Loading...
HomeMy WebLinkAboutSPRUCE ST WATER MAIN IMPROVEMENT61=1M MIr►.WA9:4:4J,r_1IIIIIMAI�:z•maly am 11 -Dec -2019 Plans, Specs, proposal and contract, estimate of cost 17 -Dec -2019 Res 19-305, setting a public hearing 26 -Dec -2019 Notice of public hearing 07 -Jan -2020 Res 20-9 , approving plans, specs, form of agreement and estimate of cost. 09 -Jan -2020 Notice to bidders 04 -Feb -2020 Res 20-23, awarding contact B.G. Brecka, Inc. 27 -Feb -2020 Contract, proposal, bidder status, performance, payment, maintenance bond 05 -Mar -2020 Performance, payment, maintenance bond 06 -Nov -2020 Engineer's Report 17 -Nov -2020 Res 20-258, accepting the work CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE — ... _ CJ '...:.. FORMAL `n SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT IOWA CITY, IOWA DECEMBER 11, 2019 0 0 7-C r r FOR THE — ... _ CJ '...:.. FORMAL `n SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT IOWA CITY, IOWA DECEMBER 11, 2019 0005 CERTIFICATIONS PAGE Spruce Street Water Main Improvements Project 0005— Page 1 of 1 I hereby certify that this engineering document was prepared by me or under my direct personal supervision �O and that I am a duly licensed Professional Engineer """•., unde laws of the State Iowa. FEss�p C-) -< • • z ;� BRADLEY W. c � Z Bradley W. Roeth Date W : ROETH �^ 16538 License Number: 16536 s *. ''"'•,, My license renewal date is December 31, 20 20 S� low p o`O° Pages or sheets covered by this seal: 11111111mil"`P" Entire Bound Document Spruce Street Water Main Improvements Project 0005— Page 1 of 1 N O �O D� n C-) -< _ �1- -0 M ox s w S� ui W Spruce Street Water Main Improvements Project 0005— Page 1 of 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 N C-) p GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS '"l n APPENDICES Spruce Street Water Main Improvements Project 0010 —Page 1 of 1 0100 NOTICE TO BIDDERS SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 281" day of January, 2020. 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 411 day of February, 2020, or at special meeting called for that purpose. An optional pre-bid meeting will be held at 10:00 am on January 21, 2019 at City Hall, Iowa City. The Project will involve the following: Approximately 900 feet of 8" PVC water main installed by directional drill method on the west side of Spruce Street between Deforest Avenue and Friendly Avenue/Lower Muscatine Road. In addition, the construction activities will include the associated copper water services, traffic control, and sidewalk and pavement removal and restoration. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the cqn- tract and maintenance of said Project, if required, pursuant to the provisions of this n6ige and 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; 3N Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing tperformance of the contract, and the contract and security have been approved by the City,_ Tha`City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the Wdoors 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. Spruce Street Water Main Improvements Project 0100 —Pagel of 2 The following limitations shall apply to this Project: Specified Start Date: March 2, 2020 Substantial Completion: April 30, 2020 Final Completion: May 30, 2020 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave. Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. 0 Posted upon order of the City Council of Iowa City, Iowa. o w Q. cl-) z KELLIE FRUEHLING, CITY CLERK r"- M t;�7 w 3:_1r-n Spruce Street Water Main Improvements Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Spruce Street Water Main Improvements in said city at 7:00 p.m. on the 7th day of January, 2020, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes approximately 900 feet of 8" PVC water main installed by directional drill method on Spruce Street and associated copper water services, traffic control, and sidewalk and pavement removal and restoration. N Said Project Manual and estimated cost are now on file _ t0 o in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. r— Any interested persons may appear at said meeting of Em the City Council for the purpose of making objections to and 4? comments concerning said Project Manual or the cost of cn 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 Spruce Street Water Main Improvements Project 0110 — Page 1 0200 INSTRUCTIONS TO BIDDERS SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: January 21, 2020 at 10:00 am City Hall 2. Bid Submittals: a. Time, Date and Location: 3:00 P.M. on January 28, 2020 at City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www. leg is.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. `o C. Bid security is 10% of the total bid, including all added alternates *Rot t3duct`"'" the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete descript4n of the bid;'' ' security requirements. -< r- 1 E3M 5. Progress and Schedule: a. Contract Times: > cn Specified Start Date: March 2, 2020 Substantial Completion: April 30, 2020 Final Completion: May 30, 2020 Liquidated Damages: $500 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. C. Community Events: None Spruce Street Water Main Improvements Project 0200 — Page 1 of 2 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of Five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25.000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25.000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include nams;address and phone number of the contact person, for City verification. n C=) :r w r Spruce Street Water Main Improvements Project 0200 — Page 2 of 2 0400 PROPOSAL SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addendaand and to do all work at the prices set forth herein. -- co The undersigned bidder further proposes to do all "Extra Work" whichAi4 belPoquired to complete the work contemplated, at unit prices or lump sums to be agreed upO-K writing prior to starting such work. �rn o The undersigned bidder certifies that this proposal is made in goop.0h, apd without collusion or connection with any other person or persons bidding on the work;'_ cn 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. Spruce Street Water Main Improvements Project 0400 — Page 1 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION QUANTITY UNITS PRICE AMOUNT ON-SITE TOPSOIL, STRIP, STOCKPILE, SPREAD, BASED ON 1 8" DEPTH 57 CY SUBBASE, 2 GRANULAR, 6" 390 SY COMPACTION 3 TESTING 1 LS TRENCH WATER MAIN, COMPACTION 4 TESTING 1 LS SANITARY SEWER 7 C900,81, 10 SERVICE 5 RELOCATION 4 EA WATER MAIN, TRENCHED, PVC 6 C900,6" 5 LF WATER MAIN, TRENCHED,PVC 7 C900,81, 10 LF WATER MAIN, TRENCHLESS, PVC C900, 8", N DIRECTIONAL DRILL E 8 (1) 885 LF 9 FITTINGS, BURIED 385 LBS x' ° WATER SERVICE 10 PIPE, COPPER 1" (1) 643 LF WATER SERVICE 11 CORPORATION, 1" 23 EA cn WATER SERVICE CURB STOP AND 12 BOX, 1" 23 EA 13 VALVE, 8" GATE 2 EA TAPPING VALVE 14 ASSEMBLY, 6" 1 EA FIRE HYDRANT 15 ASSEMBLY 2 EA FIRE HYDRANT 16 REMOVAL 3 EA CUT -IN CONNECTION, 17 6" 1 EA CUT -IN CONNECTION, 18 8" 1 EA Spruce Street Water Main Improvements Project 0400 — Page 2 of 5 CUT AND CAP WATER 19 MAIN, 6" 1 EA PCC PAVEMENT SAMPLES AND 20 TESTING 1 LS REMOVALOF SIDEWALK OR OR 5FT WIDTH, 4" 22 PCC 181 SY DETECTABLE 23 WARNING 40 SF PAVED DRIVEWAY, 6" 24 PCC 20 SY FULL DEPTH PATCH, 25 PCC 8" 63 SY INCLUDING WATERING AND 27 WARRANTY SWPPP MEASURES - WATTLES, INCLUDES INSTALLATION AND 28 REMOVAL 900 LF SWPPP MEASURES - o INLET PROTECTION C)rri o i- 29 DEVICE 2 EA CONSTRUCTION :<m MM 30 SURVEY 1 LS cn 31 MOBILIZATION 1 LS CONCRETE 32 WASHOUT TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Spruce Street Water Main Improvements 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. v .o cn o � w ct� 47 - Spruce Spruce Street Water Main Improvements Project 0400 — Page 4 of 6 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 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 N r o j Title a rn o f ca Street Address ' `ten 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. Spruce Street Water Main Improvements 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 IS To be completed by all bidders Part A O Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ Yes ❑ 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 forth. To be completed by resident bidders Part B Dates to Address: (mm/dd/yyyy) City, State, Zip Code: Dates to Address: (mm/dd/yyyy) City, State, Zip Code: Dates to Address: 0 (mm/dd/yyyy) City, State, Zip Code: .o You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: ...� t" - o 2. Does your company's home state or foreign country offer preference to bidders who are residents?' ❑ 'iS ❑ 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: Spruce Street Water Main Improvements Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership orlkti lirjWd liability limited partnership. c-' ❑ Yes ❑ No My business is a limited liability company whose certificate of orga 8eMon*filed in Iowa and has not filed a statement of termination. - h c. ❑ Yes ❑ No My business is a limited liability company whose certificate of organizatioff-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. Spruce Street Water Main Improvements Project 0405 - Page 2 of 2 0410 BID BOND FORM SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Spruce Street Water Main Improvements Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the s&tJrity, 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; .4§d sajd Surety does hereby waive notice of any such time extension. oX w The Principal and the Surety hereto execute this bid security this cn day of , A.D., 2019. Witness Witness Principal (Seal) (Title) (Seal) Surety By: (Attorney-in-fact) Attach Power -of -Attorney, if applicable Spruce Street Water Main Improvements Project 0410 — Page 1 of 1 0500 CONTRACT SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of 2019, for the Spruce Street Water Main Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 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: 0 a. Contractor's Completed Bidder Status Form; attached herMo; and= �7 cn b. Contractor's Completed Contract Compliance R o(Anti_ Discrimination Requirements) Assurance, if applicable, puru ttoectidn" 0200, attached hereto; and C-' rnc'r- C. . Contractor's Completed Wage Theft Affidavit, if applicabl2-pur*Dant to Section 0200, attached hereto. r T: The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Spruce Street Water Main Improvements Project 0500 - Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNITPRICE TOTALAMOUNT DATED this day of BY: Signature of City Official Printed Name of City Official ATTEST: BY: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office 2019. Contractor By: Signature of Contractor Officer Printed Name of Contractor Officer Title of Contractor Officer N O ATTEST:rn p (Company�ftcial) M = cn cn Spruce Street Water Main Improvements Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, 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: Approximately 900 feet of 8" PVC water main installed by directional drill method on the west side of Spruce Street between Deforest Avenue and Friendly Avenue/Lower Muscatine Road. In addition, the construction activities will include the associated copper water services, traffic control, and sidewalk and pavement removal and restoration. 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. N It is expressly understood and agreed by the Contractor and Surety in this bond that the Bowing provisions are a part of this Bond and are binding upon said Contractor and Surei rjq-wib M C-� 1. PERFORMANCE: The Contractor shall well and faithfully observe, perf", fuffill, and abide by each and every covenant, condition, and part of said Contract, by-refetence made a part hereof, for the above referenced improvements, and shall indem'MfY ai9id save harmless the Jurisdiction from all outlay and expense incurred by the JO(isdlction 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 Contr6ct 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 Spruce Street Water Main Improvements Project 0510 — Page 1 of 4 portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract OW right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to'6aiimitql in any way, but shall include the actual and reasonable costs and expenses inMred by the Jurisdiction including interest, benefits, and overhead w&F6 aoicable. Accordingly, "all outlay and expense' would include but not be limitORb all contract or employee expense, all equipment usage or rental, materials t"ingy'outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurr4 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. Spruce Street Water Main Improvements Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Spruce Street Water Main Improvements Project 0 o .o M M < — _ r— �rn � M Q } '^ Ln 0510 — Page 3 of 4 PRINCIPAL: 0 Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer By SURETY: Company Name Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. N O Q LD Cn cn Spruce Street Water Main Improvements 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. 4. Prior to execution of the contract, the completed and signed Assurance of CoTpliance (located on pages CC -2 and CC -3) or other required material must be recewd and approved by the City. o 5. Contracting departments are responsible for answering questions abguk contractor, consultant and vendor compliance during the course of the contract with tfte-City - 6. All contractors, vendors, and consultants must refrain from the use of -my 3fgns or designations which are sexist in nature, such as those which state "Merl WdiVing" or "Flagman Ahead," and instead use gender neutral signs. cn 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. Spruce Street Water Main Improvements Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, 'contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? o C7 —11 qtr F� U T� 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code Spruce Street Water Main Improvements Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date Spruce Street Water Main Improvements Project 0520— Page 3 of 6 N O ♦D ryl ....�, C7 (rTi 'O FSC 3 rn Cr Spruce Street Water Main Improvements Project 0520— Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. Thi�an be done by identifying yourself on all recruitment advertising as "an eggal opportunity employer". o (b) Use recruitment sources that are likely to yield diverse ap*anrpools. Word-of-mouth recruitment will only perpetuate the current compdsition:& your workforce. Send recruitment sources a letter annually which::f$a#firm your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to ident4 and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of Spruce Street Water Main Improvements Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: http://www.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. Spruce Street Water Main Improvements Project 0520 — Page 5 of 6 N O_ cn D` m c-3 rrn -n m �r w cn Spruce Street Water Main Improvements Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, ortransfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: Spruce Street Water Main Improvements Project 0520 — Page 6 of 6 N O NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officeEr legagounse� to formulate a policy which specifically meets the needs of your company. = 17) m c-) _ �c7 -<m M 7> ctt cn Spruce Street Water Main Improvements Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the follgwing:contract provision: If the City becomes aware that a person or entity (including an owrfei_of mWe than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable)wany-judicial or administrative proceeding of committing a repeated or willful violation of tfkrtowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor St6rWBrd3DAct or any comparable state statute or local ordinance, which governs the payment of wi q&, wJ§in the five (5) year period prior to the award or at any time after the award, such violation -,r -'all cornfstitute a default under the contract. cr 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. Spruce Street Water Main Improvements Project 0530 — Page 1 of 3 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. Spruce Street Water Main Improvements Project 0530— Page 2 of 3 N C5 _O v rn r , i D - n � n m Oh s � > CA cn Spruce Street Water Main Improvements 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 o :n 0 m This record was acknowledged before me on �c .a c-, by (name of individual) c r— -0 3C o= as of (type of authority, such as officer or trt*tee) W (n if (name of party on behalf of whom the record was executed) Signature Notary Public in and for the State of Spruce Street Water Main Improvements Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.org/archived-specifications/. Spruce Street Water Main Improvements Project Page 1 of 1 N O C_; o b6 C-1) r ITP o� Spruce Street Water Main Improvements Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.org/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Spruce Street Water Main Improvements Project Page 1 of 1 a gc� .n m _, T> c-) C--) <m -o M s *x D cn cn Spruce Street Water Main Improvements Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2019 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.oro/weblink/O/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. Spruce Street Water Main Improvements Project Page 1 of 1 N O_ > C-) G _ o� w cn Spruce Street Water Main Improvements Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.8, for details on preparing a computer-generated unit price attachment. Measurement and Payment for items that are not covered by a measurement and payment item in either SUDAS or Iowa City Supplemental Specifications: 05020-108-X-1, Cut -In Connection, 6" 05020-108-X-2, Cut -In Connection, 8" Measurement & Payment by each cut -in connection made. The unit price for each item includes, but is not limited to. measuring, cutting, and removing section of existing water pipe or plug; de- watering and cleaning existing water pipe, furnishing and using all temporary plugs and disinfectant to prevent contamination of existing water pipe; polyethylene wrap; furnishing and installing coupling, sleeve(s), gaskets, mechanical joint gland, restraining devices; leak testing, bracing; connecting new water pipe to existing water pipe, fitting, or valve; excavation; backfill; compaction; and furnishing all labor, materials and equipment necessary to complete work. 05020-108-X-3, Cut and Cap 6" Water Main, Measurement & Payment by each cap installed. The unit price for each item includes, but is not limited to, measuring, cutting, and removing section of existing water pipe; de -watering and cleaning existing water pipe; furnishing and using all temporary plugs and disinfectant to prevent contamination of existing water pipe; polyethylene wrap; furnishing and installing restrained mechanical joint cap and thrust block, complete with sleeve(s), gaskets, glands, bolts, restraining devices; leak testing; bracing excavation; backfill; compaction; and furnishing all labor, materials and equipmeHt necessary to complete work. r Measurement and Payment for items that have a measurement and payment itetMn ever M SUDAS or Iowa City Supplemental Specifications, and are further modified or clad d. TKe original measurement and payment description applies, except as modified as fal(ows: G? cn .,n 09040-108-F-1, SWPPP Measures — Wattles, Unit price includes installation, removal, and maintenance of wattles due to any rain event occurring while the measure is installed. 09040-108-T-1, SWPPP Measures — Inlet Protection Devices, Unit price includes installation, removal, and maintenance of inlet protection devices due to any rain event occurring while the measure is installed. 11020-108-A-0, Mobilization, Unit price also includes maintenance of postal service and solid waste collection as described in SUDAS Section 11030. Spruce Street Water Main Improvements Project Page 1 of 1 PLANS SHEET NUMBER TITLE REVISION NUMBER A.01 COVER SHEET 0 A.02 CONTROL POINTS AND OVERVIEW PLAN 0 C.01 QUANTITIES AND GENERAL NOTES 0 J.01 TRAFFIC CONTROL 0 MWMA PLAN AND PROFILE SHEET 1 OF 2 0 MWM.2 PLAN AND PROFILE SHEET 2 OF 2 0 R.01 REMOVAL SHEET 0 S.01 SIDEWALK AND PAVING SHEET 0 N O CD D—a �C Q C-.) C-) r - �n <I m m a > cn cn Spruce Street Water Main Improvements Project Page 1 of 1 CITY OF IOWA CITY LEGEND 414 w wy Gy _. . ES y _..._.. _.. IS y _ SD SF T -T SINRARY LMNHOLE U1 ltt POLE Imun PaE W T1 GWS WATER SERVICE ME HYDRANT GATE VALVE REDWER PROPD6m YWTER MAM EXISTING NNTER IMIN EXISTING NATURAL GAS EXISTING OVERHEAD ELECmIC EXISTING SANITARY SEWER EXISTINGSTORMDRAIN EXISTING TELECOM UfILr Y SILT FENCE PROPERTY UNE EXISTING OVERHEAD TELEPHONE LWE MILLING AND RESURFACING PULL Del PAV Wl DRIVRWY. OR SIDl REMOVE AND REFUGE ABBREVIATIONS APPROX APPROXIMATE DI DUCTILE IRON DIP DUCTILE IRON PIPE LF LINEAR FEET LT LEFT MIN MINIMUM PVC POLYVINYL CHLORIDE RT RIGHT ST STREET STA STATION 2020 SPRUCE STREET WATER MAIN REPLACEMENT CITY OF IOWA CITY IOWA CITY, IOWA DRAWING LIST SHEET NUMBER TITLE REVISION NUMBER A.01 COVER SHEET 0 A.02 CONTROL POINTS AND OVERVIEW PLAN 0 C.01 QUANTITIES AND GENERAL NOTES 0 J.01 TRAFFIC CONTROL 0 MWMA PLAN AND PROFILE SHEET 1 OF 2 0 MVVl PLAN AND PROFILE SHEET 2 OF 2 0 R.01 REMOVALSHEET 0 S.01 SIDEWALK AND PAVING SHEET 0 k6I 9Eel ►Id,►ilr CITY OF IOWA CITY ENGINEERING DIVISION APPROVED FOR CONSTRUCTION tZ111%rZ CITY ENGINEER DATE BURIED UTILITES ARE SHOWN ACCORDING TO AVAILABLE INFORMATION. CONTRACTOR SHALL LOCATE ALL UTILITIES PRIOR TO EXCAVATION, IOWA ONE CALL - UTILITY CONTACT INFORMATION THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: CABLE TELEVISION MON MEDIACOM RANDY SCHOON KEVIN FOUNTAIN OFFICE: (319) 2614630 OFFICE: (319) 351-0408 EXT 3701 FRIENDLYAVE MOBILE: (319) 621-8468 / _ ? BRADLEY W. : z E 44N PROJECT CT LOCTION A SPRUCE STREET #ul CITY OF IOWA CITY JEFF KLOCKO CITY PARKS AND FORESTRY OFFICE: (515) 240-2544 O ZAC HALL MOBILE: (515) 830-0445 OFFICE: (319) 356-5093 ,I UNIVERSITY OF IOWA CITY SEWER DEPARTMENT JESSE EISTER OFFICE: (319) 335-2814 �1 OFFICE: (319) 887-6098 •�( MOBILE: (319) 631-1144 GAS AND ELECTRIC 1 MIDAMERICAN ENERGY CITY TRAFFIC ENGINEERING HEMPHILL GAS - BROCK HOLUB OFFICE: (319) 356-5482 CARSON - OFFICE: (319) 3414461 i> O'p CITY RIGHT-OF-WAYS HIGHLAND AVE JIM PROTASKEY JASON WARREN -ELECTRIC OFFICE: (319) 356-5438 4 s� CITY WATER DIVISION TELEPHONE KEVIN SLURS CENTURY LINK OFFICE: (319) 356-5160 DAVID KIRKEBY water®iowadly.aTg OFFICE: (319) 399-7440 °W FIBER OPTICS AT&T UTILITY LOCATING CREW LENNY VOHS IOWA ONE CALL OFFICE: (816) 2754014 'II MOBILE: (T70) 335-8244 F z F F qa N 2 W 3Y3 a LL DEFORESTAVE '.. CITY OF IOWA CITY ENGINEERING DIVISION APPROVED FOR CONSTRUCTION tZ111%rZ CITY ENGINEER DATE BURIED UTILITES ARE SHOWN ACCORDING TO AVAILABLE INFORMATION. CONTRACTOR SHALL LOCATE ALL UTILITIES PRIOR TO EXCAVATION, IOWA ONE CALL - UTILITY CONTACT INFORMATION THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: CABLE TELEVISION MON MEDIACOM RANDY SCHOON KEVIN FOUNTAIN OFFICE: (319) 2614630 OFFICE: (319) 351-0408 EXT 3701 MOBILE: (319) 553-1176 MOBILE: (319) 621-8468 / _ ? BRADLEY W. : z E IOWA NETWORK SERVICES CITY OF IOWA CITY JEFF KLOCKO CITY PARKS AND FORESTRY OFFICE: (515) 240-2544 O ZAC HALL MOBILE: (515) 830-0445 OFFICE: (319) 356-5093 D UNIVERSITY OF IOWA CITY SEWER DEPARTMENT GEORGE STUMPF L7 JESSE EISTER OFFICE: (319) 335-2814 �1 OFFICE: (319) 887-6098 •�( MOBILE: (319) 631-1144 GAS AND ELECTRIC 1 MIDAMERICAN ENERGY CITY TRAFFIC ENGINEERING HEMPHILL GAS - BROCK HOLUB OFFICE: (319) 356-5482 CARSON - OFFICE: (319) 3414461 i> MOBILE: (319) 3254352 CITY RIGHT-OF-WAYS JIM PROTASKEY JASON WARREN -ELECTRIC OFFICE: (319) 356-5438 (319) 3414425 CITY WATER DIVISION TELEPHONE KEVIN SLURS CENTURY LINK OFFICE: (319) 356-5160 DAVID KIRKEBY water®iowadly.aTg OFFICE: (319) 399-7440 MOBILE: (319) 329-3807 FIBER OPTICS AT&T UTILITY LOCATING CREW LENNY VOHS IOWA ONE CALL OFFICE: (816) 2754014 (800) 292-8989 MOBILE: (T70) 335-8244 Sheets covered by this seal: ALL DRAWINGS v z z U z u a a w = � N gff8 w SHEET IDENTIFICATION A.01 I he y rti(y that this engineering document was prepared by me ,�ww'111111'111 or nde my dired personal su "sion and that I am a duly licensed a PDEESSION'°n4,y p 'onal Engi r urWer e I of the State of Iowa. 49F `' rya r •FP : / _ ? BRADLEY W. : z E Signature Date u ROE7H m = 78598 ' a= Bradley W. Roeth My license renewal date is •.,• _rte License Number 16536 December 31, 2020 Sheets covered by this seal: ALL DRAWINGS v z z U z u a a w = � N gff8 w SHEET IDENTIFICATION A.01 G a L__ VM01 ;1110 VM01 A8313 A113 9S bd 11 3306101 W W \ I SPRUCE'ST. IO oaf s � i z :j 4 y D 9 m z O 0 s 0 m -i 2 M Or- f O 'v 8o m2 w r� s s Z m 'o O ZT y °, N z Iota SPRUCE STREET WnTERIMINIMPROVEMENTSPRQIECT cm ofloWwclTr ro CIT., lows CONTROL POINTS OVERVIEW PLAN CT'aF IDWn CIiY �: M>E <IOE.Wn$NWGTON,gT....,aRR�: Owncm.u�w .M MieMnm.r. croxr.ncrw: Wn +TM P1Oi°"'F m�olre AEMalpf MUSGTME. NtQl.t ei¢ � _ ""�• WATERSLH `-� E N G IN E E R ING c ° Rpl caRsmucTloM lvlln. aWn n °E.CRi1MR MTE o� MWM.1 z _ z — o— — o O> n MWM.2 O A `D D Z I = m m O Z z m W I O p Z G > L O m SPRUCEST. m n a L__ VM01 ;1110 VM01 A8313 A113 9S bd 11 3306101 W W \ I SPRUCE'ST. IO oaf s � i z :j 4 y D 9 m z O 0 s 0 m -i 2 M Or- f O 'v 8o m2 w r� s s Z m 'o O ZT y °, N z Iota SPRUCE STREET WnTERIMINIMPROVEMENTSPRQIECT cm ofloWwclTr ro CIT., lows CONTROL POINTS OVERVIEW PLAN CT'aF IDWn CIiY �: M>E <IOE.Wn$NWGTON,gT....,aRR�: Owncm.u�w .M MieMnm.r. croxr.ncrw: Wn +TM P1Oi°"'F m�olre AEMalpf MUSGTME. NtQl.t ei¢ � _ ""�• WATERSLH `-� E N G IN E E R ING ° Rpl caRsmucTloM lvlln. aWn n °E.CRi1MR MTE PHASING PLAN 1. THE FOLLOV41NG IS A SUGGESTED PHASING PLAN. CONTRACTOR IS REQUIRED TO DEVELOP A CONSTRUCTION SEQUENCE THAT MAINTAINS CUSTOMER SERVICE THROUGHOUT PROJECT WITHIN ALLOWABLE SERVICE DISRUPTIONS. CONTRACTOR SHALL COORDINATE PROPOSED PHASING PLAN NTH OWNER, 2. CONSTRUCT SPRUCE ST WATER MAIN a. ISOLATE EXISTING AT STA 8-85 WITH EXISTING VALVES AT HYDRANT PACKAGE. b. CONNECT TO EXISTING AT STA 8-95. c INSTALL MAIN BY DIRECTIONAL BORING SOUTH TOWARDS DEFOREST AVE. d. SUBMIT TAP APPLICATION TO CITY AND SCHEDULE TAP TO CONNECT AT DEFOREST AVE. e. TEST FROM NORTH TO SOUTH THROUGH THE HYDRANT AT STA. 0.07 VATH THE DEFOREST AVE TAPPING VALVE CLOSED. I. UPON SUCCESSFUL COMPLETION OF TESTING INCLUDING FINAL TRACE, SUBMIT TAP APPLICATIONS FOR RESIDENTIAL SERVICES TO CITY AND SCHEDULE RESIDENTIAL SERVICE TAPS. B. SWITCH RESIDENTIAL SERVICES ONTO NEW MAIN. h. PROPERLY ABANDON EXISTING WATER MAIN AT DEFOREST AVE. i. REMOVE EXISTING HYDRANT ASSEMBLY AT STA 8+85 AND CAP EXISTING MAIN. GENERAL NOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SODAS) STANDARD SPECIFICATIONS. SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PUNS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE UMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. ALL HORIZONTAL AND VERTICAL REFERENCES ARE IOWA REGIONAL COORDINATE SYSTEM, ZONE 10. US SURVEY FOOT NAD 83 AND NAVD 88, RESPECTIVELY. 6. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS "REMOVE" OR'CLEAR AND GRUB' ON THE PROJECT PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM. 7. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS "SIDEWALK CLOSED', "SIDEWALK CLOSED - USE OTHER SIDE', AND 'SIDEWALK -WITH APPROPRIATE DIRECTIONAL ARROWS>' AS DEEMED NECESSARY BY THE ENGINEER. 8. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. B. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. 10. SEED ALL AREAS WITH SUDAS TYPE I SEED MIXTURE, 11. DO NOT PARK VEHICLES. EQUIPMENT OR STORE MATERIALS WITHIN 4 FEET OF ROADWAY OPEN TO TRAFFIC. 12. PROTECT UTILITY POLES, LINES, AND APPURTENANCES NOT SHOWN FOR RELOCATION. 13. RESET ALL PROPERTY PINS DISTURBED BY CONSTRUCTION, PINS RESET BY PROFESSIONAL LAND SURVEYOR. COST IS INCIDENTAL TO CONSTRUCTION. 14. PROTECT ALL SURFACING NOT INDICATED FOR REMOVAL FROM DAMAGE DURING CONSTRUCTION. UTILITY NOTES 1. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: I.I. NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. 12. COORDINATE OPERATIONS WITH UTILITIES 1.3. AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. 1.4. DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO. 1.5. PRIOR TO BEGINNING CONSTRUCTION, PROVIDE LABOR AND EQUIPMENT NECESSARY TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS WHICH MAY RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS, 2. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. 3. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 4. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE -CALL SERVICE AT (800)-292-8888 AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT. 5. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. WATER MAIN CONSTRUCTION NOTES 1. STATIONING IS ALONG THE CENTERLINE OF THE WATER MAIN, UNLESS NOTED OTHERWISE. 2. ALL WATER MAIN, FITTINGS, VALVES, AND SERVICE CURB STOPS TO BE WITHIN RIGHT-OF-WAY. 3. POTHOLE EXISTING WATER MAIN, WATER SERVICES, AND SANITARY SEWER SERVICES AT LEAST 60 FT IN ADVANCE TO VERIFY LOCATION PRIOR TO INSTALLING NEW WATER MAIN. ADJUST ALIGNMENT OF NEW WATER MAIN AS NECESSARY TO AVOID HORIZONTAL AND VERTICAL CONFLICTS. POTHOLING AND MINOR ADJUSTMENTS ARE INCIDENTAL TO CONSTRUCTION OF WATER MAIN. 4. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR SEWER MANHOLE. MINIMUM SEPARATION DISTANCES AS LISTED IN SUDAS SPECIFICATIONS. 5. REPLACE SEWER SERVICES LINES DAMAGED BY CONSTRUCTION (INCIDENTAL TO CONSTRUCTION). 6. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO INSTALL NEW WATER MAIN. VERIFY LOCATION AND DEPTH OF EXISTING SERVICES AND WATER MAIN PRIOR TO CONSTRUCTION NEW WATER MAIN. ADJUST ALIGNMENT AND DEPTH OF NEW WATER MAIN AS NECESSARY FOR CONSTRUCTION. 7. PROVIDE TEMPORARY SERVICE LINE RELOCATION TO MAINTAIN WATER SERVICE IF SERVICE IS IN CONFLICT WITH NEW WATER MAIN (INCIDENTAL TO CONSTRUCTION). 6. RESTRAIN ALL JOINTS AT VALVES AND FITTINGS. IN ADDITION, PROVIDE RESTRAINED JOINTS WITHIN 40FT OF FITTINGS AND BENDS. PROVIDE RESTRAINED JOINTS WITHIN GDFT OF DEAD ENDS. PROJECT QUANTITIES BIDOEM SUDASITEMCODE TITLE UNIT PIANQTY 1 201 108-D1 ONSITE TOPSOIL, STRIP, STOCKPILE, SPREAD, BASED ON 8" DEPTH LY S7 2 2010-108-1-0 SUBBASE, GRANULAR, 6' SY 390 3 2010-108t-0 CAMPACTIONTESTING IS 1 4 3010.1084-0 TRENOICOMPACTIMTESTNG IS 1 5 4010-1084-0 SANITARY SEWER SERVICE RELOCATION FA 4 6 5010-108A-1 WATER MAIN, TRENCHED, PVC 0900, 6" IF 5 7 5016108-A1 WATERMAIN,TRENCNED,PVCC900,W LF 10 8 5016108A-2 WATERMAIN,TRENCHLESS, PVC C900, 8', DIRECTIONAL DRILL(1) LF 885 9 5010.108{-2 FITTINGS, BURIED LBS 385 10 5016108-E-1 WATER SERVICE PIPE, COPPER, 1"(1) U 643 11 5010-108E-2 WATER SERVICE CORPORATION, V EA 23 12 5010.108E-3 WATER SERVICE CURB STOP AND BOX, 1" EA 23 13 5020-108A-1 VALVE, B'GATE EA 2 14 5020-IO8d TAPPING VALVE ASSEMBLY, 6' EA 1 15 5020-108{-0 FIRE HYDRANT ASSEMBLY FA 2 16 5020-101H 0 FIRE HYDRANT REMOVAL EA 3 17 SU26108X-1 WTJN CONNECTION, 6' EA 1 UI 5026108-%-2 CUTIN CONNECTION, B' EA 1 19 5026108X-3 OITANDCAPWATERMAIN,G' EA 1 20 70161081-0 PCC PAVEMENT SAMPLESAND TESTING LS 1 21 703610M-0 REMOVAL OF SIDEWAIX OR DRIVEWAY SY 201 22 7036108E-0 PCC SIDEWALK, 4FT OR 5FT WIDTH, 4" PCC SY 181 23 7036108-6-0 DETECTABLE WARNING SF 40 24 7036108H-1 PAVED DRIVEWAY, G' PCC (2) SY ZD 25 704010"." FULL DEPTH PATCH, PCC B' SY 63 26 80361084.0 TRAFFIC CONTROL IS 1 27 90163011-B-0 HYDROSEEDING, INCLUDING WATERING AND WARRANTY AC 0,2 28 9090-ID9-F-1 SWPPP MEASURES - WATTLES. 9', INCLUDES INSTALLATION AND REMOVAL LF 900 29 9046308T-1 SWPPP MEASURES- INLET PROTECTION DEVICE EA 2 30 11016108A-0 CONSTRUCTION SURVEY LS 1 31 11026108A-0 MOBIU7ATION U; 1 32 11056108A-0 CONDRETE WASHOUT IS 1 (1) INCLUDES FURNISHING BAO(RLL MATERIAL AND DISPOSAL OF EXCESS EXCAVATED MATERIAL (2) THIS 15 A PROVISIONAL QUANRYTO ESTABLISH A UNIT PRICE IN CNSE DRIVEWAY REPLACEMENT IS REQUIRED 8. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES NTH O WATER DEPARTMENT. PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO O B s I c_� Io w N SERVICE TO NEW 1' WATER SERVICE AND CURB BOX. SERVICES ON OPPOSITE SIDE c-;, OF STREET SHALL BE BORED IN PLACE. L7 -{ p 11. SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADE UNLESS NOTED z 2_ OTHERWISE. 12. PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS BACKFILL FOR s h i9 BWs r Q D AREAS ARE TO BE BACKFILLED WITH CLASS A ROAD STONE. DISPOSE OF EXCESS n D W bi.: C.,o > Q BACKFILLING OF EXCAVATIONS, INCLUDING BORE PITS AND SERVICE CONNECTIONS. m 14. CITY MAINTAINS SALVAGE RIGHTS ON ALL REMOVED HYDRANTS. 8. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES NTH WATER DEPARTMENT. PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO REDUCE CHORINE TO AN ACCEPTABLE LEVEL PRIOR TO FLUSHING WATER MAIN. 10. PROVIDE AND INSTALL FITTINGS NECESSARY TO CONNECT EXISTING WATER w N SERVICE TO NEW 1' WATER SERVICE AND CURB BOX. SERVICES ON OPPOSITE SIDE a OF STREET SHALL BE BORED IN PLACE. Q a p 11. SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADE UNLESS NOTED z 2_ OTHERWISE. 12. PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS BACKFILL FOR m u� Z Q TRENCHES NOT LOCATED UNDER PAVEMENT. TRENCHES LOCATED UNDER PAVED Q D AREAS ARE TO BE BACKFILLED WITH CLASS A ROAD STONE. DISPOSE OF EXCESS n D W EXCAVATED MATERIAL. OFFSITE. ROAD STONE, BACKFILL, AND DISPOSAL ARE INCIDENTAL TO WATER MAIN CONSTRUCTION. 13. CONTRACTOR IS RESPONSIBLE FOR TRENCH COMPACTION TESTING FOR Q BACKFILLING OF EXCAVATIONS, INCLUDING BORE PITS AND SERVICE CONNECTIONS. O 14. CITY MAINTAINS SALVAGE RIGHTS ON ALL REMOVED HYDRANTS. 15. ANY SERVICE LINE FOUND TO CONTAIN LEAD SHALL BE ENTIRELY REPLACED FROM THE MAIN TO THE METER. SHEET IDENTIFICATION C.O1 SIGN LEGEND: SIGN 1 SIGN 2f--END-1 DETOUR SIGN 3 DE�T01U■R SIGN 4 DETOUR SIGN 5 SIGN 6 SIGN 7 SIGN 8 SIGN 9ROAD CLOSED SIGN 10 SIGN 11 SIGN 12 SIGN 13SaO'Eo SIGN 14 = LANE CLOSURE DETOUR ROUTE SIGN 3 SIGN 6 r� SIGN 3 '� �YMENBIMM/E.�✓<� '�Oy. Rti SIGN4&9� I SIGN 6 TYPE 3, SIGN 10 �y F� SIGN 12 I $ Iy J N ' SIGN 1 //////��� SIGN l I SIGN 14 / (— SIGN 11 SIGN 9 /// SIGN 6 TYPE 3 SIGN / 0 N S �. 4 � SIGN 6 I n HIGHLAND AVE. — TYPE 3, SIG N11110 iiil 1 �p SIGN 11 SIGN 14 SIGN 6 SIGN 12 1 I SIGNS I I I i IDETOUR � t� v I � i I � , r G I ISIGN 14 SIGN 13 SIGN 2 SIGN 6 TRAFFIC CONTROL a;9E Em 4 SIGN 6 N� o� `— SIGN 14 WATER MAIN CONSTRUCTION ON SPRUCE STREET 4 NOTES: 1. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO DRIVEWAY CLOSURES. 2. RESTORE DRIVEWAYS WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF EACH WORK DAY. 3. ALL TRAFFIC CONTROL TO FOLLOW SODAS, STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 4. STREET AND SIDWALK CLOSURE AND DETOURS, FOLLOW MUTCD TYPICAL APPLICATION TA -19 AND SUDAS 8030.116, 8030.117, AND 8030.118. 5. CONTRACTOR SHALL MAINTAIN MINIMUM 12 FEET OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC. 8. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP SIGNS WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY. 7. POSTED SPEED LIMIT ON SPRUCE, DEFOREST, HIGHLAND, AND FRIENDLY IS 25 MPH. 8. CONTRACTOR SHALL ALLOW LOCAL RESIDENTS DRIVEWAY ACCESS THROUGHOUT STREET CLOSURE, EXCEPT WITHIN ALLOWABLE DURATION AND WITH PRIOR NOTICE. MAIL DELIVERY AND GARBAGE COLLECTION SHALL BE ALLOWED DURING STREET CLOSURE. B. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL. 5 G a as ase a= a � h C= L+� n S (7- r KZ m w D CA rn a 0 �6 O W z O x'041: U u — rc � SHEET IDENTIFICATION J. I QI �1 I I I I I 1 1 I 1 1 I O w w , I { ,1405 e _ Y W Q 1405 SEWER -\ z LATERAL Z 1401 SEWER g LATERAL B" PVC WATER MAIN 2 PROPOSED _ BORE PIT I W B"TI 6" 11.26' ELBOW 6' VALVE 0 CP26 J 8' CONNECTION AT EAL. Is VALVE, REMOVE OTHER VALVES AND CROSS m 1317 1 CONNECT TO EXISTING 6' WATER MAIN EXISTING 6" WATER MAIN 3'X6TEE (TO BE ABANDONED) e'%6' REDUCER EXISTING 6" WATER MAIN OPEN TRENCH FOR CONNECTIONS 1317 SEWER PROPOSED BORE PIT LATERAL 1313 SEWER LATE W W W W T W -- L — _ J 1336 SEWER LATERAL _ HYDRANT ASSEMBLY SPRUCE ST- I I 1 PROPERTY LINE JOINT BETWEEN OLDER (APPROX.) AND NEWER CONCRETE EXISTING SANITARY SEWER yGQ' 11318 1312 sHEEr a +v zry w. IDENOFlCATION ® 11 MWM.2 �z UNLESS NOTED, SEWER LATERALS WERE LOCATED AND VIDEOED BY ROTO -ROOTER ON 9/12/2019. NOTES: o 1. FOR SEWER LATERALS NOT D B21 ROTO -ROOTER, CONTRACTOL LIJUTE WITH SUFFICIENT TIME FOR EVIE3d B CItV PRIOR TO INSTALLATION. C-) —<— a U ui Lyg ii Q +� o Z w 1ELI z -<r UL EXST. 6' VALVE ^I y GROUND PROFILE 7401 SEWER PROPOSED B ORE PIT SEWER LATERALS (TYp) 1'T7 3 me sHEEr a +v zry w. IDENOFlCATION ® 11 MWM.2 UNLESS NOTED, SEWER LATERALS WERE LOCATED AND VIDEOED BY ROTO -ROOTER ON 9/12/2019. NOTES: o 1. FOR SEWER LATERALS NOT D B21 ROTO -ROOTER, CONTRACTOL LIJUTE WITH SUFFICIENT TIME FOR EVIE3d B CItV PRIOR TO INSTALLATION. C-) —<— a i s ■ 9 i a k Lyg ii S Sawas� -<r py �O GROUND PROFILE 7401 SEWER PROPOSED B ORE PIT SEWER LATERALS (TYp) 1'T7 3 me S g� g �m LATERAL \\Y s FT OF COVER DUE TO SEWER LATERALS 6 FT OF COVER DUE' SEWER LATERALS H3 �� -AL - - B' PVC WATER MAIN INSTALLED -- -. -- — �p CJ -_D D • • 3 Q # �— BY DIRECTIONAL GORE PROPO6ED BORE PR O i 1406 SEWER PIPE NOT LOCATED. NOTE I i LATERAL _ 1317 SEWER — LATERAL PIPE NOT LOCATED, NOTE 1 RELOCATE SEWER tlr:VE 1313 SEWER rw REDUCER \ LATERAL _- SEWER MAIN 8' 1125' ELBOW VALVELATERAL 13368EVYER LATERAL --_-:..___ �WTEE � ¢O ' — w 3S a EXISTING ° c I: Z F WATER MAIN lU g a= s.Do BMD 7400 BMD M00 STATION g N ., a sHEEr a +v zry w. IDENOFlCATION ® 11 MWM.2 5 w Q z F co Lu 1413 0 1433 1429 1425 1421 1417 0 1409 zl 1405 JI SIDEWALK SIDEWALK REMOVAL SIDEWALK REMOVAL SIDEWALK REMOVAL U REMOVAL SIDEWALK REMOVAL SIDEWALK REMOVAL �I 0 SIDEWALK REMOVAL l !QI 1+0 0 2+00 LI W W 0 I PAVEMENT REMOVAL, 5 SV. � W W d 4+00 W W -� I T� REMOVE HYDRANT,) RETURN TO CITY ' i ' I I -1 ''-f'- W 1 W 5 00 l W REMOVE TEES AND VALVE BOXES I SPRUCE ST - SOUTH HALF 1 SIDEWALK REMOVAL + SIDEWALK REMOVAL I SIDEWALK REMOVALSIDEWALK REMOVAL // SIDEWALK REMOVAL PROPERTY LINE) SIDEWALK REMOVAL SIDEWALK REMOVAL 1 SIDEWALK REMOVAL 1 (APPROX.) I 1 r-1 1434' '3C) 1420 1422 ?413 1414 1410 1 0 � I1406 1409 zl 1405 1400 JI =I <1 J' .1i SIDEWALK REMOVAL 4++'00 W "r T� W 5 OOI SIDEWALK REMOVAL IV �w v ; 0 _ I 1 /1 SIDEWALK REMOVAL 1 SIDEWALK REMOVAL J 1410 i 1406 w z Z c� PAVEMENT REMOVAL," W 1335 1317 SIDEWALK REMOVAL SIDEWALK REMOVAL WW- W v LOVE HYDRANT, RETURN TO CITY � 1 SPRUCE ST - NORTH HALF ..,.E VALVE BOXES, RETURN TO CITY L-> — r D rn a 1301 1313 } J Q Z w_ R LL ` SIDEWALK REMOVAL 9 �00 _ yy REMOVE HYDRANT AND VALVE BOXES, RETURN TO CITY SS' > w 11A J a 2 t V % W ` PROPERTY LINE (APPROX,) 1318 '2 Q� SHEET IDENTIFICATION ® R.01 4 5 LU Q PCC SIDEWALK Lu ZI � =1 W O601 — — PCC SIDEWALK PCC SIDEWALK PCC SIDEWALK PCC SIDEWALK UI PCC SIDEWALK I'_ W 0 PCC SIDEWALK PCC SIDEWALK ccQI D 1 W W 7+00 W 2+0 3+0 CI 1 4.0• I W W W +oo �� W 1 - J I I i T� I r SOUTH SPRUCE ST - I — � TH HALF 1 -PROPERTY LINE I, I (APROX.) PCC SIDEWALK PCC SIDEWALK /fPGC SIDEWALK PCC SIDEWALK - I PCC SIDEWALK PCC SIDEWALK PCC SIDEWALK PCC SIDEWALK 1 1409 z; 1405 JI I C<QI PCC SIDEWALK GI 4+00 I PCCSIDEWALK T W I —� W 5 00 PCC SIDEWALK I W ` W I I 1 PCC SIDEWALK IPCC SIDEWALK MATCH IXST. EL MATCH EXIST. EL. i ROW EL. 705A3 - MATCH EXIST. EL I L0' EL ]05.51 0+00 ; .k I w w EL. 705AS UTILITY POLE �✓ EL. 704.88 EL. 705.48 b J W PCC SIDEWALK PCC SIDEWALK -(- FULL DEPTH PATCH, B" PCC INCLUDES CURB AND GUTTER EL. 704,67 MATCH IXST. EL. EL. 705'07 5.4' EL 704.58 8.8' — w 4.0 4A' MATCH IXST. EL EL 704A8 / I t W W_ _- W - 1 EL 704,68 AT DEFOREST AVE. 0 7 w Z EL. 705.03 w W i SPRUCE ST - NORTH HALF MATCH EXIST. EL. EL. 705.10 T112. 1' 2.0' / {.U' I`EL. 70SA7 / EL 705.04 MATCH IXST. EL. J 8.5'-------- 1' MATCH IXST, EL. 4.0'-+j MATCH IXST. EL. NLARGED PLAN AT DEFOREST AVE, o z r 1313 1301 PCC SIDEWALK W 9+00 '\ i PROPERTY LINE L - (APROX.) 4.0' MATCH IXST. EL MATCH EXIST. EL. 18.0' 'I EL. 698.231 69 \ EL. 688\48 \ \ \ EL.888.05 W 114�,`; �z A W Q Jr a a Z f�C3 CC" GW rn �C-) < rn T) 7:0- y ut rn 7 o la®tt°a9ry9ry�.Id Z i a - MATCH EXIST. EL I t$WD - CONTRACTOR TO REP CE 6" ; - ° RETAINING WALL TO MATCH GROUND EL. s W — w W sNN.. 469NS.SM3 2.0SHEET IDENTIFICATION 1.6, 0 Y .• r S.01 EL. 698.96. APPENDICES Manual of Uniform Traffic Control Devices, 2009 Typical Application Figures • Figure 61-1-19. Detour for One Travel Direction (TA -19) • Figure 61-1-20. Detour fora Closed Street (TA -20) • Figure 61-1-28. Sidewalk Detour or Diversion (TA -28) SUDAS Standard Details Referenced in Drawings Iowa City Supplemental Specification Details Referenced in Drawings Spruce Street Water Main Improvements Project Page 1 of 1 N O Q n �d M rn C-) -G - r- M M o w G r cn M Spruce Street Water Main Improvements Project Page 1 of 1 Page 670 Notes for Figure 6H-19—Typical Application 19 Detour for One Travel Direction l:0.3,10MUrtre Guidance: 1. This plan should be used for streets without posted route numbers. 2. On multi -lane streets, Detour signs with an Advance Turn Arrow should be used in advance of a turn. Option: 3. The STREET CLOSED legend may be used in place of ROAD CLOSED. 4. Additional DO NOT ENTER signs may be used at intersections with intervening streets. 5. Warning lights may be used on Type 3 Barricades. 6. Detour signs may be located on the far side of intersections. 7. A Street Name sign may be mounted with the Detour sign. The Street Name sign may be either white on green or black on orange. Standard: 8. When used, the Street Name sign shall be placed above the Detour sign. Sect. 6H.01 December 2009 P C:) j rn v cn m Sect. 6H.01 December 2009 2009 Edition Figure 61-1-19. Detour for One Travel Direction (TA -19) Page 671 Note: See Tables 61-1-2 and 61-1-3 for the meaning of the symbols and/or letter codes used in this figure. Typical Application 19 i December 2009 Sect. 6H.01 Page 672 Notes for Figure 6H-20—Typical Application 20 Detour for a Closed Street 2009 Edition Guidance: 1. This plan should be used for streets without posted route numbers. 2. On multi -lane streets, Detour signs with an Advance nrn Arrow should be used in advance of a tuns. Option: 3. Flashing warning lights and/or flags may be used to call attention to the advance warning signs. 4. Flashing warning lights may be used on Type 3 Barricades. 5. Detour signs may be located on the far side of intersections. A Detour sign with an advance arrow may be used in advance of a turn. 6. A Street Name sign may be mounted with the Detour sign. The Street Name sign may be either white on green or black on orange. Standard: 7. When used, the Street Name sign shall be placed above the Detour sign. Support: 8. See Figure 611-9 for the information for detouring a numbered highway. Sect. 6H.01 December 2009 O .n �_ D� rn C-) = r <r- <m -° m CD70 s � w Sect. 6H.01 December 2009 LL ID �QYN 0 ow 'o 0 O 2 O N C O ccM 0 V Q CL Q v a F Page 688 Notes for Figure 6H-28—Typical Application 28 Sidewalk Detour or Diversion 2009 Edition Standard: 1. When crosswalks or other pedestrian facilities are closed or relocated, temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility. Guidance: 2. Where high speeds are anticipated, a temporary traffic barrier and, if necessary, a crash cushion should be used to separate the temporary sidewalks from vehicular traffic. 3. Audible information devices should be considered where midblock closings and changed crosswalk areas cause inadequate communication to be provided to pedestrians who have visual disabilities. Option: 4. Street lighting may be considered. 5. Only the TTC devices related to pedestrians are shown. Other devices, such as lane closure signing or ROAD NARROWS signs, may be used to control vehicular traffic. 6. For nighttime closures, Type A Flashing warning lights may he used on barricades that support signs and close sidewalks. 7. Type C Steady -Burn or Type D 360 -degree Steady -Burn warning lights may be used on channelizing devices separating the temporary sidewalks from vehicular traffic flow. 8. Signs, such as KEEP RIGHT (LEFT), may be placed along a temporary sidewalk to guide or direct pedestrians. Sect. 6H.01 December 2009 r� o_ O f� .o rn - CM)-< ,"' <m -o m g� W) D CA Sect. 6H.01 December 2009 2009 Edition CD W Figure 61-1-28. Sidewalk Detour or Diversion (TA -28) MH SS083 SIDEWALK CLOSED SIDEWALK CROSS HERE i ROAD WORK AHEAD it (opnomll) SIDEWALK DETOUR I t SIDEWALK DIVERSION Page 689 inches MIN. Typical Application 28 Note: See Tables 61-1-2 and 6H-3 for the meaning of the symbols and/or letter codes used in this figure. December 2009 Sea. 6H.01 Rehr to the contract documents for specific material and placement requirements. Required only when specified in the contract documents or when directed by the Engineer. Key OD = Outside diameter of pipe D = Inside diameter of pipe TW = Trench width at top of pipe I d = Depth of bedding material below pipe Bury Depth Final Trench Berldll Tw � r OD , r 12 min. Secondary Backfill � r I I OW Primary BacM Springline of Pipe _1« v"r1j Haunch Support O ..OW &F, OD/Si,.q.tg,O,:.�AiWSUDAS QIOWADOTd $ 330 6102 Pipe leading SOvercxcavabon andRGUBJD0.NI 51 IOADIM�tl o Fountlafion Stone TRENCH BEDDING AND BACKFILL ZONES BEDDING CLASSES OD Class I Bedding Material ;. a p$ OD d (ae'l-'Ut ose, Suitable Backfill ,°>?: •'79P iandisturbed tl Material with Bell Shaping :p :o,. •b':'. •b'$. d tl- �'. CLASS P-1 CLASS P-2 CLASS P-3 PtPe Diameter (inches) ALLOWABLE BURY DUCTILE IRON, AWWAC151, CLASS 52 DEPTH PVC, AWWA C9008 C905, DR18 Clens PJ Bedding 4 40 40' 40' 8 Off 40 40' 8 40 49 40' 10 38' 40 40 12 31' 10' Off 14 26 40' 40' 18 23' 3T 4d 18 20' 34' 40 20 18' 32' 40' ��1� 16 zB' 38 30 13' 23' 31' LS:£Nd t1�0 I 13' 27 31Y 42 13' PtPe Diameter (inches) Class P-1 Badding Class P-2 Bedding Clens PJ Bedding 4 40 40' 40' 8 Off 40 40' 8 40 49 40' 10 38' 40 40 12 31' 10' Off 14 26 40' 40' 18 23' 3T 4d 18 20' 34' 40 20 18' 32' 40' u 16 zB' 38 30 13' 23' 31' 38 13' 27 31Y 42 13' 21' 29' 48 13' 1B' 2T 54 13' 19 2T pipe Diameter (inches) Class P-1 Bedding Class P-2 Bedding Class P-3 Bedding 4 19' 23' 40' 6 19' 23' 40' 8 19 23' 4U 10 1fY 23' 40' 12 19' 23' 40' 14 19' 23' 40 18 /9' 23' 18 19' 23' 20 19' 23' 24 1C T3' 40' 6101 0 Place remainder of bedding and backfill material as specified in the contract documents. i� OD = Outside diameter of pipe TW = Trench vddth at top of pipe: Min. = OD -18 inches OR 1.25xOD+12 inches (whichever is greater) d = Depth of bedding material below pipe: Min. = OD/8 OR 4 inches (whichever is greater) TEES BENDS 9 CROSSES DEAD ENDS vM01 110 a 0 A8 131110 :£ N TYPICAL PIAN E Mwt boas to urHaluMeO cos. Excavation into ImnU was may De mmeSYY. Form ve I surfawe of poured co w ke Mrust bolos except on beann0 suA- Encase as atfi 9 In po"Mybne wrap. Do not Now wwete to directly mntacl joints or filling troltr owa. RR0Taaaasta OWNS)iW MINIMUM BEARING SURFACE (M �o 45 a0e Dasa EMs A 1 1 2 / a a 1 2 a a a 0 0 a T 14 10 M 1 a 11 31 is to t a Is m 31 H 5 11 21 x m N T 14 Or a0 as 10 a 17 M as M m 11 21 a Ta 0a N 15 01 a0 111 70 m b A az m 1m as N M In zM m liiaan aaYps tAaaa onralsr Haddad of IN pwairm, sOpasYaea paanae w t.aao w W SUDAS 149MIADOT I �a-tate RGUIf wto.,m I srMmrownall •YYM�7U11 THRUST BLOCKS CHANGES IN PIPE DEPTH TMN BN! ELEVATION Md0a �a SECTION AA Nem: Reau, V� DEAD ENDS (ALTERNATE METHOD) Use only when apvwwtl Ey Ma Eigi r, or wM spetlfieE m tl,e oonrra l mna:rento, ".1 PLAN x ,/M01VMO )48 313 x113 :• M ISxD— }SUDM 110110WAWT , +o-,e.,a LS £ N 11 X3061 Z WMg SECTIONSB %M 50x.101 StNG1ppA1 MAN Sx�DTia: 03-11 1 THRUST BLOCKS LS '-£ Wd 11 33061Q See Detail C10 See dowel assemblies for fabrication details. ". �.. T Q See Bar Size Table for Contraction Joints on Sheet 2. o y @30 O O Cwt joint at a future ation�tt closer Long'Tie Bar CD ointsPlace no thnel an 5 to a 'C' at 12" Centers or'CD' joint. PLAIN OO00 •pW 3 4 7 ® Place bars within the limits shown under dowel (Abutting Pavement Slabs) DAY'S WORK JOINT(Non-working) assemblies. SQ Edge with 118 Inch tool for length of joint. For HT joint, Pavement Edge 24" min. remove header block and board when second slab is placed. Detail or B Header Board 1 L Iastic or Tarpaper Wrapped © Unless specified otherwise, use'CD' transva contraction pints In mainline pavement wher(T) I .H OT 0 ` reater or equal to 8 inches. Use'C' joints when T is less than 8 inches. T/3 n —I- .C. @30" 0 'RT joint=be be used in lieu of'DW joint at the end of days Remove damaged due to LongBard Header Block the work. any pavement CONTRA INT OO Centers HT the drilling at no additional cost to the Contracting HEADER JOINT Authority' (End Rigid Pavement) Top of Curb Top of Slab See Detail A or B UV Pavement Edge See Detail C ruin. _ —f °v 2 �18" Long Dowel1 @ 30" Long Tie Bar at 12" Centers at 12" Centers Hole Diameter 8' 18" Long Dowel 'DW 'CD'1Q®© Larger than Dowel at 12" Centers -CG'O® DOWELED CONTRACTION JOINT •RD. OO DAYS WORK JOINT ABUTTING PAVEMENT JOINT CURB AND GUTTER UNIT LEGEND Pavement Edge E=Nd.n °8vengn1 r See Detail A or B "min 15" min. O Pr -puree P-vemem m m T O .'I" " C'JklSUDAS V _ atoll v o4,a,c PV -101 R @30 Long Tie Bar Hole Diameter o at 12 Centers 24" Lor�ig Tie Bar@ 11116= 71111.1111 STyp111191=111 II ' Cr 4 Larger than Tie Bar, at 12" Centers. 9 .RT. O sEr, we R. i TIED CONTRACTION JOINT ABUTTING PAVEMENT JOINT m RIGID TIE JOINTS to TRANSVERSE Alto Akm CONIMC �-�� �11� m LS '-£ Wd 11 33061Q Joint Sealant 1 1 4 —8 /'LII 1 ° c o Ot L/2 Sew Cun r- BAR PLACEMENT (Applies to all joints unless otherwise denied.) Crack or "O a Top d cut Bottom of Saw Z" Joint Sealant Material , Topd Slab o p •o o O.O. 8 'C' JOINT IN CURB (Match 'CT, 'CD', or'C' joint In pavement) '"to Top of Pavement �Z 4 Sealard SECTION A -A (Detail at Edge of Pavement) * 1- saw cut 08 Saw'CD' joint to a depth of T/3 t 1/4"; saw'C' joint to a 16 depth of T/4 t 1/4". 0g When tying into old pavement, 0T represents the depth of sound PCC. Joint Llne DETAIL A (Saw cut formed by conventional concrete sawing equipment.) Joint Sealant to 18" sew Cul Crack or-- y Joint Line DETAIL B (Saw cut formed by approved early concrete sawing equipment.) Joint Sealant Material I. A Vol'X11� H8313 X LS:t I I ° o Joint Line " O t Vis' Saw Cut 4" 111 " saw cut BAR SIZE TABLE FOR CONTRACTION JOINTS O Sold Dowel Tubular Dowel Tie Bar Oiamaler Diameter Size < 8" 4 8" #6 2:8" but 11^ 13" #10 < 10" 4 8 i 10" 1 2" 1 8 #11 Tubular Dowel Bars will not be allowed for RD joints. LEGEND FaelFg Pavement r—O Prapo-etl Pavemmi /iVrlt1AWT 9- OJ -1419 �Itmmuffl R�tM6"-�IIo,i�,l,l PV -101 JOINTS Sea Detail C DD PLAIN JOINT (Abutting Pavement Slabs) 11 1 ABUTTING PAVEMENT JOINT - RIGID TIE QT Joint Bars Bar Length and Spacing < 8" 'BT -1' 94 36^ Long at 30" Centers #5 1 30" Long at 30" Centers 2 8" BT -2' 1 #5 1 36" Lor- at 30" Centers 4' Dia. Hole for BT -3 11 and BT -4 Joint 8Dia. Hole for BT -5 Q Joint g' min. 15" min. 'Br ABUTTING PAVEMENT JOINT - RIGID TIE (Drilled) (1) Joint I Bars Bar Length and Spacing < 8" 'BT -6 #4 24" Long at 30" Centers #5 Bars at 'BT -3' L_L4LLong at 30" Centers = 8" '1374' #5 1 24" Long at 15" Centers See Detail Q1, D-2, or D,3 See Detail E �T KEYED JOINT FOR ADJACENT SLABS (Where T is 8" or more) 05 30'�rs at See Detail E 1 Long 12' Centers °' T 221. T #5 Bars at 'KS -1' 12" Centers [Single Reinforced Pavement (Bridge Approach)] 11 #5 Bars 30" Long at 12' Centers Joint #6 Bars at 12" Centers See Detail E Bars at 12" Centers 'KT -1' #4 #8 Bars at #5 Bars at 12" Centers 12" Centers 'KS -Z [Double Reinforced Pavement (Bridge Approach)] See Detail E-\ 11 1 TOT I 'Kr ABUTTING PAVEMENT JOINT - KEYWAY TIE 0 Joint Bars Bar Length and Spacing < 8" 'KT -1' #4 30" Long at 30^ Centers ,KT -r 30" Long at 30" Gaolers z 8^ 'KT -3' #5 30" Long at 15• Centers FI_,1T ,c ,, ..1�t . , L9:£ wd 11 J"U a3-1l.J1 Bar supports mar be necessary for Posed form paving to ensure the bar remains In a horhontai position In the plastic concrete. Q Sawing or sealing of joint not required. 1© The following joints are interchangeable, subject to the pouring sequence: 'BT -i' 'L-1' and'KT-1' 'KT -2' and'L-2' 'KT -3' and'L-3' See Detail D-1, D-2, or D-3 ,-f CONTRACTION JOINT TO Joint I Bars I Bar Length and Spacing < 8" 'L-1' #4 36 Long at 30" Centers 'L-2' 36" Long at 30" Centers z 8" 13' 36"Long at 15" Centers reaewo Etl gVwanw. OA...".. Peromenl WSUTIAS IQIOMDUT a 01 tleue,KUB stBOImZw Pal R -.TLA -fl T U2 L TIE BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Joint Sealant T/3 t �S" Saw Cut I DETAIL D-2 o (Required when the Department of Transportation o Is not the Contracting Authority, or when specified in the contract documents) T/3 3 09 When lying Into old pavement, 0 represents the depth 116- Saw Cut of sound PCC. t t® Sealant or cleaning not required. U Crack or Joint tJne DETAIL D-1 (Required when specified in the contract documents.) Joint Sealant Material j`g" to 16" Saw Cut T/3 t 4' o Jo (Required when � j apE]VpH$dbitation Is it cR!)jor when s cu In the contract documents) LONGITUDINAL CONTRACTION e1 i co A B DETAIL E KEYWAY DIMENSIONS Keyway Type Pavement Thickness OT OA Standard 8" or greater 14" 4" Narrow Less than 8" 1" 2" LEGP D r Wkv P.M Pmpw Parem 1WSUD"1011101WADUTI IW&19 neu M&M STW=,WKU PV -101 JOINTS T/2 O Ll2 L DOWEL PLACEMENT (Applies to all joints unless otherwise detailed.) See Detail H Width (See table below) 'CP JOINT TYPE WIDTH CF -1 2" CF -2 21" CF -3 3" CF -4 32" See Detail F Resilient Joint Filler —II -1" Nominal 'E' 1" EXPANSION JOINT 2" Thru Curb -PJ �+ Top of Curb Resilient - - - Joint Filler Top of Slab B t I- Nominal .E' JOINT IN CURB (Viieeeww at Back of Curb) Top of Cur �' Flexible Foam Joint Filler To of Slab — 2" Nominal EE' JOINT IN CURB (View at Back of Curb) Top of Curb Top of Slab- Match'E' Jol in Pavement Thru Curb Joint Filler 'ES' JOINT IN CURB (View at Back of Curb) m Detail F or Detail G Joint Filler Material 1© c (See Bar Size Table for Doweled (See Bar Sae Table for Doweled Expansion Joints) Expansion Joints) X O . ' —a 1-Width�{ m a812�C_2n (Seael r Doweled Expansion Joints Table) 'ED','EE,TEF m DOWELED EXPANSION JOINT LS --£ 2 Joint Sealant 1 Material Joint - itler 8 DETAIL F © Predrill or preform holes in joint material for appropriate dowel size. >e Compact *a buffxtgs by spading with a square -nose shovel. 1 2" Join( Sealant Material 4" plywood or pressed wood spacer required for'EF' joint. DETAIL G Flexible Foam Joint Filler L1 Z" Joint Sealant Material 1" 18 DETAIL H Tree Bulflngs 03 EXPANSION ®3-11 � DOWELED EXPANSION JOINTS See Bar Size Table for Doweled Expansion Joints. Joint Sealant ED 1" (See Detail F) © Edge with 1/4 inch tool for length of joint indicated H Flexible Foam (Detail F) formed; edging not required when cut with diamond blade Joint Filler s' Dowel to See Dowel Assemblies for fabrication details and placement limits. Cost the free end of dowel bar to SECTION B$ prevent bond with pavement At Intake locations, dowel 4 bars may be cast -In-place. 2 Joint Sealant 1 Material Joint - itler 8 DETAIL F © Predrill or preform holes in joint material for appropriate dowel size. >e Compact *a buffxtgs by spading with a square -nose shovel. 1 2" Join( Sealant Material 4" plywood or pressed wood spacer required for'EF' joint. DETAIL G Flexible Foam Joint Filler L1 Z" Joint Sealant Material 1" 18 DETAIL H Tree Bulflngs 03 EXPANSION ®3-11 � DOWELED EXPANSION JOINTS TYPE WIDTH FILLER MATERIAL it ED 1" Resilient (Dotal F) EE 2" Flexible Foam (Detail F) EF 3Z" Flexible Foam (Detail G) BAR SIZE TABLE FOR DOWELED EXPANSION JOINTS O < 8" k 8" but z 10" <10" Dowel Diameter 4 4 2 Tubular Dowel Bars will not be allowed for expansion joints. � wm sd ua>..e.ro t Opmpo Pevanem I @SUD" IQWM„WT 9 w.tsty IlrrAMM Imiiiiiialimli t'Y"01 CONTRACTION JOINTS 13'-0" t 2' for 14'-0" Pavement 11'-0" t Z" for 12'-0" Pavement -! PLAN Spaces between dowel bars are nominal.dimensions with a q" allowable tolerance. 12" 12" 12" 12" 12" 12" 1 12" 1 12" 12" 12" 12" 12" 12" Side Railss� ELEVATION© Top of o<.,,e..,e.,r C Contraction Joint and Assemblv 8 Both Sides LONGITUDINAL SECTION DOWEL ASSEMBLIES @®@ 09 Use 18 inch long dowel bars with a tolerance oft 118 Inch. Ensure the centeritnes of individual dowels are parallel to the other dowels In the assembly within t 1/8 inch. ® Use wires with a minimum tensile strength of 50 ksi. Details apply to both transverse contraction and expansion joints. Weld alternately throughout. ® 0.306 inch diameter wire. Wire sizes shown are the minimum required. ® Maximum 0.177 inch diameter wire, welded or friction fit to upper side rail, both sides. ® Measured from the centerline of dowel bar to bottom of lower side rail + 1/4 inch. ® Per lane width, install a minimum of 8 anchor pins evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. © If dowel basket assemblies are required for curbed pavements, the assembly length Is based on the jointing layout. See PV -101, sheet B. ® Ensure dowel basket assembly centerline is within 2 inches of the intended joint location longitudinally and has no more than 114 inch horizontal skew from end of basket to end of basket. DOWEL HEIGHT AND DIAMETER FOR DOWELED ONT CTION JOINTS mater Diam(Solid) (Tubular) T U 1i 21- 8" "d"a a' 'J""41--- 14" 12" 10- to 11t it 1�- 1.5 Tubular Dowel Bars will not be allowed for RD joints. O M m m 0 0 SP J Retainer R� Top of Pavement �O Approved EXPANSION_ JOINTS 13'-0" for 14'-0" Pavement 11'-0" t for 12'-0" Pavement Spaces between dowel bars are 12" 12" 12" 12" 12" Side Rells}" ELEVATION � Expansion JoIM and Assembly X t a J tLAnchor Pine g" min. Both Sides SECTION THRU EXPANSION JOINT JOINT OPENING AND EXPANSION TUBE EXTENSION Joint Type Mirimum Tube Length "ED" 1" 8" -EE" 2" T" 'El' 31• 9" with a q" allowable tolerance. DOWEL HEIGHT AND DIAMETER FOR DOWELED EXPANSION JOINTS QT <P30 Diameter 8" to 9k 4" 1t" 1D"to 11}2" sk 'I " 12"10 ir 6" 12" Tubular Dowel Bars will not be allowed for expansion Joints. DOWEL ASSEMBLIES ig®%\O; 3-1 Q 83 1 13O� IC� 19 Use 18 inch long dowel bars with a tolerance of 1118 Inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within t 1/8 inch. re® ® Use wires with a minimum tensile strength of 50 ksi. Details apply to both transverse contraction and expansion joints. ® Weld alternately throughout. ® 0.306 inch diameter wire. Wire sizes shown are the minimum required. ® Maximum 0.177 Inch diameter wire, welded or friction fit to upper side rail, both sides. ® Measured from the centerline of dowel bar to bottom of lower side rail * 1/4 inch. ® Per lane width, install a minimum of 8 anchor pins evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. © If dowel basket assemblies are required for curbed pavements, the assembly length is based on the jointing layout. See PV -101, sheet 8. ® Ensure dowel basket assembly centerline is within 2 Inches of the intended joint location longitudinally and has no more than 1/4 Inch horizontal skew from and of basket to end of basket. ® Clip and remove center portion of tie during field assembly. ® 1/4 inch diameter wire. W SURAS 040WADOT It,imm1.101 SINWmp1YNY1 MIN L 1, — sLNlor C1i� CL S3ngW3SSV 13mO0 IOvaAC1T �®s1 M -Ad 1 YaI"Y°"`s INNIL YABtl 6L9L-10 6 lOOV/Y101� Pans{ 'aim Jalawe!P 4oul 4/L 0 '*q se play 6upnp an 10 u0niod jalum 9n uw pue d1l0 'la>Iseq 10 pue Ol lolseq 10 PUG woy mals !eIUOZPO4 Lou! q/L ue41 wow ou se4 pue 6yeu!pnl!6uol uopeool lu!of popuelui a41)o sa4oul Z U!41!m s! au!palueo Ngw9sse l9�seq iamop QJMU3 '91aa4s Lo L-AdaaS,lnoRe!6u4u!of 941 uo poseq si 476ua!,(!gwasse agl'slu9waned pagim lot peombei we se!igwesse IoNseq !amop 11 Jaeu16U3 agl Aq Panwdde sao!Aap 41!m aseq OOd Jo luawaned uo peoe!d sa!lgwasse ioLlouV uoyowlsuoo 6uunp 6!gwesse 10 luawanow luanwd ol'(ap!s iad q) pooeds.(!uana su!d io4oue g to wnwlu!w a yelsu! '4lPpe aue! led "4oul b/ L + Ile, 9p!s Jemo! 10 .JL wouoq of ieq lamop 10 au!paluao a4l ww1 pwnseayl -EL OI .0 'sop!s gloq'!!w ops laddn of UJ .03. uopol4 io POP!em •al!m Jelawe!p goul LL L 0 wnwlxelq . L 'pannbw wnw!u!w 46 O1.B a41 we umo4s sans GUM -wpm i91awe!p 4ou! 90E.0 .fe '1no46nw416laleweNe ploM AelawelO slu!of uo!suedxa pue uogoeAuoo awensuen 41oq of Ndde sl!elaO @Z isl 0g Lo g)fivails a!!suel wnw!u!w a 41im swim asn 0 '4ou!9/L T u!LI!m 6lgwasse e41 u! s!ammop Ja4lo eta of l9gwed we s!emop!enp!ypu! 10 sou!poluao 941 wnsu3'you! an z 10 eoueie!ol a ql!m weq jamop buol 4ou! 9L asO 61 slulof uasuedx9 io; pamolle eq lou Illm wee !emoO ieingnl .JL 49 -EL OI .0 9 L .03. * O1.0& . L 4* 46 O1.B .. .fe .fL UL.L AelawelO O NOISNVdX3 O313M0L1313WVI0 ONV1H013H WlS1NIOp 13 .6 �e .a3. 9 L .03. 41 1 ugnl O wnw i adRl x901' NOISN31X3 38fll NOLSNVcD(3 ONV ONIN3d01MOP 1NIOf NOISNVdX3 (1HH1 NOLL03S saps 4109 u!w -9 sold '0 4ouV�� L !M O I a!1 II L ®d!gwossV pue 1u!op uo!suedx3 10 dol lluH ® lewelea NOUVA313 0s!!eb Jau!eladT-10 �8� © /fsnob aPIS® .ZL .0 - .ZL - .0 - .ZL I.0 I.ZL - .Z1 dL .ZL .a •eouwe!ol epemq!e „b a L1!m s,o!suewlP leu!wou we weq !amop Ueemleq saoedS �_ luawaned .,0-.M 101.6 i .0•.L L luawaned ,.0-.41 J01. i „0-,0L — SIMOr NOISNVdX3 ml ,, A 12" For joint details, see PV -101. "22 R 3' X18 12 T- 6" Slope as FORM Slope as 6• P" plans 4' per ns FORM 4" per plans GFORRADE – – ��'–s GRADE _2" R _ _ GRADE _ 2 R_ ELEV. ELEV. ELEV. 01 6" Standard Curb, 6- Sloped Curb, or 4' Sloped Curb as specified. R 3' 02 g fl Proposed Pavement is HMA. No elevation d'dference it Proposed 6" STANDARD CURB 6" SLOPED CURB 4" SLOPED CURB Pavement is PCC. (5) -Br, -Kr, or'L' joint if Proposed Pavement Is PCC. 'B' joint If Proposed Bads of Curb 7 2" 3" b 2'1i' or as s acifled Pavement Is HMA. 2' (max.) (as specified -72 1 S per dans Slope as Slope as 2 3 FORM per pWns FORM per plans F GRADE – – – GRADE – – – ELEV. ELEV. - Level Varim Line DROPCURB L AT SIDEWALK DRIVEWAY DROP CURB CURB AND GUTTER UNIT 6' 42 1 See Detail A j�—�6 I_ '2 �'j 12" Z! c i" R m m c 1 ��,�,`'6UDA5 QIOUTADOT 4 ,o -rare Ifiilt 1111.ta RMOMD gApRflll ry-iO2 31EET t o13 N ��O,r�1►� 'a"®"Ou:..'�oeT�e'�.°Y"re•ww....v..,. BEAM CURB' t1 *For s�ereylBC9�ent sections,m 9 eltlstl 1L O L7 PCC CURB D.E T 15' Normal® r i i.V v G Curb and Gutter If proposed pavement 5 PCC, match V=spatr? for proposed pavement. 'E' loints in curb and gutter section where expansion joints are to be placed In proposed pavement -- — — — Proposed Pavement v C1 v Curb and Gutter 15' Normal 4 JOINTING DIAGRAM FOR CURB AND GUTTER UNIT No Curb5„ 6" sltion 10 Any 5 -IT TransiWn Standard Trs � CURB RUNOUT V V'a�F� m FOR ALL CURBS FROM ACJ DARlilD TO V SLOPED A; SODA$ QIOWAWTtor 5'-a' Std �S£ 51 Ile'Il IO1LIa RMwottal6tiM�j3Q.colo S m m m H N 0 ,, CURB FROM 6" SLOPED TO 4" SLOPED NSITION CURB TRANSITION FROM 6" STANDARD TO 4- SLOPED PCC CURB DETAILS 'S'joint Ee� E joint .C. joint J \ ��O\� Refer Dotal A Back of curb ' l --- TYPE A WITH FLARES Back c DETAIL A 2 3 LB"l gt0l02'B®Sidewalk Ddveway 7 TYPICAL SECTION TYPE A WITH RADII DETAIL 8 Ot Driveway radius (R). Residential: 10 foot minimum, 15 foot maximum. Commercial and industrial: As specified in the contract documents. 2O Transition the curb height to 0 inches at end of tapedradius or at the front edge of sidewalk. Do not extend raised curb across sidewalk. 3O Pavement thickness. Residential: B inches minimum. Commercial and industrial: 7 inches minimum. t� Sidevralk thickness through driveway to match thickness of driveway. 5O Center reinforcing bar vertically in the pavement. © Match thickness of adjacent roadway, 8 inches minimum. 7O Provide'F joint at back of curb unless 'B' joint M specified. © For slays, invert the pavement crown 2% toward center of alley. gO Target cross slope of 1.5% with a maximum cross slope of 2.0%. If specified In the contract documents, construct the sidewalk through the driveway 5 feet wide to serve as a passing space. 10 If cross slope of adjacent sidewalk panel exceeds 2.0%, remove and replace to transition from existing sidewalk to sidewalk through driveway. If elevation change requires a curb ramp, comply with Figure 7030.205; verify need for detectable warning panel with Engineer. Width Varies G lv Existing GLina round — — ,---- / — ,O,H coax. 2% 291° -- '�� ' Finished Grade Driveway Skfewalk(3 Driveway TYPICAL CUT SECTION Width Varies Zi. Driveway IL 2% 2% ,1-- L----_�- Sidewaik(- -',, °� Mer Flnis�AAiF,I, Grade 1.7 Al _ Existing ------_--- __�— Ground Line EO :h Wd I 1 0306101 TYPICAL FILL SECTION 43-113 --' Driveway (D10 foot vertical curve required for 5% or greater change In grade. O2 Slope varies. See contract documents. O3 Target cross slope of 1.5% with a maximum cross slope of 2.0%. O1 Parking Slope: If parking width is less than 10 feet wide, slope at 1/4 inch per foot. Existing If parking width is 10 feet wide and Ground greater, slope at 1/2 Inch per foot. Line �- Rourd slope — — 1 at top. 4: 1 slope unless otherwise specified In c Round slope at toe. the contract documents. TYPICAL CUT SECTION Parking Width S. Round slope O o at top. r } ylope unless Varies 1 t+ 1., Q '� 11 1�{}ise specified in \ 1 11�e contract documents. i 1 1 I Round slope lid I Ol at tee. Existing�\�_ - __----_—__-- -- -�--_ Ground T t Line } TYPICAL FILL SECTION OGrade Break1 W W W W W W W W W W W W W 1 W W W W W W W W W W W W W 1 W W W W W W W 6'-0• min. W W t W W W W W W W v W W W W ::: Turning Passing d Space area if E Special ::: 2 sidewalk Shaping e.. O is less than 4 5'-0" wide. \ WWWWWWWWWW ``'' '1 �pg11eii��x� e a at intervals ` W �, �, .�, W W W (Required for new Perpendicular Curb ` •���•�� iµ1 cgrq�a�a( 7 Ramp Slops: �. •••••'• Grade BreakG (1) :'1I 110 I i J3U)U 10Z 6.25% (target) "' "' "' '•� `�Y Face of Curb 8.3% (max) `�' Back of Curb W W W W W W W W W Special Shaping Key Curb Ramp Turning Space Detectable Warning Grass Q1 Match pedestrian street crossing slope, or flatter. O2 Minimum 4 feet by 4 feet Target cross slope of 1.5% with a maximum cross slope of 2.0%. O3 Target cross slope of 1.5% with a maximum cross slope of 2.0%. W W W W W W W W W W W W W W W W W W W W W W W W W W Existing W W W W W W Si L,& •. •. •. W W W W Maich existing y W W W W sidewalk or033 Slope. W Cross, Slope Transition W W W W W q Segment (where necessary) W W W W W W W W W W W W W W W W W W W W W W W W W W 3 W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W Curb ramp requirements: Y W W WWW W W .:.: W W W m 1. Maximum curb ramp slope W Parking W L Sam of 8.3%. or W W 2. Minimum length 15'-0" W W W W4 8t any constant slope W W W W W W W W W W W W W W W OGrade Break1 W W W W W W W W W W W W W 1 W W W W W W W W W W W W W 1 W W W W W W W 6'-0• min. W W t W W W W W W W v W W W W ::: Turning Passing d Space area if E Special ::: 2 sidewalk Shaping e.. O is less than 4 5'-0" wide. \ WWWWWWWWWW ``'' '1 �pg11eii��x� e a at intervals ` W �, �, .�, W W W (Required for new Perpendicular Curb ` •���•�� iµ1 cgrq�a�a( 7 Ramp Slops: �. •••••'• Grade BreakG (1) :'1I 110 I i J3U)U 10Z 6.25% (target) "' "' "' '•� `�Y Face of Curb 8.3% (max) `�' Back of Curb W W W W W W W W W Special Shaping Key Curb Ramp Turning Space Detectable Warning Grass Q1 Match pedestrian street crossing slope, or flatter. O2 Minimum 4 feet by 4 feet Target cross slope of 1.5% with a maximum cross slope of 2.0%. O3 Target cross slope of 1.5% with a maximum cross slope of 2.0%. GUTTERLINE JOINTING THIRD POINT JOINTING Q Existing Joint Existing Joint Existing Joint Q Patches on roadways with quarter Existing Existing Pavement W Joint Existing Pavement point jointing will be similar to 'B' Joint Pavement 'B' Joint third point Jointing details. 2O Minimum distance between existing 'RD' Joint 'RD' Joint 'RD' Joint 'RD' Joint pint and patch Is 6 feet. If 'RD' Joint 'KT -2' or distance is less than 6 feet, extend 'BT -3' Joint 'RD' Joint 'B' Joint patch to existing joint. � If subgrade or subbase material is 16'-0' min. 16'-0" min. ''15'-0' 6'-0' min. required below patch, bring material 15'-0" rnex max. 15'-0' max. to a level 2 inches below bottom of ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH CENTER PANEL PATCH existing pavement. WITH OPPOSING JOINT WITH OPPOSING JOINT WITH OPPOSING JOINTS ExisExisting tt� Existing .biM Existing Pavement ExistingExisWg Existing Pavement Existing Joint Joint01MIJ Joint Pavement Jo Joint Joint t 'KT-7or 'B'Joint 'BT -3''R7 Ja'RD'Jolnt Joint oint LONGITUDINAL SECTION 'RD' Joint 'RD' Joint THRU PCC PATCH 'RT Joint O 6'-0' min. O 6'-0" min. min. 15'-0' max. 15-0 max. 15'-0• max. Existing Dowel or Tie Bars ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH CENTER PANEL PATCH Curb NO OPPOSING JOINT NO OPPOSING JOINT NO OPPOSING JOINT T/2 'KT -2' or 'KT -2' Or 'BT -3' Joint Existing Joint 'BT -3' Joint Existing Joint '8' Joint Existing Joint �(p Existing Pavement 'Joint O Z I Y2 •� m 'RD' Joint j �'13U'3dM 'RD' Joint O g 'RD' Joint I I SUDAS x +o -n -n 7040.101 o ;0 Wd 11 33 61OZ s�+a+ y 'KT -T or 6'-0' min. XT -2: or 6'-0' min. 6'-0' min. SUDAS Standard Specifications _ 'BTJ' 15'-0' max. 1BT-3 15'-0" max. Joint a 7 �Md�Tr�}¢� O� 15'-0• max. gOt Joint FULL ROADWAY FULL ROADWAY J l- C:ADJACENT PANELS WIDTH PATCH WIDTH PATCH PATCH FULL DEPTH PCC PATCHES o LESS THAN OR EQUAL TO 15' LONG GUTTERLINE JOINTING Existing Pavement 'RD' 'IR -T or O 'BT-TJoint 2 10'-0" min. 6'-0' 20'-0" max. min. ONE PANEL WIDTH PATCH 1:1171 G) m m A O y m m 0 m Joint 0 6'-0" 1 &- - O min. 20'-0" min. max. FULL ROADWAY WIDTH PATCH Joint THIRD POINT JOINTING O 10'-0" min. 6'-0' IHKU FCC; PATCH Existing Pavement CENTER PANEL PATCH Cum n9 Dowel or Tie Bars O7 Patches on roadways with quarter Existin 'KT -2' or point jointing will be similar to ,---Joints-':-'third point jointing details. 'BT Joint 3 4 Q Minimum distance between existing 3 'RT Joint joint and patch is 6 feet. If 'RD' Joint distance Is less than 6 feet, extend patch to existing joint. O3 Match existing joint type and OS '-0' O locations. 10'-0" min. 'C' 20'-0" max, min. ® joint unless'CU joint is OUTSIDE PANEL PATCH specified. Existing Pavement O5 If existing joint spacing is greater than 20 feet, add a'CT joint at Existing mid -panel. Joints I © if subgrade or subbase material is 'RD'Joint *'Rr required below patch, bring material Joint to a level 2 inches below bottom of existing pavement. '8T' Joint U O LONGITUDINAL SECTION 10'-0" min. 6'-0' IHKU FCC; PATCH 20'-0" max. min. CENTER PANEL PATCH Cum n9 Dowel or Tie Bars 'KT -2' or F T12 '8T-3' Joint Existing Pavement T+2"(typ.) 'RD'Joint f,'0 ;h bdd 2 10-0" r='' SUDAS 1040.102 min. 6'-0" P � •� s"EE* min. 20'-0" min. a I SUDAS Standard Specifications FULL ROADWAY WIDTH PATCH FULL DEPTH PCC PATCHES GREATER THAN 15' LONG Buffer Space (Wera0 provMes protection for FL E traffic and workers Traffic Space allows traffic to pass through the ac" area L F F F Shoulder Taper Advance Warning Area Transition Area tells traffic what to expect ahead novas traffic out of its normal path Key' ® �nm BwN Taper Length (L) (it) SebIY Femx 20 00 5 25 (� w.a, score supwn irelM � sn.e., v.lvd. ■ CMrMrbq ate � 9ge 1 b+rv^� en:s 1 40 prribnar Tanis O Type 1118v X pvn ® WM spiv 13 Flgpm 800 cord vy O LNniCY4'2 1 Va�klu Wanl�p Cy M bzlb rM��tln� N Assn �ry ag. er rvon vo�u -Applies to all Section 8030 figures Buffer Space --I— Work Space (Mrgaudlnal) Is set aside for provides protection workers, equipment, for bei c and and material storage workers PD�Is�w�;Get�n!Hfiinz A 100 250 350 500 Activity Area is where work lakes place Downstream Taper Termination Area Isla traffic resume normal operations N may be necessary to combine two or more examples to adequately address the traffic control needed. Uume vehicle warning lights (amber, high-intensity rotating, flashing, oscillating, or strobe fight) on all shadow and work vehicles. Vehicle hazard lights may be used to supplement warning lights. Do not use hazard lights atom. Flags may be used to .11 oda ndon to the adv.noxd warning signs. If a closure extends overnight, utilize channelizing devices with reboreflective streeting. Speed NMN refers in the legally astabllshed and signed speed limit. If an arrow board Is used on 2-1ane roads, operate only In the caution mode. Adjust he position of waming signs and channellzing devices for available sight distance. Do rot Install temporary traffic control devices unfit work is ready to begin, and remove or cover all signs and devices promptly when they are not needed. The END WORK (G20-2) signs shown on aN figures are optional. Merging Taper Langths for Lara Closures Speed Limit (mph) Taper Length (L) (it) Number of DWA M 20 00 5 25 125 8 30 180 7 35 245 8 40 320 g 45 540 13 50 800 13 55 800 I 13 WWI shown are for a 12 t0pt ohm. Table does not apply to oneaane, lwo-wsy (flagger) tapers When distance "A" Is less than 500 feet, place the barricade with the ROAD CLOSED TO TMRU TRAFFIC sign In the middle of the baflic lane approscri g tine work area. The barricade nay be omitted R C,e distance M tire work area a lees than 250 feet. Last Pudic Road Intersection Prior Maintain safety fence closures to prevent to Closure unauthorized vahlcles from passing through. Place staggered Type III barricades In Cis roadway after Cie lest public road intersection prior lo Cs! closure. Safety Fence C""Ific is allowed to pass a Type III barricade, refrorelbetive sheeting Is requited on both sides of Ca barricade. Refer to Figure BMA 01 for symbol key and sign F spacing y I-� AAMS A ROAD ROAD ROAD CLOSED CLOSED CLOSED AIfAD ROAD CLOSED AFIEAD m 7NRU TRsffIC m dM0171113 vM01 x A8313 A110 COin :h Wd I 13306102 sunns 8030.116 SUDAS Standard SpeclDcations = a 3 m m ti o STREET OR ROAD CLOSURE m Use when crosswalks, sidewalks, car other pedestrian facilities are cased or educated. Ensure temporary facilities are delectable and Include accessibility features consistent with the features present in the existing pedestrian facility. Signa such as KEEP RIGHT (LEFT) may be placed to guide or direct pedestrians. Provide continuous banters or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. When required in the contract documents, provide auxiliary lighting or audible information devices to I L assist pedestrians with visual disabilities. Only the temporary traffic control devices related to pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. Refer to Figure 8030.101 for symbol key and sign spacing. in W my Oct o 3F 0 of W CD = x y n M m > ; o M o O r-- v dh101 e),113 vNio, M )48310 X 110 O New 161)-1) £p :h lad I 10306102 SURAS 8030.117 VaHEEF h of 1 = o SUDAS Standard Specifcations In o SIDEWALK DETOUR T +- Qw O ■ F ■ I 1 ■ r $0' *031 £p :� Wd 1133�61�Z 03-113 Use when work activities close crosswalk or reduce width to less Nen 4 feet Ensure temporary facilities are delectable and include acuesslbtllly, features consistenl wtih the features present in the exislkg pedestrian facility. When required In the contract documents. provide auxiliary lighting or audible Information devices to assist pedestrians with visual disabilities. Refer to Figura 8030.101 for symbol key and sign spacing. Compact trench spoil against uphill side of wattle. 9' (nominal) dia, or as specified. r• 2W Trench Disturbed Area Space as specified in the contract documents. �d i i �3a 610b Ar Rro(eole�f� l' W Joint wrap W 10 Prepared by Joe Welter, Public Works, 410 East Washington Street, Iowa City, Iowa 52240, (319) 356-5144 Resolution No. 20-9 Resolution approving the project manual and estimate of cost for the construction of the Spruce Street Water Main Replacement Construction Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Spruce St. (1300-1400 Block) Water Main Replacement, Account Number W3216. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above-named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 28th day of January, 2020. 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 4'h day of February, 2020, or at a special meeting called for that purpose. Passed and approved this 7th day of January _'2020 Ma l Attest: A roved by 70 City Attorney's Office Resolution No. 20-9 Page 2 It was moved by Mims and seconded by adopted, and upon roll call there were: Ayes: Nays: Thomas Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be 0 o . 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 Spruce Street Water Main Replacement Project Classified ID: 122874 A printed copy of which is attached and made part of this certificate, provided on 01/08/2020 to be posted on the Iowa League of Cities' internet site on the following date: January 9, 2020 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 1/8/2020 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS SPRUCE STREET WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 28'" day of January, 2020. 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 41 day of February, 2020, or at special meeting called for that purpose. An optional pre-bid meeting will be held at 10:00 am on January 21, 2019 at City Hall, Iowa City. The Project will involve the following: Approximately 900 feet of 8" PVC water main installed by directional drill method on the west side of Spruce Street between Deforest Avenue and Friendly Avenue/Lower Muscatine Road. In addition, the construction activities will include the associated copper water services, traffic control, and sidewalk and pavement removal and restoration. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. First Avenue Water Main Improvements Project Page 1 of 50 The following limitations shall apply to this Project: Specified Start Date: March 2, 2020 Substantial Completion: April 30, 2020 Final Completion: May 30, 2020 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK First Avenue Water Main Improvements Project Page 1 of 50 Ashley Platz From: Kelsey Hutchison <khutchison@mbi.build> Sent: Thursday, January 9, 2020 12:22 PM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: 1.9.19 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 -Spruce Street Water Main Replacement in Iowa City McCollister Boulevard Extension 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): January 9, 2020 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. January 9, 2020 CQ I( 19 Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant 8 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.com 9111200 C; DAILY NOTICE TO BIDDERS construction RECEIVED JAN 0.8 2020 0100 NOTICE TO BIDDERS SPRUCE STREET WATER MAIN REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 281 day of January, 2020. 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 4'^ day of February, 2020, or at special meeting called for that purpose. An optional pre-bid meeting will be held at 10:00 am on January 21, 2019 at City Hall, Iowa City. The Project will involve the following: Approximately 900 feet of 8" PVC water main installed by directional drill method on the west side of Spruce Street between Deforest Avenue and Friendly Avenue/Lower Muscatine Road. In addition, the construction activities will include the associated copper water services, traffic control, and sidewalk and pavement removal and restoration. All work is to be done in strict compliance with the Project Manual prepared by Watersmith Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (In the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidders bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond In an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. First Avenue Water Main Improvements Project Page 1 of 50 The following limitations shall apply to this Project: Specified Start Date: March 2, 2020 Substantial Completion: April 30, 2020 Final Completion: May 30, 2020 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave. Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. A $20.00 fee Is required for each set of the Project Manual provided to bidders or other Interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK First Avenue Water Main Improvements Project Page Joe Welter. PE City of Iowa City 410 East Washington Street Iowa City, IA 52240 January 7, 2020 �:) WATER. ENGINEERING 1029 Hershey Avenue Muscatine, IA 52761 563.506.2673 brad@watersmithengineering.com Late Handouts Distributed r — —7 — Z2OD (Date) Subject: Spruce Street Water Main Improvements Project, Engineer's Estimate Dear Mr. Welter, The engineer's estimate for the Spruce Street Water Main Improvements Project with Public Hearing date of January 7, 2020 and bid due date of January 28, 2020 is $276,702. Please let me know if you need any additional information. Sincerely, Bradley W. Roeth P.E. Senior Engineer r -$v 0 ') i1 v z C.).< r -�G rn -v rn ¢� w D Ln Co Prepared by: Joe Wetter, Public Works, 410 East Washington Street, Iowa City, Iowa 52240 (319) 3565144 Resolution No. 20-23 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Spruce Street Water Main Replacement Project. Whereas, B.G. Brecke, Inc. of Cedar Rapids, Iowa, has submitted the lowest responsive, responsible bid of $221,610.93 for construction of the above-named project; and Whereas, funds for this project are available in the Spruce St. (1300-1400 Block) Water Main Replacement Project - Account # W3216; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that 1. The contract for the construction of the above-named project is hereby awarded to B.G. Brecke, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 4th day of _,2020 rove Attest : (�A4� C CGL _ / I -d� - % 9 City lerk City Attomey's Office It was moved by Salih aLonded by 'Thomas the Resolution be adopted, and upon roll call there were Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner 0500 CONTRACT SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and B.G. Brecke, Inc. of Cedar Rapids, Iowa ("Contractor'). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 11th day of December, 2019, for the Spruce Street Water Main Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $221,610.93, 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, pursuanttq§ection 0200, attached hereto; and rn C. Contractor's Completed Wage Theft Affidavit, if applicabt2; pursuant 4e, Section 0200, attached hereto. — The above components are deemed complementary and what is called:6rby ogre shall. be as binding as if called for by all.CC - co cJ Spruce Street Water Main Improvements Project 0500 - Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY UNIT PRICE TOTAL AMOUNT Bee Line o? $4,500.00 Price Industrial CID $50,000.00 Mac Concrete w $31,600.00 Carew Landscape $6,600.00 '2O DATED this x164 day of F-2 brLc EL. 20X �;J� B: Signature of City Official Druce lecagcC, Printed Name of CU' y Official ATTEST: Vlly „LLVI I ICY J Contractor B Signature o ontractor Officer Brad e9vt wee Printed Name of Contractor Officer Press &-nt Title of Contractor Officer ATTEST: B :L2,A / i If, 6 ' vvVa (Company Official) u o --ICi v o? � CID ` w co Spruce Street Water Main Improvements Project 0500 — Page 2 of 2 0400 PROPOSAL 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: B.G. Brecke, Inc. Address of Bidder: 4140 F Avenue NW, Cedar Rapids, Iowa 52405 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 $ 221,610.93 , 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 1 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 66ntract and agrees that, in the event of any discrepancies or differences between tha yaric,Q items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. N rTr m W ' Co Spruce Street Water Main Improvements Project 0400 — Page 1 of 5 BID ESTIMATED ITEM DESCRIPTION QUANTITY UNITS UNIT EXTENDED PRICE AMOUNT ON-SITE TOPSOIL, STRIP, STOCKPILE, SPREAD, BASED ON 1 8" DEPTH 57 CY 25 1,425 SUBBASE, 6" 390 SY 25 COMPACTION 3 TESTING 1 LS 1,468 TRENCH COMPACTION 4 TESTING 1 LS 1,250 SANITARY SEWER SERVICE 5 RELOCATION 4 EA 2,000 9,750 1,468 1,250 500 1,250 72,463.80 2,310 WATER SERVICE 10 PIPE, COPPER 1" (1) 643 LF 46.20 29,706.60 WATER SERVICE 11 CORPORATION, 1" 23 EA 435 WATER SERVICE CURB STOP AND 12 BOX. 1" 23 EA 200 13 VALVE. 8" GATE 2 EA TAPPING VALVE 14 ASSEMBLY, 6" 1 EA 2,700 FIRE HYDRANT 15 ASSEMBLY 2 EA 5,000 FIRE HYDRANT 16 REMOVAL 3 EA 500 CUT -IN CONNECTION, 17 6" 1 EA 800 -IN CONNECTION, 18 8" 1 EA 800 0 M Wr WATER MAIN, O84 TRENCHED,PVC o 6 C900, 6" 5 LF 100 WATER MAIN, TRENCHED,PVC 7 C900,8" 10 LF 125 WATER MAIN, TRENCHLESS, PVC C900, 8", DIRECTIONAL DRILL 8 (1) 885 LF 81.88 9 FITTINGS. BURIED 385 LBS 6 9,750 1,468 1,250 500 1,250 72,463.80 2,310 WATER SERVICE 10 PIPE, COPPER 1" (1) 643 LF 46.20 29,706.60 WATER SERVICE 11 CORPORATION, 1" 23 EA 435 WATER SERVICE CURB STOP AND 12 BOX. 1" 23 EA 200 13 VALVE. 8" GATE 2 EA TAPPING VALVE 14 ASSEMBLY, 6" 1 EA 2,700 FIRE HYDRANT 15 ASSEMBLY 2 EA 5,000 FIRE HYDRANT 16 REMOVAL 3 EA 500 CUT -IN CONNECTION, 17 6" 1 EA 800 -IN CONNECTION, 18 8" 1 EA 800 0 M Wr O84 M o ^2 7co 10,000 1,500 800 800 Spruce Street Water Main Improvements Project 0400 — Page 2 of 5 CUT AND CAP WATER 19 MAIN, 6" 1 EA 500 500 PCC PAVEMENT SAMPLES AND 20 TESTING 1 LS 2,645 2,645 REMOVAL OF SIDEWALK OR 21 DRIVEWAY 201 SY 20 4,020 4,500 INCLUDING WATERING AND 27 WARRANTY 0.2 AC 33,000 6,600 SWPPP MEASURES - WATTLES, INCLUDES INSTALLATION AND 28 REMOVAL 900 LF 2 1,800 SWPPP MEASURES - INLET PROTECTION 29 DEVICE 2 EA 500 1,000 CONSTRUCTION OR 5FT WIDTH, 4" 30 SURVEY 1 LS 4,156.25 a15566.2_V_ 22 PCC 181 SY 77.63 14,051.03 DETECTABLE 31 MOBILIZATION 1 LS 9,000 23 WARNING 40 SF 46 1,840 PAVED DRIVEWAY, 6" CONCRETE 24 PCC 20 SY 165.60 3,312 FULL DEPTH PATCH, 25 PCC 8" 63 SY 97.75 6,158.25 4,500 INCLUDING WATERING AND 27 WARRANTY 0.2 AC 33,000 6,600 SWPPP MEASURES - WATTLES, INCLUDES INSTALLATION AND 28 REMOVAL 900 LF 2 1,800 SWPPP MEASURES - INLET PROTECTION 29 DEVICE 2 EA 500 1,000 CONSTRUCTION o 30 SURVEY 1 LS 4,156.25 a15566.2_V_ D=W C -)-G N J pn i � n 31 MOBILIZATION 1 LS 9,000 ..� 00 Y C.J CONCRETE 32 WASHOUT 1 LS 500 500 TOTAL EXTENDED AMOUNT = $ 221,610.93 The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Spruce Street Water Main Improvements 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: HJUiL�iT Bee Line Price Industrial Mac Concrete Carew Landscape OF WORK Barricades Boring Concrete Hydro Seeding APPROXIMATE NOTE: All subcontractors are subject to approval by City of Iowa City. $4,500.00 $50,00.00 $31,600.00 $6,600.00 Spruce Street Water Main Improvements Project 0400 — Page 4 of 5 N 0 N r^ rri M m a o� g� 0 00 n w Spruce Street Water Main Improvements 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: C 1 3 1 6 - 4 5 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. Brad Brecke Printed Name _ E 0 N G President D� W Title C) J r' .r; a m 4140FAvenue NW O :E::= s coStreet Address co Cedar Rapids, Iowa 52405 City, State, Zip Code 319-396-7055 Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Spruce Street Water Main Improvements Project 0400 — Page 5 of 5 0405 BIDDER STATUS FORM Aa bidders mist submit tie following completed form to the govemmeinal body requesting bids per 875 lmva Administrative Code Chaucer 156. To be completed by all bidders Part A M Yes ❑ No My company is authorized to transact business in Iowa. (To help you deter nine if your canpar), is authorized, please review the iyoAsheel. Authorlmlion to Truawcl Business). ® Yes ❑ No ® Yes ❑ No ® Yes ❑ No ® Yes ❑ No My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. 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 orm If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Pans C and D of this form. To be completed by resident bidders Part B Dates 03/17/1964 to Present Address: (mmIdd/y)yy) Dates 12/15/2016 to Present (nnu/dd6W) Dates 4140 F Avenue NW City, State, Zip Code: Cedar Rapids, Iowa 52405 Address: 11921 Sherrill Road City, State, Zip Code: Dubuque, Iowa 52002 to Address: (nnn/dd/y"y) City, State, Zip Code: You may allach additional sheel(s) if needed. To be completed by non-resident bidders Part C 1. Name of home slate or foreign country reported to the Iowa Secretary of State: -c rn -I W 2. Does your company's home state or foreign country offer preference to bidders who are residents'? n -0 Yeses ❑ t4.. n v 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state�,\ei-foregLat countyd the appropriate legal citation. rri M 2� t , I o CO You may attach additional sheel(s) if needed. To be completed by ali 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: 1/28/2020 Spruce Street Water Main Improvements Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ® Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ®No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes ❑ Yes ®No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ® Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ® No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes © No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes x❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ® No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ® No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ® No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes M No My business is a limited liability company whose certificate of organization�g 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. yy W •_G.,y C-) N r � M � M o� CO n w Spruce Street Water Main Improvements Project 0405 — Page 2 of 2 RonA No. 54229240 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, B.G. Brecke, Inc., as Principal (hereinafter the "Contractor" or "Principal") and United Fire & Casualty Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of two hundred twenty one thousand six hundred and ten dollars and ninety three cents ($221,610.93), 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 2020 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Approximately 900 feet of 8" PVC water main installed by directional drill method on the west side of Spruce Street between Deforest Avenue and Friendly Avenue/Lower Muscatine Road. In addition, the construction activities will include the associated copper water services, traffic control, and sidewalk and pavement removal and restoration. 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: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by referencemmade a part hereof, for the above referenced improvements, and shall indemnify ancf�§ave harmless the Jurisdiction from all outlay and expense incurred by the 1��Iictftr by... reason of the Contractor's default of failure to perform as required. The CDFl1 ct hall 1 also be responsible for the default or failure to perform as required under ttrft and" ---- Contract Documents by all its subcontractors, suppliers, agents, or employe-furrMhing�` materials or providing labor in the performance of the Contractr-.I a o� s 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreefjo paAll jus-' claims submitted by persons, firms, subcontractors, and corporations furnishing nyerials 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 Spruce Street Water Main Improvements Project 0510 - Page 1 of 4 improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractors 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 agaipgt the Contractor. N D. That no provision of this Bond or of any other contract shall be va8pat Fmits to -b•; less that five years after the acceptance of the work under the Con ctlhe&ht to sue on this Bond. c-) -< iv E. That as used herein, the phrase "all outlay and expense" is not to Mimited* an way, but shall include the actual and reasonable costs and expensr.Err cued by� the Jurisdiction including interest, benefits, and overhead whppt6ableo Accordingly, "all outlay and expense" would include but not be limite II c%tract or employee expense, all equipment usage or rental, materials, testing, ttside 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 Spruce Street Water Main Improvements Project 0510 - Page 2 of 4 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. Spruce Street Water Main Improvements Project 0510 - Page 3 of 4 N O O ::En D� ca E P r - =<m a 00 �n 0510 - Page 3 of 4 B.G. Brecke, Inc. PRINCIPAL: Signature of (7ntractor Officer Officer Title of Contractor Officer SURETY: United Fire & Cmmalty Company urety Cc Name By Signature of Attor y -i Officer Diane IL Youn& Atmmeyin•Fact Printed Name of Attomey-in-Fact Officer Holmen, Murphy and Associates, LLC Company Name of Attomey-in-Fact 2727 Grand Prairie Parkway Company Address of Attomey-in-Fact Waukee, IA 50263 City, State, Zip Code of Attomey-in-Fact (515)223.6800 Telephone Number of Attorney -in -Fact Spruce Street Water Main Improvements Project 0510 — Page 4 of 4 N O N 0 C-)-< J r Gm a M o0 v w �n Spruce Street Water Main Improvements Project 0510 — Page 4 of 4 Uf g1m UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE &INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company - See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the Stats of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, SHIRLEY BARTENHAGEN, DIONE R. YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY' "Article VI - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to he valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its 1�"' .,, 3a�a` "\ f., t", �.N\F�� INSUq•,, vice president and its corporate seal to be hereto stinted this 15th day of January, 2014 yp��pPPUH.j'.h.CM14s a� gCOxfu y _h epxl'OxATE. 4 —.— SEAL 9� SNL � 1980 j QQ�� i:•'.c p:�S' 'NIFOP�: pat 1111111\1\\N /n/IItt111\N "i'////pylllllll\\\\NN`"" UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL IS -1i PACIFIC INSURANCE COMPANY By: 9—e" A State of Iowa, County of Linn, ss: Vice President On 156 day of January,2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of sM corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of DirefWs of said corporations and that he signed his time thereto pursuant to like authority, and acknowledges same to be the act and deed of said cpr�'omti``on§.� JWL Judm A. Jones sem' fir_ + Iowa Notarial Seal `F C-) J Commission number 173041 ._{ t'"� Public x o". My Commission Expires 04/23/2021 M�sr"-mission exp23/2021 7 ca. co I, Mary A. Bertsch, Assistant Secretary of UNITED FIRE &CASUALTY COMPANY and Assistant Secretary ot�}N[TED FIRE &INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I eve comp d the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set orth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attomey has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this day of 1 2020 p"nly/4j,, \wy1^,n ,N nw' uy r'�Yr. '1)N, _ ♦ t;%y " COPPORAiE p�u (OIII'OxATE� �j Y C i$ Tj /9r6 SEAL ,.9[AL a (rFpptr. +w.m+�� �''+=.,r.•�*Fr•"'n: rami Assistant Stary YgrrNn01\DO\ nnnrn,nlNN` ''• nn l ecre OF&C & OF&i & FPIC BPOA0049 0913 0520 CONTRACT COMPLIANCE SECTION 1- GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City s intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. N O 6. All contractors, vendors, and consultants must refrain from the us®of anX!signs or designations which are sexist in nature, such as those which state Wdrkind'q "Flagman Ahead," and instead use gender neutral signs. N -- 7. All contractors, vendors, and consultants must assure that their subcaltiffpto.%abi f�Y the City's Human Rights Ordinance. The City's protected classes arer;d aRowi y City Code section 2-3-1. ? 90 w Spruce Street Water Main Improvements Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? Corn 4. What is the name, telephone number and address of your business' Opportunity Officer? (Please print) 31g- 39 e - �05s Phone Number Egti'"m 'gyment~ x 91'40 Pi jenoe, l -W D Street Address City, State, Zip Code Spruce Street Water Main Improvements Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 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. PIP Print Name 3ig - -39�0-706 Phone Number Pres Title -z-la-ZC-) Date _ Q N Q N O r*t a : s co Q � w Spruce Street Water Main Improvements Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company s recruitment procedures to identify and eliminate discriminatory barriers. o (d) Select and train persons involved in the employment process �se pjective standards and to support equal employment opportunity goals. D= -i w (e) Review periodically job descriptions to make sure they accuratelyg?,,flrect!# jor job functions. Review education and experience requirements to sure they, accurately reflect the requirements for successful job performancg, M (f) Review the job application to insure that only job related questionEbe a**d. Ask' yourself "Is this information necessary to judge an applicant's abilO,to pe&rm the job applied for?" Only use job-related tests which do not adversely a%ct any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of Spruce Street Water Main Improvements Project 0520— Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: http://www.stedinacodifiers.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. Spruce Street Water Main Improvements Project 0520 — Page 5 of 6 Np e�A P rn �Cm y m 3 �� co v w w Spruce Street Water Main Improvements Project 0520 — Page 5 of 6 4140 F Avenue NW Ceder Rapids, Iowa 52405 United States (319) 396-7055 onke (800) 728-7055 Ton -Free (319) 396-9390 Fm info@brecke.com www.brecke.com January 1, 2020 )k "AIIIIAN's IF MECHANICAL CONTRACTORS 11921 Sherrill Road Dubuque, Iowa 52002 United States onkv (563) 583-4852 Toimw (800) 728-7055 Fay (563) 845-7484 info@breckecom www.brecke.com B.G. Brecke, Inc. also known as Brecke Mechanical Contractors will give equal employment opportunities to all people, we make employment decisions at Brecke Mechanical based on each person's performance, qualifications, and abilities. Brecke Mechanical does not discriminate in employment opportunities or practices based on race, color, religion, sex, national origin, age, disability, ar any characteristic protected by law. We will make reasonable accommodations for qualified individuals with known disabilities unless making the reasonable accommodation would result in an undue hardship to Brecke Mechanical. Our Equal Employment Opportunity policy covers all employment practices, including selection, job assignment, compensation, discipline, termination, and access to benefits and training. If you have a question about any type of discrimination at work, talk with your immediate supervisor or the CFO. You will not be punished for asking questions about this. Also, if we find out that anyone was illegally discriminating, that person will be subject to disciplinary action, up to and including termination of employment. 0 N C Bill Jensen, CFO & Equal Employment Opportunity Officer n r,3 �- 9 M 1.71 oo 3> W HVAC • Building Automation Systems • Commercial Refrigeration • Food Service Equipment • Heating - Hydronic and Steam System Specialists • Boller Repair and Replacement - Pre -Fabrication • Pipe Fitting/ Process Piping /Welding /Fabrication • Authodzed'PP'and 'R'Stamp Holder • Industrial Millwright Services • Plumbing • Excavation -Water Service and Sewer Installation, Repairs and Replacement Water Treatment - Cooling Towers, Boilers and Water Softeners - Design Build Projects for Mechanical Systems • PD3D /CAD/ Engineered Drawings • Consulting / Project Management • Maintenance Contracts Available • Provide 24 Hour Service, 7 Days a Week 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, vin the five (5) year period prior to the award or at any time after the award, such violatiorrshall cOstitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a res@�A the -Wag Theft Policy it may submit a request in writing indicating that one or more ° folkawind actions have been taken:CD a. There has been a bona fide change in ownership or control of the inemble 99rson or entity; o 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. Spruce Street Water Main Improvements Project 0530 — Page 1 of 3 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. _ ti o O a W ^I n `J € r- - rn i � s co r CO Spruce Street Water Main Improvements Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT STATE OF ss: Li nn COUNTY upon being duly swom, state as follows: 1. I am the ?<es;de, 4- [position] of �•�� ^c ['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 BA, 6'ecke,1� [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 anyjudicial 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. v -- Signature This record was acknowledged before me on , 2- k01 --Zc� (date) by nlr&-A ? Ce � (name of individual) as (type of authority, such as officer or trustee Q o U of (name of party on behalf of whom c(a was j executed) --1 c) -J q��l ' "' �U co QD L Notary Public in and for the State ofZOWA ,,,,....����''''jjjjLo, MADELINE A BRECKE Commission Number W5965 My Commission Expires 11 August 17, 2020 Spruce Street Water Main Improvements Project 0530 - Page 3 of 3 AORTO® CERTIFICATE OF LIABILITY INSURANCE MDNYM D02/2M0/2020 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 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 1-800-300-0325 CONTACT NAME: Holmes Murphy & Assoc - CR PHONE FAX C No: E-MAIL 201 First Street BE, Suite 700 ADDRESS: INSURERS AFFORDING COVERAGE NAICY 04/01/20 INSURERA: HARTFORD FIRE IN CO 19682 Cedar Rapids, IA 52401 INSURED INSURER B: TRAVELERS PROP CAS CO OF AMER 25674 INSURER C: SENTINEL INS CO LTD 11000 B. G. Brecke, Inc. INSURER D: CONTINENTAL CAS CO 20443 4140 F Avenue N.N. INSURER E: WESTCHESTER SURPLUS LINES INS CO 10172 MED EXP An one n $ 10,000 1 INSURER F: Cedar Rapids, IA 52405 COVERAGES CERTIFICATE NUMBER: 58546378 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. INSR LTRJm TYPE OF INSURANCE ADOL SUBR POLICY NUMBER POLICY EFF POLIpYEXP LIMNS A X COMMERCIAL GENERAL LIABILITY 91MCNOBOolo 04/01/19 04/01/20 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE El OCCUR DAMAGE TO RENTED PREMISES Ea ofmrren $ 300,000 MED EXP An one n $ 10,000 PERSONAL a ADV INJURY $ 1,000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY O %ERGOT � LOC PRODUCTS-COMP/OP AGG $ 2.000,000 $ OTHER: A AUTOMOBILE LIABILITY 91URNOE0011 04/01/19 04/01/20 COMBINED SINGLE LIMIT Ea amidn $ 1,000,000 BODILY INJURY(Per person) S AUTO IxANY ALL OWNED SCHEDULED AUTOS TOS NON -OWNED HIRED AUTOS X AUTOS BODILY INJURY(Per accident)$ PROPERTY DAMAGE P amid n $ B X UMBRELLA UAB 8 OCCUR ZOP-1ON33018-19-NF 04/01/19 04/01/20 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 EXCESS LIAR CLAIMS -MADE OED X RETENTION 10, 000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER(EXECUTNE OFFICER/MEMBER EXCLUDED? F (Mandatory In NH) NIA 9INEGE0009 04/01/19 04/01/20 X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE -EA EMPLOYE S 1,000,000 E.L. DISEASE - POLICYL $ 1,000,000 Ifyes describe under DESCRIPTION OF OPERATIONS b&W D S Installation Floater Pollution PKT6017148932 070963449001 04/01/19 05/03/19 04/01/20 04/01/20 Limit o 700,000 Occ/Agg � W I, Oe&�00 iii ar DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may M attached If mon apace Is required) rr Project: Spruce Street Nater Main Improvements Project The City of Iowa City is an additional insured on the general liability and auto liability od<.5risimy an4 f i non contributory basis as required by written contract with the insured, per policy terms and tr_ dit"ns. waiver of subrogation in favor of The City of Iowa City on the general liability and workers.:cpmpens=ion as required by written contract with the insured, per polciy terse and conditions. Governmental Immunities endorsement applies on the general liability and auto liability. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2014101) kbressler ®1988.2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Iowa City THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 410 East Washington Street AUTHORIZED REPRESENTATIVE Iowa City, IA 52240 ck� * - COOI ' -- DSA CJ— ACORD 25 (2014101) kbressler ®1988.2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Bond No. 54229240 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND SPRUCE STREET WATER MAIN IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, B.G. Brecke, Inc., as Principal (hereinafter the "Contractor" or "Principal') and United Fire& Casualty Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of two hundred twenty one thousand six hundred and ten dollars and ninety three cents ($221,610.93), 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 whgreas said Contractor entered into a contract with the Jurisdiction, bearing date the 21sT day of fAIIPM S-7 2020 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Approximately 900 feet of 8" PVC water main installed by directional drill method on -the west side of Spruce Street between Deforest Avenue and Friendly Avenue/Lower MusrAti le ftgad. In addition, the construction activities will include the associated copper watersecvices, traffic.: control, and sidewalk and pavement removal and restoration. —+M 1--n<m M To faithfully perform all the terms and requirements of said Contract within in% er ur. specified, in a good and workmanlike manner, and in accordance with the Coni-_o�iinants. r' _ It is expressly understood and agreed by the Contractor and Surety in this bond that the?following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the Spruce Street Water Main Improvements Project 0510 — Page 1 of 4 improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any exteri.sion of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract DocunWnts, which thereby increases the total contract price and the penal sum-& this fond, provided that all such changes do not, in the aggregate, involve at} G-rea a of ` more than 20% of the total contract price, and that this bond shall thq ref 9sed.......,,„' as to such excess increase; and ._{ Cn C. To consent without notice that this Bond shall remain in full force 4K(Dffecft� until._.., the Contract is completed, whether completed within the specified ct {period,,_ within an extension thereof, or within a period of time after the contrget`period has,.,,/ elapsed and the liquidated damage penalty is being charged' against the Contractor. M D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense” is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against Spruce Street Water Main Improvements Project 0510 — Page 2 of 4 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. 0 _ N � O r'^ Q O Spruce Street Water Main Improvements Project 0510 — Page 3 of 4 B.G. Brecke, Inc. PRINCIPAL: 0 Title of Contractor Officer SURETY: United Fire & Casualty Company _ urety Com y Name By Signature of Attor y -in a Officer Dione IL Young, Attorney -in -Fact Printed Name of Attorney -in -Fact Officer Holmes, Murphy and Associates, LLC Company Name of Attomey-in-Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact (515)223-6800 Telephone Number of Attorney -in -Fact Spruce Street Water Main Improvements Project 0510 — Page 4 of 4 N 4 IU 0 Spruce Street Water Main Improvements Project 0510 — Page 4 of 4 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE &INDEMNITY COMPANY, WEBSTER TX 118 Second Ave SE U191M FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, SHIRLEY BARTENHAGEN, DIONE IL YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. ru o f IN WITNESS WHEREOF, the COMPANIES have each caused thesepresents t4% signed by its #%% P�°"" su,? i, vice presians corporate dent d its seal to be hereto affixed this 15r" day dilmuwy,N14 C • � `i` rn'a�. =ro\INsbq��yy .: 4q CO0.PoRATE eu\ s = vl: opPOgrt. C\„ss • -,._ y c Lo•I»nArE Y \oLYb ��':o= UNITED FIRE & CASUALTY CdMAANVO sEAL0 s' sent = 190 UNITED FIRE & INDEMNITY�271CrFPA _ '• c rir',: .a°r• '", e c "tiFon+• �.•- FINANC/IA�L PACIFIC INSUR?d�fL�CO ANY '.••Arlo. n:..,,,,,,x,111„Innauo,.m '.num \o•"•\ omen•" I _ 44 By: L`w...—ice//// State of Iowa, County of Lim, ss: —Z'd%e PfpA,ldent On 15th day of January,2014, before me personally came Dennis J. Richmam a'^ - to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice Resident of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his time thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. A. Judah A. Jones lows Notarial Seal Commission number 173041 • o.x My Commission Expires 04/23/2021 Notary Public My commission expires: 04/23/2021 1, Mary A. Bertsch, Assistant Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my time and affixed the corporate seal of the said Corporations this day of 1 2020 . C••{„ X1 4 ', a`o•I�°nir'q,4 P.. ... .. , A /06 ) CONPoGTE y� ?M1 NMItlYATIi -_i:5 \ULYy f0;0' B • 3� � • yy E. :�� y: �� 9EAL 4 SL\L + i l IBI6 ,y°•Ands po`• p, :un"d•` 'Oyrlwunnnms°�C• ASSIS[Bnt Secretary, Illll,ln\• I•IIIIII in" OF&C & OF&I & FPIC BPOA0049 0913 t r 1 CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org ENGINEER'S REPORT November 6, 2020 City Clerk Iowa City, Iowa Re: Spruce Street Water Main Replacement Project Dear City Clerk: I hereby certify that the Spruce Street Water Main Replacement Project has been completed by B.G. Brecke, Inc. of Cedar Rapids, Iowa, in substantial accordance with the Project Manual developed by Watersmith Engineering, LLC of Muscatine, Iowa. The project was bid as a unit price contract and the final contract price is $242,948.21. There were two (2) change orders on this project as follows: 1. Adjustment of water main profile (No change to contract cost) 2. Extra pavement removal and replacement ($34,138.75) Total Cost Difference for Change Orders: $34,138.75 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, ' Jason Havel City Engineer Prepared by: Joe Welter, Engineering Division, 410 East Washington Street, Iowa City, IA 52240 (319) 356-5144 Resolution No. 20-258 Resolution accepting the work for the Spruce Street Water Main Replacement Project Whereas, the Engineering Division has recommended that the work for construction of the Spruce Street Water Main Improvements Construction Project, as included in a contract between the City of Iowa City and B.G. Brecke, Inc. of Cedar Rapids, Iowa, dated February 21, 2020, 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 Spruce St. (1300 — 1400 Block) Water Main Replacement, Account Number W3216; and Whereas, the final contract price is $242,948.21. 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 17th day of november , 2020 Attest: Appr d by City Attorney's Office (Sara Greenwood Hektoen — 11/10/2020) It was moved by Mims and seconded by salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner