Loading...
HomeMy WebLinkAbout2020 WATER PAYMENT PATCHING PROJECT2020 WATER PAVEMENT PATCHING PROJECT 01 -Apr -2020 Estimate of cost 06 -Apr -2020 Plans, Specs, proposal and contract, revised estimate of cost 07 -Apr -2020 Res 20-92, setting a public hearing 14 -Apr -2020 Notice of public hearing 21 -Apr -2020 Additional Plans, amended project manual 0400- page 2 of 5 21 -Apr -2020 Res 20-99, approving project manual and estimate of cost. 06 -May -2020 Notice to bidders 19 -May -2020 Res 20-128, awarding contract (All American Concrete) 02 -Jun -2020 Contract, proposal, bidder status form, performance, payment and maintenance bond 02 -Dec -2020 Performance, payments, and maintenance bond, Engineers Report 15 -Dec -2020 Res 20-276, accepting the work r 1 N 'P a` kfa L CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE 0 D� n� �c-> �r- m o70 S� FORMAL 2020 WATER PAVEMENT PATCHING PROJECT IOWA CITY, IOWA APRIL 3, 2020 N 0 N -o a_ 1-0 r�> m 0 6 April 2020 City Clerk's Office 410 East Washington Street Iowa City, Iowa, 52240 CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City. Iowa 52240-1826 (319)3S6-5000 (319) 356-5009 FAX WWW.icgov.org Subject: Opinion of Estimated Construction Cost for 2020 Water Pavement Patching Project Dear City Clerk, The engineer's opinion of estimated construction costs for the upcoming 2020 Water Pavement Patching Project is $150,000. Sincerely, Joseph B. Welter, PE, PMP Senior Civil Engineer O ti 0 .5 -i C7 Cn r s M C:) w C cn lv 1 AI% it 2020 City Clerk's Offy 410 East Washi Iowa City, Iowa, Street Subject: Opinion of Estimated Dear City Clerk, The engineer's opinion of estimated Patching Project is $135,000. Singeml2y, �n Joseph B. Welter, PE, PMP Senior Civil Engineer Ir t CIJY OF IOWA CITY ESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240.1826 (319)356-5000 (319)356-5009 FAX www.lcgov.org Cost for 2Q20 Water Pavement Patching Project costs for the upcoming 2020 Water Pavement H 0 c' o a r^ Z, W U 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer NE SSS ! pN'�.,under the laws of the State of Iowa. JOSEPH B. os Jo ph B. Welter Date WELTER 19255 License Number: 19255 -�04 My license renewal date is December 31, 2020 /l onw A Pages or sheets covered by this seal: ....�°� 2020 Water Pavement Patching Project 0005 — Page 1 of 1 N O N O Y + r G� M a m � r N 2020 Water Pavement Patching 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 GENERAL SUPPLEMENTAL SPECIFICATIONS N 0 0 SUPPLEMENTAL SPECIFICATIONS `yam SPECIAL PROVISIONS C -)-<a+ r PLANS o� APPENDICES " N 2020 Water Pavement Patching Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS 2020 WATER PAVEMENT PATCHING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 1211 day of May, 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 1911 day of May, 2020, or at special meeting called for that purpose. The Project will involve the following Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and brick with a PCC base. Some locations will also require the removal and replacement of driveway, sidewalk, and/or curb and gutter. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract witJ6 ten (10) calendar days of the City Council's award of the contract and post bond satiocto the Anity (in the form shown in Section 0510) ensuring the faithful performance ofd' coract maintenance of said Project, if required, pursuant to the provisions of this nogondlthe contract documents. The City shall retain the bid security furnished by the sucgl KTdder� the approved contract has been executed, the required Performance, Payment, - Bond (as shown in Section 0510) has been filed by the bidder guaranteeing thg5 fo ancG the contract, and the contract and security have been approved by the City;Mre �&ty shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders a*5oon 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. 2020 Water Pavement Patching Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: June 1, 2020 Working Days per Location: Five (5) Substantial Completion: September 30, 2020 Final Completion: October 30, 2020 Liquidated Damages: $500 per day after exceeding five (5) working days at a single location or after either of the completion dates. Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will work to incorporate pavement restoration with the Contractor on a quantity adjustment with the unit prices established by this Contract. If needed, additional bid items not included in the original Contract will be negotiated with the Contractor by change order. 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 subcontracto together with quantities, unit prices and extended dollar amounts. o n �cn V0 By virtue of statutory authority, preference must be given to products and sio&s gr n and coal produced within the State of Iowa, and to Iowa domestic labor, to the ext&cre lawfully ra�iyred under Iowa Statutes. The Iowa reciprocal resident bidder preference law apt td' its P ct. The City reserves the right to reject any or all proposals, and also reserva t e rigot to waive technicalities and irregularities. r�' Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRIJEHLING, CITY CLERK 2020 Water Pavement Patching Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2020 WATER PAVEMENT PATCHING 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 2020 Water Pavement Patching in said city at 7:00 p.m. on the 21 sc day of April, 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 pavement repairs associated with water main breaks on various streets throughout Iowa City. Some locations will require the removal and replacement of driveway, sidewalk, and/or curb and gutter. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to ani o comments concerning said Project Manual or the cost OF 'v —� making said improvement. n—C rn This notice is given by order of the City Council of—+C the City of Iowa City, Iowa and as provided by law. �M S o^ � Kellie K. Fruehling, City Clerk cr N 2020 Water Pavement Patching Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS 2020 Water Pavement Patching PROJECT Bid Submittals: a. Time, Date and Location 3:00 P.M. on May 12, 2020 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 2. Bidder Status a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www. leg is.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 3. Bid Security: o a. Use the Bid Bond Form included in Section 0410. o b. Submit in accordance with 0200.2.b above. y=' -�a s C. Bid security is 10% of the total bid, including all added altern(donot duct the amount of deducted alternates). ::;c-> m F, d. See Section 1020, as may be supplemented, for a complete d6,Fipti%la of tl"id security requirements. o 4. Progress and Schedule: �^ N a. Contract Times: Specified Start Date: June 1, 2020 Working Days per Location: Five (5) Substantial Completion Date: September 30, 2020 Final Completion Date: October 30, 2020 Liquidated Damages: $500 per day after exceeding five (5) working days at a single location or after either of the completion dates. 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. 2020 Water Pavement Patching Project 0200 — Page 1 of 2 C. Community Events: i. Friday Night Concert Series, May 221d through August 281 ii. Iowa Arts Festival, June 5th through June 7th iii. Free Movie Series, June 13th through August 29th iv. Iowa Jazz Festival, July 31d through July 5th V. Soul & Blues Festival, July 31st through August 111 vi. First day of classes, August 24th vii. No work shall occur on University of Iowa Home Football game days. d. Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will work to incorporate pavement restoration with the Contractor on a quantity adjustment with the unit prices established by this Contract. If needed, additional bid items not included in the original Contract will be negotiated with the Contractor by change order. 5. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 6. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an 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. N 0 0 7. Taxes: a. Sales Tax Exemption Certificates will be issued according to Seis� 16?0 1.0pf the Supplemental Specifications. ON a M 8. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder sWablb by`ttie requirements of the City's Contract Compliance Program, asrdescribed in the Section 0520. 9. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 10. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 2020 Water Pavement Patching Project 0200 — Page 2 of 2 0400 PROPOSAL 2020 WATER PAVEMENT PATCHING 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. N_ The undersigned bidder, having examined and determined the scopic) )the�'ontta0 hereby proposes to provide the required labor, services, materials and equipm&it.and:M perferm the Project as described in the Project Manual, including Addenda ' Fnnd and to do all work at the prices set forth herein. m Cm a The undersigned bidder further proposes to do all "Extra Work" which mQ � reguirep complete the work contemplated, at unit prices or lump sums to be agreed uponin writiFt@ prior to starting such work. ^' The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. 2020 Water Pavement Patching Project 0400 — Page 1 of 5 BID ITEM DESCRIPTION ESTIMATED UNIT EXTENDED UNITS QUANTITY PRICE AMOUNT 7010-108-E-0: 1 Curb and Gutter, LF 85 PCC, 24" wide, 8" thick 7030-108-A-0: 2 Removal of SY 52 7030-108-A-0: 3 Removal of SY 34 Sidewalk 4 7030-108-E-0: SY 8 Sidewalk, PCC, 4" 5 7030-108-E-0: SY 26 Sidewalk, PCC, 6" 7030-108-G-0: 6 Detectable Warning SF 15 7030-108-H-1: 7 Driveway, Paved, SY 52 PCC, 6" 7040-108-A-0: 8 Full Depth Patches, SY 203 PCC, 8" or Less 7040-108-A-0: Full Depth Patches, 9 PCC, Greater than SY 10 LKU� 1 , 5•_$ Full Depth Patches, 10 PCC with HMA SY 113 Overlay, 8" or less for PCC Base 7040-108-A-0: Full Depth Patches, 11 PCC with HMA SY 56 Overlay, Greater than 8" PCC Base 7040-108-1-0: 12 Curb and Gutter LF 85 Removal 7049-108-A-0: �— Full Depth Patchc rr 13 with Brick SY 88- Pavement, 7" PCC ^' o,A V WRAA R oc VVJV'IVU-fI-V. �� y' 14 Temporary Traffic LS 1 Control 2020 Water Pavement Patching Project 0400 – Page 2 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 7010-108-E-0: 1 Curb and Gutter, LF 85 PCC, 24" wide, 8" thick 7030-108-A-0: 2 Removal of SY 52 Driveway 7030-108-A-0: 3 Removal of SY 29 4walk, vV PCC, 4" SY 8 5 703 08-E-0: SY 21 Sidewa PCC, 6" 6 7030-108- 0: SF 16 Detectable nin 7030-108-H-1: 7 Driveway, Paved, SY 52 PCC, 6" 7040-108-A-0: 8 Full Depth Patches,Y 3 PCC, 8" or Less 7040-108-A-0: 9 Full Depth Patches, SY 10 PCC, Greater than 8"(1)c 7040-108-A-0: o Full Depth Patches, n 10 PCC with HMA SY 11= r Overlay, 8" or less Q, for PCC Base �— rn 7040-108-A-0: Full Depth Patc es, CD 11 PCC with HM SY 56 r un Overlay, Gr ter `" than 8" PC Base 12 Curb ar>Q Gutter LF W FULL DEPTH PATCH WITH 13 BRICK SY 88 PAVEMENT, 7" PCC AND 1" HMA BASE 8030-108-A-0: 14 Temporary Traffic LS 1 Control 2020 Water Pavement Patching Project 0400 — Page 2 of 5 BID ESTIMATED UNIT ITEM DESCRIPTION UNITS QUANTITY PRICE 8030-108-A-0: 15 Temporary Traffic EA 1 Control, Additional Location (2) 16 9020-108-A-0: SQ 15 Sod 17 11,020-108-A: LS 1 11,020-108-A: 18 Mobilization, EA Additional Location TOTAL EXTENDED AMOUNT = EXTENDED AMOUNT The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Notes: (1) This is a provisional quantity to establish a unit price in case PCC Full Depth Patches with greater than 8 -inch thickness are needed. (2) As noted in the Notice to Bidders and Instruction to Bidders, additional locatioWould be added to this Project as requested by the City. These two bid items ac�Runt fdDhe extra mobilization and traffic control necessary for extra locations. n a r - cn N 2020 Water Pavement Patching 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: n" 0` NOTE: All subcontractors are subject to approval by City of Iowa City. Y' N 2020 Water Pavement Patching 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 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2020 Water Pavement Patching Project 0400 — Page 5 of 5 0 ha zE C7 > AO i c� < =tc> ON r :<'rn - _. M � = Q D N NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2020 Water Pavement Patching Project 0400 — Page 5 of 5 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Tmnsact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yy)y) City, State, Zip Code: Dates: to Address: 0 (mm/dd/yyyy) City, State, Zip Code:n You may attach additional sheet(s) ifneeded. D To be completed by non-resident bidders �� rn Part C s 1. Name of home state or foreign country reported to the Iowa Secretary of State: � D r N 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: 2020 Water Pavement Patching 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. N ❑ Yes ❑ No My business is a limited partnership or a limited liability limite"artn614hip whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or jad 4bility„ limited partnership has received notification from the Iowa Secretary of state that the application f(P WAifi�te of Ithority has been approved and no notice of cancellation has been filed by the limited partnerEN15or the liruroMO liability limited partnership. r...<nI Gm a M ❑ Yes ❑ No My business is a limited liability company whose certificate 0ogargatior 1M5 filed in Iowa and has not filed a statement of termination. N ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 2020 Water Pavement Patching Project 0405 — Page 2 of 2 0410 BID BOND FORM 2020 WATER PAVEMENT PATCHING 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 2020 Water Pavement Patching 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. o 0 By virtue of statutory authority, the full amount of this bid security shk ge fAited..tp jhe Owner in the event that the Principal fails to execute the contract and proQ-e'4 he,-4ecugtp-as provided in the Project Manual or as required by law. rn va ,J The Surety, for value received, hereby stipulates and agrees that t4abligWjons bf.4aid Surety and its security shall in no way be impaired or affected by any extensl6n of thA time within which the Owner may accept such Bid or may execute such contract documents, an4taid Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this of , A.D., 20_ Witness Witness 0 day (Seal) Principal Surety By: (Attorney-in-fact) Attach Power -of -Attorney, if applicable (Title) (Seal) 2020 Water Pavement Patching Project 0410 — Page 1 of 1 0500 CONTRACT 2020 WATER PAVEMENT PATCHING PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of 20_, for the 2020 Water Pavement Patching ("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; WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. N O N 2. This Contract consists of the Contract Documents, as defined irthe SEtion 1010, 1.03, and the following additional component parts which are io4o*c! he Qn by reference: C-).< i =icy rn a. Contractor's Completed Bidder Status Form; attached h ; and M o `1 rox ��''77 b. Contractor's Completed Contract Compliance gr* (�ti- Discrimination Requirements) Assurance, if applicable, pursuarjo Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200. attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. 2020 Water Pavement Patching Project 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) Ci Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer 2020 Water Pavement Patching Project 0500 — Page 2 of 2 N O N O O a Title of Cont�eetsor icer _ o;K %D By: v �� (Company Offic" 2020 Water Pavement Patching Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2020 WATER PAVEMENT PATCHING 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: Pavement repairs associated with water main breaks on various streets throughout F3va City. Types of pavement that need repaired include: Portland Cement Concrete(P eomposi pavement consisting of PCC and Hot Mix Asphalt (HMA); and brick with a Pasty, So= locations will also require the removal and replacement of driveway, sidewalk,cw"voracurb gutter. m a M M s To faithfully perform all the terms and requirements of said Contract within a tim9herein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, 2020 Water Pavement Patching Project 0510 — Page 1 of 4 lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own 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 (5) year(s) 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 duhis bond, provided that all such changes do not, in the aggregate, inv�ie an 4Rcrease of more than 20% of the total contract price, and that this bond sh*15an releald as to such excess increase; and C. To consent without notice that this Bond shall remain in full forp"nd*ffeduntil the Contract is completed, whether completed within the specifwtFronVact p r i, within an extension thereof, or within a period of time after the Q50act-ferio,s elapsed and the liquidated damage penalty is being ch� Vainst e Contractor. cn D. That no provision of this Bond or of any other contract shall be valid that limits to less than 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 2020 Water Pavement Patching Project 0510 — Page 2 of 4 had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, 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. 2020 Water Pavement Patching Project 0510 – Page 3 of 4 N O N _ E ZE C 0 ➢ i n -� i r• <m 4"ti y —EO s y ur W 2020 Water Pavement Patching Project 0510 – Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer By By Signature of Contractor Officer Title of Contractor Officer NOTE: SURETY: Surety Company Name Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact telephone Number of Attorney -in -Fact 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power ofottorney accompanying this bond. -- o 0 D a -TI �� 7 r ra M M o� to f j v Cn Cl) 2020 Water Pavement Patching 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. N O 3. Contracting departments are responsible for assuring that City contraEprs, vVmdors, and consultants are made aware of the City's Contract Compliance *Mra4 reporting responsibilities and receive the appropriate reporting forms. A notificat�4Qf re-fuiremerrtS will be included in any request for proposal and notice of bids. J r m 4. Prior to execution of the contract, the completed and signed Assura� f 66mpliance (located on pages CC -2 and CC -3) or other required material mus reVbived and approved by the City. v cn C.) 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. 2020 Water Pavement Patching 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. 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. N 3. Provide a copy of your written Equal Employment Opportunity pricy st,-:,�ement. Where is this statement posted? nn rn a rn � � 0 D Ln W 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 2020 Water Pavement Patching 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 2020 Water Pavement Patching Project 0520 — Page 3 of 6 N P N O n� -<r m M o a s- cn W 2020 Water Pavement Patching 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. N O 4. RECRUITMENT o No (a) Let potential employees know you are an equal opportunity effiployea;This cqq be done by identifying yourself on all recruitment advertising as`&w�uapoppo"ity employer". rn (b) Use recruitment sources that are likely to yield diverLoOrppplicantIs. Word-of-mouth recruitment will only perpetuate the current coRo�onRur ur workforce. Send recruitment sources a letter annually w reaffirm commitment to equal employment opportunity and requests: -their ?]jsistance in helping you reach diverse applicant pools. W (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of 2020 Water Pavement Patching 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: hftp://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. 2020 Water Pavement Patching Project , 0520 - Page 5 of 6 N O N O 7 �:74 7 < C �m A rn o^ a Q � v cn W 2020 Water Pavement Patching Project , 0520 - Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: 2020 Water Pavement Patching Project 0520 — Page 6 of 6 0 N NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO offices or leol counsel to formulate a policy which specifically meets the needs of your company. zz: z ' C-)-< M o S �R Ty Ln CJ 2020 Water Pavement Patching Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole souWv contracts excepted by the City's purchasing manual, cooperative/piggyback puroasin*r contracts with other governmental entities. ; -0 III. Affidavit. The contracting entity must complete the attached aviVshowing compliance with the Wage Theft Policy and provide it to the Contragt D�partMl6nt prior to the execution of the contract. o� t j Contract provision: Any contract to which this policy is applicable will include the Ilowift contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. 2020 Water Pavement Patching 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. D na 0 N o � n b :fir m a M s 40 A � W 2020 Water Pavement Patching Project 0530 — Page 2 of 3 STATE OF WAGE THEFT AFFIDAVIT COUNTY SS: I, , upon being duly sworn, state as follows: I am the [position] of [`contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in 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. This record was acknowledged before me on by as Of _ N O N C7 Signature�— ;Gr cr+ a ; (daQ1 (name of individual) x' w (type of authority, such as officer or trustee) (name of party on behalf of whom the record was executed) Signature Notary Public in and for the State of 2020 Water Pavement Patching 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: hftps://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:/Iiowasudas.org/archived-specifications/. 2020 Water Pavement Patching Project Page 1 of 1 N O N O O �r C :< rn a T `„ s D Ln W 2020 Water Pavement Patching 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:Hiowasudas.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. 2020 Water Pavement Patching Project Page 1 of 1 N d N 0 I r Crn a M z 7� tr W 2020 Water Pavement Patching Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2020 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.org/weblink/O/edoc/1845668/CIC%2OSupplemental%2OSpecs.pdf or are available in the City Engineering Division Office. 2020 Water Pavement Patching Project Page 1 of 1 N O N _ O O v cn Cl) 2020 Water Pavement Patching Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer-generated attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer-generated unit price attachment. 2020 Water Pavement Patching Project Page 1 of 7 N O N O 7<� <m a M (A V, 2020 Water Pavement Patching Project Page 1 of 7 SECTION 7049 — MASONRY WALL WITH ASHLAR STONE VENEER 17_1A9iQHZa99—X1 1.01 SECTION INCLUDES A. Full Depth Composite Patches with Brick Pavers. 1.02 DESCRIPTION OF WORK A. Comply with Section 7040, 1.02 with the addition of brick pavers to composite patches as detailed in this Special Provision Section 7049. 1.03 SUBMITTALS Comply with Division 1 — General Provisions and Covenants, as well as the following: A. Submittals required within Section 7040. B. Submittals required within Section 7080. 1.04 SUBSTITUTIONS Comply with Division 1 — General Provisions and Covenants. 1.05 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 — General Provisions and Covenants, as well as the following: A. Deliver specified pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. Unload pavers at job sg in such a manner that no damage occurs to the product and in a locatiop�appr&ded by the Jurisdiction. =C-) B. Sand will be covered with waterproof covering to prevent exposures11/o4emo� by rain or wind. The covering shall be secured in place. r v M rn C. Damaged pavers, as determined by the Jurisdiction, will bC).ripMlaced a e Contractor's expense. cn r 1.06 SCHEDULING AND CONFLICTS Comply with Division 1 — General Provisions and Covenants. 1.07 SPECIAL REQUIREMENTS A. Contractor to use existing bricks or bricks provided by the Jurisdiction unless otherwise approved by the Engineer. B. Comply with Section 7080, 1.07. 2020 Water Pavement Patching Project Page 2 of 7 1.08 MEASUREMENT AND PAYMENT A. Full Depth Patch with Brick Pavement and PCC and HMA Base: 1. Measurement: Measurement will be in square yards of the full depth patch. 2. Payment: Payment will be made at the unit price per square yard. 3. Includes: Unit price includes, but is not limited to, salvaging bricks; sawing, removing, and disposing of existing pavement and reinforcing; restoring the subgrade; furnishing and installing tie bars and dowel bars; furnishing and placing the patch material, including the asphalt binder and tack coat; forming and constructing integral curb; surface curing and pavement protection; joint sawing and filling; placing bituminous setting bed and joint material; placing neoprene - modified asphalt adhesive; shape, cut, place, compact, apply, and treat joint fill for specified brick pavers; and placing backfill and restoring disturbed surfaces. PART 2 — PRODUCTS 2.01 MATERIALS A. Refer to Section 7040, 2.01 for PCC, HMA, and other materials for pavement patching beneath the brick pavers. B. Brick Pavers: Existing Units: N O a. All bricks that are to be removed, and remain in good =nditi H, shaU be salvaged and used as replacement brick pavers. Any ionwregarding condition of bricks to be salvaged shall be directed to the Eff e m b. If existing pavers cannot be replaced due to deteriorated co�drntron,,�ontri�dtt r shall coordinate with the City to use existing brick paw a7ailablrnt designated City Storage facility. No additional payment,._ beP}nade to Contractor for pickup, transport, and installation of City storedbrickOvers. 2. New Units: a. New brick pavers will only be used if approved by the Engineer and other options under 2.01.6 above have been exhausted. New brick pavers will comply with the requirements in Section 7080, 2.04. b. Quality Control for New Units: i. Single Source Responsibility for Masonry Units: Obtain exposed masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different produce required for each continuous surface of visually related surfaces. 2020 Water Pavement Patching Project Page 3 of 7 ii. Single Source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component and from one source producer for each aggregate. C. Base for Brick Pavers: 1. PCC: PCC will be a minimum of 7 inches thick, Class C (refer to Sections 7010 and 7040). 2. Bituminous Setting Bed and Joint Material: a. Asphalt Cement: Conform to ASTM Design D 3381; viscosity grade A.C.10 or A.C.20. b. Fine Aggregate: Clean, hard sand with durable particles and free form adherent coating, lumps of clay, alkali salts, and organic matter; uniformly graded from "coarse" to "fine" and all passing the No. 4 sieve and meeting the gradation requirements when tested in accordance with the standard method of test for sieve for screen analysis and coarse aggregate ASTM Designation CO136-81. c. Dried Fine Aggregate: Combined with hot asphalt cement and heated to approximately 300 degrees F at an asphalt plant. d. Approximate proportion of materials will be seven (7) percent asphalt cement and ninety-three (93) percent fine aggregate. Each ton will be apportioned by weight in the approximate ration of 145 pounds asphalt to 1,855 pounds sand. e. The Contractor will determine the exact proportions to produce the best possible mixture for construction for the bituminous setting bed to meet the construction requirements. D. Neoprene -Modified Asphalt Adhesive: % 0 1. Mastic (asphalt adhesive): �C-) a. Solids (base): 75+1% Y —4 cr<a, r Density: 8-8.5 _<� m b. pounds per gallon �rn c. Solvent: Varsol (over 100 degrees F Flash). y r 2. Base (2% Neoprene, 10% Fibers, 88% Asphalt):: a. Melting point: ASTM D-36; 200 degrees F minimum. b. Penetration: 77 degrees F, 100 gram load, 5 second (0.1 mm): 23-27. c. Ductility: ASTM D-113-44 at 25 degrees C; 5 cm/per minute: 125 cm minute. 2020 Water Pavement Patching Project Page 4 of 7 E. Joint Sand for Brick Pavers: 1. The type of sand used for joints is often called concrete sand. Sands vary regionally. Contact paver installers local to the project and confirm sand(s) successfully used in similar applications. 2. Joint sand will be clean, non -plastic, free from deleterious or foreign matter. The sand will be natural or manufactured from crushed rock. Grading of samples will be done according to ASTM C136. The particles will be sharp and conform to the grading requirements of ASTM C33 as shown in the following table: 3. Sand shall be mixed with Portland Cement at a ratio of 6 parts sand to 1 part Portland Cement. PART 3 — EXECUTION Sieve Size: Percent Passing: 3/8 inches 9.5 mm 100 No. 4 4.75 mm 95 to 100 No. 8 2.36 mm 80 to 100 No. 16 1.18 mm 50 to 85 No. 30 600 um 25 to 60 No. 50 300 um 10 to 30 No. 100 150 um 2 to 10 3. Sand shall be mixed with Portland Cement at a ratio of 6 parts sand to 1 part Portland Cement. PART 3 — EXECUTION B. Quality Assurance: 1. Installation: Performed only by skilled workers with satisfactory record of performance on landscaping or paving projects of comparable size and quality. Skilled paver installers will be employed for all brick paving work. C. Do not install setting bed and/or pavers during heavy rain or snowfall. D. Do not install frozen materials. E. Preparation of Base for Brick Pavers: 1. Inspect PCC base to make sure the surface is clean and built in conformance with the Plans. 2. Verify elevation difference between base and adjacent finish surface to make sure that the brick pavers can be installed flush with bordering pavement. 2020 Water Pavement Patching Project Page 5 of 7 0 3.01 GENERAL o �n 7C-) Comply with Section 7040, 3.01. r m 3.02 FULL DEPTH PATCHING WITH BRICK PAVERS rn 7c n A. As applicable to the existing pavement conditions, comply with SetA 7040, Pa and Section 7080, Part 3. cn r B. Quality Assurance: 1. Installation: Performed only by skilled workers with satisfactory record of performance on landscaping or paving projects of comparable size and quality. Skilled paver installers will be employed for all brick paving work. C. Do not install setting bed and/or pavers during heavy rain or snowfall. D. Do not install frozen materials. E. Preparation of Base for Brick Pavers: 1. Inspect PCC base to make sure the surface is clean and built in conformance with the Plans. 2. Verify elevation difference between base and adjacent finish surface to make sure that the brick pavers can be installed flush with bordering pavement. 2020 Water Pavement Patching Project Page 5 of 7 3. Prime with emulsified asphalt (RS -1 or CRS -1). F. Placing Bituminous Setting Bed: 1. Install the setting bed over the base surface, place %-inch deep control bars directly over the base. a. If grade must be adjusted, set wood chocks under depth control bars to proper grade. Set two bars parallel to each other, approximately eleven (11) feet apart to serve as guides for striking board (12' long x 2" x 6" board). The depth of control bars must be set carefully to bring pavers, when laid, to proper grade. 2. Place bituminous bed between parallel depth control bars. Pull this bed with the striking board over bars several times. a. After each pass, low porous spots must be showered with fresh bituminous material to produce as smooth, firm and an even setting bed. b. As soon as this initial panel is completed, advance the first bar to the next position, in readiness for striking the next panel. c. Carefully fill up any depressions that remain after removing the nth control bars and wood chocks. o 3. The setting bed shall be rolled with a 600 pound, walk-behini,[�f4w&0rollea nominal depth of %-inch while still hot. The thickness will be adjast€d s�that hen the brick pavers are placed, the top surface of the pavers will t the req fiQ finished grade. 3 'o 4. After the setting bed has cooled, a coating of two (2) percent neopreng1modified asphalt adhesive shall be applied by mopping or squeegeeing or trowEfmg over the top surface of the bituminous setting bed so as to provide a bond under the pavers. If it is troweled, the trowel shall be serrated with serrations not to exceed one -sixteenth (1/16) of an inch. G. Installation of Pavers: 1. Comply with Section 7080, Part 3. 2. After the modified asphalt adhesive is applied, carefully place the pavers by hand in straight courses with hand tight joints and uniform top surface. 3. Good alignment must be kept and the pattern shall match the existing pattern adjacent to the patch. 4. All pavers will be cut with a masonry saw. Dust control may be required at the discretion of the Engineer. H. Joint Treatment: 1. Hand tight joints shall be a maximum of %-inch or as spacer bars allow. 2020 Water Pavement Patching Project Page 6 of 7 2. Sweep a dry mixture of sand/cement joint fill into brick paver joints. 3. Fog brick paving. 3.03 CLEAN UP A. Comply with Section 7040, Part 3. B. Sweep excess sand/cement mixture from surfaces and remove from site. C. Remove all excess materials and debris from site. 3.04 QUALITY CONTROL Comply with Section 7080, 3.10. 3.05 PROTECTION OF PAVEMENT Comply with Section 7080, 3.11. END OF SECTION 2020 N O N G� �� �r m v rn o� = � y Cn .C - c 2020 Water Pavement Patching Project Page 7 of 7 PLANS SHEET TITLE NUMBER A.01 Title Sheet C.01 Contacts and Notes D.01 Plan View — Paving Sheet 11 Glendale Court D.02 Plan View — Paving Sheet 100 Oakridge Avenue D.03 Plan View — Paving Sheet 228 East Jefferson Street D.04 Plan View — Paving Sheet 304 East Davenport Street D.05 Plan View — Paving Sheet 328 Fairchild Street D.06 Plan View — Paving Sheet 300 Windsor Drive D.07 Plan View — Paving Sheet r, 330 Windsor Drive D.08 Plan View — Paving Sheet _ 616 St Thomas CourtVE o D.09 Plan View — Paving Sheet 709 Giblin Drive D.10 Plan View — Paving Sheet 826 Rider Street D.11 Plan View — Paving Sheet 852 Jackson Avenue D.12 Plan View — Paving Sheet 1426 Burry Drive D.13 Plan View — Paving Sheet 2211 F Street D.14 Plan View — Paving Sheet 109 South Seventh Avenue _ Plan View — Paving Sheet D.15 403 Kenwood Drive S.01 Curb Ramp Detail 2020 2020 Water Pavement Patching Project Page 1 of 1 APPENDICES SUDAS Standard Specifications AND Iowa City Supplemental Specification Figures • Figure 7010.101: Joints • Figure 7010.102: PCC Curb Details • Figure 7030.101: Concrete Driveway, Type A • Figure 7030.103: Driveway Grading • Figure 7030.104: Right -of -Way Grading • Figure 7030.201: Classes of Sidewalks • Figure 7030.301: Sidewalk Connection • Figure 7040.101: Full Depth PCC Patches Less than or Equal to 15' Long • Figure 7040.102: Full Depth PCC Patches Greater Than 15' Long • Figure 8030.101: Temporary Traffic Control General Information • Figure 8020.102: Work off of Pavement with Minor Encroachment onto Traveled Way • Figure 8030.104: Lane Closure on Low Volume Street (Self -Regulating) • Figure 8030.110: Lane Closure on Multi -lane Street • Figure 8030.111: Lane Closure at an Intersection • Figure 8030.117: Sidewalk Detour 2020 Water Pavement Patching Project Page 1 of 1 0 O o ny � -;C") c 1 p '{r- M. a rn o n Q cn 2020 Water Pavement Patching Project Page 1 of 1 (33114 See Detail C -. Q See dowel assemblies for fabrication details. `. O 02 See Bar Size Table for Contraction Joints on Sheet 2. eo°:$o o°: T o ,•, oo ,• ° °�•0:8 Q 30" Long Tie Bar —f Q Local 'DW joint at a mid -panel location between future ?CD' Place 5 feet T C' or joints. no closer than to a B O 1 at 12" Centers 'C' or'CD' joint. PLAIN JOINT 'DW Q®O ® Place bars within the limits shown under dowel (Abutting Pavement Slabs) DAY'S WORK JOINT(Non-working) assemblies. Q5 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. Header Board See Detail A or B lastic or Wrapped Q Unless specified otherwise, use'CD' iransve Tarpaper contraction joints in mainline pavement wherj( I •o:°.•o:° •°.•o:°. than equal to8inches. Use 'C'joints when T is T o.•°, O ° °�o o less less than 8 inches. •° • Tl3 ° 2 Oats 07 'RT'joint may be used In Ileu of'DW' Joint at the end of Tie Bar] Header Block ed due to s work. Remove cost Hie CONTRACTION JOINT 12" Centers 'HT ®Q drilling at o additional to the Contraavement cting HEADER JOINT Authority. (End Rigid Pavement) Top of Curb Top of Slab See Detail A or B o° o° T Pavement Edge See Detail C "min. "mi .'.$A.4.•'.___�: °•o .o,o• o . ro Q° o• ° o• °• o• 18" Long Dowel = og.° ' ° ° —f 30" Long Tie Bar at 12" Centers 1" Q2 Hole Diameter 8 18" Long Dowel at 12" Centers 'DW 'CD' Q®© Larger than Dowel at 12" Centers "CG'Q® DOWELED CONTRACTION JOINT 'RD' ®Q DAY'S WORK JOINT ABUTTING PAVEMENT JOINT CURB AND GUTTER UNIT LEDEHD PavementEdge M See Detail A or B " min 15" min. G) Cin aha o.•''o. .o•°.oao °:$e' ° O ^O'o:g .'o. o. gro'O^ °a •°••do .• [�}SUDAS QIOWADOT 10 o4z�.z0 030" Lon Tie Bar P V •101 oat 12" Centers Hole Diameter 8' 24" Long Te Baro ROURE 7010.ID1 STANDARD ROD PIAN • 2 'CT4O Larger than Tie Bar. at 12" Centers. RT s° ..."." s.<.< o� w.Iwdm TIED CONTRACTION JOINT = ABUTTING MENT JOINT in m jP�%Iy "iw 1�� �'"'_ BE ti JOINTS OT TRANSVERSE `, CONTRACTION k ] m\311 5711 (33114 T/2 O U2 L BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Top of Cu aw Cut Bottom of Saw C 1 Z" Joint Sealant Material „ Top of Slab 6 0. 00 .•OoO cO. 'C' JOINT IN CURB (Match 'CT', 'CD', or'C' joint In pavement.) 1" to 3„ Top of Pavement r2 4 Sealant SECTION A -A (Detail at Edge of Pavement) 1" + 1" Saw Cut © Saw'CD' joint to a depth of T/3 t 1/4", saw'C' joint to a Joint Sealant Material 4 - 16 depth of T/4 t 1/4". 1"*1 A 4r8 I Q When tying into old pavement, 0 represents the depth �T of sound PCC. Saw CuM Crack or Joint Line o DETAIL A (Saw cut formed by conventional concrete sawing equipment.) Joint Sealant 4 t to 16" Saw Cut Crack or— 11 Joint Line DETAIL B (Saw cut formed by approved early concrete sawing equipment.) Joint Sealant Material— s �a3731Aii3�;* SS :6 Ntl 9- HJV 0 Crack or — a 3 IV4a 1 �{�^"tt6"Saw Cut 1AA i °T 1 4't q" Saw Cut o - A DETAIL C BAR SIZE TABLE FOR CONTRACTION JOINTS O Solid Dowel Tubular Dowel Tie Bar Diameter Diameter Size <8,. 8,. #6 4,. 2 81 14• 1 8 " #10 0" 210" 11- 1 8" #11 Tubular Dowel Bars will not be allowed for RD joints. LEGEND Exhtlnp Pevemem 9DSUDAS r(QIOWADDT ro° a-zr-zo F*Uff=101 I STANDMI)IOADKOi PV -101 JOINTS See Detail C a oo:$o" O °. 'B' PLAIN JOINT (Abutting Pavement Stabs) 11 1 oo.• ;o. eo: TO 'Br ABUTTING PAVEMENT JOINT - RIGID TIE OT Joint Bars Bar Length and Spacing < 8" 'BT 1' #4 36" Long at 30" Centers #5 30" Long at 30" Centers 2:81. 'BT -2' #5 1 36" Long at 30" Centers q" Dia. Hole for BT -3 11 I and BT -4 Joint o•' O 8" Dia. Hole for BT -5 ; o: o , • . T Joint g" min. 1Vmin. minF--�F" � 'Br ABUTTING PAVEMENT JOINT - RIGID TIE (Drilled) 0 Joint Bars Bar Length and Spacing < 8" 'BT -5' #4 24" Long at 30" Centers 8" 'BT -3' 'KT -3' 24" Long at 30" Centers 2 BT -4- #5 24" Long at 15" Centers See Detail D-1, D-2, or D-3 See Detail E i 'K' KEYED JOINT FOR ADJACENT SLABS (Where T is 8" or more) #5 Bars, See Detail E-\ 11 30" Long at 12" Centers °'O•o °'ro',•o' O .o T 21 2 T #5 Bars at 'KS -1' 12" Centers [Single Reinforced Pavement (Bridge Approach)] 0-\#5 Bars 30" Long at 12" Centers #6 Bars at 12" Centers See Detail E-\\ Bars at 12" Centers 22" •o 2z' °v•o�°.: •. #8 Bars at #5 Bars at 12" Centers 12" Centers 'KS -2' [Double Reinforced Pavement (Bridge Approach)] See Detail E 11 1 0 0 0. T I .1m ABUTTING PAVEMENT JOINT - KEYWAY TIE OT Joint Bars I Bar Length and Spacing < 8" 'KT -1' #4 30" Long at 30"Centers z 81• 'KT -2' 30" Long at 30" Centers T-2' 'KT -3' #5 30" Long at 15" Centers 03 -IIA 1® Bar supports may be necessary for fixed form paving to ensure the bar remains in a horizontal position in the plastic concrete. 71 Sawing or sealing of joint not required. 1© The following joints are interchangeable, subject to the pouring sequence: 'BT -1','L-1', and'KT-1' 'KT -2' and'L-2' 'KT -3' and'L-3' See Detail D-1, 0-2, or D-3 oo: o a o: ° o.o °°• O 'L' CONTRACTION JOINT QT Joint I Bars Bar Length and Spacing < 8" 1-1' #4 36" Longat 30" Centers T-2' 36" Long at 30" Centers _ 8 'L-3' 36" Long at 15" Centers LEGEND Us4ng Paysment OProposed Pavement [}SUDAS QIOWADOT ero1l RGURI 7010.101 STANDARD ROAD PIAN PV- 001 JOINTS °o••°•°o. T T/2 O U2 L TIE BAR PLACEMENT (Applies to all joints unless otherwise detailed.) Q9 When tying into old pavement, QT represents the depth of sound PCC. t � 6" Saw Cut t® Sealant or cleaning not required. T/3 t 4" Crack or — Joint Line DETAIL D-1 (Required when specified in the contract documents.) �1 �qor-11. T/2 O o 0o A S 0 0 DETAIL E KEYWAY DIMENSIONS Joint Sealant Material 4t SawCut rI00°Q°1" 5 aw Cut o 16 S16 Joint Sealant Mate$61 OA Standard 8" or greater 14" 2q" Narrow T/33 T/34t4 ' 1 2" VM01'A110 Crack or A831J� A Joint Line Jolnt Line c DETAIL D-288 L D-3 S S •�Rec4Vuired o (Required when the Department of Transportation when the Department of Transportation o is not the Contracting Authority, or when is the Contracting Authority, or when specified in the contract documents) in a contract documents) fA 2 m m ti p LONGITUDINAL CONTRACTION �1 �qor-11. T/2 O o 0o A S 0 0 DETAIL E KEYWAY DIMENSIONS Keyway Type Pavement Thickness QT OA Standard 8" or greater 14" 2q" Narrow Less than 8" 1" 1 2" LEGEND ®o' Existing Pavement OProps Pavement �} SUDAS 0I0WA13W 10 w-:,.ao RGUAE7010.101 STANDARD ROAD PLAN PV -101 JOINTS po 0 T12 O uz L DOWEL PLACEMENT (Applies to all joints unless otherwise detailed.) See Detail H o'o .poo. FILLER MATERIAL 1 ED 1" Resilient (Detail F) D! 0 o •o r Flexible Foam (Detail F) Width (See Flexible Foam (Detail G) table below) 'CF' JOINT Dowel TYPE WIDTH 11„ Diameter CF -1 2" 2 Tubular Dowel Bars will not be allowed CF -2 211, 2" CF -3 3" CF -4 32„ 0 0 See Detail F Resilient Joint Filler 0:•800. Nominal 'E' 1" EXPANSION JOINT 2" Thru Cuibi -e- Top of Slab Top of Of Top of Top of 7 See Bar Size Table for Doweled Expansion Joints. Top of Curb Joint Sealant (See Detail F))r !e r/((� © Edge with 114 inch tool for length of joint indicated if Resilient V CLCLC LL formed) edging not required when cut with diamond blade Joint Filler Joint Filler saw. 18 See Dowel Assemblies for fabrication details and placement limits. Coat the free end of dowel bar to 1" Nominal SECTION B -B prevent bond with pavement. At intake locations, dowel -- bars may be cast -in-place. - 'E' JOINT IN CURB (View at Back of Curb) ' 'EE' JOINT IN CURB (View at Back of Curb) Match'E' Joli in Pavement Flexible Foam1 Joint Filler " Thru Curb 2" Joint Sealant f!1 MaterialJoint Filler a DETAIL F Joint Filler I DETAIL G —auo B ES' JOINT IN CURB (View at Back of Curb) Detail F or Detail G Joint Filler Material Q (Sae Bar Size Table for Doweled (See Bar Size Table for Doweled Expansion Joints) .,a.. Expansion Joints) p•Q ° O �18" Long Dowel -•* * SeWide Doweled ExpansiDO�)ygars 8l'atfe tr nn01 at 12" Centers R 'ED', 'EE', 'EF' © M313 X113 DOWELED EXPANSION JOINT © Predrill or preform holes in joint material for appropriate dowel size. 18 Compact tire buffings by spading with a square -nose shovel. Sealant Material 4' plywood or pressed wood spacer required for'E. joint. Flexible Foam Joint Filler O7 L 1 2" Joint Sealant Material 1" r o•:a I ea.• ao 16 DETAIL H Tire Buffings EXPANSION DOWELED EXPANSION JOINTS TYPE WIDTH FILLER MATERIAL 1 ED 1" Resilient (Detail F) EE 2" Flexible Foam (Detail F) EF Z" Flexible Foam (Detail G) BAR SIZE TABLE FOR DOWELED EXPANSION JOINTS 0 <8„ 281but 210" < 10„ Dowel 1 3"11, 11„ Diameter 4 4 2 Tubular Dowel Bars will not be allowed for expansion joints. LEGEND ®o' Evewg Pavement 4) SUDAS 14PIOWADOT 10 —1z FIGURE 7010.101 1 STANDARD ROAD PLAN PV -101 JOINTS 11'-0" t 2' for 12'-0" Pavement PLAN Spaces between dowel bars are with a q" allowable tolerance. 12" 12" 12" 12" 1 12" 1 12" 12" 12" 12" 12" 12" Side Top of ELEVATION® Contraction Joint and Assembly® �dtl OZOd Both Sides LONGITUDINAL SECTION •- DOWEL ASSEMBLIES 19 Q 21 19 use 18 inch long dowel bars with a tolerance of f 1/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels in the assembly within t 1/8 inch. ® Use wires with a minimum tensile strength of 50 ksi Details apply to both transverse contraction and expansion joints. ® Weld alternately throughout. ® 0.306 inch diameter wire. Wire sizes shown are the minimum required. ® Maximum 0.177 inch diameter wire, welded or friction fd to upper side rail, both sides. ® Measured from the centedlne of dowel bar to bottom of lower side rail + 114 inch. ® Per lane width, install a minimum of 8 anchor pins evenly spaced (4 per side), to prevent movement of assembly during construction. Anchor assemblies placed on pavement or PCC base with devices approved by the Engineer. ® If dowel basket assemblies are required for curbed pavements, the assembly length is based on the jointing layout. See PV -101, sheet 8. ® Ensure dowel basket assembly centerline is within 2 inches of the intended joint location longitudinally and has no more than 1/4 inch horizontal skew from end of basket to end of basket. DOWEL HEIGHT AND DIAMETER FOR DOWELED CONTRACTION JOINTS ®® O(SoI der Diubula r 7" to 71„ 2 �„ 2 S„ 4 Z. 8 8" to 92„ 41„ 11" 18„ 10. to 112" q. 12" 18" 12" to 13" 64" 12" 11" Tubular Dowel Bars will not be allowed for RD joints. Retainer ,p of Approved PLAN Spaces between dowel bars are nominal dimensions with a q" allowable tolerance. 12" 12" 12" 12" 12" 12" 12" 12" 12" 12" ®Side Rails) Len ELEVATION ® Expansion Joint and Assembly® Anchor PlnO 'Y" min. Both Sides SECTION THRU EXPANSION JOINT JOINT OPENING AND EXPANSION TUBE EXTENSION Joint Type Minimum Q Tube Length "ED„ 1" 6" "EE" 2" 7" „EF" 1 Retainer DOWEL HEIGHT AND DIAMETER FOR DOWELED EXPANSION JOINTS OT (�D Diameter T' to 72,. 2" 4" 8„ to gl„ 4„ 14„ 10" to 111- 51" 12" 12" to 13" 6q" 1 Z" Tubular Dowel Bars will not be allowed for expansion joints. VM01'k110 V."@ DOWBl re to Use 18 inch long dowel bars with a tolerance of t 1/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels In the assembly within t 1/8 inch. ® 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 end of basket to end of basket. ® Clip and remove center portion of tie during field assembly. ® 1/4 inch diameter wire. OPTIONAL LEG SHAPES D + A" max. i Edge of Pavement 3avement PLACEMENT LIMITS (Rural Section) BEND AROUND DOWEL 1® use 18 inch long dowel bars with a tolerance of t 1/8 inch. Ensure the centerlines of individual dowels are parallel to the other dowels In the assembly within t 1/8 2" 1" min inch. ® use wires with a minimum tensile strength of 50 ksi. 12" min. ® Details apply to both transverse contraction and expansion joints. Anchor Pin 45° � Diameter of bend around dowel is dowel diameter + 1/8 #1/0 Gauge Wire to 3/16 Inches. (0.306" diameter) ANCHOR PIN ® For uniform lane widths: 3" - 6". For taper and variable width pavements: 3" - 12". 1/4 or 1/3 Point Longitudinal Joint Back of Curb Guttedine Joint 6" PLACEMENT LIMITS (Curb and Gutter - Gutterline Jointing) t PLACEMENT LIMITS G3� anp Gutter- 1/4 or 1/3 Point Jointing) DOWEL ASSEMBLIES 1 00 Back of Curb —f ®3 -IIA 12" Forjointdetails, see PV -101. 72 1 r2^ T- R l T- Slo a as fi r`16 4' I Slope as FORM 6" per plans GRADE — FORM GRADE pe� plans FORM q^ per plans GRADE — R— ELEV. ELEV. ELEV. 0 6 inch Standard Curb, 6 inch Sloped Curb, or 4 inch Sloped Curb as R 3" t specified. 0 e inch if Proposed Pavement is HMA. No 6" STANDARD CURB 6" SLOPED CURB 4" SLOPED CURB elevation difference if Proposed Pavement is PCC. Q 'BT' ,'KT, or 'L' joint if Proposed Pavement is PCC.'B' joint if Proposed Pavement Is HMA. ®0 to 2 inches for residential entrances. Back of Curb71" uttedine (max') � Slope as per plans 4 2 Slope as ^ 11 to 3" 2 (as specified) Slope as per plans FORM per plans t 1g to 3 inches for industrial or GRADE — — — ELEV. GRADE-- ELEV. commercial entrances. Level VariesVarie Line DROP CURB f— f AT SIDEWALK DRIVEWAY DROP CURB DRIVEWAY DROP CURB (IowaDepartment of Transportation (Iowa Department of Transportation is not the Contracting Authority) is the Contracting Authority) " q2 1-1.,See Detail A 6. 2� 12„ 1 2'-6" or asspecified) ,t 6" FJ 1'R Slope as 2 3 G7 ' FORM per plans x LGRADE rn j — -- ELEV. d SUDAS (PIDWADOT s oar-zo PV -102 FIGURE 7010.101 STANDARD RDAD MRN o N SHEET d] FEN61pN6: 9LWORIVEWRY ORCP CUflO CWI Inp MtlNaYa .m6M".fl"umMWtlb M.on 61,..16. MkeE nn Wd mW y BEAM CURB* �. rl,l'�.�,.� WA01 +�..y �. r.J' o-a-� x `For short replacement sections, m match existing curb profile .. CURB AND GUTTER UNIT m O r 7 Oa SS :6 Wr 9- 8 1V OZOZ PCC CURB DETAILS N ] ®3 -IIA 15' Normal v 0 �_ Curb and Gutter @ If proposed pavement is PCC, match mnt spacing for proposed pavement lace'E' joints in curb and gutter section where expansion joints are to be placed in proposed pavement. -- — — — Proposed Pavement U U Curb and Gutter 15' Normal05 JOINTING DIAGRAM FOR CURB AND GUTTER UNIT No Curb 5.0. 6" A" Transition 50 Standard Tran sit%on 1 Guib m C CURB RUNOUT .. CURBT T pj7 FOR ALL CURBS F O KK+ in %ffA �} SU QIOWADOT s9a-z+ao PV -102 J 0 4" 4" RGUAF 1010.101 STANDARD ROAD RAN ssw.onrven". onov ouneauoiu�"ar..nm.a 5'-Q" Sloped '0 6" don pad Trans N SIo _ �.'1 5'- 'Slop � 6^ ransltion= Standard T „__ seeeTzaz �.aa.h.. u, "..d- m m N CURB TRANSITIONCURB O PCC CURB DETAILS FROM 6" SLOPED TO 4" SLOPED FROM 6"STANDARD TO 4" SLOPED N 'E'Joint 'C' joint `; 1A VP 1 i 'C'joint Refer to G� Detail A Back of curb l TYPE A WITH FLARES 'B' 'E'joint Back c DETAIL A (Residential/Agricultural Only) Drop Curb Heights - 2 Residential: 0" to 2" 3 Curry �— Commercial/Industrial: 1 Yz" to 3" ®Sidewalk- — 6 Driveway 7 TYPICAL SECTION 'C' or'E, V - joint 8 �ith3 ` 10 'C' joint��,� nl iWi OR_ G� :(0 d reinforcing Refer to 5S bar Detail Back of curb ' Back of curb TYPE A WITH RADII DETAIL B QDriveway 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 taper/radius or at the front edge of sidewalk. Do not extend reised curb across sidewalk. 3O Pavement thickness. Residential: 6 inches minimum. Commercial and industrial: 7 inches minimum. ® Sidewalk thickness through driveway to match thickness of Driveway. 5O Center reinforcing bar vertically in the pavement. © Match thickness of adjacent roadway, 8 inches minimum. 7O Provide 'E' joint at back of curb unless 'B' joint is specified. 8O For alleys, invert the pavement crown 2% toward center of alley. 9O Target cross slope of 1.5% with a maximum cross slope of 2.0%. If specified in the contract documents, construct the sidewalk through the driveway 5 feet wide to serve as a passing space. 10 If cross slope of adjacent sidewalk panel exceeds 2.0%, remove and replace to transition from existing sidewalk to sidewalk through driveway. If elevation change raguires a curb ramp, comply with Figure 7030.205; verify need for detectable warning panel with Engineer. G) 10 foot vertical curve required for 5% or M greater change in grade. Width Varies G O2 Slope varies. See contract documents. O3 Target cross slope ofwith a of 2. maximum cross slope of 2.0%. Existing Ground - --- Line 10°i° ma%•'',,,,, , - Driveway 2k ° 2% Finished Grade SidewalkO3 Driveway Driveway TYPICAL CUT SECTION 2% 0 i --- i------ 10% Sidewalk O3 - max. J —Finished Grade Existing Ground J Line TYPICAL FILL SECTION.6 yy 9Driveway Existing Ground Line c I Round slope at toe. J TYPICAL CUT SECTION Round slope at top. 4: 1 slope unless otherwise specified in the contract documents. Parking Width d T Varies 0 r o. 0 0. Round slope Q' P 4:1 sloe unless 1��1 v fl, otherwise specified in fl` the contract documents. H p� 04 Round slope SS :6 N11 7 � attoe. �� \ — Existing Ground — — -- _ _ /^'� �'] Line TYPICAL l i -1 -m�'- FIL TI N O1 Parking Slope: If parking width is less than 10 feet wide, slope at 1/4 inch per foot. If parking width is 10 feet wide and greater, slope at 1/2 inch per foot. M3 3 13 AI 0 SS :6 WV (�- L'�v OZOZ 3 W O1 Target cross slope of 1.5% with a maximum cross slope of 2.0% (including sidewalk through driveway). See Figure 7030.202 for Curb Detail O2 Parking Slopes: O If parking width is less than 10 feet wide, slope at Y4 inch per foot. Sidewalk 4" min. If parking width is 10 feet wide and Roadway .,- ; greater, slope at % inch per foot. 12" 18' Special grade may be specified in the contract documents. CLASS A SIQFWAL K (Sidewalk extends from W = Sidewalk width as specified back of curb to ROW) in the contract documents. 0 O O O Sidewa mq W Roadway 4'-0" min. 1'A" -, Greater M3 3 13 AI 0 SS :6 WV (�- L'�v OZOZ EXISTING 4" CONCRETE SIDEWALK EXISTING 4" SIDEWALK DRILL AND EI-uxr uKuui Kcts,vK 6" INTO EXISTING CONCRETE 2" #4 EPDXY COATED REBAR X 12" @ 1' ON CENTER NEW 6" CONCRETE SIDEWALK DRILL AND EPDXY GROUT REBAR INTO EXISTING CONCRETE Un GDnvV 0 0 All 1r,�"@ 1' ON _AIDEN4n Ln m IOWA CITY I SIDEWALK CONNECTIONI FIGURE 7030.301 I ENGINEERING DIVISION GUTTERLINE JOINTING WITH OPPOSING JOINT THIRD POINT JOINTING Oi Existing Existing Existing Joint Existing g F-xisting Existing Existing Pavement Joint Existing Joint Existing Joint Existing Joint Joint Joint Existing Existing Existing Q Patches on roadways with quarter Pavement 'B' Joint Pavement 'B' Joint Pavement 'KT-2'or point jointing will be similar to 'B' Joint 'B' Joint 'BT -3' third point jointing details. F Joint ( Minimum distance between existing 'RD' Joint 'RD' Joint 'RD' Joint 'RD' Joint and ls 6 feet. 'RD' Joint 'KT -2' or 'B' Joint slesstch distance iint than 6 feet, extend 'BT -3' Joint 'RD' Joint 'B' Joint 'RT' Joint 0 6'-0" min. patch to existing joint. O 6'-0" min. 15'-0" max. O If subgrade or subbase material is 6'-0" min.I 6'-0" min. 6'-0" min. I15'-0' OUTSIDE PANEL PATCH CENTER PANEL PATCH required below patch, bring material 15'-0" max.l` max. 15'-0" max. NO OPPOSING JOINT to a level 2 inches below bottom of ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH CENTER PANEL PATCH 'BT -3' Joint Existing Joint existing pavement. Joint Joint LONGITUDINAL SECTION THRU PCC PATCH Existing Dowel or Tie Bars Curb T/2 Existing Pavement T+2" (typ.) 0 2 1 IM7-n l , SUDAS 17040.101 1�SI SHEET 1& 1 SUDAS Standard Specifications FULL DEPTH PCC PATCHES LESS THAN OR EQUAL TO 15' LONG WITH OPPOSING JOINT WITH OPPOSING JOINT WITH OPPOSING JOINTS Existing Existing Existing Joint Existing g F-xisting Existing Existing Pavement Joint Existing Pavement Exist Joint Pavement Joint Joint 'B' Jolnl 'B' Joint 'KT-2'or 'B'Joint 'BT -3' 'RT Joint F Joint 'RT Joint 'B' Joint 'RD' Joint 'RD' Joint 'RT' Joint 0 6'-0" min. Q 6'-0" min. O 6'-0" min. 15'-0" max. 15 -0 max. 15'-0" max. ONE PANEL WIDTH PATCH OUTSIDE PANEL PATCH CENTER PANEL PATCH NO OPPOSING JOINT NO OPPOSING JOINT NO OPPOSING JOINT 'KT -2' or 'KT -2' or 'BT -3' Joint Existing Joint 'BT -3' Joint Existing Joint 'B' Joint Existing Joint 'R 'Joint rik 1�1 X1130 O c m 'RD'Joint 7�t Joint 'RD'Joint o 'RD' Joint i _Jgh`V�LUG aGu 0 I o 'KT -2' or 6'-0" min. I 'KT -2' or 'BT 6' -OI mm. 6'-0" mm. _ 'BT -3' 15' -0" max -3' 15' ,. 'KT 2' or 15 m -� Joint FULL ROADWAY Joint 'BT -3' Joint FULL ROADWAY ADJACENT PANELS WIDTH PATCH WIDTH PATCH PATCH O -n Joint Joint LONGITUDINAL SECTION THRU PCC PATCH Existing Dowel or Tie Bars Curb T/2 Existing Pavement T+2" (typ.) 0 2 1 IM7-n l , SUDAS 17040.101 1�SI SHEET 1& 1 SUDAS Standard Specifications FULL DEPTH PCC PATCHES LESS THAN OR EQUAL TO 15' LONG 'RD' 'KT -2' or 'BT -3' Joint 1:U➢ L' GUTTERLINE JOINTING ,Existinq Pavement vJ zv-U- max. min. ONE PANEL WIDTH PATCH KT -2' or BT -3' Joint 10'-0" 0" min. 6' In- 20'-0" m max. FULL ROADWAY WIDTH PATCH Joint 1115TAR 9S:6 9 - 7.1 THIRD POINT JOINTING O it Joint OUTSIDE PANEL PATCH ^ -- ^3vement X10'-0" min. �6'-0'�,TI 20'-0" max. min. CENTER PANEL PATCH �KT -2' or 'BT-3' Joint max. FULL ROADWAY WIDTH PATCH Joint Joint iO Patches on roadways with quarter point jointing will be similar to third point jointing details. 02 Minimum distance between existing joint and patch is 6 feet. If distance is less than 6 feet, extend patch to existing joint. 03 Match existing joint type and locations. ® 'C' joint unless'CD' joint is specified. SO If existing joint spacing is greater than 20 feet, add a'CT joint at mid -panel. © If subgmde or subbase material is required below patch, bring material to a level 2 inches below bottom of existing pavement. LONGITUDINAL SECTION Existing Dowel or Tie Bars Curb TO Existing Pavement T+2" (typ.) SUDAS 17040.1021 SUDAS Standard Specifications FULL DEPTH PCC PATCHES GREATER THAN 15' LONG F F F Buffer Space (lateral) provides protection for traffic and workers Traffic Space allows traffic to pass through the activity area L ■ ■ ■ ■ 111■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ �� ■ ■ ■ ■ ■ ■ ■ ■ F F F Buffer Space Work Space Buffer (longitudinal) Is set aside for Space Shoulder Taper provides protection workers, equipment, (longitudinal) Down: for traffic and and material storage Taper workers Advance Warning Area Transition Area Activity Area tells traffic what to expect ahead moves traffic out is where work takes place of its normal path 'Applies to all Section 8030 figures Dlatanu Between Signa Key' A Sova Win, Fence 30-40 250 45-50 350 A . Board suPwrr exam vehae 000 T 2 ■ Chennallr, r, Device I ■ sign (shorn 35 70 1 mm�q Nnl aa♦ of ecnon of Traec 0 Type gl 13 . e X Dim worn spec r• FWgger q® i --II wora ve4oa r�F♦ 50 00 I i� VMIGe Warning hl lemeer nghln,e q OPeaesMen ChenmNang Devkc rWrl, naming, .rallatlng..rmoba, 110 light) 'Applies to all Section 8030 figures Dlatanu Between Signa Speed Lima (mph A 20-25 100 30-40 250 45-50 350 55 500 Cha I r- c c ._ Speed Limit (mph) TapeAr 5 rk Space (ft) 20 6 40 40 25 30 2 6 60 35 35 70 70 40 40 so B0 45 450 1 660 90 50 50 00 00 55 55 110 110 y Isla traffic resume normal operations It may be necessary to combine two or more examples to adequately address the traffic control needed. Utilize vehicle warning lights (amber, high-intensity rotating, flashing, oscillating, or strobe light) on all shadow and work vehicles. Vehicle hazard lights may be used to supplement warning lights. Do not use hazard lights alone. Flags may be used to call attention to the advanced warning signs. If a closure extends overnight, utilize channelizing devices with retroreflective sheeting. Speed limit refers to the legally established and signed speed limit. If an arrow board is used on 2 -lane roads, operate only in the caution mode. Adjust the position of warning signs and channellzing devices for available sight distance. Do not install temporary traffic control devices until work is ready to begin, and remove or cover all signs and devices promptly when they are not needed. The END WORK (G20-2) signs shown on all figures are optional. Merging Taper Lengths for Lana Closure• Speed Limit (mph) Taper Length (L) (ft) Number of Devices 20 80 5 25 125 6 30 160 7 35 245 8 40 320 9 45 540 13 50 600 13 55 1 660 1 13 -Values shown are for a 12 foot shift. Table does not apply to one -lane, two-way (flagger) tapers ONE U* ROAD O RDAD WORK AHEAD AHEAD POADKWORK A A I F Alternate 2 Use of Alternate 21s restricted to roadways where average daily traffic is fewer than 400 vehicles and good sight distance exists. Do not use within 2,500 feet of a similar work site. May be used for overnight closures. During non -working hours remove materials, equipment, or stockpiled waste and fill or cover excavations. h^—A^i*—Ate♦•^A Buffer Space F SUDAS @30.1O4 D � I� aHEET 1 or 1 15' S0'IO 100' kY'M RDAD DIE SUDAS Standard Specifications WDPK RDAD v AHEAD AHEAD RD rx�rric LANE CLOSURE ON LOW VOLUME Alternate 2 STREET (SELF-REGULATING) Refer to Figure 5030.101 for symbol key and sign POAD spacing. NORK AHEAD Alternate 1 Fox Di Use of Alternate 1 is restricted to low -speed ROAD WORK jam— A roadways with good sight distance (paved or unpaved) during daylight hours. 10' min. Traffic may be self-regulating when the work �.. space is short and drivers can we the roadway beyond. ti �� ■ ? Use one or two flaggers when motor vehicle ■ ■ °:,.LL_L_L_L_L_Lko...._._.. traffic cannot effectively salt -regulate. F F A 50'to 100' [xo Buffer Space ROAD WORK ROAD (optional) Won AHEAD Alternate 1 ONE U* ROAD O RDAD WORK AHEAD AHEAD POADKWORK A A I F Alternate 2 Use of Alternate 21s restricted to roadways where average daily traffic is fewer than 400 vehicles and good sight distance exists. Do not use within 2,500 feet of a similar work site. May be used for overnight closures. During non -working hours remove materials, equipment, or stockpiled waste and fill or cover excavations. h^—A^i*—Ate♦•^A Buffer Space F SUDAS @30.1O4 D � I� aHEET 1 or 1 15' S0'IO 100' kY'M RDAD DIE SUDAS Standard Specifications WDPK RDAD v AHEAD AHEAD RD rx�rric LANE CLOSURE ON LOW VOLUME Alternate 2 STREET (SELF-REGULATING) ROADFar low speed, low volume, urban streets the WORK LEFT/RIGHT LANE CLOSED AHEAD sign may be AHEAD Omitted. IF—EXD ROAD wonx A Refer to Figure 8030.101 for symbol key and sign spacing. -i �- o Buller Space XOAONDoRX A A A L (optional) ROAD I ■ (OpGOnal) WORK MOLT . 1 READ aoAD AxEAD Outside Lane Closure ROAD WORK FUND-1AHEAD ROAD RORX J A —� l T_ (_ 0' New 161hP CD SUDAS F F 0.110 803 aNEET i W 1 O ED�"�— A A A L e(optiona0 SUDAS Standard Specifications In aoeD O (optional)WORK EER E""E � I LANE CLOSURE ON AXEAD DEDSED 0 ANEAO 2 Inside Lane Closure MULTI-LANE STREET Place arrow board within the closed lane behind the channalizing devices and as close to the beginning of the taper as practical, while keeping it on the paved surface. If the work area extends across the crosswalk, the crosswalk should be dosed using appropriate Information and devices. For traffic signal maintenance, consider using law enforcement and/or a shadow vehicle. ROAD For intersection approaches reduced to a single lane. WORK left -turning movements may be prohibited to maintain AHEAD capacity for through motor vehicle traffic. enD ROAD WORK qRight lane closure shown; for left lane closure, --I modify sign messages and arrow board. Refer to Figure 8030.101 for symbol key and sign F k. spacing. OW. ■ ■ ,.- .r, END ROAD WORK ROAD WORK RIGHT LANE CLOSED at AHEAD AxEAD ' 'VMOl'Allo MAOI M313 AIIJ 9S -6 WV 9- add 0ZQZ 01"11- 9S :6 WV 9- bdV VZOZ Q3 -11A Use when crosswalks, sidewalks, or other pedestrian facilities are closed or relocated. Ensure temporary facilities are delectable and Include accessibility features consistent with the features present in the existing pedestrian facility. Signs such as KEEP RIGHT (LEFT) may be placed to guide or direct pedestrians. Provide continuous barters or fending complying with the requirements of PROWAG to secure work areas from pedestrians. When required in the contract documents, provide auxillary lighting or audible Information devices to 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. 0 20' lss� REPLACE PCC CURB AND GUTTER INTEGRAL WITH FULL DEPTH PATCH / / / i i \ APPROXII r., -1-1 . WAY WITH '030.101 =CT SLK ' G P' div '` pc NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 2 \ 12 o 7 -- \ C7 N D SY 7040-108-A-0: FULL DEPTH PATCHES, 8 PCC, 8" OR LESS 62 SY rn y cn 1\0 \ LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 2 7030-108-A-0: REMOVAL OF DRIVEWAY 12 SY 7 7030-108-H-1: DRIVEWAY, PAVED, PCC, 6" 12 SY 7040-108-A-0: FULL DEPTH PATCHES, 8 PCC, 8" OR LESS 62 SY CITY OF IOWA CITY ENGINEERING I HSCALE: 1'=20' I DESIGN: JBW (PROJECT: 2020 WATER PAVEMENT ISNEET ¶�' PLAN VIEW - PAVING SHEET I FILE NUMBER I SHEET DIVISION VSCALE: 1"=WA DRAWN: MLV D.OI DATE: 4/3/2020 PATCHING PROJECT 11 GLENDALE COURT o 100 REPLACE PCC CURB AND GUTTER INTEGRAL WITH FULL DEI OAKRIDGE AVENUE 1- Lo APPROXIMATE PROPERTY LINE (TYP) - - - W D Z W I Q J 0 I 1 LEGEND AND N N BID ITEM ITEM DESCRIPTION O QUANTITY UNITS HATCH .r n C1 PATTERN rnI �{ f'T 8 PCC, 8" OR LESS y � SY LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 7040-108-A-0: FULL DEPTH PATCHES, 8 PCC, 8" OR LESS 11 SY \\ wasokNowrI mob.. NOTES. 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104. 2. SOD DISTURBED AREAS PER SECTION 9020. CITY OF IOWA CITY ENGINEERING H SCALE: 1°=2a I DESIGN: JBW PROJECT: 2020 WATER PAVEMENT SHEET TITLE: PLAN VIEW - PAVING SHEET FILE NUMBER SHEET DIVISION VSCALE: P=WA DRAWN: MLV DATE: 4/3/2020 PATCHING PROJECT 100 OAKRIDGE AVENUE D.02 o APPROXIMATE PROPERTY LINE (TYP) CITY WILL REMOVE TWO TRAFFIC SIGNS AND REINSTALL THEM AFTER COMPLETION OF WORK REPLACE PCC CURB AND GUTTER INTEGRAL WITH FULL DEPTH PATCH 30 NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.110, AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. PRESERVE AND PROTECT THE EXISTING STAMPED COLORED CONCRETE REMOVE AND REPLACE CURB RAMP AND SIDEWALK, SEE DETAIL ON SHEET S.01 i 302 306 318 I EAST JEFFERSON STREET LEGEND AND QUANTITIES 0 0 ITEM DESCRIPTION QUANTITY UNITS HATCH n� 1 O� rn Cr a SY f� A 5 7030-108-E-0: SIDEWALK, PCC, 6" 15 SY JBW JB W 4/3/2020 y un SHEET sHEEr nn E: PLAN VIEW - PAVING SHEET 228 EAST JEFFERSON STREET FILE NUMBER 10 LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 3 7030-108-A-0: REMOVAL OF SIDEWALK 15 SY f� A 5 7030-108-E-0: SIDEWALK, PCC, 6" 15 SY JBW JB W 4/3/2020 PROJECT: L DEPTH PATCHES, SHEET sHEEr nn E: PLAN VIEW - PAVING SHEET 228 EAST JEFFERSON STREET FILE NUMBER 10 PCC WITH MA OLVERLAY, 8" OR LESS 75 SY FOR PCC BASE CITY OF IOWA CITY ENGINEERING DIVISION HSCALE VSCALE: 1"=20' 1'=WA I DESIGN: DROWN: DATE: JBW JB W 4/3/2020 PROJECT: WATER PAVEMENT PATCHING PROJECT SHEET sHEEr nn E: PLAN VIEW - PAVING SHEET 228 EAST JEFFERSON STREET FILE NUMBER SHEET D. qNV 4051 Pte, °, L403 -- i 225 j' I 304_' MATCH HERRINGBONE-. PATTERN IN EXISTING BRICK PRESERVE AND PROTECT EXISTING WATER VALVE, VALVE BOX, AND COVER z z J I NOTES: - - ----- - -- ---- -- -- - - --- - - - - -- 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.111. 2. SOD DISTURBED AREAS PER SECTION 9020. ' 308 312 - I--- 4� 1 13y EAST DAVENPORT STREET APPROXIMARTY LINE (TYP) !330 3� F3-13 ' 328 i LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 7040-108-A-0: FULL DEPTH PATCHES, 11 PCC WITH HMA OVERLAY, GREATER 22 SY THAN 8" PCC BASE 7049-108-A-0: FULL DEPTH PATCH BRICK 13 PAVEMENT, 7' PCC AND 1" HMA BASE 18 SY I ENGINEERING I H SCALE: P'=2d DESIGN: JBW I PROJECT: 2020 WATER PAVEMENT I SHEET TITLE: PLAN VIEW - PAVING SHEET CITY OF IOWA CITY I FlLE NUMBER I SHEET DIVISION VSCALE: 1°=N/A DRAWN: MLV PATCHING PROJECT 304 EAST DAVENPORT STREET D.04 JI DATE: 4/3/2020 N , I ° 20, I 13 326 PRESERVE AND PROTECT EXISTING REPLACE 26 LF OF CURB AND CURB AND GUTTER GUTTER INTEGRAL WITH THE 1 --PCC FULL DEPTH PATCH \-"APPROXIMATE PROPERTY LINE (TYP) I i I I I 4291 PRESERVE AND PROTECT EXISTING CURB AND GUTTER I I W Lu rrr^ VLJ r W m J f`J I I I [402 408 ; 412 i-- -- - , I � --�_-- FAIRCHILD STREET N � O SCJ � �- --1 cJ m �r m rn � o;r Lo i LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN � 7049-108-A-0: FULL DEPTH PATCH BRICK 13 AM PAVEMENT, 7" PCC AND 1" HMA BASE 70 SY NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.111. 2. SOD DISTURBED AREAS PER SECTION 9020. CITY OF IOWA CITY H SCALE: V-20' DESIGN: JBW PROJECT: SHEET TITLE: FILE NUMBER SHEET ENGINEERING 2020 WATER PAVEMENT PLAN VIEW PAVING SHEAT DIVISION VSCALE: 1°=N/A DRAWN: MLV D.05 DATE: 4/3/2020 PATCHING PROJECT 328 FAIRCHILD STREET I N 305 0 20' - - - - - ---- - - I � 1812 I I I INTK PRESERVE AND PROTECT EXISTING STORM SEWER INTAKE rr 0 0 z E WINDSOR COURT NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, 8030.111. 2. SOD DISTURBED AREAS PER SECTION 9020. 300 APPROXIMATE PROPERTY LINE (TYP)'// 230 LEGEND AND QUANTITIES 0 ITEM DESCRIPTION QUANTITY 0 HATCH NUMBER ��rn cn m o;0 a Q s� FOR PCC BASE LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 10 7040-108-A-0: FULL DEPTH PATCHES, PCC WITH HMA OVERLAY, 8" OR LESS 16 SY FOR PCC BASE CITY OF IOWA CITY I H SCALE: 1"=20' I DESIGN: JBW �FRDJECT: I SHEET TITLE I FILE NUMBER I SHEET ENGINEERING 2020 WATER PAVEMENT PLAN VIEW -PAVING SHEET DIVISION VSCALE: 1 =N/A DRAWN: MLV PATCHING PROJECT 300 WINDSOR DRIVE D. DATE: 4/3/2020 aND w/N STAN 0 20' 1 821 ! / O / O NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. LEGEND AND QUANTITIES BID ITEM NUMBER ITEM DESCRIPTION QUANTITY UNITS HATCH PATTERN I SHEEET D.07 7010-108-E-0: CURB AND GUTTER, PCC, 36 LF PATCHING PROJECT 1 24" WIDE, 8" THICK 2 7030-108-A-0: REMOVAL OF DRIVEWAY 14 SY 3 7030-108-A-0: REMOVAL OF SIDEWALK 4 SY 4 7030-108-E-0: SIDEWALK, PCC, 4" 4 SY 7 7030-108-H-1: DRIVEWAY, PAVED, PCC, 6" 14 SY 12 7040-108-1-0: CURB AND GUTTER 36 LF REMOVAL PRESERVE AND PROTECT EXISTING SIDEWALK INSTALL TYPE A DRIVEWAY WITH FLARES, SEE FIGURE 7030.101 4*181 r r APPROXIMATE PROPERTY LINE (TYP) ENGINEERING I CITY O F IOWA CITY I H SCALE: 1"=20' VSCALE: 1'=N//k I DESIGN: JBW DRAWN: Ml 2020 WATER PAVEMENT I PROJECT: PLAN VIEW -PAVING SHEET I SHEET TITLE: I FILE NUMBER I SHEEET D.07 DIVISION PATCHING PROJECT 330 WINDSOR DRIVE DATE: 4/3/2020 0 20' 11 APPROXIMATE PROPERTY LINE (fYP) PRESERVE AND PROTECT \ THE EXISTING SIDEWALK 616 REMOVE AND REPLACE 19 LF PCC INSTALL TYPE A DRIVEWAY WITH CURB AND GUTTER, 24" WIDE FLARES, SEE FIGURE 7030.101 REPLACE PCC CURB AND GUTTER INTEGRAL WITH FULL DEPTH PATCH NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. PRESERVE AND PROTECT THE EXISTING SIDEWALK �rTl i 6 LEGEND AND Q UAIor TTIp-S H SCALE: 1^=2a VSCALE: 1•=N/A BID ITEM NUMBER ITEM DESCRIPTION QUANTITY UNITS HATCH PATTERN 1 7010-108-E-0: CURB AND GUTTER, PCC, 19 LF 616 ST THOMAS COURT 24" WIDE, 8" THICK DATE: 4/3/2020 2 7030-108-A-0: REMOVAL OF DRIVEWAY 10 SY 3 7030-108-A-0: REMOVAL OF SIDEWALK 6 SY 5 7030-108-E-0: SIDEWALK, PCC, 6" 6 SY 7 7030-108-H-1: DRIVEWAY, PAVED, PCC, 6" 10 SY 8 7040-108-A-0: FULL DEPTH PATCHES, 21 SY \\ PCC, 8" OR LESS 12 7040-108-1-0: CURB AND GUTTER 19 I LF F REMOVAL CITY OF IOWA CITY ENGINEERING H SCALE: 1^=2a VSCALE: 1•=N/A DESIGN: JBW DRAWN: MLV PROJECT: 2020 WATER PAVEMENT sNEET nTLE: PLAN VIEW -PAVING SHEET FILE NUMBER SHEET D.08 DIVISION PATCHING PROJECT 616 ST THOMAS COURT DATE: 4/3/2020 VIVV �-A" 0 20' 705 REPLACE PCC CURB -ULL [ 709 NOTES. 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104. 2. SOD DISTURBED AREAS PER SECTION 9020. W� II Z JJ co AN, LJ ..... ,_...,.,.., _ PROPERTY LINE (TYP I II 706 710 LEGEND AND ti 0 BID ITEM a QUANTITY UNITS xft NUMBER PATTERN ic-> cri t -. -<r 8 ' 37 SY \\\ \ LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 7040-108-A-0: FULL DEPTH PATCHES, 8 PCC, 8" OR LESS 37 SY \\\ \ CITY OF IOWA CITY I H SCALE 1"=20 I DESIGN JBW I PROJECT: I SHEET 71IlE: I FILE NUMBER I SHEET I ENGINEERING 2020 WATER PAVEMENT PLAN VIEW -PAVING SHEET DIVISION VSCALE: 1•=N/A DRAWN: MlV D.09 DATE: 4/3/2020 PATCHING PROJECT 709 GIBLIN DRIVE vIVV � I F 0 20' W Lu W � I I W I I ► J 830 826 I ► I I 828 I r� I I i 824 I I I 8-z: I I ► I I _ APPROXIMATE PROPERTY LINE (TYP) I I RIDER STREET -� PRESERVE AND PROTECT EXISTING LEGEND AND QUANTITIES WATER VALVE, VALVE BOX, AND COVER _ PRESERVE AND PROTECT BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH EXISTING HYDRANT NUMBER 7040-108-A-0: FULL DEPTH PATCHES, PATTERN REPLACE PCC CURB AND GUTTER 10 PCC WITH HMA OVERLAY, 8" OR LESS 22 SY INTEGRAL WITH FULL DEPTH PATCH NOTES 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104. 2. SOD DISTURBED AREAS PER SECTION 9020. 3. CONSTRUCTION FOR THIS LOCATION MUST BE COMPLETED BY AUGUST 1, 2020 DUE TO ITS CLOSE PROXIMITY TO A SCHOOL. CITY OF IOWA CITY ENGINEERING H SCALE: 1"=20 DESIGN: JBW PROJECT: 2020 WATER PAVEMENT SHEET TILE: PLAN VIEW - PAVING SHEET FILE NUMBER SHEET DIVISION VSCALE: 1'=WA DRAWN: MLV D.10 DATE: 4/3/2020 PATCHING PROJECT 826 RIDER STREET FOR PCC BASE �IIVV 0 20' E:� 851 W W I- J J W 0 Z D T. 852 LEGEND AND QUANTITIES N G L_ PRESERVE AND PROTECTS QUANTITY N HATCH EXISTING CURB AND GUTTER APPROXIMATE PROPERTY LINE (TYP) PATTERN 7040-108-A-0: FULL DEPTH PATCHES, �rn M PCC, 8" OR LESS 15 SY 869 JACKSON AVENUE y cn c, LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 7040-108-A-0: FULL DEPTH PATCHES, 8 PCC, 8" OR LESS 15 SY I A NOTES 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.111. 2. SOD DISTURBED AREAS PER SECTION 9020. CITY OF IOWA CITY H SCALE 1"=20 DESIGN: JBW PROJECT: SHEET TITLE FlLE NUMBER SHEET ENGINEERING 2020 WATER PAVEMENT PLAN VIEW -PAVING SHEET D.11 DIVISION VSCALE: 1•=N/A DRAWN: MLv DATE: 4/3/2020_L_PATCHING PROJECT 852 JACKSON AVENUE 1425 ABBEY LANE W rrM�_ r) rr T D m NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. `IESERVE AND ?OTECT EXISTING DEWALK 'RESERVE AND PROTECT EXISTING SIDEWALK 9. 1414 HUMV — , ,.,,<IMATE PROPERTY LINE (lYP) LEGEND AND QUANTITIES N b ITEM DESCRIPTION QUANTITY O HATCH NUMBER 2020 WATER PAVEMENT SHEET 111LE: PLAN VIEW -PAVING SHEET PATTERN 3 �-� c, r. t rn m PATCHING PROJECT :'�tirxi'�. 1426 BURRY DRIVE 4 7030-108-E-0: SIDEWALK, PCC, 4" cn SY LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER 2020 WATER PAVEMENT SHEET 111LE: PLAN VIEW -PAVING SHEET PATTERN 3 7030-108-A-0: REMOVAL OF SIDEWALK 4 SY l r y�`'p PATCHING PROJECT :'�tirxi'�. 1426 BURRY DRIVE 4 7030-108-E-0: SIDEWALK, PCC, 4" 4 SY CITY OF IOWA ENGINEERING CITY H SCALE: 1"=20 VSCALE: 1"=N/A DESIGN DRAWN: JBW MLV PROJECT: 2020 WATER PAVEMENT SHEET 111LE: PLAN VIEW -PAVING SHEET FILE NUMBER SHEET D.12 DIVISION PATCHING PROJECT 1426 BURRY DRIVE DATE: 4/3/2020 W rJ 0 20' W r) Z 0 U W 2212 LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 7040-108-A-0: FULL DEPTH PATCHES, 8 PCC, 8" OR LESS 57 SY . �1=1 III lWolif-1110vivi III Ravi In 93 q s F STREET 912 N APPROXIMATE PROPERTY LINE I (TYP) W to cn I 2203 i 2211 NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104. 2. SOD DISTURBED AREAS PER SECTION 9020. CITY OF IOWA CITY H SCALE 1-20' DESIGN JBW PROJECT: SHEET TITLE: FILE NUMBER SHEET ENGINEERING 2020 WATER PAVEMENT PLAN VIEW -PAVING SHEET DIVISION VSCALE: 1" -N/A DRAWN MLV D.13 DATE: 4/3/2020 PATCHING PROJECT 2211 F STREET 0 20' 103 I REPLACE PCC CURB AND GUTTER INTEGRAL WITH FUL' ---- -'-- 1 09 DPERTY LINE (TYR) MORNINGSIDE DRIVE 1705 1 701 1 707 -I � m <m I o I � Ycn I NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104. 2. SOD DISTURBED AREAS PER SECTION 9020. 3. CONSTRUCTION FOR THIS LOCATION MUST BE COMPLETED BY AUGUST 1, 2020 DUE TO ITS CLOSE PROXIMITY TO A SCHOOL. LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER PATTERN 11 7040-108-A-0: FULL DEPTH PATCHES, PCC WITH HMA OVERLAY, GREATER 34 SY THAN 8" PCC BASE CITY OF IOWA CITY ENGINEERING I H SCALE: 1"=20 I DESIGN JBW (PROJECT. 2020 WATER PAVEMENT DIVISION VSCALE: 1"=WA DRAWN: MLV DATE: 4/3/2020 PATCHING PROJECT SHEET nom` PLAN VIEW - PAVING SHEET FILE NUMBER I SHEET 109 SOUTH SEVENTH AVENUE D.14 0 20 EAST COURT STREET ariw REMOVE AND REPLACE 30 LF CURB AND GUTTER, 24" Elgin 41k APPHOXIMATE PROPERTY LINE (TYP) I PRESERVE AND PROTECT THE EXISTING SIDEWALK I INSTALL TYPE A DRIVEWAY WITH FLARES, SEE FIGURE 7030.101 T. 0 0 0 0> Z W Y NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. 402 I I I I IFri I LEGEND AND QUANTITIES BID ITEM ITEM DESCRIPTION QUANTITY UNITS HATCH NUMBER 2020 WATER PAVEMENT SHEET TITLE: PLAN VIEW -PAVING SHEET PATTERN 1 7010-108-E-0: CURB AND GUTTER, PCC, 30 LF DATE: 24" WIDE, 8" THICK PATCHING PROJECT 2 7030-108-A-0: REMOVAL OF DRIVEWAY 16 SY 7 7030-108-H-1: DRIVEWAY, PAVED, PCC, 6" 16 SY 12 7040-108-1-0: CURB AND GUTTER 30 LF j/�/� REMOVAL CITY OF IOWA ENGINEERING CITY H SCALE: 1"=2d VSCALE: 1"=WA DESIGN: DRAWN: JBW JBW PROJECT: 2020 WATER PAVEMENT SHEET TITLE: PLAN VIEW -PAVING SHEET FILE NUMBER SHEET D.15 DIVISION DATE: 4/3/2020 PATCHING PROJECT 403 KENWOOD DRIVE 2020 WATER PAVEMENT PATCHING PROJE OVERALL LOCATION MAP VI VV 0 0.5 MILE .t L 0 Ca] Q❑ 0 DRAWING INDEX SHEET NUMBER N ao A.01 TITLE SHEET N CONTACTS AND NOTES D.01 PLAN VIEW - PAVING SHEET 11 GLENDALE COURT D.02 C-T;lsl D.03 PLAN VIEW - PAVING SHEET 228 EAST JEFFERSON STREET D.04 PLAN VIEW - PAVING SHEET 304 EAST DAVENPORT STREET D.05 PLAN VIEW - PAVING SHEET 328 FAIRCHILD STREET D.06 PLAN VIEW - PAVING SHEET 300 WINDSOR DRIVE CDr PLAN VIEW - PAVING SHEET 330 WINDSOR DRIVE D.08 PLAN VIEW - PAVING SHEET 616 ST THOMAS COURT D.09 PLAN VIEW - PAVING SHEET 709 GIBLIN DRIVE D.10 PLAN VIEW - PAVING SHEET 826 RIDER STREET D.11 PLAN VIEW - PAVING SHEET 852 JACKSON AVENUE w PLAN VIEW - PAVING SHEET 1426 BURRY DRIVE SHEET NUMBER SHEET TITLE A.01 TITLE SHEET C.01 CONTACTS AND NOTES D.01 PLAN VIEW - PAVING SHEET 11 GLENDALE COURT D.02 PLAN VIEW - PAVING SHEET 100 OAKRIDGE AVENUE D.03 PLAN VIEW - PAVING SHEET 228 EAST JEFFERSON STREET D.04 PLAN VIEW - PAVING SHEET 304 EAST DAVENPORT STREET D.05 PLAN VIEW - PAVING SHEET 328 FAIRCHILD STREET D.06 PLAN VIEW - PAVING SHEET 300 WINDSOR DRIVE D.07 PLAN VIEW - PAVING SHEET 330 WINDSOR DRIVE D.08 PLAN VIEW - PAVING SHEET 616 ST THOMAS COURT D.09 PLAN VIEW - PAVING SHEET 709 GIBLIN DRIVE D.10 PLAN VIEW - PAVING SHEET 826 RIDER STREET D.11 PLAN VIEW - PAVING SHEET 852 JACKSON AVENUE D.12 PLAN VIEW - PAVING SHEET 1426 BURRY DRIVE D.13 PLAN VIEW - PAVING SHEET 2211 F STREET D.14 PLAN VIEW - PAVING SHEET 109 SOUTH SEVENTH AVENUE D.15 PLAN VIEW - PAVING SHEET 403 KENWOOD DRIVE S.01 CURB RAMP DETAIL zJ JOSEPH B. WELTER =z 19255 :r^ SOW I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE MY LICENSE RENEWAL DATE IS 3 I D4GfA&A%, el.0 PAGES OR SHEETS COVERED BY THIS SEAL: ENTIRE BOUND DOCUMENT CITY OF IOWA CITY I H SCALE: 1"=0.5 MI I DESIGN: JBW I PKL\tt;1: I 5HEET TITLE: I FILE NUMBER I SHEET ENGINEERING 2020 WATER PAVEMENT TITLE SHEET DIVISION VSCALE' 1°=N/A DRAWN: MLV A.01 DATE: 4/3/2020 PATCHING PROJECT CONTACTS GENERAL NOTES UTILITY NOTES THE FOLLOWING UTILITY COMPANIES MAY HAVE 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE 1. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR FACILITIES IN PROXIMITY TO THE PROJECT: STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE STANDARD SPECIFICATIONS, GENERAL SUPPLEMENTAL CONTRACTOR TO: CABLE TELEVISION SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND 1.1. NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY MEDIACOM SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE CONSTRUCTION. KEVIN FOUNTAIN OFFICE: (319) 351-0408 PLANS. 1.2. COORDINATE OPERATIONS WITH UTILITIES EXT 3701 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE 1.3. AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. MOBILE: (319) 621-8466 PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR 1.4. DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN DAMAGE THERETO. CITY OF IOWA CITY ADVANCE OF NECESSARY STAKING. 1.5. PRIOR TO BEGINNING CONSTRUCTION, PROVIDE LABOR AND EQUIPMENT NECESSARY CITY PARKS AND FORESTRY 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS ZAC HALL OFFICE: (319) 356-5093 PROJECT PLANS. THE CONTRACTOR SHALL GET WHICH MAY RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS. AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING 2• UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM CITY SEWER DEPARTMENT ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE ON -CALL -COLLECTIONS OFFICE: (319) 631-1144 CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSIDERED APPROXIMATE ONLY. CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND 3. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS CITY TRAFFIC ENGINEERING PRIVATE PARTIES IN WRITING. PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE BROCK HOLUB OFFICE: (319) 356-5482 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE 4. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE -CALL SERVICE AT (800)-292-8989 CITY RIGHT-OF-WAYS PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT. JIM PROTASKEY OFFICE: (319) 356-5438 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT 5. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. OF DISCOVERY. CITY WATER DIVISION 5. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE KEVIN SLUTTS OFFICE: (319) 356-5169 PLAN IOWA SOUTH ZONE; US SURVEY FOOT NAD 83 (1996 HARN) JUDE MOSS OFFICE: (319) 356-5163 AND NAVD 88, RESPECTIVELY. 6. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE FIBER OPTICS PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS AT&T "REMOVE" OR "CLEAR AND GRUB" ON THE PROJECT PLANS AND LENNY VOHS OFFICE: (816) 275-4014 AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE MOBILE: (770) 335-8244 SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM. IMON 7. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL RANDY SCHOON OFFICE: (319) 261-4630 WATERMAIN, HYDRANT RELOCATION AND INSTALLATION, AND MOBILE: (319) 553-1176 WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. 8. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT N o IOWA NETWORK SERVICES PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE CD JEFF KLOCKO OFFICE: (515) 240-2544 SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS MOBILE: (515) 830-0445 AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC N UNIVERSITY OF IOWA CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS =i C-) — s GEORGE STUMPF OFFICE: (319) 335-2814 "SIDEWALK CLOSED", "SIDEWALK CLOSED - USE OTHER SIDE", t r- D " AND "SIDEWALK <WITH APPROPRIATE DIRECTIONAL ARROWS>" a GAS AND ELECTRIC AS DEEMED NECESSARY BY THE ENGINEER. MIDAMERICAN ENERGY 9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR 3> W JOE RETEK - GAS OFFICE: (319) 341-4457 SHALL USE ALL MEANS NECESSARY TO CONTROL DUST MOBILE: (319) 930-6225 SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH THE TELEPHONE APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, CENTURY LINK AND SHALL BE INCIDENTAL. DAVID KIRKEBY OFFICE: (319) 399-7440 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD MOBILE: (319) 329-3807 VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. 11. THE TRAFFIC CONTROL PLANS IN THIS PROJECT ARE UTILITY LOCATING CREW COORDINATES WITH THE KEY AND NOTES INCLUDED IN THE IOWA ONE CALL (800) 292-8989 SUDAS DETAIL 8030.101, TEMPORARY TRAFFIC CONTROL GENERAL INFORMATION. CITY OF IOWA CITY ENGINEERING H SCALE: NONE VSCALE: NONE DESIGN: JBW DRAWN: MLV PROJECT: 2020 WATER PAVEMENT SHEET TITLE: CONTACTS AND NOTES FILE NUMBER SHEET C.01 DIVISION PATCHING PROJECT DATE: 4/3/2020 MATCH INSTALL DETECTABLE WARNING (7030-108-G-0) ----- 680.43 I --- a EXPANSION JOINT WITH 2' DROP 680.46 ; i CITY OF IOWA CITY H SCALE: 1"=5' DESIGN: JBW PROJECT: SHEET TITLE: FILE NUMBER SHEET ENGINEERING 2020 WATER PAVEMENT CURB RAMP DETAIL DIVISION VSCALE: 1"=N/A DRAWN: KKL S.01 DATE: 4/3/2020 PATCHING PROJECT I I I I I I MATCH 681.02. MATCH MATCH 680.81 -' 681.13 `' yY0 Nc� MATCH 681.13 680.93 MATCH 680.84 --- — — — AN CITY WILL REMOVE TWO TRAFFIC SIGNS D 680.88 REINSTALL THEM AFTER COMPLETION OF WOR o — ---- — - MATCH MATCH SG Y� �� 680.75 ) 680.93 � 17-1 N /MATCH 680.84 MATCH INSTALL DETECTABLE WARNING (7030-108-G-0) ----- 680.43 I --- a EXPANSION JOINT WITH 2' DROP 680.46 ; i CITY OF IOWA CITY H SCALE: 1"=5' DESIGN: JBW PROJECT: SHEET TITLE: FILE NUMBER SHEET ENGINEERING 2020 WATER PAVEMENT CURB RAMP DETAIL DIVISION VSCALE: 1"=N/A DRAWN: KKL S.01 DATE: 4/3/2020 PATCHING PROJECT Prepared by: Marti VanDyke, Public Works, 410 E. Washington St., Iowa City, IA 52240.(319)356-5044 Resolution No. 20-92 Resolution setting a public hearing on April 21, 2020 on project manual and estimate of cost for the construction of the 2020 Water Pavement Patching Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Water Division Operating Budget, account #73730130. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that 1. A public hearing on the project manual and estimate of cost for the construction of the above-mentioned project is to be held on the 21't day of April, 2020, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. City Hall is currently closed to the public because of the coronavirus. If City Hall remains closed to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at 319/356-5043 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 7th day of April 2020 K'2'v� I ��� M or Attest: City It was moved by Balite adopted, and upon roll call there were: Ayes: Apr �qdby 4.0 City Attorney's Office (4/1/2020) n seconded by Taylor the Resolution be Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 State of Wisconsin County of Brown, ss.: PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK This is not an invoice # of Affidavits) AFFIDAVIT OF PUBLICATION The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0004146662 4/14/20 04/14/2020 $41.27 Copy of Advertisement Exhibit "A" Subscrib and sworn to before me by said affiant this 14 day of AprL 2020 Nota ublic Commission expires CEM 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT R H Me, WATER PAVEMENT CITY OF IOWA CITY IOWA THE TO ALL TAXPAYERS OF THE AND TOP OTHER INITER EISTEO PERSONS: This Prolect Includes Pavement repairs associated with water main breaks an various streets throughout Iowa City. Some locations will require the removal and replacement at driveway, sidewalk, and/or curb and gutter. Sold Prefect Manual and estimated cost are new on file in the office of the CBr Clerk in the City Holl in law. C V, Iowa, and may be inspeeleG by any interested Persons. Any Interested persons may Mar of said meeting of the City rcil for the Purpose of making abiectio(1s to and comments concerning sold Protect Manual or the cast of making said im prwemenf. This notice is given by order of the Cy Council at IM1e City Of IOWA Clrity, Iowa and as provided by law. Kettle K. Freehling. City Clerk A,r6-4 IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders 2020 Water Pavement Patching Project Classified ID: 126345 A printed copy of which is attached and made part of this certificate, provided on 05/06/2020 to be posted on the Iowa League of Cities' internet site on the following date: May 6, 2020 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 5/6/2020 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS 2020 WATER PAVEMENT PATCHING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 191 day of May, 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 19'" day of May, 2020, or at special meeting called for that purpose. The Project will involve the following Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and brick with a PCC base. Some locations will require the removal and replacement of driveway, sidewalk, and/or curb and gutter. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 1, 2020 Working Days per Location: Five (5) Substantial Completion: September 30, 2020 Final Completion: October 30, 2020 Liquidated Damages: $500 per day after exceeding five (5) working days at a single location or after either of the completion dates. Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will work to incorporate pavement restoration with the Contractor on a quantity adjustment with the unit prices established by this Contract. If needed, additional bid items not included in the original Contract will be negotiated with the Contractor by change order. 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 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, May 7, 2020 11:10 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: 05.07.20 notice to bidders.pdf RISK 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 Iowa City— Lower Muscatine Area Storm Sewer Improvements Project Iowa City -2020 Water Pavement Patching Project 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): May 7, 2020 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 7, 2020 Date President/CEO of The Construction Update Plan Room Network Cindy Adams— Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street— Des Moines, Iowa 50309 (D) 515.657.4388 (0) 515-288-7339 (e) cuhelp@M BI. Build (w) https://MBI.Build (w) https://IowaConstructionUpdate.com (w) www.iowabiddate.com DAILY NOTICE TO BIDDERS construction update 0100 NOTICE TO BIDDERS 2020 WATER PAVEMENT PATCHING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 191 day of May, 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 191 day of May, 2020, or at special meeting called for that purpose. The Project will involve the following Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and brick with a PCC base. Some locations will require the removal and replacement of driveway, sidewalk, and/or curb and gutter. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 1, 2020 Working Days per Location: Five (5) Substantial Completion: September 30, 2020 Final Completion: October 30, 2020 Liquidated Damages: $500 per day after exceeding five (5) working days at a single location or after either of the completion dates. Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will work to incorporate pavement restoration with the Contractor on a quantity adjustment with the unit prices established by this Contract. If needed, additional bid items not included in the original Contract will be negotiated with the Contractor by change order. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-8973, Toll -Free: (800) 779-0093. A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK Prepared by: Marri VanDyke, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 Resolution No. 20-99 Resolution approving project manual and estimate of cost for the construction of the 2020 Water Pavement Patching 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 Water Divisions Operating Budget, account # 73730130. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above-named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 12th day of May, 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, in Iowa City, Iowa, at 7:00 p.m. on the 19th day of May, 2020, or at a special meeting called for that purpose. The City Clerk's Office is closed to the public due to the health and safety concerns from COVID-19. Sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at 319/356-5043 Passed and approved this 21st day of April 2020. 1 Ma9dr ov d by Attest: City Jerk City Attorney's Office — 4/14/2020 10- 0'" 0 Resolution No. 20-99 Page 2 It was moved by Thomas and seconded by trims the Resolution be adopted, and upon roll call there were: Ayes Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner Prepared by: Marri VanDyke, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 Resolution No. 20-128 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2020 Water Pavement Patching Project Whereas, All American Concrete of West Liberty, Iowa, has submitted the lowest responsible bid of $129,735.00 for construction of the above-named project; and Whereas, funds for this project are available in the Water Divisions Operating Budget account # 73730130-473010; 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: 2. The contract for the construction of the above-named project is hereby awarded to All American Concrete, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. The Mayor is hereby authorized to sign construction of the above-named project, adequate performance and payment bond, program statements. Passed and approved this 19th day of and the City Clerk to attest the contract for subject to the condition that awardee secure insurance certificates, and contract compliance may ,2020 May Attest jw�, LOD City erk City Attorney's Office — S 11412-0-2-0 It was moved by salih and seconded by Weiner the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner K 0500 CONTRACT 2020 WATER PAVEMENT PATCHING PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"j, and All American Concrete, Inc. ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 31 day of April, 2020, for the 2020 Water Pavement Patching ("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 $129,735.00, which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, If applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what Is called for by one shall be as binding as if called for by all. =; co 2020 Water Pavement Patching Project 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT Hansen Asphalt 3" overlay (HMA) 113 SY $60.00 $6,780.00 3" asphalt patch (over concrete) 56 SY $60.00 $3,360.00 V setting bed (bricks) 88 SY $29.00 $2,552.00 Advanced Electrical Services 1 LS $3,900.00 $3,900.00 Traffic control (no Baggers) Stevens Erosion Control 15 Sq. $200 $3000 Sodding per square DATED this 19-01 day of . 202:C1 (The City of Iowa City will date this Contract after—Ali signatures are obtainers) Citv 6: Signature of City Officigr er u" LLc Q L Le , McLuor Printed Name"J City Official ATTEST: B v_;�� k 1� +�—ql A L City tierk (for Forinj Projects only) WNDROVEDD BY::: / City Attorney's Office (Eric Goers 06-02-2020) 2020 Water Pavement Patching Project Contractor B Signature of Contractor Officer Joa., J i "Ori Printed Name of Contractor Officer vcc.e f res;Jznt- Title of Contractor Officer ATTEST: iltsbf 1"r mpany Official) —.page 2 of 2 N eJ —.page 2 of 2 0400 PROPOSAL 2020 WATER PAVEMENT PATCHING PROJECT CITY OF IOWA CITY The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes Will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: All Aryit✓ioLi CO✓ice-ekt ,-r✓1C- Address of Bidder: Ili ga Nighw" G , Wet+ L; 6&e4j , 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 $ 0 ° o of bi.l , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work' which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. _ �a N =, 2 I 1 r° M < N 4✓ w 2020 Water Pavement Patching Project 0400 — Page 1 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 7010-108-E-0: Driveway i 1 Curb and Gutter, LF 85 Q n PCC, 24" wide, 8" / 60 5160. thick . IGSD 7nqn-lna-n-n• Removal of SY 2 Removal of SY 52 65. $ 0 PCC, 8" or Less Driveway i 7040-108-A-0: Pavement, 7" PCC Q n 9 Full Depth Patches, SY 7030-108-A-0: 8030-108-A-0: PCC, Greater than (. 5 IGSD 3 Removal of SY 34 (/ p5• Full Depth Patches, Sidewalk 10 PCC with HMA SY 113 4 7030-108-E-0: Sidewalk, PCC, 4" SY 8 D . 490- 5 7030-108-E-0: Sidewalk, PCC, 6" SY 26 q0 • x340 . 6 7030-108-G-0: Detectable Warning SF 15 40 (p tl D than 8" PCC Base 7030-108-H-1: 7 Driveway, Paved, SY 52 3 g 0 0 PCC. 6" 7040-108-A-0: 85 ( 5 Removal 8 Full Depth Patches, SY 203I,Sp 30 4SID. PCC, 8" or Less i 7040-108-A-0: Pavement, 7" PCC Q n 9 Full Depth Patches, SY 10 8030-108-A-0: PCC, Greater than (. 5 IGSD 8.(1) - 7040-108-A-0: Full Depth Patches, 10 PCC with HMA SY 113 Overlay, 8" or less q0 q-7 0 - for PCC Base 7040-108-A-0: Full Depth Patches, 11 PCC with HMA SY 56 Overlay, Greater 005. 1111460. than 8" PCC Base 12 Curb and Gutter LF 85 ( 5 Removal 7049-108-A-0: Full Depth Patch 13 with Brick SY 88 300. Pavement, 7" PCC Q n and 1" HMA Base 8030-108-A-0: 14 Temporary Traffic LS 1 4500 , Control aqs. . s " I - I 1W 2020 Water Pavement Patching Project 0400 — Page 2 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 8030-108-A-0: 15 Temporary Traffic EA 1 W Control, Additional 500. So 0 Location (2) , 16 9020-108-A-0: Sod SQ 15 900• 3000 17 11,020-108-A: Mobilization LS 1 10, 060 . lot DO 0 . 11,020-108-A: 18 Mobilization, EA 1 Additional Location (p0� ' 10 a0 rm TOTAL EXTENDED AMOUNT= $ Iaq,-135 00 The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Notes: (1) This is a provisional quantity to establish a unit price in case PCC Full Depth Patches with greater than 8 -inch thickness are needed. (2) As noted in the Notice to Bidders and Instruction to Bidders, additional locations could be added to this Project as requested by the City. These two bid items account for the extra mobilization and traffic control necessary for extra locations. c N C� > 1 W 2020 Water Pavement Patching 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: Hanser AgAa.14- Ad vanca d t"'4 t tx) TYPE OF AspkaJ+ -T"r4 C- ct - I APPROXIMATE NOTE: All subcontractors are subject to approval by City of Iowa City. 400O 2020 Water Pavement Patching Project 0400 — Page 4 of 5 N c+ a D" W 2020 Water Pavement Patching Project 0400 — Page 4 of 5 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership V Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. All Aentnco-o Concldf T✓1c Bidder's Name Signature Printed Name vlc[ rresidtr-i- Title AB Ameri an Oonmt% Inc. ess West Maty, IA 52776 City, State, Zip Code 3 19 - W -i or C-) zz ti r— Telephone Number �� o� � M N NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2020 Water Pavement Patching Project 0400 — Page 5 of 5 0405 BIDDER STATUS FORM Ali bidttets most spbntit the foilowhai completed furor to dw governmental body reotpestiag bids per $75,ISN's.e',sirn3AklF.irNkiY,R.t;.4f3x.S'1,tgMfa.,IS.b To be Completed b all bidders fah p _.._ 0"Ves ONO My eonlpamy is authorized to transact business in Iowa, (To help you delernrne ifyoarcotnpany is aruhorized, please review the Worksheet: Authorirndan to Tran.roMY Bnriness.l. U'Ves ONO My company has an office to transact business in Iowa. Q,Ves ONO My cornpatty's office in Iowa is suitable for twm than receiving mail, telephone calls, and e-mail. V" es ONO My eoinpany has been conducting business in Iowa for at feast 3 years pntior to the first request for bids on this p)uject. ta'Yes ONO My company is not a subsidiary of mother 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 qualifles as a resident bidder. Pleaso complete Parts 13 and D of tris form. If you answered "No" to one or more questions abet e, your company is a nonresident bidder. Please complete Parts C and D of this form. Dates: 01 161 /0e to Teeseni- Address: (minIdd/y?yy) City, State. Zip Code: Dares: 3 t q Y to 1 2 lit / o') Address: (mnsddIlWy) Dates: to (mm/ddlyy)y) City, State. Zip Code: Address: City, State, Zip Code: 1jgq Wwv6 J Wes(_ L,be~it,,r,*.sz,7,6 —v t) i. IQar�bet.o (7�. [Je c4- L. 6c may, r a . 5a� -7 (o L/ You may anarh additional sheets) if heeded. To be completed by non-resident bidders Part C I. Name of home state or foreign country repotted to the Iowa Secretary of state: 2. Does your campattp's home state or foreign coutary, offer preference to bidders who are mdderW- ❑ Yes 13 No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home 09� or foreign counuy anti rhe appropriate legal citation, You nrav attach additional sheet(s) if needed. (V `..a 1 certify dint the statements matte on this document are true and complete to the best of my knowledge and I know that my failure to Provide accru'ate and mithful information may be a reason to reject my bid, Firm Name: Ail ,Q mv.✓iCa Cont:, --de Zvi Signature: Date; TJ — i 01 — a -c) � 2020 Water Pavement Patching Pmject 0405 - Page 1 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2020 WATER PAVEMENT PATCHING PROJECT CITY OF IOWA CITY Bond Number SY94259 KNOW ALL BY THESE PRESENTS That we, All American Concrete, Inc., as Principal (hereinafter the "Contractor" or "Principal") and IMT Insurance 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 one hundred twenty nine thousand seven hundred thirty five dollars ($129,735.00), 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: Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and brick with a PCC base. Some locations will also require the removal and replacement of driveway, sidewalk, and/or curb and gutter. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense Incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing rr>l3terials for or performing labor in the performance of the Contract on account of which f 3 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 safisffed out of the portion of the contract price the Jurisdiction is required to retain until cghiplet6 of the 2020 Water Pavement Patching Project 051LT P 1 0 ra 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 (5) year(s) 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 than 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 havertgen in . had the Contract been performed in the first instance as required. - In the event the Jurisdiction incurs any "outlay and expense" in defendp"elf egaln� any claim as to which the Contractor or Surety should have provided the defgnse ,r& in the 2020 Water Pavement Patching Project 05ID 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 0 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. 2020 Water Pavement Patching Project 0510 — Page 3 of 4 N O _ t) J O _v 70 �n r N r— o„ s W 2020 Water Pavement Patching Project 0510 — Page 3 of 4 PRINCIPAL: All American Concrete Inc Printed Name of Contractor Officer By p(ti 5 ature of Contractor Officer V Ir,e ?Yes Id yt Title of Contractor Officer 2020 Water Pavement Patching Project SURETY: IMT Insurance Company Surety Company Name By SignWttfe of Attorney -in -Fact '. Officer Nancy D. Baltutat Printed Name of Attorney -in -Fact Officer LMC Insurance & Risk Management Company Name of Attorney -in -Fact 4200 University Avenue #200 Company Address of Attorney -in -Fact West Des Moines IA 50266 City, State, Zip Code of Attomey-in-Fact 515-244-0166 Telephone Number of Attomey-in-Fact 0510 — Page 4 of 4 U r— � o� W 0510 — Page 4 of 4 IMT INSURANCE POWER OF ATTORNEY Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City or West Des Moines, County of Polk, Slate of Iowa, hath made, constituted and appointed, and does by !hese presents make, constitute and appoint Jeffrey R. Baker, Nancy D. Baltutat, Patrick K. Duff, Mark E. Keairnes, Greg T. LaMalr, Joseph 1. Schmit, Christopher R. Selberling, and Jill Shaffer or West Des Moines and State of Iowa its true mid lawful Attorneydn-Fact, with till power and authority hereby conferred In its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, under- takings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: *****Unlimited Amounts***** and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of IMT Insurance Company, and all such acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of IMT Insurance Company on December 18, 1998. ARTICLE VIII, SECTION 4. - The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Pact and to authorize them to execute on behalf of the Company, and attach thereto the Corporate Seal, bonds, undertakings, recognizances, con- tracts of indemnity or other obligatory writings, excluding insurance policies and endorsements. ARTICLE Vil1, SECTION S. - The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power of Attorney authorizing the execution and delivery of any of the instru lents described in Article V76, Section 4 of the By -Laws. Such facsimile signature and seal shall have the same force and effect as though manually affixed. In Witness Whereof, IMT Insurance Company has caused these presents to be signed by its President and its corporate seat to be hereto affixed, this 3rd tiny of April 2020 1 ^ RVi XV IMT Insurance Company �� STATE OF IOWA ` Sean Kennedy, President i /rte J as: r:VrN COUNTY OF Dallas On this 3rd day of April 2020 , before me appeared Sean Kennedy, to mepersonallyy known, who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the forogoing Instrument, and that the Seal oftixed to the said instrument is the Corporate Seal of We said Corporation and (list the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof. 1 have hcreumto set my hand and affixed my Official Seal at the City of West Des Moines, Iowa, the day nod year first above written. eT ,00 Commission Number 816649 lib' C misI x s plrea �5 Sl Notary Public, Dallas County, IoW. •-.ry CERTIFICATE —+c) I, Dalene Holland, Secretary of the IMT Insurance Company do hereby certify that the above and fo is aJ,C(te and tct�eryct copy of the POWER-OF-ATTORNEY, executed by said the IMT Insurance Company, which is still In force and oct.::„ In Witness Whereof, I have hereunto act my hand and affixed the Seal of the Company on 3rd day of Aplil 2020 Q S - Dalene Holland, Secretary SY 06 06 (01/19) 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 Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. 2020 Water Pavement Patching Project --l2aae 1 of 6 {<r� f N r --l2aae 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. 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? -In ou.e' o�ce, ifs port•ed on 4-1,ie wall) in ou,r ernplouet b!«K room i*1 by+ed ney+ 4,b -I-hc i-lrneclock , 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (� (Please print) 10 d S� ey1 o h 3101 -GQ -7 aaaG 148g t-�wu (�) Wes+ - Phone Number St eet Address 5;L-77 G City, State, Zip Code o < — O::,3z `a n1 2020 Water Pavement Patching Project '520 --Page 2 of 6 W 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? —1+ iS 5�0-4.4 on 0"r- arorol-'c&,AbF S. a nol Qnu ko/,v IJant c.( oLd vev cina 4-1ka f we do. The above responses are true and correctly reflect our Equal Employment Opportunity policies. Au 4MWc4*r-Co nu-r,,,T-nr. Business Name Signature (J 0J; �',mo✓1 Print Name 31a-t;,�7-P;Q6 Phone Number Vice efrcidwt-t Title 5-,74-s0 2020 Water Pavement Patching Project 0520 — Page 3 of 6 N 0 N n L 'moi r� s W 2020 Water Pavement Patching 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, 4'discharge employees or are involved in such actions should be trained and required to gmnply —0 your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of 2020 Water Pavement Patching 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: hftp://www.sterlinqcodifiers.com/codebook/index.Dhp?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. 2020 Water Pavement Patching Project 0520 - Page 5 of 6 N O N n� �n N �rn rn rn O ZE N D _ ca 2020 Water Pavement Patching Project 0520 - Page 5 of 6 Main Office 319 627 2226 Phone 319 627.7235 Fax ot5ceCcLaaconcreteinc corn Updated 7/22/2010 ik 11.1"ill'iAtMIll, 3RC-,'Aw-k' (DO)NIGIVETZE IN G 1489 Highway 6 West Liberty, 1A 52776 To All Employees of All American Concrete, Inc. A. Operating Statement Estimating 319 627 2221 Phone 319 627.2227 Fax It is the policy of All American Concrete, Inc. to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, color, national origin, age, disability, creed, gender identity, marital status or any other classification protected by federal, state, or local laws. Such action shall include: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre apprenticeship, and/or on job training. 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 All American Concrete, Inc. is: Name: Jodi Simon Address: 1489 Highway 6 c West Liberty, Iowa 52776 0 0 D � � —TJ Telephone Number: 319-627-2226 n -C t -- zqn tV T` r— M W 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 following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken, a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for -the ads giving rise to the violation(s); - v C. Remedial action has been taken to prevent a recurrence of the ap-t"ivirag rise to. the disqualification or default; t or < d. Other factors that the person or entity believes are relevant.irr'. �m 3 M O � 2020 Water Pavement Patching 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. _ N o N Q O .SCJ `, .<r — � N 2020 Water Pavement Patching Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT 2. Neither/ill 4rv%*si( �^ Cori V4,4r Tru, [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. n dti 6-1uti,,b� Signature This record was acknowledged before me on S -Z c — z o (date) by Jo d* 9i ^ e ri (name of individual) as V + c c Y -C t i A e-rA$ (type of authority, such as officer or trustee) Of A%1 AmCAL, C °wc+ti_ 3-n1 —. (name of party on behalf of whom the record was executed) 4tta.L_ Pd .- Signature Notary Public in and for the State of 1'O"' ^� NICOLE 8 POLITO Commb,sbn Number MOBS MY Commission Expires I * U- 11 -tom 2020 Water Pavement Patching Project 0530 — Page 3 of 3 N O N O O r' c �I j x STATE OFc��C r i'' KC C 6,*'^t COUNTY N ss. �rn m = O� N V I, Oc�r � Md � J r being ,upon duly sworn, state as follows: 1. l am the Vkt Peetidt&k [position] of Ail Am"c&^ Concede .rrx , ["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/ill 4rv%*si( �^ Cori V4,4r Tru, [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. n dti 6-1uti,,b� Signature This record was acknowledged before me on S -Z c — z o (date) by Jo d* 9i ^ e ri (name of individual) as V + c c Y -C t i A e-rA$ (type of authority, such as officer or trustee) Of A%1 AmCAL, C °wc+ti_ 3-n1 —. (name of party on behalf of whom the record was executed) 4tta.L_ Pd .- Signature Notary Public in and for the State of 1'O"' ^� NICOLE 8 POLITO Commb,sbn Number MOBS MY Commission Expires I * U- 11 -tom 2020 Water Pavement Patching Project 0530 — Page 3 of 3 ALLAMER-01 A� CERTIFICATE OF LIABILITY INSURANCE °ATE29/202 5/29/2020 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certainpolWas may require an endorsement. A statement on this certificate does not confer rights to the Certificate holder In lieu of such endomemen s . PRODUCERfia[ACT LIMITS The Accel Group LLC PO Box 3100 IJI PHONE W'110);(319) AIC No 319 365$611 No : 319 365-6919 kils, Certs@acceladvantage.com Cedar Rapids, IA 52406-3100 EPP 0521399 INSURERfle AFFORDING COVERAGE NMC IS INSURPRA 1 Cincinnati CasualtyCompany 28665 EACH OCCURRENCE 1,000,000 INSURED INSURER a INSURER °: All American Concrete Inc 1469 Highway 6 West Liberty, IA 52778 INSURER D: INSURER fi INSURER F: OVERAGES CERTIFICATE NUMBER: 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. la TYPE OF INSURANCE DL U POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE QX OCCUR X X EPP 0521399 3N012020 3N IIMO21 EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED 500,000 MED EXP (AM one 10,000 -Y PERSONAL&ADVINAMY 1 110001000 GENL AGGREGATE LIMIT ES PER: X POLICY JECT LOC GENERALAGGREGATE 2,000,000 PRODUCTS-COMP/OP AGO S 2,000,000 OTHER A AUTOMOSIELIAeILm SINEDcidamnSINGLELIMIT 1,000,000 X ANY X 0521399 3/18/2020 3/18!2021 BODILYINJURV OWNED OWNED AUTOS LED AUTOS ONLY AUOTO.pSWryEp BODILY aIJlel1' erNO AMAGE X AUTOS ONLY X AUTOS ONLY A X UmoR LUJ3 X OCCUR EACH OCCURRENCE 7,000,000 EXCESS LULB CLAIMS -MADE EPP 0521399 3/18/2020 3/18/2021 AG13REGATE 9 7,000,000 DED I X I RETENTIONS O A WORKERS COMPENSATION ANO EMPLOYERS' LIABILITY AppN��Y PROWWPMMREIETO�RgIPARTNERIEXECUTIVE YIN EIBinEEirm In NH) EK�UDED7 Ir Ye deec,be under DESCRIPTION Of OPERATON9 bxlox MIA X EWC 0528054 3/1812020 S/1 BYt021 X PER OTN- I STATUTE S.L. EACH ACCIDENT Ii00,00p E.L DISEASE - EA EMPLOYEE ,� L D EASE -PO LIMIT 300,000 A Leased/Rented fr Oth EPP 0521399 8H8@020 3/1812021 500 ded c� 200,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe alMnlred Knees spa" N re4ulred) ly Project: 2020 Water Pavement Patching Project, City of Iowa City — .-� rV s1�I� City of Iowa City is named as additional Insured with respect to General Liability on a primary and non-contributory baa�tae parr written and pulley forms terms and condltlons. - 1 1 1 City of Iowa City Is named as addltlonal Insured with respect to Auto Liability Waiver of Subrogation applies to City of Iowa City with respect to General Liability and Workers Compensation. - N City of Iowa City 410 Washington Iowa City, IA 52240 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORITED REPRESENTATIVE ACUKU 25 (ZU15/U3) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GOVERNMENTAL IMMUNITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Organization: CITY OF IOWA CITY 410 E WASHINGTON ST IOWA CITY, IA 52240-1825 added to app SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following: Nonwaiver of Government Immunity The purchase of this policy and naming of the organizaton shown in the Schedule as an additional insured does not waive any of the defenses of governmental immunity available to the organization shown in the Schedule under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Claims Coverage This policy shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now epsts and as it may be amended from time to time. Assertion of Government Immunity The organization shown in the Schedule shall be responsible for asserting any defense of governmental immu- nity, and may do so at any time and shall do so upon the timelywritten request of the insurance carrier. Non -Denial of Coverage for Governmental Immunity We shall not deny coverage or deny any of the rights and benefits accruing to the organization shown in the Schedule under this policy for reasons of governmental immunity unless and until a court of competent jurisdic- tion has ruled in Favor of the defense(s) of governmental immunity asserted by the organization shown in the Schedule. GA 4217 IA 05 03 N 0 N O M rn CD J - GA 4217 IA 05 03 ENGINEER'S REPORT December 1, 2020 `t ww®'�� CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org City Clerk Iowa City, Iowa RE: 2020 Water Pavement Patching Project Dear City Clerk: I hereby certify that the 2020 Water Pavement Patching Project has been completed by All American Concrete, Inc., of West Liberty, Iowa, in substantial accordance with the plans and specifications prepared by the Engineering Division. The project was bid as a unit price contract and the final contract price is $312,562.75. There was a total of three (3) change or extra work orders for the project as described below: 1.) Add subbase over -excavation and flowable mortar items $1,287.58 2.) Add full depth HMA patches and adjust quantities for new $97,066.32 water main break locations between June 15t and August 31 st 3.) Adjust quantities for new water main break locations $84,473.85 between September 1't and October 231 Total $182,827.75 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel,.E. DEC 0 1010 City Engineer A KNOW ALL BY THESE PRESENTS: That we, All American Concrete, Inc., as Principal (hereinafter the "Contractor' or "Principal") and IMT Insurance 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 one hundred twenty nine thousand seven hundred thirty five dollars ($129,735.00), 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 i 91 day of Mai 2o2c, (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and brick with a PCC base. Some locations will also require the removal and replacement of driveway, sidewalk, and/or curb and gutter. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the 2020 Water Pavement Patching Project 0510 — Page 1 of 4 N N rc� O o _ `c 4 3> � M _.. 0510 ry r— PERFORMANCE, PAYMENT, AND MAINTENANCE BOND . m 2020 WATER PAVEMENT PATCHING PROJECT ,,. CITY OF IOWA CITY Bond Number SY94259 KNOW ALL BY THESE PRESENTS: That we, All American Concrete, Inc., as Principal (hereinafter the "Contractor' or "Principal") and IMT Insurance 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 one hundred twenty nine thousand seven hundred thirty five dollars ($129,735.00), 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 i 91 day of Mai 2o2c, (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and brick with a PCC base. Some locations will also require the removal and replacement of driveway, sidewalk, and/or curb and gutter. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the 2020 Water Pavement Patching Project 0510 — Page 1 of 4 ,i' A 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 (5) year(s) 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 d C. To pay the Jurisdiction's reasonable costs of monitoring and inE4 b iort% assure that any defects are remedied, and to repay the Jurisdiction all oufT�ank4xpense' incurred as a result of Contractor's and Surety's failure to remed"ny defect as required by this section. N' 4. GENERAL: Every Surety on this Bond shall be deemed and held boundsarty contract'to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor id7which 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 than 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 any claim as to which the Contractor or Surety should have provided the defense, or in the 2020 Water Pavement Patching Project 0510 — Page 2 of 4 y 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. 2020 Water Pavement Patching Project 0510 — Page 3 of 4 N CJ N �� .. fir. N 3p g � tQ _ r*i O 2020 Water Pavement Patching Project 0510 — Page 3 of 4 J PRINCIPAL: All American Concrete Inc Printed Name of Contractor Officer By C8ignature of Contractor Officer Vice fres;d lxy Title of Contractor Officer SURETY: IMT Insurance Company Surety Company Name By .Ximi �hBnb Sign t e of A Oorney-in-Fact Officer Nancy D. Baltutat Printed Name of Attorney -in -Fact Officer LMC Insurance & Risk Management Company Name of Attorney -in -Fact 4200 University Avenue #200 Company Address of Attomey-in-Fact West Des Moines IA 50266 City, State, Zip Code of Attorney -in -Fact 515-244-0166 Telephone Number of Attorney -in -Fact 2020 Water Pavement Patching Project 0510 — Page 4 of 4 N CJ N _ w C-)0 t� .rte.-.� C-) «..�.. C7 -" r!a E; O� 2020 Water Pavement Patching Project 0510 — Page 4 of 4 MT ) INSURANCE e ru POWER OF ATTORNEY "� r t Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized under the Q*s of �he Stg{e..of Iowa, and having its principal office in the City of West Des Moines, County of Polk, State of Iowa, hath made, constituwa appointed, mid'does by these presents make, constitute and appoint Jeffrey R. Baker, Nancy D. Baltutat, Patrick K. Duff, Mark E. Keaitt*9, Greg T. LaMair, Joseph 1. Schmit, Christopher R. Seiberiing, and Jill SKaffer of Fest Des Moines and State of Lowe its true and lawful Attomey-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, under- takings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: *****Unlimited Amounts***** and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of IMT Insurance Company, and all such acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of IMT Insurance Company on December 18, 1998. ARTICLE Vlll, SECTION 4. - The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and to authorize them to execute on behalf of the Company, and attach thereto the Corporate Seal, bonds, undertakings, recognizances, con- tracts of indemnity or other obligatory writings, excluding insurance policies and endorsements. ARTICLE VIII, SECTION 5. - The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power of Attorney authorizing the execution and delivery of any of the instruments described in Article Vlll, Section 4 of the By -Laws. Such facsimile signature and seal shall have the same force and effect as though manually affixed. In Witness Whereof, IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 3rd day of April 2020 fw" "'••., IbIT Insurance Company `,: �\".. ••. , Sean Kennedy, President � � ' �►� f_-• STATE OF IOWA as: COUNTY OF Dallas On this 3rd day of April , 2020 , before me appeared Sean Kennedy, to me personally known. who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and scaled in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, 1 have hereunto set my hand and affixed my Official Seal at the City of West Des Moines, Iowa, the day and year first above written. �i t TAM[ M SODA -GOOD i F Commission Number 816649 —..4 (- A. J)�&/'wg My C miss' Expires k Notary Public, Dallas County, Iowa CERTIFICATE 1, Dalene Holland. Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY, executed by said the IMT Insurance Company, which is still in force and effect. In Witness Whereof, 1 have hereunto set my hand and affixed the Seal of the Company on 3rd day of April 2020 Dalene Holland. Secretary _+.. s Y.`•\ �� d T SY 06 06 (01/19) J ,•000 4/ IMT INSURANCE N O _ N O G � POWER OF ATTORNEY �n a Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized under tlL;�:laws oftlte State of Iowa, and having its principal office in the City of West Des Moines. County of Polk. State of Iowa, hath made, constituted and appwnted, and does by these presents make, constitute and appoint Jeffrey R. Baker, Nancy D. Baltutat, Patrick K. Duff, Mark E. Keairnes, Greg T. LaMair, Joseph L Schmit, Christopher R. Seiberling, and Jill Shaffer of West Des Moines and State of Iowa its true and lawful Attorney -in -Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, under- takings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: *****Unlimited Amounts***** and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of IMT Insurance Company, and all such acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of IMT Insurance Company on December 18, 1995. ARTICLE Vlll, SECTION 4. - The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and to authorize them to execute on behalf of the Company, and attach thereto the Corporate Seal, bonds, undertakings, recognizances, con- tracts of indemnity or other obligatory writings, excluding insurance policies and endorsements. ARTICLE Vlll, SECTION 5. - The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power of Attorney authorizing the execution and delivery of any of the instruments described in Article Vill, Section 4 of the By -Laws. Such facsimile signature and seal shall have the same force and effect as though manually affixed. In Witness Whereof, IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this day of STATE OF IOWA } ss: COUNTY OF Dallas 2020 IMT Insurance Company ter•'♦ 3 {r Scan Kennedy, President r: w On this day of , 2020 , before me appeared Sean Kennedy, to me personally known, who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, 1 have hereunto set my hand and affixed my Official Seal at the City of West Des Moines, Iowa, the day and year first above written. t TAMCommission SODA -GOOD Commiaslon Number 8161 My C miss Expires 2 Notary Public, Dallas County, Iowa CERTIFICATE 1, Dalene Holland, Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY, executed by said the IMT Insurance Company, which is still in force and effect. In Witness Whereof, 1 have hereunto set my hand and affixed the Seal of the Company on day of 2020 Dalene Holland, Secretary _.��^.1 .•^__�_ SY 06 06 (01/ 19) �f, w Prepared by: Marri VanDyke, Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 20-276 Resolution accepting the work for the 2020 Water Pavement Patching Project Whereas, the Engineering Division has recommended that the work for construction of the 2020 Water Pavement Patching Project as included in a contract between the City of Iowa City and All American Concrete, Inc., of West Liberty, Iowa, dated May 19, 2020, be accepted; and Whereas, funds for this project are available in the Water Divisions Operating Budget account #73730130;and Whereas, the final contract price is $312,562.75. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 15th day of December May Attest: Cit Clerk 2020. Appr by City Attorney's Office —12/07/2020 It was moved by Taylor and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner