Loading...
HomeMy WebLinkAboutFIRST AVE WATER MAIN IMPROVEMENTS PROJECTFIRST AVE WATER MAIN IMPROVEMENTS PROJECT 14 -Feb -2019 Plans, Specs, proposal and contract, estimate of cost 19 -Feb -2019 Res 19-53, Setting a public hearing 26 -Feb -2019 Notice of Public Hearing 12 -Mar -2019 Res 19-81, resolution approving project manual and estimate of cost 13 -Mar -2019 Notice to bidders 23 -Apr -2019 Res 19-103, awarding contract (Dave Schmitt Construction Company, Inc.) 03 -Jun -2019 Contract 04 -Jun -2019 Performance and Payment Bond 06 -Jun -2019 Addendum No. 1 04 -Nov -2019 Res 19-263, resolution accepting the work. � r 1 _ Act ok om ®' i CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL r FOR THE FORMAL _.. FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT IOWA CITY, IOWA February 14, 2019 1st Avenue Water Main Replacement Project Engineer's Estimate Watersmith Engineering 2/14/2019 90 :11 "=9y S 1 82J 6101 QZ-3 Estimated Item Item Code Description Units Quantity Unit Price, $ Extended Cost 1 02010-108-D1-0 ON-SITE TOPSOIL, STRIP, STOCKPILE, SPREAD, BASED ON CY 185 $10.00 $1,850.00 2 02010-108-G-0 SUBGRADE PREPARATION SY 128 $2.00 $256.00 3 02010-108-1-0 SUBBASE, GRANULAR, 5" SY 285 $10.00 $2,850.00 4 02010-108-L-0 COMPACTION TESTING LS 1 $1,500.00 $1,500.00 5 03010-108-F-0 TRENCH COMPACTION TESTING LS 1 $2,500.00 $2,500.00 6 04010-108-A1-0 SANITARY SEWER, DUCTILE IRON, 10", REPLACE EXISTING LF 20 $162.00 $3,240.00 (1) 7 05010-108-A1-0 WATER MAIN, PVC C900, 6', TRENCHED (1) LF 8 $82.00 $656.00 8 05010 -108 -A1 -I WATER MAIN, DUCTILE IRON, 6", TRENCHED (1) LF 30 $97.00 $970.00 9 05010-108-A1-2 WATER MAIN, DUCTILE IRON, 811, TRENCHED (1) LF 32 $107.00 $3,424.00 10 05010-108-A1-3 WATER MAIN, DUCTILE IRON, 12", TRENCHED (1) LF 58 $137.00 $7,946.00 11 05010-108-A2-0 WATER MAIN, PVC C900, 8", DIRECTIONAL DRILL (1) LF 960 $82.00 $78,720.00 12 05010-108-82-0 WATER MAIN CASING PIPE, 20" CASING, INCLUDES 12" LF 29 $3,200.00 $92,800.00 DUCTILE IRON RESTRAINED JOINTCARRIER PIPE AND ACCESSORIES (1) 13 05010-108-C2-0 FITTINGS, BURIED LBS 900 $10.00 $9,000.00 14 05010-108-E1-0 WATER SERVICE PIPE, COPPER, 1" (1) LF 350 $60.00 $21,000.00 15 05010-108-E2-0 WATER SERVICE CORPORATION, 1" EA 18 $700A0 $12,600.00 16 05010-108-E3-0 WATER SERVICE CURB STOP AND BOX, 1" EA 18 $500.00 $9,000.00 17 05020-108-A-0 VALVE, 6" GATE EA 3 $1,800.00 $5,400.00 18 05020-108-A-1 VALVE, B" GATE EA 1 $2,200.00 $2,200.00 19 05020-108-A-2 CHECK VALVE, 12", FLANGED, INCLUDES SPOOL PIECE EA 1 $11,750.00 $11,750.00 AND OTHER FITTINGS INSIDE VAULT 20 05020-108-X-0 CUT -IN VALVE, 6' EA 2 $2,500.00 $5,000.00 21 05020-108-X-0 CUT -IN CONNECTION, 6" EA 1 $1,800.00 $1,800.00 22 05020-108-X-1 CUT -IN TEE, 6" EA 1 $1,800.00 $1,800.00 23 05020-108-X-2 TEMPORARY FLUSHING TAP, 2" EA 2 $1,800.00 $3,600.00 24 05020-108-X-3 CUT AND CAP 6' WATER MAIN EA 1 $1,000.00 $1,000.00 25 06010-108-A-0 VALVE VAULT, MANHOLE, 6FT INSIDE DIAMETER LS 1 $17,500.00 $17,500.00 26 07010-108-1-0 PCC PAVEMENT SAMPLES AND TESTING LS 1 $1,200.00 $1,200.00 27 07030-108-A-0 REMOVAL OF SIDEWALK OR DRIVEWAY SY 157 $10.00 $1,570.00 28 07030-108-E-0 PCC SIDEWALK, 4FT WIDTH, 4" PCC SY 106 $60.00 $6,360.00 29 07030-108-H1-0 PAVED DRIVEWAY, 7" PCC SY 51 $70.00 $3,570.00 30 07040-108-A-0 FULL DEPTH PATCH, 11" PCC, INCLUDES CURB AND SY 128 $110.00 $14,080.00 GUTTER 31 07040-108-H-0 PAVEMENT REMOVAL, STREET SY 128 $18.00 $2,304.00 32 08020-108-8-0 PAINTED PAVEMENT MARKINGS,SOLVENT/WATERBORNE LS 1 $1,200.00 $1,200.00 33 08030-108-A-0 TRAFFIC CONTROL LS 1 $12,000.00 $12,000.00 34 09010-108-B-0 HYDROSEEDING, INCLUDING WATERING AND WARRANTY AC 0.2 $2,500.00 $500.00 35 09040-108-F-0 SWPPP MEASURES- WATTLES, INCLUDES INSTALLATION LF 500 $4.00 $2,000.00 AND REMOVAL 36 09040-108-T-0 SWPPP MEASURES- INLET PROTECTION DEVICE EA 4 $250.00 $1,000.00 37 11010-108-A-0 CONSTRUCTION SURVEY LS 1 $5,000.00 $5,000.00 38 11020-108-A-0 MOBILIZATION LS 1 $25,000.00 $25,000.00 39 11050-108-A-0 CONCRETE WASHOUT LS 1 $600.00 $600.00 TOTAL $374,746.00 90 :11 "=9y S 1 82J 6101 QZ-3 0005 CERTIFICATIONS PAGE First Avenue Water Main Improvements Project 0005 — Page 1 of 1 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and thatat am a licensed Engineer and helaws of a. he State of Iowy ``\`p.�Q�F•ES31prH�0i,���i' �: ;. BRADLEYW. z _ Bradley W. RoethJ D to LU ROETH r^ s 16536 a € License Number: 16536 Je ; tt My license renewal date is December 31, 20 20 ...... .• ` low A.,,,o"°°�\` Pages or sheets covered by this seal: First Avenue Water Main Improvements Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS r SPECIAL PROVISIONS PLANS == c -a APPENDICES v First Avenue Water Main Improvements Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 8th day of April, 2019. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16th day of April, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. An optional pre-bid meeting will be held at 10:00 am on March 26, 2019 at City Hall, Iowa City. The Project will involve the following: 980 feet of 8" PVC water main installed by directional drill method on 1 It Avenue; 120 feet of 6" and 12" ductile iron water main installed by open trench and jack and bore method on Court Street; check valve installed in buried valve vault; and associated copper water services, traffic control, pavement removal and restoration. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders_ as soon, as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. First Avenue Water Main Improvements Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: June 3, 2019 Substantial Completion: August 16, 2019 Final Completion: October 1, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 0 w -- ca .v �n First Avenue Water Main Improvements Project 0100 —Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the First Avenue Water Main Improvements in said city at 7:00 p.m. on the 12th day of March, 2019, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes 980 feet of 8" PVC water main installed by directional drill method on 151 Avenue; 120 feet of 6" and 12" ductile iron water main installed by open trench and jack and bore method on Court Street; check valve installed in buried valve vault; and associated copper water services, traffic control, pavement removal and restoration. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. N O Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of _ making said improvement. This notice is given by order of the City Council of j the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk N cD First Avenue Water Main Improvements Project 0110 —Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS First Avenue Water Main Improvements PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: March 26, 2019 at 10:00 am City Hall 2. Bid Submittals: a. Time, Date and Location: 3:00 P.M. on April 8, 2019 at City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www. lea is. iowa.aov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description,of the bid security requirements. ` 5. Progress and Schedule: e e a. Contract Times: =' Specified Start Date: June 3, 2019 ca Substantial Completion: August 16, 2019 Final Completion: October 1, 2019 Liquidated Damages: $500 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. C. Community Events: First Avenue Water Main Improvements Project 0200 — Page 1 of 2 i. Iowa City Community School District Calendar: 1. City High Graduation: May 25, 2019 2. Last day of classes: May 30, 2019 3. First day of classes: August 23, 2019 ii. No work shall occur on University of Iowa Home Football game days: 1. August 31, 2019 2. September 7 & 28, 2019 3. October 12 & 19, 2019 4. November 16 & 23, 2019 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of Five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. First Avenue Water Main Improvements Project 0200 — Page 2 of 2 0400 PROPOSAL FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. First Avenue Water Main Improvements Project 0400 — Page 1 of 6 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT ON-SITE TOPSOIL, STRIP, STOCKPILE, SPREAD,BASED 1 ON 8" DEPTH 185 CY SUBGRADE 2 PREPARATION 128 SY SUBBASE, 6" 285 SY WATER MAIN, PVC C900, 8", DIRECTIONAL 11 DRILL (1) 960 LF WATER MAIN CASING PIPE, 20" CASING, INCLUDES 12" DUCTILE IRON RESTRAINED JOINTCARRIER PIPE AND 12 ACCESSORIES (1) 29 LF 13 FITTINGS, BURIED 900 LBS First Avenue Water Main Improvements Project 0400 — Page 2 of 6 COMPACTION 4 TESTING 1 LS TRENCH COMPACTION 5 TESTING 1 LS SANITARY SEWER, DUCTILE IRON, 10", REPLACE 6 EXISTING (1) 20 LF WATER MAIN, PVC C900,6", 7 TRENCHED (1) 8 LF WATER MAIN, DUCTILE IRON, 6", 8 TRENCHED (1) 10 LF WATER MAIN, DUCTILE IRON, 8", 9 TRENCHED (1) 32 LF WATER MAIN, DUCTILE IRON, 10 12". TRENCHED (1) 58 LF WATER MAIN, PVC C900, 8", DIRECTIONAL 11 DRILL (1) 960 LF WATER MAIN CASING PIPE, 20" CASING, INCLUDES 12" DUCTILE IRON RESTRAINED JOINTCARRIER PIPE AND 12 ACCESSORIES (1) 29 LF 13 FITTINGS, BURIED 900 LBS First Avenue Water Main Improvements Project 0400 — Page 2 of 6 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT WATER SERVICE PIPE, COPPER, 1" 14 (1) 350 LF WATER SERVICE 15 CORPORATION, 1" 18 EA WATER SERVICE CURB STOP AND 16 BOX, 1" 18 EA 17 VALVE. 6" GATE 3 EA 18 VALVE, 8" GATE 1 EA CHECK VALVE, 12", FLANGED, INCLUDES SPOOL PIECE AND OTHER FITTINGS 19 INSIDE VAULT 1 EA 20 CUT -IN VALVE, 6" 2 EA CUT -IN 21 CONNECTION, 6" 1 EA 22 CUT -IN TEE, 6" 1 EA TEMPORARY 23 FLUSHING TAP. 2" 2 EA CUT AND CAP 6" 24 WATER MAIN 1 EA VALVE VAULT, MANHOLE,6FT 25 INSIDE DIAMETER 1 LS PCC PAVEMENT SAMPLES AND 26 TESTING 1 LS REMOVAL OF SIDEWALK OR 27 DRIVEWAY 157 SY PCC SIDEWALK, 4FT WIDTH, 4" 28 PCC 106 SY PAVED DRIVEWAY, 7" 29 PCC 51 SY FULL DEPTH PATCH, 11" PCC, INCLUDES CURB 30 AND GUTTER 128 SY First Avenue Water Main Improvements Project 0400 — Page 3 of 6 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT PAVEMENT REMOVAL, 31 STREET 128 SY PAINTED PAVEMENT MARKINGS, SOLVENT/WATER 32 BORNE 1 LS TRAFFIC 33 CONTROL 1 LS HYDROSEEDING, INCLUDING WATERING AND 34 WARRANTY 0.2 AC SWPPP MEASURES - WATTLES, INCLUDES INSTALLATION 35 AND REMOVAL 500 LF SWPPP MEASURES - INLET PROTECTION DEVICE 4 EA CONSTRUCTION 37 SURVEY 1 LS 38 MOBILIZATION 1 LS CONCRETE 39 WASHOUT 1 LS TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer-generated unit price table in accordance with the _Special Provisions. First Avenue Water Main Improvements Project 0400 — Page 4 of 6 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. First Avenue Water Main Improvements Project 0400 — Page 5 of 6 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title 0 Street Address City, State, Zip Code C-41 w c� Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. First Avenue Water Main Improvements Project 0400 — Page 6 of 6 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental hotly requesting bids per 875 Iowa Administrative Code Chapter 156. ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ yes q No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates (mm/dd/yyyy) Dates (=Vdd/y)") Dates 10 m IM (mn✓dd yyyy) You may attach additional sheet(s) if needed. Address: City, State, Zip Code: Address: City, State, Zip Code: Address: City, State, Zip Code: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: v 2. Does your company's home state or foreign country offer preference to bidders who are residents? P Yes ❑ No .J 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state otforeigncountry and the appropriate legal citation. �n You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: First Avenue Water Main Improvements Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION 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 describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa 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 Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa 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 Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. First Avenue Water Main Improvements Project 0405 — Page 2 of 2 0410 BID BOND FORM FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for First Avenue Water Main Improvements Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of A.D., 2019. (Seal) Witness Principal 0 (Title) (Seal) Surety By: Witness (Attorney-in-fact) Attach Power -of -Attorney, if applicable First Avenue Water Main Improvements Project 0410 — Page 1 of 1 0500 CONTRACT FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of 2019, for the First Avenue Water Main Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. First Avenue Water Main Improvements Project 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT DATED this day of Cites Signature of City Official Printed Name of City Official ATTEST: BY: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office 2019. Contractor By: Signature of Contractor Officer Printed Name of Contractor Officer Title of Contractor Officer ATTEST: (Company Official) f`J C) �7 r -n _o ggM W O First Avenue Water Main Improvements Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, (hereinafter the "Contractor" or "Prii as Surety are held and firmly bound to as "the Jurisdiction"), and to all conditions of this as Principal cipal") and unto City of Iowa City, Iowa, as Obligee (hereinafter referred persons who may be injured by any breach of any of the Bond in the penal sum of dollars ($ ), 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 contract with the Jurisdiction, bearing date the day of (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: 980 feet of 8" PVC water main installed by directional drill method on 1s' Avenue; 120 feet of 6" and 12" ductile iron water main installed by open trench and jack and bore method on Court Street; check valve installed in buried valve vault; and associated copper water services, traffic control, pavement removal and restoration. and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. 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: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction 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: 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 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 First Avenue Water Main Improvements Project 0510 — Page 1 of 4 portion of the contract price the Jurisdiction 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 Iowa Code, which by this reference is made a part hereof as though fully set out herein. 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 result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, 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 Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, 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 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall 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. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction 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 Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. First Avenue Water Main Improvements Project 0510 —Page 2 of 4 In the event the Jurisdiction 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 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 Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 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 Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction 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 and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. First Avenue Water Main Improvements Project 0510 — Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer QI Signature of Contractor Officer Title of Contractor Officer NOTE: 0 SURETY: Surety Company Name Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact 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. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-FacVOfficer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. First Avenue Water Main Improvements Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION 1- GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. First Avenue Water Main Improvements Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code First Avenue Water Main Improvements Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date First Avenue Water Main Improvements Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of First Avenue Water Main Improvements Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: httt ://www.sterlingcoditiers.com/codebook/index.oho?book id=953. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. First Avenue Water Main Improvements Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. First Avenue Water Main Improvements Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. First Avenue Water Main Improvements Project 0530 — Page 1 of 3 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. First Avenue Water Main Improvements Project 0530 — Page 2 of 3 STATE OF WAGE THEFT AFFIDAVIT COUNTY ss: upon being duly sworn, state as follows: I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 2019. Notary Public in and for the State of First Avenue Water Main Improvements Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https:Hiowasudas.org/archived-specifications/. First Avenue Water Main Improvements Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.org/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. First Avenue Water Main Improvements Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2019 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.oro/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Enoineerino Division Office. N O qy _ L w N First Avenue Water Main Improvements Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer-generated unit price attachment. Swing Disc Check Valve: 1. Style: Flexible disc, full -flow body, domed access cover. 2. Materials: a. Body and cover: Ductile iron. b. Disc: Buna-N rubber with steel and nylon reinforcements. c. Coatings: Fusion bonded epoxy. d. Mechanical position indicator: Stainless steel and lead-free bronze. 3. Standards: a. AWWA C508 b. NSF 61 and 372 4. Design: a. Full -flow are equal to the nominal pipe diameter at all points in valve. b. Seating surface at 45 -degree angle to minimize disc travel c. Threaded port with plug on bottom of valve. d. Full-size access cover to allow removal of disc without removal of the valve body. e. Flanged connections: Class 125 f. Mechanical position indicator to be visible from outside of valve vault. 5. Make/model: Val -Matic Swing -Flex Series 500 or approved equal. Measurement and Payment for items that are not covered by a measurement and payment item in either SUDAS or Iowa City Supplemental Specifications: 05020-108-X-0, Cut -in Valve, 6", Measurement & Payment by each valve installed. The unit price for each item includes, but is not limited to, measuring, cutting, and removing section of existing water pipe; de -watering and cleaning existing water pipe; furnishing and using all temporary plugs and disinfectant to prevent contamination of existing water pipe; polyethylene wrap; maintaining proper alignment and height of valve box; furnishing and installing cutting -in valve complete with valve box, sleeve(s), pipe, restraining devices; leak testing; bracing; connecting new water pipe to existing water pipe; excavation; backfill; compaction; and furnishing all labor, materials and equipment necessary to complete work. 05020-1084-1, Cut -In Connection, 6", Measurement & Payment by each cut -in connection made. The unit price for each item includes, but is not limited to, measuring, cutting, and removing section of existing water pipe or plug; de -watering and cleaning existing water pipe; furnishing and using all temporary plugs and disinfectant to prevent contamination of existing water pipe; polyethylene wrap; furnishing and installing coupling, sleeve(s), gaskets, mechanical joint gland, restraining devices; leak testing; bracing; connecting new water pipe to existing water pipe, fitting, or valve; excavation; backfill; compaction; and furnishing all labor, materials and equipment necessary to complete work. First Avenue Water Main Improvements Project Page 1 of 3 05020-108-X-2, Cut -In Tee, 6", Measurement & Payment by each cut -in fitting installed. The unit price for each item includes, but is not limited to, measuring, cutting, and removing section of existing water pipe; de -watering and cleaning existing water pipe; furnishing and using all temporary plugs and disinfectant to prevent contamination of existing water pipe; polyethylene wrap; furnishing and installing cutting -in fitting complete with sleeve(s), gaskets, glands, bolts, restraining devices; leak testing; bracing; connecting new water pipe to existing water pipe; excavation; backfill; compaction; and furnishing all labor, materials and equipment necessary to complete work. 05020-108-X-3, Temporary Flushing Tap, 2", Measurement & Payment by each flushing tap installed. The unit price for each item includes, but is not limited to, furnishing and installing temporary tap, valve, and pipe; labor and materials required to fill and vent water main through temporary tap; disposal of flush water; removing temporary components and installing final sealed, restrained plug; and furnishing all labor, materials and equipment necessary to complete work. 05020-108-X-4, Cut and Cap 6" Water Main, Measurement & Payment by each cap installed. The unit price for each item includes, but is not limited to, measuring, cutting, and removing section of existing water pipe; de -watering and cleaning existing water pipe; furnishing and using all temporary plugs and disinfectant to prevent contamination of existing water pipe; polyethylene wrap; furnishing and installing restrained mechanical joint cap and thrust block, complete with sleeve(s), gaskets, glands, bolts, restraining devices; leak testing; bracing; excavation; backfill; compaction; and furnishing all labor, materials and equipment necessary to complete work. Measurement and Payment for items that have a measurement and payment item in either SUDAS or Iowa City Supplemental Specifications, and are further modified or clarified. The original measurement and payment description applies, except as modified as follows: 08020-108-B-0, Painted Pavement Markings, Solvent/Waterborne, Measurement and Payment is by lump sum for paint markings required to match existing and adjacent paint striping, including markings for centerline, lane lines and pedestrian crossings. 09040-108-F-0, SWPPP Measures — Wattles, Unit price includes installation, removal, and maintenance of wattles due to any rain event occurring while the measure is installed. 09040-108-T-0, SWPPP Measures — Inlet Protection Devices, Unit price includes installation, removal, and maintenance of inlet protection devices due to any rain event occurring while the measure is installed. 11020-108-A-0, Mobilization, Unit price also includes maintenance of postal service and solid waste collection as described in SUDAS Section 11030. First Avenue Water Main Improvements Project Page 2 of 3 PLANS SHEET NUMBER TITLE REVISION NUMBER A.01 COVER SHEET 0 B.01 DETAIL SHEET 0 C.01 QUANTITIES AND GENERAL NOTES 0 G.01 CONTROL POINTS 0 J.01 TRAFFIC CONTROL - STAGE 1 0 J.02 TRAFFIC CONTROL - STAGE 2 0 MWM.1 PLAN AND PROFILE SHEET 1 OF 3 0 MWM.2 PLAN AND PROFILE SHEET 2 OF 3 0 MWM.3 PLAN AND PROFILE SHEET 3 OF 3 0 R.01 REMOVAL SHEET 0 S.01 SIDEWALK AND PAVING SHEET 0 First Avenue Water Main Improvements Project Page 3 of 3 APPENDICES Geotechnical Evaluation Report, Proposed Water Main Replacement, East Court Street, Iowa City, Iowa, Braun-Intertec Corporation, January 14, 2019. Manual of Uniform Traffic Control Devices, 2009 Typical Application Figures • Figure 61-1-19. Detour for One Travel Direction (TA -19) • Figure 61-1-20. Detour for a Closed Street (TA -20) • Figure 61-1-28. Sidewalk Detour or Diversion (TA -28) SUDAS Standard Details Referenced in Drawings Iowa City Supplemental Specification Details Referenced in Drawings First Avenue Water Main Improvements Project Page 1 of 1 Geotechnical Evaluation Report Proposed Water Main Replacement East Court Street Iowa City, Iowa Preporedfor Watersmith Engineering Professional Certification: I hereby certify that this report was prepared by me or under my direct supervision and that I am a duly Licensed Professional Engineer under the laws of the State of Iowa. My license renewal date is December 31, 2019. Timothy T. Wiles Principal/Senior Engineer License Number: 12939 January 14, 2019 Project: 81813208 Braun Intertec Corporation T 4 6 W yam s a � ,! BRAUN INTERTEC The Science You Build On. January 14, 2019 Brad Roeth, PE Watersmith Engineering 1029 Hershey Ave. Muscatine, IA 52761 Re: Geotechnical Evaluation Report Proposed Water Main Replacement East Court Street Iowa City, Iowa Dear Mr. Roeth: Braun Intertec Corporation Phone: 319.365.0961 1901 16th Avenue SW, Suite 2 Fax: 319.365.1306 Cedar Rapids, IA 52404 1 Web: braunintertec.com Project B1813208 We are pleased to present this Geotechnical Evaluation Report for the proposed Water Main Replacement project in Iowa City, Iowa. Thank you for making Braun Intertec your geotechnical consultant for this project. If you have questions about this report, or if there are other services that we can provide in support of our work to date, please call us at 319-365-0961. Sincerely, Braun Intertec Corporation Andrew Schweizer, PE Staff Engineer Timothy Wiles, PE Principal/Senior Engineer Fri -o :.a w v 0"1 Table of Contents Description Page A. Introduction......................................................................................................................................1 A.1. Project Description..............................................................................................................1 A.2. Background Information and Reference Documents..........................................................1 B. Results..............................................................................................................................................1 B.1. Boring Logs..........................................................................................................................1 B.1.a. Log of Boring Sheets...............................................................................................1 B.1.b. Geologic Origins.....................................................................................................1 B.2. Geologic Profile...................................................................................................................2 B.3. Groundwater.......................................................................................................................2 C. Basis for Recommendations.............................................................................................................2 C.1. Anticipated Grade Changes.................................................................................................2 C.2. Precautions Regarding Changed Information.....................................................................3 D. Discussion.........................................................................................................................................3 D.1. Trenchless Installation.........................................................................................................3 D.2. Trench Installation...............................................................................................................3 D.2.a. Excavations.............................................................................................................3 D.2.b. Excavation Dewatering...........................................................................................4 D.2.c. Selecting Excavation Backfill and Additional Required Fill.....................................4 D.2.d. Placement and Compaction of Backfill and Fill......................................................4 D.3. Construction Quality Control..............................................................................................5 E. Procedures........................................................................................................................................5 E.1. Penetration Test Borings.....................................................................................................5 E.2. Material Classification and Testing.....................................................................................5 F. Qualifications.................................................................................................................:............::....6 F.1. Variations in Subsurface Conditions................................................................. ...6 F.1.a. Material Strata.......................................................................................................6 F.l.b. Groundwater Levels.........................................................................:...................6 F.2. Continuity of Professional Responsibility.......................................................... 1- ................ 6 F.2.a. Plan Review ......................................... ............................................... : ...................6 F.2.b. Construction Observations and Testing.................................................................6 F.3. Use of Report .......................................................................................................................7 F.4. Standard of Care..................................................................................................................7 Appendix Boring Location Plan Log of Boring Sheets Descriptive Terminology of Soil BRAUN I NTERTEC A. Introduction A.I. Project Description We understand that this project consists of a water main replacement beneath East Court Street in Iowa City, Iowa, just west of Upland Avenue. We also understand that the water main is proposed to be constructed using the jack and bore method. Based on the provided Plan and Profile sheet, we understand that the proposed water main replacement will be approximately 120 feet in length and constructed to depths up to approximately 12 feet below existing grade. A.2. Background Information and Reference Documents To facilitate our evaluation, we received a conceptual Plan and Profile Sheet created by Watersmith Engineering in an email dated November 6, 2018. The provided drawing displays the proposed water main replacement along East Court Street. We also relied on aerial maps from Google Earth'". B. Results B.I. Boring Logs B.l.a. Log of Boring Sheets Log of Boring sheets for our test boring are included in the Appendix. The logs identify and.describe the geologic materials that were penetrated and present the results of standard penetration tests (SPT) performed within them and groundwater measurements. Strata boundaries were inferred from changes in the penetration test samples and the auger cuttings. The boundary depths will likely vary away from the boring locations, and the boundaries themselves may also occur as gradual rather than abrupt transitions. B.1.b. Geologic Origins Geologic origins assigned to the materials shown on the logs and referenced within this report were based on: (1) a review of the background information and reference documents cited above, (2) visual classification of the geologic material samples retrieved during the course of our subsurface exploration, (3) penetration resistance testing performed for the project, and (4) available common knowledge of the geologic processes and environments that have impacted the site and surrounding area in the past. BRAUN INTERTEC Watersmith Engineering Project 81813208 January 14, 2019 Page 2 6.2. Geologic Profile The soil boring results are summarized in the following table in the general order we encountered the strata. Table 1. Subsurface Profile Summary* Strata Soil Type - ASTM Classification Penetration Resistances (Blows Per Foot) Commentary and Details • Present to a depth of approximately 5 feet below existing grade. Existing Fill -- 9 to 9 BPF • Moisture condition is generally moist. Dark brown and gray. • Generally contains trace amount of sand and organics. • Present to a boring termination depth of approximately 20 feet below existing grade. • Penetration resistances indicate soft to medium consistency. Alluvium CL 4 to 6 BPF Moisture condition is generally moist. • Brown to gray. Generally contains trace amounts of sand, organics, and sand seams. 'Abbreviations defined in the attached Descriptive Terminology sheets. B.3. Groundwater Groundwater was not observed while drilling in our boring, therefore, it appears groundwater will not be encountered during construction. The contractor should, however, be prepared to remove.surface water that accumulates on the clay soils exposed in excavations. C. Basis for Recommendations C.1. Anticipated Grade Changes Based on our correspondence with you and the provided Plan and Profile Sheets, we understand the water main replacement along East Court Street will be constructed to depths of up to 12 feet below existing grade in some areas. BRAUN INTERTEC Watersmith Engineering Project B1813208 January 14, 2019 Page 3 C.2. Precautions Regarding Changed Information We have attempted to describe our understanding of the proposed construction to the extent it was reported to us by others. Depending on the extent of available information, assumptions may have been made based on our experience with similar projects. If we have not correctly recorded or interpreted the project details, we should be notified. New or changed information could require additional evaluation, analyses and/or recommendations. D. Discussion D.1. Trenchless Installation Based on our discussions with Watersmith, we understand that the proposed water main will be installed using jack and bore or horizontal drilling installation methods. The contractor should review the boring logs and materials encountered prior to the installations. The clayey soils encountered in our borings are generally less susceptible to caving and collapse during trenchless installations than cohesionless soils such as sand or gravel. However, the clay soils are relatively soft, with a cohesion of about 500 pounds per square foot, and are more susceptible to caving and collapse than medium or stiff clays. Care should be taken not to remove more material than required during the installation process. Removal of additional subsurface material may cause settlement of the current roadway embankments and pavements. D.2. Trench Installation D.2.a. Excavations If trench installation methods are selected, we understand that excavations to construct the water main replacement will be up to approximately 12 feet below existing grade in some areas. All excavation must comply with the requirements of OSHA 29 CFR, Part 1926, Subpart P, "Excavations and Trenches." This document states that excavation safety is the responsibility of the contractor. Reference to these OSHA requirements should be included in the project specifications. In general, based on the samples taken from our borings, the existing fill and native material appear to be Type B soil (lean clays) in accordance with OSHA guidelines, which require 1:1 (H:V) slopes or flatter. It BRAUN INTERTEC Watersmith Engineering Project B1813208 January 14, 2019 Page 4 should be noted that submerged soil is classifk&w, Nppef4ri armwdance with OSHA guidelines. Soil and groundwater conditions may vary away from our boating locations and the soil types should be assessed continuously throughout the project by the contractor. If the required excavation slopes cannot be achieved due to the constraints of project limits, trench boxes or other shoring measures will likely be required. D.2.b. Excavation Dewatering Groundwater was not encountered while drilling. Therefore, we anticipate that groundwater will not be a significant factor during construction, but could be encountered in the excavations during periods of heavy precipitation. We anticipate that sumps and pumps will likely be appropriate for removing groundwater in the low permeability clays. However, if groundwater is encountered in areas of higher permeability sand layers, a more rigorous dewatering effort may be required. It should be noted that static groundwater levels may be higher during construction than those observed while drilling. Consideration should be given to digging test pits prior to construction in areas near the planned excavations to observe water levels. D.2.c. Selecting Excavation Backfill and Additional Required Fill Onsite soils free of organics can be considered for reuse as general backfill and fill. Moisture conditioning of clayey soils will likely be required prior to compaction. The clayey soils will be more difficult to compact if wet or allowed to become wet, or if spread and compacted over wet surfaces. Imported material needed to replace excavation spoils or balance cut and fill quantities, may consist of sand, silty sand, clayey sand, sandy lean clay, or lean clay. We recommend, however, that the plastic index of the material not exceed 15 and the liquid limit not exceed 48. Pipe bedding materials should comply with the pipe manufacturer's requirements or City of Iowa City specifications. D.2.d. Placement and Compaction of Backfill and Fill We recommend spreading backfill and fill in loose lifts of approximately 8 inches. We recommend that any backfill and new fill placed within the water main excavations be compacted to 95 percent of the material's maximum dry density (ASTM D698). If any of the backfill material will support pavements, sidewalks, or other structures, compaction requirements should be in accordance with the specifications for that structure. BRAUN I NTERTEC Watersmith Engineering Project B1813208 January 14, 2019 Page 5 D.3. Construction Quality Control Pipe bedding materials should be placed in accordance with pipe manufacturer's recommended procedures or City of Iowa City guidelines. We recommend density tests be taken in excavation backfill and additional required fill. If site grading and construction is anticipated during cold weather, all snow and ice should be removed from cut and fill areas prior to additional grading. No fill should be placed on frozen subgrades. No frozen soils should be used as fill. E. Procedures E.I. Penetration Test Borings The boring location was staked by Watersmith Engineering prior to the start of our field work. Boring coordinates and elevations were then obtained using hand-held GPS and available topographic information. Boring coordinates and elevations are provided on the attached boring logs. A boring location sketch is included in the Appendix. Once the boring was staked and utilities located, the penetration test boring was drilled with a flotation tire -mounted drill rig equipped with hollow stem augers. The borings were performed in general accordance with ASTM D 1586. Penetration test or thin-walled tube samples were taken at 2% to 5 -foot intervals. Actual sample intervals and corresponding depths are shown on the boring logs. The drillers checked for groundwater as the penetration test borings were advanced. Groundwater depths are noted on the attached boring logs. E.2. Material Classification and Testing The geologic materials encountered were visually and manually classified by the geotechnical engineering staff in accordance with ASTM Standard Practice D2488. A chart explaining the classification system is attached. Samples were placed in zip -top bags and returned to our facility for review and storage. All laboratory testing was completed in accordance with all ASTM and AASHTO procedures. The laboratory test results are included on the attached boring logs. BRAUN INTERTEC Watersmith Engineering Project 81813208 January 14, 2019 Page 6 F. Qualifications F.1. Variations in Subsurface Conditions FA.a. Material Strata Our evaluation of the subsurface conditions was developed from a limited amount of site and subsurface information. It is not standard practice to retrieve material samples from exploration locations continuously with depth, and therefore strata boundaries and thicknesses must be inferred to some extent. Strata boundaries may also be gradual transitions, and can be expected to vary in depth, elevation, and thickness away from the exploration locations. Variations in subsurface conditions present between exploration locations may not be revealed until additional exploration work is completed, or construction commences. If any such variations are revealed, our recommendations should be re-evaluated. Such variations could increase construction costs, and a contingency should be provided to accommodate them. FA.b. Groundwater Levels Groundwater observations were made under the conditions reported herein and are shown on the exploration logs, and interpreted in the text of this report. It should be noted that the observation periods were relatively short, and groundwater can be expected to fluctuate in response to rainfall, flooding, irrigation, seasonal freezing and thawing, surface drainage modifications, and other seasonal and annual factors. F.2. Continuity of Professional Responsibility F.2.a. Plan Review This report is based on a limited amount of information, and a number of assumptions were necessary to help us develop our recommendations. It is recommended that our firm review the geotechnical aspects of the designs and specifications, and evaluate whether the design is as expected, if any design changes have affected the validity of our recommendations, and if our recommendations have been correctly interpreted and implemented in the designs and specifications. F.2.b. Construction Observations and Testing It is recommended that we be retained to perform observations and tests during construction. This will BRAUN INTERTEC Watersmith Engineering Project B1813208 January 14, 2019 Page 7 allow correlation of the subsurface conditions encountered during construction with those encountered by the borings, and provide continuity of professional responsibility. F.3. Use of Report This report is for the exclusive use of the parties to which it has been addressed. Without written approval, we assume no responsibility to other parties regarding this report. Our evaluation may not be appropriate for other parties or projects. F.4. Standard of Care In performing its services, Braun Intertec used that degree of care and skill ordinarily exercised under similar circumstances by reputable members of its profession currently practicing in the same locality. No warranty, express or implied, is made. BRAUN INTERTEC Appendix BRAUN INTERTEC n 0RM9JBY i4ig DATE 4N8 A APPL, By. lTW 1/14/18 JOB 81813208 DAG 4Q 1 SHEkI Or SCkE - -NA.. - 1 1 Boring Location Plan Proposed Water Main Replacement East Court Street Iowa City, Iowa - Boring Location BRAUN INTERTEC The Science You BuM On. BRAUN'" INTERTEC LOG OF BORING Braun Project B1813208 BORING: B.1 Geotechnical Evaluation LOCATION: Lat:41.656727° Water Main Replacement Long: -91.500742° East Court Street Iowa City, Iowa DRILLER: C.GraoeylB.Ward METHOD: 31/4" HSA, Autohammer DATE: 1/3/19 SCALE: 1"=N Elev. Depth feet feet Description of Materials BPF WL MC DD Tests or Notes 707.0 0.0 Symbol (Soil -ASTM D2488 or 02487, Rock-USACE EM1110-1-2908) % pcf FILL FILL: Lean Clay, trace Sand and Organics, dark brown _ and gray, moist _ 8 _ 9 702.0 5.0 CL LEAN CLAY, trace Sand and Organics, brown to gray, moist, soft (Alluvium) 34 85 qp 1.0 tsf 4 694.0 13.0 CL LEAN CLAY with SAND seams, gray, moist, soft to _ medium 4 (Alluvium) _ 6 687.0 20.0 END OF BORING. Water not observed while drilling. Boring then backfilled. 81813208 Braun knertec Corporation B-1 page 1 of 1 BRAUN INTERTEC 7eaada.Tepepadop. A. Based on the material passing the 3-inch(75-Prm)sieve. B. If field sample contained cobbles or boulders, or both, add "with cobbles or boulders, or both" to group name. C. Gravels with 5 to 12% fines require dual symbols: GW -GM well -graded gravel with sift GW -GC well-gradedgravelwdh clay GP -GM poorly graded gravel with slit GP -GC poorly graded gravel with clay D. C""Deo/Do, C,= (D,jl/ (Duex Dov) E. If soil contains 2 15% sand, add "with sand" to group name. F. If fines classify as CL -ML, use dual symbol GC -GM or SC -SM. G. If fines are organic, add "with organa finer It, group name. H. Sands with 5 to 12% fines require dual symbols: SW -SM well -graded sand with silt SW -SC well -graded sand with clay SP -SM poorly graded sand with sin SP -SC poorly graded sand with clay L If soli contains 215%gravel, add "with gravel" to group name. J. If Atterberg limns plot In hatched area, soil is CL -ML, silly clay. K. If soil contains 15 to <30% plus No. 200, add "with sand' c Ith graver, whichever is predominant. L. If soil contains 2 30% plus No. 200, predominantly sand, add "sandy" to group name. M. If loll contains>-- 30% plus No. 20D predominantly gravel, add "gravelly" to group name. N. PI 2 4 and plots on or above "A" line. O. PI < 4 or plots below "A" line. P. PI plots on or above "A" line. Q PI plots below "A" line Fw cb:sAimna, tl dab fitted. for Asrrnl„a Group $ymbds and Boulders .............. son elassificadm _ Group Names Usha Laboratory Testi Group s," Gsou, Name Coarse ............. Gravel nem Graved a4 add 154s 3° GW Well graded graver Coarse .............. (More Man SM of (Less no. 5%finos`) <4 and Scar 4 /or lC,. C,>31° GP Poorly I" Poorl grave Very soft ................... coursefractbn Graimisearn Fines FNP, tlassi� as Ml or MH GM Sihv rave111O E D y radalned do No,4 iL .jB eyel (Mme than 12% fires FIMS 04ls es Urn Ge Clayey noel"a SaC�t S e 8 Sands open sal, 26 and 15 C, 530 SW Wed -ended sane !!i S SG% or more coarse ft. than 5%f ") 4<6and/nrlC Iae >3)° SP Poorly graded sa rad O fraction rods., No 4 Ned, wmiiw Finesdal as ML or MN SM Sik-sand"' — sieve) (More Nun 1216 fines") Fines clawl MCL or CH SC Clayey sand" P! 7 and plots on of above 'A' are CL Lear rola- Inorganic SlkaandClaw a: (Lpuld bmkless Man H<4 or dots bNow •A'llne ML Silt"'° 1 Sol Liquid Limaoven dried Guiliano clay s Iw" $ 38 Organic Liquid urge - rods drod N.75 a Organic silt e ^' Imrgank % pipes mor above "A"line CH FM ll. S t Nlti arM Qaw N plain below 'A' gave MH FaadG gi"" " � IUqud Amx 50« Lqud Lame - even dried sank clay"„'• morel organic Liquid Lima - not dead ON p;i;me— ” a M nit Son, Ptlmirl or nit malar, dark in wbr, and organic pop, pi he A. Based on the material passing the 3-inch(75-Prm)sieve. B. If field sample contained cobbles or boulders, or both, add "with cobbles or boulders, or both" to group name. C. Gravels with 5 to 12% fines require dual symbols: GW -GM well -graded gravel with sift GW -GC well-gradedgravelwdh clay GP -GM poorly graded gravel with slit GP -GC poorly graded gravel with clay D. C""Deo/Do, C,= (D,jl/ (Duex Dov) E. If soil contains 2 15% sand, add "with sand" to group name. F. If fines classify as CL -ML, use dual symbol GC -GM or SC -SM. G. If fines are organic, add "with organa finer It, group name. H. Sands with 5 to 12% fines require dual symbols: SW -SM well -graded sand with silt SW -SC well -graded sand with clay SP -SM poorly graded sand with sin SP -SC poorly graded sand with clay L If soli contains 215%gravel, add "with gravel" to group name. J. If Atterberg limns plot In hatched area, soil is CL -ML, silly clay. K. If soil contains 15 to <30% plus No. 200, add "with sand' c Ith graver, whichever is predominant. L. If soil contains 2 30% plus No. 200, predominantly sand, add "sandy" to group name. M. If loll contains>-- 30% plus No. 20D predominantly gravel, add "gravelly" to group name. N. PI 2 4 and plots on or above "A" line. O. PI < 4 or plots below "A" line. P. PI plots on or above "A" line. Q PI plots below "A" line Fw cb:sAimna, tl dab Boulders .............. and fir..orai,wd nemonarrsaraard precisiona -"is _ 3" to 12" Equation o 215% Coarse ............. .lne Flpr¢Ontal at at P- 1 in m LL. Bs, Fine ................. No. 4 to 3/4" (4.75 mm to 19.00 mm) thxvn PI - 0.73 (LL -20) V, .* Coarse .............. Equab or-u'-qne Medium ........... No. 40 to No. 10 (0.425 mm to 2.00 mm) Verdi atLL=1hW Pt 7 No. 200 to No. 40 Very soft ................... paged of(LL-� Silt ........................ No. 200 (0.075 mm) to .005 mm Clay ...................... 'd MH -OHI 5 to 8 BPF ........... _ . 1/2 to 1 tsf Stiff ........................... 9 to 15 BPF .... ............ 1 to 2 tsf Very SW..................16 to 30 BPF........... MLOROL r Hard .......................... over 30 BPF ..... ....... o to sem 30 4o W m 70 m to sop lt0 LIQUID LIIQr (LL) DD Dry Density, pcf DC Wo Wet Density, pcf qa P200 % Passing #200 sieve MC Descriptive Terminology of Soil Based on Standards ASTM D 2467-11/2488-09a (Unlfed Soil Classification System) Inclusion Thicknesses tens ............................... 0 to 1/8„ seam ............................. 1/811 to 1" laver.............................. over 1" Apparel Relative Density of Coliesbnless Soils Very loose ..................... Particle Size Idemlfic rtion Boulders .............. over 12" Cobbles ................ 3" to 12" Gravel 215% Coarse ............. 3/4" to 3" (19.00 mm to 75.00 mm) Fine ................. No. 4 to 3/4" (4.75 mm to 19.00 mm) Sand over 50 BPF Coarse .............. No. 10 to No. 4 (2.00 mm to 4.75 mm) Medium ........... No. 40 to No. 10 (0.425 mm to 2.00 mm) Fine .................. No. 200 to No. 40 Very soft ................... (0.075 mm to 0.425 mm) Silt ........................ No. 200 (0.075 mm) to .005 mm Clay ...................... <.005 mm Inclusion Thicknesses tens ............................... 0 to 1/8„ seam ............................. 1/811 to 1" laver.............................. over 1" Apparel Relative Density of Coliesbnless Soils Very loose ..................... Relative Proportlortsu he trace............................. 0 to 596 little .............................. 6 to 14% with ..... ........................ 215% Inclusion Thicknesses tens ............................... 0 to 1/8„ seam ............................. 1/811 to 1" laver.............................. over 1" Apparel Relative Density of Coliesbnless Soils Very loose ..................... 0 to 4 BPF Loose ............................ 5 to SO BPF Medium dense .............. 11 to 30 BPF Dense ............................ 31 to 50 BPF Very dense .................... over 50 BPF Consistency of Blows Approximate Unconfined Cohesive Soils Per Foot Compressive Strength Very soft ................... 0 to 1 BPF................... < 1/4 tsf Soft .................._ _..... 2 to 4 BPF................... 1/4 to 1/2 tsf Medium .................... 5 to 8 BPF ........... _ . 1/2 to 1 tsf Stiff ........................... 9 to 15 BPF .... ............ 1 to 2 tsf Very SW..................16 to 30 BPF........... _.. 2 to 4 tsf Hard .......................... over 30 BPF ..... ....... ._.> 4 tsf Moisture Content: Dry: Absence of moisture, dusty, dry to the touch. Moist: Damp but No visible water. Wet: Visible free water, usually soil is below water table. Drilling Notes BPF: Numbers indicate blows per foot recorded in standard penetration test, also known as "N" value:The sampler was set 6 inches into undisturbed soil below the hollow -stem auger. Driving resistances were then counted for second and third 6 -inch increments, and added to get BPF. Partial Penetration: If the sampler cannot be driven the full 12 inches beyond the initial 6 -inch set, the number of blows for that partial penetration is shown as "pill (i.e., 50/2"). If the sampler cannot be advanced beyond the initial 5 -inch set, the depth of penetration will be recorded in the Notes column as "No. to set 7(" (i.e., 50 to set 4"). WH: WH indicates the sampler penetrated soil under weight of hammer and rods alone; driving not required. WR: We indicates the sampler Penetrated soil under weight of rods alone; hammer weight and driving not required. WL' WL indicates the water level measured by the drillers either while drilling or following drilling. LaboratoryTesb Organic content % PL Plastic limit, % Pocket penetrometer strength LL Liquid limit, % Moisture conent % PI Plasticity Index, % 1/2018 Page 670 Notes for Figure 6H-19—Typical Application 19 Detour for One Travel Direction Guidance: 2009 Edition 1. This plan should be used for streets without posted route numbers. 2. On multi -lane streets, Detour signs with an Advance Turn Arrow should be used in advance of a turn. Option: 3. The STREET CLOSED legend may be used in place of ROAD CLOSED. 4. Additional DO NOT ENTER signs may be used at intersections with intervening streets. 5. Warning lights may be used on Type 3 Barricades. 6. Detour signs may be located on the far side of intersections. 7. A Street Name sign may be mounted with the Detour sign. The Street Name sign may be either white on green or black on orange. Standard: 8. When used, the Street Name sign shall be placed above the Detour sign. Sect. 6H.01 December 2009 2009 Edition Figure 6H-19. Detour for One Travel Direction (TA -19) o C = y :16 a Note: See Tables 61-1-2 and 6H-3 for the meaning of the symbols and/or letter codes used in this figure. av3Hv wo�Kk 0avoa3SO10 7 B OV3HV ano13D j A Aft Typical Application 19 i ROAD WORK AHEAD Page 671 December 2009 Sect. 6H.01 � loos �o c Fun -613 --al aN3 Aft Typical Application 19 i ROAD WORK AHEAD Page 671 December 2009 Sect. 6H.01 Page 672 Notes for Figure 6H-20—Typical Application 20 Detour for a Closed Street 2009 Edition Guidance: 1. This plan should be used for streets without posted route numbers. 2. On multi -lane streets, Detour signs with an Advance Turn Arrow should be used in advance of a turn. Option: 3. Flashing warning lights and/or flags may be used to call attention to the advance warning signs. 4. Flashing warning lights may be used on Type 3 Barricades. 5. Detour signs may be located on the far side of intersections. A Detour sign with an advance arrow may be used in advance of a tum. 6. A Street Name sign may be mounted with the Detour sign. The Street Name sign may be either white on green or black on orange. Standard: 7. When used, the Street Name sign shall be placed above the Detour sign. Support: 8. See Figure 61-1-9 for the information for detouring a numbered highway. Sect. 6H.O1 December 2009 1 2009 Edition Figure 6H-20. Detour for a Closed Street (TA -20) 11 t aWONwtona o T —7: I f ein St ER Note: See Tables 61-1-2 and 61-1-3 for the meaning of the symbols and/or letter codes used in this figure. December 2009 �-F r—♦ VIM* s so I c' ano130 ON3 Typical Application 20 It Page 673 END DETOUR i en -WOO. 03SO113 1 f OVOM l 03SO10 OVOH MAO ICLOSEDI It Sect. 6H.01 Page 688 2009 Edition Notes for Figure 611-28—Typical Application 28 Sidewalk Detour or Diversion Standard: 1. When crosswalks or other pedestrian facilities are closed or relocated, temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility. Guidance: 2. Where high speeds are anticipated, a temporary traffic barrier and, if necessary, a crash cushion should be used to separate the temporary sidewalks from vehicular traffic. 3. Audible information devices should be considered where midblock closings and changed crosswalk areas cause inadequate communication to be provided to pedestrians who have visual disabilities. Option: 4. Street lighting may be considered. 5. Only the TTC devices related to pedestrians are shown. Other devices, such as lane closure signing or ROAD NARROWS signs, may be used to control vehicular traffic. 6. For nighttime closures, Type A Flashing warning lights may be used on barricades that support signs and close sidewalks. 7. Type C Steady -Burn or Type D 360 -degree Steady -Burn warning lights may be used on channelizing devices separating the temporary sidewalks from vehicular traffic flow. 8. Signs, such as KEEP RIGHT (LEFT), may be placed along a temporary Sidewalk to guide or direct pedestrians. Sect. 6H.01 December 2009 MG1121 YItiT Figure 61-1-28. Sidewalk Detour or Diversion (TA -28) H I t inches MIN. Page 689 SIDEWALK DETOUR SIDEWALK DIVERSION Typical Application 28 Note: See Tables 6H-2 and 6H-3 for the meaning of the symbols and/or letter codes used in this figure. December 2009 Sect. 6H.01 Bury Depth Springline of Pipe Refer to the contract documents for specific material and placement requirements. 0 Required only when specified in the contract documents or when directed by the Engineer. �""""""",�. Key OD = Outside diameter of pipe D = Inside diameter of pipe T W = Trench width at top of pipe d = Depth of bedding material below pipe BEDDING CLASSES (�--- TIN 4p�ti OD pp Class I Bedding Material .p OD°PQ•i Loose, Suitable Backfill I A • .a�.,q O Material or Undisturbed t .t ��•• ,b .p d+` Material with Bell Shaping- Z}Co. O .ry0 •¢; d d ••^ �$a;tipv:tib ��o•� CLASS P-1 - CLASS P-2 _ CLASS P-3 ALLOWABLE BURY DEPTH DUCTILE IRON, AWWA C151, CLASS 52 PVC, AWWA C9DD & C905, DR18 Pipe Diameter (inches) Class P-1 Bedding Class P-2 Bedding Class P-3 Bedding 4 40 40 40' 6 40 MY 40' B 40' 40' 40' 10 36' 40' 40' 12 31' 40' 40' 14 26' 40' 40' 16 23' 3T 40' 18 20' 34 40' 20 18' 37 40' 24 16' 29' '- 38 30 13' 23' 31'--36 IV 22' 30' 42 13' 21' 29' 48 IT 19 2T ' 64 13' 19 2T Pipe Diameter (Inches) Class P-1 Bedding Class P-2 Bedding Class P-3 Bedding 4 19 23' 411 6 1g• 23• 40' 8 19' 23' 40' 10 19' 23' 40' 12 19' 23' 40' 14 19' 23' 40 16 19 18 19' 23' 40' 20 19' 23' 40• 24 19' 23' AID 0 Place remainder of bedding and backfill material as specified in the contract documents. Key OD = Outside diameter of pipe TW = Trench width at top of pipe: Min. = OD+18 inches OR 1.25xOD+12 inches (whichever is greater) d = Depth of bedding material below pipe: Min. = OD18 OR 4 inches (whichever is greater) Ilndstumen Sort TNuw9otA FlIfrV •.•Q••Q.' (See Tabb) NwrMw , 18'nix TYPICAL SECTION TEES BENDS „� — Cb CROSSES DEAD ENDS a. TYPICAL PLAN Extend thrust blocks to unEbtumm of sot. Excavation into hence wall may ba necessary. Form vertical surfaces of pours ! concrete thrust blocks except on banning surface. Encase at IRtlngs in polyethylene wrap. Do not allow concrete to cff a ly oontoct joints or fiftiN bolls. DYnwbr of Pip, D Ms 1W0 MINIMUM BEARING SURFACE lap Tom and �o �o ab Fsae a 1 1 2 4 3 a 1 2 I a B a 2 4 7 14 10 10 3 a 11 21 1s 12 t a to 2e 21 14 5 11 21 m 2e Io T 14 27 50 W la B 17 N W 45 A 11 21 Q 7S s5 24 15 31 00 111 la b 2e e7 p2 171 120 b art ai 152 2M 173 kWinum uemm weabweaoo www Peewee a Iso p1 ane ellowableaou Pessura a l,=,f. CHANGES IN PIPE DEPTH ELEVATION Kk SECTION A -A DEAD ENDS (ALTERNATE METHOD( Use only when allowed by the Engineer, or when specified in hoe oomracl documents. A Ivy SECTION M �} SUDAS I®IDWADOT I 1 1 +o -+ens iwuIEmro.Ioi SIANDAQDIOADPIAN WM•101 THRUSTSLOCKS See Detail C (�) See dowel assemblies for fabrication details. J F777771 - ` O (1) See Bar Size Table for Contraction Joints on Sheet 2. e o :$ a o : • O o•'°•° ° •' °•• ° • ' • O '-• • T Tie 30" Long Tie Bar -f 30 Locate 'DW joint at a mid-panel location between future C' or'CD' joints. Place no closer than 5 feet to a �• O at 12' Centers 'C' or'CD' joint. PLAIN JOINT 'DW O®O ® Place bars within the limits shown under dowel (Abutting Pavement Slabs) DAY'S WORK JOINT(Non-working) assemblies. �5 Edge with 118 inch tool for length of joint. For HT joint, Pavement Edge remove header block and board when second slab is See Detail A W B 24" min. Header Board Plastic or Tarpaper Wrapped © placed. Unless specfied transve otherwise, use'CD' contraction joints In mainline wherQT) i • ° • ° • > ° ° o pavement greater or equal 8 inches. Use'C' joints when T is c: . o; . o: . O less :•Soo:•Bo :So o':-So QT °�o: .c; Tf3 than 8inches.s. —i I I O30" (1) 'RT' joint may be used in lieu of 'DW' joint at the end of 'C' © Long Tie Bar-]Header Block the days work. Remove any pavement damaged due to CONTRACTION JOINT at 12" Centers 'HT ®O the drilling at no additional cost to the Contracting HEADER JOINT Authority. (End Rigid Pavement) Top of Curb Top of Slab See Detail A or B o° oQ:o$•• O Pavement Edge .,See Detail C min mn. • JI _ --- — o o°.o .Q -•o'Bar ."o• ° •o°o-°:o-• @18" Long Dowel 0"3Long Tie at 12" Centers Hole Diameter 1 O2 18" Long Dowel at 12" Centers 'CD' tO®© 8 Larger than Dowel at 12" Centers 'DW - CG'Q® DOWELED CONTRACTION JOINT •RD' OO DAY'S WORK JOINT ABUTTING PAVEMENT JOINT CURB AND GUTTER UNIT LEGEND Pavement Edge-P EtlWe P•ve M Sea Detail A or B " min 15" min. O ftp, P,.,r T O m �}SUDAS DOT IQIOWAs o O30" Lon Tie Bar Voat �@a 12" Centers Hole Diameter " 24" Lor ig Tie Baro NGUK 7010.101 STANDARD ROADMAN •at 'CT' 4 Larger than Tie Bar, at12" Centers. SHEE '"'"°•"""°'"ii0xi0rvnYfpn""' TIED CONTRACTION JOINT 4 = ABUTTING PAVEMENT JOINT m RIGID TIE y JOINTS 0 TRANSVERSE CONTRACTION m e=o .• oo.• —O *CT U2 L BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Top of Cu aw Cut Bottom of Saw Cut–\ 2' JointSealant Material Top of Slab 4 01° D o o 0 °o o 8 d� •'8� o;�o. 'C' JOINT IN CURB (Match'CT', 'CD', or'C' joint in pavement.) 1. 3- Top of Pavement �1 2 to 4 Sealant— SECTION A -A - (Detail at Edge of Pavement) Joint Sealant Saw 1" t,-" Saw Cut Q Saw 'CD' joint to a depth of T/3 11/4"; saw'C' joint to a 4` 16 depth of T/4 t 1/4". / Qg When tying into old pavement, (1) represents the depth 71 of sound PCC. Crack or— r o ao Joint Line DETAIL A (Saw cut forted by conventional concrete sawing equipment.) Joint Sealant 4 t to 16" Saw Cut Crack or Joint Line DETAIL B (Saw cut formed by approved early concrete sawing equipment.) Saw Cut Joint Sealant Materia*C) 16 4 " YT 111" t 4' Saw Cut t1 `�3�ulOG Crack orA Joint Urt DETAIL C TRANSVERSE CONTRACTION BAR SIZE TABLE FOR CONTRACTION JOINTS O Solid Dowel Tubular Dowel Tie Bar Diameter Diameter Size 8„ 3.4 8" #6 281. 14" 18" #10 101, 2 10" 1 Z" 15 #11 Tubular Dowel Bars will not be allowed for RD joints. LEGEND E:W Pawr oP,opp,ep Pmement 4) SUDAS QWWA=nar t OME TRD.Ni STANDARD ROAD PUN JOINTS C M m See Detail C PLAIN JOINT (Abutting Pavement Slabs) it 1 00. o•' -o.• dr I O 'Br t 1(� ABUTTING PAVEMENT JOINT - RIGID TIE QT Joint Bars Bar Length and Spacing < 8" 'BT -1' #4 36" Long at 30" Centers #5 30" Long at 30" Centers z 8" 'BT -2' #5 36" Long at 30" Centers 4 Die. Hole for BT -3 11 and BT -4 Joint a QT 8" Dia. Hole for BT -5 0: o o • . Joint g" min. 15" min. 'Br ABUTTING PAVEMENT JOINT - RIGID TIE (Drilled) QT Joint I Bars Bar Length and Spacing < 8" 'BTS' #4 24" Long at 30" Centers 'BT -3' T3 24" Long at 30" Centers = 8" .T 1. #5 24" Long at 15" Centers See Detail D-1, D-2, or D-3 See Detail E co 'K' J KEYED JOINT FOR ADJACENT SLABS (Where T is 8" or more) #5 ars 30"BLon at See Detail E 11 9 12"Centers '•5 `'•0006., O "o 22" #5 Bars at 'KS -1' 12" Centers [Single Reinforced Pavement (Bridge Approach)] 22" Detail Bars 30" Long at 12" Centers - #6 Bars at 12" Centers --PR5 Bars at 12" Centers #8 Bars at/ -#5 Bars at 12" Centers 12" Centers WS -2 - [Double Reinforced Pavement (Bridge Approach)] See Detail E 11 o•Do6p" O .Kr ABUTTING PAVEMENT JOINT - KEYWAY TIE (1) Joint Bars Bar Length and Spacing < 8" 'KT -1' #4 30" Long at 30" Centers 'KT -2' 30" Long at 30" Centers s 8" #5 'KT -3- 30" Long at 15" Centers LONGITUDINAL CONTRACTION 1® Bar supports may be necessary for fixed form paving to ensure the bar remains in a horizontal position in the plastic concrete. 11 Sawing or sealing of joint not required. t© The following joints are interchangeable, subject to the pouring sequence: 'BT -1','L-1', and'KT-1' 'KT -2' and'L-2' 'KT -3' and'L-3' See Detail D-1, D-2, or D-3 'L' CONTRACTION JOINT (T) Joint Bars Bar Length and Sparing < 8" 'L-1' #4 36" Long at 30" Centers 36" Long at 30" Centers i 8" 36" at 15" Centers LEGEND P.Pp P.N, I�SUDAS ®IOWADOTs__..fA MM 1010.101 STANOAItD 10110 PLAN PV -101 JOINTS a'o-a c• O v2 L TIE BAR PLACEMENT (Apples to el joints unless otherwise detailed.) Joint Sealant Material—=- i r-4 116. Cut T/3t 1. Oo Crack or J - Joint Line DETAIL D-2 (Required when the Department of Transportation is not the Contracting Authority, or when specified in the contract documents) t 76" Saw Cut VIE O T/3 3 4' e Crack or � v Joint Line DETAIL D-1 (Required when specified in the contract documents.) Joint Sealant T/3 16 Crack Cut Crack or -- Joint Line DETAIL D-3 (Required when the Department of Transportation is the Contracting Authority, or when specified in the contract documents) LONGITUDINAL CONTRACTION O9 When tying into old pavement, (2) represents the depth of sound PCC. 1© Sealant or cleaning not required. j-1"+4^or-8" T/2 � U A B 0 0 DETAIL E KEYWAY DIMENSIONS Keyway Type Pavement Thickness OT 0 OB Standard 8" or greater 4,'2" 24 Narrow Less than 8" L ND nd tl v Pavement OP.P u Parm,d^ WSUDAS'Q VMDOT ffWff 1016.181 fIIlWArolallvul PV -101 JOINTS 2" Thru Cu�rbi°I; Top ofT12 T Curb U2 L DOWEL PLACEMENT (Applies to all joints unless otherwise detailed.) See Detail H o"o . po u• a a°°` See 4— below') 'CP JOINT TYPE WIDTH CF -1 2" CF -2 22" CF -3 3" CFS 2„ B Top of Curb (r1" Thru Curb See Detail F Resilient Joint Filler Top of Slab q'.oer,72° urb Resilient ° ..e _ _ _ _ Joint Filler o�o.a Top of Slab B +�I�-1" Nominal �E' JOINT IN CURB (View at Back of Curb) g� 1 Top of Cur Flexible Foam Joint Filler To of 31ab r it � l+-2" Nominal �E' JOINT IN CURB (View at Back of Curb) 0 X4-1" Nominal 'E' 1" EXPANSION JOINT Match'E'Joint o• o`• in Pavement `�gYI SIa6 Y ES' JOINT IN CURB (View at Back of Curb) Detail F or Detail G Joint Filler Material Q 3 (See Bar Size Table for Doweled (See Bar Size Table for Doweled Expansion Joints) 0 0, o°" _ Expansion Joints) oeo6 T o°o . In 18" Long Dowel �4 "- Width —{ ni at 12" Centers (See Doweled Expansion Joints Table)01 . rn 'ED','EE",'EF' DOWELED EXPANSION JOINT m TYPE WIDTH See Bar Size Table for Doweled Expansion Joints. Joint Sealant Resilient (Detail F) EE 2" (See Detail F)15 Width Edge with 114 inch tool for length of joint indicated if table Dowel formed; edging not required when cut with diamond blade Joint Filler 12 saw. 4 16 See Dowel Assemblies for fabrication details and Tubular Dowel Bars will not be allowed for expansion joints. Resilient ° ..e _ _ _ _ Joint Filler o�o.a Top of Slab B +�I�-1" Nominal �E' JOINT IN CURB (View at Back of Curb) g� 1 Top of Cur Flexible Foam Joint Filler To of 31ab r it � l+-2" Nominal �E' JOINT IN CURB (View at Back of Curb) 0 X4-1" Nominal 'E' 1" EXPANSION JOINT Match'E'Joint o• o`• in Pavement `�gYI SIa6 Y ES' JOINT IN CURB (View at Back of Curb) Detail F or Detail G Joint Filler Material Q 3 (See Bar Size Table for Doweled (See Bar Size Table for Doweled Expansion Joints) 0 0, o°" _ Expansion Joints) oeo6 T o°o . In 18" Long Dowel �4 "- Width —{ ni at 12" Centers (See Doweled Expansion Joints Table)01 . rn 'ED','EE",'EF' DOWELED EXPANSION JOINT m z' Joint Sealant 1 Material 0 ��• - - Joint Filler 8 ° 31, 4 40, DETAIL F © Predrill or preform holes in joint material for appropriate dowel size. ® Compact tire bufrings by spading with a square -nose shovel. Sealant Material 4" plywood or pressed wood spacer required for... joint. DETAIL G Flexible Foam Joint Filler i17 1b F-2" Joint Sealant Material DETAIL H EXPANSION Buffings DOWELED EXPANSION JOINTS TYPE WIDTH See Bar Size Table for Doweled Expansion Joints. Joint Sealant Resilient (Detail F) EE 2" (See Detail F)15 EF aZ" Edge with 114 inch tool for length of joint indicated if Dowel formed; edging not required when cut with diamond blade Joint Filler 12 saw. 4 16 See Dowel Assemblies for fabrication details and Tubular Dowel Bars will not be allowed for expansion joints. placement limits. Coat the free end of dowel bar to SECTION B43 prevent bond with pavement. At intake locations, dowel bars may be cast -in-place. z' Joint Sealant 1 Material 0 ��• - - Joint Filler 8 ° 31, 4 40, DETAIL F © Predrill or preform holes in joint material for appropriate dowel size. ® Compact tire bufrings by spading with a square -nose shovel. Sealant Material 4" plywood or pressed wood spacer required for... joint. DETAIL G Flexible Foam Joint Filler i17 1b F-2" Joint Sealant Material DETAIL H EXPANSION Buffings DOWELED EXPANSION JOINTS TYPE WIDTH FILLER MATERIAL(1t ED 1" Resilient (Detail F) EE 2" Flexible Foam (Detail F) EF aZ" Flexible Foam (Detail G) BAR SIZE TABLE FOR DOWELED EXPANSION JOINTS Exlsrliq Pavement 2 8" but Dowel 3., 14 12 Diameter 4 Tubular Dowel Bars will not be allowed for expansion joints. LE6 D ,�®, o' Exlsrliq Pavement PropoxEPwamerrt IC$}SUDAS101OWADOT flGl1N fG10.I0i I STANDAMMili N F"01 JOINTS -13'-O";L 2 for 14'-0" Pavement 11'-0" t 2" for 12'-0" Pavement® -i PLAN —bice Spaces between dowel bars are nominal dimensions with a q' allowable tolerance. 12" 12" 12" 12" 12" 12" 12" 12" 12" 12' 12" 12" 12" Side Rel ELEVATION® Top of Pavements Contraction Joint and Assembly u n Vq o `D" -a-Anchor s ',g, 8 min. Both Sides LONGITUDINAL SECTION DOWEL ASSEMBLIES 9 00 i9 Use 18 inch long dowel bars with a tolerance of 11/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within t 1/8 inch. ® Use wires with a minimum tensile strength of 50 ksi. Details apply to both transverse contraction and expansion joints. ® Weld alternately throughout. ® 0.306 inch diameter wire. Wire sizes shown are the minimum required. ® Maximum 0.177 Inch diameter wire, welded or fiction fit to upper side rail, both sides. ® Measured from the centerline of dowel bar to bottom of lower side rail + 1/4 Inch. ® Per lane width, install a minimum of 8 anchor pins evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. © If dowel basket assemblies are required for curbed pavements, the assembly length is based on the jointing layout. See PV -101, sheet 8. ® Ensure dowel basket assembly centerline Is within 2 Inches of the intended joint location longitudinally and has no more than 1/4 inch horizontal skew from end of basket to end of basket. DOWEL FOR DOWELED HEIGHT AND DIAMETER CONTRACTION JOINTS OT Diameter (Solid) Diameter Tubuular T' to 72" 2" 4 Z" 8" to 92" 4k 14" 11" 10" to 11� 5 " 4- 2 12" to 13" 64" 1Z" 1" Tubular Dowel Bars will not be allowed for RD joints. 13'-0" t I. for 74'-0" Pavement 11'-0" t �" for 12'-0" Pavement Spaces between dowel bars are nominaldimensions with a 4' allowable tolerance. 12" 12" 12" 12" ®Side ELEVATION Retainer Rail ® Expansion Joint and Assembly® Top of Pavement—,L -- r min. Sides SECTION THRU EXPANSION JOINT JOINT OPENING AND EXPANSION TUBE EXTENSION Joint Type0 inimum Tube Length "ED" 1" 6" "EE" 2" 7" „EF„ 3:1" 9" _... _. DOWEL HEIGHT AND DIAMETER FOR DOWELED EXPANSION JOINTS QT Diameter 7" to 72" 31„ 4" a- to gZ" 4" 1-1" 10- to 112" q" 12" 12" to 13" q" 12 Tubular Dowel Bars will not be allowed for expansion joints. DOWEL ASSEM13LIES19 00 19 Use 18 inch long dowel bars with a tolerance of t 1/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within t 1/8 inch. r® ® Use wires with a minimum tensile strength of 50 ksi. ® Details apply to both transverse contraction and expansion joints. ® Weld alternately throughout. © 0.306 inch diameter wire. Wire sizes shown are the minimum required. ® Maximum 0.177 inch diameter wire, welded or friction fit to upper side rail, both sides. ® Measured from the centedine of dowel bar to bottom of lower side rail + 1/4 inch. ® Per lane width, install a minimum of 8 anchor pins evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. ® If dowel basket assemblies are required for curbed pavements, the assembly length is based on the jointing layout. See PV -101, sheet 8. ® Ensure dowel basket assembly centedine is within 2 inches of the intended joint location longitudinally and has no more than 1/4 inch horizontal skew from end of basket to end of basket. ® Clip and remove center portion of tie during field assembly. 1/4 inch diameter wire. OPTIONAL LEG SHAPES Longitudinal Joint Edge of Pavement --i Top of Pavement PLACEMENT LIMITS (Rural Section) D + ' max. L BEND AROUND DOWEL 2 1" min 12" min. Anchor Pin 45" #1/0 Gauge Wire (0.306" diameter) ANCHOR PIN 1® Use 18 inch long dowel bars with a tolerance of t 118 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within t 118 inch. ® Use wires with a minimum tensile strength of 50 ksl ® Details apply to both transverse contraction and expansion joints. 3(B Diameter of bend around dowel is dowel diameter + 118 to 3116 inches. For uniform lane widths: 3" - 6". For taper and variable width pavements: 3". 12". Back of Curb Centerline Joint Guttedine Joint 6" 114 or 1/3 Point Longitudinal Joint PLACEMENT LIMITS (Curb and Gutter - Gutterline Jointing) Back of Curb PLACEMENT LIMITS (Curb and Gutter - 1/4 or 113 Point Jointing) DOWEL ASSEMBLIES (0@ 12" Forjoint details, see PV -101. �1 2 41„ R 3" zi f.-18' 12" q., � Slope as 6' 6 SbPe as 6" per plans FORM I Slope pe as Per plans FORM GRADE per pWns — FORM GRADE Z, R — — — — GRADE q^ — Z R— ELEV. ELEV. ELEV. 01 6" Standard Curb, 6" Sloped Curb, or 4" Sloped Curb as specified. R Y 0 g- if Proposed Pavement is HMA. No elevation difference if Proposed 6" STANDARD CURB 6" SLOPED CURB 4" SLOPED CURB Pavement is PCC. 'BT ,'KT, or'L' pint if Proposed Pavement is PCC. V joint if Proposed Back of Curb to 3" 71" 2 2'$' or as specified) Pavement is HMA. Z" (max.) utterli12" `� Slope as (as specified) 1 per plans Slope as plans FORM �Slopeper GRADE Level Line ELEV. VarleE ELEV. P` - -� DROP CURB _-- ---- - AT SIDEWALK DRIVEWAY DROP CURB CURB AND GUTTER UNIT '2 6-- 4412" See Detall A 6" 212 m 6' 11'R 1"R C m j.> 1 SUDAS QIOWADOT a io-isle " Bc4x 4xu ORA iaNn o N 10W2 ] aFvnwua�bu0.a �1 bapi ..o-Om.r...PSH�V.EwE bwr,bn. BEAM CURB* _ *For short replacement sections, m match existing curb profile DETAIL A m O PCC CURB DETAILS T N 15' Normal® Curb and Gutter ® If proposed pavement is PCC, match Joint spacing for proposed pavement. Plam 'Ejoints in Curb and gutter section where expansion joints are to be placed in proposed pavement. -- — — — Proposed Pavement Curb and Gutter 15' Normal® 1 JOINTING DIAGRAM FOR CURB AND GUTTER UNIT No Curb 6., 5._p• TranaA1On Transition lop ACnuY� Standard T CURB RUNOUT CURB TRANSITION ro FOR ALL CURBS FROM 6" STANDARD TO 6" SLOPED NEmsaN I SUDAS QIDWADOT a ro-�a�a 0 0 N 4.. 5'A" Sloped 6• Transition Slo WWF_'' _.. 5'.0" 6"atd Trans ibon Sloped Mand rr"10L FIGURE 7010.101 RANDMDlDADPIAN SHEET4ora NEVI610N9: lgN=Tvbnw wN""i'onn Pvy CUAN"e onyppe 1. m m H N p CURB TRANSITION CURB TRANSITION PCC CURB DETAILS N FROM 6" SLOPED TO 4•• SLOPED FROM 6" STANDARD TO 4" SLOPED 'B'jolnt eVP-oint E'j10 2 O \ 1!S 'C' WE joint 8 1 `10 'C'Joint Refer to Detail A Back of curb ' l TYPE A WITH FLARES or'E' 'E'joint 'C'joint 'B' Refer to Detail B Back of curb TYPE A WITH RADIA Back r DETAIL A 2 3 L1812' height0to 2" ®Sidewalk Driveway 7 TYPICAL SECTION . O #5 x 36" OR - reinforcing ..bar _ Back of curb DETAIL B O1 Driveway radius (R). Residential: 10 foot minimum,15 foot maximum. Commercial and industrial: As specified in the contract documents. 2Q Transition the curb height to 0 inches at end of taper/radius or at the front edge of sidewalk. Do not extend raised curb across sidewalk. 3O Pavement thickness. Residential: 6 inches minimum. Commercial and industrial: 7 inches minimum. ® Sidewalk thickness through driveway to match thickness of driveway. Center reinforcing bar vertically in the pavement. © Match thickness of adjacent roadway, 8 inches minimum. O7Provide 'E' joint at back of curb unless 'B'joint is specified. ® For alleys, invert the pavement crown 2% toward center of alley. 9O Target cross slope of 1.5% with a maximum cross slope of 2.0%. If specified in the contract documents, construct the sidewalk through the driveway 5 feet wide to serve as a passing space. 10 If cross slope of adjacent sidewalk panel exceeds 2.0%, remove and replace to transition from existing sidewalk to sidewalk through driveway. If elevation change requires a curb ramp, comply with Figure 7030.205; verify need for detectable warning panel with Engineer. O1 10 foot vertical curve required for 5% or m greater change in grade. Width Varies O2 Slope varies. See contract documents. T nO3 Target cross slope of 1.5% with a P maximum cross slope of 2.0%. Existing M Ground _---_ Line 10,b max. ," _ Driveway 2% 2% Finished Grade Sidewalk O3 Driveway TYPICAL CUT SECTION Width Valles, Q Driveway o_ 2% 2% 109° S k@ a > Finished J Grade Existing Ground - —---- --- Line TYPICAL FILL SECTION Driveway Existing Ground Una — — — — — — — — — — — Varies O1 4 jI Round slope at toe. TYPICAL CUT SECTION Packing Width Round slope at top. 4: 1 slope unless otherwise specified in the contract documents. TilRound slope 2 at top. 4:1 slope unless Varies Q1 d otherwise specified in the contract documents. Round slope at toe. Existing Ground ` — Line TYPICAL FILL SECTION O1 Parking Slope: If parking width is less than 10 feet wide, slope at 1/4 inch per foot. If parking width is 10 feet wide and greater, slope at 1/2 inch per foot. O1 Match pedestrian street crossing slope, W W or flatter. Key Minimum 4 feet by 4 feet Target cross Curb Ramp slope of 1.5% with a maximum cross I W W W W W slope of 2.0%. �, W W Turning Space Q Target cross slope of 1.6% with a heisting W W W W Sidewalk maximum cross slope of 2.0%. W W W W Match existing ,i, Detectable Warning W W W W sidewalk cross slope. W I I S s Slope Transition Segment Grass I I W W W W W W W WYY W (where necessary) W WY W W I W W W W Ji W W W W W W W I W W W 3 W W W W W W W W t 1 W W W W Ji W W W W W W W Curb ramp requirements: y W W I W W W W W W W I y W E 1. Maximum curb ramp slope I Parking m m of 8.3%, or W W m¢ W W W W W W W N 2. Minimum length of 15'-0' y W W I W W W W as m U'c W at any constant slope W W OGrade Break W W W W W W W W W W W W W I t W W W L W W W W w W W W W 1 W W W W W W W 5'-0" min. W W Turning Passing c Special ••• Space O areal E sidewalk 4 Shaping \ is less than 5'-0" wide. 'Space passing area at w w w W 200'-0" (max.) intervals. \ndicula� ..... .. .. �. ,�, (Required for new Ramp Slope:r Curb Grade Break O1 W construction) SU DAS 7030.2 6.25% (target) Face of Curb W W sneer r. 8.3% (max) Back of Curb W W W SUDAS Standard Specifications Special ----- Shaping —----—————————— - GUTTERLINE JOINTING !—Existing Joint THIRD POINT JOINTING O Existing Joint 'B' Joint Existing (D Patches on roadways with quarter point jointing will be similar to 'B' Joint f �'""""" 'B' Joint e rnro"writ Pavement third point jointing details. 2O Minimum distance between existing 'RD' JointJ 'RD' Joint 'RD' Joint 'RD' Joint joint and patch is 6 feet. If 'RD' Joint 'KT -2' or distance is less than 6 feet, extend 16T-3' Joint 'RD' Joint 'B' Joint patch to existing joint. O3 If subgrade or subbase material is 6'-0" min. 6'-0" min. 6'-0" min. required below patch, bring material 15'-0" max. 15'-0" max. 15'-0" max. to a level 2 inches below bottom of ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH CENTER PANEL PATCH existing pavement. WITH OPPOSING JOINT WITH OPPOSING JOINT WITH OPPOSING JOINTS Existing Existing Existing Existing Existing Existing Existing Joint Pavement Existing Joint g Pavement Joint Joint Pavement Existing Joint Joint 'B' Joint 'B' Joint 'KT -2' or 'B' Joint 'BT -0' 'RT' Joint 'RD' Joint Joint 'RT Joint 'B' Joint 'RD' Joint 'RD' Joint 'RT' Joint 2 6'-0" min. O 6'-0' min. 2 6'-0" min. 15'-0" max. 15"10'" 5 -0 max. 15'-0" max. ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH CENTER PANEL PATCH NO OPPOSING JOINT NO OPPOSING JOINT NO OPPOSING JOINT 'KT -2' or 'KT -2' or 'BT -3' Joint Existing Joint 'BT -3' Joint Existing Joint 'B' Joint Existing Joint 'R ' Joint C X 'RD' Joint I 'RD' Joint 'RD' Joint 'RD' Joint S 'RD' Joint I - 0 o rn 'KT -2' or 6'-0" min. '�-2' or 6'-0" min. - 6'-0" min. _ 'BT -3' 15'-0" max. 'BT -3' 15'-0" max. 'KT -2' or 15'-0" max. m Joint Joint 'BT -T Joint � FULL ROADWAY FULL ROADWAY ADJACENT PANELS O WIDTH PATCH WIDTH PATCH PATCH T LONGITUDINAL SECTION THRU PCC PATCH Existing Dowel or Tie Bars Curb Tl2 Existing Pavement T+2" (typ.) z to -n -n SUDAS 7040.101 seEEr t ar t SUDAS Standard Specifications FULL DEPTH PCC PATCHES LESS THAN OR EQUAL TO 15' LONG GUTTERLINE JOINTING THIRD POINT JOINTING 0 Existing Pavement Existing Pavement 1O Patches on roadways with quarter ExistingExisting point jointing will be similar to Joints 3 4 Joints third point jointing details. 'BT Join 'BT Joint 3 4 O Minimum distance between existing 'RT pint and patch is 6 feet. If O 'RT Joint 3 Joint distance is less than 6 feet, extend 'RD' Joint 'RD' Joint patch to existing joint. O Match joint type and 'KT -2' or O O O O locationsisting 'BT -3' Joint 10'-0" min. 6'-0' 10'-0" min. 6'0' 'C' 20'-0" max. min. 20'-0" max. min. 4O joint unless'CD'joint is ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH specified. 'KT F Existing Pavement O5 If existing joint spacing is greater -2' or than 20 feet, add a'CT'joint at 'BT-3'ExistinJoints g mid -panel. Joint 3 © If subgrade or subbase material is 'RD' Joint 3 4 required below patch, bring material 'RT Joint to a level 2 inches below bottom of existing pavement. 'RD' O 10'-0" 6'-0" 6' min. 20'-0" m max. FULL ROADWAY WIDTH PATCH Joint 'RD' CENTER PANEL PATCH 'KT -2' or If -3' Joint Joint LONGITUDINAL SECTION Existing Dowel or Tie Bars Curb T12 Existing Pavement T+2"(typ.) t SUDAS7040.101 -0" s"cET'°i' in. 20'-0" min. max. SUDAS Standard Specifications FULL ROADWAY WIDTH PATCH FULL DEPTH PCC PATCHES GREATER THAN 15' LONG F F F F F F L Shoulder Taper Advance Warning Area tells traffic what to expect ahead Buffer Space (lateral) provides protection for traffic and workers - Traffic Space allows traffic to pass through the activity area - L ■ ■ ■ IN ■ ■ Buller Space Work Space Buffer (longhu pace Is sat aside for Space provides protection workers, equipment, (longitudinal) Downstream for traffic and anti material storage Taper workers Transition Aree Activity Area moves traffic ou[ is where work takes place of its normal path Key" ® wR«aonra-- assn rrs. - Nivw BoeN SUDPan rte■ � alradvxveMtle QQ or Tr.W 20 chaoe.rdeg peek¢ F r,u„s1 M♦ o`e m ornsnc Ty In Bss . X Oram ® wm sDexx, r, Fia W Wo. Vehkle CM." ` I , venkk wseg n hgWa n Device I ` ht)0 70 su�eslm'Ye 'Applies to all Section 8030 figures Distance Between 519ru Speed Limit (mph) A 20-25 100 30-40 250 45-0 350 55 500 Channelizing Device Spacing Speed Limit (mph Speed Um t (mph) Taper (ft) Buffer (ft) Work Space (ft) 20 20 40 40 25 25 50 50 30 30 Sit 60 35 35 70 70 40 40 80 so 45 45 90 90 50 50 100 100 55 55 110 110 Termination Area lets traffic resume normal operations It may be necessary to combine two or more examples to adequately address the traffic control needed. Utilize vehicle warning lights (amber, high-intensity, rotating, flashing, oscillating, or strobe light) on all shadow and work vehicles. Vehicle hazard lights may be used to supplement warning fights. Do not use hazard It" alone. Flags may be used to call attention to the advanced waming signs. If a closure extends overnight, utilize channelizing devices with retroreOecWe sheeting. Speed limit refers to the legally established and signed speed fimh. it an arrow board is used on 24ane roads, operate only in the caution mode. Adjust the position of warning signs and channeltzing devices for available sight distance. Do not Install temporary imfflc control devices until work is ready to begin, and remove or cover all signs and devices promptly when they are not needed. The END WORK (G20-2) signs shown on all figures are optional. Merging Tager Lengths for Lane Closure' Speed Limit (mph Taper Length (L) (it) Number of Devices 20 80 5 25 125 6 30 180 7 35 245 8 40 320 9 45 540 13 50 600 13 55 1 660 1 13 'Values shown arefora 12 foot shift. Table does not apply to one -lane, two-way (fiagger) tapers When distance "A" Is less than 500 feel, place the barricade with the ROAD CLOSED TO THRU TRAFFIC sign in the middle of the traffic lane approaching the work area. The barricade may be omitted if the distance to the work area is less than 250 feet. Last Public Road Intersection Prior Maintain safety fence closures to prevent to Closure unauthorized vehicles from passing through. FA Place staggered Type III barricades In the roadway after the last public mad intersection prior to the closure. Safety Fence It local traffic is allowed to pass a Type III barricade, retroreflective sheefing is required on both sides of the barricade. Refer to Figure 8030.101 for symbol key and sign spacing. y F � F F^ A A A -moi ROAD ROAD ROAD CLOSfO CLOSED CLOSED AHEAD ROAD CLOSED AHEAD 0 TNRU TRAFFlC (7 C in SUDAS 8030.116 SHEET 10 1 = SUDAS Standard Specifications m m ti o STREET OR ROAD CLOSURE T rA- ." u " Use when crosswalks, sidewalks, or other pedestrian facilities are closed or relocated. Ensure temporary _ facilities are detectable and Include accessibility features consistent with the features present in the existing pedestrian facility. Signs such as KEEP RIGHT (LEFT) may be placed to guide or direct pedestrians. Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. When required in the contract documents, provide auxiliary fighting or audible Information devices to assist pedestrians with visual disabfilties. Only the temporary traffic control devices related to pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. Refer to Figure 8030.101 for symbol key and sign �� ♦a spacing. y n W o 0 ur AE r rnrn! rn a ; o m m 17 wo o h _T (7 C 31 New lµt]f] O SUDAS 8030.117 v SHEET 1 e 1 = SUDAS Standard Specifications In m o SIDEWALK DETOUR T .i 1 3. �o ■ A I _ _ F 50' r EWALK CLOSED CROSS HERE /1111111111, 111111101'. Use when work activities close crosswalk or reduce width to less than 4 feet. Ensure temporary facilities are detectable and Include accessibility features consistent with the features present in the existing pedestrian facility. When required in the contract documents, provide auxiliary lighting or audible information devices to assist pedestrians with visual disabilities. Refer to Figure 8030.101 for symbol key and sign spacing. Compact trench spoil against uphill side of wattle. 9" (nominal) dia. or as specified. � 2-4' Trench Disturbed Area �o Space as specified in the contract documents. M� til Joint wrap 4'-0" min, 3" Compacted Granular Surfacing TEMPORARY RESIDENTIAL ACCESS n TEMPORARY GRANULAR SIDEWALK Of If sidewalk width Is less than 5 feet, provide 5 foot long by 5 foot wide passing spaces at 200 foot Intervals. O2 Target cross slope of 1.5% with a maximum cross slope of 2%. WIRE CONNECTING GROUND ROD. TO TERMINAL BOX. 1$ A. SEPARATE -WIRE -FROM THE WIRE TO THE HYDRANT RUN EXISTING WATER EXISTING- LOCATE WIRE EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO TTERMINALS MITRACER WIRE TERMINAL BOX A. THENDOWN CLAMP TRACER WIRE TOGROUND -ROD AT SYSTEM - TERMINATION POINTS. Q --PLAC ROUND WITH RODS SOIL.„ AWAY FROM PIPE AND IN ninrrn �.; OTRACER WIRE TERMINAL BOX AT GROUND LEVEL HYDRANT BARREL F. �\/IRE HYDRANT VALVE NO ROD -FIRE HYDRANT TEE DO NOT RUN WIRE UP VALVE BOX SPLICE TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH WATER MAIN POSSIBLE SPLICE NOTE: ADDITIONAL TRACER WIRE DETAILS MAY BE FOUND ON FIGURES 5010.103-5010.105. TYPICAL DETAIL TRACER WIRE INSTALLATION w/ EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure 5010.102 REVISED WIRE CONNECTING GROUND ROD T0. TERMINAL BOX. IS A SEPARATE WIRE FROM THE WIRE TO THE HYDRANT RUN EXISTING WATER M, WITHOUT LOCATE WI EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND BACK DOWN. CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM gnjnrr_r? - , ,��2 TERMINATION POINTS. It; �11 .. © PLACE GROUND RODS 6"-10" AWAY FROM PIPE AND IN CONTACT WITH NATIVE SOIL. OO TRACER WIRE TERMINAL BOX lAT GROUND LEVEL ©GROUND HYDRANT BARREL FIRE HYDRANT VALVE FIRE HYDRANT TEE DO NOT RUN WIRE UP VALVE BOX TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH ND ROD(2) O WATER MAIN POSSIBLE SPLICE TYPICAL DETAIL TRACER WIRE INSTALLATION WITHOUT EXISTING LOCATE WIRE SCALE: NOT TO SCALE Figure 5010.103 REVISED TRACER WIRE TERMINAL BOX PLACE BETWEEN HYDRANT AND HYDRANT HYDRANT VALVE,,. '. 0 IN CONCRETE114PLACE 1' FROM HYDRANT. 3'-0" IN GRASS: TAPE TO BARREL WITH 2X4 SCRAP RADIAL OF WOOD INSTALLED BETWEEN BOX AND CLEAR ~ BARREL TO ENSURE METALS DO NOT TOUCH. SPACE VALVE BOX AND 6" GATE VALVE x O MAIN FINAL O z j fTRr� ENCH� GRADE I TRENCH I SPLICE TO MAIN TRACING WIRE OR f SET ADDITIONAL GROUND ROD z BACKFILL TRACER WIRE BACKFILL WITH CLEAN 2-1/2" D II WATER NOR MAIN CRUSHED STONE TO 18" ABOVE I I n SPO❑ MEGA LUG BOTTOM OF HYDRANT BASE - J THRUST IC BLOCK SOLID CONCRETE BLOCK AS REQ'D SOLID ANCHOR OR SWIVEL TEE CONCRETE GROUND ROD BLOCK SOLID CONCRETE BLOCK TYPICAL HYDRANT & VALVE ASSEMBLY Figure 5020.201 NOT T❑ SCALE REVISED _05/201 1 CITY OF IOWA CITY LEGEND w DUCTILE IRON wX DUCTILE IRON PIPE - oX LINEAR FEET LT LEFT 8S v MINIMUM 6D y POLYVINYL CHLORIDE RT RIGHT SF STREET T -T SANITARY WNHOLE UTILITY POLE UTILITY POLE WITI GWS WATER SERVILE FIRE HYDRANT GATE VALVE REDUCER PROPOSED WATER NAR! EXISTING WATER LMIN EXISTING NATURAL GAS EXISTING OVERHEAD ELECTRIC EXISTING SANITARY SEWER EXISTING STORM DRAW EXISTING TELECOM UTILITY SILTFENCE PROPERTY LINE EXISTING OVERHEAD TELEPHONE LINE PAVEMENT REMOVAL ABBREVIATIONS APPROX APPROXIMATE DI DUCTILE IRON DIP DUCTILE IRON PIPE LF LINEAR FEET LT LEFT MIN MINIMUM PVC POLYVINYL CHLORIDE RT RIGHT ST STREET STA STATION 2019 1 ST AVENUE WATER MAIN REPLACEMENT CITY OF IOWA CITY IOWA CITY, IOWA DRAWING LIST SHEET NUMBER TITLE REVISION NUMBER A01 COVER SHEET 0 B.01 DETAIL SHEET 0 C.01 QUANTITIES AND GENERAL NOTES 0 G.01 CONTROL POINTS 0 J.01 TRAFFIC CONTROL - STAGE I 0 J.02 TRAFFIC CONTROL - STAGE 2 0 MWM.1 PLAN AND PROFILE SHEET 1 OF 3 0 MWM.2 PIAN AND PROFILE SHEET 2 OF 3 0 MWMB PLAN AND PROFILE SHEET 3 OF 3 0 R.01 REMOVAL SHEET 0 5.01 1 SIDEWALK AND PAVING SHEET 0 LOCATION MAP CITY OF IOWA CITY ENGINEERING DIVISION APPROVED FOR CONSTRUCTION 2 Know what§ below. Call before you ma BURIED UTILITES ARE SHOWN ACCORDING TO AVAILABLE INFORMATION. CONTRACTOR SHALL LOCATE ALL UTILITIES PRIOR TO EXCAVATION. IOWA ONE CALL - UTILITY CONTACT INFORMATION THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: CABLE TELEVISION IMON MEDIACOM RANDY SCHOON KEVIN FOUNTAIN OFFICE: (319) 261-4630 OFFICE: (319) 351-0408 EXT 3701 MOBILE: (319) 563-1176 MOBILE: (319) 621-0466 IOWA NETWORK SERVICES CITY OF IOWA CITY JEFF KLOCKO CITY PARKS AND FORESTRY OFFICE: (515) 2402544 ZAC HALL MOBILE: (515) 830-0445 OFFICE: (319) 356 -SM My license renewal date is UNIVERSITY OF IOWA CITY SEWER DEPARTMENT GEORGESTUMPF JESSE EISTER OFFICE: (319) 335-2814 OFFICE: (319) 887-6088 MOBILE: (319) 631.1144 GAS AND ELECTRIC MIDAMERICAN ENERGY CITY TRAFFIC ENGINEERING BROCK HOLUB CARSON HEMPHILL - GAS OFFICE: (319) 3565482 OFFICE: (319) 341-4461 MOBILE: (319) 325-4352 CITY RIGHT-OF-WAYS JIM PROTASKEY JASON WARREN -ELECTRIC OFFICE: (319) 3565438 (319) 341-4425 CITY WATER DIVISION TELEPHONE KEVIN SLUTTS CENTURY LINK OFFICE: (319) 35&5160 DAVID KIRKEBY water@iowac8y.or9 OFFICE: (319) 399-7440 MOBILE: (319) 329-3807 FIBER OPTICS AT&T UTILITY LOCATING CREW LENNY VOHS IOWA ONE CALL OFFICE: (816) 2754014 (800)292.8989 MOBILE: (770) 3358244 Sheets covered by this seal: ALL DRAWINGS a g W w X of $ Q W s`D o SHEET IDENTIFICATION A.01 1 hereby cartify that this engineering It Tit was prepared by me or and direct pers a supeTvisi n and at I am a duly licensed oTLsslo,y a„ Profe I at Engineer n the law of the tate of Iowa. *011 1 BRADLEY W. E ROM = Signature I U Date 6 Bradley W. Roeth My license renewal date is License Number 16536 December 31, 2020 Sheets covered by this seal: ALL DRAWINGS a g W w X of $ Q W s`D o SHEET IDENTIFICATION A.01 ACCESS HATCH CASTINf WITH 42"X42" CLEAR OPENING. ORIENT HATCI SO THAT HINGES ARE OI STREET SIDE OF OPENIK (OPEN SIDE FACES AWA' FROM STREET). TOP VIEW - EXTERIOR NOTES: 1. CONSTRUCT ACCORDING TO SUDAS 6010 WITH RUBBER O-RING OR PROFILE GASKET AND EXTERIOR BITUMINOUS COATING ON VERTICAL SURFACES. 2. WATER MAIN OPENINGS SHALL BE PLAN CONCRETE WITH LINK -SEAL MODULAR SEAL. 3. CASTING: NEENAH R-6660-RH WITH TYPE -T HINGES AND SAFETY BAR. 4. PIPE SUPPORT: MCMASTER-CARR N8427T625 OR SIM. 5. PRECAST TOP: DESIGN FOR HS -20 LOADING, PROVIDE SMOOTH TOP, EDGES, AND TRANSITION TO CASTING. b m ACCESS HATCH OPENING 72' ID MANHOLE 84" OD PRECAST FLAT TOP :AFT RAAF H LINK -SEAL (BOTH SIDES) PIPE SUPPORT �\\\L___J/ CHECK VALVE FLOW DIRECTION TOP VIEW - INTERIOR SECTION VIEW A VALVE VAULT DETAIL ___ 12'CHECK VALVE 12" DI SPOOL , 72' ID MANHOLE 12" CHECK VALVE 12'12' DFLANGE X PLAIN END WITH UNIFLANGE 1=1=1 I 3FT SPOOL -FLANGE X PLAN END (EACH SIDE) �— RESTRAINED MJ (EACH SIDE) PROVIDE ADDITIONAL RESTRAINED MJ WITHIN 4FT AND RESTRAIN ALL ADDITIONAL JOINTS WITHIN 50 FT OF STRUCTURE (EACH SIDE) B4"O X 10' PRECAST BASE - 6" CRUSHED ROCK SUBBASE � SLOPE FLOOR TO SUMP 1 FT DIAMETER X 3' DEEP SUMP I STANDARD DETAIL REFERENCES yU� E J g 5aog"g a j sgE¢ wL) _ � U SHEET IDENTIFICATION B.01 SUDAS STANDARD SPECIFICATIONS_ ALL STANDARD DETAILS SHALL BE CONSIDERED APPLICABLE ON THIS PROJECT. THE FOLLOWING DETAILS ARE BROUGHT TO THE CONTRACTOR'S ATTENTION STANDARD DETAIL NO. TITLE 3010.101 TRENCH BEDDING AND BAC FHL ZONES 3010.104 PRESSURE PIPE TRENCH BEDDING 5010.101 THRUSTBLOCKS ]010.101 JOINTS 7010.102 PCC CURB DETAILS 7030.101 CONCRETE DRIVEWAY, WPEA 7030.103 DRIVEWAYGRADING 7030.104 RIGHT-OF-WAYGRADING 7030.204 GENERAL FEATURES OF AN ACCESSIBE SIDEWALK 7610.301 FULL DEPTH PCC PATCHES JEW THAN OR EQUAL TO 15' LONG 7040.102 FULL DEPTH PCC PATCHES GREATER THAN 15' LONG 8030.101 TEMPORARY TRAFFIC CONTROL GENERAL INFORMATION 8030.116 STREETORROADCLOSURE 8030.117 SIDEWALK DETOUR 8130.119 CLOSURE OF MARKED OR UNMARKED CROSSWALK 8040.105 WATTLE 11040.101 TEMPORARY GRANULAR SIDEWALK AND TEMPORARY RESIDENTIAL ACCESS IOWA CRY SUPPLEMENTAL SPECIFICATIONS ALL SUPPLEMENTAL SPECIFICATION DETAILS SHA LBECONSIDERED APPUCABLE ON THIS PROJECT. THE FOLLOWING DETAILS ARE BROUGHT TO THE CONTRACTOR'S ATTENTION STANDARD DETAIL NO. TITLE 5010.102 TRACER WIRE INSTALLATION W/EXISTING LOCATE WIRE 5030.103 TRACER WIRE INSTAUATION WITHOUT EXISTING LOCATE WIRE 5020.201 TYPICAL HYDRANT & VALVE ASSEMBLY yU� E J g 5aog"g a j sgE¢ wL) _ � U SHEET IDENTIFICATION B.01 PHASING PLAN 1. THE FOLLOWING IS A SUGGESTED PHASING PLAN. CONTRACTOR IS REQUIRED TO DEVELOP A CONSTRUCTION SEQUENCE THAT MAINTAINS CUSTOMER SERVICE THROUGHOUT PROJECT WITHIN ALLOWABLE SERVICE DISRUPTIONS. CONTRACTOR SHALL COORDINATE PROPOSED PHASING PLAN WITH OWNER. 2. CONSTRUCT tat AVE WATER MAIN a. CONNECT TO EXISTING WATER MAIN AT STA D+DO. b. CONSTRUCT WATER MAIN BY DIRECTIONAL DRILL METHOD TO STA 8+20. c. CONSTRUCT WATER MAIN BY DIRECTIONAL DRILL METHOD FROM STA 8*20 TO COURT STREET. DESIGN INTENT IS TO PULL THE WATER MAIN FROM SOUTH TO NORTH SO THAT WEST BOUND COURT STREET CAN REMAIN OPEN DURING PULL OPERATION. d. INSTALL TEMPORARY WATER SERVICE FOR 2225 COURT ST FROM EXISTING HYDRANT AT IST AND COURT. CLOSE EXISTING VALVE NEAR STA. 8*20. e. INSTALL CUT4N VALVE AND TEE AT COURT STREET. f. DISINFECT, FLUSH. AND TEST WATER MAIN. TEST FROM SOUTH TO NORTH. USE EAST FACE OF TEE AT COURT AS TEST POINT. OBTAIN CITY PERMISSION PRIOR TO ANY CONNECTIONS TO NEW WATER MAIN. _ g. SWITCH SERVICE CONNECTIONS TO NEW MAIN. NOTIFY RESIDENTS PRIOR TO SWITCHING SERVICE CONNECTION. INTERRUPTION TO INDIVIDUAL WATER SERVICES SHALL BE LESS THAN 4 HOURS. 3. CONSTRUCT COURT STREET WATER MAIN: S. REPLACE SEWER WITH WATER MAIN MATERIAL. b. CONSTRUCT S'WATER MAIN CUTIN VALVE ON EAST SIDE OF 84' STORM SEWER. c. INSTALL CASING AND WATER MAIN AT COURT STREET. DESIGN INTENT IS TO INSTALL CASING FROM EAST SIDE OF 84' STORM SEWER. d. CONSTRUCT WATER MAIN, VALVE VAULT, AND CHECK VALVE. e. CONSTRUCT WATER MAIN ACROSS COURT STREET AND CONNECT TO CUT -IN TEE ON NORTH SIDE OF STREET. I. DISINFECT, FLUSH, AND TEST WATER MAIN. GENERAL NOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS ISUDAS) STANDARD SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3, LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE PLACE IOWA SOUTH ZONE: US SURVEY FOOT NAD 83 AND NAVO 88, RESPECTIVELY, 6. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS 'REMOVE' OR'CLEAR AND GRUB" ON THE PROJECT PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM. 7. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS 'SIDEWALK CLOSED'. "SIDEWALK CLOSED -USE OTHER SIDE", AND 'SIDEWALK <WFTH APPROPRIATE DIRECTIONAL ARROWS>' AS DEEMED NECESSARY BY THE ENGINEER. B. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 9. PAVEMENT REMOVAL AND REPLACEMENT UMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. 10. SEED ALL AREAS WITH SUDAS TYPE i SEED MIXTURE. 11. DO NOT PARK VEHICLES, EQUIPMENT OR STORE MATERIALS WITHIN 4 FEET OF OF ROADWAY OPEN TO TRAFFIC. 12. PROTECT UTILITY POLES, LINES, AND APPURTENANCES NOT SHOWN FOR RELOCATION. 13. RESET ALL PROPERTY PINS DISTURBED BY CONSTRUCTION, PINS RESET BY PROFESSIONAL LAND SURVEYOR. COST IS INCIDENTAL TO CONSTRUCTION. 14. PROTECT ALL SURFACING NOT INDICATED FOR REMOVAL FROM DAMAGE DURING CONSTRUCTION. UTILITY NOTES 1. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: 1.1. NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. 1.2. COORDINATE OPERATIONS WITH UTILITIES 1.3. AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. 1.4. DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO. 1.5. PRIOR TO BEGINNING CONSTRUCTION, PROVIDE LABOR AND EQUIPMENT NECESSARY TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS WHICH MAY RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS. 2. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. 3. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 4. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE -CALL SERVICE AT (800)-292-8989 AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT. 5. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. WATER MAIN CONSTRUCTION NOTES 1. STATIONING IS ALONG THE CENTERLINE OF THE WATER MAIN, UNLESS NOTED OTHERWISE. 2. ALL WATER MAIN, FITTINGS, VALVES, AND SERVICE CURB STOPS TO BE WITHIN RIGHT-OF-WAY. 3. POTHOLE EXISTING WATER MAIN, WATER SERVICES, AND SANITARY SEWER SERVICES AT LEAST 60 FT IN ADVANCE TO VERIFY LOCATION PRIOR TO INSTALLING NEW WATER MAIN. ADJUST ALIGNMENT OF NEW WATER MAIN AS NECESSARY TO AVOID HORIZONTAL AND VERTICAL CONFLICTS. POTHOLING AND MINOR ADJUSTMENTS ARE INCIDENTAL TO CONSTRUCTION OF WATER MAIN. 4. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR SEWER MANHOLE. MINIMUM SEPARATION DISTANCES AS LISTED IN SUDAS SPECIFICATIONS, S. REPLACE SEWER SERVICES LINES DAMAGED BY CONSTRUCTION (INCIDENTAL TO CONSTRUCTION). 8. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO INSTALL NEW WATER MAIN. VERIFY LOCATION AND DEPTH OF EXISTING SERVICES AND WATER MAIN PRIOR TO CONSTRUCTION NEW WATER MAIN. ADJUST ALIGNMENT AND DEPTH OF NEW WATER MAIN AS NECESSARY FOR CONSTRUCTION. 7. PROVIDE TEMPORARY SERVICE LINE RELOCATION TO MAINTAIN WATER SERVICE IF SERVICE IS IN CONFUCT WITH NEW WATER MAIN (INCIDENTAL TO CONSTRUCTION). S. RESTRAIN ALL JOINTS AT VALVES AND FITTINGS. IN ADDITION, PROVIDE RESTRAINED JOINTS WITHIN 40FT OF FITTINGS AND BENDS. PROVIDE RESTRAINED JOINTS WITHIN SOFT OF DEAD ENDS. 9. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES WITH WATER DEPARTMENT, PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO REDUCE CHORINE TO AN ACCEPTABLE LEVEL PRIOR TO FLUSHING WATER MAIN. PROJECT QUANTITIES BIDREM SUDAS ITEM CODE TITLE UNIT AS -BUILT PLAN QTY OTY I 02010 -10B -DI -D ON-SITE TOPSOIL, STRIP, STOCKPILE, SPREAD, BASED ON 8" DEPTH CY 185 2 02010-10"41 SUBGRADE PREPARATION SY 128 3 02014108-1-0 SUBBASE, GRANULAR, 6' SY 285 4 02011F10BA-0 COMPACTION TESTNG LS 1 5 0301PIO044) TRENCH COMPACTION TESTING LS 1 6 04010.108 -AI -0 SANITARY SEWER,DUCTILE IRON, 10', REPLACE EXISTING(1) LF 20 l 05010-10"14) WATER MAIN, PVC 0900, 6', TRENCHED(1) LF 8 8 05010106-81-1 WATER MAIN, DUCTILE IRON, 6', TRENCHED(1) LF 10 9 05014106#1-2 WATER MAIN, DUCTILE IRON, B", TRENCHED (1) LF 32 30 05010-108-81-3 WATER MAIN, DUCOLE IRON, 12", TRENCHED II) LF 58 11 05010.108-82D WATER MAI N, PVC 0900, 8', DIRECTIONAL DRILL (1) LF 9W 12 05010-10&82-0 WATER MAIN CASING PIPE, 20" CASING, INCLUDES 12 -DUCTILE IRON RESTRAINED IOINTCARRIER PIPE AND ACCESSORIES (1) LF 29 13 05010.108{4$ FITTINGS, BURIED LBS 900 14 05010-IOBES-0 WATER SERVICE PIPE, COPPER, V(I) LF 350 15 05016108{2-0 WATER SERVICE CORPORATION, I" EA IB 36 05010-108{3-0 WATER SERVICE CURB STOP AND 80X, V EA 18 17 05020108-A-0 VALVE, 6' GATE EA 3 1B 05020.10"-1 VALVE, B" GATE EA 1 19 05020 -10B -A-2 CHECK VALVE, 12', FLANGED, INCLUDES SPOOL PIECE AND OTHER FITTINGS INSIDE VAULT EA 1 20 05026108-X-0 CUT -IN VALVE, 6" EA 2 21 05020208-X-1 OIT4N CONNECTION, V EA 1 22 05020.106-X-2 CUTIN TEE, 6" EA 1 23 05020.10&%-3 TEMPOMRY FLUSHING TAP, 2' EA 2 24 05020-10&X4 CUTANDCAP6'WATERMAIN EA 1 25 06010108-A-0 VALVE VAULT, MANHOLE, GFT INSIDE DIAMETER LS 1 26 07010.108-I-0 PCC PAVEMENT SAMPLES AND TESTING LS 1 27 01030.108-A-0 REMOVAL OF SIDEWAL( OR DRIVEWAY SY 157 211 01030-10844) PCC SIDEWAIX, 47 WIDTH, 4"POC SY 106 29 01030.108-H1-0 PAVED DRIVEWAY, T' PCC SV 51 m 07040.108-A-0 FULL DEPTH PATCH,11" PCC. INCLUDES CURB AND GUTTER SY 128 31 01040-108-114) PAVEMENT REMOVAL, STREET SY 128 32 08020-108-8-0 PAINTED PAVEMENT MARKINGS, SOLVENTIWATERBORNE LS 1 33 08030-108-A-0 TRAFFIC CONTROL LS 1 34 09010-108-8-0 HYDROSEEDING, INCLUDING WATERING AND WARRANTY AC 0.2 35 09040.10840 SWPPP MEASURES- WATTLES, INCLUDES INSTALLATION AND REMOVAL LF 500 36 09040108-T-0 SWPPP MEASURES- INLET PROTECTION DEVICE EA 4 37 11010-108-A-0 CONSTRUCTION SURVEY LS 1 38 11020-108-A-0 MOBIUZATION LS 1 39 11050.108-A-0 CONCRETE WASHOUT IS 1 111 INCLUDES FURNISHING BACKFILL MATERIAL AND DISPOSAL OF EXCESS EXCAVATED MATERIAL 10, PROVIDE AND INSTALL FITTINGS NECESSARY TO CONNECT EXISTING WATER SERVICE TO NEW 1' WATER SERVICE AND CURB BOX, SERVICES ON OPPOSITE SIDE OF STREET SHALL BE BORED IN PLACE. 11. SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADE UNLESS NOTED OTHERWISE. 12. PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS BACKFILL FOR TRENCHES NOT LOCATED UNDER PAVEMENT. TRENCHES LOCATED UNDER PAVED AREAS ARE TO BE BACKFILLED WITH CLASS A ROAD STONE. DISPOSE OF EXCESS EXCAVATED MATERIAL OFFSITE. ROAD STONE, BACKFILL, AND DISPOSAL ARE INCIDENTAL TO WATER MAIN CONSTRUCTION. `u N W O Z a°g C2 Z Q � O SHEET IDENTIFICATION C.1 ui a P LLl a 0 z N FRIENDSHIP ST. %kt N o C PROPOSED WATER MAIN COURT ST.GP101 I+ylll—_. COURT ST. — e S o j O cP105 PROPOSED WATER MAIN O > a z Q J CP06 D I a H � I I OPloo I I I � , ® o �,GP,02 AST. � g CI < � W 3 a F a m � CI O C 0 I I I i OP108Z' CP104 FRIENDSHIP ST. n 103 FRIENDSHIP S7. ,_ CP ' w25ww a ..an p z tl N CONTROL POINTS COORDINATES ARE IN IOWA STATE PLANE SOUTH ZONE POINT N (FT) E (FT) ELEV. (FT) DESCRIPTION CP100 609,452.29 2,186,434.25 710.67 CP 58RB GOOD CONTROL POINT 01,101 609,834.04 2,186,423.60 711.94 CP 10158RB CONTROL POINT CP102 609,276.99 2,186,399.19 709.70 CP 102 HYD BOLT SWK SIDE CONTROL POINT CP103 608,815.00 2,186,416.07 694.51 CP 103 HYD ARROW BOLT CONTROL POINT CP104 608,836.70 2,186,451.67 692.94 CP 104 COTTON SPIKE CONTROL POINT CPSOS 609,860.36 2,186,612.95 706.41 CP 58RB CONTROL POINT CP106 609553.30 2,186,343.06 716.18 CP 58RB CONTROL POINT C! 609,207.18 2,186,411.14 705.21 CP MARKERX CONTROL POINT P107 CP108 608,867.91 2,186,358.38 693.47 CP MARKER CONTROL POINT z w z z s � g e a� 3 u F z O: Z OU SHEET IDENTIFICATION G.01 CLOSE COURT ST EAST BOUND LANE AND SIDEWALK FROM ALLEY TO 1ST SIDEWALK DETOUR ROUTE FOR COURT ST 1WAY STOP AT ...:. n ® ® UPLAND SCOURT STOP AT 2ND& ❑��.'� LYJ ag�3 " 2ND 8 COURT - �� C T-ST 0 y 03501] I OEiOUH g ♦1t d bis I , Imo, .w,,,- - ✓e+us� NOTE 7 5 �w W ® - ... � T O w MED J W DETOUR ROUTE FOR COURT ST B- EAST BOUND AND I ST AVE SOUTH BOUND (SIGNAGE PER MUTCD I I TYPICAL APPLICATIONS NOTED)— —.. SIDEWALK DETOUR ROUTE FOR 1ST AVE P CLOSE 1ST AVE SOUTH BOUND I I EADETST AOLUND (SHANNON PER ICATIONS NOTED)UTCD UR ROUTE FOR COURT ST F LANE AND SIDEWALK FROM FRIENDSHIP TO COURT w:r o ® i A S7 CI AST. r i �. - s.. ..+...a. END RR9 611 w i_ o. N CRESTVIEW AVE. . o t o wn� I-WAY STOP AT w w 1ST 8 FRIENDSHIP e_ q FRIENDSHIP STL FBIr DST- . -- 1x � { `� xr FRMNDSWp ST-- J r.- STAGE 1 TRAFFIC CONTROL -. - WATER MAIN CONSTRUCTION ON IST AVENUE NOTES: Z U 1. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. Z PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO DRIVEWAY CLOSURES. 2. RESTORE DRIVEWAYS WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL ]� AND RE -OPEN AT END OF EACH WORK DAY. rll` 3. ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 4. STAGE I STREET AND SIDWALK CLOSURE AND DETOURS, FOLLOW MUTCD TYPICAL APPLICATION TA -I9 AND SUDAS 8030.118, 8030.117, AND 8030.119, 5. CONTRACTOR SHALL MAINTAIN MINIMUM 12 FEET OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC. B. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP SIGNS WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY, 7. WEST ENTRANCES OF CHURCH HAVE HIGHER TRAFFIC VOLUMES SAT. EVENING AND SUN. MORNING AND SHALL REMAIN OPEN THROUGHOUT CONSTRUCTION. 8. POSTED SPEED LIMIT ON COURT ST AND i ST AVE IS 25 MPH. 9. CONTRACTOR SHALL ALLOW LOCAL RESIDENTS DRIVEWAY ACCESS THROUGHOUT STREET CLOSURE, EXCEPT WITHIN ALLOWABLE DURATION AND NTH PRIOR NOTICE. MAIL DELIVERY AND GARBAGE COLLECTION SHALL BE ALLOWED DURING STREET CLOSURE. 10. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL. W F w 1n J U Q mss Z OU SHEET IDENTIFICATION ^® J.01 EAST ENTRANCE TO CHURCH MAY BE CLOSED FOR DURATION OF STAGE 2, OTHER DRIVEWAYS MUST PROVIDE ACCESS AS NOTED. --) 1 f� ,'OURpqT ST. '\LY/ I fir '[e a Y sc. y}, € FE 1i _J Q . D"I ..a rl PRIF_NDSHIP Si. V A ST CLOSE COURT STREET AND SIDEWALK. 5' 04� 9URT ST b z w — NOTE 7 <I > � W , 5 — DETOUR ROUTE (SIGNAGE PER MUTCD TYPICAL I ' APPLICATIONS NOTED) �81EVDS`iIP SL ena0o I 4WAY STOP AT IST & FRIENDSHIP b STAGE 2 TRAFFIC CONTROL"- z WATER MAIN CONSTRUCTION ON COURT ST N NOTES' 1. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO DRIVEWAY CLOSURES. 2. RESTORE DRIVEWAYS WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF EACH WORK DAY. 3. ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUrCD). 4. STAGE 2 STREET AND SIDEWALK CLOSURE, FOLLOW MUrCD TYPICAL APPLICATION TA -20 AND SUDAS 8030.116, 80.70.117, AND 8030.119. 5. CONTRACTOR SHALL MAINTAIN MINIMUM 12 FEET OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC. 6. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP SIGNS WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY, 7. WEST ENTRANCES OF CHURCH HAVE HIGHER TRAFFIC VOLUMES SAT. EVENING AND SUN. MORNING AND SHALL REMAIN OPEN THROUGHOUT CONSTRUCTION. 8. POSTED SPEED LIMIT ON COURT STAND 1ST AVE IS 25 MPH. 9. CONTRACTOR SHALL ALLOW LOCAL RESIDENTS DRIVEWAY ACCESS THROUGHOUT STREET CLOSURE, EXCEPT WITHIN ALLOWABLE DURATION AND WITH PRIOR NOTICE. MAIL DELIVERY AND GARBAGE COLLECTION SHALL BE ALLOWED DURING STREET CLOSURE, 10. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL. N Q w rq y> °0 y z O t H V U Z LL L) g� LLQR' 5 (- SHEET IDENTIFICATION 0 ® J.02 a .. __. ., .. >- ` LO CRESTVIEW AVE_ RIFNDSHIP ST. �81EVDS`iIP SL ena0o I 4WAY STOP AT IST & FRIENDSHIP b STAGE 2 TRAFFIC CONTROL"- z WATER MAIN CONSTRUCTION ON COURT ST N NOTES' 1. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO DRIVEWAY CLOSURES. 2. RESTORE DRIVEWAYS WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF EACH WORK DAY. 3. ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUrCD). 4. STAGE 2 STREET AND SIDEWALK CLOSURE, FOLLOW MUrCD TYPICAL APPLICATION TA -20 AND SUDAS 8030.116, 80.70.117, AND 8030.119. 5. CONTRACTOR SHALL MAINTAIN MINIMUM 12 FEET OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC. 6. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP SIGNS WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY, 7. WEST ENTRANCES OF CHURCH HAVE HIGHER TRAFFIC VOLUMES SAT. EVENING AND SUN. MORNING AND SHALL REMAIN OPEN THROUGHOUT CONSTRUCTION. 8. POSTED SPEED LIMIT ON COURT STAND 1ST AVE IS 25 MPH. 9. CONTRACTOR SHALL ALLOW LOCAL RESIDENTS DRIVEWAY ACCESS THROUGHOUT STREET CLOSURE, EXCEPT WITHIN ALLOWABLE DURATION AND WITH PRIOR NOTICE. MAIL DELIVERY AND GARBAGE COLLECTION SHALL BE ALLOWED DURING STREET CLOSURE, 10. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL. N Q w rq y> °0 y z O t H V U Z LL L) g� LLQR' 5 (- SHEET IDENTIFICATION 0 ® J.02 31 l I U1 I g WI N j o At""II � v I � a REPLACE EXISTING SERVICE I AND CURB STOP (TVP) I �. 6"VALVE Q, li 8X6 REDUCER B" WATER MAIN INSTALLED K BY DIRECTIONAL DRILL CONNECT AT EXISTING 6 TEE 0+00 1+00 a 2+pC CP106 �__ Y �_ _ _ _ '_1 _. Y W 1 W PROPOSED DIRECTIONAL DRILL PIT LOCATION - G -- _ G. _— Nle _ _- _ , -- SS. SS, 5�.--- SS. - SS, --OAK*- 6"CUT AND CAP i SS, SS. A NATURAL GAS 1 ST AVE ITI EXISTING 8" WATER MAIN Z, SANITARY SEWER - EXISTING 16" WATER MAIN — I— - -- ---"- - N I I I a N I N 8" VALVE - s; s _- 3+00 J. SS. �St SSy -- SS, LONG SERVICES SHALL BE BORED BENEATH STREET (TVP) ror W CJt �i QtQ CP104 N 4 " N " 1 ST AVENUE -SOUTH HALF O W BEGIN PROJECT CONNECT INTO 6'1 E CP107 I _ PROPOSED DIRECTIONAL ^� DRILL PIT LOCATION D Cn 4' 4+00 ' �1 -- ss,-- 1 CURB RAMP AND SIDEWALK- .._. ' m i'. - EXISTING HYDRANT (ON 16" MAIN) CP102 7O 720 0 1a w m 720 715 EXISTING GRADE ALONG WATER MAIN ALIGNMENT 710 r -T- -J PROPOSED DIRECTIONAL DRILL PIT _ 8 VALVE 705 B" WATER MAIN l_ 700 � s. VALVE r PROPOSED DIRECTIONAL DRILL PIT 695 EE 6S0 S'XS' REDUCER 1ST AVE B" SEWER PROFILE 685 -0a20 UNN 1 w "w STATION v*w 4+50 t� w wTg �3Z� ppF r .. W ) J LL M 2 W O LL '04� CIF LL n a u Q W S p a i SHEET IDENTIFICATION MWM.1 N - ; W � ISI i N W F8I. PROVIDE TEMPORARY (}T WATER SERVICE FROM ---- EXISTING HYDRANT, 1 8" WATER MAIN INSTALLED BY PROPOSED DIRECTIONAL REFER TO PHASING E DIRECTIONAL DRILL DRILL PIT LOCATION PLAN r �� 7+ 0 ', _. B+QO I +00 � ��. ��S II ',, 10+00 RLPLACE EXISTING SERVICE a 5,00 -P�-- -- ---_- _. _- - - _ -- - —W -. y -(i -__ yy _— W - — - W _ W i N W W W AND CURB STOP (TYP) W W 1 —_. _-- _ O - 1� TjP 106 S, SS -- ISS. -. _— SSx SS. S5, SS, — SS. 55, SS. SS --- 1� NATURAL GAS 1 X EXISTING 6° WATER MAIN 1 ST AVE / SANITARY SEWERcn w- �_ XN, -- W'— — .-------- y W,,;- wsT: `.-- - — W '�' `" O "s-- - D LLP -*3 � Y — W W O n _ 6 PROPOPOO SED DIRECTIONAL DRILL IT Zm - - - - - - - - _-- - -- - _ - - � C EXISTING 16" WATER MAA12 RCP STORM SEWER IN "CUT -IN VALVE rt XS3 -VIII— XO 2"GAS - PROTECT IN PLACE / EXISTING HYDRANT (PROTECT IN PLACE) p B" TEE - 8"X6" REDUCER EXISTING CURB RAMP, TRAFFIC SIGNALS, 6"GAS-PROTECT IN PLACE CP101 P100Y LP � - / �', PROTECT IN PLACE �fl O'O CENTURINK BOD PAIR C CABLE, PROTECTdN-PLACE f I 1ST AVENUE - NORTH HALF I x 8"VALVE - ----i / 6" EXISTING WATER MAIN, REMOVE AS B" RESTRAINED PLUG ON 1 NECESSARY, DO NOT CONNECT TO NEW MAIN. _ EAST FACE OF TEE ENLARGED PLAN AT 1ST & COURT IOPOSED RECTIONAL DRILL - LOCATION '77 n LU Ou p CO 6 a0� ¢2 3y a SHEET IDENTIFICATION MWM.2 SSa I SS, O CENTURYLINK DUCT BANK, CENTURYLINK TO SUPPORT AND PROTECT DURING CONSTRUCTION CROSS UNDER 30" GASKETED RCP STORM SR STORM INTAKE Il' - SS, S S0, SD a 6"CUT-IN TEE AT = EXISTING 6" MAIN 6" VALVE 8'X8" REDUCER 8" DI WATER MAIN 2' GAS, NOTE 1 410+5( 3x xS3x ESg D O TP / _ G _ G, Gx -� 12"X8" TEE AND THRUST BLOCK RESTRAINED PLUG AND THRUST BLOCK WEST FACE / 6 FT DIA. MANHOLE VAULT FOR CHECK VALVE / 2 -TEMPORARY FLUSHING TAP J - 2301 COURT C% 10" VCP SANITARY SEWER i — 78" INfERCEP � R SEWER � 84" RCP STORM SEWER REPLACE SEWER WITH 10' DI WATER MAIN PIPE, 20 LF PROPOSED BORE PIT PROPOSED BORE PIT LOCATION 12"45°ELBOWS 72 STORM INTAKE n+00 `— 6" GAS MAIN, NOTE ' N ROW LINE -- _ SP, SS, SS, Gx C Cx a COURT ST LOCATION misom-'XB' REDUCER Ilk e' CU-r4N VALVE - PROVIDE TEMP. THRUST RESTRAINT DURING CONSTRUCTION ' 20" CSI NG p - ` SUPPORT POLE DURING CONSTRUCTION 12 45" ELBOWS ml gE; \ CENTURYLINK 600 PAIR COPPER, NOTE 2 `- OVERHEAD ELECTRIC, NOTE 4. - 12" DI WATER MAIN i 1 , 2327 COURT ROW LINE SOIL BORING ! k _, NOTES: 1. 2" GAS TO BE RELOCATED BY MIDAMERICAN PRIOR TO CONSTRUCTION. 2, 600 -PAIR COPPER TO BE RELOCATED AND ABANDONED IN PLACE BY CENTURYLINK PRIOR TO CONSTRUCTION, 3. 8" GAS TO REMAIN - PROTECT IN PLACE. 4. OVERHEAD ELECTRIC - MIDAMERICAN HAS INDICATED OVERHEAD ELECTRIC CAN BE TEMPORARILY DE -ENERGIZED. Ci USE NITRILE USE NITRILE "gp° GASKETS WITHIN 10FT OF SEWER GASKETS WITHIN 10FT OF SEWER $ CROSSING CROSSING 12"45' ELBOWS AND THRUST BLOCKS t� -' O w 690 I I RESTRAIN ALL JOINTS 12" DI WATER MAM 11+00 11+50 qq STATION a id'VCP SANITARY SEWER m (TO BE REPLACED) SFT DIA MANHOLE VAULT U 20" CASING PIPE, 29LF U FIBER OPTIC DUCT BANK, 18" INTERCEPTOR SEWER 0.250" WALL THICKNESS y e a DEPTH APPROXIMATE STORM INTAKE = p W f 30' GASKETED RCP J 84' RCP STORM SEWER u 215 i a STORM SEWER 2* TEM m w w i e' VALVE FLUSHING TAP 12'CHECKVALVE ER FJ 8'X8' REDVCER g BWA EB MAIN - ; 8' CUTIN VALVE W DI WATER MAIN S' CUT4N TEE AT - EXISTING 6' MAIN 12"45' ELBOWS AND THRUST BLOCKS -' O 12"X8" TEE 690 I 9+80 10100 12" DI WATER MAM 11+00 11+50 STATION a id'VCP SANITARY SEWER m (TO BE REPLACED) 20" CASING PIPE, 29LF U 18" INTERCEPTOR SEWER 0.250" WALL THICKNESS 12"45- ELBOWS AND THRUSTBLOCKS m W n J w $ OLL § z O 0 o� =L ax z� s� w a 3 SHEET IDENTIFICATION MWM.3 SIDEWALK REMOVAL _ SIDEWALK REMOVAL :3 c� w w, SIDEWALK REMOVAL SIDE WALK REMOVAL Cn K W $ I Z G , �-/ --- - Gu .-- Gr -+y- _ � - -O. W" _ _ Wz (_ Wry G L I — _ W, � Wti Vd� 55, SS, Ss, - SS, -. SS, - - - ssx SSx- - ss. -_. SSx--.. SSx S5. ss, -:- Ssx SS" "a Z PAVEMENT REMOVAL, 5 Sy. 1 ST AVE r HMA PAVEMENT REMOVAL, 33 BY. Z Z — lql �C , p41 X3 W, W x r_1�x �__ x W x W� x -_ x - Wo ryx -. x �fTr . -xW 4_.-r _ xW.� i i - x�a D tD 7 0 0 ax �—---- -- c Ox �`cxO > 5 4 xD �,- "D �� T ...�x0_- cx x0-__- Lx �.>.�.—_ � — x __ --xG __`� -`D-- ___"'� - co + O� $ SIDEWALK REMOVAL DRIVEWAY REMOVAL SIDEWALK REMOVAL m y x 1 ST AVENUE - SOUTH HALF .. --mo ® m< PAVEMENT REMOVAL, 28 BY, SIDEWALK REMOVAL - SIDEWALK REMOVAL a $ . SIDEWALK REMOVAL �> o JV WW W W W W�..�. W VJ $ ry G w Ss, ss, ss, ss, ss, ss, ssx ss, - ss, Ss, Ss' Ss, PROTECT IN PLACE 0CURB o 1ST AVE TRAFFIC SIGNALSWALK ,,' i o p p 17 Y Y W _ '(p, _ Y W� WK y "— Va x tlJ, Y r Wy x �N, x W" W: Y " x x x ! x xV 1 a�..a x xr�gi— E D - C J *tO-E—'WALK xj — __ D C.... B -..._ _... __ O -_ -`3- ___- 0 __ _ __. _. —_ - — O — O -. yS3 O _ `af -"53 -- C `3 1 ST AVENUE - NORTH HALF D G o D REMOVAL I .. X2330 2320' L' 2326 ; PAVEMENT REMOVAL, INCLUDES CURB AND GUTTER, 18 BY. T- SSi SSx Cx. Cx .0 C Cx pmt PAVEIdENT REMOVAL, INCLUDES CURB AND GUTTER, 23 SY. _ = SD _ / a D. _— ^A COURT ST W PAVEMENT REMOVAL, INCLUDES a CURB AND GUTTER, 20 SY.w° 18.2' 4 ry o DRIVEWAY : o DRIVEWAY REMOVAL REMOVAL LL a a j W. O S3. ESx.' - G h SIDEWALK REMOVAL i I SHEE IDENTIFICATION COURT STREET R.01 P PCG SIDEWALK PCC SIDEWA4U,C SIDEWALK PCC SIDEWALK . PCC SIDEWALK PCC SIDEWALK PCC SIDEWALK 1 w, v yy_ _ W w �.. W ' __ __ G. L -. LA V g� Z Wx LA 11 vvx Y - SSx& SS, SSx - - _._ -. SSx SS. - SSx SS, SS: SS. I r• w SS, SS, - SS, SS, SS, w Z '7 FULL DEPTH PCC PATCH, 5 SY. 1 ST AVE T PCC DRIVEWAY FULL DEPTH PCC PATCH, 33 SY. i V m PCC SIDEWALK I {�i� Z } C °L 1,4 x k.0 . oWa D D O 0 D Gz PCC SIDEWALK 1 ST AVENUE - SOUTH HALF PCC SIDEWALK Awnwhilk— i�Yc.�Zy-i �.w.q .r+w.mmgorrr m 0 1p YJ' 0' S y ® 0 < a aC PCC SIDE WALK I PCC SIDEWALK i PCC SIDEWALK PCC SIDEWALK PCG SIDEWALK PCC SIDEWALK + PCC SIDEWALK PCC SIDEWALK -- w w w - - -w w w wf w w r F WI I I� Wf _ _, -e Wr W . - / O _. 1 _ _ W. V 56 FULL DEPTH PCC PATCH, 28 SY. w SSS . SS. SS, SS, SS, SS, S5, SS, SS, SS' S5, SS. , F C I 1ST AVE I C 1 ■o Yo V7 o y — xw.�m ,. 4 x. W�.. [ :� x N. W. Y W, X x sa-x-La X� -C—C 3— — _. C. —..0. D - __' __ -_ -_._ D--.o iY — x0 ST AVENUE NORTH HALF ' r C D xD g d xD R E PCC SIDEWALK .a{;" � 3 6 4' y o 4 FM• % ALA ed 233C 0 ; � �€ s€ 232� 2326 <D FULL DEPTH PGC PATCH, 20 SY. 3 FULL DEPTH PCC PATCH, 18 SY. Cx E Cx Cx oras C. SID D. COURT ST @@ FULL DEPTH PCC PATCH, 23 SY. T PCC DRIVEWAY �'� T PCC DRIVEWAY y LL U ca a u6U Gx- j aaNX �41d. S3d... OiF ES w z q h .f PCC SIDEWALK '`xx s fi T "A. SHEET COURT STREET DEHnFICAnoH w, 1 S.01 Prepared by: JoeWeller, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5144 Resolution No. 19-53 Resolution setting a public hearing on March 12, 2019 on the project manual and estimate of cost for the construction of the First Avenue Water Main Replacement Construction Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the First Avenue (400-500 Block) Water Main Replace Project, Account # W3212. • Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: A public hearing on the project manual and estimate of cost for the construction of the above- mentioned project is to be held on the 12t" day of March, 2019, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 19th day of February 2019 MaOr roved by Attest: C' Clerk City Attorney's Office It was moved by Mims and s conded by Salih adopted, and upon roll call there were: Ayes: Nays: Absent: the Resolution be Botchway Cole Mims Salih Taylor Thomas Throgmorton N P( edia PRESS -CITIZEN MEDIA PART OFTHE USA TODAY NETWORK CITY OF IOWA CIN ICPO 410 E WASHINGTON ST IOWA CITY IA522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: 0003401237 2/26/19 Copy of Advertisement Exhibit "A" 02/26/19 $39.13 1J�- it e Subscribed and sworn to before me by said affiant this 26th day of February. 2019 k4l' In Nota r c l qgl ll1 Co mission expires M ofAffidavits' hh on for that r of t a as of copper control, and Manual and are now on file in e Cit Clerk in the ,va City, Iowa, and apected by any I meeting personsof the maCityy, purpose of making and comments Project Manual or f making said iven by order of the F the City, of Iowa Prepared by: Joe Welter, Public Works, 410 E. Washington St, Iowa City, IA 52240 (319) 3565144 Resolution No. 19-81 Resolution approving project manual and estimate of cost for the construction of the First Avenue Water Main Replacement Construction Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the First Avenue (400-500 Block) Water Main Replace Project, Account #W3212. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above-named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 8t' day of April, 2019. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 23rd day of April, 2019, or at a special meeting called for that purpose. Passed and approved this 12th day of march _'2019. L, Ma or Attest: Ci Clerk proved City Attorney's Office "NA a Resolution No. 19_81 Page 2 It was moved by trims and seconded by Thomas adopted, and upon roll call there were: Ayes: Nays: Absent: the Resolution be Cole Mims Salih Taylor Teague Thomas Throgmorton A-o4fl IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - First Avenue Water Main Improvements Project Classified ID: 115464 A printed copy of which is attached and made part of this certificate, provided on 03/13/2019 to be posted on the Iowa League of Cities' internet site on the following date: March 13 , 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 3/13/2019 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 8'h day of April, 2019. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16th day of April, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. An optional pre-bid meeting will be held at 10:00 am on March 26, 2019 at City Hall, Iowa City. The Project will involve the following: 980 feet of 8" PVC water main installed by directional drill method on 1 St Avenue; 120 feet of 6" and 12" ductile iron water main installed by open trench and jack and bore method on Court Street; check valve installed in buried valve vault; and associated copper water services, traffic control, pavement removal and restoration. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 3, 2019 Substantial Completion: August 16, 2019 Final Completion: October 1, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Julie Voparil From: Kelsey Hutchison <khutchison@mbi.build> Sent: Thursday, March 14, 2019 2:18 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 3.14.19 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS First Avenue Water Main Improvements Project in Iowa City A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): March 14, 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. March 14, 2019 Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [o] 515.288.8904 [e] khutchisonOmbi.build • [w] www.mbi.build [Plan Room] www.iowaconstructionuodate.com Stay Connected linl RECEIVE® MAR 13 2019 0100 NOTICE TO BIDDERS FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 81^ day of April, 2019. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held In the Emma J. Harvat Hall at 7:00 P.M. on the 16th day of April, 2019, or at special meeting celled for that purpose. A public hearing will be held during this meeting. An optional pre-bid meeting will be held at 10:00 am on March 26, 2019 at City Hall, Iowa City. The Project will Involve the following: 980 feet of 8" PVC water main installed by directional drill method on 1'r Avenue; 120 feet of 6" and 12" ductile iron water main installed by open trench and jack and bore method on Court Street; check valve installed in buried valve vault; and associated copper water services, traffic control, pavement removal and restoration. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form fumished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter Into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown In Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, 9 required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security fumished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown In Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidderwill be required to fumish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 3, 2019 Substantial Completion: August 16, 2019 Final Completion: October 1, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank fors may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toil -Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other Interested persons. The fee shall be in the for of a check, made payable to Technigraphlcs, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firs, companies or other parties with whom the bidder intends to subcontract This list shall Include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must 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. The Iowa reciprocal resident bidder preference law applies to this Project The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalitlas and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Prepared by: Joe Welter, Public Works, 410 East Washington Street, Iowa City, Iowa 52240 (319) 356-5144 Resolution No. 19-103 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the First Avenue Water Main Replacement Project. Whereas, Dave Schmitt Construction Company, Inc. of Cedar Rapids, Iowa, has submitted the lowest responsible bid of $358,991.50 for construction of the above-named project; and Whereas, funds for this project are available in the First Avenue (400-500 Block) Water Main Replacement, Account #W3212; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to Dave Schmitt Construction Company, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 23rd day of April 2019 Mayor Attest : Ci Clerk It was moved by Cole and seconded adopted, and upon roll call there were Ayes: rt Nays: Approved by City Attorney's Office by Teague the Resolution be Absent: Cole Mims Salih Taylor Teague Thomas Throgmortcn 0500 CONTRACT FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Dave Schmitt Construction Company, Inc. ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 141h day of February, 2019, for the First Avenue Water Main Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $358,991.50, which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are ir8orporffpd herein by reference: c a. Contractor's Completed Bidder Status Form; attached K%60; Itc! �-- -a c-> r- �q b. Contractor's Completed Contract Compliance gra (•Ahti- Discrimination Requirements) Assurance, if applicable, Qmuartuo Se n 0200, attached hereto; and ro co C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. First Avenue Water Main Improvements Project 0500 - Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT c C CD DATED this �f day of ��(.c tti L , 2019. i B: Sig ppatture of City Official Printed Name of City Official ATTEST: B: City Clerk (for For Projects only) APPROVED BY: City Attorney's Office Contractor B: Signature of Contractor Officer Tol��,3Qt-� Printed Name of Contractor Officer CEn Title of Contractor Officer ATTEST: Ba,_Zu ompany Official) ti O � a�b - C CD N) First Avenue Water Main Improvements Project 0500 — Page 2 of 2 Description Quan Unit Unit Price Total 3,000.00 HMA OVERLAY, HIGH TRAFFIC, 1/2", SURFACE 133.00 SY 145.0000 $ 19,285.00 Hansen Asphalt HMA OVERLAY, HIGH TRAFFIC, 1/2", BASE 133.00 SY 145.0000 $ 19,285.00 Hansen Asphalt MILLING 1,545.00 SY 7.0000 $ 10,815.00 Hansen Asphalt 20" CASING AND INSTALL 30.00 LF 545.0000 $ 16,350.00 The Driller HYDROSEEDING, INCLUDING WATERING AND WARP 0.20 ACRE 15,000.0000 $ 3,000.00 Soil Tek SWPPPMEASURES-WATTLES,INCLUDES INSTALL AN 500.00 LF 2.5000 $ 1,250.00 Soil Tek SWPPPMEASURES -INLET PROTECTION DEVICE 4.00 EA 175.0000 $ 700.00 Soil Tek CURB AND GUTTER, 8" PCC, 2' WIDTH 137.00 SY 40.0000 $ 5,480.00 All American Concrete PCC PAVEMENTSAMPLES ANDTESTING 1.00 SY 1,500.0000 $ 1,500.00 All American Concrete PCC SIDEWALK,4FT WIDTH, 4"PCC 136.00 SY 80.0000 $ 10,880.00 All American Concrete DETECTABLE WARNING 20.00 SY 40.0000 $ 800.00 All American Concrete PAVEDDRIVEWAY, 7"PCC 66.00 SY 90.0000 $ 5,940.00 All American Concrete FULL DEPTH PATCH, 11" PCC,INCLUDES CURB AND c 302.00 SY 105.0000 $ 31,710.00 All American Concrete SUB MOBILIZATION 1.00 SY 5,000.0000 $ 5,000.00 All American Concrete PAINTED PAVEMENT MARKINGS,SOLVENT/WATERE 1.00 LS 2,500.0000 $ 2,500.00 OTC TRAFFIC CONTROL 1.00 LS 7,950.0000 $ 7,950.00 OTC H C3 b nom' -77 C-3 o s rn o N coN 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. Tq be completed by all bidders Part A d Yes ❑ No My company is authorized to transact business in Iowa. J (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ryeses ❑ No My company has an office to transact business in Iowa. d%es ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. G3 Y s ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and 4 of this form. To be completed by resident bidders Part B Dates al 1 4 to 1"�— Q� la Address: ZSo 5CP- Ayt, SU Da�ddyyyy) City, State, Zip Code: s1A 574�� to Address: (mm/dd/yyyy) City, State, Zip Code: Dates to Address: (mm/dd1yyyy) City, State, Zip Code: N You may attach additional sheet(s) if needed O b To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: ,yr`� �"`� r 2. Does your company's home state or foreign country offer preference to bidders who are ents?N ❑ EJ ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home stw or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: =%f 524 —,A— l`1 Date: First Avenue Water (main improvements Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION 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 describes your business, you are authorized to transact business in Iowa. E Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes E No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes ❑ Yes 2/No My business is a general partnership or joint venture. More than 50 percent of the general :pa7rtnrs or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes Q"No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa 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 Secretary of state nor had its authority revoked. ❑ Yes ErNo My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes 2 -No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statemen5f cancellation has not been filed. o ❑ Yes 2 No My business is a limited partnership or limited liability limite ne iship v?Mh has filed a certificate of limited partnership in this state, and has not filed a statement of terffijpetiolW 11 ,<r -o M ElYes o My business is a limited partnership or a limited liability limited + m�erSiip wto certificate of limited partnership is filed in a state other than Iowa, the limited partnership or lif ed Iiarl'Aity limited partnership has received notification from the Iowa Secretary of state that the application for certific4 of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. El Yes allo My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a s atement of termination. El Y4 No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. rust Avenue water Main Improvements Project 0405 — Page 2 of 2 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, al( gontractors, vendors, and consultants are subject to the City's Human Rights Ordinate, which is codified at Article 2 of the City Code. o 3> z 3. Contracting departments are responsible for assuring that City contrRoets, vendor! d consultants are made aware of the City's Contract Compliance�mgrir re g responsibilities and receive the appropriate reporting forms. A notificaT6"f rMuire is will be included in any request for proposal and notice of bids. ®E ro 17 4. Prior to execution of the contract, the completed and signed Assurance of compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. First Avenue Water Main Improvements Project 0520 — Page 1 of 6 SECTION If - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. o 3. Provide a copy of your written Equal Employment Opportunity OE2y `tem-eWt. Where is this statement posted? C-)� w r I� 1_ �m -o f1^l El What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Der\lSe. ` YZpC�.t f,C1L Phone Number ` Street Address c v'f- �tro :IN SZtiby City, State, Zip Code First Avenue Water Main Improvements Project 0520 - Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? LA v The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Sig ture Print N me Phone Number --5'h bate' p E5 *C-) .o c <c c*) -o m s v co First Avenue Water Main Improvements Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT —5: C') C_— (a) (a) Let potential employees know you are an equal opportunity e�r. This c�i be done by identifying yourself on all recruitment advertising as' awppo"y employer".�rn 0 rpt (b) Use recruitment sources that are likely to yield diverse' licit pbet5. Word-of-mouth recruitment will only perpetuate the current co osition of your workforce. Send recruitment sources a letter annually whie rearioms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that onlyjob related questions are asked. Ask yourself "is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of First Avenue Water Main Improvements Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: http://www.sterlinqcodifiers.com/codebook/index.pht)?book id=953. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. First Avenue Water Main Improvements Project 0520 — Page 5 of 6 N O � � a.G L > C-)-< w G r rn -v 7C =r N N m First Avenue Water Main Improvements Project 0520 — Page 5 of 6 0"6*00 SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION 350 50TH AIT- SNI, ('LDAH "FIDS. IA 53606 • (319)3658669 • EAX (319) M5 M77 • Equal Opp9munily Emplq • Alfmgtl9a ACd" EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION POLICY A. Operating Statement January 2019 It is the policy of Dave Schmitt Construction Co., Inc. to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age, disability, or any other classification protected by federal, state, or local laws. Such action shall include: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre -apprenticeship, and/or on -job -training. B. Designation of the EEO/AA Officer John Berns, CEO of Dave Schmitt Construction Co., Inc. has designated the following person as the EEO/AA Officer: Denise Fitzpatrick This EEO/AA Officer has the responsibility for, and is capable of, effectively administering and promoting the EEO/AA program and is assigned adequate authority and responsibility to do so. C. Definition of Eaual Employment Opportunity (EEO) and Affirmative Action (AA) z EEO is the opportunity of all applicants for equal employment without regard to fac_% re*ion, color, national origin, age, disability, or any other classification protected by federal, stz�@f lord laWs. v s r— AA is the specific action taken to assure minorities and women will have equal ot*un74 for Obloyment. The distinction between the two policies is that EEO is a policy which provides c nsisterg:hction in regards to employment opportunities while AA is a proactive policy designated to increase minority and female employment opportunities. i � � �� �r'!'`C1 1 I 1 ✓� SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION 25050TH AVE. S.W., CEDAR RAPIDS, IA 52004 • (3I9) 3618669 • FAX (319) 3652677 • Equal Opportunity Employer • Affirmative Action D. Union Dave Schmitt Construction Co., Inc. will use its best efforts to obtain the cooperation of unions to increase female and minority group opportunities within the unions; and to encourage referrals of female and minority group employees by unions. 1. Dave Schmitt Construction Co., Inc. will use our best efforts to develop in cooperation with the unions, joint training programs aimed toward qualifying more female and minority group members for membership in the unions and increasing the skill of female and minority group employees so that they may qualify for higher paying employment. 2. Dave Schmitt Construction Co., Inc. will use our best efforts to incorporate an equal employment opportunity clause into all union agreements to the end that such unions will be contractually bound to refer applicants without regard to their age, disability, race, color, religion, sex, or national origin; making full efforts to obtain qualified female and minority group persons. 3. Dave Schmitt Construction Co., Inc. will in the event a union is unable to refer applicants as requested by us within the time limit set forth in the union agreement, will through our recruitment procedure, fill the employment vacancies without regard to age, disability, race, color, religion, sex or national origin, making full efforts to obtain qualified female and minority group persons. E. Recruitment Policy -We will include in all advertising and placing of job orders: "An Equal Opportunity Emgyer" We will allow enough time, prior to making a hiring decision, to obtain a reasona� loT Tf fem_ and minority applicants. �� w r m -We will encourage all of our current employees to refer females and minorities. MES -° s -The Dave Schmitt Construction Co., Inc. will also contact the following organizaftns to'iot referrals. We then in tum send the referrals to the respective unions. The unions qualify them for the respective jobs, thus creating a larger pool to pick from. 1. Action Service 750 60t' Ave SW Cedar Rapids IA 52404 3. Man Power Service 1220 Industrial Avenue Hiawatha, IA 52233 5. St. Vincent De Paul 928 7s' St. SE Cedar Rapids IA 52401 2. Dept. of Correctional Service 392 15'" St. SE Cedar Rapids IA 52403 4. NAACP 1134 9" St. SE Cedar Rapids IA 52401 OW069mo liMMM SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION 25050TH AVE.5.W., CEDAR RAPIDS. IA 52404•(319)365-6669• FAX (319) 36126)]• Equal OF M.ftl Enyb9ee• Alfie aflye Ae m -If it has been determined, that after using our referral sources we still do not have a reasonable flow of female and minority applicants in each job classification in which we are seeking new hires, we will independently or with assistance from Iowa DOT staff, develop additional recruitment efforts. -If it has been determined that we do have a reasonable flow of female and minority applicants on file in each job class in which we are seeking new hires, we will immediately make hiring decisions based on our operating statement. We will use the following avenues to seek out minority and female applicants: we will contact the Job Central, national labor exchange, the Iowa Workforce Development Office nearest our office and/or nearest to where we are seeking applicants; we will place ads in the Cedar Rapids Gazette and the Waterloo Courier. F. Non -segregated Facilities Poliic Dave Schmitt Construction Co., Inc. certifies that it is providing non -segregated facilities for our employees. No employee is denied access to adequate facilities on the basis of sex or disability. G. Training and Promotion Policy 1. Dave Schmitt Construction Co., Inc. will assist in locating, qualifying and increasing the skills of minority and female group employees and applicants for employment. The training and promotion policy is open to all prospective trainees and employees without regard to race, religion, sex, color, national origin, age or disability. 2. Consistent with manpower requirements and as permissible under Federal and State regulations, we will make full use of training programs, i.e.; pre -apprenticeship, apprenticeships, and/or on-the-job training programs for the geographical area of contract performance. We will make use of an informal training program or when required to have a formal training, we will utilize our union training program (s) that has/ have been approved by the U. S. Department of Labor. 3. Dave Schmitt Construction Co., Inc. advise employees and applicants for a pment;of available training programs and entrance requirements for each. This wigA48 3 1 by job site postings. 4. Dave Schmitt Construction Co., Inc. will annually review thea* �n pr( {o potential of interested employees; and will encourage eligible employeeslOAP r such training and promotions. 5. Dave Schmitt Construction Co., Inc. will review apprentice(s) prq&;Jn_ Aly basis SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION 25050TH AVE. S.W., CEDAR RAPIDS, W 52604 • (319)MS-8669 • FAX (710)]65-2677 • Equal Opportunity Employe • AHltnotivo ABHoo 6. Dave Schmitt Construction Co., Inc. is willing to train all applicable union trades when resources are available and it is deemed practical. We will also strive to train in the following classifications: Laborers, Machine Operators, and Truck Drivers. 7. Dave Schmitt Construction Co., Inc. will advise prospective employees/trainees of available training opportunities such as employees handbooks, job site postings, on-the-job training and classroom education as provided by the Apprenticeship Program as set forth by the Union. 8. Dave Schmitt Construction Co., Inc. will assure that all training and promotions are open to all prospective trainees and employees, without regard to race, religion, sex, color, national origin, age, disability, or any other classification protected by federal, state or local laws. 9. Dave Schmitt Construction Co., Inc. will have a quarterly review of each trainee enrolled and will go over that review with the trainee. Each trainee's training evaluation will be retained in file and promotion opportunities will be considered yearly through a performance review. Signatures of two Officers: Denise Fitzpatrick, E/AA Officer ?J� Berns, CEO 6Z G3 -A\ 5 a� (Date) 5- 2-i°� (Date) a kw G 1 mole] M11:0144 Orel SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION 35050TH AVE.S.W., CEDAR RAPIDS, IA 53404•(JI9))658669•FAX (319)]65Mr6 Equal OppoNuairy Emploer• AR BHve Ae The Dave Schmitt Construction Co., Inc. was established in June 1964. The companies annual gross receipts $10 million - $20 million vM01'4113 Val N8310 ,1113 6Z :Z Nd E- NM 61OZ 03'113 SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION 250 50TH AVE. S.W., CEDAR RAMS, IA 52404 • (319) 3658669 • FAX (319)M&2677 • Egoe1 Ooo mnit9 Employee • ARemmWe Acliun O O .�n c- C-- n W -o m rn CD� N q � 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary' economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable inky judicial or administrative proceeding of committing a repeated or willful violation �he 7`Bwa 9e Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labg`y anords AVE any comparable state statute or local ordinance, which governs the payment ol;wages, withe five (5) year period prior to the award or at any time after the award, such violaysh`W con§titute a default under the contract. ---"m -o M o;�Q =r IV. Waivers. If a person or entity is ineligible to contract with the City as fTesult tai the Page Theft Policy it may submit a request in writing indicating that one or more of W following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. First Avenue Water Main Improvements Project Page 1 of 3 The City Manager or Designee shall review the documentation submitted, make any Inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. First Avenue Water Main Improvements Project Page 2 of 3 N O O "'N W m 3 S> N �O First Avenue Water Main Improvements Project Page 2 of 3 WAGE THEFT AFFIDAVIT STATE OF ss: IN c\ COUNTY I,A k�C,VQ.\�\ upon being duly sworn, state as follows: 1 ` 1. 1 am the �R6 (�O �� [position] of ��.tUG SC�M1 �n1hC�ww��i. ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither IM lnni W COAA t ``[contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Sigr&ure y=.1 C= -- This This inst�rurrrrieent `\ was acknowledged before. 4fie m by on "I Uvg- 3 .2019. dWl JESSICA HENDRICKSON • CMMIS M Number 787591 *=yr MY COMMISSION EXPIRES tw DECEMBER 19. 2021 Notary Public in and for the State of --t7oca9 0— First Avenue Water Main Improvements Project 0530 — Page 3 of 3 0400 PROPOSAL FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: —Do,,, SC�xg Address of Bidder: no sot-, ac SW � wc-, TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of in accordance with the terms set forth in the Project Manual. o_ The undersigned bidder, having examined and determined the scopethe (�8ntraotm hereby proposes to provide the required labor, services, materials and equipmen�rl�t to%rforrq,r. the Project as described in the Project Manual, including Addenda ant and to do all work at the prices set forth herein. m The undersigned bidder further proposes to do all "Extra Work" which may tle un"red to complete the work contemplated, at unit prices or lump sums to be agreed upon in efixg p%ar to starting such work. y ry The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. First Avenue Water Main Improvements Project 0400 — Page 1 of 6 BID TRENCH ESTIMATED LS UNIT EXTENDED ITEM DESCRIPTION QUANTITY UNITS PRICE AMOUNT 1 ON-SITE TOPSOIL, 185 CY I 6 STRIP, 20 LF STOCKPILE, 2© SPREAD,BASED ON 8" DEPTH 2 SUBGRADE PREPARATION 302 SY rr ln, 5 C7 I q (a3, 00 3 SUBBASE, GRANULAR, 6" 504 SY Q 15 yy��.00 4 COMPACTION 1 LS TRENCHED (1) TESTING C) _n :EC2 III�O'O0 WATER MAIN, DUCTILE IRON, 8", 5 TRENCH 1 LS COMPACTEESTNGTION MD pv 1` 4O.o3 I 6 SANITARY SEWER, DUCTILE 20 LF IRON, 10", REPLACE EXISTING (1) 7 WATER MAIN, PVC C900, 6", 8 LF So.So yC74 ,ov TRENCHED (1) 8 WATER MAIN, DUCTILE IRON, 6", 10 LF c1� 5 1 50 TRENCHED (1) C) _n :EC2 9 WATER MAIN, DUCTILE IRON, 8", 32 LF Q2 10 TRENCHED (1) r m '�Y�� WATER MAIN, DUCTILE IRON, 58 LF I�(o pp ::F �8 12", TRENCHED (1) 11 WATER MAIN, PVC 960 LF C900, 8", r l.0. 00 DIRECTIONAL DRILL (1) 12 WATER MAIN CASING PIPE, 20" 29 LF CASING, INCLUDES 12" DUCTILE IRON RESTRAINED JOINTCARRIER PIPE AND ACCESSORIES (1) 13 FITTINGS, BURIED 900 LBS ca -l5 �$`1S•� First Avenue Water Main Improvements Project 0400 - Page 2 of 6 BID ITEM DESCRIPTION ESTIMATED QUANTITY UNITS UNIT PRICE EXTENDED AMOUNT 14 WATER SERVICE PIPE, COPPER, 1" (1) 350 LF / 15 WATER CORPORATION, E 18 " EA C15 �O z35.Ob 16 WATER SERVICE 18 EA 32 p0 )ff 23 CURB STOP AND 2 EA �°►l,(Do �`�34boo 24 BOX, 1" 2 EA 17 VALVE, 6" GATE 3 EA Zr� Op 3150.0 18 VALVE, 8" GATE 1 EA `-, O� 1310.00 19 CHECK VALVE, 1 EA 25A 12", FLANGED, 137 LF �3�� 0O 93CJp INCLUDES SPOOL 26 PIECE AND 1 LS I,bO I csJ OTHER FITTINGS 26A INSIDE VAULT 133 TONS U 20 CUT -IN VALVE, 6" 2 EAZQj-Lt 21 CUT -IN 1 EA CONNECTION, 6" Z(��b Db 20.60 22 CUT -IN TEE, 6" 1 EA 32 p0 )ff 23 TEMPORARY FLUSHING TAP, 2" 2 EA g�5�0 c7-< .� —tc-) 24 CUT AND CAP 6" 2 EA WATER MAIN .� 25 VALVE VAULT, MANHOLE, 6FT 1 LS 120�5.ou Ott, y� ��CJ�S,00 INSIDE DIAMETER 25A CURB AND GUTTER, 8" PCC, 137 LF "lll 1 2FT WIDTH 26 PCC PAVEMENT SAMPLES AND 1 LS I,bO I csJ TESTING 26A HMA OVERLAY, HIGH TRAFFIC 133 TONS U (HT), SURFACE, 1/2", NO FRICTION 26B HMA OVERLAY, 133 TONS HIGH TRAFFIC u (HT), BASE, 1/2", 27 REMOVAL OF SIDEWALK OR DRIVEWAY 204 SY 0.5b 1.1 ti2,o� tiL hvenue water main improvements Project 0400 - Page 3 of 6 BID 302 SY ESTIMATED UNIT EXTENDED ITEM DESCRIPTION QUANTITY UNITS PRICE AMOUNT 28 PCC SIDEWALK, 4FT WIDTH, 4" 136 SY 8aoo I 36 SWPPP 4 PCC MEASURES- EASURES - V 28A DETECTABLE WARNING 20 SFQ� Li0 •Ou 97.Y.) 00 29 PAVED 66 SY DRIVEWAY, 6" PCC 30 FULL DEPTH 302 SY PATCH, 8" PCC, lu:j'oO INCLUDES CURB AND GUTTER, EXCLUDES 3" HMA OVERLAY 30A MILLING 1,545 SY -I Ob 31 PAVEMENT 302 SY REMOVAL, 31 StJ STREET, FULL DEPTH 31A CURB AND 137 LF GUTTER LAO,OO , PAINTED 1 LS PAVEMENT Z�O,OO MARKINGS, SOLVENTIWATER BORNE 33 TRAFFICLS CONTROL 34 HYDROSEEDING, 0.2 AC INCLUDING 15�Jb,c� WATERING AND ou ovvrrrouu MEASURES- Ll- ?-,So dO WATTLES, INCLUDES INSTALLATION AND REMOVAL 36 SWPPP 4 EA MEASURES- EASURES - I�S INLET INLET PROTECTION DEVICE 37 CONSTRUCTION 1 LS 1\ J�J� SURVEY 38 MOBILIZATION 1 LS \ sis 5��1O.00 31-110.00 <r- rn rrn "9 \250.00 -103.0(3 First Avenue Water Main Improvements Project 0400 - Page 4 of 6 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION QUANTITY UNITS PRICE AMOUNT 39 CONCRETE 1 LS 12 WASHOUT �31c� �o Jl� .�9 0 TOTAL EXTENDED AMOUNT= The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: q(Ar4t.,, I�rRnCAr— W Ero��� i c4`�_ �, Vvo\ NOTE: All subcontractors are subject to approval by City of Iowa City. First Avenue Water Main Improvements Project 0400 — Page 5 of 6 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership 6 Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. DJC JGNMi tt �GnS'S`cyu�.. \oUlinn UU rV> Printed Name Co Title Street Address Lads . T k SZyey City, State, Zip Code Telephone Number 0 .o DC Z rn W C) NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. First Avenue Water Main Improvements Project 0400 — Page 6 of 6 I -Z- 1i i' I.t:1lif'3'zi3ZI 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Dave Schmitt Construction Co., Inc. as Principal (hereinafter the "Contractor" or "Principal") and United Fire & Casualty Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of three hundred fifty-eight thousand, nine hundred ninety-one dollars and fifty cents ($358,991.50), 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 contract with the Jurisdiction, bearing date the '2)1'-0 day of S,W`z (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: 980 feet of 8" PVC water main installed by directional drill method on 151 Avenue; 120 feet of G' and 12" ductile iron water main installed by open trench and jack and bore method on Court Street; check valve installed in buried valve vault; and associated copper water services, traffic control, pavement removal and restoration. and to faithfully perform all the terms and requirements of said Contract withil time therein specified, in a good and workmanlike manner, and in accordance with the ConaDoqumerW It is expressly understood and agreed by the Contractor and Surety in this bond7ftF the4ollo Ing provisions are a part of this Bond and are binding upon said Contractor and SurtoWt: -- 1. PERFORMANCE: The Contractor shall well and faithfully observe, p2tTorm, Will, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction 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: 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 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 First Avenue Water Main Improvements Project 0510— Page 1 of 4 portion of the contract price the Jurisdiction 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 Iowa Code, which by this reference is made a part hereof as though fully set out herein. 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 result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, 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 Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, 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 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall 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. o D. That no provision of this Bond or of any other contract shall be valid thpjlimits to less that five years after the acceptance of the work under the Con*t tF�a righre sue on this Bond. r:zr�� E. That as used herein, the phrase "all outlay and expense" is not to �-tiinitep in any way, but shall include the actual and reasonable costs and experiWincurred 01 the Jurisdiction including interest, benefits, and overhead wpacablip Accordingly, "all outlay and expense" would include but not be limite4�4Il oentrac or employee expense, all equipment usage or rental, materials, tgsting, gytside experts, attorneys fees (including overhead expenses of the Jurisdiction'b'staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction 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 Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. First Avenue Water Main Improvements Project 0510— Page 2 of 4 In the event the Jurisdiction 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 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 Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 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 Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction 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 and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this B"d. .n F 1 R, w N First Avenue Water Main Improvements Project 0510 — Page 3 of 4 PRINCIPAL: Dave Schmitt Construction Co., Inc. �hPrinted eMS Name of Contractor Officer By Signature of ContractoFOfficer CE Title of Contractor Officer By SURETY: United Attorney -in -Fact Officer Anne Crowner Printed Name of Attorney -in -Fact Officer Holmes Murphy and Associates, LLC Company Name of Attorney -in -Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact (515) 223-6800 Telephone Number of Attorney -in -Fact First Avenue Water Main Improvements Project 0510– Page 4 of 4 0 :o C— r 9 N First Avenue Water Main Improvements Project 0510– Page 4 of 4 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department ufv UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Off -we of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fre & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having then corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULEOH, STACY VENN, SHIRLEY BARTENHAGEN, DIONE R. YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY O .D their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in tys. *lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $ 100, and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly auth offic�of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pack Insurance Company. "Article VI — Surety Bonds and Undertakings— Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates anomeys-m-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, underteldngs and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid snit binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their mspeetiw cartificetes of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The president or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its �w"epi �`••,",","" �`",,,,,,,,,""•w,,, vice president and its corporate seal to be hereto affixed this wyik `,:-"wH `rLe laaV 15th da of Januar 2014 mnroun; =R _ _ UNITED FIRE &CASUALTY COMPANY °�aEAL g SEAL xJ• �� �v : UNITED FIRE &INDEMNITY COMPANY °°``% r "F0" ' FINANCIAL PACIFIC INSURANCE COMPANY State of Iowa, County of Linn, ss: Vice President On 15th day of January, 2014, before me personally came Dennis J. Richmann tome known, who being by me duly swoon, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. ,µu Pala Waddell "Iowa Notarial Seal Com713274 mission number 10/Notary Public MY Commission Expires t02a12/2019 My commission expires: 10/262019 1, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect In testimony rfnereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this day of J ca W49V'`s1xoW.yi 'W4'i yJ' 9O te6NPO'•... e,, COaPo9AiE �,% �� CnarovAlr g=_ �7'=nULE as �'.�' i4 SEAL St alit- 5� �� aLAL `� 6 ZC ' o@�C 'y�iM �C� W//um„oe• noon„r000°, BPOA0049 1217 By. ABu”" Assistant Secretary, OF&C & OF&I & FPIC Addendum No. 1 March 19, 2019 2019 First Avenue Water Main Improvements Project Iowa City, Iowa The Contract Documents for the above -referenced Project are modified as set forth in this Addendum. The original Contract Documents and any previously issued addenda remain in full force and effect, except as modified by this Addendum, which is hereby made part of the Contract Documents. Bidder shall take this Addendum into consideration when preparing and submitting a bid, and shall acknowledge receipt and acceptance of this Addendum in the space provided on the Proposal Form. Bids submitted without Addendum No. 1 being acknowledged will be considered non-responsive. Section 0100 NOTICE TO BIDDERS a. Page 2, ADD the following limitation to this project: For Traffic Control Phase 2 (Court Street Phase) of the Project: 18 Allowable Closure Days Incentive/Disincentive: $1,000 per day Maximum Incentive: $5,000 Section 0200 INSTRUCTIONS TO BIDDERS a. Paragraph 5.a, ADD the following limitation to this project: For Traffic Control Phase 2 (Court Street Phase) of the Project: _ 18 Allowable Closure Days Incentive/Disincentive: $1,000 per day D— Maximum Incentive: $5,000 —�Cn �r— Section 0400 PROPOSAL E:;0 a. REPLACE Section 0400 PROPOSAL with attachment. D b. ADD the following Quantities: ITEM DESCRIPTION ESTIMATED QUANTITY UNIT 25A CURB AND GUTTER, 8" PCC, 2FT WIDTH 137 LF 26A HMA OVERLAY, HIGH TRAFFIC (HT), SURFACE, 1/2", NO FRICTION 133 TONS 26B HMA OVERLAY, HIGH TRAFFIC (HT), BASE, 1/2", NO FRICTION 133 TONS 28A DETECTABLE WARNING 20 SF 30A MILLING 1545 SY 31A CURB AND GUTTER REMOVAL 137 LF cn r— s M N w Addendum No. 1 March 19, 2019 Page 1 of 3 c. MODIFY the following Quantities: ITEM DESCRIPTION ESTIMATED QUANTITY UNIT 2 SUBGRADE PREPARATION 302 SY 3 SUBBASE, GRANULAR, 6" 504 SY 24 CUT AND CAP 6" WATER MAIN 2 EA 27 REMOVAL OF SIDEWALK OR DRIVEWAY 204 SY 28 PCC SIDEWALK, 4FT WIDTH, 4" PCC 136 SY 29 PAVED DRIVEWAY, 6" PCC 66 SY 30 FULL DEPTH PATCH, 8" PCC, INCLUDES CURB AND GUTTER, EXCLUDES 3" HMA OVERLAY 302 SY 31 PAVEMENT REMOVAL, STREET, FULL DEPTH 302 SY SPECIAL PROVISIONS ADD following under "Measurement and Payment for items that have a measurement and payment item in either SUDAS or Iowa City Supplemental Specifications, and are further modified or clarified. The original measurement and payment description applies, except as modified as follows." 7021-108-A-0, HMA OVERLAY, HIGH TRAFFIC (HT), SURFACE, 1/2", NO FRICTION, The unit price for this item (TON) shall constitute full payment for all labor, materials, and equipment for construction of the surface course. Adjusting structures in the pavement shall be incidental unless specifically listed as a bid item. Adjustment of manhole structures will be completed by the City of Iowa City upon completion of final surface installation. Contractor will be required to mill around and match all asphalt lifts, including surface to existing surface of manhole structp ps within pavement during work. Binder, tack coat, and quality control management shall IN incidental. Surface Mix shall include 58-28H Binder. 7021-108-A-1, HMA OVERLAY, HIGH TRAFFIC (HT), BASE, 1/2", NO FFNMI0* ThJTnit price for this item (TON) shall constitute full payment for all labor, materials, an Rpment fq"� construction of the base course. Adjusting structures in the pavement sh inWnta 1lgless specifically listed as a bid item. Adjustment of manhole structures will be letpd by t ity of Iowa City upon completion of final surface installation. Contractor will be r wired P mill around and match all asphalt lifts, including surface to existing surface of manhole structure's within pavement during work. Binder, tack coat, and quality control management shall be incidental. Surface Mix shall include 58-28H Binder. Addendum No. 1 March 19, 2019 Page 2 of 3 DRAWINGS: REPLACE following Drawings with the indicated current revision numbers Drawing Number Drawing Title Revision Number A.01 COVER SHEET 1 B.01 DETAIL SHEET, CHECK VALVE VAULT 1 C.01 QUANTITIES AND GENERAL NOTES 1 J.02 TRAFFIC CONTROL STAGE 2 1 MWM.2 PLAN AND PROFILE SHEET 2 OF 3 1 R.01 REMOVAL SHEET 1 S.01 SIDEWALK AND PAVING SHEET 1 Attachments: Section 0400 Proposal END OF ADDENDUM I hereby certify that this engineering document was prepared by me or under OFrEssrONq�% my direct personal supervision and that I am a duly licensed Professional Engiunder thelaws of the Spate of low 2 :• •BRADLEY W. -.Ss ((''� v'' •\ ROETH ; m 3 q %> r a ` (signature) (date Bradley W. Roeth 0r mn NPP�O`oo"` License number 16536 0 My license renewal date is December 31, 2020. y.• � z it Pages or sheets covered by this seal: AddendunrNef'1Ln zuomlcrea ay: Watersmith Engineering s n? 1029 Hershey Ave. �' F ca Muscatine, IA 52761 Addendum No. 1 March 19, 2019 Page 3 of 3 0400 PROPOSAL FIRST AVENUE WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of th4sontract, hereby proposes to provide the required labor, services, materials and equipment and W perform CD the Project as described in the Project Manual, including Addenda ��c= and and to do all work at the prices set forth herein. D i = -IFF C-) _om The undersigned bidder further proposes to do all "Extra Work" which a Kquir complete the work contemplated, at unit prices or lump sums to be agreed upotl nr rifiD pri t starting such work. CDM ro n The undersigned bidder certifies that this proposal is made in good faith, apd without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. First Avenue Water Main Improvements Project 0400 - Page 1 of 6 n-ul F ESTIMATED UNIT EXTENDED UNITS PRICE AMOUNT ITE TOPSOIL, 185 CY STRIP, STOCKPILE, SPREAD,BASED ON 8" DEPTH 2 SUBGRADE 302 SY PREPARATION 3 SUBBASE, 504 SY GRANULAR, 6" 4 COMPACTION 1 LS TESTING TRENCH COMPACTION TESTING SANITARY 20 LF SEWER, DUCTILE IRON, 10", REPLACE EXISTING (1) 7 WATER MAIN, PVC 8 LF C900,6", TRENCHED (1) 8 WATER MAIN, 10 LF DUCTILE IRON, 6", TRENCHED (1) 9 WATER MAIN, 32 LF DUCTILE IRON, 8", TRENCHED (1) 10 WATER MAIN, 58 LF DUCTILE IRON, 12", TRENCHED (1) 11 WATER MAIN, PVC 960 LF C900,8", DIRECTIONAL DRILL (1) 12 WATER MAIN 29 LF CASING PIPE, 20" CASING, INCLUDES 12" DUCTILE IRON RESTRAINED JOINTCARRIER PIPE AND ACCESSORIES (1) 13 FITTINGS, BURIED 900 LBS First Avenue Water Main Improvements Project 0400 — Page 2 of 6 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION QUANTITY UNITS PRICE AMOUNT 14 WATER SERVICE 350 LF PIPE, COPPER, 1" (1) 15 WATER SERVICE 18 EA CORPORATION, 1" 16 WATER SERVICE 18 EA CURB STOP AND BOX, 1" 17 VALVE, 6" GATE 3 EA 18 VALVE, 8" GATE 1 EA 19 CHECK VALVE, 1 EA 12", FLANGED, INCLUDES SPOOL PIECE AND OTHER FITTINGS INSIDE VAULT 20 CUT-IN VALVE, 6" 2 EA 21 CUT-IN 1 EA CONNECTION, 6" 22 CUT-IN TEE, 6" 1 EA 23 TEMPORARY 2 EA FLUSHING TAP, 2" 24 CUT AND CAP 6" 2 EA WATER MAIN o `a 25 VALVE VAULT, 1 LS MANHOLE, 6FT INSIDE DIAMETER—� m 25A CURB AND 137 LF mr GUTTER, 8" PCC, 2FT WIDTH v 26 PCC PAVEMENT 1 LS SAMPLES AND TESTING 26A HMA OVERLAY, 133 TONS HIGH TRAFFIC (HT), SURFACE, 1/2", NO FRICTION 26B HMA OVERLAY, 133 TONS HIGH TRAFFIC (HT), BASE, 1/2", NO FRICTION 27 REMOVALOF 204 SY SIDEWALK OR DRIVEWAY First Avenue Water Main Improvements Project 0400 — Page 3 of 6 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION QUANTITY UNITS PRICE AMOUNT 28 PCC SIDEWALK, 136 SY 4FT WIDTH, 4" PCC 28A DETECTABLE 20 SF WARNING 29 PAVED 66 SY DRIVEWAY, 6" PCC 30 FULL DEPTH 302 SY PATCH, 8" PCC, INCLUDES CURB AND GUTTER, EXCLUDES 3" HMA OVERLAY 30A MILLING 1,545 SY 31 PAVEMENT 302 SY REMOVAL, STREET, FULL DEPTH 31A CURB AND 137 LF GUTTER REMOVAL 32 PAINTED 1 LS PAVEMENT o_ MARKINGS, C:) .n c SOLVENT/WATER BORNE v �� 33 TRAFFIC 1 LS �r� cn m CONTROL -v 34 HYDROSEEDING, 0.2 AC r�- INCLUDING N WATERING AND v w WARRANTY 35 SWPPP 500 LF MEASURES - WATTLES, INCLUDES INSTALLATION AND REMOVAL 36 SWPPP 4 EA MEASURES - INLET PROTECTION DEVICE 37 CONSTRUCTION 1 LS SURVEY MOBILIZATION LS First Avenue Water Main Improvements Project 0400 - Page 4 of 6 L-lue ESTIMATED DESCRIPTION QUANTITY UN CONCRETE WASHOUT I UNIT EXTENDED PRICE AMOUNT TOTAL EXTENDED AMOUNT = The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. First Avenue Water Main Improvements Project 0400 — Page 5 of 6 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. First Avenue Water Main Improvements Project 0400 — Page 6 of 6 N O �<mvoz c r �77K N W NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. First Avenue Water Main Improvements Project 0400 — Page 6 of 6 CITY OF IOWA CITY LEGEND No sANITARY MANHOLE INIm M E UTILITY POLE WRH WYE 1WTER EERMCE FRE HYDRANT GATE VALVE REDUCER PROPGEED WATER MAN WITNO MITER MAN FxMTMxi NATIIW.LGM ExlsTwa oNEaHEAo eLEcmlc EMSTN EWrtMYEEMEN EXISTING STORM GRAN ExISTNC TaEcou urlrtY MT FENCE PROPERtt LINE EX6111G OVER NFAD TELEPIK)NE IJNE MI AND RESURFACING R1 DEPTH PAVEMENT. DRNEYWY. OR SIDEWALK REMOVE AND REPLACE ABBREVIATIONS APPROX APPROXIMATE DI DUCTILE IRON DIP DUCTILE IRON PIPE LF LINEAR FEET LT LEFT MIN MINIMUM PVC POLYVINYL CHLORIDE RT RIGHT ST STREET STA STATION 2019 1 ST AVENUE WATER MAIN REPLACEMENT CITY OF IOWA CITY IOWA CITY, IOWA DRAWING LIST SHEET NUMBER TITLE REVISION NUMBER A01 COVER SHEET 1 B.O1 DETAIL SHEET 1 C,1 OtIANTITIES AND GENERAL NOTES 1 G.Ot CONTROL POWs 0 101 TRAFFIC CONTROL - STAGEI 0 J.w TRAFFICCONTROL -STAGE 2 1 MWMA PLAN AND PROFILE SHEET t OF 3 0 MNM] PUN AND PROFlLE SHEET 20F 3 1 MMM.] PUN AND PROFlIE BHEET ] OF] 0 R,1 REMOVAL SHEET 1 5.01 SIDEWALK AND PAMNG SHEET 1 LOCATION MAP LI I T OF IUVVA L.I I T ENGINEERING DIVISION APPROVED FOR CONSTRUCTION CITY ENGINEER DATE dig. BURIED UTILITES ARE SHOWN ACCORDING TO AVAILABLE INFORMATION. CONTRACTOR SHALL LOCATE ALL UTILITIES PRIOR TO EXCAVATION. IOWA ONE CALL - UTILITY CONTACT INFORMATION THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: CABLE TELEVISION IMON MEDIACOM RANDY SCHOON KEVIN FOUNTAIN OFFICE: (319) 261-4630 OFFICE: (319) 351-0408 EXT 3701 MOBILE: (319) 553-1176 MOBILE: (319) 621-8466 IOWA NETWORK SERVICES C17Y OF IOWA CITY JEFF KLOCKO CITY PARKS AND FORESTRY OFFICE: (515) 240-2544 ZAC HALL MOBILE: (515) 830-0445 OFFICE: (319) 356-5093 UNIVERSITY OF IOWA CITY SEWER DEPARTMENT GEORGE STUMPF JESSE EISTER OFFICE: (319) 3352814 OFFICE: (319) 887-0098 G MOBILE: (319) 631-1144 GAS AND ELECTRIC .a MIDAMERICAN ENERGY CITY TRAFFIC ENGINEERING C:) BROCK HOLUB C-) CARSON HEMPHILL - GAS OFFICE: (319) 3565482 OFFICE: (319) 341-4461 MOBILE: (319) 325-4352 C"): un CITY RIGHT-OF-WAYS JIM PROTASKEY JASON WARREN - ELECTRIC"t.9 OFFICE: (319) 3565438 (319) 3414425 --4 ETT CITY WATER DIVISION TELEPHONE O N KEVIN SLUTTS CENTURY LINK ! �. 'f>• OFFICE: (319) 3565160 DAVID KIRKEBY N wateroiow ity.org OFFICE: (319) 399-7440 MOBILE: (319) 329.3807 FIBER OPTICS AT&T UTILITY LOCATING CREW LENNY VOHS IOWA ONE CALL OFFICE: (816) 2754014 (SDO) 292-8989 MOBILE: (770) 335-8244 I hereby certify that this engineering document was prepared by me or under my personal su ion and that I am a duty licensed W��G1ESsro Pr ion, Englneer and The ws of the State of Iowa. W ,1AOLEY w me V'T I qI[ G i flOflM m Signature Date REx f a Bradley W. Roeth My license renewal date is a a License Number 16536 December 31, 2020 IOW P Sheets covered by this seal: ALL DRAWINGS ?ILI t G w CO w FQ O U SHEET IDENTIFICATION A.01 ACCESS WATCH CASTING WITH 42'X42' CLEAR OPENING, ORIENT HATO SO THAT HINGES ARE OI STREET SIDE OF OPENIN (OPEN SIDE FACES AWA' FROM STREET). ACCESS HATCH OI 7r ID MANHOLE 84' OD PRECAST FLAT TOP :ICT RARF LLVt 'OOL 72- ID MANHOLE a I LINK -SEAL (BOTH SIDES) J I 11.35. 2111 11 0' I 135 � 0 X 10" PRECAST BASE 8' CRUSHED ROCK SUBBASE PIPE SUPPORT J � SLOPE FLOOR TO SUMP AFT DIAMETER % 3- DEEP SUMP SECTION VIEW i,1 VALVE VAULT DETAIL STANDARD DETAIL REFERENCES TOP VIEW - EXTERIOR TOP VIEW - INTERIOR STANDARD DETAIL NO. TITLE 17 CHECK VALVE TRENCH BEDDING AND BACKFILL ZONES TOP EL. 708.35 I I 12' DI SPOOL- FLANGE %PLAIN END NTH UNIFLANGE 5010.101 THRUST BLOCKS 7010.101 NOTES: -III—III=ATI-h ) I �=I 3FT SPOOL - FLANGE% PLAIN END (EACH SIDE) L CONSTRUCT ACCORDING TO SUDAS 8010 WITH -I 7030.103 RUBBER O-RING OR PROFILE GASKET AND EXTERIOR RESTRAINED MJ (EACH SIDE) RIGHT-OF-WAYGRADING BITUMINOUS COATING ON VERTICAL SURFACES. GENERAL FEATURES OF AN ACCESSIBLE SIDEWALK 2. WATER MAIN OPENINGS SHALL BE PLAN CONCRETE o PROVIDE ADDITIONAL RESTRAINED MJ ES GREATER THAN 15' LONG WITH LINK -SEAL MODULAR SEAL. `O IFA AND RESTRAIN ALL 3. CASTING: NEENAH R-8880-RH WITH TYPE -T HINGES ADDITIONAL A ADDITIONAL JOINTS WITHIN 50 FT OF STREET OR ROAD CLOSURE AND SAFETY BAR. STRUCTURE (EACH SIDE) 4. PIPE SUPPORT: MCMASTER-CARR 984271825 OR SIM, 9040.105 S. PRECAST TOP: DESIGN FOR HS -20 LOADING, TEMPORARY GRANULAR SIDEWALK AND TEMPORARY RESIDENTIAL ACCESS PROVIDE SMOOTH TOP, EDGES, AND TRANSITION TO IOWA CITY SUPPLEMENTAL SPECIFICATIONS CASTING. STANDARD DETAIL NO. a I LINK -SEAL (BOTH SIDES) J I 11.35. 2111 11 0' I 135 � 0 X 10" PRECAST BASE 8' CRUSHED ROCK SUBBASE PIPE SUPPORT J � SLOPE FLOOR TO SUMP AFT DIAMETER % 3- DEEP SUMP SECTION VIEW i,1 VALVE VAULT DETAIL STANDARD DETAIL REFERENCES C 1.5" SURFAC 1.5" BASE MI EXIST. PCC 8" EXISTING HMA OVERLAY DETAIL DETAIL 0 G G S 'O Z U11 uz Z l W a a � r 3 N � LLg$ a> v 0 rY ° ow � U 3 SHEET IDENTIFICATION B.01 SUDASSTANDARDSPEOFICATIONS ALL STANDARD DETAILS SNAIL BE CONSIDERED APPLICABLE ON THIS PROJECT. THE FOLLOWING DETAILS ARE BROUGHT TO THE CONTRACTOR'S ATTENTION STANDARD DETAIL NO. TITLE 3010.101 TRENCH BEDDING AND BACKFILL ZONES 3010.104 PRESSURE PIPE TRENCH BEDDING 5010.101 THRUST BLOCKS 7010.101 JOINTS 7010.102 PCC LURE DETAILS 7030.101 CONCRETE DRIVEWAY, TYPE 7030.103 DILIVEWAYGRADING 7030.104 RIGHT-OF-WAYGRADING 7030.204 GENERAL FEATURES OF AN ACCESSIBLE SIDEWALK 7040.101 FULL DEPTH PCC PATCHES LESS THAN OR EQUAL TO 15' LONG ES GREATER THAN 15' LONG ]010.103 FULLDEPTIHHMA PATOI I R IC CONTROL GENERAL INFORMATION 8030.316 STREET OR ROAD CLOSURE 8030.117 SIDEWALK DETOUR 8030.119 CLOSURE OF MARKED OR UNMARKED CROSSWALK 9040.105 WATTLE 11040.101 TEMPORARY GRANULAR SIDEWALK AND TEMPORARY RESIDENTIAL ACCESS IOWA CITY SUPPLEMENTAL SPECIFICATIONS AIL $ PPLEMENTALSPEOFICATION DETAILS SHALL SE CONSIDERED APPLICABLE ON THIS PROECT. THE FOLLOWING DETAILS ARE BROUGHT TO THE CONTRACTOR'S ATTENTION STANDARD DETAIL NO. TITLE 5010.102 TRACER WIRE INSTALLATION W/EASTING LOCATE WIRE 5010.103 TRACER WIRE INSTALLADON WITHOUT MISTNG LOCATE WIRE 5020.201 TYPICAL HYDRANT&VALVE ASSEMBLY C 1.5" SURFAC 1.5" BASE MI EXIST. PCC 8" EXISTING HMA OVERLAY DETAIL DETAIL 0 G G S 'O Z U11 uz Z l W a a � r 3 N � LLg$ a> v 0 rY ° ow � U 3 SHEET IDENTIFICATION B.01 PHASING PLAN 1, THE FOLLOWING IS A SUGGESTED PHASING PLAN. CONTRACTOR IS REQUIRED TO DEVELOP A CONSTRUCTION SEQUENCE THAT MAINTAINS CUSTOMER SERVICE THROUGHOUT PROJECT WITHIN ALLOWABLE SERVICE DISRUPTIONS. CONTRACTOR SHALL COORDINATE PROPOSED PHASING PLAN HATH OWNER, 2. CONSTRUCT lei AVE WATER MAIN a. CONNECT TO EXISTING WATER MAIN AT STA 0-00. b. CONSTRUCT WATER MAIN BY DIRECTIONAL DRILL METHOD TO STA 8-20. c. CONSTRUCT WATER MAIN BY DIRECTIONAL DRILL METHOD FROM STA 8-20 TO COURT STREET. DESIGN INTENT IS TO PULL THE WATER MAIN FROM SOUTH TO NORTH SO THAT WEST BOUND COURT STREET CAN REMAIN OPEN DURING PULL P6gkNQj . 0. INSTALL CUT AND CAP ON EXISTING MAN NEAR STA 9-60. e.1 ALL UT IN T EAT COURT EET. I. DISINFECT, FLUSH, AND TEST WATER MAN. TEST FROM SOUTH TO NORTH, USE EAST FACE OF TEE AT COURT AS TEST POINT. OBTAIN CITY PERMISSION PRIOR TO ANY CONNECTIONS TO NEW WATER MAIN. 9. SNATCH SERVICE CONNECTIONS TO NEW MAIN. NOTIFY RESIDENTS PRIOR TO SVATCHING SERVICE CONNECTION, INTERRUPTION TO INDIVIDUAL WATER SERVICES SHALL BE LESS THAN 4 HOURS. . INSTALL CUT AND CAP NEAR STATION O+OD. 3. CONSTRUCT COURT STREET WATER MAIN: a. REPLACE SEWER HATH WATER MAN MATERIAL. b. CONSTRUCT 8' WATER MAIN CUTIN VALVE ON EAST SIDE OF 84' STORM SEWER. c. INSTALL CASING AND WATER MAIN AT COURT STREET. DESIGN INTENT IS TO INSTALL CASING FROM EAST SIDE OF 84' STORM SEWER. 0. CONSTRUCT WATER MAIN, VALVE VAULT, AND CHECK VALVE. e. CONSTRUCT WATER MAIN ACROSS COURT STREET AND CONNECT TO CUT -IN TEE ON NORTH SIDE OF STREET. f. DISINFECT, FLUSH, AND TEST WATER MAIN. GENERAL NOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE UMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE PLACE IOWA SOUTH ZONE: US SURVEY FOOT NAD 83 AND NAVE) 88, RESPECTIVELY. 6. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS 'REMOVE' OR'CLEAR AND GRUB' ON THE PROJECT PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAD TREE OR SHRUB OR R0OT SYSTEM. 7. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS "SIDEWALK CLOSED','SIDEWALK CLOSED - USE OTHER SIDE", AND 'SIDEWALK <WITH APPROPRIATE DIRECTIONAL ARROWS>"AS DEEMED NECESSARY BY THE ENGINEER. 8. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL V40RK AND STAGING AREAS, DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 9. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. 10. SEED ALL AREAS WITH SUDAS TYPE 1 SEED MIXTURE. 11. DO NOT PARK VEHICLES, EQUIPMENT OR STORE MATERIALS WITHIN 4 FEET OF OF ROADWAY OPEN TO TRAFFIC. 12. PROTECT UTILITY POLES. LINES, AND APPURTENANCES NOT SHOWN FOR RELOCATION. 13. RESET ALL PROPERTY PINS DISTURBED BY CONSTRUCTION, PINS RESET BY PROFESSIONAL LAND SURVEYOR. COST IS INCIDENTAL TO CONSTRUCTION. 14. PROTECT ALL SURFACING NOT INDICATED FOR REMOVAL FROM DAMAGE DURING CONSTRUCTION. UTILITY NOTES 1. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: I.I. NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. 1.2. COORDINATE OPERATIONS VATH UTILITIES 1.3. AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES, IA. DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO. 1.5. PRIOR TO BEGINNING CONSTRUCTION, PROVIDE LABOR AND EQUIPMENT NECESSARY TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS NMICH MAY RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS. 2. UNDERGROUND FACILITIES. STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY, 3. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 4. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE -CALL SERVICE AT(800)-292-5989 AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT. S. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. WATER MAIN CONSTRUCTION' 1. STATIONING IS ALONG THE CENTERLINE OF THE WATER MAIN, UNLESS NOTED OTHERWISE. 2. ALL WATER MAIN, FITTINGS, VALVES, AND SERVICE CURB STOPS TO BE WdTHIN RIGHT -OF -WAV. 1 POTHOLE EXISTING WATER MAIN, WATER SERVICES, AND SANITARY SEWER SERVICES AT LEAST 80 FT IN ADVANCE TO VERIFY LOCATION PRIOR TO INSTALLING NEW WATER MAN. ADJUST ALIGNMENT OF NEW WATER MAN AS NECESSARY TO AVOID HORIZONTAL AND VERTICAL CONFLICTS. POTHOLING AND MINOR ADJUSTMENTS ARE INCIDENTAL TO CONSTRUCTION OF WATER MAIN. 4. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR SEWER MANHOLE. MINIMUM SEPARATION DISTANCES AS LISTED IN SUDAS SPECIFICATIONS. 5. REPLACE SEWER SERVICES LINES DAMAGED BY CONSTRUCTION (INCIDENTAL TO CONSTRUCTION). 8, PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO INSTALL NEW WATER MAN. VERIFY LOCATION AND DEPTH OF EXISTING SERVICES AND WATER MAN PRIOR TO CONSTRUCTION NEW WATER MAN. ADJUST ALIGNMENT AND DEPTH OF NEW WATER MAN AS NECESSARY FOR CONSTRUCTION. 7. PROVIDE TEMPORARY SERVICE LINE RELOCATION TO MAI NTAN WATER SERVICE IF SERVICE IS IN CONFLICT WITH NEW WATER MAIN (INCIDENTAL TO CONSTRUCTION). 8. RESTRAIN ALL JOINTS AT VALVES AND FITTINGS. IN ADDITION, PROVIDE RESTRAINED JOINTS V41THIN 40FT OF FITTINGS AND BENDS. PROVIDE RESTRAINED JOINTS WTHIN SOFT OF DEAD ENDS. D BID ITEM SUDASIMM CODE TITLE UNIT PUN CITY AS -BUILT CITY 1 2010-10 14) ON-SITE TOPSOI I,STRIP, STOCKHIE, SPREAD, BASED ON B' DEPTH CY 185 W 2 201610SG-0 SUBGRADE PREPARATION SY 302 3 2010-108-1-0 SUBBASE, GRANUUAL 6' SY 504 4 2016106L0 COMPACTION TESTING IS 1 W 5 Ml1 I08 -F-0 TRENCH COMPACTION TESTING LS 1 Z 6 4014108-AlO SANITARY SEWER, DUCTILE IRON, 10", REPLACE EXISTING (1) U w � 7 5016106A14) WATER MAN, PVC [900, 6', TRENORED 111 LF a a 5010-108-71-1 WATER MAN, DUCTLE IRON, 6', TRENOIED III LF 10 IDENTIFICATION 9 5010-308AI-2 WATER MAN, DUCTILE IRON, B', TRENCIED(1) U 32 10 5010.108-A1-3 WATER MAN, DUCTILE I RON, 12', TRENCHED (1) LF 58 11 5010-108-A24) WATER MAN, PVC C900, 8", DIRECTIONAL DRILL(1) LF 960 12 5010.108.82-0 WATER MAN CASING PIPE, 20' CASING, INCLUDES 12' DUCTILE IRON RESTRAINED JOINTCARRIER PIPE AND ACCESSORIES (1) LF 29 13 5010-108{2-0 FITTINGS, BURIED LBS S00 14 50161D 1O WATER SERVICE PIPE, COPPER,1.(1) U 350 35 5010-108{2-0 WATER SERVICE CORPORATION, 1' EA IS 16 5010.106-E3-0 WATER SERVICE CURB STOP AND BOX, 1- EA 38 17 5020.108-A4) VALVE, 6'GATE EA 3 18 5020-108-A-1 VALVE,W GATE EA 1 19 5020316A-2 CHECK VALVE, 12',FLANGED, INCLUDES SPOOL PIECE AND OTHER FITTINGS INSIDE VAULT EA I 20 5020-10&X-0 CVT -IN VALVE, 6' EA 2 21 5020.108-%-1 CUT -IN CONNECTION, 6" EA 1 22 5026IMX-2 CUT -IN TEE, 6' EA 1 23 502013 X-3 TEMPORARYRUSHINGTAP,2' EA 2 24 5026]08-X4 CUT AND CAP 6' WATER MAN FA 2 25 6010-]OBd-0 VALVE VAULT, MANHOLE, 6FT INSIDE DIAMETER IS 1 25A 7016106E-0 CVRBANDGUTTER,S'PCC2FTWIDTH LF 137 26 701610410 PCCPAVEMENTSAMPUE ANDTESTING LS I 26A 7021-106A-0 HMA OVERLAY, HIGH TRAFFIC (Kr), SURFACE, 1/2', NO FRICTION(2) TONS 133 20 riY2M- A-1 HMA OVERLAY, HIGH TRAFFIC (HT), BASE, 1/2', NO FRICTION (2) TONS 133 27 7036106A4) REMOVAL OF SIDEWALK OR DRIVEWAY SY 197 a 7030-106E-0 PCC SIDEWALK, 47 WIDTH, 4" PCC SY 136 28A 7036108G-3 DETECTABLEWARNING SF 20 29 7036106H14) PAVED DRIVEWAY, 6' PCC SY K w 7M6106A-0 FULL DEPTH PATCH, S' PCC, INCLUDES CURB AND GUTTER, EXCLUDES 3' HMAOWRUY SY 302 is y 30A ]M6108G-0 MIWNG SY 11545 31 7046106H0 PAVEMENT REMOVAL STREET, FULL DEPTH SY 30I 31A 7040.10614 CURBANDGUTTERREMOVM U 137 aol 32 8020-3068-0 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERSORNE LS 1 33 8036106A-0 TRMRCCONTROL LS 1 34 9010-106B-0 HYDROSEEDING, INCLUDING WATERING AND WARRANTY AC 0.2 3S 904610640 SWPPP MEASURES -WATTLES, INCLUDES INSTALLATION AND REMOVAL LF 500 36 9046106T-0 SWPPP MEASURES- INLET PROTECTION DEDUCE EA 4 37 11016108-A-0 CIXGSTRUFmwRVEY LS 1 38 11026108#0 MOSIU7ATON IS 1 39 11056106A-0 CONCRETE WASHOUT IS 1 (3) INCLUDES FURNISHING BACXFILL MATERIAL AND DISPOSAL OF EXCESS EXCAVATED MATERIAL (2) HMA OVERLAY- REFER TO B.01 DETAIL FOR HMA LAYER THICKNESS LIN A S. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES WITH WATER DEPARTMENT. PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO REDUCE CHORINE TO AN ACCEPTABLE LEVEL PRIOR TO FLUSHING WATER MAN. 10, PROVIDE AND INSTALL FITTINGS NECESSARY TO CONNECT EXISTING WATER W SERVICE TO NEW 1' WATER SERVICE AND CURB BOX, SERVICES ON OPPOSITE SIDE g ~O OF STREET SHALL BE BORED IN PLACE. 11. SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADE UNLESS NOTED i � � � ZO OTHERWISE. > u 4 12, PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS BACKFILL FOR Q TRENCHES NOT LOCATED UNDER PAVEMENT. TRENCHES LOCATED UNDER PAVED AREAS ARE TO BE BACKFILLED NTH CLASS A ROAD STONE. DISPOSE OF EXCESS rc u W EXCAVATED MATERIAL OFF-SITE. ROAD STONE, BACKFILL, AND DISPOSAL ARE INCIDENTAL TO WATER MAN CONSTRUCTION. r a IC Z � SHEET IDENTIFICATION C..ol 2 3 ° gX4 - " CLOSE COURT STREET AND SIDEWALK EAST ENTRANCE TO CHURCH MAY BE CLOSED FOR DURATION OF STAGE 2, OTHER DRIVEWAYS MUST .. PROVIDE ACCESSA S NOTED. ' � D,; ° a g� o0 � o �� Jfil Si COURT ST. m � D v � 9 0 =4 y i an .... �� NOTE > n Q o Q - �� L rtwae , e ❑ ..R. r �_ C Z N � ^ Nom. PI, DETOUR ROUTE (SIGNAGE PER MUTCD TYPICAL APPLICATIONS NOTED) 4e I A ST _. > ., J B > .... i ❑� �� " �y N d Am >M. m+nm 14 � I I u � Z P � a CRESN WAVE... x Iro s p ( fl u'N' A .�.. i e 1 x. } FRIENDSHIP ST. FRIENDSHIP ST �' ' -C ": _ t• : i --EBIENDSHIP q _ mwu v '` R 4 -WAY STOP AT 1ST & FRIENDSHIr A y ^ f > STAGE 2 TRAFFIC CONTROL WATER MAIN CONSTRUCTION ON COURT ST �•� , a I _"py 4 1 5 N r, Z NOTES: Z V 1. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS ( Z NOTICE TO RESIDENTS PRIOR TO DRIVEWAY CLOSURES. �J 2. RESTORE DRIVEWAYS WITH PAVEMENT OR Q TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF EACH WORK DAY. 3. ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 4. STAGE 2 STREET AND SIDEWALK CLOSURE, FOLLOW MUTCD TYPICAL APPLICATION TX20 AND SUDAS 8030.118, 8030.117, AND 8030.119. 5. CONTRACTOR SHALL MAINTAIN MINIMUM 12 FEET Via$ OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC. 8. ANY STREET SIGNS REMOVED SHALL BE % CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP SIGNS o g WHERE REMOVED. SIGN POSTS DAMAGED BY i CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY. g 7. WEST ENTRANCES OF CHURCH HAVE HIGHER 0 S TRAFFIC VOLUMES SAT. EVENING AND SUN. MORNING AND SHALL REMAIN OPEN THROUGHOUT CONSTRUCTION. 8. POSTED SPEED LIMIT ON COURT ST AND I ST AVE IS 25 MPH. 9. CONTRACTOR SHALL ALLOW LOCAL RESIDENTS 4 DRIVEWAY ACCESS THROUGHOUT STREET $ CLOSURE, EXCEPT WITHIN ALLOWABLE DURATION d. y AND WITH PRIOR NOTICE. MAIL DELIVERY AND $ �g E GARBAGE COLLECTION SHALL BE ALLOWED DURING STREET CLOSURE. _ w 10. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INSIDENTALfcL y TRAFFIC CONTROL. cn di s �^E 3 N W (, g N W � J s o O ¢� u Z p U ryi�4 U LL w Q 3 f SHEET IDENTIFICATION J.02 31 8" WATER MAIN INSTALLED CY PROPOSED DIRECTIONAL , DIRECTIONAL ORII. I — URILL PIT LOCATION REPLACE EXISTING SERVICE AND CURB STOP (TVP) 5+00 6+007+DO 8*00 - --_-- x --f 777dl IGI'a-^�J W n CP106 ss, ss, ss, ss, ss, ss„ ss, ss, ss, ss,— Ss NATURAL GAS EXISTING 6" WATER MAIN 1 ST AVE / SANITARY SEWER W D w— EXISTING �WI x�x pEXISTING 16' WATER MAIN 6 (,UL IN VALVE HYDRANT (PROTECT NPI AGL) - iXB REDUCERS .I hl EXISTING CURB RAMP TRAFFIC SIGNALS. CP I OO PROTECT IN PLACE 6 - 1 ST AVENUE - NORTH HALF L ---- " EXISTING W IN — NECESSARY O NOT NNECT TO NEW MAIN. /W 6" CUT AND CAP m 10+00 PROPOSED DIRECTIONAL DRILL PIT I — 12 RCP STORM SEWER 0 1P 1LU 2'GAS -PROTECT IN PLACE Y '- 6" TEE -"A 6"GAS- PROTECTT IN PLACE / Y s > V'p CENTURY LINK 900 PAIR CP101 CABLE, PROTECT -IN-PLACE � - n 6" RESTRAINED PLUG ON i v n EAST FACE OF TEE ✓ AT 1 ST & COURT x W AHUN I 0 1P 1LU Y Y s o � - n i v n E ✓ x N EZ •PROPOS u° DIRECTIO DRILL < 5 iaN S PIT LOCATI x W i ;3 su 0o eon a 3 EE V ILL! OLL ¢O ¢o rp§� Or u 2 W Q W so r s 5N CL SHEET IDENTIFICATION MWM.2 Prepared by: Joe Welter, Public Works, 410 East Washington Street, Iowa City, IA 52240 (319) 356-5144 Resolution No. 19-263 Resolution accepting the work for the First Avenue Water Main Replacement Project Whereas, the Engineering Division has recommended that the work for construction of the First Avenue Water Main Replacement Project, as included in a contract between the City of Iowa City and Dave Schmitt Construction Company, Inc. of Cedar Rapids, Iowa, dated June 3, 2019, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the First Avenue (400-500 Block) Water Main Replacement account #W3212; and Whereas, the final contract price is $408,902.75. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 4th day of November 2019 Maybr Attest: Ci Clerk Approved by City Attorney's Office It was moved by 9alih and seconded by Cole the Resolution be adopted, and upon roll call there were: Ayes: x Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton