Loading...
Grand River Center Exhibit Hall Carpet Replacement ProjectMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Grand River Center Exhibit Hall Carpet Replacement Project CIP #102 -2113 Public Hearing on Plans and Specs DATE: November 15, 2011 Dubuque kittel AI-America City 2007 Leisure Services Manager Marie Ware recommends City Council approval of the plans and specifications for the Grand River Center Exhibit Hall Carpet Replacement Project. I concur with the recommendation and respectfully request Mayor and City Council approval. iftillssit k:',/e4,,, Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Marie L. Ware, Leisure Services Manager Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Marie L. Ware, Leisure Services Manager SUBJECT: Grand River Center Exhibit Hall Carpet Replacement Project CIP #102 -2113 Public Hearing on Plans and Specs DATE: November 14, 2011 INTRODUCTION Dubuque bitill AU- Ameiicacily 2007 The purpose of this memorandum is to request that the City Council hold a public hearing on the plans and specifications for the Grand River Center Exhibit Hall Carpet Replacement Project. DISCUSSION The FY 2012 C.I.P. budget contains $156,000 for re- carpeting the Grand River Center Exhibit Hall. The schedule for the project is as follows: City council initiates bidding process Advertisement for bids Notice of public hearing on plans & specs Receipt of bids Public hearing to approve plans & specs Award contract Project completion date November 7, 2011 November 11, 2011 November 11, 2011 November 23, 2011, 2:00 p.m. November 21, 2011 December 5, 2011 March 2, 2012 The plans and specifications are attached. ACTION STEP The action requested is that the City Council hold a public hearing on the plans and specifications. MLW attachment Pregarer: Marie Ware, Leisure Services Manager, 2200 Bunker Hill Rd., 563.589 -4263 RESOLUTION NO, 388 -11 APPROVING THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE GRAND RIVER CENTER EXHIBIT HALL CARPET REPLACEMENT PROJECT NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed plans, specifications, form of contract and estimated cost for the Grand River Center Exhibit Hall Carpet Replacement Project, in the estimated amount $ 156,000, are hereby approved. Passed, adopted and approved this 21st day of November, 20 1. Attest: Kevi S. Firnstahl, City Clerk D. Buol, Mayor NOncE TO BIDDERS C OF DUBUQUE PUBLIC • IMPROVEMENT PROJECT GRAND RIVER CENTER EXHIBIT CARPET REPLACEMENT PROJECT Time and Place for Filing Sealed Propo- sals. Sealed bids for . the work comprising each improvement as stated below must be filed before 2:00 p.m. on November 23rd, 2011, in the office of Leisure Services Manager, 2200 Bunker Hill Road, Dubuque, Iowa 52001. Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 2:00 p.m. on November 23rd, 2011, at the Leisure Services Department, 2200 Bunker Hill Road, Dubuque, Iowa 52001: The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Com- mencement and Completion of Work. Work on each improvement may begin after February 27th, 1012 and shall be fully completed by March 2nd, 2012. The scheduling of work is to be coordinated with Mitzi Yordy at the Grand River Center. Bid Security. Each bidder shall accom- pany 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, accept- able to the govern- mental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the, contract. .The bid security shall be in the amount of ten percent (10 %) of the amount of the contract and shall be in the form of a cashiers check or certified check drawn on a state- chartered or federally chartered bank, or a certified share draft drawn on a state - chartered . or federally chartered credit union, or the governmental entity may provide for a bidders bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and pro- visions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. Grand River Center I Carpet Replacement Project, C.I.P. 102 2113. This project provides for replacement of the carpet in the exhibit room on the first level of the ' Grand River Center. Refer to ddrawing below for exhibit hall location. Contact Mitzi Yordy to schedule ah appoint- ment to verify rbb'm dimensions. M'itzi.Yordy • •' 5P00-4500, iK , graddriverce nter.com lt11/11 STATE OF IOWA {SS: DUBUQUE COUNTY CERTIFICATION OF PUBLICATION I, Suzanne Pike, a Billing Clerk for Woodward Communications, Inc., an Iowa corporation, publisher of the Telegraph Herald,a newspaper of general circulation published in the City of Dubuque, County of Dubuque and State of Iowa; hereby certify that the attached notice was published in said newspaper on the following dates: November 11, 2011, and for which the charge is $38.36. Subscribed to before me Notary Public in a d for Dubuque County, Iowa, //.4 this � day of���' / h , 20# . Totary Public in and for Dubuque County, Iowa. MARY K, WESTERMEYER • Commit9lon Ngnbar j54f °5 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE GRAND RIVER CENTER EXHIBIT HALL CARPET REPLACEMENT PROJECT NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Grand River Center Exhibit Hall Carpet Replace- ment Project, in accordance with the provisions of Chapter 26; Code of Iowa, at 6:30 p.m., on the 21st day of November, 2011, in the Historic Federal Building Council Cham- bers (second floor), 350 West 6th Street, Dubuque, Iowa. Said proposed plans, spe- cifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows This project provides for replacing the carpet in the Exhibit Hall on the first level of the Grand River Center. Any visual or hearing - impaired persons need- ing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589 -4120 or TDD at (563) 690 -6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the 7th day of November, 2011. Kevin S. Firnstahl, City Clerk it 11/11 STATE OF IOWA {SS: DUBUQUE COUNTY CERTIFICATION OF PUBLICATION I, Suzanne Pike, a Billing Clerk for Woodward Communications, Inc., an Iowa corporation, publisher of the Telegraph Herald,a newspaper of general circulation published in the City of Dubuque, County of Dubuque and State of Iowa; hereby certify that the attached notice was published in said newspaper on the following dates: November 11, 2011, and for which the charge is $18.49. Subscribed to before me, otary Public in and for Dubuque County, Iowa, this /» day of Notary Public in and fo ubuque County, Iowa. MARY K. WESTERMEYER h, CammIssion Numter 154885 PROJECT MANUAL Grand River Center Exhibit Carpet Replacement Project City of Dubuque Dubuque, Iowa CIP NO. 102 2113 Date: November 7th, 2011 Pigott Project No.: 18855.001 nc. Grand River Center Carpet Replacement Project 500 Bell Street Dubuque, Iowa The information contained herein is of a proprietary nature and is submitted in confidence for use by the clients of Pigott, Inc. only. This document has been prepared specifically for the City of Dubuque and is expressly prohibited to be used for any other purpose, location, publication, reproduction, production, distribution, or dissemination in whole or part, by individual or organization, without written consent of Pigott, Inc. The information contained herein is and remains the property of Pigott, Inc. Receipt or possession of this information confers no right or license to use or disclose to others the subject matter contained herein for any uses but authorized purposes. Interior Designer Pigott, Inc. 5627 Carey Ave. Davenport, Iowa 52807 Voice: 563 - 344 -8912 Fax: 563 - 344 -8907 Contact: Robyn McDermott rmcdermott(a�pigottnet.com PROJECT MANUAL TABLE OF CONTENTS TITLE PROJECT TITLE PAGE PROJECT DIRECTORY PROJECT MANUAL TABLE OF CONTENTS BIDDING REQUIREMENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS BID PROPOSAL SCHEDULE (Bid Form 1A) BID PROPOSAL FORM (Bid Form 1B) BID BOND (Bid Form 2) CONTRACTING REQUIREMENTS CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES CITY OF DUBUQUE, IOWA - PUBLIC IMPROVEMENT CONTRACT & FURTHER CONDITIONS (Contract Form 3) PERFORMANCE, PAYMENT, AND MAINTENANCE BOND (Contract Form 4) SALES AND USE TAX EXEMPTION CERTIFICATE PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS SPECIAL PROVISIONS INSURANCE REQUIREMENTS FOR ARTISAN CONTRACTORS OR GENERAL CONTRACTORS TO THE CITY OF DUBUQUE DIVISION 1 - GENERAL REQUIREMENTS SUMMARY CONTRACT MODIFICATION PROCEDURES PAYMENT PROCEDURES SUBMITTAL PROCEDURES REFERENCES TEMPORARY FACILITIES AND CONTROLS CONSTRUCTION WASTE MANAGEMENT EXECUTION REQUIREMENTS CLOSEOUT PROCEDURES FINISHES CARPET BID PROPOSAL SUBMITTAL CHECKLIST NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT GRAND RIVER CENTER EXHIBIT CARPET REPLACEMENT PROJECT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each improvement as stated below must be filed before 2:00 p.m. on November 23rd, 2011, in the office of Leisure Services Manager, 2200 Bunker Hill Road, Dubuque, Iowa 52001. Time and Placed Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 2:00 p.m. on November 23rd, 2011, at the Leisure Services Department, 2200 Bunker Hill Road, Dubuque, Iowa 52001. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work on each improvement may begin after February 27th, 2012 and shall be fully completed by March 2nd, 2012. The scheduling of work is to be coordinated with Mitzi Yordy at the Grand River Center. Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent (10 %) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. Grand River Center Carpet Replacement Project, C.I.P. 102 2113. This project provides for replacement of the carpet in the exhibit room on the first level of the Grand River Center. Refer to drawing below for exhibit hall location. Contact Mitzi Yordy to schedule an appointment to verify roam dimensions. Mitzi Yordy 563 - 690 -4500 myordy @grandrivercenter.com M M Fountain Plaza . i Indoor Parking r Li 1 1 LEVEL 1 The room labeled Exhibit Hall, is the room that will have the carpet replacement. Approximately 30,000 sq ft. The room will need to be field measured by the contractor. There is an area on the North side of the room that will remain uncarpeted. The entrances into the room are currently uncarpeted, those areas will be carpeted. INSTRUCTIONS TO BIDDERS 201. EXAMINATION Bidders shall use complete sets of Bidding Documents in preparing Bids. Examine the documents and the construction site to obtain first -hand knowledge of existing conditions. Extra compensation will not be given for conditions that can be determined by examining the documents and site. Bidders are cautioned to be alert for the possibility of missing Project Manual pages. In all cases, pages are numbered consecutively within each section, and "END OF SECTION" identifies the final page of each section. 202. QUESTIONS AND INTERPRETATIONS Submit all questions about the Bidding Documents to the Designer in writing only. Replies will be issued to Document holders of record as Addenda to the Drawings and Specifications and will become part of the Bidding Documents. The Designer and Owner will not be responsible for oral clarification. Failure to request clarification will not waive the responsibility of comprehension of the documents and performance of the work in accordance with the intent of the documents. Signing of the Agreement will be considered as implicitly denoting thorough comprehension of intent of the Bidding Documents. 203. INSPECTION OF SITE Each Bidder should visit the site of the proposed work and fully acquaint themselves with the existing conditions relating to the project and should inform themselves as to the facilities involved, the difficulties and the restrictions attending the performance of the Contract. The Bidder shall thoroughly examine and familiarize themselves with the specifications and all other Construction Documents. The Contractor by the execution of the Contract shall in no way be relieved of any obligation under it due to failure to receive or examine any form or legal instrument or to visit the site and acquaint themselves with the conditions there existing and City will be justified in rejecting any claim based on facts regarding which the Contractor should have been on notice as a result thereof. 205. PREPARATION OF BIDS a. All bids must be submitted on the Bid Proposal Forms (BID FORMS 1A & 1B) supplied by the City and bound in the Construction Documents Manual. Bid amounts shall be both written and printed in the space provided. In case of conflicts between figures, the written amount will prevail. All bids shall be subject to all requirements of the Construction Documents including these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineation, excisions or special conditions shall be made or included in the Bid Form by the Bidder. b. The Bid Proposal Forms (BID FORMS 1A & 1B) shall be enclosed in a sealed envelope and clearly labeled with the words ( "GRAND RIVER CENTER CARPET REPLACEMENT PROJECT "), name of Bidder, and date and time of bid opening in order to guard against premature opening of the Bid. c. The City may consider as irregular any Bid on which there is an alteration of or departure from the Bid Form(s) hereto attached and at its option may reject the same. d. If the Contract is awarded, it will be awarded by the City to a responsible Bidder on the basis of the Bid most favorable to the City. The Contract will require the completion of work according to the Construction Documents. e. Each bidder shall include in Bid, in the appropriate spaces therefore, the proposed cost of performing said work in compliance with the Construction Documents including all items of labor, equipment, materials and overhead. 206. BID BOND Each bid shall be accompanied, in a separate envelope and clearly labeled in the same manner as the bid proposal forms, by a satisfactory Bid Bond (BID FORM 2) executed by the Bidder and an acceptable surety; or a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10 %) of the bid submitted as security that the 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. 207. CORRECTIONS Erasures or other changes in the Bid must be explained or noted over the signature of the Bidder. 208. TIME FOR RECEIVING BIDS Bids received prior to the time of opening will be securely kept unopened. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered. 209. OPENING OF BIDS At the time and place fixed for the opening of Bids, the City will cause to be opened and publicly read aloud every Bid received within the time set for receiving Bids, irrespective of any irregularities, therein, Bidders and other persons properly interested may be present, in person or by representative. 210. WITHDRAWAL OF BIDS Bids may be withdrawn on written request by the Bidder received prior to the time fixed for opening. The Bid Bond of any bidder withdrawing his Bid in accordance with the foregoing conditions will be returned promptly 211. AWARD OF CONTRACTS: REJECTION OF BIDS a. The Contract (CONTRACT FORM 3) shall be awarded to the lowest responsible Bidder complying with the conditions of the NOTICE TO BIDDERS, provided such Bid is reasonable and it is to the interest of the City to accept it. The City, however, reserves the right to reject any and all Bids and to waive any informality in bids received whenever such rejection or waiver is in City's interest. The Bidder to whom the award is made shall be notified at the earliest possible date. b. The City reserves the right to consider as unqualified to perform the Contract any Bidder who does not habitually perform with his own forces the major portions of the work involved in the completion of the project. 212. EXECUTION OF CONTRACT: PERFORMANCE, PAYMENT AND MAINTENANCE BOND a. Subsequent to the award and within seven (7) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the City a Contract in the form included (CONTRACT FORM 4) in the Construction Documents in such number of copies as the CITY may require. b. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful Bidder shall, within the period specified in Paragraph "a" above, furnish a Contractor's Performance, Payment and Maintenance Bond in the same form as that included in the Construction Documents and shall bear the same date as, or a date subsequent to, the date of the Contract. The current power of attorney for the person who signs for any surety company shall be attached to such bond. c. The failure of the successful Bidder to execute such Contract and to supply the required bond(s) within seven (7) days after the prescribed forms are presented for signature, 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 the Contract to the next best responsible Bidder or readvertise for Bids, and may charge against the bidder the difference between the amount for which a Contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the Bid bond. If a more favorable bid is received by readvertising, the defaulting Bidder shall have no claim against the City for a refund. 213. NONDISCRIMINATION In carrying out the project, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age or disability. All businesses, including minority owned, female owned, or small businesses are encouraged to participate. BID FORM 1A BID PROPOSAL SCHEDULE PROJECT: Grand River Center Exhibit Carpet Replacement Project BID TO: BID FROM: Marie Ware Leisure Services Department 2200 Bunker Hill Road Dubuque, Iowa 52001 1. The undersigned BIDDER agrees, if the Bid is accepted, to enter into an agreement with CITY, in the form included in the Bidding Documents, to perform and furnish the Work as specified or indicated in the Bidding Documents for the Bid Price and within the Bid Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. This Bid will remain subject to acceptance for 30 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 Agreement with the Bonds and other documents required by the Bidding Requirements within 10 days after the date of CITY'S Notice of Award; e. BIDDER has examined copies of all the Bidding Documents; f. BIDDER has visited the site and become familiar with the general, local and site conditions; g. BIDDER is familiar with federal, state, and local laws and regulations; h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents and additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents; This Bid is genuine and not made in the interest of or on behalf of an undisclosed person, firm or corporation and is not submitted in conformity with an agreement or rules of a group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; 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 OWNER. 3. BASE BID BIDDER will complete the Work in accordance with the Contract Documents for the following: Base Bid Lump -Sum Price Carpet 1 (use words) Base Bid Lump -Sum Price Carpet 2 ($ (figures) (use words) Base Bid Lump -Sum Price Carpet 3 ($ ) (figures) (use words) ($ (figures) SEPARATE ANY ADDITIONAL COST FOR ADDITIONAL METHODS FOR SECURING EDGES, TRIM, OR OTHER APPLICATIONS AROUND FLOOR OUTLETS AND EDGING $ 4. BIDDER agrees that the Work will be substantially complete and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar days indicated. 5. The following documents are included and made a condition of this Bid: a. Required Bid Proposal Form - Form 1B. b. Required Bid Bond - Form 2 — or other approved Bid Security provided. BID PROPOSAL SUBMITTED on , 2011. PRINCIPAL: Contractor: Title: Address: City: State: Zip: Phone: Signature: Date: BID FORM 1B BID PROPOSAL FORM The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understand that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10 %) of the bid submitted; or a bid bond in the penal sum of ten percent (10 %) of the bid submitted executed by the bidder and an acceptable Corporate Surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that they will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: Dated: Dated: PRINCIPAL: Contractor: Title: Address: City: State: Zip: Phone: Signature: Date: Note: To be completed by out of State bidders. The State of does ( ) / does not ( ) utilize a percentage preference for in -state bidders. The amount of preference is percent. BID FORM 2 Bid Bond KNOWN ALL MEN BY THESE PRESENTS, that we as Principal (Contractor), and , as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (City), in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated day of , 2011, for the Grand River Center Carpet Replacement Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Municipality in liquidations of damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 2011, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: Contractor Surety Company Signature Signature Title Title Date Date CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES Work herein provided for may begin February 27, 2012 and shall be fully completed by March 2nd, 2012. For each calendar day that any work shall remain uncompleted beyond the completion schedule, $100.00 per calendar day will be assessed, not as a penalty but as predetermined and agreed liquidated damages. The contractor will be separately invoiced for this amount, and final payment will be withheld until payment has been made of this invoice. The assessment of liquidated damages shall not constitute a waiver of the City's right to collect any additional damages which the City may sustain by failure of the contractor to carry out the terms of his contract. An extension of the contract period may be granted by the City for any of the following reasons: 1. Additional work resulting from a modification of the plans. 2. Delays caused by the City. 3. Other reasons beyond the control of the Contractor, which in the City's opinion, would justify such extension. BID FORM 3 City of Dubuque, Iowa Improvement Contract THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the day of , 2011, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and (Insert Contractors Name) of the City of (Insert Contractors Address City, State). 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 Grand River Center Carpet Replacement Project (the Project). The Project shall be made to the established grade and to the grades as shown on the profiles and cross sections on file in the City Engineer's office for this Project; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Document shall of which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detail statements thereof were repeated herein. 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications, and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5 %) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract on or before March 2 "d, 2012. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City and the Designer from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including Toss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract and less any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT- CARPET 1 $ CONTRACT AMOUNT- CARPET 2 $ CONTRACT AMOUNT- CARPET 3 $ (Insert Contract Amount) (Insert Contract Amount) (Insert Contract Amount) FURTHER CONDITIONS The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer, whereby it has paid or is to pay any other bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not Tess than ten percent (10 %) of the Contract price but in no event be less than ( Dollars) (Refer to Liquidated Damages Table) as liquidated damages to the City. The surety on the bond furnished for this Contract, shall in addition to all other provisions, be obligated to the extent provided for by Iowa Code § 573.6, relating to this Contract, which provisions apply to said bond. The Contractor agrees, and its bond shall be surety therefore, that it will keep and maintain the Project in good repair for a period of two years after acceptance of the same by the City Council and its bond shall be security therefore. CITY OF DUBUQUE, IOWA PRINCIPAL: By: City Manager Contractor By: Signature Title CERTIFICATE OF CITY CLERK This is to certify that a certified copy of the above Contract has been filed in my office on the day of , 2011. Kevin Firnhstahl, City Clerk CONTRACT FORM 4 CITY OF DUBUQUE, IOWA PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That as Principal (Contractor) and as Surety are held firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of $ (Insert Contract Amount) the same being 100% of the total price of the Contract for the Project herein referred to, lawful money of the United States of America, well and truly to be paid to said City of Dubuque, and to all other parties who, under the provisions of the laws of Iowa, are intended to be protected and secured hereby for which payment we bind ourselves, our heirs, executors, successors and assigns, jointly and severally by these presents. Dated at Dubuque, Iowa, this sealed. day of , 2011, and duly attested and WHEREAS, the said Contractor by a Contract dated (), incorporated herein by reference, has agreed with said City of Dubuque to perform all labor and furnish all materials required to be performed and furnished for the Grand River Center Carpet Replacement Project (the Project) according to the Contract and Construction Documents prepared therefore. It is expressly understood and agreed by the Contractor and Surety bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE BOND: The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant, condition and part of said Contract and Contract Documents, by reference made a part hereof, for the Project, and shall indemnify and save harmless the City from all outlay and expense incurred by the City by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT BOND: The Contractor and the Surety shall pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price which the City is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own expense: a. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two (2) year(s) from the date of acceptance of the work under the Contract by the City Council of the City of Dubuque, Iowa, by reason of defects in workmanship or materials used in construction of said work; b. To keep all work in continuous good repair; and c. To pay the City the reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the City all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's agreement herein made extends to defects in workmanship or materials not discovered or known to the City at the time such work was accepted. NOW, THEREFORE, the condition of this obligation is such that if the said Contractor shall perform all of the work contemplated by the Contract in a workmanlike manner and in strict compliance with the plans and specifications, and will pay all claims for labor and materials used in connection with said Project, to indemnify the said City for all damages, costs and expense incurred by reason of damages to persons or property arising through the performance of said Contract, and will reimburse the City for any outlay of money which it may be required to make in order to complete said Contract according to the Construction Documents and will maintain in good repair said Project for the period specified in the Contract where this bond is obligated for maintenance, and will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full force and effect. All the conditions of this bond must be fully complied with before the Contractor or the Surety will be released. The Contract, Contractor's Proposal, and Construction Documents shall be considered as a part of this Bond just as if their terms were repeated herein. Dated at Dubuque, Iowa this day of , 2011. CITY OF DUBUQUE, IOWA PRINCIPAL: By: City Manager Contractor By: Signature Title SURETY: By: Surety Company Signature Title City, State, Zip Code Telephone Attorney In -Fact CITY OF DUBUQUE, IOWA SALES AND USE TAX EXEMPTION CERTIFICATE The City of Dubuque, as a designated exempt entity awarding construction contracts on or after January 1, 2003, may issue special exemption certificates to contractors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). This special exemption certificate may also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. If the Jurisdiction, at its option, decides to utilize this exemption option, it will so state by special provision and publication in the Notice of Hearing and Letting. 1. Upon award of contract, the Jurisdiction will register the contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Contractor and each subcontractor duly approved by the Jurisdiction in accordance with Section 1030, 1.10, B. These documents allow the Contractor and subcontractors to purchase materials for the contract free from sales tax. The Contractor and subcontractors may make copies of the tax exemption certificate and provide a copy to each supplier providing construction material. These tax exemption certificates and authorization letters are applicable only for the work under the contract. 2. At the time the Contractor requests permission to sublet in accordance with said Section 1030, 1.10, B, the Contractor shall provide a listing to the Jurisdiction identifying all subcontractors, including the Federal Employer Identification Number (FEIN) for the Contractor and all subcontractors, as well as the name, address, telephone number, and a representative of the organization which will perform the work, a description of the work to be sublet, and the associated cost. 3. The Contractor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the materials and supplies purchased and verify that the were used on the contract, and shall pay tax on any materials purchased tax -free and not used on the contract. PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting Department: Department Contact: Please complete this form in its entirety and submit along with the executed Construction Contracts, Bonds and Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Construction Project free from State of Iowa Sales Tax. Sales tax exemption certificates are not provided to material suppliers. The general contractor and subcontractors can provide copies of the sales tax exemption certificates issued by the City to individual material suppliers. Construction Project Name: 1 Project Description: 1 Start Date (Bid let date): 1 Completion Date: 1 1. General Prime Contractor: Contact Name: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 2. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 3. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: PROJECT INFORMATION 4. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 5. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 6. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 7. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: PROJECT INFORMATION 8. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 9. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 10. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 11. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SPECIAL PROVISIONS An out -of -State contractor, before commencing a contract in excess of $5,000.00, shall, pursuant to Iowa Code 91C.7(2), file a bond with the Division of Labor Services of the Department of Employment Services. The Surety Bond shall be executed by a Surety Company authorized to do business in the State of Iowa, and the bond shall be continuous in nature until canceled by the Surety with not less than 30 days written notice to the contractor and to the Division of Labor Services of the Department of Employment Services indicating the Surety's desire to cancel the bond. The bond shall be in the sum of the greater of the following amounts: a. $1,000.00 b. 5% of the contract price Release of the bond shall be conditioned upon the payment of all taxes, including contributions due under the unemployment compensation insurance system, penalties, interest, and related fees, which may accrue to the State of Iowa or its subdivision on account of the execution and performance of the contract. If any time during the term of the bond the Department of Revenue and Finance determines that the amount of the bond is not sufficient to cover the tax liabilities accruing to the State of Iowa or its subdivision, the Department will require the bond to be increased by an amount the Department deems sufficient to cover the tax liabilities accrued and to accrue under the contract, as provided under Iowa Code 91C.7(2). If it is determined that this subsection may cause denial of Federal Funds which would otherwise be available, or would otherwise be inconsistent with requirements of Federal law, this section shall be suspended, but only the extent necessary to prevent denial of the funds or to eliminate the inconsistency with Federal requirements. City of Dubuque Insura Contractors, Insurance Schedule Class A: Concrete Decking Demolition Earthwork Electrical Elevators Fiber Optics Class B: Chemical Spraying Doors, Window & Glazing Drywall Systems Fertilizer Application Finish Carpentry Class C: Acoustical Carpet & Resilient Flooring Caulking & Sealants General Cleaning nce Requirements for General, Artisan or Trade Subcontractors or Sub Subcontractors B Fire Protection Fireproofing HVAC Paving & Surfacing Piles & Caissons Plumbing Reinforcement Landscaping Painting & Wall Covering Pest Control Plastering Rough Carpentry Grass Cutting Janitorial Non Vehicular Snow & Ice Removal Roofing Sheet Metal Site Utilities Special construction Steel Structural Steel Stump Grinding Tree Trimming Waterproofing Office Furnishings Power Washing Tile & Terrazzo Flooring Window Washing 1. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa 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. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent. 2. All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate shall be furnished to the contracting department of the City of Dubuque. 4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Subcontractors and sub subcontractor performing work or service shall provide a Certificate of Insurance in accord with their respective classification to their contractor. 6. All required endorsements to various policies shall be attached to Certificate of insurance. 7. Whenever a specific ISO form is listed, an equivalent form may be substituted subject to the provider identifying and listing in writing all deviations and exclusions that differ from the ISO form. 8. Provider shall be required to carry the minimum coverage /limits, or greater if required by law or other legal agreement, in Exhibit I. City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Insurance Schedule B (continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form. All deviations from the standard ISO commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified. b) I nclude 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. c) Include endorsement indicating that coverage is primary and non - contributory. d) Include endorsement to preserve Governmental Immunity. (Sample attached). e) 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 their board members, employees and volunteers. using ISO form CG 20 10. Ongoing operations. f) All contractors shall include The City of Dubuque (per the above verbiage) as an additional insured for completed operations under ISO form CG 2037 during the project term and for a period of two years after the completion of the project. Completed Operations. B) AUTOMOBILE LIABILITY $1,000,000 (Combined Single Limit) C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Coverage A Coverage B Statutory —State of Iowa Employers Liability Each Accident $100,000 Each Employee- Disease $100,000 Policy Limit - Disease $500,000 a) Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. b) Coverage B limits shall be greater if required by Umbrella Carrier. D) Umbrella Liability Class A $3,000,000 Class B $1,000,000 Class C -0- City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN SUMMARY PART 1 — GENERAL RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Type of contract. 3. Use of premises. 4. Contract completion. 5. Specification formats and conventions. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Grand River Center Carpet Replacement Project 1. Project Location: 500 Bell Street, Dubuque, Iowa. B. Owner: City of Dubuque, Leisure Services Department, 2200 Bunker Hill Road, Dubuque, Iowa 52001. C. Designer: Pigott, Inc. 5627 Carey Avenue, Davenport, Iowa 52807 D. The Work consists of replacing existing carpet in the exhibit hall on the first level of the Grand River Center. Refer to attached plan for locations. TYPE OF CONTRACT A. Project will be constructed under a single prime contract held by the carpet installer. USE OF PREMISES A. Use of Site: Limit use of premises to work areas. Do not disturb portions of Project site beyond areas in which the Work is indicated. CONTRACT COMPLETION A. Work shall be fully completed on or before date indicated in Notice to Bidders. SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 16- division format and CSI /CSC's "MasterFormat" numbering system. 1. Division 1: Sections in Division 1 govern the execution of the Work of all Sections in the Specifications. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) CONSTRUCTION WASTE MANAGEMENT PART 1 — GENERAL RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Recycling nonhazardous demolition and construction waste. DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off -site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. PERFORMANCE REQUIREMENTS A. Recycle Requirements: Owner's goal is to recycle as much nonhazardous demolition and construction waste as possible for the following materials: 1. Demolition Waste: a. Carpet. 2. Construction Waste: a. Carpet. SUBMITTALS A. Waste Reduction Work Plan: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. WASTE MANAGEMENT PLAN A. Before beginning carpet demolition, provide a waste reduction work plan to the Designer. B. Waste Reduction Work Plan: 1. Carpet Recycling Program: Select one of the following: a. Mohawk Group Recover: 1- 877 - 373 -2925. b. Carpet America Recovery Effort: 1- 515 - 419 -8864 (Environmental Reclamation and Recycling). c. Other approved recycler. PART 2 - PRODUCTS (Not Used) PART 3 — EXECUTION PLAN IMPLEMENTATION A. General: Implement waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. RECYCLING DEMOLITION AND CONSTRUCTION WASTE A. Carpet: Remove existing carpet indicated for demolition. 1. Store clean, dry carpet in a closed container or trailer provided by Carpet Reclamation Agency or carpet recycler. DISPOSAL OF WASTE A. General: Except for items or materials to be recycled, remove waste materials from Project site and legally dispose of them in a landfill acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on -site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. END OF "CONSTRUCTION WASTE MANAGEMENT" SECTION EXECUTION REQUIREMENTS PART 1 — GENERAL RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. General installation of products. 2. Progress cleaning. 3. Starting and adjusting. 4. Protection of installed construction. 5. Correction of the Work. PART 2 - PRODUCTS (Not Used) PART 3 — EXECUTION PREPARATION A. Field Measurements: Take field measurements as required to fit the Work properly. B. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Designer. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. INSTALLATION A. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. 1. Direct -Glue -Down Installation: Comply with CRI 104, Section 9, "Direct Glue -Down Installation." B. Comply with carpet manufacturer's written recommendations and Shop Drawings for seam locations and direction of carpet; maintain uniformity of carpet direction and lay of pile. At doorways, center seams under the door in closed position. 1. Level adjoining border edges. C. Cut and fit carpet to butt tightly to vertical surfaces, permanent fixtures, and built -in furniture including cabinets, pipes outlets, edgings, thresholds, and nosings. Bind or seal cut edges as recommended by carpet manufacturer. CARPET MUST BE SECURELY INSTALLED AROUND EXISTING FLOOR OUTLETS TO PREVENT THE CARPET FROM PULLING AWAY FROM OUTLETS COVERS. DURABLE EDGING MUST ALSO BE PROVIDED AND INSTALLED TO SECURE AND PREVENT UNRAVELING. CLEANING AND PROTECTING A. General: Clean Project work areas daily. Coordinate progress cleaning for joint -use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. B. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. C. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage at time of Substantial Completion. CORRECTION OF THE WORK A. Repair or remove and replace defective construction. CORRECTION TO EXISTING BUILDING AND FACILITIES A. Restore damaged substrates and finishes caused by the work of this contract. END OF "EXECUTION REQUIREMENTS" SECTION CLOSEOUT PROCEDURES PART 1 — GENERAL RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Maintenance manuals. 3. Warranties. 4. Final cleaning. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. a. Division 1 Section "Execution Requirements" for progress cleaning of Project site. SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 3. Prepare and submit operation and maintenance manuals, and similar final record information. 4. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Designer will either proceed with inspection or notify Contractor of unfulfilled requirements. Designer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Designer, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. CLOSEOUT PROCEDURES A. Should Designer be required to perform second inspection because of failure of Work to comply with original certifications of Contractor, Owner will compensate Designer for additional services, and deduct amount paid from final payment to Contractor. B. Results of completed inspection will form the basis of requirements for Final Completion. FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Designer's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Designer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Designer will either proceed with inspection or notify Contractor of unfulfilled requirements. Designer will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. a. Should Designer be required to perform second inspection because of failure of Work to comply with original certifications of Contractor, Owner will compensate Designer for additional services, and deduct amount paid from final payment to Contractor. LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Designer. d. Name of Contractor. e. Page number. MAINTENANCE MANUALS A. Final Submittal: Submit three (3) copies of manuals at least 15 days before final payment. B. Assemble complete set(s) of maintenance data indicating the maintenance required in individual Specification Sections and as follows: 1. Maintenance Data: a. Manufacturer's information. b. Name, address, and telephone number of Installer or supplier. c. Maintenance procedures. d. Maintenance and service schedules for preventive and routine maintenance. e. Sources of maintenance materials. f. Copies of warranties. WARRANTIES A. Submittal Time: Submit written warranties on request of Designer for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. PART 2 — PRODUCTS (Not Used) PART 3 — EXECUTION FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste - removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean areas disturbed by construction activities of rubbish, waste material, litter, and other foreign substances to a dirt-free condition. b. Remove tools, construction equipment, machinery, and surplus material from Project site. c. Leave Project clean and ready for use. END OF "CLOSEOUT PROCEDURES" SECTION CARPET PART 1 — GENERAL RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes the following: 1. Carpet. B. Related Sections include the following: 1. Division 1 Section "Construction Waste Management" for removing existing floorcoverings. SUBMITTALS A. Product Data: For the following: 1. Carpet: For each type indicated. B. Shop Drawings: Show the following: 1. Columns, doorways, enclosing walls or partitions, built -in cabinets, and locations where cutouts are required in carpet. 2. Existing flooring materials to be removed. 3. Existing flooring materials to remain. 4. Carpet type, color, and dye lot. 5. Locations where dye lot changes occur. 6. Seam locations, types, and methods. 7. Pattern type, repeat size, location, direction, and starting point. 8. Pile direction. 9. Type, color, and location of insets and borders. C. Maintenance Data: For carpet to include in maintenance manuals specified in Division 1. Include the following: 1. Methods for maintaining carpet, including cleaning and stain - removal products and procedures and manufacturer's recommended maintenance schedule. 2. Precautions for cleaning materials and methods that could be detrimental to carpet. DELIVERY, STORAGE, AND HANDLING A. Comply with CRI 104, Section 5, "Storage and Handling." PROJECT CONDITIONS A. General: Comply with CRI 104, Section 7.2, "Site Conditions; Temperature and Humidity" and Section 7.12, "Ventilation" and manufacturer's written instructions. WARRANTY A. Warranty for Carpet: Manufacturer's standard 15 year backing warranty. MAINTENANCE MATERIALS A. Furnish extra materials, from the same product run, that match products installed and are packaged with protective covering for storage and identified with labels describing contents. 1. Carpet: Full -width rolls equal to 20 percent of amount installed for each type indicated. PART 2 — PRODUCTS A. Products: One of the three products listed will be selected for the final install: 1. CPT -1 Option: Shaw Contract Group Style Name: CADENCE Style Number: 60737 Color: Bridge Description: MULTI -LEVEL PATTERN LOOP BROADLOOM a. Representative: Shaw Contract Group Joe Hill Territory Manager 167 Vine Street Sun Prairie, WI 53590 Joe.Hillshawinc.com Cell: 608 - 469 -6851 2. CPT -2 Option: Shaw Contract Group Style Name: DOUBLE KNIT Style Number: 5A093 Color: Coco Description: MULTI -LEVEL PATTERN LOOP BROADLOOM a. Representative: Shaw Contract Group Joe Hill Territory Manager 167 Vine Street Sun Prairie, WI 53590 Joe.H iMshawinc.com Cell: 608 -469 -6851 3. CPT -3 Option: Atlas Carpet Style Name: Corfu Broadloom Style Number: 430 Color: CR12 Charcoal Slate Description: MULTI -LEVEL PATTERN LOOP BROADLOOM b. Representative: Atlas Carpet Mills Greg Sinzheimer #11 -122 Merchandise Mart Chicago, IL 60654 gsinzheimer@ atlascarpetmills.com Cell: 773 - 251 -7416 PART 3 — EXECUTION (Not Used) END OF "CARPET" SECTION ID PROPOSAL SUBMITTAL CHECKLIST Grand River Center Carpet Replacement Project Checking your bid submittal, before filing, against the following checklist will assist preventing minor errors or omissions, which could result in disqualifications of your bid because of technicalities. 1. Bid Proposal must be submitted on forms provided: BID PROPOSAL SCHEDULE Bid Form 1A BID PROPOSAL FORM Bid Form 1B 2. Acknowledge receipt of all addendum(s) on Bid Proposal (Bid Form 1 B). 3. Bid Proposal (Bid Form 1 B) must be SIGNED by an authorized agent. 4. Bid Proposal must be accompanied by a BID BOND in an amount not less than ten percent (10 %) of the bid submitted or Certified check made payable to the "City of Dubuque" in an amount not less than ten percent (10 %) of the bid submitted. 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. 5. The Bid Proposals and Bid Bond must be submitted in SEALED envelopes, which shall be addressed as follows: Marie Ware Leisure Services Department 2200 Bunker Hill Road Dubuque, Iowa and shall be clearly labeled as follows: Grand River Center Exhibit Hall Carpet Replacement Project 6. Sufficient time should be allowed for mailed bids to be delivered by normal Postal operation. Late bids will not be considered. 7. Bid must not be qualified in any way or contain any reservations not made optional in the Bid Form provided to bidders. This SPECIAL NOTICE is issued as a reminder against common irregularities in bids, and is not a Contract Document.