant to this advertisement, minority business enterprises will be � afforded full opportunity to submit bids in response to this invitation and will not be � discriminated against on the grounds of race, color, national origin, sex, age, or � disability in consideration for an award. � � � � � � 4� � , � �� � u SECI'ION 00500 � Page 4 of 5 � THE CITY AGREES: i � 14. Upon the completion of the Contract, and the acceptance of the Project by the City Council, � and subject to the requirements of law, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for '';I fihe total work completed at the price(s) stated in the Contractor's Bid Proposal and less ,; any Agreed Cost of Delay provided for in the Contract Documents. �i CONTRACT AMOUNT $ ����;�����;`�d��{u �,� '! �����,. N �a N CITY OF DUBUQUE, IOUV�4: ; . 'i Department � �'i By� iSignature � �; Printed Name � �� Title " I�i Date � � li , I� CONTRACTOR: �? h Contractor � � By: � Signature � I' Printed Name Titl2 � Date � � � � 5 ___= END OF SECTION 00500 =___ � � , � � � � � 4 _ i°� h SECTION 00600 Page 1 of 5 � PERFORMANCE, PAYMENT AND MAINTENANCE BOND i SECTION 00600 '' KNOW ALL BY THESE PRESENTS: '� 1 � _ _ . .� a � � That we,:' �, ��� ; r . � as � � Prmcipal (hereinafter the Contractor or Principal ) and a � ;_ . � �� �� � . '� , as Surety are held and firmly bound unto the � City of Dubuque, lowa, as Obligee (hereinafter referred to as "Owner"), and to all persons who ,� ma be in'ured b any breach of any of the conditions of this Bond in the penal sum of ' � dollars ;I� ($ ), lawful money of the United States, for the payment of which sum, ,;{ well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly � or severally, firmly by these presents. � �;� ; The conditions of the above obligations are such that whereas said Contractor entered into a !;j contract with the Owner, bearing date the ' �` day of , 2018, �i; (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the !; following project in accordance with the Contract Documents, and to faithfully perform all the terms i and requirements of said Contract within the time therein specified, in a good and workmanlike i; manner, and in accordance with the Contract Documents. The Contract Documents for FLORA j PARK MAINTENANCE BUILDING EXTERIOR WATERPROOFING PROJECT "Project" detail the !!: following described improvements: i, ; Exterior.waterproofing of the below grade foundation walls and placement of drain tile i' around the existing Flora Park Maintenance Building and restroom including the following �'I tasks: '� �j, i' • Excavate 60" below the existing turf grade. �'. • Clean and prepare the foundation walls per manufacturer's recommendations. • Apply waterproofing. ; • Install foundation drain tile and daylight tile as indicated in plan documents. I� • Instail 1" Type K Copper water service stub for future use. �� • Backfill all excavations. I • Replace concrete walk per exhibit. � • Place topsoil and hydroseed disturbed area. � It is expressly understood and agreed by the Contractor and Surety in this Bond that the following � provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: � � 1. PERFORMANCE: 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 Owner from all outlay and expense incurred by the Owner 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 � �i � � � � � ' SECTION 00600 p Page 2 of 5 � Documents by all its subcontractors, suppliers, agents, or employees furnishing materials i or providing labor in the performance of the Contract. �I �j 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just � claims submitted by persons, firms, subcontractors, and corporations furnishing materials '�� for or performing labor in the perFormance of the Contract on account of which this Bond is '�i 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 ��i Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the ij contract price the Owner 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 of the lowa Code, which by this I{ reference is made a part hereof as though fully set out herein. � �i 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own �'; � expense: � � ��' ,� ;� A. To remedy any and all defects that may develop in or resulfi from work to be �il performed under the Contract Documents within the period of two (2) year(s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship, equipment installed, or materials used in construction of said work; re air� and � B. To keep all work in continuous good p , � G, C. To pay the Owner's reasonable costs of monitoring and inspection to assure thaf any I, �defects are remedied, and to repay the Owner all outlay and expense incurred as a ; result of Contractor's and Surety's failure to remedy any defect as required by this section. i 'I Contractor's and Surety's Contract herein made extends to defects in workmanship or C' materials not discovered or known to the Owner at the time such work was accepted. � i 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the i contrary notwithstanding, to the following provisions: � A. To consent without notice to any extension of time authorized in approved change �� orders to the Contractor in which to perform the Contract; ; B. To consent without notice to any change in the Contract or Contract Documents, � authorized in approved change orders which thereby increases the total contract price ' and the penal sum of this Bond, provided that all such changes do not, in the � aggregate, involve an increase of more than twenty percent (20°/o) of the total contract � price;and that this Bond shall then be released as to such excess increase; I' C � ,�� 6 � � SECTION 00600 Page 3 of 5 C. To consent without notice that this Bond �hall remain in full force and effect until the � Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. � 4 The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the I{ contrary notwithstanding, to the following provisions: � D. That no provision of this Bond or of any other contract shall be valid that Bimits to less � than five (5) years after the acceptance of the work under the Contract the right to sue �� on this Bond. �I ; ii E. That as used herein, the phrase "all outlay and expense" is not to be limited in any ;I way, but shall include the actual and reasonable costs and expenses incurred by the 'I Owner including interest, benefits, and overhead where applicable. Accordingly, "all ;i� outlay and expense" would include but not be limited to all contract or employee j! expense, all equipment usage or rental, materials, testing, outside experts, attorney's i; fees (including o�oerhead expenses of the Owner's staff attorneys), and all costs and 'I expenses of litigation as they are incurred by the Owner. It is intended the Contractor �! and Surety will defend and indemnify the Owner on all claims made against the Owner on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and ;j Contract Documents, in approved change orders, and in this Bond will be fulfilled, and ! that the Owner will be fully indemnified so that it will be put into the position it would I'� have been in had the Contract been performed in the first instance as required. �i In the event the Owner incurs any "outlay and expense" in defending itself against any claim as to � which the Contractor or Surety should have provided the defense, or in the enforcement of the � promises given by the Contractor in the Contract, Contract Documents, or approved change F orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the �' Contractor and Surety agree that they will make the Owner whole for all such outlay and expense, � provided that the Surety's obligation under this Bond shall not exceed one hundred twenty-five � percent (125%) of the penal sum of this Bond. � � In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that ' the venue thereof shall be Dubuque County, State of lowa. If legal action is required by the Owner to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Owner, the Contractor and the Surety agree, jointly, and severally, to pay the Owner all outlay R and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Owner, by law. The Owner may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is � joined in any such action(s) or not. ` NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract, in the Contract � n F f� � ii , � SECTION 00600 I� Page 4 of 5 j I1 � Documents, and in this Bond, then this obligation shall be null and void, otherwise it shall remain in i� full force and effect. �� � I When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as �i defined in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, �i Contract, or Confiract Documents, it shall be interpreted or construed as defined in applicable �� provisions of the lowa Code; third, if not defined in the lowa Code, it shall be interpreted or '1 construed according to its generally accepted meaning in the construction industry; and fourth, if it f; has no generally accepted meaning in the construction industry, it shall be interpreted or construed j according to its common or customary usage. �! Failure to specify or particularize shall not exclude fierms or provisions not mentioned and shall not I' limit liability hereunder. The Contract and Contract Documents are hereby made a part of this �� Bond. � . , ,� �; Project No. , , � �� Wi�ness our hands, 6n �riplicate, this r'� °����� ���day of� �� , 2018. ' I SURETY COUNTERSIGNED BY: Title ti I,' FORM APPROVED BY: Signature of Agent 'i �rinted Name of Agent R@pre��ntative for Owner f,� � SURETY: � Company Address �, Surety Company �I City, State,Zip Code � By: Signature Attorney-in-Fact Officer i1 Company Telephone Number � Printed Name of Attorney-in-Fact Officer � PRINCIPAL: ; Contractor Company Name j By• Company Address � Signature Ci State Zi C � ty, , p ode � Printed Name � , � Company Telephone Number NOTE: �� 1. All signatures on this performance, payment, and maintenance Bond must be original '� signatures in ink; copies, facsimile, or electronic signatures will not be accepted. � 2. This Bond must be sealed with the Surety's raised, embossing seal. � � �' �� k SECTION 00600 Page 5 of 5 � 3. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this Bond !'� must be exactly as listed on the Certificate or Power of Attorney accompanying this `d Bond. I ___= END OF SECTION 00600 =__= i, i �� 9 � �� � �� �� �� �, i i I� I� 9 � I!j � I� ti I� I� II li II I 'i � � i� I� ;I a k I � L � P� f � � f 4 i I SECTION 00610 Page 1 of 1 OUT-OF-STATE CONTRACTOR BOND SECTION 00610 < An out-of-state Contractor must either file a surety Bond, as provided in lowa Code section 91 C.7, !y with the lowa Division of Labor Services in the amount of twenty-five thousand dollars ($25,000) �b for a one (1) year period or must provide a statement to the lowa Division of Labor Services that � �� the contractor is prequalified to Bid on projects for the lowa Department of Transportation � pursuant to lowa Code Section 314.1 ; , I An out-of-state Contractor, before commencing a contract in excess of five thousand dollars � ($5,000) in value of lowa, must file a Bond with the lowa Division of Labor Services of the lowa Department of Workforce Development. A Surety Bond filed pursuant to lowa Code section 91 C.2 �y must be executed by a surety company authorized to do business in this state, and the Bond must I be continuous in nature until canceled by the Surety with not less than thirty (30) days; written �� notice to the contractor and to the Division of Labor Services of the lowa Department of Workforce ;{ Development in dictating the surety's desire to cancel the Bond. The Surety company is liable ii under the Bond for any contract commenced after the cancellation of the Bond. The Bond must be �i' in the sum of the greater of the following: �i (1) One thousand dollars ($1,000.00); or il (2) Five percent (5%) of the contract price 1 �i An out-of-state Contractor may file a blanket Bond in an amount at least equal to fifty thousand ;� dollars ($50,000) for a two (2) year period in lieu of filing an individual Bond for each Contract. The � Division of Labor Services of the lowa Department of Workforce Development may increase the '; Bond amount after a hearing. �� li i! ' ii ii ___= END OF SECTION 00610 =__= h � � � q � � � � � � � tl � SECTIQN 00700 � , i � INSURANCE PROVISIONS '' SECTION 00700 � I1 if ___= END OF SECTION 00700 =___ !! I i� 's '�i ; � li '�i i 'i ��l � II I �i� �'� I' il �i � � 'il ;; �; ,�� , ;1 � I; I� i1. i I� � I� I; � a s � � � � �� � � 1 � v ;� ; � City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub-Subcontractors INSURAIVCE SCHEDULE F i� �� � Class A: I� Asbestos Removal Fiber Optics Sanitary Sewers Asphalt Paving Fire Protection Sheet Metal III Concrete Fireproofing Site Utilities � Construction Managers General Contractors Shoring ' Cranes HVAC Special construction Culverts Mechanical Steel Decking Paving &Surfacing Storm sewers j; Demolition Piles&Caissons Structural Steel I' Deconstruction Plumbing Trails �� Earthwork Retaining Walls Tunneling � Electrical Reinforcement Water main ji Elevators Roofing ''i „ i Class B: Chemical Spraying Landscaping Rough Carpentry Doors, Window& Masonry Stump Grinding Glazing Vehicular Snow Removal Tank Coating ; Drywall Systems Painting &Wall Covering Tree Removal i Fertilizer Application Pest Control Tree Trimming ;i . Geotech Boring Scaffolding Tuckpointing ! Insulation Sidewalks Waterproofing �i Finish Carpentry Plastering Well Drilling � � 9 CIaSS C: , Carpet Cleaning General Cleaning Power Washing �i Carpet&Resilient Grass Cutting Tile &Terrazzo Flooring � � Flooring Janitorial Window Washing � Caulking &Sealants Non Vehicular Snow& �i Acoustical Ceiling Ice Removal ��� Filter Cleaning Office Furnishings �I i i � i � � � � � m � a � , � � Page 1 of 6 Schedule F, General,Artisan or Trade Contractors,Subcontractors or Sub Subcontractors November 2017 � � E s d '� City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, � Subcontractors or Sub Subcontractors � INSURANCE SCFIEDULE F (continued) � , ; 1. Contractor shall furnish a signed certificate of insurance to the department responsible for the j contract for the coverage required in Exhibit I prior to commencing work and at the end of the � project if the term of work is longer than 60 days. Contractors presenting annual certificates shall j present a certificate at the end of each project with the final billing. Each certificate shall be '1 prepared on the most current ACORD form approved by the lowa Department of Insurance or an �, equivalent approved by the Finance Director. The certificate must clearly indicate the project � number, project name, or project description for which it is being provided Eg: Project � # Project name: or Project Location at � or construction of ; 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in tj lowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. ,; �! 3. Each Certificate required shall be furnished to the Department of the City of II Dubuque. ' �I 4. Failure to provide the coverages described in this Insurance Schedule shall not be deemed a 'i 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 contract. I�i 'I{ 5. Contractor shall require all subcontractors and sub-subcontractors to obtain and maintain during N the performance of work insurance for the coverages described in this Insurance Schedule and '' shall obtain certificates of insurance from all such subcontractors and sub-subcontractors. j Contractor agrees that it shall be liable for the failure of a subcontractor and sub-subcontractor to ;j obtain and maintain such coverage.The City may request a copy of such certificates from the i; Contractor. !� li 6. All required endorsements fio various policies shall be attached to the certificate of insurance. � ;{ 7. Whenever an ISO form is referenced the current edition must be provided. I' il 8. Contractor shall be required to carry the minimum coverage/limit, or greater if required by law or �,� other legal agreement, in Exhibit I - Insurance Schedule F. If the contractor's limits of liability are r higher than the required minimum limit then the contractor's limits shall be this agreement's �I; required limits. Ii � � � �1 � i � d � IJ a � � ii � � a � 1 1 � Page 2 of 6 Schedule F, General,Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017 �� � , � 9 � � � City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, il Subcontractors or Sub Subcontractors ' INSURANCE SCHEDULE F (continued) i� , EXHIBIT I �� �� A) COMMERCIAL GENERAL LIABILITY I General Aggregate Limit $2,000,000 ;;� Products-Completed Operations Aggregate Limit $2,000,000 � Personal and Advertising Injury Limit $1,000,000 a Each Occurrence $1,000,000 J Fire Damage Limit(any one occurrence) $50,000 li Medical Payments $5,000 � 1) Coverage shall be written on an occurrence, not claims made, form. The general li liability coverage shall be written in accord with ISO form CG0001 or business 'ij owners form BP0002. All deviations from the standard ISO commercial general 'i liability form CG 0001 or business owners form BP 0002 shall be clearly identified. 2) Include ISO endorsement form CG 25 04"Designated Location(s)General Aggregate Limit"or CG 25 03"Designated Construction Project(s)General ' Aggregate Limit"as appropriate. 3) Include endorsement indicating that coverage is primary and non-contributory. �; 4) Include Preservation of Governmental Immunities Endorsement. (Sample '�;: attached). I', 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and I! their board members, employees and volunteers. Use ISO form CG 20 10 ;' (G�going ep����ion�). , 6) The additional insured endorsement shall include completed operations under � ISO form CG 2037 during the project term and for a period of two years after the '? �� completion of the project. �;! 7) Policy shall include Waiver of Right to Recover from Others endorsement. i I� B) WORKERS' COMPENSATION &EMPLOYERS LIABILITY li G Statutory Benefits covering all employees injured on the job by accident or disease as ' prescribed by lowa Code Chapter 85. ii' Coverage A Statutory—State of lowa ; Coverage B Employers Liability � Each Accident $100,000 � Each Employee-Disease $100,000 li Policy Limit-Disease $500,000 ' Policy shall include Waiver of Right to Recover from Others endorsement. p Coverage B limits shall be greater if required by the umbrella/excess insurer. Nonelection of Workers' Compensation or Employers' Liability Coverage under lowa Code sec. 87.22 � _yes _form attached � � � z g „ � �� Page 3 of 6 Schedule F, General,Artisan or Trade Contractors,Subcontractors or Sub Subcontractors November 2017 � � � s h s ' � City of Dubuque Insurance Requirements for General,Artisan or Trade Contractors, � Subcontractors or Sub Subcontractors �! i INSURANCE SCHEDULE F (continued) � I C) AUTOMOBILE LiABILITY � ,� Combined Single Limit $1,000,000 � D) UMBRELLA/EXCESS LIABILITY � Umbrella liability coverage must be at least following form with the underlying policies included herein. ; ;; , !i All Class A contractors with contract values in excess of$10,000,000 must have I,I umbrella/excess liability coverage of$10,000,000. i ��� �; All Class A and Glass B contractors with contract values between $500,000 and ;� $10,000,000 must have umbrella/excess liability coverage of$3,000,000. ;; All Class A and B contractors with contract values less than $500,000 must have ii umbrella/excess liability coverage of$1,000,000. ,la ; i All Class C contractors are not required to have umbrella/excess liability coverage. � i� All contractors performing earth work must have a minimum of$3,000,000 umbrella �� regardless of the contract value. li V' E) ENVIRONMEIVTAL IMPAIRMENT LIABILITY OR POLLUTION LIABILITY i Cov�rage requEred: _yes �n� � Pollution liability coverage shall be required if project involves any pollution exposure for I! hazardous or contaminated materials including, but not limited to, the removal of lead, �' asbestos, or PCB's. Pollution product and complete operations coverage shall also be 'i covered. ii i� Each Occurrence $2,000,000 f; Policy Aggregate $4,000,000 �I i 1) Policy to include job site and transportation coverage. ' 2) Include additional insured for: �i The City of Dubuque, including all its elected and appointed officials, all its ,I�' employees and valunteers, all its boards, commissions and/or authorities and � their board members, employees and volunteers. Use ISO form CG 2010. (Ongoing operations)as stated in A(6)above or its equivalent. i, 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 9 � 1 � � x Page 4 of 6 Schedule F,General,Artisan or Trade Contractors,Subcontractors or Sub Subcontractors November 2017 � a � �� City of Dubuque Insurance Requorements for General,Artisan or Trade Contractors, � Subcontractors or Sub Subcontractors INSURANCE SCHEDULE F (continued) � �j� F) RAILROAD PROTECTIVE LIABILITY � Coverage required: _yes X no ; Any contract for construction or demolition work on or within fifty feet(50')from the edge �� of the tracks of a railroad or effecting any railroad bridge or trestle, tracks, roadbeds, li tunnel, underpass, or crossing for which an easement or license or indemnification of the � railroad is required, shall require evidence of the following additional coverages. f Railroad Protective Liability: � $ each occurrence (per limits required by Railroad) �� I,{ $ policy aggregate (per limits required by Railroad) �� �I OR ;i ;; An endorsement to the Commercial General Liability policy equal to ISO CG 2417 "I (Contractual Liability-Railroads). A copy of this endorsement shall be attached to the certificate of insurance. 'i '�: �'�'i h� J ;I� I' �i �;� � ; '1 Ij n ;, I i ; I � � � p � , � Page 5 of 6 Schedule F, General,Artisan or Trade Contractors,Subcontractors or Sub Subcontractors November 2017 ° a y � � City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, II Subcontractors or Sub Subcontractors PRESERVATION OF GOVERNMENTAL IMMUfVITIES ENDORSEMENT u� � � � �i 1. Nonwaiver of Governmental Immunitv. The insurer expressly agrees and states that the purchase !,�; of this policy and the including of the City of Dubuque, lowa as an Additional Insured does not waive any '' of the defenses of governmental immunity available to the City of Dubuque, lowa under Code of lowa � Section 670.4 as it is now exists and as it may be amended from time to time. H ,� ;I 2. Claims Coveraqe. The insurer further agrees that this policy of insurance shall cover only those ; claims not subject to the defense of governmental immunity under the Code of lowa Section 670.4 as if � now exists and as it may be amended from time to time. Those claims nof subject to Code of lowa !"+ Section 670.4 shall be covered by the terms and conditions of this insurance policy. �I i 3. Assertion of Government Immunitv. The City of Dubuque, lowa shall be responsible for asserting ��I any defense of governmental immunity, and may do so at any time and shall do so upon the timely written �� request of the insurer. � i ii 4. Non-Denial of Coveraqe. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, lowa under this policy for ; reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of II, the defense(s)of governmental immunity asserted by the City of Dubuque, lowa. i; li No Other Chanqe in Policv. The above preservation of governmental immunities shall not otherwise � change or alter the coverage available under the policy. Iil i I li � . ij Ij: � �� i (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) i I 4 � � � � � i � � � � Page 6 of 6 Schedule F, General,Artisan or Trade Contractors,Subcontractors or Sub Subcontractors November � 2017 � U �� � SECTON 00750 Page 1 of 4 � SALES AND USE TAX EXEMPTION CERTIFICATE � SECTON 00750 � H The City of Dubuque, as a designated exempt entity awarding construction contracts, will issue 'I� 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 lowa Code ! Sections: 422.42 (15) & (16), and 422.47 (5). The special exemption certificate will also allow a ;i manufacturer of building materials to consume materials in the performance of a construction � contract without owing tax on the fabricated cost of those materials. " ,� �, , 1. These tax exemption certificates and authorization letters are applicable only for the 'i work under the contract. The Contractor and each subcontractor shall comply with said '' lowa Code Sales Tax requirements, shall keep records identifying the materials and I supplies purchased and verify that they were used on the contract, and shall pay tax on 'i� any materials purchased tax-free and not used on the contract. ��` II ,, ; 2. Upon award of Contract the City will register the Contract, Contractor, and each '; subcontractor with the lowa Departrrient of Revenue and Finance; and distribute tax 1'. ,, exemption certificates and authorization letters to the Contractor and each 'I subcontractor. i; V i, �� i; , � � li '�; i; ' '� � I� r � � ; � E � , � � I € �I � SECTON 00750 � Page 2 of 4 � � il PROJECT INFORMATION REQUIREMENTS FOR I� STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES i FOR COIVTRACTORS & SUBCONTRACTORS � !I ;�Submitting Department: Leisure Services Department , � Department Contact:Stephen Fehsal � I; Project CIP Number(s): 350-1676 i � Please complete this form in its entirety and submit along with the executed Contract, Bonds and ,I Certificate of Insurance. Upon receipt, the City Finance Department will work with the lowa ; Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) ;; to allow for the purchase or inventory withdrawal of materials fo'r the specified Project free from � State of lowa Sales Tax. � ; �i Sales tax exemption certificates are not provided to material suppliers. % „ The Contractor and subcontractors can provide copies of the sales tax exemption certi#icates �I issued by the City to individual material suppliers. 'I Project Name: FTora Park Maintenance B,uild�ng Extesrior f, � L�late� rc�for ��o e�t � i Project Description: ,E�terior���, wr,aterproo��ing of th� belpw grade;, � fo.undation walls and pla�ement of: drair�: tile ;; x around 'the �xisting Flora Pa;rk Maintenance�; 'i Building; and , restroom including the fo'Ilowing:, � tasks ' f i ,�� � � !I ,� ,�, aF�' ca�ate �0," below the eXisting � tur�� � � s grade � ; • Clean and prepare the foundation walls.; � per manufacfurer's recomrnendations: 'I • Ap�ply waterproofing ` ' • In�tall foundation drain °tile an'd daylight, � tile as indicated in plan dqcurner�ts � '' � In`stall .1" Type K .;c`o`pper: water seruice";! � st�ub for�future�� use '� � °� • Backfill�all excauat�ons � • Replace conCrete walk per Exhibit i� '• PJace . topsoil` .and , hydroseed` disturbed � area: � p y � Star� Date (Bid Opening Date): June 7s �018 �� � �� : �, � � a SECTON 00750 Page 3 of 4 � Base Bid Completion Date: �/�Ugust���, 20�,�.� �. � 1. General Prime Contractor: � Contact Name: � Complete Address: � (Indude PO Box and Street Information) � City, State, Zip Code � � Telephone Number; II Federal I.D. Number: (or Include Social Security Number) ` Work Type to be Completed: � il ;� , � ,; � 'i �i� �i '�;i F �! � I,� � � � ; � � � � � � i , r ��� ` � , SECTON 00750 r� Page 4 of 4 ,� I � 2. Subcontractor: I Complete Address: Q (Include PO Box and Street Information) j City, State, Zip Code � I� Telephone Number: � Federal I.D. Number: i (or Include Social Security Number) Work Type to be Completed: !j ;, I� ii 3. Subcontractor: ; Complete Address: �� (Include PO Box and Street Information) �J City, State, Zip Code j; Telephone Number: � �� 11 Federal I.D. Number: ;; (or Indude Social Security Number) �i Work Type to be Completed: �,,� I; � 4. Subcontractor: � Complete Address �i (Include PO Box and Street Information) , Cit , State, Zi Code �I p I� Telephone Number: ry Federal I.D. Number: Ij (or Include Social Security Number) � Work Type to be Completed: j � r h� 5. Subcontractor: � � Complete Address: (Include PO Box and Street Information) �I Cit , State, Zip Code Tele hone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: V � ___= END OF SECTION 00750 =___ � � , a � � � d � � � � � [Page Intentionally Left Blank] '�� � ;; '�I � �� !� � � � �; ,., � I� �i u '�, �; ,'' I� � � „ �; ,; i� �I �� � �� � ;� � g i ( � � E ; i � f E f � � � I I � I SECTION 00800 I� Page 1 of 2 � � CONSTRUCTION SCHEDULE AND AGREED COSTS OF DELAY ' �; SECTION 00800 i. 800.1 SCHEDULE: � 1 CALENDAR DATE SCHEDULE: `I Bidder agrees that the work on said base bid improvement must be fully completed on or � before August 1, 2018 as indicated in Section 00800 — Construction Schedule and Agreed Cost � of Delay. Please note, Flora Park is open to the public between the hours of 7:00 AM and 10:00 'i PM daily. Any work shall occur between Monday and Friday each week. Bidder shall ;a coordinate with Leisure Service Department to ensure no conflicts occur between park users and the Contractor. The Contractor is responsible to provide sufficient protection for the public I in the work area and to clean up and secure equipment, materials and other related '''� � construction items during non-working days. Restroom portion of the structure will remain � closed during construction activities. �I u �; 800.2 AGREED COSTS OF DELAY: �� , Time is of the essence of the Contract. As delay in the diligent prosecution of the work may Ii�i inconvenience the public, obstruct traffic, interFere with business, and/or increase costs to 'I tye City s��y as e�yin��rir�g, a�rr��r�i�tr�t�or�, ar�d ���pe�t�or�, it ;s ;rr���r#an# #!�a# #he +��rk h? '�� prosecuted vig�rously to final completion. !I i= 1. An extension of the contract period may be granted by the City for any of the following " fi reasons: ;{ 2. Additional work resulting from a modification of the Contract Documents by approved ;� change order. '�1 ,�� �, 3. Delays caused by the City. j� 4. Other reasons beyond the control of the Contractor, which in the City's opinion, would � justify such. � � Should the Contractor, or in case of default the Surety, fail to complete the work within the � specified Final Completion Dates, a deduction at the daily rate for agreed costs of delay will be made for each and every calendar day, such that the work remains uncompleted. The ; Contractor or the Contractor's Surety shall be responsible for all costs incidental to the , I completion of the work, and shall be required to pay the City the following daily costs: ! A. For each calendar day that any work remains uncompleted beyond the Final Completion date the contractor will be assessed and shall pay, $500 per calendar I �, not as a penalty but as predetermined and Agreed Cost of Delay until Final ' Completion requirements are met. 4 � SECTION 00800 � Page 2 of 2 ; � � Permitting the Contractor to continue and finish the Work, or any part of it, after the � expiration of the Substantial and Final Completion dates or Milestone Dates or extension � thereof shall in no way operate as a waiver on the part of the City of any of its rights or I remedies under the contract, including its right to Agreed Cost of Delay pursuant to fihis '�1 provision. Furthermore, the assessment of Agreed Cost of Delay 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. � '�J The Agr�ed Cost of Delay rates specified in the Contract Documents is hereby agreed upon j as the true and actual damages due the City for loss to the City and to the public due to i� obstruction of traffic, interFerence with business, and/or increased costs to the City such as engineering, administration, construction, and inspection after the expiration of the contract ! times, or extension thereof. Such Agreed Cost of Delay will be separately invoiced to the ;; Contractor, and final payment will be withheld from the Contractor until payment has been ;I made of this invoice for the agreed cost of delay. The Contractor and its surety shall be liable ;f for any agreed cost of delay in excess of the amount due the Contractor. i� �, �; �; _—_= END OF SECTION 00800 =__= ��� i ii � '; � li � �; , , ii ., ; I� n ij , �� � �i � a � � ,� � � � � �� � q � n � � 19 � � �� [Page Intentionally Left Blank] �; '� �; ij � I�l i� y' � Il ;I � i � I� 'j1 � !i I ii il, li li Ii �� i! r IJ! Ij 4 ' II �9�I I �i � I� tl II r, � h' f � I � � II � SECTION 00850 � Page 1 of 1 � �rH��rrY o� City of Dubuque '� �� Engineering 50. W. 13t" Street Mc�sterpiece on t12c Mississippi Dubuque, IA 52001 � (563) 589-4270 ��, � NOTICE TO PROCEED r{ SECTION 00850 � ,� i; TO: � ` ��'. : a �� ISSUE DATE: ; �.. :; .. �I �i ` '� . .":� � i, PROJECT: Flora Park Maintenance Building Exterior Waterproofing Project '�I !i' Dear, � � f You are hereby notified to commence the work on the Project in accordance with the Contract ; Documents. The Contract Time shall begin to run on the commencement date of I° M � '�� � ,� � �<� � ��� � �y,c a c= -� �e <> r ,h: �� ��� �� ff :� ,c i L �`m � o �� �� .m�; a'�: s� a�� � �� � � w :� s�,, ���" •`�,, p i� r: s � �i � � 0 � �� ; �'� � .',- ,�1 ; 3����3� ', se�� � 'ri� .m$'ffi m.t�r���� .� .�.f' � _ , a � by�", � ' ��3��'��___.«_ ;+� s.�.. ` � II s �..�,,.«,«�...�,,...w .,�.,.,.�F<� �:�..._. � You are required to return an acknowledged copy of this Notice to Proceed to the City. j�, II THE CITY HAS RECEIVED A COPY CITY OF DUBUQUE, IOWA i OF THE CONTRACTOR'S WRITTEN By� � II� SAFETY PROGRAM �" � k � -�; ij ;I ❑ YES `° .s � i:l.�; i ACCEPTANCE OF NOTICE � � Receipt of the above Notice to Proceed is hereby acknowledged by � this the day of , 20 � PRINCIPAL: � (Contractor) � By: 'I (Signature) i (Name) I (Title) f j I' �I � ��I, ii ,� il I [Page Intentionally Left Blank] ,� � jl ;� i !, � ;i � ii fl ;� I�i,l, �'r �1 �� ,I; i � , , � �i �i �� U i , � � 4 � G � I; SECTION 01000 Page 1 of 2 SECTION 01000 � CONSENT DECREE � RELATING TO THE PROJECT � 15. � THIS CONTRACTOR IS PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED ; TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER i COLLECTION SYSTEM. THEREFORE, THE CONSENT DECREE AND THIS SECTION ARE � APPLICABLE. `i ii CITY CONTRACTOR � � THIS CONTRACTOR IS NOT PERFORMING WORK FOR THE CITY OF DUBUQUE II�' RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY ii SEWER COLLECTION SYSTEM. THEREFORE THE CONSENT DECREE AND THIS SECTION ARE NOT APPLICABLE. � The City has entered into a Consent Decree in the case of The United States of America, and the ��, State of lowa v. The City of Dubuque, lowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil ,�; Action Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the � Northern District of lowa. The provisions of the Consent Decree apply to and are binding upon the City �"' and its officers, directors, employees, agents, servants, successors, assigns, and all persons, firms �;j and corporations under contract with the City to perform the obligations of the Consent Decree. '� �� The City is required to provide a copy of the Consent Decree to any contractor or consultant retained i' to perform work required by the Consent Decree. ! A copy of the Consent Decree is induded in the Contract Documents and can be viewed at � htt�//www citvofdubuque or /q DocumeratCenter/Home/Viewl3173. A hard copy is available upon d request at the City's Engineering Department Office. �l, I� The City must condition any contract to perform work required under the Consent Decree upon i� performance of the work in conformity with the provisions of the Consent Decree. ' ;, The Consent Decree also provides that until five (5) years after the termination of the Consent Decree, � the City must retain, and must instruct its contractors and agents to preserve, all non-identical copies � of all documenfis, repor��, data, records, or other inforrnation (including documents, records, or other � information in electronic form) in its or its contractors' or agents' possession or Control, or that come into its or its contractors' or agents' possession or control, and that relate in any manner to the City's performance of its obligations under this Consent Decree, including any underlying research and � analytical data. This information-retention period, upon request by the United States or the State, the City must provide copies of any documents, reports, analytical data, or other information required to � be maintained under the Consent Decree. At the conclusion of the information-retention period, the , City must notify the United States and the State at least ninety (90) Days prior to the destruction of any j documents, records, or other information subject to such requirements and, upon request by the United States or the State, the City must deliver any such documents, records, or other information to the EPA or IDNR. � � CERTIFICATION BY CONTRACTOR i � ; SECTION 01000 � Page 2 of 2 � I' The undersigned, on behalf of the Contractor, with full authority to act on behalf of the Contractor, ' certifies to the City of Dubuque as follows: �� , �1. I have receiv�d a copy of the Consent Decree in the case of The United States of , America, and the State of lowa v. The City of Dubuque, lowa, Civil Action Number ' Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90- jl, 5-1-1-09339, United States District Court for the Northern District of lowa. `' �� 2. All work performed will be in conformity with the pravisions of the Consent Decree. �� i 3. All documents reports, data, records, or other information (including documents, �� records, or other information in electronic form) that relate in any manner to the i performance of obligations under the Consent Decree, including any underlying 'i research and analytical data, will be retained as required by the Consent Decree. Ij 4. The Contractor agrees to defend, indemnify, and hold harmless the City, its officers, �I agents, or employees from and against any claims, including penalties, costs and !! fees as provided in the Consent Decree, relating to or arising out of the Contractor's ,I' failure to comply with the Consent Decree. ;; i� CONTRACTOR: Contractor I'' il Bv. I� ,� �� Signature i i , Printed Name �; Ij Title �I �� � Date �i N� Ii ; � i Y � � � � �: �� I! � � � I,' 1 SECTION O1 11 00 � 2 3 SUMMARY OF WORK 4 1.01 GENERAL �; 5 A. APPLICABLE PROVISIONS �{ 6 1. Applicable provisions of Division O1 shall govern work of this section. � � 7 B. DESCRIPTION OF WORK �, , 8 1. Remove existing drinking fountain and protect from damage to allow for 'j 9 re-installation. � ,� 10 2. Protect in-place or remove existing handrail and protect from damage to � 11 allow for re-installation. `� 12 3. Remove eXisting concrete walk as identified. �� ,1 13 4. Excavate to a minimum of 60" below finish floor (deck). Bottom of ! 14 excavation shall be sloped away from structure ' II ,, 15 5. Stub 1" Type K Copper Water Service stub for future use. Instal�l water- �� �(, tight penetration into the building a minimum of 5.5' below �nish grade. � 17 Coordinate location of line with Engineer. Extend service line a minimum � � 18 of 2' inside and 8' outside of.the foundation wall. Cap both ends of the 19 line with watertight caps. Mark eaterior end with a 2x4 buried to the line � 20 depth and painted blue. � i 21 6. Clean, prepare and install waterproofing to foundation wall and deck slab � 22 per manufacturer recommendations from bottom of excavation to 3" � 23 below finish floor. �i 24 7. Place 6" perforated drain tile in bottom of excavation at lowpoint in the � 25 excavated trench. Daylight drain tile on southwest slope of structure. F i 26 Ensure positive drainage away from structure from tile daylight location. t 2'7 Ensure positive drain on drain tile from point of beginning to daylight � 28 invert location. Install rodent guard on drain tile invert. , 29 8. Backfill excavation with 3/4" clean stone, place 5" concrete walk or 5" of 30 topsoil in disturbed areas or as identified in E�ibit. Place geotextile 31 fabric between topsoil and clean stone backfill. 32 9. Reinstall disturbed handrail and drinking fountain. � 33 10. Hydroseed all disturbed turf areas with suitable turf grass mix. Project#16769014 Summary of Work �2018 MSA ProFessional Services,Inc. O� �� oo'� f � � 1 ; � 2 f J I 4 END OF SECTION i� �i tl I� I I j ; I �I � �Ji � li i i i ;-; i� �� i II u i li 4 � I� I � �; � � II II � II�� P I � � � '� � Project#16769014 Summary of Work �2018 MSA Professional Services,Inc. 0 1 1� ��-2 , g P i� k ISr li � � � 11' ± OF 1" TYPE K COPPER � � SERVICE STUB WITH CAP ',,i � DRAIN TILE AND iI WATERPROOFING �I ,i IL� DAYLIGHT DRAIN TILE AND INSTALL RODENT GUARD �� �� � �i{ � , ;; i I1 � PROJECT LOCATION li � �I � �, I+ FLORA ''� `� POOL ''� ��� �� , , � �� � � i �; ; , ; � �� �� ,: �� � , �� , � s � � � � i � I � � � FLORA PARK RESTROOM PROJECT NO.: 16769014 F.B.: BOOK NO ARCHITERURE I ENGINEERING I ENVIRONMENTAL FUN�ING PLANNING I SURVEVING � � . 40olceHarblorOrive�uhuque,lA52001 O � � m LEISURESERVICES PROJECTDATE: 2018 PLOTDATE: 5/21/18 (563)5823973�888�869S214Fax:�563)582-9W0 7 O o WebAddress:www.msa-ps.com W CITY OF DUBUQUE oM,,,,ob,,,o�.,,.M,�,.,��. A DRAWN BY: NL CHECKED BY: JH P:\16700s\16760s\16769N6769014\CADD\Construclion Drawings\ExhibitsN6769014 Flora Park Rest Room.dwg � �� 'l �. � + �' " ' �'����, � � `� � �.,� �d � � �, �- �, ��: �� "4 � t ��� ,s.( � ��if.'.t �� {:,� f �I� ,� '� *�s.`�': �., .j �y � c�' �r�`r�,. R �'�i _ `:z:��'� 'i; ,. , ...,. �,, ., i . .. ., . . . �, I a A I� �� II �I u PLACE NEW CONCRETE � i� � � � ;{ ,� REMOVE AND REPLACE CONCRETE DRINKING FOUNT,41N TO BE REMOVED AND REINSTALLED 'i I �I , i ii li Il, ,�� .r .�. ..�,�; �^'�" : '".-w,.. 2- "'�" r �� li k r � ' �' � `��� . .€ y� � .ti� a.�� � z 4^ � � � h"�.� � ,�„c' .� � � �,�i i i ,� ` n , :$ �"�;s' r�; , „ , , �'S '`�,.� 7 � . � . . } '� �� e.�. .,� ' ,' J ,., 4� r k t }�"5 '.�.' F .�i , � ' . ,-. ,. " ,�. `. y, v d� k ^ .. .� ^, : A.. � " i ��� i� � li IH; I �I � 4I � CONTRACTOR TO PROTECT HAND � RAIL OR REMOVE AND REINSTALL � SAW CUT CONCRETE � r i � � � � FLORA PARK RESTROOM ARCHITECI'URE I ENGINEERING I ENVIRONMENTFL �'i N � PROJECT NO.: 16769014 F.B.: BOOK NO FUN�ING PLANNING I SURVEYING ' O � � ^ LEISURE SERVICES �sA 40QIceHarblorDriveOuhuque,lA52001 � T � o o PROJECT DATE: 2018 PLOT DATE: 5/21/18 (563)582-3973(888)869-1214 Fax;�563)562-4020 W CITY OF DUBUQUE wecnaa�ess:www.msa-vs.�om '� A DRAWN BY: NL CHECKED BY: JH �"�:°"`°�•,,"°'"•'"`•',�°`. P:\167005116760s\16769N6769�14\CADD\Construction Drawings\Exhibils\16769014 Flora Park Rest Room.dwg � u S � h i � i n � Ii i� Ij i� ; EXISTING BUILDING �. FOUNDATION WALL ,� �, I� WATERPROOFING LEVELING I 'e CLOSED CELL FOAM(2 POUND MIN.) i� � !i WATERPROOFING MATERIAL ' (OR90WPM/S FROM OAK RIDGE FOAM AND i COATING SYSTEM OR APPROVED EQUIVALENT) i; d �� �'�� il� DETAIL A SPRAY COATING SCALE:NONE ��I SEALED EXPANSION JOINT TOP OF CONCRETE ''i DECK � , �I IN AREAS WHERE TOPSOIL IS APPLIED TOP OF FOUN�nTiOry wnLL �' GEOTEXTILE FABRIC SHALL BE PLACE -�--z/nn/vc BETWEEN STONE AND SOIL 5" SIDEWALK OR TOPSOIL i; h 6 I�� I� I� i ;i I � 3/4"CLEAN STONE � WATERPROOFING 5'MINIMUM DEPTH I� N EXISTING BUILDING �i FOUNDATION � � PROPOSED WATERPROOFING � SEE DETAIL A FOR WATERPROOFING COATING DETAILS. � � I WATERPROOFWG CORE OUT WIDTH � 4'MIN. ,�_ 6"DUALWALL PERFORATED � DRAINTILE � 3 WATERPROOFING TYPICAL SCALE:NONE � � � �I ii f SPRAY APPLICATION h WATERPROOFING DETAIL � � FLORA PARK RESTROOM ARCHITECTURE�ENGINEERING I ENVIRONMENTAL (,,) 6> T PROJECT NO.: 16769014 F.B.: BOOK NO FUNDING I PLANNING�SURVEVING ;j 400 Ice Harhar Drive�uhuque,IA 52001 O � � � LEISURESERVICES PROJECTDATE: 2018 PLOTDATE: 5/21118 (563�582-3973�888�869-1214Fax:�563�582-4020 � o CITY OF DUBUQUE We6Address:www.msa-ps,com � W ,A � DRAWN BY: NL CHECKED BY: JH mMsnvpruno�.i:.,„.„,m.. g a P:116700s\16760s\16769\1fi769014\CADD\Construction DrewingslEzhibits\16769014 Flora Park Rest Room.dwg ` � � 8 � I I� , 1 SECTION O1 33 00 �1 2 ,� 3 SUBMITTALS �� � � 4 PART 1 GENERAL I� 5 1.01 APPLICABLE PROVISIONS !,� � 6 A. Applicable provisions of Division Ol shall govern work of this section. ' 7 1.02 APPLICABLE I'UBLICATIONS (NONE) i i; '; 8 1.03 DESCRIPTION OF WORK Irl 9 A. The work under this section shall cover furnishing submittal information as 10 required by the contract drawings, other specification sections and as specified ' I; 11 herein. ,1 12 1.04 RELATEL) WORK ELSEWHERE j� �{, 13 A. Submittal Log - Section Ol 33 23 � „ 14 1.05 SUBMITTALS I; �,; i 15 A. As soon as possible after Notice to Proceed, submit brochures of catalog cuts and '�j 16 specifications for all materials. Submittal of product �data sha11 comply with the � 17 requirements for Submittals. ; �I 18 B. Prior to fabrication or installation, submit Submittals for review. Each submittal 19 shall consist of the minimum number of copies as listed on the submittal log. � 20 Two will be returned to the Contractor. Should more than two copies of reviewed 'h 21 Submittals be necessary for Contractor's use and distribution, the Contractor shall � � 22 supply additional sufficient number of Submittals for review as required. �� 23 C. Submittals shall include layout details, schedules, setting instructions, and I' 24 manufacturer's literature. j 25 1. Submittals shall be identified with the name of the project, numbered � 26 consecutively and bear the stamp of review of the Contractor as evidence 27 that all drawings have been checked by the Contractor for accuracy and � 28 compatibility with contract requirements. Drawings not so checked and 29 noted will be returned without being examined. 30 2. Partial lists will not be considered; Submittals for each part of work shall � 31 be complete in one submittal. � 32 D. If information on previously submitted Submittals is altered, in addition to the 33 notations made by the City, the Contractor shall bring all changes to the attention � Project#146769014 �} 7 Submittals � �20(8 MSA Professional5ervices,Inc. 0 1 �J �Q'1 h � J � � � � � � 1 of the Ci . Corrections or chan es indicated on reviewed Submittals shall not be !I tY g Fl 2 considered an order for extra work. � � 3 E. Submittals will not be considered reviewed unless they bear the stamp of review � 4 and signature of the City or their representative. Drawings will be reviewed for 4 5 general compliance only. Dimensions and fit of units of various parts shall be the ��� 6 Contractor's responsibility. � � 7 F. Prior to work at the site, submit samples allowing reasonable time for review and �� 8 testing. Submit samples in sufficient quantity(minimum of five), of adequate size � 9 showing quality, type, color range, finish and texture. Label each sample stating 1 10 material, description, applicable specification sections, intended use, project �'i 11 name, and Contractor's name. G ;, 12 G. Order no materials subject to sample review until receipt of written shop drawing '+ 13 review. Materials installed shall match reviewed samples. No review of samples ��1, 14 shall change or modify contract requirements beyond the written stipulations of �' 15 the review. I'' �. 16 1.06 PERMITS AND APPROVALS I' 17 A. Obtain and submit copies of all permits, code inspections, and approval ''! ,; 18 documents, as specified. � ;i i� 1� i.u7 Cv�dST'ic�J�7`i'I�I�T�i�EU�Ji,E �� i I� 20 A. Submit a minimum of six copies of a schedule of operation prior to construction. �; 21 The schedule shall provide for activities of the various trades and shall be � 22 sequenced to provide a minimum of interruption to the operation of existing �j; 23 facilities. A�llow ample time for the Owner to alter operations as required by the � 24 construction of the various components of the work. Revised and updated � 25 construction schedule shall be provided throughout the construction as deemed j� 26 necessary and requested by the City. � � 27 B. The construction schedule shall be supplemented by a list of Submittals, dates � 28 they will be submitted for approval and a reasonable time allowance for review. � � 29 1.08 SUBMITTAL LOG � � 30 A. A submittal log is included as Section O1 33 23 of this Project Manual, which lists � 31 the minimum required Submittals, product data, samples, and operation and � 32 maintenance manuals. Additional submittals not listed on the log may be required � 33 by the City during the course of construction. All submittals to the City shall � 34 include the submittal number shown on the log. The minimum number of copies 35 to be submitted is shown on the submittal log. Any additional copies required by 36 the Contractor may be submitted in addition to the number shown on the log. � � � Project#146769014 �} Submittals p � �2018 MSA Professionaf Services,Inc. O 1 J 3 OO-2 % iry @ R a � a � � �, r li 1 PART 2 PRODUCTS AND MATERIALS (N/A) ���? E 2 PART 3 CONSTRUCTION METHODS (N/A) ; 3 PART 4 MEASUREMENT AND PAYMENT 4 4.01 GENERAL � ,{ 5 A. All worlc specified herein shall be considered in each of the measurement and � f; 6 payment method(s) stipulated. ;; � � u, ii 7 4.02 SUBMITTALS �� �, 8 A. Submittals, Inclusive. The cost for all submittals shall be considered inclusive to � 9 payment for work related to the respective equipment, associated construction, or � 10 utility. 1 11 '� 12 END OF SECTION �,� i� �; �� �, �i �!� i; i; �� P s' i� � �i �; � I� li �I V tl � � � � Project#146769014 � �2018 MSA Professional Secvices,Inc. O1 33 00-3 Submittals � � � V � � , j 'I a � SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES SUBMITTAL LOG Page 1 of 1 PROJECT: MSA PROJECT NO: 16769014 CONTRACTOR: � Referred Action #copies to I� � � � ° � o y � .� r� z f; � � g � � 3 �, �3 �, v 4 �� � � � � � � � � ° ; � � � �° � �. �. Spec Section � � p Date � � � � � � � � � b �, 'r Spec Section# Title/Product Date Rec'd � x rn To Date Sent Reviewed � �j � U Q � � Date Ret'd U O w w Ir �I Drain Tile 6 ��i ;I �� li Spray 6 �I Wate roofin i il i Stone Bacicfill 6 � � ii Concrete Mix 6 �� 'I i' 1"Copper Water 6 G Service � �I I - Sho Drawin Lo � O1 33 23 1 p g g tl H � d � G t A N � 'I 1 SECTION 31 23 33 � 2 3 TRENCHING AND BACKFILLING j 1 4 PAR'I' 1 GENERAL � 5 1.01 APPLICABLE PROVISIONS �� ti 6 A. Applicable provisions of Division O l shall govern work of this section. i 7 1.02 APPLICABLE PUBLICATIONS � , � 8 A. The following publications of the issues listed below, but referred to thereafter by h� 9 basic designation on1y, form a part of this specification to the extent indicated by � 10 the reference thereto. �; 11 1. American Society for Testing and Materials (ASTM), Annual Book of Ij 12 ASTM Standards, Current Edition. 13 2. Code of Federal Regulations (CFR), Title 29, Chapter XVII- Occupational I�I, 14 Safety and Health Administration (OSHA), Department of Labor, Part � 15 1926 Regulations, Current Edition. � 16 3. Iowa Department of Transportation (IADOT), English Standard 17 Specifications for Highway and Bridge Construction, Current Edition. 'I''� 18 4. Iowa Water Supply Facilities Design Standards (IAWSFDS), Current l; 19 Edition. 2U �. lowa Wastewater Facilities Design Standard(IAWFDS), Current Edition. 'i 21 1.03 DESCRIPTION OF WORK � �' 22 A. The work under this section shall include all trenching and backfilling as indicated � I 23 from the contract drawings and as specified herein. ; �i 24 1.04 RELATED WORK ELSEWHERE �i 25 PART 2 PRODUCTS AND MATERIALS � d ; ,� 26 2.01 IMPORTED BACKFILL (TRUCKED BACKFILL)MATERIAL �i 3 » � 27 A. Backfill shall be /4 clean stone. � 28 PART 3 CONSTRUCTION METHODS i 29 3.01 SURFACE OBSTRUCTIONS i 30 A. Structures, sidewallc, driveways, curb and gutter, trees, shrubs, lawns, signs, � 31 fences, utilities, survey monuments, pavements, culverts and other appurtenances � 32 which are adjacent to the right-of-way or work easements, shall be carefully � � �� P � i Project#16769014 31 23 33-1 Trenching and Backfilling �, �2018 MSA Professional Services,Inc. Re¢2/08 u N � B % � 1 protected against damage. In the event of damage or inadvertent injury or 2 removal of these surface features by failure of the Contractor to exercise ' 3 reasonable precautions or proper construction techniques, he shall bear the full y 4 cost and responsibility for resulting damages and shall replace or repair such 5 damage as early as possible. No allowance for extra payment or time lost will be � 6 allowed for such interferences that the Contractor could have suspected or 7 anticipated during pre-bid site inspection and interpretation of the bidding ; 8 documents. � � 9 B. Clearing, grubbing, and removal of all pavements, sidewall�s, curbs, signs, poles, ' 10 fences, etc., shall be done only as necessary for the completion of the work. 11 Brush, trees, shrubs, concrete, rubble, and other removals, which are not intended 12 to be replaced, shall be disposed of by the Contractor off the work site. �i , u 13 C. Obstructions, which are intended to be reset, shall, be stored and protected by the i� 14 Contractor. Fences, signs, mailboxes, trees, shrubs, structures, and similar j; 15 features requiring removal, shall be restored to their original position except � 16 where permanent removal is indicated. � 1 il 17 D. Monuments for land surveys encountered in the path of worlc shall be carefully ;� 18 protected from movement. Should removal be necessary, the Contractor shall 19 notify the Engineer in advance. The Contractor will be held responsible for �;'�� 20 re-establishing monuments lost due to his negligence or failure to notify the ' 21 Engineer at least 24 hours in advance of disturbing. � � �� 22 3.02 SUBSURFACE OBSTRUCTIONS j �,� ;, 23 A. The approximate location and size of sewers, drains, culverts, gas mains, �� 24 watermains, survey monuments, electric and telephone conduits and other '� 25 underground structures shown on the drawings are based on records available to � 26 the Owner or surface markings indicating their existence. 27 B. The Contractor shall use caution in excavating and trenching so that the exact 28 location of underground structures, both known and unkt�own, may be :; 29 determined; he shall be held responsible for the repair of such structures when � 30 broken or otherwise damaged during construction. � 31 C. The Contractor shall make arrangements with the utility companies for any � 32 relocation of interfering utilities. No extra cost due to unexpected delays or � 33 coordination work shall be incurred on the Owner except for authorized utility �4 alterations performed by the Contractor as provided below. 35 D. When the Engineer permits the Contractor to make a change to avoid a utility 36 relocation,the Engineer shall determine whether the change constitutes extra work 37 as defined in the General Conditions. � � � z Project#16769014 7 �Trenching and Backfilling ; �2018 MSA ProfessionalSeivices,Inc. �1 �� ��—Z Rev.2/OS � � � 4 � � , I � ,; 1 E. Any underground utilities or other structures, which the Contractor wishes to have 2 moved to facilitate construction, shall be arranged with the owner of such � 3 structures. The Contractor shall pay all costs of the accommodation. � �4 F. In the event that there is any question as to whether any of the above enumerated IS 5 obstructions, underground utilities or other structures cross or pass through the ;I 6 space occupied by the completed structures of this contract, the Engineer's �� 7 decision shall be binding upon the Owner and the Contractor. I ,� i 8 G. During the construction of the pipe lines, it may be necessary to cross under � 9 certain sewers, drains, culverts, water lines, gas lines, electric conduits and other ; 10 underground structures. Every effort shall be made to prevent damage to such �� 11 underground structures. Wherever such structures are disturbed or broken, they ; 12 shall be restored to good condition at no additional cost to the Owner. II 13 3.03 EXCAVATION '� G, 14 A. General. All excavation of every description and of whatever substances I! 15 encountered shall be performed to the depths indicated or as otherwise specified. �; 16 1. During excavation, material suitable for backfilling shall be piled in an �� 17 orderly manner a sufficient distance from the banks of the trench to avoid 18 overloading and to prevent slides or cave-ins. A11 excavated materials not �j 19 required or suitable for back�ll shall be removed and wasted as specified. i; 20 Grading shall be done as may be necessary to prevent surface water from �' 21 flowing into trenches or other excavations and any water accumulated � 22 therein shall be removed by pumping or by other approved methods. ''; 23 2. Sheeting and shoring shall be placed as may be necessary for the I' C 24 protection of the work and for the safety of personnel. Unless otherwise �' 25 indicated, excavation shall be by open cut. � �; w�. 26 B. Trench Excavation. Trenches shall be of the necessary width for proper laying of �a 27 pipe and shall conform to IADOT requirements. The banks of pipe trenches shall I,' 28 conform to OSHA requirements and the Contractor is responsible for all safety {j 29 requirements of said codes. li 30 l. Care shall be taken not to overexcavate. The bottom of the trenches shall , 31 be accurately graded to provide uniform bearing and support for each � 32 section of the pipe. Bell holes and depressions for joints shall be dug after � 33 the trench bottom has been graded, and in order that the pipe rest on the � 34 prepared bottom for as nearly its full length as practicable, bell holes and 35 depressions shall be only of such length, depth, and width as required for 36 properly malcing the particular type of joint. Stones shall be removed as 37 necessary to avoid point bearing. � 38 2. Except as hereinafter speci�ed for wet or other unstable material, u 39 overdepths shall be backfilled as and with materials specified for; � 40 backfilling the lower portion of trenches. Whenever wet or otherwise �� � Pro ect#16769014 J 7 Trenching and Backfilling ' �2018MSAProfessionalServices,Inc. 31 23 33—� d Rev.2/08 � S 4 II' 1 unstable material that is incapable of properly supporting the pipe is 2 encountered in the bottom of the trench, such material shall be � ; overexcavated to a depth to allow for construction of a stable pipe � 4 bedding. The trench shall be bacicfilled to the proper grade with suitable � 5 approved materials. 6 a. Trench Width. The width of the trench shall be approximantely 4'. � 7 C. Protection and Removal of Utilitv Lines. The Contractor shall notify all affected �� 8 utility companies at least three consecutive working days preceding his � 9 construction operations to coordinate his work regarding poles, wires, valve boxes ;� 10 and other stirface obstructions and to determine the location of gas, watermain, �I� 11 power, light, telephone or telegraph conduit or service connection thereto or any ! 12 other subsurface structure that crosses or passes through the space occupied by � 13 any of the proposed improvements. The Contractor shall make advance 14 arrangements with the utility companies for any relocation of interfering utilities � 15 so as not to delay construction. � � i 16 D. Interruptions of Services. Interruptions of utility services to existing buildings or !i 17 facilities which become necessary either directly or indirectly due to worlc �' 18 required under this contract shall be coordinated with the Owner through the i3 19 Engineer. If the down time for connections is limited by them as to duration and j; 20 time (weekend, nights or holidays), the Contractor shall perform the worlc during ;i 21 the designated period at no additional cost to the Owner. �;j � 22 3.04 BACKFILLING � u 23 A. Backfill shall be 3/4" clean stone. �1 � 24 B. After Settlement. Should after settlement occur, succeeding any of the above '� 25 backf"illing methods, the Contractor shall scarify the surface of the fi11 material � 26 and place additional �11 material in the same manner as herein described so that � 27 the surface elevation conforms to that shown on the contract drawings. No �� 28 additional compensation shall be allowed for repairing filled areas where after- �� 29 settlement occurs. �� 'n of material � 30 C. Backfillmg worlc shall be done m such a way as to prevent droppi g � 31 directly on top of any conduit or pipe through any great vertical distance. In no 32 case shall backfilling material from a bucket be allowed to fall directly on a � 33 structure or pipe and in all cases, the bucket shall be lowered so that the shock of ` 34 falling earth will not cause damage. � f � � i � i i � � � � Project#16769014 7 ^ ^ Trenching and Backfilling i OO 2018 MSA Professional Services,Inc. �i G� ���`�' Rev.2/08 � I � i1 ,� � ��1 PART 4 MEASUREMENT AND PAYIVIENT �� �� 2 4.01 GENERAL � 3 A. Trenching and Backfilling for utilities shall be paid for at the bid price in � _. 4 accordance with one of the following methods, unless indicated otherwise in the il 5 Bid Schedule or Special Procedures -Division Ol. � 6 B. All work specified herein shall be considered in each of the measurement and 7 payrnent method(s) stipulated, unless indicated otherwise in the Bid Schedule or " 8 Special Procedures -Division O1. I� , �; 9 4.02 TRENCHING AND BACKFILLING :; i{i 10 A. Trenching and Backfillin Inclusive. Trenching and backfilling shall be included ;; 11 in the lump sum bid price for the contract work. � 12 �' � 13 '� '�i � 14 END OF SECTION �j i; N ij 3� i; i �� , �i �, �� �; ; II � li � � ij � � � � Project#16769014 r� Trenching and Backf'illing k �2018 MSA Professio�al Services,Inc. �� G� ���S Rev.2/08 � � 4 h C,: � � 1 SECTION 32 13 10 2 � ; CONCRETE SIDEWALK, STEPS AND DRIVEWAYS � �' 4 PART 1 GENERAL �� '� 5 1.01 APPLICABLE PROVISIONS �� 6 A. Applicable provisions of Division O1 sha11 govern work of this section. � 7 1.02 APPLICABLE PUBLICATIONS � � �� 8 A. The following publications of the issues listed below, but referred to thereafter by y 9 basic designation only, form a part of this specification to the extent indicated by 10 the reference thereto. � 11 1. American Society for Testing and Materials (ASTM), Annual Book of �i; 12 ASTM Standards, Current Edition. �i 13 2. Iowa, Department of Natural Resources (IDNR) Iowa Construction Site 'i 14 Erosion Control Manual, Current Edition. r 15 3. Iowa, Department of Transportation (IADOT), English Standard i� 16 Speci$cations for Highway and Bridge Construction, Current Edition. ��j � 17 1.03 DESCRIPTION OF WORK Ii u o t, 1 c n „ � 1 �e � c ,� a 1 tPri l I{ 10 �. T��e �:,rn �cvere�' ur�der t�iJ Je.,tia�� �hal. c�n�:�t �f f.zrni„h'ng 1 r.:a�.,..a., !r 19 equipment, tools and labor required to execute the concrete sidewallc, driveway � 20 and step worlc for this project. �i �� 21 B. This work shall be in accordance with Sections 2301, 251 l, 2515 and 2516 of the I' 22 Iowa Department of Transportation, English Standard Specifications for Highway � 23 and Bridge Construction, Current Edition and as indicated on the contract �1 24 drawings and specifications. �, I� 25 1.04 RELATED WORK ELSEWHERE � F 26 A. Submittals -Division 01 � I 27 1.05 SUBMITTALS i 28 A. Contractor shall submit such product literature and catalog cuts to relate the 29 materials supplied to the specifications. Information shall be in conformance with � 30 requirements of Submittals - Division O1 of these specifications. y I i ' t#16769014 Concrete Sidewalk, Ste s and Drivewa s I Pro�ec 32 13 10-1 p Re�.Z,o$ �2018 MSA Professional Services,Inc. ; € i � � r � ; 1 1.06 OPERATION/MAINTENANCE MANUALS AND INSTRUCTIONS (NONE) � f 2 PART 2 PRODUCTS AND MATERIALS �I 3 2.01 CONCRETE �� �� 4 A. Concrete for sidewalk, steps, and driveways shall be Class C as specified in � 5 Article 2301.04 of the Iowa Department of Transportation, English Standard � 6 Specifications for Highway and Bridge Construction. i �i 7 2.02 BASE MATERIAL �I ,i 8 A. Base material shall be 3/4"clean stone. 1ry ; 9 2.03 Ci1RING COMPOUND !� I, � 10 A. Suitable curing compound shall be used based on the weather conditions. i� i1, 11 PART 3 CONSTRUCTION METHODS 'J 12 3.01 BASE PREPt�RATION- GRADING !I i� 13 A. Prepare foundation by excavating to the lines, grades and cross section as ;I 14 required. All soft or unstable material shall be removed and replaced with sand or ;; 15 aggregate base course material cornpacted to a relative field density of 95%, based 16 on the Modified Proctor Density, AST'M D1557. Proof-roll subbase to check for ti 17 unstable areas needing additional compaction. Finish to a true and firm surface. 1 , 18 3.02 BASE MATERIAL � li 19 A. A minimum thickness of 4 inches of compacted aggregate base course or granular � 20 subbase course material is required under sidewallcs and steps. �� f 21 3.03 SIDEWALK �� , u 22 A. Sidewalks shall be constructed of Class C concrete as specified in Iowa � 23 Department of Transportation, English Standard Specifications for Highway and � �; 24 Bridge Construction, and to a uniform depth of 5-inches minimum. �' i 25 B. Sidewalks shall slope away from structure at a maximum of 2%cross-slope. � � 26 C. The concrete shall be placed on a moist foundation, deposited to the required � 27 depth, and consolidated and spaded suf�ciently to bring the mortar to the surface, 28 after which it shall be strucic off and finished to a true and even surface. � 29 D. The final floating shall be done with a wooden float. Before the mortar has set, � 30 the surface shall be brushed or lightly broomed, perpendicular to the direction of � 31 travel or as shown on the contract drawings. Before the concrete is given the final � Project#16769014 32 13 10-2 Concrete Sidewalk, Steps and Driveways � �2018 MSA Professional Services,Inc. Rev.2/2008 � ti � �I + f � � � � 1 surface finish, the surface of the walk shall be checked with a ten-foot �� 2 straightedge, and any areas which show a variation or departure from the testing � 3 edge of more than 1/4 inch shall be corrected by adding or removing concrete as I 4 necessary while the concrete is still plastic. �� '� 5 E. Concrete sidewalks may be constructed with suitable, approved slip-form j� 6 equipment when permitted by the Engineer. The wood floating may be omitted ;� 7 when a suitable finish is produced by the slip-form equipment. ti I{ 8 F. Where reinforcement is required, it shall conform to and be placed in accordance � 9 with the contract drawings. � il 10 G. Joints for sidewalks, including transverse joints, longitudinal joints, contraction �, 11 joints, expansion joints and joint felts and �ller materials shall conform to the i 12 requirements of Article 2511.05 D and F of the State of Iowa, Department of ; 13 �'ransportation, English Standard Specifications for Highway and Bridge "' 14 Construction, except as modified herein. �II 15 1. Sidewalks shall �be divided into sections not less than 3 feet or more than �� 16 12 feet, unless otherwise indicated on the contract drawings. Transverse ''' 17 joints shall be spaced at 6-foot intervals. '�i 18 2. Prefabricated expansion joint of 1/2-inch thickness shall be provided � 19 where steps or sidewalks abut curbs, pavements, buildings or other rigid 20 structures. Expansion joints shall be provided on each side of driveways '!? ;� 21 and at uniform intervals of not more than 48-foot centers for sidewalk '! 22 construction. � 23 3. Extend joint fillers full-width and depth of joint and nat less than 1/4-inch � 24 or more than 1/2-inch below finished surface. Furnish joint fillers in 'i 25 one-piece lengths for the full width being placed, wherever possible. ��� 26 Where more than one length is required, lace or clip joint filler sections � ;; 27 together. Trim top edge of filler to conform to profile of concrete. 'j � 28 3.0� STEPS � �� 29 A. Steps shall be constructed and placed as shown on the contract documents. I�� i; G 30 3.05 CURING COMPOUND � 31 A. Curing compound shall be applied at the recommended coverage requirement and ; 32 application rate of the manufacturer. The compound shall be applied by sprayer ; 33 as soon as all free water has disappeared after finishing operations. �! �I 34 B. If the coating is damaged within 72 hours of its application, the damaged surfaces ,I 35 shall be resprayed immediately. , Project#16769014 Concrete Sidewalk, Steps and Driveways �2018 MSA Professional Services,Inc. �� �� �O�� Rev.2/2008 I I r 1 3.06 ADJUSTING UTILITY APPURTENANCES ;, , 2 A. Valves and curb stop boxes shall be adjusted to finished grade of new ,i� 3 construction in a manner that the new construction wi11 not interfere with the ;4 4 proper operation of the facility. Catch basins, manholes and inlet covers shall be � 5 adjusted to the required elevation by adjusting the top of the existing structure by 6 removing or adding concret�masonry and reinstalling the fixtures firmly in place. ? I; 7 PART 4 NiEASUREMENT AND PAYMENT !� � , 8 4.01 CONCRETE SIDEWALK, STEPS. 9 A. General. Concrete sidewalk, steps, and driveways shall be paid for at the bid price II� 10 in accordance the following method below and payment shall be full ;� 11 compensation for fi,brnishing all material, equipment, tools, and labor in 'I 12 accordance with the contract documents. ;; ��I 13 4.02 CONCRETE SIDEWALK, STEPS, INCLUSIVE '; 14 A. Removal of existing and placement of ne�v concrete sidewallc and steps per plan �i� 15 documents shall be incidental to the lump sum bid price for contract worlc. I 16 4.03 BASE MATERIAL,INCLUSIVE j�� � 17 A. Base ma�teri�l �hal1 b� a�cicler�t�1 t�the l�a�� surr bi��r:ee f�r e�ntra�t v,�or.,. 'i i; I 18 4.04 CURING COMPOUND, INCLUSIVE i � a 19 A. Material, labor and appTication of curing compound shall be incidental to the lump �� 20 sum bid price for contract work. `� Is i 21 4.05 ADNSTTNG UTILITY APPURTENANCES � i� 22 A. Adjusting of utility appurtenances, existing features, and handrails shall be � 23 incidental to the lump sum bid price for conYract work. �� 24 25 END OF SECTION I � � � � p � � q � � Project#16769014 Concrete Sidewalk, Steps and Driveways �i o Zo�8 MSA Prafess;ona,Serv,�es,In�. 32 13 10-4 Rev.2/2008 �� � � �� i, � a � � 1 SECTION 32 91 19.13 i 2 ; TOPSOIL PLACEMENT AND GRADING ' 4 PART 1 GENERAL � ;, 5 1.01 APPLICABLE PROVISIONS � 6 A. Applicable provisions of Division O1 shall govern work of this section. i 'l 7 1.02 APPLICABLE PUBLICATIONS � i' 8 A. The following publications of the issues listed below, but referred to thereafter by '� 9 basic designation only, form a part of this specification to the extent indicated by I� 10 the reference thereto. ' 11 1. State of Iowa, Department of Transportation, Standard Specifications for �q 12 Highway and Bridge Construction, Current Edition at time of bid opening. p 13 li i{ 14 1.03 DESCRIPTION OF WORK p i; � 15 A. The worlc under this section shall cover furnishing all material, equipment, and i ;! 16 labor required to salvage and/or furnish, haul, place, and prepare topsoil for this �, 17 project in accordance with Section 2105 of the Iowa Department of i�i �iiaiiS�'ivi"i��i.i�ii� iiV131`Ji'i ^vi �i��l`i�`J2�j��� iii��l�i; ��a:�'a2oTC� C�,`�C��3C'�u�:^1:� ��r 'i �l 19 Highway and Bridge Construction, Current Edition. � � 20 1.04 RELATED WORK ELSEWHERE ;� � h 21 A. Seeding-Division 32 i 22 1.05 SUBMITTALS � �+ � 23 A. Submit a sample of the topsoil material prior to placement. Topsoil material shall � 24 be approved by the Engineer prior to placing on the project. � y � 25 1.06 OPERATION/MAINTENANCE MANUALS AND INSTRUCTIONS (NONE) � 26 PART 2 PRODUCTS AND MATERIALS � 27 2.01 TOPSOIL � 28 A. To soil or salva ed topsoil shall be screened and conform to Section 2105 of the � p g � 29 State of Iowa, Department of Transportation, Standard Specifications. A 30 minimum of 100% of the topsoil shall pass through the one-inch sieve (25 mm) 31 and 90%shall pass the No. 10 (2.00 mm) sieve. � Project#16769014 7 1 Topsoil Placement and Grading � o 2018 MSA Professional Services,Inc. 32 9 1 1 9.1 3—1 � � d I b ii II E I t � � 1 PART 3 CONSTRUCTION METHODS � � � 2 3.01 PRESERVATION OF TREES AND SHRUBS i �I 3 A. Trees and shrubs to be preserved shall be thoroughly protected from scarring or N 4 other injury during placement and grading operations. Excavation operations '� 5 shall not disturb the original ground around trees within a distance of one foot or 6 twice the diameter of the tree, whichever is greater. Exposed roots.resulting from 7 excavation shall be cut cleanly and covered with humus-bearing soil. F � 8 3.02 PLACEMENT AND GRADING ;� „ �i 9 A. General. Topsoil shall be stripped and placed in accordance with Subsection 2105 10 of the State of Iowa, Department of Transportation Standard Specifications. '� I 11 B. Salva�ed To soil. Topsoil shall be stripped to a minimum depth of 6 inches in all h 12 areas of cut or fill, except wiYliin roadway limits topsoil shall be stripped full ; 13 depth. Stockpile topsoil in storage piles otherwise directed by Owner. Construct I� I 14 storage piles to freely drain sltrface water. Any appreciable volume left in the I,; 15 stockpile after properly placing shall be removed from the site. All piles, which � , 16 are to be left for seven or more days, shall be stabilized as required. I! I� ,� 17 C. All areas disturbed by the Contractor's activities shall be topsoiled to the depth of 18 5 inches unless shoWn otherwise on the Contract Drawings. �� 19 PART 4 MEASUREMENT AND PAYMENT I � 20 4A1 GENERAL N'i , I� 21 A. Topsoil placement and grading shall be paid for at the bid price in accordance � 22 with one of the following methods, unless indicated otherwise in the Bid Schedule '6 23 or Special Procedures -Division O1. � , 24 4.02 TOPSOIL PLACEMENT AND GRADING � 25 A. Topsoil Placement and Gradin� Inclusive. Topsoil placement shall be considered 26 inclusive to the lump sum bid price for work. �, 27 I 28 END O�' SECTION � � � �a � Project#16769014 Topsoil Placement and Grading ;� oZo�BMSAP�ofeSs�ona�serv��es,�n�. 32 91 19.13-2 a � h . � 4 i i� � ��i 1 SECTION 32 92 19 �I 2 � 3 SEEDING ;I u �� 4 PART 1 GENERAL �' '1 '� 5 1.01 APPLICABLE PROVISIONS ;I 6 A. Applicable provisions of Division Ol shall govern work of this section. � � 7 1.02 APPLICABLE PUBLICATIONS � , � 8 A. The following publications of the issues listed below, but referred to thereafter by '' 9 basic designation only, form a part of this specification to the extent indicated by 10 the reference thereto. �� 11 1. Iowa, Department of Natural Resources (IDNR), Iowa Construction Site I�. p 12 Erosion Control Manual, Current Edition. 13 2. Iowa, Department of Transportation, (IADOT), English Standard I,I 14 Specifications for Highway and Sridge Construction, Current Edition. '�I I 15 1.03 DESCRIPTION OF WORK �'I 16 A. The work covered under this section shall consist of furnishing all material, 17 equipment, and labor required to execute the seeding for this project. All areas ��'i ,o �..Mi.,.a �L. .1 . 'I 1 o auiS�uivcu �i3j� �ii0 �viiS�iLiC�10I'i 2i'it�i �'i^vt �.`>JOY�.a. v`J1'�� i",^u`1�1T��:�, �'bT�:':ga�� �'�S� 'i 19 course, sod, or other structures shall be hydroseeded,fertilized and mulched. �' � 20 1.04 RELATED WORK ELSEWHERE � °� � 21 A. Submittals -Division O1 �� 22 1.05 SUBMITTALS ji G 23 A. Contractor shall submit such product literature and catalog cuts of materials to be �� 24 supplied to relate these materials to these specifications. Information shall be in � 25 conformance with requirements of Submittals - Division O1 of these � 26 specifications. � � 27 1.06 OPERATION/MAINTENANCE MANUALS AND 1NSTRUCTIONS (NONE) �i 28 PART 2 PRODUCTS AND MATERIALS i i 29 2.01 TOPSOIL ; ; 30 A. Materials. Topsoil or salvaged topsoil shall conform to Section 2105 of the Iowa I 31 Department of Transportation, English Standard Specifications for Highway and Project#16769014 ;2 92 19-1 Seeding Q 2018 MSA Professional Secvices,Inc. Rev.2/2008 � � � ; r 1 Bridge Construction, Current Edition. Topsoil shall also conform to Section ; 2 02270, Erosion Control, Subsection 2.OlA. j I 3 2.02 HYDROSEEDING j i 4 A. Seedin�Method. Hydro-seed slurry shall combine all components (water, mulch, '� 5 seed, fertilize tacifier, etc.) together for single application over prepared soil � 6 surface. Fertilizer, seed and mulch shall be applied in one operation with { 7 approved hydraulic equipment. Apply materials at the following rates: ,{ 8 1. Hydromulch, at 3,000 pound per Acre or at the supplier's recommended li 9 rate,whichever is greater. ,I 10 2. Seed, at 7 pound per 1,000 square feet. ;? 11 3. Triple 13 or equivalent at 400 pounds per Acre j u 12 B. A�plication. Seeding shall not be done during windy weather (above 25 mph) or !i 13 when the ground is overly wet (saturated) or frozen. CONTRACTOR shall give li 14 the OWNER 48 hours notice of seeding operations. Seeding, fertilizing, and fl 15 mulching of prepared areas shall be performed during the following time frames: ��� 16 1. No final seeding shall be done without the Project Engineer's written '' 17 approval. ; 18 2. All areas that are partially completed to grade shall not be allowed to sit ' 19 idle for long periods of time without receiving erosion control or �I, 20 temporary stabilization at no additional cost to the OWNER. '` 21 3. When environmental conditions are not conducive to acceptable resul�s �� 22 from seeding operations, ENGINEER may order the Work suspended, and � 23 it shall be resumed only when the desired results are likely to be obtained. � 24 4. No additional compensation will be allowed for rnobilization, re-seeding �i 25 or over-seeding required due to in-climate weather, poor growth or delay � 26 due to CONTRACTOR. ;i � 27 C. Hvdraulic Seeder. Hydraulic seeding equipment shall include a pump rated at not '' 28 less than 100 gallons (350 L) per minute. Inoculant, seed, and fertilizer may be ' 29 applied in a single operation, unless otherwise stated in the contract documents. � 30 The equipment shall have a suitable working pressure and a nozzle adapted to the �� 31 type of work. Supply tanks shall have a means of agitation. Tanks shall be ' 32 calibrated and provided with a calibration stick or other approved device to � 33 indicate the volume used or remaining in the tank. 34 D. Pump. Pump shall be a pump that applies a continuous, non-fluctuating supply of 35 homogeneous slurry to provide a uniform distribution of over designated areas. 36 E. Seed. Seed shall be 50% Quad Blugrass Blend(Blue Bonnet Kentucicy Bluegrass, 37 Blue Angle Kentucicy Bluegrass, Moonstruck Kentucky Bluegrass and Park n 38 Kentucky Bluegrass) 40% VIP 3 Perennial Ryegrass Blend and 10% Annual Rye. , 39 Seed shall be applied at a minimum rate of 7.0 pounds per 1,000 square feet. Project#16769014 32 92 19-2 Seeding � �2018 MSA Professional Secvices,Inc. Rev.2/2008 � � A G G 1 F. Mulch. Mulch shall be wood cellulose fiber from Alder, containing no growth or � 2 germination inhibiting substances; a soil-binding agent (tacicifier) is required; i 3 mulch shall be dyed a suitable color to facilitate placement. � 4 G. Maintenance. Maintain seeded areas until turf has fiill 3-inch stand of grass and is � 5 well established and e�ibits a�vigorous growing condition, this includes but is � 6 not limited to weed control, removal of rock or debris and watering depending on � 7 weather conditions. � 8 H. Submittals. CONTRACTOR shall supply invoice with arnounts (lbs) of � 9 respective mix components including Hydromulch, seed, fertilizer, and binding �j 10 agent applied to allow for verification of mix ratio and application rate. � � 11 PART 3 MEASUREMENT AND PAYNIENT �i F 12 3.01 SEEDING ; , 13 A. General. Hydroseeding shall be paid for at the contract unit price bid in '�I 14 accordance with one of the following, as listed below. This payment shall be full 15 compensation for preparing the area and furnishing and applying seed and 16 fertilizer. ' il 17 B. Hvdroseedin�, Inclusive. Hydroseed placement shall be considered inclusive to i� 18 the lump sum bid price for work. ':1� � ly � 20 END OF SECTION j I1 i3 � � �I @ ; j C ; � I ( � Project#16769014 32 92 19-3 Seeding �2018 MSA Pmfessional Services,Inc. Rev.2/2008 � � P � i � �� � �; � . pl�.st:�cs � c:c��,Czex�s �I if �afC Rlc�c�F',�astics�r Cc��t/rtqx � I� fl/���c�Fatr�s�Rld�e h'r�8d •/?Jpon, Crlltsconslrt�'�9�y Il j� QtlR�l$i'��I ¢'s�r��erproo#1�� rne�br�t���s � , Watetpeaai6ng DascrCplfurr AppNsetlan�p€�tp�eraf �I Bt 9Q(f�r saA�ts.9 swntpcne�t�&Rray ap�MN�pd,pur�Ewtyurea etzais��ser. H �a��re t Hfioh I�] W&kft�afl�rttetn6XptF9C3aCau9h,r&pkh�e�it�pCtfwikt �8#-R "��-�s,.�r�t$2a"arp,aP�FiucatcAm(Watentptopnri4pqtn9&l�`Ph19�bt qp� vr9fi nCeMralcwrqronertd�Lconrp�nkeatt mpetaGtre: �A IhNE Ea tka t8fn6danD.�Jt14 campitant aqd tttaEstUre fularank $P�y9un.MJntmwn trarcel[e i 7fl°Faodrtst�g.�E�pdua�tm�daPnete�s�rta�pata{�re:'!�6"�.mhtmmrtarradaine Prl�tarldkppltcattoss p[ssssura22fSAP3G SR��Y�F�+1�B�s'��tl.U2or.01or.0:!s{zA25ize. � s -F�ratectitro cos�ng Cmrenetaf a�x8 bupF-u�r toafs I; -Ft�taGtuet�f�igtas�refl�aasaiu4�utpaitd�d �}+styrenetnsti(siia�t Utnisity . -Sae�tde�yc�sntatamsr�v�hA�g app�ad4verconcmte,vroar!cxgadexuYes PartR -PrtAective cmtPi�gSordscoraQhrepac�dKxits Pat� �.71 °�21t�/aElbt� �� -Wear���,lvra9e�aai�mem6Bne fatpedaslNarided�t 9��n q , -4Vat�tprootfflg v66uaded,protec�l oa unprq4ecte�rraots.ursN�si�d cancref�wal�, Ty'Pfe.�t pflyskt�prapart[ea y, v�ih aWi6Esautspc'aY e�[t�art Insut�Hort . -�e,rlfea?ar#xirfxori{ntagrpl�Cefk�1 �'�s� Yatuas � �hl9Fappr�gclfareacEerttaledn�sl�tmenENalerorf�i rade I�t�C TensltaS�re�l� A�ST�Ef?4f� • •�tCertorpi�arrxratGsg � �Y E�s= EEartgntlnn ASThfDPe4� g��.�, i � _ �BIIII8it8it#S"E��, E�Sr�Ra4QQ'�� tY}�t128% '. �i13e9lR7dQ��R�Gf7�41t �Bdd�YQbS{'9{tOdBA} 1�4d>'�$r$�c��F 8(f3.� ���, ' f1�tNY7filVQi.d86(4gP6�l51@Cky$}FdWq..9P8A'F�'�}3I8PrCU9�.0iRW�t68l88�S}8YA$�1YS0 7C2t�LS�C8p1t�:Eb9�N hr�F6Iti��A$$$ 35t9 . I R0�0 ft�8 1:#6yv��(!fl1D8. . ChanrlirnFRasfsfanco VlscasityAs�da 22o0tfitNlscl�s�77��50Q� . t3�€Hyt�'tatpi3cs4ebl�fytoB�Q"�GoadtebistAlNxiW#tt � V19t�.si�y�sfda RQQ���77°F�1RQ sorFren€s.F�hresEsl�neQ tu �hte b�ses,s�4'a�rtd h dx�lrun �sh Pa6s� Rea�sEcy AiarlF�v }2tiB°S=(93.�� I�' tlsaQE2533 °��1etedarxlcllbriimte�dsnl�anCx F�xlsighsactseaaicatr�6s�unca VOG �S'tth3�J"a0 ' Lovt T� AS'F�i E3i7�? 2�pdSs i Wafeqsrrrottn�}t+�eeka(�hac� ' �1a'dbtNtY �4fiandtei�azd ps� A t48 galPon kite��G�aiivro53 ga�oks�Stteimms. �1re RasCs�enca (�t��gutr,�fn<5 sec� I� "FadsFr�s 1"Qfaleh 1�Oa�ertrt , rieec�°smisisntiktF itv8kmr�tkGat�tg$Fos�P�ifp' ' F1R FkkCfBat � c��1In i; a fteu�oatmeacdmum €��daHtsal '#2 muntlw 6n asnapena€t�niaPnar�svt�n st<wed in a day ktr,�9an at44°-EO°F � � A hrtaHer�atmPnr� I (tQ=32°C} FuttCuia CRN�#a[tlfse! B�7slaks�IE�° � 5ecvkaTww ,4Q-+3�°� WafcrPronfin�t�ru�ucEAdannta��s SuriooaeV��lfratlapsTernp €PR�t�tssE 4�wq2ti°F Fea�cras Waterv�porpa�meatiM�y Rs'�3i4E� li Searnh�ss tro�lolr�hts�ws�(u ooftta WoPsGartsvfsgortr�a�. E�€�&ASTE�14Q6@ ��� ;i � 9 P�if tast"car�creee'� �3TM A 93U 375 P3t cpnaa�s taiFue E�t�l seF �aGkhtsaivtceacarler Bac#cdasoavlcs Ffehti'es� 9-6KstYe N�h moisieaw ivfi�renca ��ce i HET�mp fiaitgga �'��°�epp'�at&�udndow WalerAbsargtbn Wtde�Nductepg�fpeatkrras �5T&+F�d7R :IB^,5 � EasyFl�firmd��P R�fnce�lPa�sorcost iNatranfy iQO�ao€�ta Na Vq� tde�caaaczcma�tasna � FouyltFifnz . Abrastonr�,vlsWni oro�rsr,no�raas�.awcwexwna�`�N��;�°�1Aisu��'��i s�rersu�mm,a.«uracrro�rtros� LangCod�E�d�o . FIC0rosf5FA�itnlmnirrane rraaata+teGt�.fi�aafarro++a=alrbaawea�obaeauar�aamalmot�i`�c7rt�ta`r��`,��,�� ssifEfcdnQu�1I47,�a � orfh:�eoducfrs6cye„as(rowarro&arEtee:wm.qrererasweeuyeauuara,au�tekatwernatertdA� g r�A�i�9��e6r�reamthrRdaEEs&axemr6sspa+MN7Uvl7�rofde�iposkddkCdfoaarrr2oLpRPGA�g � I�� WalarpraatMyRppltcat#ontrat�....Go+rora et�A�m�s=R€3s 3t °"$`"e°`�e�"o�+r�.ftrwrea�ga�aoan�aeru�srrcaaaeraaca��w�an�npsn.e p g q ph1'akmiN^3�2aUesW�seencutrodaopdiect�ee�zBk�.�faASE4U0.49axiGRpC6Y el3etlude:UndK�tt S�rbslrafea�wsthesasnsf,cf�art�lireaofdht,clabsi�andcihsr+.vnferNnaEas.€}Ri�C ��nuuy,�,;taK�,ow�c:,�nnraer�e,�a�oar�p�o�,r,,,,�r�ax�:nay,�aa�nsanana��r� �� ersedunrcxzstaabatmtes.Nnpti�:oe�n�t�sdfa`newCyaFA�edor�t�neclfoam,tlRY�?2�3ttaate ioreR9oes���5haccP�rou�oQt�u,+,saotcoers�a++M+w�xrroven�ots,darac�vavxe,zaa�ea.emaca taourwtttenPnstmcVonsandi� atoaasat<mmmnehdyuaaaaadldt8aW�pp��q�ypp�aa �����f��Q�e��r�dcu�rets.Dar�Wsp�Y6s�r35°�(i.7�C} r�Ew.ni,e�a��txr��sac�nr�muu�reRa�a�:arrcwrrsscawe lI4{ 3.b �9ULiG041i1�dCAY�1�jµ^�IMO(6 tfit4NA8K9P8��IJRC10�.'ElNA�ti4GCAkC9W�1E1lImE&F�d81({�B�f � IG1fR� uih�r��yYkuC�emaka:o(�d+Irast�EtecaxRrsEiasuChWcehsef.TMswutM�yilwHMbtwot� i� el�'.kFp[aea�,p't ped�gtti{dNg,.SuFnpfffi0t%4dkf�uytvytYMta[F46t�RC1iTHTA91EiFC0$ 7f�l�lyum�af'm3�olS6Svertinln8P�lortuuse.Exirerf�eeareahopkibeexsl�sedtapr�vant �sHEasFpRks�mn�ar�uera��arps� � crosscQatcaanR��sECon�tt�aA�6�rr�neots. � � II � .S',€secralizrrr,g t'n t�'vJy�thyt�r��; Plas�'rc,�c�Pa�ur�tfz.�ne/r"r��yurpa F'Yc�te�d�t�C'Qatinys ' �e����n�.°�:��r�,►a��-.�aaa r-�or�s.?�-.�.��a � �-�x.y�s2o,���a-.�.��s � � � � 65 � u � � k, I� � k � I SE�T1�N 00401 � �'age 1 of 5 B[D PROPt)SAL F�JRM � sECTN�r� oo�o� � PRt3.lEC1"; �'LQRA PARK M�4INTENA�3CE BUI�DIN�EXTERlC7R WATERP'RC1C}FING ''I; P�.C7JE�T 'l BID TQ; fJffice e�f Leis�are Services Department � 2200 Bunker Hil( Re+�d I �tabuque, la�va 520a1 ; � Bi[� C�U�: B�ds ar� due �y 't0:00 i�►M �r� .��un+e 7, 20�18 � . � BIL7 �R�CJM; I�' i� �,,,,�, � j � �.-�: (Ca�mpany� ;, ,� �� .�-. "`e,��� u �.:., . -�~~. (Ad€�ress} � �� � ,�� �, , {�'tty, Sta�e, Zi�} ��� ��� �' ,. (T�lep�an�j I�` �i �, d�31`1 C'�a1 � ��'h� under�igned B�de�er a�re�s, if the �id �s accept�d, to enter int� a Cerntr��t with the City, in ��� the farm ir�cluded in fihe G�ntrac� Dacuments, t� perForm and furnish th� '�N'ar� as specified or i{ indicated in t�� Gor��r�ct C��cuments fc�r the B�se Bid Lump Sum Rr`sce and withir� the Bid tim� �: indicated in the Ccar�firact D�cuments and in accord�nc� witf� other t�rrns ar�d �ar�ditions af the i� �ont�act Dr�cume��s. � � 401. R��itals ;� �� In subrnittinc� this Bid, �i�d�r repr�s�nfis, as more fully s�fi fa�r�h in th� P�b�lic lr�prciv�ment � �ontract, fihafi: � a. This Bid will rerr�air� subjecfi ta acceptance fic�r fiorty-five f 45} caaendar days �fter the � � day�� Bid ape�i��; , b. The Gity f�as the right t� reject�his Bid and ta waive any infa�rt�alit�e� �n�he bi�ding; ` c. Bidder accepts the provisi€�ns ka fihe Instructic�ns to Bidd��s �eg�rding d�sp��itions af � �id �e�c�ri��; I d. Bidder wi61 sEg� and submit the Improvement Ge�ntr�ct with t�a Banc� and ot�er I dcacuments r�quired by fif�e Gontract D�cuments wEthir� ��n �1Q} ca�endar days after natifi�atic�n frc�m the Gity; I The Bidder hereby c�rfiifiies�hat they ar� #he only persan or perse�r�s i�teresfi�d in this propasal as principals; fiha�an examir�atic�n has been made of the plans, specificatic,�s, cor�trac�form, including the special pravis�ort cantained herein, and the work si�e, and the �i�d�r understarrds that the quantities�af wc��k shQwn herein are apprax�mate only and �re subjc�ct te� increase or i sEGT�ON oo4Q1 ; ���� � at� decrease; and furCher understa�ds that al� quantities of wark, whether increas�� or de�rea�ed, ' i are tc� be perfiormed at the lurnp surr� priee as stipulated herein; the Bidder propos�s tc� �urnish all nec�essary machinery, equipment, fiaais, labc�r and other m�ans of consfirucfiican, ar�d ta " furn'rsh ai( materials specifieci in th� rnanner and time prescribed and ta da the wc�rk at fih� �� prices hereir� s�t out. �I �� 4�°�,3 Bid�ler's Acknflwled ment i In submi#t'rng this Bid th�s �►dder�cknow[edges arrd represents that: -i i� 'I) Bidder ha� ex�mir��d c�ap�es af�II the Contr�ct�oeumer�ts; �i I� 2) Bidder h�s visited �t�e P6ac� of'J�'�rk and becomc� familiar with th� gener�f, lacal, � �C1C� S(�� Cf�C1C�'t�l(Jt"ES; � a 3) ��idder is f�rr�ilE�r �vith �ed�ral, S�a��, arad I�ca�l laws, ordinar�ces and regulafiions � that gouern the �rQrk sp�cified by the Cc�ntract�acurnents; j� J 4} Bidder �Sas corr�lat�d fihe ir�formatic�n knawr� to th� Bidder, abs�rvatic�ns c�bt�ined ? frnm the examinatic�n e��' th� site, rept��s �nd �lrawin�s identified in th� CQntract i{ ��cuments ancf additiar�al inv�stigations, expl�rations, tesfis, stud�e� and data ;� within th�: Cantra�t�acum�nts; ';; �� The �id is g�n�cne and �r�rt made in interest af or o�n t1�e beh�rlf of�n undisclase� person, firm or��rparafiior�; i�; li v j i ini� �ia i� n�� r�t��e ir� ihe in�ere�r af ax on ��t�af�ta�ar� undiscic�s�d pe�san, f[rm Il ar carpc�rafiiorr; �idd�r has not dprectly or ir�directly induced ar s��icited �no�h�r � Bidd�r ta �ubm�t a fal�� ar sh�m �id; Bidder has nc�fi salicited ar induce� a '! per�on, f"srm ear c�arga�ra��an tc� refra6r� from Bidding; and �idder has r�at saught by h coll�asion tc� ob�air�far i�seRf�r� advant�g�c►ver another 8idd�r or averCity; ,i 7} L.�cal and �fi�te safes �rad �s� ta�es �re n�at i�cluded �n the BidAmaunt„ � 8� Adder�da � d Th� B�dder�cknowledges r+�ceipt af th� fvll�wing add�ncla: �, Dated: � � �Dated: � Dated: � � � � � . � 4 7 � ,� i SECTtON Ot1401 � Page 3 of 5 I! � 40'1.4 �ase �id Amount �,EXTEREORWA'FERPRC1�F11V�1 y Bidder will cqmplete the wc�r[c�utlined in the Summary of Work and in accardan��wit� the '� Contracfi Documents far fih� fe�llowfn�: I!� � � Lump Surn Base Bid Arnaunt$ C�t"� � (fig�res) � � �.��-��-h...�..,-.._ '� ` �c�ti � �`�,��. �..��. -� �� r�? (use wc�r��ds) � ,An written exclus�cans an the Bid Forr-� may render the Bid as nonresp�nsiv� �r�d may I� y � result in a rejection c�f the �id by�h� City. ! li i1 i� 'II ,I� f; �� � !i ,R li il ,'i 'I � �� � �� �, , �. i I j � i I sEc°rwoN ooa�a� , Page 4 of 5 ;i 4U1."� Timelines� ; ' �� Bidder agrees that the wc�rk an said base bid im�ravemer�t must be fully cornpleted on or �� bef��e �.ugust 1, 2018 as indicated in Sectian 0�8t�0— �anstr�ctic�n Schedule and Agreed �ast i� af C�ela�r. �'lease note, Flora Park is open to the publi� be�rv�en the hc�urs of 7:00 AM and 10:a0 � �'� PM �aily. Aa�y wark sha[I occur betwe�n Mar�day an� �'riday each week, Bid�er shall 'i cocrrdinate with Leisure Service Depa�ment to e�sure �a cvn€iicts occur b�tv�r�een park �as�rs ;� and ��e Cantractor. The Cor�tr�c#�r is respon�ible�€� prov�€�� s�fficien# �rotectic�n for the pu�Cic 4 in the work �rea �nd to cl�an up �nd se�ure equipmer�t, r��ter�als and other related � cans�r�ctivn items d�rir�g r�a�n-working d�ys. Resfroc�r� p�a�tia�� c�f the structure�vuil! remain c�c►sed dr�ring construct�on�ctivifi�es. 401.8 Additional C��ac�ument� To B� Subrnitfed ilV'pth BieM The fc��iawrng additional c�c�ec�menfis are io�cluded �nd m�t�e a candition c�f this Bid: i� ;, A. Bwc� B�nd �ection Q04�fl �� � �°—or otf�er�ppraved ��d�ec�rity. 'i a Accampanying this �id in a sep�r`ate s�aled �nvelcape is a B�d C�and, cashier's check, ar ; cerkified ch�ck in th� pena! sum Qf t�n ��rcer�t (14%� of the submi�ed Bid. It is �� understo�d th�t the Bi� security wi11 be reta�rred in the event � can�rac� �s not executed , by the �or�tr��tor�f�ward is made to the und�rsigr�ed. ff a gid Bond i� submitted it mus# �' be �xec�ted by the Biddcr and acceptabi� c�rp�rate surety. If a Cashi�r's check e�r - � r�a�tiFi�,sr! rha{;i,c, ig ���irnjf#a� it r��act hrV ?�"!�c,�r� �a�aahlr� tr�ti�� ('.it�r Traaciircvr� C'.j#�r�f d�abuq�e, drawn �n a bank in lawa or� banfc���rtered und�r the faws af the United States. 40,�,� Gontract Executson �he Bi�der further agrees t� execu�e a forma� cor��r�ct and Be�r�d, within ten (10) cafe�d��days �fit�r the date af the City's �i�tice �f Award. The Bidd�r�I�a agrees it wilE camme�ce work on ar�efare (10} cafe�c�ar days a�ter the date eafi C"s�y's �1c�tice t� Proceed, and i�will camplete t�e r,vark within the spc;cxfied contract periad or p�y the Agreed G�st of Delay stipulated in the �c�ntract �ocuments. 4 '�.14 Questi�ns and lnter�,retations Fa�wNur� by the �idder tc� re�uest clarifica#ier� af�he C��tract C►acuments durirtg the bidding prcreess da�s nat waive the responsibility for e�mpreh�n�ic�n o�the docurr�et�ts and perf€�rr�ance af thc� wc�rk ir� acct�rd�nce with fih� Gc��rtract C�acuments. Signing of the �id Pr€��asal Form cc�nstitutes th� Cean�ra�tor's certificati�r� as �rrt�licit9y denc�ting thc�rough comprehension of intent c�f th� Contr�ct Dacurr�er�fi�. � u � � I � � �SECT101V Q04Q'1 Page 5 of 5 � i � l �� �.�1.11 Siqn�t�res ! Cantrac�ar: I � �'� �. � ��....� I Contractor lVame ' ;, �a €' t��'�, `�._ "�� t"� e.r�-�- I�� �� ,�..' �-�.,r��~ � Street (Business Location) ;I ;� �g p / � j��� �`�-- (� r+�.-� �-+_.---- t _ �;c .�.. ,��-�_�?..�."�"" j', Street (Business Location) d' �� � �, �?.. ��� ,�I CitY ,:i � � '!; St�#e Zi�r �r �� � �C-_ ��� �"�,�G?t'��� i a r i�--- �ate 5� tu e c. „�.. ,�_ c ����....d ��.. '��� C.^ q iile ;', � : i ;i ;i ---= END Q� SEGTIt�6� t�(�4�1 --__ �' i , ii i li '� � � � u � il �� ;N „ ti ;a u �b 3 � $ �