Loading...
HomeMy WebLinkAboutROCHESTER AVE SIDEWALK INFILL PROJECT� r 1 3 rft®I�, atyd IOWA CITY A UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION E r PROJECT MANUAL �� n FOR THEco C7 FORMAL ROCHESTER AVENUE SIDEWALK INFILL PROJECT IOWA CITY, IOWA May 20, 2019 0005 CERTIFICATIONS PAGE 0 N Rochester Avenue Sidewalk Infill Project 0005 — Page 1 of 1 1 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. S3/ Zo/q Ronard L. Amelon Date a License Number: 14201 neo My license renewal date is December 31, 2019 .-J Pages or sheets covered by this seal: �? } Entire Bound Document 0 N Rochester Avenue Sidewalk Infill Project 0005 — Page 1 of 1 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 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 SPECIAL PROVISIONS PLANS Rochester Avenue Sidewalk Infill Project 0010 — Page 1 of 1 N O -G a. rrn i c» J Rochester Avenue Sidewalk Infill Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS ROCHESTER AVENUE SIDEWALK INFILL PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 10'h day of July, 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 16`" day of July, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Remove Rortlanement Concrete, Asphalt Cement Concrete, and Portland Cement Concrete sidewalk. strip, vage and spread topsoil. Provide and spread offsite topsoil. Excavate for the new PulagaStement Concrete pavement. Construct Segmental Block Retaining Wall. Construct &nCW,*k, 6 -inch thick, and 7 -inch thick Portland Cement Concrete sidewalks, drivewaysi ent at locations indicated. Seed disturbed areas. Provide traffic control during all phaseoject. Other work associated with sidewalk infill. All work isbe ane in strict compliance with the Project Manual prepared by MMS Consultantst., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on filE%r 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. Rochester Avenue Sidewalk Infill Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Late Start Date: September 2, 2019 Working Days: 40 Liquidated Damages: $100.00 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 Rochester Avenue Sidewalk Infill Project 0100 — Page 2 of 2 N O_ ES n � � c'> -< w r" -tn :<ma X co 2> Rochester Avenue Sidewalk Infill Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE ROCHESTER AVENUE SIDEWALK INFILL 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 d the Project Manual, including the plans, specifications, �;: contract, and estimated cost for the construction of the cry' Rochester Avenue Sidewalk Infill in said city at 7:00 p.m. Q _,ron the 18t" day of June, 2019, said meeting to be held in c-)tj-"the Emma J. Harvat Hall in the City Hall, 410 East r 4 ashington Street in said city, or if said meeting is I ,3:cancelled, at the next meeting of the City Council 9hereafter as posted by the City Clerk. 0 This project includes removal of Portland Cement Concrete, Asphalt Cement Concrete, and Portland Cement Concrete sidewalk. Strip, salvage and spread topsoil. Provide and spread offsite topsoil. Excavate for the new Portland Cement Concrete pavement. Construct Segmental Block Retaining Wall. Construct 4 -inch thick, 6 - inch thick, and 7 -inch thick Portland Cement Concrete sidewalks, driveways and pavement at locations indicated. Seed disturbed areas. Provide traffic control during all phases of project. Other work associated with sidewalk infill. 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. 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 the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk Rochester Avenue Sidewalk Infill Project 0110 - Page of 1 0200 INSTRUCTIONS TO BIDDERS ROCHESTER AVENUE SIDEWALK INFILL PROJECT Bid Submittals: a. Time, Date and Location 3:00 P.M. on July 10, 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. 2. 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.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 3. 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. 4. Progress and Schedule: a. Contract Times: Late Start Date: C. Working Days: Liquidated Damages Work Restrictions: September 2, 2019 40 $100.00 per day No work shall be done between 10:00 pm and approval of the Engineer, with the exception of saw concrete. ii. Notify the Engineer four days in advance of street release can be issued. No street may be closed approval and said notification. Community Events: i. {Iowa City Community School District Calendar: 1. City High Graduation: May 25, 2019 2. Regina Graduation: May 26, 2019 3. Last day of classes: May 30, 2019 4. First day of classes: August 23, 2019) Rochester Avenue Sidewalk Infill Project 0 CD (EmA wbioutrthe tiiLI�Restl potf"d —70 il�Qs8 thgpa press oaFthe E-agineer's 0200 — Page 1 of 2 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 5. 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. 6. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an m a ditional insured on a primary and non-contributory basis. Review this 4quirement with your insurance broker prior to bidding. i60 �Re Section 1070, Part 3, as may be supplemented, for a complete description of Q loo insurance requirements. 7,,_,j l axes?- V is Tax Exemption Certificates will be issued according to Section 1020 1.08 o e Supplemental Specifications. 0 8. C6ntract 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. 9. 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. 10. 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. Rochester Avenue Sidewalk Infill Project 0200 — Page 2 of 2 0400 PROPOSAL ROCHESTER AVENUE SIDEWALK INFILL 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, ami without collusion or connection with any other person or persons bidding on the work. o ZEn c The undersigned bidder states that this proposal is made in conformity' th�Con and agrees that, in the event of any discrepancies or differences between �varwius ittzms included in the Contract, Supplemental Specification Section 1040, 1.03 shall Rown. M co Rochester Avenue Sidewalk Infill Project 0400 — Page 1 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 Traffic Control 2 Mobilization LS 1 Topsoil, Strip, Stockpile 3 and Respread CY 110 4 Offsite Topsoil CY 100 Excavation, Class 10, 5 Waste CY 310 6 Tree Removal EA 1 Relocate existing 7 mailbox EA 1 SF 7 9.,CC Pavement, 8° with 9 earb as4oecified SF 228 bFave et Removal, RCC�Ndewalk SF 254 11� �i!&way SF 2 Pwemest Removal. C-' --�- SF 1 13 2f*idth Gutter Section SF 252 14 PCC Sidewalk, 4" SF 3,348 15 PCC Sidewalk, 6" SF 296 16 Detectable Warnings SF 32 17 Driveway, PCC 6" T' SF 1.858 Seed Mix, Fertilizing and Erosion Control 19 Blanket SF 2,827 20 Sod SF 5,296 Filter Sock, Installation, Maintenance, Removal, 21 and Disposal LF 919 Segmental Block Retaining Wall, 22 Complete per detail SF 335 IZ�� Ll � �:i � �► I �]_1 �l_LriL�11L` jl� Rochester Avenue Sidewalk Infill Project 0400 — Page 2 of 5 The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Rochester Avenue Sidewalk Infill Project 0400 — Page 3 of 5 tag C') .a C_— 79 )> C-) w Qvr � a Co D Rochester Avenue Sidewalk Infill Project 0400 — Page 3 of 5 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. Rochester Avenue Sidewalk Infill Project 0400 — Page 4 of 5 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 91C.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. Rochester Avenue Sidewalk Infill Project 0400 — Page 5 of 5 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 To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine ifyour company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ Yes ❑ 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 comieted by resident bidders Part B Dates r s 65 =g to Address: (mM j2J3") Q U> - Dates cr) r V (mmy�yyy) m O Dates c c+ (mm/dd/yyyy) to to You may attach additional sheet(s) ifneeded. City, State, Zip Code: Address: City, State, Zip Code: Address: City, State, Zip Code: To be completed by non-resident bidders Part C I. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state 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: Date: Rochester Avenue Sidewalk Infill 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 partnersh2whose certificate of limited partnership is filed in a state other than Iowa, the limited partnershlb or lilfted liability limited partnership has received notification from the Iowa Secretary of state that theicaFPn for'certificate of authority has been approved and no notice of cancellation has been filed by t P*ited partnership or the limited liability limited partnership. -=-ic W .<r- my m ❑ Yes ❑ No My business is a limited liability company whose certificate of orga'$lMior6p films Iowa and has not filed a statement of termination. y ❑ 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. Rochester Avenue Sidewalk Infill Project 0405 — Page 2 of 2 0410 BID BOND FORM ROCHESTER AVENUE SIDEWALK INFILL 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 Rochester Avenue Sidewalk Infill 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 °' pgrsons performing labor or furnishing materials in connection therewith, and Co ,sall in all other respects perform the Project, as agreed to by the City's CD z �eptance of said Bid, 3 e a _Jr then thiscoblin shall be void. Otherwise this obligation shall remain in full force and effect, proyided_�iat3h,�,liability of the Surety for any and all claims hereunder shall, in no event, exceed tf* arpgFmt of the obligation stated herein. 0 a- — Boirtue 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. Witness A IN Principal Surety Witness (Attorney-in-fact) Attach Power -of -Attorney, if applicable (Seal) (Title) (Seal) Rochester Avenue Sidewalk Infill Project 0410 –Page 1 of 1 0500 CONTRACT ROCHESTER AVENUE SIDEWALK INFILL 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 20_, for the Rochester Avenue Sidewalk Infill Project ("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: 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 Prograrri, (Anti - Discrimination Requirements) Assurance, if applicable, pusant to Section 0200, attached hereto; and c c Contractor's Completed Wage Theft Affidavit, if applicab*l pumuantITT Section 0200, attached hereto. �rn m qi j The above components are deemed complementary and what is calle4ay @Be sG° ; be as binding as if called for by all. _ Rochester Avenue Sidewalk Infill 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): rn r NAME QUANTITY UNIT PRICE TOTAL AMOUNT City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office By: (Title) 20 Contractor ATTEST: (Company Official) Rochester Avenue Sidewalk Infill Project 0500 — Page 2 of 2 00:O CC) W DkEl�ys day of J Ch U l-- �U Cltv L _ ~a -7 Z3 BI: Bv: rn O o I City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office By: (Title) 20 Contractor ATTEST: (Company Official) Rochester Avenue Sidewalk Infill Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND ROCHESTER AVENUE SIDEWALK INFILL PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS That we, I as Principal (hereinafter the "Contractor" or "Principal") and , 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 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: This project includes removal of Portland Cement Concrete, Asphalt Cement Concrete, and Portland Cement Concrete sidewalk. Strip, salvage and spread topsoil. Provide and spread offsite topsoil. Excavate for the new Portland Cement Concrete pavement. Construct Segmental Block Retaining Wall. Construct 4 -inch thick, 6 -inch thick, and 7 -inch thick Portland Cement Concrete sidewalks, driveways and pavement at locations indicated. Seed disturbed areas. Provide traffic control during all phases of project. Other work associated witlasidewalk infill. n C— ..w n and to faithfully perform all the terms and requirements of said Contract withif�a tirM therein specified, in a good and workmanlike manner, and in accordance with the CorJM6 D4me6ts. Provided, however, that one year after the date of acceptance as complete of!- fa work un r the above referenced Contract, the maintenance portion of this Bond shall contidq inYorce but the penal sum for maintenance shall be reduced to W smm `of DOLLARS ($ ), wh0h is Jhe cost associated with those items in the Contract that require a maintenance bond period in excess of one year. 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 Rochester Avenue Sidewalk Infill Project 0510 — Page 1 of 4 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 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 eH�ense: A& remedy any and all defects that may develop in or result from work to be formed under the Contract within the period of five year(s) (5) from the date of ceptance of the work under the Contract, by reason of defects in workmanship c.)eFinaterials used in construction of said work; �. >-T-6 keep all work in continuous good repair; and !pay the Jurisdiction's reasonable costs of monitoring and inspection to assure Rat any defects are remedied, and to repay the Jurisdiction all outlay and N 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 Rochester Avenue Sidewalk Infill Project 0510 - Page 2 of 4 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. 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, othep4ise it shall remain in full force and effect. E' CD n c. 'T, When a work, term, or phrase is used in this Bond, it shall be inter gconstrued first as defined in this Bond and the Contract; second, if not defira)d-4n t8y Borror Contract, it shall be interpreted or construed as defined in applicable+visions e Iowa Code; third, if not defined in the Iowa Code, it shall be interprr t o con d according to its generally accepted meaning in the construction indu3,an�ourt�it has no generally accepted meaning in the construction industry, it shaf be in&preted or construed according to its common or customary usage. co 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. Rochester Avenue Sidewalk Infill Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Contractor Surety Company By By Signature Signature Attorney -in -Fact Officer Title Printed Name of Attorney -in -Fact Officer FORM APPROVED BY: Company Name City Attorney's Office Company Address City, State, Zip Code Company Telephone Number NOTE: 1. �fl sjiygatures on this performance, payment, and maintenance bond must be OgimaBignatures in ink; copies, facsimile, or electronic signatures will not be 2. This Hit must be sealed with the Surety's raised, embossing seal. 3.: ` The Nf tficate or Power of Attorney accompanying this bond must be valid on its fie ggoealed with the Surety's raised, embossing seal. 4. 'Phe narne and signature of the Surety's Attorney-in-Fact/Officer entered on this kRnd must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Rochester Avenue Sidewalk Infill Project 0510 — Page 4 of 4 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, 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. N 4. Prior to execution of the contract, the completed and signed Assurance of (mpliance (located on pages CC -2 and CC -3) or other required material musq@-)re"ved —aFb approved by the City. w r 5. Contracting departments are responsible for answering questions atj t contrail consultant and vendor compliance during the course of the contract with itR x Co 6. All contractors, vendors, and consultants must refrain from the use any signs or designations which are sexist in nature, such as those which state "Men Wd7Ring" 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. Rochester Avenue Sidewalk Infill 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. 0'Where_is this statement posted? -3 (� Y W6a3 t is thL5 name, telephone Opprtunity Officer? (Please print) Phone Number number and address of your business' Equal Employment Street Address City, State, Zip Code Rochester Avenue Sidewalk Infill Project 0520 — Page 2 of 6 5. Q 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. 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 0 j U 6hi <C? G r n'� w o co Rochester Avenue Sidewalk Infill Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. 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. `o— (c) 131": Analyze and review your company's recruitment procedures to identify and 6b '1C -o eliminate discriminatory barriers. Q(di�ySelect and train persons involved in the employment process to use objective vv --standards and to support equal employment opportunity goals. Vie) -v-LIteview periodically job descriptions to make sure they accurately reflect major y b functions. Review education and experience requirements to make sure they rt:n) - accurately reflect the requirements for successful job performance. 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. Rochester Avenue Sidewalk Infill Project 0520 – Page 4 of 6 Biased and subjective judgments in personal interviews can be a major source of 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.sterlingcodifiers.com/codebook/index.php?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. Rochester Avenue Sidewalk Infill Project 0520 — Page 5 of 6 N O ao 3> c>-� r W r �G m a a 0 7Kco cry v Rochester Avenue Sidewalk Infill 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 m d cn o_ a wY v Telephone: NCATF TIni AMPLE ONLY. You may wish to confer with your EEO officer or legal coLMsel to f%lnulate a policy which specifically meets the needs of your company. 0 N Rochester Avenue Sidewalk Infill 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. o .o Contract provision: Any contract to which this policy is applicable will incld*iheWIlowing contract provision: If the City becomes aware that a person or entity (including+an%wner of more than 25% of the entity) has admitted guilt or liability or been adjudicated 5Ui obiable in any judicial or administrative proceeding of committing a repeated or willful violaof the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Cal5 Szridars Act or any comparable state statute or local ordinance, which governs the pa GAt o6;wage within the five (5) year period prior to the award or at any time after the awar such Aiolation shall constitute a default under the contract. `o 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. Rochester Avenue Sidewalk Infill 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. Rochester Avenue Sidewalk Infill Project 0530 — Page 2 of 3 m a CO co N Rochester Avenue Sidewalk Infill Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT STATE OF ss: COUNTY I, upon being duly sworn, state as follows: 1. 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 N O Q w0 C— on 120 gc' c [.., )> �C w M Notary Public in and for the Stat(i�Of O0 .. cn Rochester Avenue Sidewalk Infill 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: http://www.iowasudas.org/manuals/manual.cfm?manual=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. Previous editions of the SUDAS Standard Specifications can be found here: http://www.iowasudas.org/manuals/specs/archived figures/ArchivedFigures.cfm. Rochester Avenue Sidewalk Infill Project Page 1 of 1 00 ® _ Q �3 W '� WO LLJ �>- M }� 0 H Rochester Avenue Sidewalk Infill 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: http://www.iowasudas.ora/manuals/specs/supplemental spec/. 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. Rochester Avenue Sidewalk Infill Project Page 1 of 1 r.+ 0 O `a � s CO v Rochester Avenue Sidewalk Infill Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2018 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.org/weblink/0/edoc/1845668/CIC%20Supplemental%20SPecs.pdf or are available in the City Engineering Division Office. Rochester Avenue Sidewalk Infill Project Page 1 of 1 00 ® Q 3 W� W V Ce) � r— �a tl._� `� o 0 N Rochester Avenue Sidewalk Infill 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.B, for details on preparing a computer-generated unit price attachment. Rochester Avenue Sidewalk Infill Project Page 1 of 1 N O �D �� _C= a rn o79 co `v m Rochester Avenue Sidewalk Infill Project Page 1 of 1 PLANS SHEET NUMBER GI 100 CD 100 CG100 TITLE REVISION DATE TITLE SHEET DEMOLITION PLAN GRADING, EROSION CONTROL, AND SEEDING PLAN CK 100 TRAFFIC CONTROL PLAN, ROCHESTER AVENUE LANE NARROWING STA 0+00 TO STA 3+50 CK 101 TRAFFIC CONTROL PLAN, ROCHESTER AVENUE LANE NARROWING STA 3+50 TO END CK 102 TRAFFIC CONTROL PLAN, BLUFFWOOD LANE PHASE ONE CK 103 TRAFFIC CONTROL PLAN, BLUFFWOOD LANE PHASE TWO CP 100 SIDEWALK PLAN AND PROFILE: STA 0+00 TO 5+25 CP 101 SIDEWALK PLAN AND PROFILE: STA 5+25 TO 8+86.80 CP 102 RETAINING WALL PLAN AND PROFILE: WALL 1 CP 103 RETAINING WALL PLAN AND PROFILE: WALL 2 CP 104 RETAINING WALL PLAN AND PROFILE: WALL 3 EST HALF CP 105 RETAINING WALL PLAN AND PROFILE: WALL 3 EAST HALF CP 430 INTERSECTION AND DRIVEWAY DETAILS CP 431 JOINTING PLAN CP 500 PAVING DETAILS AND NOTES Rochester Avenue Sidewalk Infill Project Page 1 of 1 co Q C:)_ d WY � rQ JC') m N Rochester Avenue Sidewalk Infill Project Page 1 of 1 PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST City of Iowa City 2018 Rochester Avenue Sidewalk Infill Prepared By: RLA Project Number: 0339-258 Date: 4/18/2019 TOTAL EXTENDED AMOUrn $130,545.40 C) D C7 G 71 Extended No. Item Quantity Unit Unit Price Amount 1 Traffic Control 1 LS $4,700.00 $4,700.00 2 Mobilization 1 LS $4,200.00 $4,200.00 3 Stripping, Salvaging, and Spreading Topsoil 110 CY $10.00 $1,100.00 4 Offsite Topsoil 100 CY $18.00 $1,800.00 5 Excavation, Class 10, Waste 310 CY $15.00 $4,650.00 6 Tree Removal 1 EA $1,800.00 $1,800.00 7 Subgrade Preparation 7,540 SF $0.50 $3,770.00 8 PCC Pavement, 7" Class 3 with Integral Curb 117 SF $13.00 $1,521.00 9 Pavement Removal, PCC, Sidewalk 254 SF $2.50 $635.00 10 Pavement Removal, PCC, Driveway 2,066 SF $3.00 $6,198.00 11 Pavement Removal, ACC, Bluffwood Lane 1,854 SF $3.00 $5,562.00 12 Curb Removal, incl. 2' Gutter 252 SF $3.25 $819.00 13 PCC Sidewalk, 4" 3,302 SF $6.00 $19,812.00 14 PCC Sidewalk 6" 296 SF $8.00 $2,368.00 15 Detectable Warnings 32 SF $55.00 $1,760.00 16 Driveway, PCC, 6" 1,814 SF $8.00 $14,512.00 17 Driveway, Bluffwood Lane, PCC, 7" 1,969 SF $10.00 $19,690.00 18 Seed Mix, Fertilizing, NAG S75BM Erosion Blanket 2,827 SF $1.20 $3,392.40 19 Sod 53 SQ $160.00 $8,480.00 20 Filter Sock, Install, Maintain, Remove 919 LF $4.00 $3,676.00 21 Segmental Block Retaining Wall, Complete per Detail 335 SF $60.00 $20,100.00 TOTAL EXTENDED AMOUrn $130,545.40 C) D C7 G 71 n� -^i f"7 I W r- �r m s. M �:X Co rn Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240,(319)353-5149 Resolution No. 19-145 Resolution setting a public hearing on June 18, 2019 on project manual and estimate of cost for the construction of the Rochester Avenue Sidewalk Infill 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 Rochester Avenue Sidewalk Infill Project account # S3948. 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 18th day of June, 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 4th day of June / _'2 19 M or Approved by Cito Clerk City Attorney's Office It was moved by trims and seconded by Cole / the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton IGA edfia P Glor PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICED 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: Ad No. Start Date: Run Dates: """• 0003613057 6/11/19 06/11/19 $42.65 Copy of Advertisement Exhibit •'A" A .... / �OTARy '�'9p' • .......... ' O q, ./,F 0 F W 15L���``� Subscribed and rn to beLo me by said affiant this lith day of Jure 2019 N r ublic Commission expires 4 ol'AOidaril . P on for and that 7 of t a on said 3 J. 410 said is of as . of Manual and now on file in Clerk n the Iowa, ty, and ed by any the ost saiofProjmaking said )vement. notice is given by order of the Council of the City of Iowa Iowa and as provided by law. K. Fruehling, City Clerk Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, M 52240 (319) 356-5149 Resolution No. 19-165 Resolution approving project manual and estimate of cost for the construction of the Rochester Avenue Sidewalk Infill 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 Rochester Avenue Sidewalk Infill account # S3948. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. 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 10"' day of July, 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 16th day of July, 2019, or at a special meeting called for that purpose. Passed and approved this 18th day of June '2019 M or Appr wed by Attest: City'Clerk City Attorney's Office --„ N e ��� Resolution No. 19-165 Page 2 It was moved by Mims and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Cole x Mims x Salih X Taylor X Teague X Thomas X Throgmorton 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 Bidder - Rochester Avenue Sidewalk Infill Project Classified ID: 118352 A printed copy of which is attached and made part of this certificate, provided on 06/19/2019 to be posted on the Iowa League of Cities' intemet site on the following date: June 19, 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 6/19/2019 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS ROCHESTER AVENUE SIDEWALK INFILL PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 101 day of July, 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 161 day of July, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Remove Portland Cement Concrete, Asphalt Cement Concrete, and Portland Cement Concrete sidewalk. Strip, salvage and spread topsoil. Provide and spread offsite topsoil. Excavate for the new Portland Cement Concrete pavement. Construct Segmental Block Retaining Wall. Construct 4 -inch thick, 6 -inch thick, and 7 -inch thick Portland Cement Concrete sidewalks, driveways and pavement at locations indicated. Seed disturbed areas. Provide traffic control during all phases of project. Other work associated with sidewalk infill. All work is to be done in strict compliance with the Project Manual prepared by MMS Consultants, Inc., of Iowa City, 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 Late Start Date: September 2, 2019 Working Days: 40 Liquidated Damages: $100.00 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 71 Julie Voparil From: Kelsey Hutchison <khutchison@mbi.build> Sent: Thursday, June 20, 2019 2:01 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 6.20.19 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 Asphalt Resurfacing 2019 Project in Iowa City Riverfront Crossing Park Phase 4 Sculpture Relocation in Iowa City Rochester Avenue Sidewalk Infill 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): June 20, 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. June 20, 2019 Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant • Project Information Specialist 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [o] 515.288.8904 [e] khutchison(a)mbi.build • [w] www.mbi.build [Plan Room] www.iowaconstructionuodate.00m RFcEsVAej) 0100 JUN I.9 1019 NOTICE TO BIDDERS ROCHESTER AVENUE SIDEWALK INFILL PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 10th day of July, 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 July, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Remove Portland Cement Concrete, Asphalt Cement Concrete, and Portland Cement Concrete sidewalk. Strip, salvage and spread topsoil. Provide and spread offsite topsoil. Excavate for the new Portland Cement Concrete pavement. Construct Segmental Block Retaining Wall. Construct 44nch thick, 6 -inch thick, and 7 -inch thick Portland Cement Concrete sidewalks, driveways and pavement at locations indicated. Seed disturbed areas. Provide traffic control during all phases of project. Other work associated with sidewalk infill. All work is to be done in strict compliance with the Project Manual prepared by MMS Consultants, Inc., of Iowa City, 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: Late Start Date: September 2, 2019 Working Days: 40 Liquidated Damages: $100.00 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 Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5149 Resolution No. 19-182 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Rochester Avenue Sidewalk Infill Project Whereas, Bockenstedt Excavating, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of $127,898.20 for construction of the above-named project; and Whereas, funds for this project are available in the Rochester Avenue Sidewalk Infill account # S3948. 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 Bockenstedt Excavating, 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. 3. 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. Passed and approved this 16th day of July 2019. Attest Ci Clerk L r M or Approv by City Attorney's Office It was moved by Mims and seconded by Teague the Resolution be adopted, and upon roll call there were: Ayes: Nays: x X Absent: Cole Mims x Salih Taylor Teague Thomas Throgmorton ENGINEERING DIVISION DATE: 7/21710 11 61111111111Iowa 410 East Washington Street City Iowa 52240 Phone — 319-356-5140 Fax — 319-356-5009 TO: C tTi GL1 RKY OFFICE FROM: TQ211 SL✓ 771=RY RE: i�7CMr-S7cP� 511,5r-,wm-K 'LNf`/LL Per Your Request _ For Your Information For Your Information & Return REMARKS: CnoYDXXC-F P kOPb-Sh1-, _ For Your Action _ Take Charge of This __9 Note and File f3f IA?SaAA-oc 7--e-T;p(c&r-r= y coPIrS FOR U� 2 Amy ROAD — CONSTRUCTION AHEAD R 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND ROCHESTER AVENUE SIDEWALK INFILL PROJECT -= lelo CITY OF IOWA CITY �� KNOW ALL BY THESE PRESENTS: JUL 2 4 ?019 to City Clerk That we, Bockenstedt Excavating Inc "`tj�,q (hereinafter the "Contractor' or "Principal") and united Fire and Casualty 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 One Hundred Twenty -Seven Thousand Eight Hundred Ninety -Eight and 20/100 dollars ($127.898.201, 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 1e day of July 2019 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: This project includes removal of Portland Cement Concrete, Asphalt Cement Concrete, and Portland Cement Concrete sidewalk. Strip, salvage and spread topsoil. Provide and spread offsite topsoil. Excavate for the new Portland Cement Concrete pavement. Construct Segmental Block Retaining Wall. Construct 4 -inch thick, 6 -inch thick, and 7 -inch thick Portland Cement Concrete sidewalks, driveways and pavement at locations indicated. Seed disturbed areas. Provide traffic control during all phases of project. Other work associated with sidewalk infill. 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 Rochester Avenue Sidewalk Infill Project 0510 —Page 1 of 4 IP 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. Rochester Avenue Sidewalk Infill Project 0510 — Page 3 of 4 •r UNITED FIRE & CASUALTY COMPANY; CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE: & INDEMNI"FY COMPANY, R'EBSTER, "1'X 118 Second Ave SE Uf FINANCIAL. PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 5240[ glun CERTIFIED COPY OF POWER OF ATTORNEY (original on file at flume Office of Company — See Certification) KNOW ALL PERSONS BY I I IESL PRL'SENTS, That United Fire & Casualty Company, a corporationdulyorganized avid existing under the lases of die State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the Errs of die State of Texas; mid Financial Pacific Insurance Company, a corporation duly organized and existing wider the laws of die State of California (herein collectively called the Companies), and having their corporate headquarters it Cedar Rapids, State of Iowa, does make, constitute mid appoint TERRY L. MCDONALD, JEAN A. WILSON, JOE WEGMAN, BETH AMBRISCO, KRISTI NIELSON, DIANE SANDERS, SCOTT ENYART, CRAIG SCHROEDER, JOY PERKINS, BRAD HODAPP, ASHLEY LEE, EACH INDIVIDUALLY thea we and lawful Attomey(s)-m-Fact with power mid authority hereby conferred to sign, seal and execute at its behalf all lawful bands, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $35,000,000.00 and In bind tie Companies thereby as fully and to the same extent as if such instruments were signed by die duly authorized officers of the Companies and all of the acts of said Attorney, pars to t to die authority hereby given and hereby ratified and confirmed. 'llhe Audority hereby graved shall expire die 16th day of November. 2019 unless sooner revoked by. United fire & Casualty Company, United Fire & Indemnity Company, mid 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 Pacific Insurance Company. "Articie VI —Suety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Pact. "The President or any Vice President, or my other officer of the Companies may, fmm time to time, appoint by written certificates atiomeys-in-fact to set in behalfof the Companies in the execution of policies of insurance, bonds, undertalings and otherobligatory usstmments of film name. Ilsc. 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 scat of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Strh anomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have fill power to bind the Companies by their signature mid execution of any such instruments: midto attach the seal the Companies t1wreto.The President or any Vice President, the Board of Direcmrs army other officer of the Companies may at my time revoke all power and authority preciously given to my attorney-in-fact. oounu,b„ oonm.wunp, ,,,c Osty, IN WITNWHEREOF, the COMPANIES have each caused these presents to be signed by its 4„• z,•,,. .,yw,,, ,,�F,c�wa•'.„ vice presi d/t�otpomtescat abehereto affixedthis 16t day of November, 2017 caaroaart y° 3. coxeourz g r}4' o`er`= =__z: ,a.raz ,o= UNITED FIRE & CASUALTY COMPANY —•— �; s x.s sever ' sx' Saab UNITED FIRE & INDEMNITY COMPANY .. „a,aa a ' '.,,r•,s, r<n N" y+ ,/(11 2 FINANCIAL PACIFIC INSURANCE COMPANY City 8 By: State of Iowa, County of Lam, ss: /O //(�,'/er Vee President On 16th (Jay Of November 2017, before me personaA4 frame Dennis J. Richmann to me known, who, being by me duly sworn, did depose and say; that he resid`e's edar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Compmry, mid a Vice President of Financial Pacific livswake Company the corporations described in and which executed line slave instrument; that he knows die seal of said corporations; that the seal affixed to due said instrument is such corporate seal; that it was so affixed pursuan to authority given by die Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, mid acknowledges some to be. the act mid dad of said corporal inns, Tata Waddnumber Paa�, , rn_Iowa Notarial Seall�/hviJ�%f�—( Commission number 713274 Notary Public MyCommission Expires 10/2612019 My commission expires: 10!262019- .1, Mary A. Bertsch, Assistant Secretary of United Fire & Casually Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared due 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 sail Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that die same are comet transcripts dhewof. and of die %%hole of die said originals, and flat the said Power of Attorney has not been revoked and is now in full force and effect- In ffectIn testimony whereof I have hefeumto subscribed my name and affvxcd tIt corporate seal of the said Corporations this �— day of�� 70� r BPOA0043 122017 Ma,Y114N •� IVs/,e •/ �W'•,aatMy4 i p'�5%4 _Y � .A 3V0&u ' scar s, c, race �r Assistant Secretary. IIF&C & OF&I & FPIC This oaoer has a colored backoround and void oantooraoh. r�CORO® CERTIFICATE OF LIABILITY INSURANCE GATE (MW07!17/22019019 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NAME: Make Homewood -Weldon AW Welt Ambnsco Insurance, Inc. PHONE (319) 887-3700 No : (319) 887-3701 24 Westside Drive EMAIL ahomewood@awwalt.com ADDRESS: INSURERI AFFORDING COVERAGE NAICI INSURERA: United Fire & Casualty 13021 Iowa City IA 52246 INSURED INSURER B: INSURER C : Bockenstedl Excavating, Inc., INSURER D: PO Box 1940 INSURER E INSURER F: Iowa City IA 52244 COVERAGES CERTIFICATE NUMBER: 19-20 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CTR TYPE OF INSURANCE ADOL15UUK POLICY NUMBER POLICY EFF MNIDDIYYYY CYEXP OWYYYY MMII LIMITS COMMERCALGENERALLABIDTY EACH OCCURRENCE f 1.000,000 CLAIMS -MADE ® OCCUR DAMAGE TO RENTED PREMISES Ea occurrence 5 100,000 MED EXP (Any one S 5,000 PERSONAL B ADV INJURY S 1.000,000 A Y 60460753 04/25/2019 04125/2020 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE f 2.000,000 PRODUCTS - COMP/OPAGG f 2,000,000 POLICY ® JECOT ®LOC $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 Ea evident BODILY INJURY (Per person) f MY AUTO BODILY INJURY(Per aedden0 $ A OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY 60460753 04125/2019 0412SQ020 PROPERTY DAMAGE f Per ecddenl S UMBRELLA LIAB OCCUR EACH OCCURRENCE 5 2,000,000 AGGREGATE 5 2,000,000 A EXCESS LAB CLAIMS -MADE 60460753 04/25/2019 04/25/2020 DED RETENTION f 0$ A WORKERS COMPENSATION AND EMPLOYERS'LABILITY YIN ANY PROPRIETOWPARTNER/EXECUrIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) NIA 60460753 125/ 19 04125/2020 TATUTE ERH E.L. EACH ACCIDENT f 100,000 EL. DISEASE - EA EMPLOYEE f 100,000 E.L. DISEASE -POLICY LIMIT $ 500,000 If yes, INnI under DESCRIPTION OF OPERATIONS bse. �( CiN 4 X19 DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, AUdklonal Remarks Sche &, ore apace Is ra4ulrsd) ll.• RE: Rochester Avenue Sidewalk Infill Project 1: �0w a If required by written Contract, the below listed Certificate Holder is included as an Additional Insured on the General Liability. reerror "c un' rice CANCFI I ATION 1988.2015 ACORD CORPOHAI IUN. All rlgnt5 reserve0. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Iowa City ACCORDANCE WITH THE POLICY PROVISIONS. 410 E. Washington St AUTHORIZED REPRESENTATWE Iowa City IA 52240 1988.2015 ACORD CORPOHAI IUN. All rlgnt5 reserve0. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 0500 CONTRACT ROCHESTER AVENUE SIDEWALK INFILL PROJECT CITY OF IOWA CITY THIS C NTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), andoC kceo-n -�e.d\i' Ekco—vkAck —q o ztF—C. ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 201h day of May, 2019, for the Rochester Avenue Sidewalk Infill Project ("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 $127,898.20, 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. Rochester Avenue Sidewalk Infill Project 0500 — P e 1 of 2 3. Fe 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 lci�w.o . C ,C-Mt6 aa�1C,00 �,l So, as P;d+e aka as g tem r S aa6 S,aS t 00 fie^ Igt`1 X1,75 8,6 6.50 g;c� sx t� -+e,.. �* �g 185Y ,, t S q 568, 70 DATED this AW" City "37, M gg.'10 day of -.20 Signature of City O 0 ial c m es 4 Tbr ro rn +on Printed Name of CityL91ifical Contractor Bv: Vr,J�� Signature of Contractor Officer far,( .\\ Printed Name of Contractor Officer tie L k o t C�- gc?e rcA j CV-% Title of Contractor Olficer ATTEST: ATTEST: City Clerk (for For I Projects only) (Company Official) ROVED B a�_ � , F'LEID City Attorney's Office JU( 2 4 2019 /O,yaCity city, tyl / wa Rochester Avenue Sidewalk Infill Project 0500 — Page 2 of 2 0400 PROPOSAL ROCHESTER AVENUE SIDEWALK INFILL PROJECT CITY OF IOWA CITY 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 interpretationbyan addendum. Name of Bidder: Address of Bidder: �5�� O`b�p�., ^ �`�, �aw� L,-tG� ,� ����0 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 FILED JUL 2 41019 y� City Clerk The undersi ned bidder submits herewith bid security in e't' VlVbvvai $—I -:),I "7$`� , S1 , in accordance with the terms set forth in the Proje anual. 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. Rochester Avenue Sidewalk Infill Project 0400 – Page 1 of 5 BID Curb Removal Including 2' width Gutter Section ESTIMATED 252 UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 5,7 0 0 eo 5, -7 S ' 1 Traffic Control LS 1 * �S 16 Detectable Warnings SF 32 ���,-75000' 15`750 2 Mobilization LS 1 LL, 7 S g�6 E6.5o Topsoil, Strip, Stockpile 3 and Respread CY 110 4 Offsite Topsoil CY 100, 30 • °'a 3 020 • (Yo 19 Excavation, Class 10, SF 2,827®� a5 ` °O % 5 Q' 40 5 Waste CY 310 6 Tree Removal EA 1 J 5p0.O0 Relocate existing 0 a 050.0'0 7 mailbox EA 1 y 8 Subgrade Preparation SF 7,540 t coo —71 00 PCC Pavement, 8" with �� 00 �1 a� 0 , 00 9 curb as specified SF 228 Pavement Removal, C% 10 PCC Sidewalk SF 254 Pavement Removal, I I 3,40 61 t �$'Q0 11 PCC DrivewaySF 21066 Pavement Removal, � % m�56� 5 • 00 19 arr. SF 1,854 13 Curb Removal Including 2' width Gutter Section SF 252 14 PCC Sidewalk, 4" SF 3,348 5• ��' 15 PCC Sidewalk, 6" SF 296 �S 16 Detectable Warnings SF 32 3i , 00 1 1'a 00 17 Driveway PCC 6" SF 1,814 LL, 7 S g�6 E6.5o Driveway, Bluffwood 18 Lane, PCC 7" SF 1,858 Seed Mix, Fertilizing and 19 Erosion Control Blanket SF 2,827®� 20 Sod SF 5,296 Filter Sock, Installation, Maintenance, Removal, 5,00 0a `l S S, 00 21 and Disposal LF 919 y Retaining Wall, K 5 O0 Q-7 00 22 Complete per detail SF 335 i TOTAL EXTENDED AMOUNT = $5��' a O The Bidder may submit computer-generated unit price table in accordance with the Special Rochester Avenue Sidewalk Infill Project 0400 — Page 2 of 5 Provisions. Rochester Avenue Sidewalk Infill Project 0400 — Page 3 of 5 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. FLED JUL 2 4 V18 City Clerk Iowa City, Iowa Rochester Avenue Sidewalk Infill Project 0400 — Page 4 of 5 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership f f Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: CoaaLi_96 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 k F AV -'k co -r "A o ✓� Printed Name , C/ C �4?019 DI o�tt�-Taws 1owaC41 owa Title `35ab UCAP\.,kY--�� Street Address �owCk, 6-'f , SA, 5 a� 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. Rochester Avenue Sidewalk Infill Project 0400 - Page 5 of 5 �� 14 CITY OF IOWA CITY 410 East. Washington Street Iowa City, Iowa S2240-1826 (3 19) 356-5000 (319) 356-5009 FAX www. icgov. o rg ENGINEER'S REPORT May 12, 2020 City Clerk Iowa City, Iowa Re: Rochester Sidewalk Infill Project Dear City Clerk: I hereby certify that the Rochester Sidewalk Infill Project has been completed by Bockenstedt Excavating of Iowa City, Iowa in substantial accordance with the plans and specifications prepared by MMS Consultants, Inc., of Iowa City, Iowa. The project was bid as a unit price contract and the final contract price is $139,060.95. There was a total of two (2) change or extra work orders for the project as follows: Sanitary Sewer Cleanout $200.00 2. Additional Traffic Control and Mobilization $3,650.00 TOTAL $3,850.00 I recommend that the above -referenced improvements be accepted by the City of;lowa City. Sincerely, r /.,.,,,1�� ason Havel, P.E. 9 City Engineer o v N O Prepared by: Josh Slattery, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5149 Resolution No. 20-127 Resolution accepting the work for the Rochester Avenue Sidewalk Infill Project Whereas, the Engineering Division has recommended that the work for construction of the Rochester Avenue Sidewalk Infill Project, as included in a contract between the City of Iowa City and Bockenstedt Excavating, Inc. of Iowa City, Iowa, dated July 24, 2019, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Rochester Avenue Sidewalk Infill account # S3948; and Whereas, the final contract price is $139,060.95. 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 19th day of May 2020 Attest: City Jerk It was moved by S21ih adopted, and upon roll call there were: Ayes: Ma and seconded by Nays: oved by 0)�L . City Attorney's Office — 05/14/2020 Weiner the Resolution be Absent: Bergus Mims Salih Taylor Teague Thomas Weiner