Loading...
HomeMy WebLinkAboutASPHALT RESURFACING 2019ASPHALT RESURFACING 2019 04 -Jun -2019 Plans, Specs, proposal and contract 4 -Jun -2019 Res 19-146, Setting a public hearing 11 -Jun -2019 Notice of public hearing 18 -Jun -2019 Revised Plans 18 -Jun -2019 Res 19-166, approving, plans, specs, form of agreement and estimate of cost. 19 -Jun -2019 Notice to bidders 16 -Jul -2019 Res 19-180, awarding contract(L.L. Pelling) 12 -Feb -2021 Performance, payment and maintenance bond 15 -Feb -2021 Engineers report 16 -Feb -2021 Res 21-40, accepting the work ► r 1 12 0*11 JUN 0 4 1019 '+eQ01�Im 1 City Clerk Iowa City, Iowa CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL ASPHALT RESURFACING 2019 PROJECT IOWA CITY, IOWA JUNE 47 2019 0005 CERTIFICATIONS PAGE ` till I111j I hereby certify that this engineering document was prepared by me '%0 0O VSSIoNq�. or under my direct personal supervision and that I am a duly licensed ;.� Q . • ' l ., Professional Engineer under the laws of the State of Iowa. JASON A. • c = Z : REICHART L)'. 23524 Jason A. hart, P.E. Date Iowa R . No. 23524 lo*\N*p, My license renewal date is December 31, 2019 Pages or sheets covered by this seal: Entire Bound Document FILED JUN 16 1019 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project 0005 — Page 1 of 1 0005 CERTIFICATIONS PAGE %„ ,,,l I hereby certify that this engineering do ment was prepared by me oFES % or under my direct personal supervis and that I am a duly licensed `��.• QQ • '., Professional Engineer under the s of the State of Iowa. ,,� p. JASON A. .w: REICHART ;m= b-oy-l9 �'. 23524 • � on A. art, P. E.. Date �.� low . No. 2352 My lic a renewal ate is December 31, 2019 �n�ninu"` Pages or sh t overed by this seal: Entire Bound Document 10 4 2019 ty Clerk City, Iowa Asphalt Resurfacing 2019 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 SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS FILED JUN 0 4 1019 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project 0010 —Page 1 of 1 0100 NOTICE TO BIDDERS ASPHALT RESURFACING 2019 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 10th day of July 2019. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16th day of July 2019, or at special meeting called for that purpose. The Project will involve the following: Pavement milling and asphalt resurfacing along South Clinton Street, Fairmeadows Avenue, Newton Road, Valley Avenue, South Gilbert Street, Park Road and Ferson Avenue intersection, and the City Equipment Parking Lot. In addition to the resurfacing, this project also includes storm intake repairs, repair of curb and gutter, replacement of curb ramps to meet current ADA standards, and new pavement markings on Dodge Street to include a one-way to two-way conversion from Burlington Street to Bowery Street and a 4 -lane to 3 -lane conversion from Bowery Street to Kirkwood Avenue. This project also includes street sealcoat work along Taft Avenue. All work is to be done in strict compliance with the Project Manual prepared by the City of Iowa City, 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 iInttrgact i" sealed envelope. In addition, a separate sealed envelope shall be submi f nt a; completed Bidder Status Form and a bid security executed by a corporation auth d as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security 5 ode payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be f i e88 o he City of Iowa City in the event the successful bidder fails to enter into a contract V' 90,+10) calendar days of the City Council's award of the contract and post bond satisfa g i{�el Sdf� (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 two (2) year(s) from and after its completion and formal acceptance by the City Council. Asphalt Resurfacing 2019 Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: August 5, 2019 Final Completion: November 1, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093, by bona fide bidders. A $25.00 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. 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 FILE® JUN 0 41019 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE ASPHALT RESURFACING 2019 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 Asphalt Resurfacing 2019 in said city at 7:00 p.m. on the 18th day of June, 2019, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes pavement milling and asphalt resurfacing along South Clinton Street, Fairmeadows Avenue, Newton Road, Valley Avenue, South Gilbert Street, Park Road and Ferson Avenue intersection, and the City Equipment Parking Lot. In addition to the resurfacing, this project also includes storm intake repairs, repair of curb and gutter, replacement of curb ramps to meet current ADA standards, and new pavement markings on Dodge Street to include a one-way to two-way conversion from Burlington Street to Bowery Street and a 4 -lane to 3 -lane conversion from Bowery Street to Kirkwood Avenue. This project also includes street sealcoat work along Taft Avenue. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk FLED JUN 0 41619 City Clerk Iowa City, 1 Asphalt Resurfacing 2019 Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS ASPHALT RESURFACING 2019 PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: 10:30 am on Tuesday July 2, 2019 Engineering Conference Room 410 East Washington Street Iowa City, Iowa 52240 Bid Submittals: a. Time, Date and Location 3:00 pm on Wednesday July 10, 2019 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 FII.. JUN 0 4 "^19 C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www. leg is.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 5. Progress and Schedule: a. Contract Times: Specified Start Date: August 5, 2019 Final Completion: November 1, 2019 Liquidated Damages: $500 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. Asphalt Resurfacing 2019 Project 0200 — Page 1 of 2 C. Community Events: I. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of two (2) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all, contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. FILE® JM04M City Clerk Uowa City, Iowa Asphalt Resurfacing 2019 Project 0200 — Page 2 of 2 0400 PROPOSAL ASPHALT RESURFACING 2019 PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. FILE JUN 0 4 1019 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project 0400 — Page 1 of 4 ITEM NO. SUDAS NO. DESCRIPTION UNITS ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 5020.108.E.0 VALVE BOX ADJUSTMENT, MINOR EA 15.0 $ $ 2 6010.108.B.0 INTAKE, SW -507 EA 4.0 $ $ 3 6010.108.13.1 INTAKE, SW -541 EA 2.0 $ $ 4 6010.108. F.0 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY EA 6.0 $ $ 5 6010.108.F.1 INTAKE ADJUSTMENT, MAJOR, THROAT ONLY EA 2.0 $ $ 6 6010.108.E.0 MANHOLE ADJUSTMENT, MINOR EA 15.0 $ $ 7 6010.108.H.0 REMOVE INTAKE EA 6.0 $ $ 8 7021.108.A.0 HMA HT BASE, 1/2", PG 58-28H TON 1,994.1 $ $ 9 7021.108.A.1 HMA, HT SURF, 1/2", FRIC L-4, PG 58-28H TON 2,649.6 $ $ 10 7030.108.A.0 REMOVAL OF SIDEWALK SY 170.2 $ $ 11 7010.108.E.0 CURB AND GUTTER, 2.0' LF 215.0 $ $ 12 7010.108.F.0 BEAM CURB LF 165.0 $ $ 13 7030.108.E.0 SIDEWALK, PCC, 4" SY 62.7 $ $ 14 7030.108.E.1 SIDEWALK, PCC, 6" SY 86.6 $ $ 15 7030.108.G.0 DETECTABLE WARNINGS SF 116.0 $ $ 16 7040.108.A.0 FULL DEPTH PATCHES, PCC SY 1,500.0 $ $ 17 7040.108.A.0 FULL DEPTH PATCHES, HMA SY 800.0 $ $ 18 7040.108.E.2 HOT MIX ASPHALT FOR CRACK FILLING TON 150.0 $ $ 19 7040.108.G.0 MILLING SY 27,626.9 $ $ 20 7040.108.G.1 MILLING, FULL DEPTH SY 800.0 $ $ 21 7040.108.H.0 PAVEMENT REMOVAL SY 1,500.0 $ $ 22 7040.108.1.0 CURB AND GUTTER REMOVAL LF 455.0 $ $ 23 7060.108.B.1 COVER AGGREGATE, 3/8" TON 301.0 $ $ 24 7060.108.8.2 BINDER BITUMEN GAL 7,408.0 $ $ 25 8010.108.A.0 TRAFFIC SIGNAL LS 1.0 $ $ 32 9010.108.B.0 HYDRAULIC SEEDING, SEEDING, PAINTED PAVEMENT MARKINGS, 1.0 $ $ FERTILIZING, AND MULCHING 26 8020.108.13.0 CONSTRUCTION SURVEY STA 365.1 $ FILED MOBILIZATION LS 1.0 $ $ SOLVENT/WATERBORNE 27 8020.108.C.0 PAINTED SYMBOLS AND LEGENDS EA 43.0 $ $ 28 8020.108.K.0 PAVEMENT MARKINGS REMOVED STA 45.9 $ 29 8020.1081.0 SYMBOLS AND LEGENDS REMOVED EA 10.0 $ City Clerk$ 30 8030.108.A.0 TEMPORARY TRAFFIC CONTROL LS 1.0 $ Iowa City, IO,$a 31 8030.108.A.1 TEMPORARY TRAFFIC CONTROL, DAY 240.0 $ $ FLAGGER 32 9010.108.B.0 HYDRAULIC SEEDING, SEEDING, LS 1.0 $ $ FERTILIZING, AND MULCHING 33 11,010.108.A.0 CONSTRUCTION SURVEY LS 1.0 $ $ 34 11,020.108.A.0 MOBILIZATION LS 1.0 $ $ TOTAL EXTENDED AMOUNT $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Asphalt Resurfacing 2019 Project 0400 — Page 2 of 4 ITEM ESTIMATED EXTENDED NO. SUDAS NO. DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 1 5020.108.E.0 VALVE BOX ADJUSTMENT, MINOR EA 15.0 $ $ 2 6010.108.B.0 INTAKE, SW -507 EA 4.0 $ $ 3 6010.108.8.1 INTAKE, SW -541 EA 2 $ $ 14.0 $ INTAKE ADJUSTMENT, MAJOR, TOP 7 6010.108.NN REMOVE INTAKE 4 6010.108.F.0 $ EA .0 $ $ 13 14 7030.108.E.0 7030.108.E.1 AND THROAT ONLY SY SY 62.7 86.6 $ $ $ $ 5 6010.108.F.1 INTAKE ADJUSTMENT, MAJOR, THROAT ONLY EA 2.0 $ $ 6 6010.1 E.0 MANHOLE ADJUSTMENT, MINOR EA 14.0 $ $ 7 6010.108.NN REMOVE INTAKE EA 6.0 $ $ 8 7021.108.A.0 NA HT BASE, 1/2", PG 58-28H TON 1,994.1 $ $ 9 7021.108.A.1 HM T SURF, 1/2", FRIC L-4, PG 58-28H T 2,649.6 $ $ 10 7030.108.A.0 REMOVAL O EWALK SY 170.2 $ $ 11 7010.108.E.0 CURB AND GUTT .0' LF 215.0 $ $ 12 7010.108.F.0 BEAM CURB LF 165.0 $ $ 13 14 7030.108.E.0 7030.108.E.1 SIDEWALK, PCC, 4" SIDEWALK, PCC, 6" SY SY 62.7 86.6 $ $ $ $ 15 7030.108.G.0 DETECTABLE WARNINGS SF 116.0 $ $ 16 7040.108.A.0 FULL DEPTH PATCHES, PCC Y 1,500.0 $ $ 17 7040.108.A.0 FULL DEPTH PATCHES, HVA S 800.0 $ $ 18 7040.108.E.2 HOT MIX ASPHALT FORACK FILLING TON 150.0 $ $ 19 7040.108.G.0 MILLING SY 27, 9 $ $ 20 7040.108.G.1 MILLING, FULL DEPT SY 800. $ $ 21 7040.108.H.0 PAVEMENT REMO L SY 1,500.0 $ $ 22 7040.108.1.0 CURB AND GUTT REMOVAL LF 455.0 $ 23 7060.108.B.1 COVER AGGREG E, 3/8" TON 301.0 $ $ 24 7060.108.13.2 BINDER BITUMEN GAL 7,408.0 $ $ 25 8020.108.B.0 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBORNE STA 365.1 $ $ 26 8020.108.C.0 PAINTED SYMBOLS AND LEGENDS EA 43.0 $ 27 8020.108.K.0 PAVEMENT MARKINGS REMOVED STA 45.9 $ 28 8020.1081.0 SYMBOLS AND LEGENDS REMOVED EA 10.0 $ 29 8030.108.A.0 TEMPORARY TRAFFIC CONTROL LS 1.0 $ 0 4 1619 30 8030.108.A.1 TEMPORARY TRAFFIC CONTROL, DAY 240.0 $Cle$k -PIN FLAGGER City HYDRAULIC SEEDING, SEEDING, LS 1.0 $ Iowa I $ 31 9010.108.8.0 FERTILIZING, AND MULCHING 32 11,010.108.A.0 CONSTRUCTION SURVEY LS 1.0 $ $ 33 11,020.108.A.0 MOBILIZATION LS 1.0 $ $ TOTAL EXTENDED AMOUNT The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Asphalt Resurfacing 2019 Project 0400 — Page 2 of 4 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. FILE® JUN 0 4 1019 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project 0400 — Page 3 of 4 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number FILE® JUN 0 4 2019 City Clerk Iowa City, Iowa NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Asphalt Resurfacing 2019 Project 0400 — Page 4 of 4 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per $75 Iowa Administrative Code Charter 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 Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates to Address: (mm/dd/yyryy) City, State, Zip Code: Dates to Address: (mm/dd/yyyy) City, State, Zip Code: Dates to Address: (mmldd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residen 3. If you answered "Yes" to question 2, identify each preference offered by your company's home stategr.f e4 2019 City and the appropriate legal citation. A U 4 City Clerk Iowa Urty,owa You may attach additional sheet(s) if needed To be completed by all bidders Part D 1 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. Finn Name: Signature: Date: Asphalt Resurfacing 2019 Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa 'I� Chas not been revoked or canceled. JUN 0 4 2019 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project 0405 — Page 2 of 2 0410 BID BOND FORM ASPHALT RESURFACING 2019 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 Asphalt Resurfacing 2019 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this of , A.D., 20_ day C tki) Witness Principal Witness By JUN 0 4 9%Ie) City Clerk - «. ;( Surety ( By: (Attomey-in-fact) Attach Power -of -Attorney, if applicable Asphalt Resurfacing 2019 Project 0410 - Page 1 of 1 0500 CONTRACT ASPHALT RESURFACING 2019 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 Asphalt Resurfacing 2019 ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is caller lay It ED be as binding as if called for by all. L JUN 0 4 2019 City Clerk Iowa City. Iowa Asphalt Resurfacing 2019 Project 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY UNIT PRICE TOTAL AMOUNT DATED this day of City Signature of City Official Printed Name of City Official ATTEST: Bw City Clerk (for Formal Projects only) City Attorney's Office 20 Contractor By: Signature of Contractor Officer Printed Name of Contractor Officer Title of Contractor Officer ATTEST: (Company Official) JUN 0 4 2019 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND ASPHALT RESURFACING 2019 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 ($ 1, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: This project includes pavement milling and asphalt resurfacing along South Clinton Street, Fairmeadows Avenue, Newton Road, Valley Avenue, South Gilbert Street, Park Road and Ferson Avenue intersection, and the City Equipment Parking Lot. In addition to the resurfacing, this project also includes storm intake repairs, repair of curb and gutter, replacement of curb ramps to meet current ADA standards, and new pavement markings on Dodge Street to include a one-way to two-way conversion from Burlington Street to Bowery Street and a 4 -lane to 3 -lane conversion from Bowery Street to Kirkwood Avenue. This project also includes street sealcoat work along Taft Avenue. FIi, and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contragp lgopqffnts. It is expressly understood and agreed by the Contractor and Surety in this bond 1GiMl6'eldakowing provisions are a part of this Bond and are binding upon said Contractor and d0",,Qdy4vAowa 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. 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 Asphalt Resurfacing 2019 Project 0510 — Page 1 of 4 for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) 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 inciri, of more than 20% of the total contract price, and that this bond shall then beid as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effecX until the Contract is completed, whether completed within the specified contract M4 V19 within an extension thereof, or within a period of time after the contrapt peri.has elapsed and the liquidated damage penalty is being charged' ay `4`yQerk Contractor. City, Iowa D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in Asphalt Resurfacing 2019 Project 0510 — Page 2 of 4 approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, 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. FILE® JUN 0 4 1019 CitY Clerk to City, Iowa Asphalt Resurfacing 2019 Project 0510 — Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer M Signature of Contractor Officer of Contractor Officer NOTE: SURETY: Surety Company Name By 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-FacUOfficer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. FILF;,.# JUN 0 4 2019 i City Clerk ` Iowa City, Iowa Asphalt Resurfacing 2019 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: 1. 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 subco the City's Human Rights Ordinance. The City's protected classes are I I ity City Code section 2-3-1. "- JUN 0 4 2019 ! City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor' shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' EP -a-1 Employment, Opportunity Officer? ` (Please print) JUN 0 4 Iowa City City, Icy✓a Phone Number Street Address City, State, Zip Code Asphalt Resurfacing 2019 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 Name Phone Number Title Date JUN p 41019 C'ty Clerk IoCity, to"a Asphalt Resurfacing 2019 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. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current co-npAgsition of your workforce. Send recruitment sources a letter annually which s your commitment to equal employment opportunity and requests,th r 91st 1rL helping you reach diverse applicant pools. 1 .1,, I (c) Analyze and review your company's recruitment procedyres td(/,"rttify a�d� eliminate discriminatory barriers. f 44 P0� (d) Select and train persons involved in the employment prr a 1, , objective standards and to support equal employment opportunity goals. a Clt_ oak (e) Review periodically job descriptions to make sure they accurately reflect �140�qr 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 Asphalt Resurfacing 2019 Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: http://www.sterlingcodifiers.com/codebook/index.php?book id=953. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. p l��Z CID r/ JGN0 4 t0� /owe Cty/erk Asphalt Resurfacing 2019 Project 0520 - Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. Asphalt Resurfacing 2019 Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary' economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall stitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of then Theft Policy it may submit a request in writing indicating that one or more of th"Ilowir ® actions have been taken: ifm., a. There has been a bona fide change in ownership or control of the ' leeersfs or entity; a �'i iejk b. Disciplinary action has been taken against the individual(s) responsible fopts giving rise to the violation(s); a 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. Asphalt Resurfacing 2019 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. Asphalt Resurfacing 2019 Project 0530 — Page 2 of 3 STATE OF WAGE THEFT AFFIDAVIT COUNTY ss. upon being duly sworn, state as follows: I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 20_ Notary Public in and for the State of f AGN 0 A /Owa c t Asphalt Resurfacing 2019 Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https:Hiowasudas.om/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https:Hiowasudas. ora/arch ived-specifications/. #,k J(/N0 41019 /p`ta C ty / wa Asphalt Resurfacing 2019 Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.org/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. pk k J(/p0 47019 /p`taCtyle�wa Asphalt Resurfacing 2019 Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2019 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: hftr)s://www.iowa- city ora/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. Pkr, ✓to 0 4 l ?p Aowa C C/Nrk �1I /Okla Asphalt Resurfacing 2019 Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.6, for details on preparing a computer-generated unit price attachment. This project includes additional modifications to the SUDAS Standard Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual. SECTION 8010 — TRAFFIC SIGNALS 1.08 MEASUREMENT AND PAYMENT A. Traffic Signal 2. Payment (ADD) Signal pole, mast arm, anchor bolts, signal heads and mounting brackets, camera and camera extension riser, 150 feet of 5 conductor signal cable, and 150 feet of video/power cable will be provided by the City of Iowa City. The contractor shall reuse the existing pedestrian heads and push buttons and provide all other materials and equipment necessary to complete traffic signal installation per plan. FILE® JUN 18 2011 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.B, for details on preparinq a computer-qenerated unit price attachment. ► /Ok a Asphalt Resurfacing 2019 Project Page 1 of 1 Johnson County, IOWA CITY OF IOWA CITY DEPARTMENT of PUBLIC WORKS ASPHALT RESURFACING 2019 PROJECT Location Map N Index A.01 Title Sheet and Plan Certifications A.02 Legend and General Information A.03 General Notes A.D4 Pollution Prevention Plan 8.01 Typical Cross Section and Construction Details C.01—C.07 Estimate of Quantities, Tabulations and General Information D.01—D.02 Clinton St D.03—D.04 Newton Rd D.05 Valley Ave D.06 Park Rd / Ferson Ave 0.07 S Gibert St D.08 Farmeadow Blvd D.09 Equipment Shap Palicklg Lot K.01—K.02 Canton St K.03—K.04 Newton Rd X.05 Park Rd / Few Ave K06 S Glibert St K07 Farmeadows Blvd KOB—K.10 S Dodge St K.11—K.12 S Governor St N.01-11.02 Traffic Signal S.01—S.03 Curb Romps W.01 Chip Sed Plan 11 gc I JUN 18 2019 City Clerk Iowa City, Iowa IOWA CITY INEERING 410 East Washington Street - 319-356-5140 CITY OF IOWA CITY ENGINEERING DIVISION APPROVED li��-,;0040,c ll8 9 CITY ENGINEER DATE I hereby certify that this engineering document was prepared by me r.r or under rect personalsupervision tthe s.,,srrt SSI SNA news" professional understhe laws of State of Iowa. , Q •. �'. Signed: Date: �y g'. JASON a' REICHART ' - 23524 :-);7 p - 16 - -? �4 v JASON REIC .E. lowo Lic a o. 23524 OWN "01 �...... ��, My lic eed renewol date Is December 31. 2019 Pages or sheets covered by this seal: ALL O N vi 0 R SURFACINr-, ?019 PROJECT' CITY OF IOWA CITY M IOWA ONE 800-292-8989 TOLL FREE CALL BEFORE YOU DIG RSC& YEAR 2019 JUN 0 4 2019 City Clerk Iowa City, Iowa INDEX A.01 Title Sheet and Plan Certifications A.02 Legend and General Information A.03 General Notes A.04 Pollution Prevention Plan B.01 Typical Cross Section and Construction Details C.Ot Estimate of Ouantities, Tabulations and General Information 0.01—D.02 Clinton St D.03—D.04 Newton Rd D.05 Valley Ave D.06 Park Rd / Fuson Ave D.07 Fairmeadows Blvd D.06 Equipment Shap K.01—K.06 Pavement Marking Plans S.01—S.03 Curb Ramps ACCEPTED FOR LETTING CITY ENGINEER, CITY OF IOWA CITY O% -04-i `l aTT OF IOWA aT ENGINEERING DIN9014 aW HU NUMBER PS -3n SKEET NUMBER CONTACTS THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY CO. 1630 Lower Muscatine Rd. Iowa City, Iowa 52240 JOE RETEK - GAS Phone: 319341-4457 JASON WARREN - ELECTRIC Phone: 319-341-4425 CABLE TELEVISION CENTURY LINK 615 3rd Avenue SE Cedar Rapids, IA 54201 DAVID KIRKEBY Phone: 319-399-7440 MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 KEVIN FOUNTAIN Phone: 319-351-0408 x3701 Mobile: 319621-8466 A.T. & T. 1425 Oak Street Kansas City, MO 64106 LENNY VOHS Phone: 816-275-4014 Mobile: 770-335-8244 IOWA NETWORK SERVICES Jeff Klocko Phone: 515-240-2544 Mobile: 515-830-0445 CITY OF IOWA CITY WATER DIVISION Phone: 319-356-5160 UNIVERSITY OF IOWA GEORGESTUMPF Phone: 319-335-2814 IMON Randy Schoon Phone; 319-261-4630 Mobile: 319-553-1176 "ONE CALL" Phone: 1-800-292-8989 CITY WATER DEPARTMENT KEVIN SLUTTS Phone: 319-356-5169 CITY SEWER DEPARTMENT JESSE EISTER Phone: 319-887-6098 CITY TRAFFIC ENGINEERING BROCK HOLUB Phone: 319-356-5482 CITY PARKS & FORESTRY ZAC HALL Phone: 319-356-5107 GENERAL NOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF DRIVEWAY MODIFICATION THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. SEE SHEET A.04 FOR SPECIFIC EROSION CONTROL MEASURES NECESSARY TO PROTECT PROJECT SITE AGAINST SILTATION, EROSION AND DUST POLLUTION. PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. STATE PLANE IOWA SOUTH ZONE; U.S. SURVEY FOOT NAD 83 (1996 HARN) AND NAVD 88 RESPECTIVELY. 7. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION SHALL REMAIN IN PLACE. THE CONTRACTOR SHALL PROCEED WITH CONSTRUCTION ACTIVITIES IN SUCH A MANNER TO INSURE THE SAFETY OF ALL TREES AND SITE FEATURES WHICH WILL REMAIN IN PLACE. B. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN AND VALVE ADJUSTMENT WORK WITH THE IOWA CITY WATER DIVISION. 9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. CITY OF IO WA CITYEN DIVISION INEERING UTILITY NOTES 1. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 2. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPANIES SHOULD BE CONTACTED TO HOLD THE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. 3. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. 4, IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 5. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: • Notify the owners of those utilities prior to the beginning of any construction. • Coordinate operations with utilities • Afford access to these facilities for necessary modification of services. • Determine existence and exact location of underground utilites and avoid damage thereto. • Prior to beginning construction, provide labor and equipment necessary to deternine the exact location and elevation of all utility crossings which may result in conflicts to proposed improvements. Sloped Back of curb 7V Gutter line S5/8" max Normal slope— even line Roadway pamment Detail A Delai A \ 5% ni cross slope Pavement )4" Sealed expansion pint E) Curb ramp Length caries _ 6- GENERALLEGEND EDGE OF PAVEMENT RIGHT OF WAY (ROW) CENTERLINE TREE, DECIDUOUS TREE, CONIFEROUS HEDGERREE COVER FENCE RETAINING WALL BUILDING BACK OF CURB TO BACK OF CURB PORTLAND CEMENT CONCRETE HOT MIX ASPHALT MAILBOX SIDEWALK WATER METER DUCTILE IRON PIPE REINFORCED CONCRETE PIPE SIGNS POWER POLE - MANHOLE O MH CATCH BASIN ❑ CB CLEANOUT CO O 6 GUY WIRE —x FIRE HYDRANT iJ CULVERT 't___—__y DRAINAGE LINE GAS MAIN — — — C• — — BURIED TELEPHONE CABLE — — — T — - — BURIED TELEVISION CABLE — — —TV— BURIED ELECTRIC — — — E B -B OVERHEAD ELECTRIC OE PCC WATER MAIN — — — W —_ HMA FIBER OPTIC CABLE — — — FO— — — MB SANITARY SEWER —SAN _ — -- SW STORM SEWER � — — ST— — WM LIGHT POLE G -- LP DIP UTILITY BOXES O = RCP WATER VALVE ^^ WV 0 4 C1 GAS VALVE •° GV lQr PP WATER SHUT OFF a& pi®x�" JUh19 /O C'6' � Iva C � OF / CROSSWALKS fR SSWA KSWITM THEMARKED, LOCATE LK RA NGS.EXCLUSIVE lay curb .I'y'V PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION CANNOT BE ACHIEVED WITH THE PERPENDICULAR RAMP BETWEEN THE STREET AND LANDING DUE TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE LANDING AND THE STANDARD SIDEWALK. THE LENGTH OF THE PARALLEL RAMP IS NOT REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR PARALLEL RAMPS SHORTER THAN 15 FEET. Q INSTALL A 24 INCH WIDE (MIN.) STRIP OF DETECTABLE WARNINGS AT THE BACK OF CURB. EXTEND THE DETECTABLE WARNINGS ACROSS THE FULL WIDTH OF THE RAMP. I Pantie pomid romp Standard witenal,l Q PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE Length BELOW THE DETECTABLE WARNING PANEL. min. varies 6- in. min.I . 1 O LANDING: MAXIMUM SLOPE OF 28 IN ANY DIRECTION. m-,,. wr t -T expansion pint Detail B (Curb Return) Rigid Tie joint (RT) W = SIDEWALK WIDTH AS SPECIFIED IN THE CONTRACT DOCUMLN IS. Doweled 1¢" = RAMP = DETECTABLE WARNING Sealed expansion 0s:L: Joint (ED) - -) LANDING TYPICAL SECTION - CURB RAMP O SCALE NONE H SCALE: 1'=XX' DESIGN: JAR Project: Sheet Title: File A Sheet V SCALE: 1'=XX DRAWN: KKL Asphalt Resurfacing 2019 Legend and General Information A.02 DATE: 2019 CONTACTS THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY CO. 1630 Lower Muscatine Rd. Iowa City, Iowa 52240 DON MASTON - GAS Phone: 319-341-4461 JASON WARREN - ELECTRIC Phone: 319-341-4425 TELEPHONE CENTURY LINK 615 3rd Avenue SE Cedar Rapids, IA 54201 DENNIS LANG Phone: 319-399-7487 CABLE TELEVISION MEDIACOM 546 Southgate Avenue Iowa City, Iowa 52240 TIM EAGAN Phone: 319-351-0408 x3701 Mobile: 319-350-3679 FIBER OPTICS A.T. & T. 1425 Oak Street Kansas City, MO 64106 LENNY VOHS Phone: 816-275-4014 Mobile: 770-335-8244 IOWA NETWORK SERVICES Jeff Klocko Phone: 515-240-2544 Mobile: 515-830-0445 CITY OF IOWA CITY WATER DIVISION Phone: 319-356-5160 UNIVERSITY OF IOWA GEORGE STUMPF Phone: 319-335-2814 . IMO N Rand oon Ph 319-261-4630 Mobile: 319-553.1176 UTILITY LOCATING CREW "ONE CALL" Phone: 1-800-292-8989 CITY WATER DEPARTMENT KEVIN SLUTTS Phone: 319-356-5169 CITY SEWER DEPARTMENT TIM WILKEY Phone: 319-356-6106 CITY TRAFFIC ENGINEERING JOHN RESLER Phone: 319-356-5180 CITY PARKS & FORESTRY ZAC HALL Phone: 319-356-5107 GENERAL NOTES 1. ALL CONSTRUCTIO ALL BE IN ACCORDANCE WITH THE CITY OF 10 TY STANDARD SPECIFICATIONS AND DET LESS OTHERWISE SPECIFIED BY DETAIL D NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SUR WILL BE PERFORMED BY THE CITY OF IOWA Cl THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF DRIVEWAY MODIFICATION THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. SEE SHEET A.04 FOR SPECIFIC EROSION CONTROL MEASURES NECESSARY TO PROTECT PROJECT SITE AGAINST SILTATION, EROSION AND DUST POLLUTION. PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 6. ALL HORIZONTAL AND VERTICAL REFEREN ARE U.S. STATE PLANE IOWA SOUTH ZONE' .. SURVEY FOOT NAD 83 (1996 HARN) AND RESPECTIVELY. 7. ALL TREES WI THE LIMITS OF CONSTRUCTION SHALL RE IN PLACE. THE CONTRACTOR SHALL PROC WITH CONSTRUCTION ACTIVITIES IN SU A MANNER TO INSURE THE SAFETY OF ALL PREES AND SITE FEATURES WHICH WILL REMAIN IN 8. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN AND VALVE ADJUSTMENT WORK WITH THE IOWA CITY WATER DIVISION. 9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER, AND SHALL BE INCIDENTAL. 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISIONISTATE OF IOWA IOWA UTILITY NOTES GENERAL LEGEND 1. IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO EDGE OF PAVEMENT MANHOLE 0 MH IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN RIGHT OF WAY (ROW) — — — CATCH BASIN ❑ CB 48 HOURS BEFORE EXCAVATING, EXCLUDING CENTERLINE — CLEANOUr CO WEEKENDS AND LEGAL HOLIDAYS. TREE, DECIDUOUS GUY WIRE 2. WHERE EXISTING POWER POLES ARE IN CLOSE FIRE HYDRANT ii PROXIMITY TO OPEN AREAS, UTILITY TREE, CONIFEROUS COMPANIES SHOULD BE CONTACTED TO HOLD CULVERT L__-_-_ y THE POLES DURING CONSTRUCTION. SCHEDULE HEDGE2rREE COVER DRAINAGE LINE /�---� ACCORDINGLY. FENCE GAS MAIN — — — G — — — III UNDERGROUND FACILITIES, STRUCTURES AND RETAINING WALL BURIED TELEPHONE CABLE — — — T — — — UTILITIES HAVE BEEN PLOTTED FROM BUILDING BURIED TELEVISION CABLE — — — N— — — AVAILABLE SURVEYS AND RECORDS, AND HEREFORE THEIR LOCATIONS MUST BE BACK OF CURB TO BACK B B -B BURIED ELECTRIC — — — E — — — RED APPROXIMATE ONLY. OVERHEAD ELECTRIC OE PORTLAND CE CONCRETE PCC 4. IBLE THERE MAYBE OTHER HOT MI T HMA WATER MAIN — — — IN — — — OUND FACILITIES, THE EXISTENCE OF FIBER OPTIC CABLE — — — FO— — — PRESENTLY NOT KNOWN OR SHOWN. \MS eox MB SANITARYSEWER —— FOR ADDITIONAL COMPENSATION SIDEWALK sw LLOWED TO THE CONTRACTO STORM SEWER — — Si — — RFERENCE OR DELAY CA BY WATER METER WM LIGHT POLE p --`J LP SUCH WORK. DUCTILE IRON PIPE DIP REINFORCED CONCRETE PIPE RCP UTILITY BOXES OO 5. WHERE PUBLIC AN ATE UTILITY FIXTURES WATER VALVE WV ARE SHOWN AS EXIS ON THE PLANS OR SIGNS a } ENCOUNTERED WITHIN CONSTRUCTION POWER POLE g PP GAS VALVE w GV ApET IT SHALL BE THE R NSIBILITV OF THE WATER Si OFF a� ONTRACTOR TO: Notify the owners of those LOW nor to the beginning of any construction. • Coordinate operations with uiesfo • Afford access to these facilities for nece ry E� modification of services. • Determine existence and exact location of underground utilites and avoid damage thereto. JU N Q rArk�s 4 • Prior to beginning construction, provide labor and 'usJ equipment necessary to determine the exact City location and elevation of all utility crossings which may result in conflicts to improvements. C/erk Iowa C proposed Ity Iowa Back of curb Of uGutter line S5/8- max. Normal `-Carel line Roadway pavement DC'all A Did rona Length work See Detail A 3 5% max. 2 .8.: cross _slope Pavement 2' IB $- Seoletl (xponsion pint E)) JOHNSON COUNTY Sloped curb\((Curb Curb �F)um) Lmdng Poswble Wald roup r 5'-0 mn, Length wanes ®6 min, mn. a varies 6' min.,l IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, WITHIN THE CROSSWALK MARKINGS. Q1 PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION CANNOT BE ACHIEVED WITH THE PERPENDICULAR RAMP BETWEEN THE STREET AND LANDING DUE TO UNITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE LANDING AND THE STANDARD SIDEWALK. THE LENGTH OF THE PARALLEL RAMP IS NOT REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR PARALLEL RAMPS SHORTER THAN 15 FEET. 0 INSTALL A 24 INCH WIDE (MIN.) STRIP OF DETECTABLE WARNINGS AT THE BACK OF CURB. EXTEND THE DETECTABLE WARNINGS ACROSS THE FULL WIDTH OF THE RAMP. W 3p PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE ,{ BELOW THE DETECTABLE WARNING PANEL. © LANDING: MAXIMUM SLOPE OF 2K IN ANY DIRECTION. s \ ' LL 1 Rigid Tie pint (RT) W�DEWALK WIDTH AS SPECIFIED IN THE CONTRACT DOCUMENTS. \ Doweled Y! RAMP ........a - DETECTABLE WARNING Sealed expansion IIIIIIII, f=::E:ii• pint (ED) �.�� =LANDING O TYPICAL SECTION -CURB RAMP SCALE: NONE ASPHALT RESURFACING 2019 PROJECT z 0 Q cc ¢ O Z J Q W Z W C7 0 Z Q Z W (3 W J City File No. PS-3xx ,. SHEET NO A.02 GENERAL NOTES 01-20-84 203-1 Plan and profile sheets Included in the project are far the purpose of alignment, location and specific directions for the work to be performed under this contract Irrelevant data an these sheets is not to be considered a part of this contract. 232-10 01-20-84 204-2 All holes resulting from operations of the contractor, including removal of guardrail posts, fence posts, utility poles, or foundation studies, shall be filled and consolidated to finished grade as directed by the engineer to prevent future settlement The voids shall be filed as 241-1 soon as practical - preferably the day created and not later than the following day. Any portion of the right-of-way or project limits (including borrow areas and operation sites) disturbed by any such operations shall be restored to an acceptable condition. This oper- ation shall be considered incidental to other bid Items in project at the State of Iowa's expense. 213-1 It shall be the contractors responsibility to provide waste areas 251-1 or disposal sites for excess material (excavated material or broken concrete) which is not desirable to be incorporated into the work involved an this project These areas shall not impact wetlands or'Woters Of The U.S.' No payment for overhaul will be allowed for material hauled to these sill No material shall be placed within the right-of-way, unless specifically stated in the plans or approved by the engineer. a contract Item or by extra work 213-2 The contractors attention is directed to the following consideration 251-3 in regard to removal and replacement of topsoil in borrow areas: Quantities estimated far topsoil are calculated an the basis of a uniform removal of topsoil to a depth of 12 inches. The material removed is to be spread uniformly to a minknum depth of 8 inches 261-2 over the borrow area upon completion of excavation work feet of an existing pipeline, the contractor shall notify the pipeline 213-4 The contractor shall apply necessary moisture to the construction line as required by Section 479.47 of the Code of Iowa. area and haul roads to prevent the spread of dust. Refer to Article The contractor shall exercise all due caution when working in the 1107.07 of the current Standard Specifications far additional detola vicinity of pipelines corrying combustible or toxic materials which are 213-6 The backfilling and associated embankment construction shall be sents the best information available at the time of plan preparation. completed within 14 working days after the wring period has expired 09-21-99 for culvert extension. BEFORE YOU DIG The Immediate embankment shall be placed to provide &1 slopes IOWA 1—CALL/ 1-800-292-8989 away from the culvert top. 221-3 Estimated quantity far new concrete pavernent includes all integral curb, all street returns and special areas of repairs to connecting 221-4 In order to avoid any unnecessary surface breaks or premature spoiling, the contractor is cautioned to exercise extreme we when performing any of the necessary saw cutting operations for the proposed pavement removal. 222-2 To obtain the correct fans grades at low points where intakes are located, the contractor must exercise extreme care when paving full width pavements. This may require pwring one half of the pave- ment at a time or other methods approved by the engineer. 232-5 The contractor shall not disturb desirable grass areas and desirable trees outside the construction limits. The contractor will not be permitted to park or service vehicles and equipment or use these areas for storage of materials. Storage, parking and service orea(s) will be subject to the approval of the resident engineer. IOWA CITY The City of Iowa City shall be responsible for the construction staking. GENERAL NOTES 06-07-94 232-8 The top six (6) inches of the disturbed areas shall be free of rode and debris and shall be suitable far the establishment of vegeta— tion, subject to the approval of the Engineer. 10-28-97 232-10 The contractor is expected to have materials, equipment and labor avolable on a daily basis to install and maintain erosion control features an the project. This may Involve seeding, sit fence, rock ditch checks, sit bases, or silt dices. 01-20-84 241-1 Road contractor Is to use due caution In working over and around all tile lines. Breaks in the tle line due to the contractor's care— lessness are to be replaced at his expense without cost to the State of Iowa. Any lie lines broken or disturbed by our cut lines will be replaced as directed by the engineer in charge of construction and at the State of Iowa's expense. 01-19-88 251-1 The contractor shall be responsible to mantas access to individual properties during construction. Relocated access shall be completed to individual properties prior to removal of existing access. If the permanent amens cannot be completed prior to removal of the existing access, the contractor shall provide and maintain an climate access. Temporary Granula Surfacing wll be paid for as a contract Item or by extra work 06-22-84 251-3 A plan fa stage construction of local accesses which are required to remain open to traffic during construction shall be submitted by the contractor for approval by the engineer. 01-20-84 261-2 Before performing earthwork, tiling, or excavation within three hundred feet of an existing pipeline, the contractor shall notify the pipeline company and the pipeline company shall mark the location of the pipe— line as required by Section 479.47 of the Code of Iowa. The contractor shall exercise all due caution when working in the vicinity of pipelines corrying combustible or toxic materials which are present an this project. Pipeline location shown an the plans repre— sents the best information available at the time of plan preparation. 09-21-99 262-3 BEFORE YOU DIG IOWA 1—CALL/ 1-800-292-8989 03-26-04 IOWA CITY Contractor shall provide Certified Plant Inspection for Portland Cement Concrete and HMA paving, per IDOT Speolficatbna 03-26-04 IOWA CITY Contractor may use the Maturity Method of testing to determine the strength of Portland Cement Concrete paving, per IDOT Standard Specifications. 03-26-04 IOWA CITY The contractor is required to exercise all necessary caution in construction operations directly adjacent to the project and utilize methods of construction to prevent damage to the surrounding buildings. The contractor is responsible for pre— and post— construction damage surveys for properties directly adjacent to the project including evaluating and documenting any damages. Any damages as a result of construction activities shall be corrected at the contractors expense. GENERAL TRAFFIC CONTROL NOTES los-z3 04-04-69 STAGING NOTES TRAFFlG WILL BE MAINTAINED DURING CONSTRUCTION. TRAFFIC CONTROL ON THIS PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130. THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC CONTROL THESE METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED M. THE FOLLOWING: 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, MAINTAINED AND REMOVED BY THE CONTRACTOR. 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL PROPERTIES AT ALL TIMES DURING CONSTRUCTION. 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES, THE CONTRACTOR SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROL PLANS TO BE APPROVED BY THE CITY OF IOWA CITY AND IOWA DOT. 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE (1) WEEK PRIOR TO CHANGES IN TRAFFIC PATTERNS DURING CONSTRUCTION. 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF 25 -FEET FOR TAPER CHANNELIZATION, AND 50 -FEET FOR TANGENT CHANNELIZATION. 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR OF THE BACK OF CURB WHERE POSSIBLE. 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS. PORTABLE MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY INSTALLATION OF LESS THAN 3 DAYS. 8. 'ROAD CLOSED' AND 'ROAD CLOSED TO THRU TRAFFIC' SIGNS TO BE MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE THE DIAGONAL PANELS. 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIEND CONDITIONS, PREVENT OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING UPON APPROVAL BY THE PROJECT ENGINEER. 10. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED ENTIRELY ACROSS THE TRAVELED PORTON OF THE ROADWAY AT ALL LOCATIONS WHERE TYPE IT BARRICADES AND ROAD CLOSED SIGNS ARE USED. 11. ALL TWE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS. THE BACK SIDE OF THE TWE III BARRICADES SHALL BE REFLECTORIZED BY A MINIMUM OF SIX YELLOW REFLECTOfRS, ONE AT EACH END OF EACH RAIL OR AT LEAST ONE RAIL ON EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES PROPERLY SLOPED AT EACH END. 12. FULL LANE CLOSURE WLL NOT BE ALLOWED. EXCEPT AS INDICATED SPECIFICALLY IN PLANS ONE LANE WILL BE OPEN AT ALL TIMES. THIS WORK IS CONSIDERED TO BE INCIDENTAL TO TRAFFIC CONTROL 13. TWE 'A' LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON ALL BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. 14. THE CONTRACTOR SHALL PROVIDE ADEQUATE UGHIED BARRICADES AND/OR FENCING TO PROTECT PEDESTRIANS. ALL SIDEWALK CLOSURES SHALL BE APPROPRIATELY BARRICADED. THE CONTRACTOR SHALL PROVIDE ALTERNATE PEDESTRIAN ROUTES ADJACENT TO CONSTRUCTION ACTIVITIES. 15. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT SITE (AS REQUIRED FOR CONSTRUCTION) AND STOCKPILE AT A LOCATION TO BE DETERMINED BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE RESPECTIVE OWNERS. 16. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER, AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WTI THE PROPERTY OWNER. 17. THE CONTRACTOR SHALL COORDINATE NTH UTILITY COMPANIES ON RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTILITIES WITHIN THE CORRIDOR, AS NOTED IN THE TABULATION OF UTILITY CONFLICTS 18. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED TO MAINTAIN TRAFFIC IN ACCORDANCE NTH THE MUTCD. THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 19. THE BID ITEM 'TRAFFIC CONTROL' SHALL INCLUDE THE COST OF ALL TRAFFIC CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEIMS. 20. THE CONTRACTOR SHALL PROVIDE (AT NO ADDITIONAL COST) ADEQUATE ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC, OR RE-ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT LOCATIONS INDICATED AT PROJECT SITES AND ADJACENT SIDE STREETS. THEREFORE IT IS ADVISABLE TO ADOPT A CONSTRUCTION SEQUENCE THAT DIRECTS ACTIVITIES IN AN ORDERLY MANNER TO MAINTAIN MOST TRAFFIC PATTERNS AT ALL TIMES, CONTRACTOR SHALL STAGE WORK ACCORDING TO THE FOLLOWING MILESTONES: Start Data August 5, 2019 Final Completion: November 1, 2019 Liquidated Damages: $500 per day GENERAL TRAFFIC CONTROL OPERATIONS 1. MAINTAIN 1 -LANE TRAFFIC WTH FLAGGERS DURING HOURS 7 A.M. TO 7 P.M. 2. OPEN LANES TO 2 -LANE TRAFFIC OUTSIDE OF THESE HOURS. 3. FLAGGERS ARE REWIRED FOR 1 -LANE OPERATIONS DURING MIWNG/RESURFACING. THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURRENTLY. PROVIDED THAT TRAFFIC TO ADJACENT PROPERTIES IS MAINTAINED. IT IS RECOGNIZED THAT AS THE VARIOUS ACTIVITIES RELATED TO CONSTRUCTION PROGRESS. CERTAIN SITUATIONS MAY ARISE WHICH WILL PRECLUDE ADHERING TO THE ORIGINAL CONSTRUCTION SEQUENCE OR WHICH WOULD READILY LEND THEMSELVES TO MORE EFFICIENT STAGING OPERATIONS. SHOULD THE CONTRACTOR DESIRE TO DEVIATE FROM THE ORIGINAL PLAN, A WRITTEN ALTERNATIVE PLAN SHALL BE SUBMITTED TO THE PROJECT ENGINEER FOR APPROVAL A CONTRACTORS SCHEDULE OF OPERATIONS WILL BE REWIRED. THE SCHEDULE SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO SPECIFIED STARTING DATE OR AT THE PRECONSTRUCTION CONFERENCE. IT SHALL SHOW THE PROBABLE STARTING DATE AND THE AMOUNT OF COMPLETION, IN PERCENT OF THE CONTRACT AMOUNT, THE CONTRACTOR EXPECTS TO COMPLETE IN EACH 10 DAY WORKING DAY PERIOD. IT SHALL PROVIDE REASONABLE ASSURANCE OF FINAL COMPLETION OF THE SCHEDULE OF THE CONTROLLING OPERATION DURING EACH STAGE OR PHASE OF WORK FOR THE ENGINEERS INFORMATION AND PREVIEW. THE CONTRACTOR MAY REVISE THIS CONCEPT WHEN CONDITIONS WARRANT A CHANGE AND FORWARD TO THE ENGINEER FOR REVIEW. FAL ii JUN 18 Ck Iowa fty Ctylt war CITY OF IOWA CITY D VGS O N RING H SCALE 1'=XX' DESIGN: JAR Project: Sheet Title File Sheet V SCALE: 1•=XX' DRAWN: KKL Asphalt Resurfacing 2019 General Notes A.03 DATE: 2019 GENERAL NOTES 01-20-84 203-1 Plan and profile sheets included in the pr the purpose of alignment, location and specific directions fa the be performed under this contract Irrelevant data an these she not to be considered a part of this contract. 232-10 01-20-84 20h Ail holes resulting from operations of the contractor, including removal of guardral posts, fence posts, utility poles, a foundotion studnes, shall be filled and consolidated to finished grade as directed by the engineer to prevent future settlement The volds shall be filled as 241-1 soon as practical - preferably the day created and not later than the following day. Any potion of the right-of-way or project limits (Including borrow areas and operation sites) disturbed by any such operations shall be restoed to an acceptable condition. This oper- ation shall be considered incidental to other bid items in project at the State of Iowa's expense. 213-1 It shall be the contractors responsbihy, to provide waste areas 51-1 or disposal sites far excess material (excavated material or broken concrete) which is not desirable to be Incorporated Into the work Involved an this project. These areas shall not impact wetlands or 'Wates Of The U.S.' No payment far overhaul will be allowed for material hauled to these sites. No material shall be placed within the right-of-way, unless specifically stated in the plans or approved by the engineer. acontract item a by extra work. 213-2 The eontroctors attention Is directed to the following consideration 251-3 in regard to removal and replacement of topsoil in bcaow areas: Quantities estimated for topsoil are calculated an the basis of a uniform removal of topsoil to a depth of 12 inches. The material removed is to be spread uniformly to a minimum depth of 8 inches 261-2 over the borrow area upon completion of excavation work feet of an existing pipeline, the contractors notify the pipeline 213-4 The contractor shall apply necessary moisture to the construction lne as required by Section 479.47 a Code of Iowa. arse and had raids to prevent the spread of dust Refer to Article The contracts shall exercise a caution when working n the 1107.07 of the current Standard Specifications fa additional detals. vicinity of pipelines camyi ombustble or toxic materials which are 213-6 The backfilling and associated embankment construction shall be sents the best atlon available at the tine of plan preparation. completed within 14 working days after the curing period has expired 09-21- for culvert extension. BEFORE YOU DIG: The Immediate embankment shall be placed to provide 8:1 dopes IOWA 1 -CALL# i -BOD -292-8989 may from the culvert top. 221-3 Estimated quantity far new concrete pavement Includes all integral curb, all street returns and special areas of repairs to connecting -4 In order to avoid any unnecessary surface breaks or premature spoll'ng, the contractor is cautioned to exercise extreme care performing any of the necessary saw cutting operations for Proposed pavement removal. 222-2 To obtain the correct for>qrod� ct low p ' ere intakes are located, the contractor me a cam whenpaving full width pavements. Thpouring one half of the pave - mat at a time a other pproved by the engineer. 000"232-5 The contractor shell not dWurb desirable gross seas and desirable trees outside the construction limits. The contractor will not be permitted to park or service vehicles and equipment or use these areas for storage of materials. Storage, parking and service area(s) will be subject to the approval of the resident engineer. IOWA CITY The City of Iowa City shall be responsible for the construction staking. GENERAL NOTES 06-07-94 232-8 The tap six (6) Inches of the disturbed areas shall be free of rock and debris and shall be suitable for the establishment of vegeta- tion, subject to the approval of the Engineer. 10-28-97 232-10 The contractor is expected to have materials, equipment, and labor fable an a duly basis to install and maintain erosion control fiRlikiLm on the project. This may involve seeding, silt fence, rock dllch sit basins, or sell dikes. 01-20-84 241-1 Rood contracts use due caution in working over and grand all tie lines. Breaks a Its line due to the contractors care- lessness we to be replac his expense without cost to the State of Iowa. My fila Ines broken isturbed by our at lines will be replaced as directed by the engin ' charge of construction and at the State of Iowa's expense. 01-19-88 51-1 The contractor shall be responsible to maintndividud properties during construction. Relocated access shall be completed to indirbr to removal of existing access. \rn If the permanent access cannot be completoval the existing access, the contractor shall proin malternate access. Tempaay Granular Surfad for as acontract item a by extra work. 06-22-84 251-3 A plan for stage construction of bed accesses which are to remain open to traffic during construction shall be su by the contractor for approval by the engineer. Of -20-84 261-2 Before performing earthwork, ting, a excavation in three hundred feet of an existing pipeline, the contractors notify the pipeline eompony and the pipeline company shall k the location of the pipe- lne as required by Section 479.47 a Code of Iowa. The contracts shall exercise a caution when working n the vicinity of pipelines camyi ombustble or toxic materials which are present on this pro' Pipeline location shown on the plans repre- sents the best atlon available at the tine of plan preparation. 09-21- 262-3 BEFORE YOU DIG: IOWA 1 -CALL# i -BOD -292-8989 03-26-04 IOWA CITY Contractor shall provide Certified Plant Inspection for Portland Cement Concrete and NMA paving, per IDOT Specifications. 03-26-D4 IOWA CITY Contracts may use the Maturity Method of testing to determine the strength of Portland Cement Concrete paying, per IDOT Standard Specifications. 03-26-04 IOWA CITY The contractor Is required to exercise all necessary caution in construction operations directly adjacent to the project and utilize methods of construction to prevent damage to the surrounding buildings. The contracts Is responsible for pre- and post - construction damage surveys for properties directly adjacent to the project inchuding evaluating and documenting any damages. Any damages as a result of construction activities shall be corrected at the contractor's expense. DESIGN TEAM. CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA GENERAL TRAFFIC CONTROL NOTES 1 ioB-23 W -Oil -89 TBy'FlC WIL BE MAINTAINED DURING CONSTRUCTION. TRAFFIC CONTROL ON THIS PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130. THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC CONTROL THESE METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED TO, THE FOLLOWING 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, AND REMOVED BY THE CONTRACTOR. 2 THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL 9Mi PROPERTIES AT ALL TIMES DURING CONSTRUCTION. _or- 3. IF THE CONTRACTOR DECIDES TO PERFORM THE TRUCTION WORK IN SEQUENCE OTHER THAN AS INDICATED IN AGING NOTES, THE CONTRACTOR SHALL PROVIDE COMPLETLjR SED TRAFFIC CONTROL PLANS TO 4. THE CONTRACTOR SHALL NOa/F THE CITY ONE (1) WEEK PRIOR TO CHANGES IN TRAFFIC PATTERNS DUMPING CONSTRUCTION. 5. THE CHANNEUZI EVICE SPACING SHALL NOT EXCEED A DISTANCE OF 25 -FEET F PER CHANNEUZATION, AND 50 -FEET FOR TANGENT B.,Atr TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR OF THE BACK OF CURB WHERE POSSIBLE. 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS. PORTABLE MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY INSTALLATION OF LESS THAN 3 DAYS. & 'ROAD CLOSED' AND 'ROAD CLOSED TO THRU TRAFFIC' SIGNS TO BE MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE THE DIAGONAL PANELS. 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS, %EEVENT OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDUUNG U APPROVAL BY THE PROJECT ENGINEER. 10. SLATTED OW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED ENTIRELY THE TRAVELED PORTION OF THE ROADWAY AT ALL LOCATIONS E TWE III BARRICADES AND ROAD CLOSED SIGNS ARE USED. 11. ALL TWE 111 BARR ES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS. THE BACK SIDE OF THE III BARRICADES SHALL BE REFLECTORIZED BY A MINIMUM OF SIX YETLO CTORS, ONE AT EACH END OF EACH RAIL, OR AT LEAST ONE RAIL ON BARRICADE WILL HAVE REFLECTORIZED STRIPES PROPERLY SLOPED AT EACH D. 12. FULL LANE CLOSURE WILL NOT B OWED, EXCEPT AS INDICATED SPECIFICALLY IN PLANS. ONE LANE BE OPEN AT ALL TIMES. THIS WORK IS CONSIDERED TO BE INCIDENTAL TO AFFIC CONTROL 13. TWE 'A' LOW INTENSITY FLASHING WARNI LIGHTS MUST BE PROVIDED ON 14. THE CONTRACTOR SHALL PROVIDE ADEQUATE UCH BARRICADES AND/OR FENCING TO PROTECT PEDESTRIANS. ALL SIDEWALK CkQSURES SHALL BE APPROPRIATELY BARRICADED. THE CONTRACTOR SHALLOVIDE ALTERNATE PEDESTRIAN ROUTES ADJACENT TO CONSTRUCTION ACTT S. 15. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON E PROJECT STE (AS REQUIRED FOR CONSTRUCTION) AND STOCKPILE AT A ATION TO BE DETERMINED BY THE ENGINEER AND SHALL REMAIN THE PRO%TYOFHE RESPECTIVEOWNERS. 18. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTNONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECE, AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE 17. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON RELOCATIONS AND/OR ADJUSTMENT OF ETOSTING UTILITIES WITHIN THE CORRIDOR, AS NOTED IN THE TABULATION OF UTILITY CONFUCTS. 1& THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCO. THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 19. THE BID ITEM 'TRAFFIC CONTROL' SHALL INCLUDE THE COST OF ALL TRAFFIC CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEMS, 20. THE CONTRACTOR SHALL PROVIDE (AT NO ADDITIONAL COST) ADEQUATE ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC, OR RE-ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. JOHNSON COUNTY ✓p4 0 4 /Owafty c C/eek lS /0., .14 ASPHALT RESURFACING 2019 PROJECT CityFile No. PS-3xx SHEET N0. A.03 rn w H Z Z J Q UU w Z W C7 a POLLUTION PREVENTION PLAN All contractor's subcontractors shall conduct their operations in a manner that 4. Inspection Maintenance minimizes erosion and prevents sediments from leaving the project site. The prime ane The contractor Is required to maintain all temporary erosion control measures n proper warding order, Including contractor shall be responsible for compliance and implementation of the pollution cleaning, reporting, or replacing Nem throughout Ne ventrad iotl. parThe impairingnM spbn and maintenance 3. Penis, Pen Solvents end Cleaning Solvents prevention plan (PPP) and local ordinances for their entire contract. practices will be used to maintain erosion and sedkrrent controls and stabilization measures. • Excess pants and solvents shall not be discharged neo Ne storm sewer system. The mntrada Shall none, to Ne manufactures Inswctiona and federal regulations on the proper deposal 1. Inspection and Maintenance Procedures tedrnques. This responsibility shall be further shared with subcontractors whose work is a A. All central measures wit be srspeded at least most every seven (7) calendar days and following any 4. Cmaete Wastes source of potential pollution as defined in the PPP. storm event IN 0.5' or greater. • Concrete mucks wit be allowed bo washout or dsdrwge excess mnaeto In specifically B. NI measures wit be maintained n good waking order. If a repair is necessary. Y We be rabted wmn designated areas whin will be required to minimize contact between She comate am 24 noun of the report. domn water discharge Main the sire. 1. Site Description C. My buil up swished wit ba removed tram sit fence when Y has reached me-naa Ne fence. • The hardened product form the concrete washM areas will be disposed! of as caner Thin Pollution Prevention Pian (PPP) is fax ng Ne consmdon of Ne Asphaft Rations Project 2017 in Iowa D. Silt fence and sit sacks we W Inspected for depth of setlinent, fear, etc., b see of Ne fabrt s securely non -hazardous waste moderate w may be broken up and used an Ne site far- other appropriate uses. CkY, Iowa. Construction activities Includes HMA overlay paving and Wreck and seeing. attached to the lance posb,an0 to sea Net the fence are securely faslenetl n the ground. 5. Solid and Consbud'm Wastes E. Ste shall W Inepeded daily (preferably at days end) and swept 0 necessary. All lresM1 and construction dams shall be deposited h a tlumpsler that veal be emptied as This PPP covers approxinately 0.50 acres whin an estmated 0.50 acres being disturbed. F. Temporary and permanent sending and planting will be'nspecbc fa bare spots, washouts, and healthy necessary. No construction waste material will be burled on she. The criminal must be put In Refer to Ne project plans for locations of typical slopes, can grades. and mapdmctural r souural and nor g�M1 G. A maintenance report will be made after each Inspection and recatletl on Ne Inspection form a location where the contact win storm water discharge's m nintad. 6. Saniary Wastes call A copy of Nese plans will be on No at Ne project engineers otoe. Rune hom N's project we flow puvbec by the engineer • A portable restroom bank, shall be located onshe at all tines unless an Stab d equal's Into various slam sewers, chorea, streams and systems Nat flow, into Ne Iowa Riva. shortage lie)51 H. The contractor wit be responsble for selecting a'qual(ed nspaeta to conduct Me inspections. s' allowed. Wades shall be collected and disposed of In a complete compliance wel local, state 'Ouelfbd' s defined as a person mowletlgeable n Ne pncbles and Producer IN erosion and and federal regulations. This laclty shall be located in an area where enact min storm water 2. controls sediment controls "a possesses Ne Skala to assess continues at the construction aro Nat could dstlatur s minimal. The Contractor I l shall be responsible mentanbn antl management mntrd measures fa mead storm water quality and to assess the effectiveness of any sedbmem and erasion mmvd 7. Rural Activities ion an Sha, management co tool Ne following erosion and storm water management central measures that are sperYc b Ns ale. e measures selected to antral Ne pual[y of abrin water discharges Mom pia construction activlry. Runoff .Runoff Porn agricultural land use can potentially cmab dbmicels Inducting herbioioes, 2. Materials Management flan pestpbes, Ionguioes and feni¢ers. 260 work shall be alma St accordance whin Section woo I vol City of Iowa CityLica le 0 any con and Section 2602 of the Iowa D.O.T. Standard Specification. Ne wore nvdvetl s not applicable b any contrad'[erry the Site sources of pollution a result of N's work relatetl ro site and secured which maybe A. Prevention and Response Procedures 1109If work shall be aid for according b Article 1109.03 paragraph B, IN Np lona Department d Tina p g P rag ph D rspatatbn f a Stomal ve transported as a result of a storm avant. However, Ns SWPPP provbas conveyance fa other (non -project The and a c materials. The comedo, s responsible for training all personnelflow In the props ater Standards and Specifications, related) operations. These other opealbns have storm water moot, Ne regulation dwhich's beyond No hazardous o contact s ll di If or wades will be allowed to Wane rib contact whin storm wase control of Ns SWPPP eschages. co tact d a atoms contact does Dour, the storm water discharge mull be anbnetl cosine until appropriate measures n 1. Permanent Stabibation Practical compliance win all fa l 1, state, and local regulations are }allowed to dispose of Ne M1emNoua wbdarpe. A. Permanent sewing and planting IN all unpaved areas by seeding Shalt be completed after final A The following is a let of materials or substance expected b be IaeSe t make during concoction. The following practices wit ba followed dor son prevention and deanup: grading ke complete. Seed shall be Sam at only turas of Ne year when tempand ure, mosWre and 1. Concato 1. In addition to the good housekeeping and material management pactibs dstl n eusseNe ga nous timate conditions pr s we Ne germination and! pad grown. 2' Ge 2. 3. PaInb of the plan. Ne following practices wit be tlme to minimize Ne W edbl for hammus material B. Preserve vegetation Yin areas not marked! for anstnxdiwn. Tar spill and to reduce Ne ick of the soil conningn minted muco slam avatar. I. S. SoniStabitralbn Mideast; • Mandactuars recommended methods far spill cleanup wit be carry Posted and ane personnel m 2. Teporary Stabilization Pradiss 8. Fertfeers wit ba trained regarding Nese procedures and Ne location d Na rico afon and cleanup A. The use of sit fence, temporary ,mulcting, sgtldng antl c dues b help mnbd supplbs. and erosion. Ii coneWction tr in an etion activity ra not planned b omur In e dsturtha area for at least 21 7. Petroleum AdtlitveS • Materials and Equipment necessary for sell mntrd, containment and deanup wil be Www, l days. the tm days. the Snell be stabMlzed whin temporary Seetln or mulching no later than 14 days norm Na Y W ry 9 g Y B. Clearing Saloons mart on Sika b a material storage area. Equipment and matarsls wYl'ndutle but not be I'mtec b last rung 9 Wood brooms, dust Dans, mops, rags, gloves, gosh las, kitty Iben Send, sawdust, and plastic and Metal expos d areas B. Mulching exposed areas. 10. Solus and Construction fresh wnta'mers. G Filter sacks shall be used for protection IN inlets and used as dYdh rite is along temporary and 11. Wastes Permanent drainage dtdres. 12. Pastotles 2. In event of a spill the following procedures will ba ldlowel n D. At areas where runoff can move o0sie, sit fence shall be placed along no permit e of areas to be 13. Plaster . At spills wit be owned up norma Ny after discovery. distributed rior to n ad'n excavation a dee' and mW p begun g grading, rtg g rg operalpn 14. Asphalt • The spill area win be kept wall ventilated and personnel will wear a pp��g��s ung 15. Amaral l Coolant b prevent injury with ce. Dredices 3. Sequence of Implemucttemoraryconstruction 16. GwahrolDiesel FUNvI(eroserb ou material ill be stabalocal rtrenial •SgaldNndor hazardous manager will be reportedgto Neas nst A. Insndmd temporary canstru e and to staging area. IT Hydraulic oYrfluds e ace IN spa. Spillsof agency and to e project manager and es ole illsof andt Sediment aturne B. Install ,metre, silt Pencil aha temporary ce g dations sedirentbasins. 18. Glue Mhesiva oflcer, in sulaess e s pp q gpeW/nagy nwnibned In fetleal amours Mattust eIre ,table quantities of substance exceed C. Beginane gruDDing oo These opt shmpl only take place'n Nose areas Cum gcompWrea mud se snmedidety resorted he the EPA and any oma, govemmental agencies EP days o where earthwork b expected fq take place within 21 days IN completion. earthwork Wks plc 20. 20. Waste from anaWdbn equprtbnt waehng . If the split exceeds a reportable quantity, the SWPPP must ba rtaeYmd within 14 days after Na If the shit after D. She grating shall begin. Contractor wit be responsbie for temporal stabilizing an aka Nat wit not Spit and a written description be disrupted fa at least 21 defrom the last construction actN' p Ys no later than 14 days M B. Material Management Practical: The followng b a list of molerbl management pacticea Nat we be • of events must be nfc included The moeetbn shall ndude: a dissociation estkn Na release; Ne data E. Installation of underground ulYtbs. Inleprotectionel protection at all locations specGed'n 0a plan shall ba used make to muga lza the risk of spills or other accidental exposure of materials and substances to of Na release; and In 9lOTl water NnINf. • explanation of why Na spill Happened; a Oesablion d procedure to prevent future spills and/or F. Finalize alse avammi w ode p Dg prepl. 1. Good Housekeepingrtwil from hth s and a Ppm g, andrelease gu spedrbtl pit G. Construct all mob and teq blots and manM1des as b Ne ens. • M effort mull be made to slag mate only enough products requ'md b complete Ne Wb. • of response p btlures snout asp Yl a release Dave agar. M. Remove Inlet prepaation around all blas and manhole structures; and carry cad final paving • All materials steed canape will be kept 6 a neat, manner d Nei appropriate The it •The she neneent will ba responsible for Ne day -today sae opealons and mull be the soil operations. dwady containers. If possble products small be kept under a roof w miser mdmrre. er n Clea prevention cleanup 1, Prepare (nal backnl, atlas and seed D grading. iti • Material wit be kept b Nes original containers wth the orgnars mandadures label. • mweblda. He or she will designate at least three caner are personnel who will receive sell Paying pe kmrig and Miner n of he side J. Once all vin and ,meront Stabl'¢atbn of he side s edadstbd, rerpw sa •Substances mull not be tubed whin one arcane, unless recnnmbntled by Ne manufacture, nd temporary stabi'vatun. ce ry • Whenever er sable, all of a product will be used before al of Ne codaner. These Ions d h a • These Individuals will each became responsible for a rtwlar uals wit each p pa phase IN prevention and deanup • Manufacturers recomrthenda(ons for proper use and esposal mull ce folbwetl. n wit W The names d Nese 3. Otho Omttrol • The lob she superateneent wit be responsible for daily nsped'on to ensure poper use and • Iodbbuate will be posted In the material storage area aid n Ne otke haler. disposal of matwse. 6. NonBl 016Wwing of Conti construction and oonshuctbn material shall comply applicable 1. Hamecous Produce Th water discharges allowed by Department d Natural Resources and may The b a list d the wunusetl federador to and l ventneonate mwiniss faearel, state and local regulators. In even) IN a carnflirt mum canal ovammental laws roles antl 9u g • Products will be kept In that original containers with Ne original manufacture's label. rat the occur at under cendhion Nat no pollutants will Into anvad wth Na water poiba job she under con regulations„ the more restrutHe laws, rules w regulations shall apply. DurYng NL course IN cansWction, Y s • The original labels end material Safely data mull ba kept for each of Ne materials as may a after its dsMarged frau Ne she. s haat will area where unknown s will encountered. When such rube, amtaIn moony Product duct the A y mat r io YI leda ndpor handled a all retreat, /tuba and Ictal regulations it effect at Na fore. The following is e let following a • Dbposal of any excess product will be time In a manner Nat follarvs all manufadura's will 1. Water Morn lea activities and fro hydrants flusM1ngs. of other measures a of Diner candml measures Nat contractor/subcontractor sM1all ce able for respon rrnplerrnanlig. methods fa Props, Osposal. to verace 2. Wales used to dean vmsies. C. Product Specific Practices: The fdbwing s a list of paternal sources d poldun aro specie prectms to 3. Portable water what ndudng water man flushings. 'ngalbrlAgg aha mWIne W wash downs axdWYg -"•Y 1. Offsee vehicle tracking detergents. l 1i A. antactaehdlllbucapelcde necking of sadnnas Tfb pavedstressxcess reduce polubble discharge Man materials or sources expected b be Present WSW dul mndnxdion. 4. amtlin U conThe aces h rNe construction site shall be inspected daily and defined as necessary b remove mly excess mud, dr w cock mdeee Mom NL Site, 1. Petroleum Storage Tanks or fcingd rifi'lon. 5. Fmndatbn w fm to tla e owhom wNi flows have been exposed o(qI nes Foundation �'la 8. Pavegnent wash wares where spill or leaks a harallo�ptate f E retl e. Street sweeper scall be available to dean str6ab as neetlatl at Inapedata tlbaenon. •All mate venules shall be inspected and monitored for teaks and geteve Preventative maintenance to reduce the change of leakage. /eJwa r/_ C. Dumptrucks haulm material bum the sur shall ba g popery covered wen taroeul'n. AnopInitial Sbsm Water Prevention Plan/cfLn n. o a Nayned Ne startINmndmdbd D. Inspections and Maintenance Procedures. • Steps mull be taken by dna contractor to eliminate mniambetm ham storage tanks Mom normal A copy of this plans available for review during normal burrow hors. vbetl as a reference mly and s antero round sol. M g g y petroleum stooge tanks kap male will ba locatetl vete an not mantled to abed or s PeWYY Na stoem water pollution prevention repuhemena s project. The mntrada shall mpervbus surface between Me unit and Ne ground bB solely respmabla be 2. Fersame • Fartibers shall be applied in minimal amounts as aearxnanded by Ne mandadure.It 1. The hrplemenatbn, administrator, and marketing d the'atbl plan shall be worker into the sot as to minm¢e Me antad will dam water dsdarge. 2. Marking mocfralbns to Ne Inial plan pia needed 3. Compliance with all NPDES or storm water dr charge statutes, rules, regulations, or advance applicable b tee site. H SCALE 1' -XX DESIGN JAR Project Sheet Title File Sheet ENGINEERING CITY OF IOWA CITY VSCALE: Vail DRAWN: KKL Asphalt Resurfacing 2019 Pollution Prevention Plan A.04 DIVISION DATE: 2019 All contractor's subcontractors shall conduct their operations in a manner that minimizes erosion and prevents sediments from leaving the project site. The prime contractor shall be responsible for compliance and ion mentation of the pollution prevention plan (PPP) and local ordinances for their 7011111ilwilract. This responsibility shall be further shared with subcontractors IS, work is a source of potential pollution as defined in the PPP. 1. Site Description This Pollution Prevenlon Plan (PPP) is for the mnstmcdon of the Asphalt Reeurfadng Protect 2017In aty, Iowa. Construction activities includes HMA owe an, peNng and crack and seafing. Thiis PPP covers approkrwtely 0.50 arses Am an wmwSC 0.80 acres wing disturbed. Refer to the project plans for locations of typical slopes, etch grades, and major structural and rpt -structural controls. A coof Mese plans All be on file at me 'ed 'nears once. Runoff from this All flaw OY p pmt eg fined Into various storm sewers, ditches, streams and drainage the sysams Mat flow Into me Iowa Powe, 2. Controls The Contractor / subcontractor shall be responsible for Implementation and management cvnhd measures for Me following eopon and storm water management control measures Mal are spetlRc to this Ste, This work shall be clone In accordance AM Section 2270 of The Ory of Iowa Ory Swarficalons and Seim 2802 of the lava DOT. Standard Spe ifical If Me A,ir Involved Is not applicable to any mnoad Items, the work shall be paid for according to Article 1109.03 paragraph B, of She Iowa Department of Transport Standards and Spedloadons. 1. Permanent StabNzaflon Practices A. Permanent swe In and Iahm of all unpaved areas seed shall A I 9 P 9 p of tar bemeratur,seer m grading Is complete. Seed shall be sown a only Imes of the year Ahern IempereWre, molSture and climate conditions Allareasincarnate me nedfortlon and constructor, aNh. B. Preserve vegetation In areas not reeved M opnsMrefim. 2. Temporary Stadi.lion Practices A The use of sit fence, tempeml, seeding, mulching, sodding and diversion dikes M help control sediment and erosion. If wnstmcfion ad(Nly Is not planned m poor In a disturbed area fm et leaal 21 days, Me areas shall be stabllzatl with temmmry seeding or mulching m late Man 14 days forth Me last contact admil B. Mulching exposed areas. C. Riter socks shall be used fa protection of inlets and used as set checks a" temporary and permanent drainage clashes. D. At areas where runoff can move offsite, Silt fence shall be placed along Me perimeter of areas M be distributed prior M beginning grading, excavation a dearing and Mutual operation, 3. Sequence of Implementation statlizalon practlrxts A. Construct temporary construction SIRS/entrances and designate staring area. B. Install perimeter all fencing and temporary sediment banns. C. Begin deaang and ghobolng operatlms. Ttasa ocerations shmW only take dacei as areas where earmwork is expected to take dace Alba 21 days of dompletlUn. D. Site grading shall begin. Contractor All be responable forlempaaaly st ng an area Mat All not be tempted for at least 21 clays no later Man 14 days firm Me last cum sc lAty E. Installat on of underground utitltles. Inlet/outlel prolectlOn at all local s speciflee in the plan shall he realist!. F, FMalze pavement subgraw eeparanon. G. Construct all curb and gutter, Inlets and manholes as specified in me dans. H. Remove inlet preparation around all Inlet and manhole Structures and carry out final Paving operations. 1, Prepare final badclll, grading, and seeding operalcn. J. Once all paving and Permanent stablzaGm of the She Is astablahes, remove ak fencing and other temporary statilzenm. 3. Other Control Contractor disposal of unused construction materials and construction mateaal shall mmp'Y Am appiceEle federal, slate and local regulations. In me event of a conflict Am oMe govemmemal laws toles and regulations„ the more reddctive laws, miss or regulations shall apply. During Me course of communal it is possible mat atuabons All Sass where unknown materials All he ehmuntered. When such ablations arse, the III ba harhdled according to all federal, stats and local regulatlms In affect at the time. The following is a 1st of other control measures that co mactodsulocontradOn stall DB responsible faimde er ng. Off -ate vehicle backing A. The contractor shall reduce vehicle arealng d sediments smile The paved simers adjacent to Me construction site shall be Inspected daily and dearest as necessary m mnkA Only excess mud, did or rack tracked Amer Me ga. e. Sown sweeper shall be available to dean straw as needed to Inspectors diSIIetim. G. Dump tracts hauling material form Ma are shall be p hshety covered AM Umauln. D. Inspections and Maintenance Procedures, DESIGN TEAM. CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA POLLUTION PREVENTION PLAN 4. Inspection and Maintenance The contractor is required to maintain all temporary erosion con" rpeasures In prtperwaNng order, including cleaning, retailing, or replacing them throughout the contract period. The fdidefig inspection and maintenance practices All be used to maintain erosion and sediment controls and shco lzadon measures. 1. Inspection and Maintenance Procedures A. All control measures will Da Inspected al least once every saver (7) calendar days and followl any storm event of 0.5' or greater. B. Nim Bwms will ba maintained In gootl working o er. If a mpairis rrecessary, it wail be iagatal wlllin 20 ybull d ISe repn. C. My bull up Sediment will All removed from sill lence ween It has readied to we o Ma fence. D. attached chert and sit socks will be inspected for depth o/ sediment, tear, po., m see tithe /abac is severely eflecha l to the fence poaily (P to sea that the fence are severely fasanes In Ma ground. E. Te shrubs Inspected Gaily(preferably pldays All and sweptif enecessary. F. Temporary and permanent seeding and planting All be Inspected fa bare spots, wasfputs, and healthy grown. G. A maintenance Inspection report All Da made after each inspection and rerdded m the inspection Wm pmNcetl by the exjnser. H. Thor contractor All be m"We for selecting a'qualied' inspeda to mraua Me Inspections. 'GualAed Is defined as a person Mowledgeable in Me principles and preares of eroson and sediment controls who Possesses the stills to assess Conations at Me constructer 9re ma Impact alone water quality and M assess the effectiveness of any sediment and emai scores seeded to control the quality of storm water discharges horn me const advi . \- a �L q IY 9aa ^ y 100 2. Materials agement Plan Site source Ration generated as a result of this work related to rM sediment Abut may be transpened as colt of a storm event. However, this SWPPP des oPnveyancetar other (nm -fined related) operation. nese other operations have stone toff, Me requlno, of Width is beyond Me A. The following Is a Ist of stance expected m be present mate during construction. 1. Cmtlate 2. Detergents 3. Pants 4 Tar 8. tablzad. Mdtives I/ Petroleum Barad Mal A. Clearing Sdvede 9. wood AAA 10. Solds and Construction 11 Wastes 12. Pesticides 13, Plaster 14. Asphak 15. Antifreeze Godarl 16, Gasolinel0iesel FuelsiKemsana 17. Hydraulic doAuds 18. Glue Adheave 19. Curing Compounds 20. Waste from construction equ,pment wasbrg FIL. JUN 0 4 V19 B. Material Management Practices: The following Is a 1st of material management practimal All be Ci STREET OVERLAY LOCATION OVERLAY WIDTH LOCATION STATION TO STATION 0 (FT) S Clinton St 00+23 04+19 30 04+59 10+92 50 13+17 15+63 75 Newton Rd 02+92 19+70 24 09+19 19+70 30 Valley Ave 00+41 05+18 24 Park Rd 00+60 01+43 24 S Gilbert St 00+69 11+83 42 Fairmeadows Blvd 00+16 02+33 38 3' HMA MILL AND OVERLAY 1.5' BASE — HIGH TRAFFIC (HT) MIX 1.5' SURFACE — HIGH TAMC (HT) MIX o -SLOPE VARI SLOPE VARIES- .... ....................... 'i-'. ............... ........_ PCC PAVEMENT (THICKNESS VARIES 6-7') ROCK OR EARTH SUBBASE (VARIES) O CONTRACTOR TO VERIFY OVERLAY GUTTER TO GUTTER WIDTH IN THE FIELD TYPICAL SECTION: STREET OVERLAY LOCATIONS CITY OF IOWA CITY END VIS ON RING HSCALe 1'=XX' v SCALE °=XX HMA DESIGN: JAR DRAWN: KKL DATE: 2019 Project: U Driveway radius (R): Residential: 10 foot minimum, 15 foot maximum. Commercial and industrial: As specified in the contract documents. 02 Transition the curb height to 0 inches at end of taper/radius or at the front edge of sidewalk. Do not extend raised curb across sidewalk. 03 Pavement thickness. Residential: 6 inches minimum. Commercial and industrial: 7 inches minimum. ® Sidewalk thickness through driveway to match thickness of driveway. i� Center reinforcing bar vertically in the pavement. © Match thickness of adjacent roadway, 8 inches minimum. (� Provide 'E' joint at back of curb unless 'B' joint is specified. © For alleys, invert the pavement crown 2% toward center of alley. 2 3 urb rop curb height: 0" to 2" 6 ®Sidewal Drivewa 18" 12" 7 was oI\jeyroQe",k"6 oS 'E' pint 'C or Pint 8 C joint/ OR Refer t etail B of cu TYPE A WITH FLARES ED TYPICAL SECTION Back 8 10t#5 x 34ckc " reinfor -City Clerk bar I ore°�� Iowa City, Iowa � I._0 o TYPE A WITH RADII Asphalt Resurfacing 2019 CONCRETE DRIVEWAY, TYPE A DETAIL A DETAIL B Typical Cross Section and Construction Details File N L -101A DESIGN TEAM: CITY OF IOWA CITY ENGINEERING DIVISION I STATE OF IOWA 1O Driveway radius (R): Residential: 10 foot minimum, 15 foot maximum. Commercial and industrial: As specified in the contract documents. 02 Transition the curb height to 0 inches at end of taper/radius or at the front edge of sidewalk. Do not extend raised curb across sidewalk. Q Pavement thickness. Residential: 6 inches minimum. Commercial and industrial: 7 JOHNSON COUNTY TYPICAL SECTION s of o"ac roadway, 8 n. t a ack of curb unless ed. rt the pavement crown 2% of alley. i GJb oPec\�� / i Ba i FAL. JUN 0 4 1018 cit, r f Iowa Cit O Q#x 36" reinforcing bar � � ack of ci ' TYPE A WITH RADII CONCRETE DRIVEWAY, TYPE A ASPHALT RESURFACING 2019 PROJECT DETAIL B City File No. PS-3xx SHEET NO. B.01 SUDAS FIGURES AND IDOT STANDARD ROAD PLANS DIVISION 6: STRUCTURES FOR SANITARY AND STORM SEWERS 6010.507 SW -507: SINGLE OPEN -THROAT CURB INTAKE, SMALL BOX 6010.510 SW -510: DOUBLE OPEN -THROAT CURB INTAKE, LARGE BOX I DOT S W-541 OPEN -THROAT CURB INTAKE UNDER PAVEMENT IDOTSW-545 SINGLE OPEN -THROAT CURB INTAKE WITH EXTENDED OPENING DIVISION 7: STREETS AND RELATED WORK 7010.101 JOINTS 7010.102 PCC CURB DETAILS 7020.902 HMA RAILROAD CROSSING APPROACH 7020.903 DETAILS FOR ASPHALT RESURFACING 7030.204 GEN ERAL FEATURES OF AN ACCESSIBLE SIDEWALK 7030.205 GEN ERAL SIDEWALK AND CURB RAMP DETAI LS 7030.206 CURB RAMPS OUTSIDE OF THE INTERSECTION RADIUS 7030.207 CURB RAMP FOR CLASS B OR C SIDEWALK 7030.210 DETECTABLE WARNING PLACEMENT 7040.101 FULL DEPTH PCC PATCHES LESS THAN OR EQUALTO 15' LONG 7040.102 FULL DEPTH PCC PATCHES GREATER THAN 15' LONG 7040.103 FULL DEPTH HMA PATCHES DIVISION 8: TRAFFIC CONTROL IDOTPM-110 LINE TYPES IDOTPM-111 SYMBOLS AND LEGENDS IDOTPM-120 STOP LINES AND ISLANDS IDOTPM-240 RAILROAD CROSSING ON TWO-LANE ROADWAY 8010.102 TRAFFIC SIGNALPOLE FOUNDATION 8010.103 CONDUITAND PRECAST HANDHOLES 8010.105 MAST ARM POLE DETAILS 8010.106 PEDESTAL POLE AND PEDESTRIAN POST DETAILS 8030.101 TEMPORARY TRAFFIC CONTROLGENERAL INFORMATION 8030.104 LANE CLOSURE ON LOWVOLUME STREET (SELF REGULATING) 8030.106 LANE CLOSURE ON TWO-LANE ROAD USING TWO FLAGGERS 8030.107 WORK IN VICINITY OF ROADWAY -RAIL GRADE CROSSING 8030.110 LANE CLOSURE ON MULTI -LANE STREET 8030.111LANECLOSUREATANINTERSECTION R 8030.117 SIDEWALK DETOUR MANHOLE ADJUSTMENTS NO. IDEscRipTiON I STA JNOTES CLINTON STREET INOTES 1 MINORADJUSTMENT 0+30 L 2 MINORADJUSTMENT 0+40 R 3 MINORADJUSTMENT 0+40 L 4 MINORADJUSTMENT 3+55 L NEWTON ROAD 8+10 R 5 IMINOR ADJUSTMENT 1 8+75 L JUTILITYMH 6 IMINOR ADJUSTMENT 1 8+85 1 L JUTIUTYMH SOUTH GILBERT STREET 6 MINORADJUSTMENT 7 MINORADJUSTMENT 4+05 L 8 MINORADJUSTMENT 7+35 R 9 MINORADJUSTMENT 7+65 R 10 MINORADJUSTMENT 7+70 L VALLEY AVENUE L 10 11 MINORADJUSTMENT 0+15 R 12 MINORADJUSTMENT 3+10 L 13 MINORADJUSTMENT 3+50 L 14 MINORADJUSTMENT 4+85 L PARK & FERSON R 13 15 MINOR ADJUSTMENT 1+05 R FILE[ JUN 18 Z619 City Clerk Owa City, Iowa 7 ENGINEERING HSCALE: 1•=XX' DESIGN: JAR Project. Sheet Title: •=XX DRAWN: KKL Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C.01 DATE: - 2019 General Information CIT) OF I0 WA CITY DIVISION VSCALE: 1 WATER VALVE BOX ADJUSTMENTS NO. IDESCRIPTION STA INOTES CLINTON STREET 1 MINORADJUSTMENT 0+60 R 2 MINORADJUSTMENT 4+80 R 3 MINORADJUSTMENT 8+10 R 4 MINORADJUSTMENT 8+70 R 5 MINORADJUSTMENT 15+40 R NEWTON ROAD INTAKE,SW-507 1 2+15 6 MINORADJUSTMENT 11+10 L 7 MINORADJUSTMENT 11+20 L 8 MINORADJUSTMENT 11+25 L 9 MINORADJUSTMENT 13+45 L 10 MINORADJUSTMENT 13+50 L 11 MINORADJUSTMENT 16+95 L SOUTH GILBERT STREET SW -510 SOUTH 12 MINORADJUSTMENT 7+30 R 13 MINORADJUSTMENT 7+35 R 14 MINORADJUSTMENT 7+40 R 15 MINOR ADJUSTMENT 11+50 R FILE[ JUN 18 Z619 City Clerk Owa City, Iowa 7 ENGINEERING HSCALE: 1•=XX' DESIGN: JAR Project. Sheet Title: •=XX DRAWN: KKL Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C.01 DATE: - 2019 General Information CIT) OF I0 WA CITY DIVISION VSCALE: 1 INTAKES AND INTAKE ADJUSTMENTS NO. IDESCRIPTION STA NOTES CLINTON STREET 1 INTAKE,SW-541 1 0+50 1 R REMOVE AND REPLACE STRUCTURE 2 INTAKE,SW-541 0+50 1 L I REMOVE AND REPLACE STRUCTURE FAIRMEADOWS BOULEVARD 3 INTAKE,SW-507 2+15 1 R REMOVEANDREPLACESTRUCTURE 4 INTAKE,SW-507 1 2+15 1 L I REMOVE AND REPLACE STRUCTURE NEWTON ROAD 5 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 2+65 R SW -545, LEAVE THROAT ALONG EXTENSION 6 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 10+85 R SW -507 7 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 21+25 R SW -545 8 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 21+40 L SW -510 SOUTH GILBERT STREET 9 INTAKE, SW -507 0+69 R REMOVE AND REPLACE STRUCTURE 30 INTAKE, SW -507 7+30 R REMOVE AND REPLACE STRUCTURE 11 INTAKE ADJUSTMENT, MAJOR, TOP AND THROATONLY 7+30 L SW -507 12 INTAKE ADJUSTMENT, MAJOR, THROATONLY 8+00 R SW -507 13 INTAKE ADJUSTMENT, MAJOR, TOP AND THROATONLY 8+00 L SW -507 14 INTAKE ADJUSTMENT, MAJOR, THROATONLY 30+75 L SW -507 FILE[ JUN 18 Z619 City Clerk Owa City, Iowa 7 ENGINEERING HSCALE: 1•=XX' DESIGN: JAR Project. Sheet Title: •=XX DRAWN: KKL Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C.01 DATE: - 2019 General Information CIT) OF I0 WA CITY DIVISION VSCALE: 1 INTAKES AND INTAKE ADJUSTMENTS MANHOLE ADJUSTMENTS 'CNO. NO. DESCRIPTION NO. DESCRIPTION STA NOTES NOTES 1 MINORADIUSTMENT 0+60 1 CLINTON STREET 0+30 L R 2 MINOR ADJUSTMENT 0+40 R 1 INTAKE,SW-541 0+50 R REMOVE AND REPLACE STRUCTURE L MINOR ADJUSTMENT 4 MINORADIUSTMENT 2 INTAKE,SW-541 0+50 L REMOVE AND REPLACE STRUCTURE MINOR ADJUSTMENT 11+10 L S FAIRMEADOWS BOULEVARD +75 L UTILITY MH 6 MINOR ADJUSTMENT 8+85 L 3 INTAKE, SW-S07 2+15 R REMOVE AND REPLACE STRUCTURE MINORADJUSTMENT 7 MINORADJUSTM 4+05 4 INTAKE, SW-507 2+15 L REMOVE AND REPLACE STRUCTURE 7+35 R 12 9 NEWTON ROAD 7+65 R MINORADIUSTMENT 10 MING DIUSTMENT 7+70 L S INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 5 R SW-545, LEAVE THROAT ALONG EXTENSION 11+50 11 MINOR ADJUSTMENT 0+15 6 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 10t8 R SW-507 3+10 L 13 7 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 21+25 L -545 k-510 14 MINORADIUSTMENT 4+85 L 8 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 21+40 L L SW -507 SOUTH GILBERT STREET 9 INTAKE, SW-507 0+25 R REMOV D REPLACE STRUCTURE 10 INTAKE, SW-507 7+30 R REMOVE AN EPLACE STRUCTURE 11 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 7+30 L SW-507 12 INTAKE ADJUSTMENT, MAJOR, THROAT ONLY 8+00 R SW-507 13 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT ONLY 8+00 L SW-507 14 INTAKE ADJUSTMENT, MAJOR, THROAT ONLY 14, Ole Ci;; - Iowa r CITY OF I0 WA CITY ENGINEERING H SCALE V=XX SCALE: 7"=XX' DESIGN JRH DRAWN. BSM Project Asphalt Resurfacing 2019 Sheet Title TABULATIONS e b Sheet C.01 DIVISION DATE. 2072 MANHOLE ADJUSTMENTS 'CNO. NO. DESCRIPTION STA LINTON STREET NOTES CLINTON STREET 1 MINORADIUSTMENT 0+60 1 MINOR ADJUSTMENT 0+30 L R 2 MINOR ADJUSTMENT 0+40 R 4 3 MINOR ADJUSTMENT 0+40 L MINOR ADJUSTMENT 4 MINORADIUSTMENT 3+55 NEWTON ROAD MINOR ADJUSTMENT 11+10 L S MINOR ADJUSTMENT +75 L UTILITY MH 6 MINOR ADJUSTMENT 8+85 L UTILITY MH SOUTH GILBERT STREET L 10 MINORADJUSTMENT 7 MINORADJUSTM 4+05 L 16+95 8 MINORADJU ENT 7+35 R 12 9 MINORA STMENT 7+65 R MINORADIUSTMENT 10 MING DIUSTMENT 7+70 L 7+40 VALLEY AVENUE 15 MINOR ADJUSTMENT 11+50 11 MINOR ADJUSTMENT 0+15 R 12 MINOR ADJUSTMENT 3+10 L 13 MINOR ADJUSTMENT 3+50 L 14 MINORADIUSTMENT 4+85 L 10+75 L SW -507 MANHOLE ADJUSTMENTS 'CNO. NO. DESCRIPTION STA LINTON STREET NOTES CLINTON STREET 1 MINORADIUSTMENT 0+60 1 MINOR ADJUSTMENT 0+30 L R 2 MINOR ADJUSTMENT 0+40 R 4 3 MINOR ADJUSTMENT 0+40 L MINOR ADJUSTMENT 4 MINORADIUSTMENT 3+55 NEWTON ROAD MINOR ADJUSTMENT 11+10 L S MINOR ADJUSTMENT +75 L UTILITY MH 6 MINOR ADJUSTMENT 8+85 L UTILITY MH SOUTH GILBERT STREET L 10 MINORADJUSTMENT 7 MINORADJUSTM 4+05 L 16+95 8 MINORADJU ENT 7+35 R 12 9 MINORA STMENT 7+65 R MINORADIUSTMENT 10 MING DIUSTMENT 7+70 L 7+40 VALLEY AVENUE 15 MINOR ADJUSTMENT 11+50 11 MINOR ADJUSTMENT 0+15 R 12 MINOR ADJUSTMENT 3+10 L 13 MINOR ADJUSTMENT 3+50 L 14 MINORADIUSTMENT 4+85 L WATER VALVE BOX AD TMENTS 'CNO. DESCRIPTION ST NOTES LINTON STREET 1 MINORADIUSTMENT 0+60 R 2 MINOR ADJUSTMENT 4+80 R 3 MINOR ADJUSTMENT 8+10 R 4 MINOR ADJUSTMENT 8+70 R 5 MINOR ADJUSTMENT 15+40 R NEWTON ROAD 6 MINOR ADJUSTMENT 11+10 L 7 MINOR ADJUSTMENT 11+20 L 8 MINOR ADJUSTMENT 11+25 L 9 MINOR ADJUSTMENT 13+45 L 10 MINORADJUSTMENT 13+50 L 11 MINORADJUSTMENT 16+95 L SOUTH GILBERT STREET 12 MINOR ADJUSTMENT 7+30 R 13 MINORADIUSTMENT 7+35 R 14 MINOR ADJUSTMENT 7+40 R 15 MINOR ADJUSTMENT 11+50 R CITY OF IOWA CITY ENGINEERING H SCALE 1 =XX' DESIGN JRH Project DIVISION vscALe 1"=XX DRAWN BSM DATE. 2012 Asphalt Resurfacing 2019 Sheet Title: F/t JUp p q ?019 lowa�C C/eek /l,, /owe C.01 CURB AND GUTTER N0. IDESCRIPTION STA C&G LENGTH BEAM LENGTH INCITES CLINTON STREET 1 CURB AND GUTTER 1+00 L 20 2 BEAM CURB 5+10 L 10 3 BEAM CURB 5+25 L 10 4 BEAM CURB 5+75 L 20 S BEAMCURB 10+00 R 20 6 BEAMCURB 10+50 R 10 7 BEAM CURB 11+25 R 20 8 BEAM CURB 13+10 L 20 9 BEAM CURB 14+00 L 20 10 BEAMCURB 15+50 L 35 FAIRMEADOWS BOULEVARD 11 JCURBANDGLITTER 0+60 R 1 20 NEWTON ROAD 12 CURB AND GUTTER 10+85 L 10 VALLEY INTERSECTION, REMOVAL ONLY FOR CURB RAMPS 13 CURB AND GUTTER 11+10 L 10 VALLEY INTERSECTION, REMOVAL ONLY FOR CURB RAMPS 14 CURB AND GUTTER 13+00 R 80 15 CURB AND GUTTER 13+60 L 15 LINCOLN INTERSECTION, REMOVAL ONLY FOR CURB RAMPS 16 CURB AND GUTTER 13+90 L 25 LINCOLN INTERSECTION, REMOVAL ONLY FOR CURB RAMPS 17 CURBANDGUTTER 14+00 R 15 18 ICURB AND GUTTER 19+10 R S 19 ICURB AND GUTTER 19+30 L 15 SOUTH GILBERT STREET 20 CURB AND GUTTER 0+90 R 10 21 CURB AND GUTTER 1+95 L 20 22 CURB AND GUTTER 2+80 R 10 23 CURB AND GUTTER 3+25 R 15 24 CURB AND GUTTER 3+75 R 20 TOTAL 290 165 CITY OF IOWA CITY ENGINEERING H SCALE 1 =XX' DESIGN JRH Project DIVISION vscALe 1"=XX DRAWN BSM DATE. 2012 Asphalt Resurfacing 2019 Sheet Title: F/t JUp p q ?019 lowa�C C/eek /l,, /owe C.01 SUDAS FIGURES AND IDOT STANDARD ROAD PLANS DIVISION 6: STRUCTURES FOR SANITARY AND STORM SEWERS 6010.507 SW -507: SINGLE OPEN -THROAT CURB INTAKE, SMALL BOX 6010.510 SW -510: DOUBLE OPEN -THROAT CURB INTAKE, LARGE BOX IDOTSW-541 OPEN -THROAT CURB INTAKE UNDER PAVEMENT IDOT SW -545 SINGLE OPEN -THROAT CURB INTAKE WITH EXTENDED OPENING DIVISION 7: STREETS AND RELATED WORK 7020.902 HMA RAILROAD CROSSING APPROACH 7020.903 DETAILS FOR ASPHALT RESURFACING 7030.204 GENERAL FEATURES OF AN ACCESSIBLE SIDEWALK 7030.205 GENERAL SIDEWALK AND CURB RAMP DETAILS 7030.206 CURB RAMPS OUTSIDE OF THE INTERSECTION RADIUS 7030.207 CURB RAMP FOR CLASS B OR C SIDEWALK 7030.210 DETECTABLE WARNING PLACEMENT 7040.101 FULL DEPTH PCC PATCHES LESS THAN OR EQUAL TO 15' LONG 7040.102 FULL DEPTH PCC PATCHES GREATER THAN 15LONG 7040.103 FULL DEPTH HMA PATCHES DIVISION 8: TRAFFIC CONTROL IDOT PM -110 LINE TYPES IDOT PM -111 SYMBOLS AND LEGENDS IDOT PM -120 STOP LINES AND ISLANDS IDOT PM -240 RAILROAD CROSSING ON TWO-LANE ROADWAY 8030.101 TEMPORARY TRAFFIC CONTROL GENERAL INFORMATION 8030.104 LANE CLOSURE ON LOW VOLUME STREET (SELF REGULATING) 8030.106 LANE CLOSURE ON TWO-LANE ROAD USING TWO FLAGGERS 8030.107 WORK IN VICINITY OF ROADWAY -RAIL GRADE CROSSING 8030.110 LANE CLOSURE ON MULTI -LANE STREET 8030.111 LANE CLOSURE ATAN INTERSECTION 8030.117 SIDEWALK DETOUR JUN 0 4 7019 c1 /owe O ty'wa D NGS E RING H SCALE 1'—XX DES CN JRH Pro;ecP — I Sheet Title — Fie a Sheet CITY OF IOWA CITY V SCALE: 1'=XX' DRAWN, BSM Asphalt Resurfacing 2019 TABULATIONS 0.01 DATE. 2012 SIDEWALK REMOVAL NO. STA AREA (SY) NOTES CLINTON STREET 1 L 5.1 ISIDEWALK OF SOUTHWEST OF LAFAYETTE RR TRACKS, TO BE REPLACED 2 R 2.4 SIDEWALK OF SOUTHEAST OF LAFAYETTE RR TRACKS, TO BE REPLACED 3 0+55 R 19.7 CURB RAMP ON NORTHEAST CORNER OF LAFAYETTE, TO BE REPLACED 4 0+55 L 23.6 CURB RAMP ON NORTHWEST CORNER OF LAFAYETTE TO BE REPLACED 5 5+90 L 5 SIDEWALK IN PARKING, 617 S. CLINTON 6 7+10 L 5 SIDEWALK IN PARKING, 611 S. CLINTON 7 7+55 L 5 SIDEWALK IN PARKING, 6055. CLINTON 8 13+50 L 5 SIDEWALK IN PARKING, 417 S. CLINTON 9 14+00 L 6.7 ISIDEWALK BEHIND CURB REMOVAL, TO BE REPLACED 10 14+85 L 5 ISIDEWALK IN PARKING, 417 S. CLINTON NEWTON ROAD 11 10+85 L 11.6 CURB RAMP ON WEST SIDE OF VALLEY, TO BE REPLACED 12 11+10 L 15.7 CURB RAMP ON EAST SIDE OF VALLEY, TO BE REPLACED 13 13+60 L 6.3 CURB RAMP ON WEST SIDE OF LINCOLN, TO BE REPLACED 14 13+90 L 18.3 CURB RAMP ON EAST SIDE OF LINCOLN, TO BE REPLACED 15 14+00 R 15.8 CURB RAMP ON SOUTHEAST CORNER OF LINCOLN, TO BE REPLACED 16 19+10 R 4.0 REMOVE CURB RAMP 17 19+30 L 2.8 REMOVE CURB RAMP VALLEY ROAD 18 1 0+70 L 13.3 IREMOVE SIDEWALK TOTAL 170.2 L FILED a JUN 1 8 2019 City Clerk Iowa City, Iowa CITY OF IOWA CITY ENGINEERING HSCALE 1'=XX' DESIGN: JAR Project:Sheet Title File Sheet DIVISION VSCALE: 1'=XX' DRAWN: KKL Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C.02 DATE: 2019 1 General Information DETECTABLE WARNING PANELS NO. STA AREA (SF) I 6" AREA (SY) NOTES CLINTON STREET 1 1 L 8.0 SIDEWALK OF SOUTHWEST OF LAFAYETTE RR TRACKS 2 SIDEWALK OF SOUTHWESTOF LAFAYETTE RR TRACKS R 8.0 SIDEWALK OF SOUTHEAST OF LAFAYETTE RR TRACKS 3 0+50 R 10.0 CURB RAMP ON NORTHEAST CORNER OF LAFAYETTE 4 0+50 L 10.0 CURB RAMP ON NORTHWEST CORNER OF LAFAYETTE 5 0+60 R 10.0 CURB RAMP ON NORTHEAST CORNER OF LAFAYETTE 6 0+60 L 10.0 CURB RAMP ON NORTHWEST CORNER OF LAFAYETTE NEWTON ROAD NEWTON ROAD 7 10+85 L 10.0 CURB RAMP ON WEST SIDE OF VALLEY 8 11+10 L 10.0 CURB RAMP ON EAST SIDE OF VALLEY 9 13+60 L 10.0 CURB RAMP ON WESTSIDE OF LINCOLN 10 13+90 L 10.0 CURB RAMP ON EAST SIDE OF LINCOLN 11 13+95 L 10.0 CURB RAMP ON EAST SIDE OF LINCOLN 12 14+00 R 10.0 CURB RAMP ON SOUTHEAST CORNER OF LINCOLN TOTAL CURB RAMP ON SOUTHEAST CORNER OF LINCOLN 11 116.0 L FILED a JUN 1 8 2019 City Clerk Iowa City, Iowa CITY OF IOWA CITY ENGINEERING HSCALE 1'=XX' DESIGN: JAR Project:Sheet Title File Sheet DIVISION VSCALE: 1'=XX' DRAWN: KKL Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C.02 DATE: 2019 1 General Information 4" AND 6" PCC SIDEWALK NO. STA 4"AREA (SY) I 6" AREA (SY) INCITES CLINTON STREET 1 L 5.2 SIDEWALK OF SOUTHWESTOF LAFAYETTE RR TRACKS 2 R 2.4 SIDEWALK OF SOUTHEAST OF LAFAYETTE RR TRACKS 3 0+55 R 8.3 13.1 CURB RAMP ON NORTHEAST CORNER OF LAFAYETTE 4 0+55L 10.0 16.6 CURB RAMP ON NORTHWEST CORNER OF LAFAYETTE 5 14+00 L 6.7 SIDEWALK BACK OF CURB NEWTON ROAD 6 10+85 L 7.8 5.6 CURB RAMP ON WEST SIDE OF VALLEY 7 11+10 L 12.0 5.3 CURB RAMP ON EAST SIDE OF VALLEY 8 13+60 L 2.8 CURB RAMP ON WEST SIDE OF LINCOLN 9 13+90 L 10.2 9.9 CURB RAMP ON EAST SIDE OF LINCOLN 10 14+00 R 14.7 CURB RAMP ON SOUTHEAST CORNER OF LINCOLN 11 14+10 L 18.7 BUS STOP PAD ON NORTHEAST CORNER OF LINCOLN TOTAL 62.7 86.6 FILED a JUN 1 8 2019 City Clerk Iowa City, Iowa CITY OF IOWA CITY ENGINEERING HSCALE 1'=XX' DESIGN: JAR Project:Sheet Title File Sheet DIVISION VSCALE: 1'=XX' DRAWN: KKL Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C.02 DATE: 2019 1 General Information FILED JUN 181819 City Clerk Iowa City, Iowa CITY OF I0 WA CITY ENGINEERING I H SCALE 1'=)M I DESIGN: JAR I Project (Sheet Title: I File I Sheet DIVISION v scALE: 1•-1oc DRAWN: wa Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C. DATE: 2019 General Information CURB AND GUTTER NO. IDESCRIPTION CUNTON STREET STA J C&G LENGTH I BEAM LENGTH NOTES 1 CURB AND GUTTER 1+00 L 20 2 BEAMCURB 5+10 L 10 3 BEAMCURB 5+25 L 10 4 BEAMCURB 5+75 L 20 5 BEAMCURB 10+00 R 20 6 BEAMCURB 10+50 R 10 7 BEAM CURB 11+25 R 20 8 BEAM CURB 13+10 L 20 9 BEAMCURB 14+00 L 20 10 BEAMCURB 15+50 L 35 FAIRMEADOWS BOULEVARD 11 CURB AND GUTTER 0+60 R 20 NEWTONROAD 12 CURBANDGUTTER 10+85 L 10 VALLEY INTERSECTION, REMOVAL ONLY FOR CURB RAMPS 13 CURB AND GUTTER 11+10 L 10 VALLEY INTERSECTION, REMOVAL ONLY FOR CURB RAMPS 14 CURB AND GUTTER 13+00 R 80 15 CURB AND GUTTER 13+60 L 15 LINCOLN INTERSECTION, REMOVALONLY FOR CURB RAMPS 16 CURBANDGUTTER 13+90 L 25 LINCOLN INTERSECTION, REMOVALONLY FOR CURB RAMPS 17 CURBANDGUTTER 14+00 R 15 18 CURB AND GUTTER 19+10 R 5 19 CURB AND GUTTER 19+30 L 15 SOUTH GILBERT STREET 20 CURB AND GUTTER 0+90 R 10 21 CURB AND GUTTER 1+95 L 20 22 CURB AND GUTTER 2+80 R 10 23 CURBANDGUTTER 3+25 R 15 24 CURB AND GUTTER 3+75 R 20 TOTAL 290 165 FILED JUN 181819 City Clerk Iowa City, Iowa CITY OF I0 WA CITY ENGINEERING I H SCALE 1'=)M I DESIGN: JAR I Project (Sheet Title: I File I Sheet DIVISION v scALE: 1•-1oc DRAWN: wa Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C. DATE: 2019 General Information PAVEMENT MARKING LINE TYPES AND SYMBOLS DCY4: Double Centerline (Yellow) @2.00 INPY4: No Passing Zone Line (Yellow) @ 1.25 SLW4: Solid Lane Line @ 1.00 BLW4: Broken Lane Line (White) @ 0.25 ELW4: Edge Line (white) @ 1.00 ELW6: Edge Line (white) @ 1.50 DLW6: Dotted Line (white) @ 0.50 SLW2: Stop Line (White) @ 6.00 CBW6: Crosswalk Bar (White) @ 15.00 Location I Length by Line Type (Unfactored) Road ID STA to STA Length (STA) Direction of Side Travel DCY4 NPY4 SLW4 BLW4 ELW4 ELW6 DLW6 SLW2 CBW6 BIKE RR LEFT RIGHT L C R STA STA STA STA STA STA STA STA STA EACH EACH EACH EACH Clinton 00+63.5 0.23 S x 0.23 00+63.5 00+89.5 0.26 S x 0.26 00+63.5 03+94.0 3.31 N x 3.31 00+63.5 04+19.0 3.56 B x 3.56 00+87.0 0.00 N x 1 00+89.5 04+19.0 1 3.30 S x 3.30 01+51.5 0.00 S x 1 02+56.0 0.00 N x 1 03+94.0 04+19.0 0.25 N x 0.25 04+00.0 0.00 S x 1 04+19.0 0.16 N x 0.16 04+59.0 0.34 S x 0.34 04+59.0 04+87.0 0.28 N x 0.28 04+59.0 05+12.0 0.53 N x 0.53 04+59.0 05+12.0 0.53 B x 0.53 04+59.0 07+86.5 3.28 S x 3.28 04+59.0 07+86.5 3.28 S x 3.28 04+70.5 0.00 N x 1 04+87.0 05+12.0 0.25 N x 0.25 05+34.5 07+61.5 2.27 N x 2.27 05+34.5 07+86.5 2.52 N x 2.52 05+34.5 07+86.5 2.52 B x 2.52 05+55.0 0.00 N x 1 05+61.5 0.00 S x 1 07+61.5 07+86.5 0.25 N x 0.25 07+77.0 0.00 S x 1 08+64.0 08+89.0 0.25 S x 0.25 08+64.0 11+43.0 2.79 N x 2.79 08+64.0 11+43.0 2.79 N x 2.79 08+64.0 11+57.0 2.93 B x 2.93 08+64.0 11+57.0 2.93 S x 2.93 08+75.5 0.00 N x JUNj pip 08+89.0 11+57.0 2.68 S x 2.68 12+86.5 15+84.0 2.98 N x 2.98 Iowa n;L 12+86.5 15+84.0 2.98 N x 2.98 ly,Wa 12+86.5 15+59.0 2.73 N x 2.73 13+19.0 15+84.0 2.65 B x 2.65 13+19.0 15+84.0 2.65 S x 2.65 13+19.0 1 15+84.0 2.65 S x 2.65 CITY`l OF IO WA CI T I ENGINEERING DIVISION HSCALE: VSCALE: l' -XX' 1'=XX' DESIGN:JAR DRAWN: KKL DATE: 2019 Project 1 Asphalt Resurfacing 2019 She -t 11U, Estimate of Quantities, Tabulations and General Information Flee y Sheet C.04 CIT)"�% �qjq /� �%�T ENGINEERING HSCALE: 1" -XX' DESIGN:JAR Proir�r ������ ����� General Information Fi,e H ��i �� �� iY 1 i 1 �1 L DIVISION VSCALE: r-xx� DRAW KKL Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C 05 DATE: 2019 PAVEMENT MARKING LINE TYPES AND SYMBOLS DCY4: Double Centerline (Yellow) @2.00 NPY4: No Passing Zone Line (Yellow) @ 1.25 SLW4: Solid Lane Line @ 1.00 BLW4: Broken Lane Line (White) @ 0.25 ELW4: Edge Line (white) @ 1.00 ELW6: Edge Line (white) @ 1.50 DLW6: Dotted Line (white) @ 0.50 SLW2: Stop Line (White) @ 6.00 CBW6: Crosswalk Bar (White) @ 15.00 Location I Length by Line Type (Unfactored) Road ID STA to STA Length (STA) Direction of Travel Side L C R DCY4 STA NPY4 SLW4 BLW4 STA STA STA ELW4 STA ELW6 DLW6 SLW2 STA STA STA CBW6 STA BIKE EACH RR EACH LEFT EACH RIGHT EACH Clinton 15+59.0 15+84.0 0.25 N x 0.25 15+69.0 0.00 S x 1 Unfactored Total 12.19 0.00 0.00 0.00 20.66 23.29 1.51 0.73 0.00 7.00 3.00 0.00 0.00 Quantity Factors 2.00 1.25 1.00 0.25 1.00 1.50 0.50 6.00 15.00 TOTAL 24.38 0.00 0.00 0.00 20.66 34.94 0.76 4.38 1 0.00 0.00 0.00 0.00 0.00 Dodge 00+44.0 0.27 S x 0.26 00+44.0 00+94.0 0.50 S x 0.50 00+44.0 03+12.0 2.68 N x 2.68 00+44.0 03+62.0 3.18 N x 3.18 00+44.0 03+62.0 3.18 S x 3.18 00+53.0 0.00 S x 1 1 00+62.5 0.00 N x 1 00+94.0 03+62.0 2.68 S x 2.68 01+03.0 0.00 S x 1 1 03+12.0 03+62.0 0.50 N x 0.50 03+17.0 0.00 N x 1 03+47.0 0.00 S x 03+67.0 0.00 N x 1 04+20.0 04+70.0 0.50 S x 0.50 04+20.0 06+70.0 2.50 N x 2.50 04+20.0 06+95.0 2.75 N x 2.75 04+20.0 06+95.0 2.75 5 x 2.75 04+30.0 0.00 S x 1 04+30.0 0.00 N x 1 04+70.0 06+95.0 2.25 5 x 2.25 04+80.0 0.00 S x 1 06+38.0 0.00 N x 1 06+70.0 06+95.0 0.25 N x 0.25 IAR 06+88.0 0.00 S x 8 06+88.0 0.00 N x 1 07+75.0 08+00.0 0.25 S x 0.25 % 07+75.0 16+39.0 8.64 N x 8.64 d 07+75.0 16+64.0 8.89 N x 8.89 07+75.0 16+64.0 8.89 S x 8.89 07+81.0 0.00 N x 1 07+81.0 0.00 S x 1 08+00.0 16+64.0 8.64 S x 8.64 CIT)"�% �qjq /� �%�T ENGINEERING HSCALE: 1" -XX' DESIGN:JAR Proir�r ������ ����� General Information Fi,e H ��i �� �� iY 1 i 1 �1 L DIVISION VSCALE: r-xx� DRAW KKL Asphalt Resurfacing 2019 Estimate of Quantities, Tabulations and C 05 DATE: 2019 PAVEMENT MARKING LINE TYPES AND SYMBOLS DCY4: Double Centerline (Yellow) @2.00 NPY4: No Passing Zone Line (Yellow) @ 1.25 SLW4: Solid Lane Line @ 1.00 BLW4: Broken Lane Line (White) @ 0.25 ELW4: Edge line (white) @ 1.00 ELW6: Edge Line (white) @ 1.50 DLW6: Dotted Line (white) @ 0.50 SLW2: Stop Line (White) @ 6.00 CBW6: Crosswalk Bar (White) @ 15.00 Location I Length by Line Type (Unfactored) Road ID STA to STA Length (STA) Direction of Travel Side L C R DCY4 STA NPY4 SLW4 BLW4 STA STA STA ELW4 STA ELW6 DLW6 STA STA SLW2 STA CBW6 STA BIKE RR EACH EACH LEFT EACH RIGHT EACH Dodge 08+31.0 0.00 S x 1 16+03.0 0.00 N x 1 16+39.0 16+64.0 0.25 N x 0.25 16+53.0 0.00 N x 1 16+55.0 0.00 S x 1 16+64.0 0.27 N x 0,27 17+32.0 0.27 S x 0.27 17+32.0 17+82.0 0.50 S x 0.50 17+32.0 18+82.0 1.50 S x 1.50 17+32.0 25+86.0 8.54 B x 8.54 17+43.0 0.00 S x 1 1 17+93.0 0.00 S x 1 1 18+82.0 21+57.0 2.75 S x 7.04 18+82.0 21+S7.0 2.75 S x 7.04 21+50.0 0.00 S x 1 21+57.0 22+07.0 0.50 S x 0.50 22+07.0 25+86.0 3.79 S x 3.79 22+07.0 25+86.0 3.79 S x 3.79 25+73.0 S x 26+80.0 27+30.0 0.50 S x 0.50 26+80.0 30+15.0 3.35 B x 3.35 27+30.0 30+15.0 2.85 S x 2.85 27+30.0 30+15.0 2.85 S x 2.85 DI 30+05.0 0.00 S x 1 �@ 30+17.0 0.16 N x 0.16 /O 14 Unfactored Total 11.89 29.64 0.50 0.00 16.53 38.22 4.75 0.96 0.00 6.00 0.00 14.00 4.00 Quantity Factors 2.00 1.25 1.00 0.25 1.00 1.50 0.50 6.00 15.00 TOTAL 23.78 37.05 0.50 0.00 16.53 57.33 2.38 5.76 0.00 0.00 0.00 0.00 0.00 Fairmeadows 00+32.0 02+34.0 2.02 B x 2.02 01+64.0 0.00 E x 1 01+64.0 02+34.0 0.70 E x 0.70 02+24.0 0.00 E x 1 Unfactored Total 2.02 0.00 0.70 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.00 0.00 Quantity Factors 2.00 1.25 1.00 0.25 1.00 1.50 0.50 6.00 15.00 TOTALI 4.04 0.00 1 0.70 0.00 1 0.00 0.00 1 0.00 0.00 0.00 0.00 1 0.00 0.00 0.00 CITY O jj C"T��' /�� IOWA /���� ( ENGINEERING DIVISION VSCALE: VSCALE: i^=xx' 1'=XX' DESIGN: JAR DRAWN: KKL DATE: 2019 Proiecr Asphalt Resurfacing 2019 ;Heel roti Estimate of Quantities, Tabulations and General Information 7 Sheet C.06 ENGINEERING HSCALE: r-xx I DESIGN: JAR Inrj,,r n,t nti, CI T F OF IOWA CITY DIVISION vsCALE: 1 =xx DRAWN: KKL Asphalt Resurfacing 2019 Estimate of Quantities. Tabulations and C.07 DATE: 2019 1 1 General Information PAVEMENT MARKING LINE TYPES AND SYMBOLS DCY4: Double Centerline (Yellow) @2.00 NPY4: No Passing Zone Line (Yellow) @ 1.25 SLW4: Solid Lane Line @ 1.00 BLW4: Broken Lane Line (White) @ 0.25 ELW4: Edge Line (white) @ 1.00 ELW6: Edge Line (white) @ 1.50 DLW6: Dotted Line (white) @ 0.50 SLW2: Stop Line (White) @ 6.00 CBW6: Crosswalk Bar (White) @ 15.00 Location I Length by Line Type (Unfactored) Road ID STA to STA Length (STA) Direction of Travel L Side C R DCY4 NPY4 SLW4 BLW4 ELW4 ELW6 DLW6 SLW2 CBW6 BIKE RR LEFT RIGHT STA STA STA STA STA STA STA STA STA EACH EACH EACH EACH Newton 02+93.0 07+64.5 4.72 B x 4.72 08+41.0 10+79.5 2.39 B x 2.39 11+26.0 13+51.0 2.25 B x 2.25 13+94.0 0.00 B x 0.35 13+99.0 17+03.5 3.05 B x 3.05 17+08.0 0.00 B x 0.35 17+50.0 19+69.5 2.20 B x 2.02 Unfactored Total 14.43 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.70 0.00 0.00 0.00 0.00 Quantity Factors 2.00 1.25 1.00 0.25 1.00 1.50 0.50 6.00 15.00 TOTAL 28.86 0.00 0.00 0.00 0.00 0.00 0.00 0.00 10.50 0.00 0.00 0.00 0.00 South Gilbert 00+69.0 03+73.0 3.04 N x 3.04 00+69.0 03+73.0 3.04 B x 3.04 00+69.0 03+73.0 3.04 S x 3.04 00+79.0 0.00 S x 1 00+79.0 0.00 N x 1 03+63.0 0.00 N x 1 04+21.0 07+41.0 1 3.20 N x 3.20 04+21.0 07+41.0 3.20 B x 3.20 04+21.0 07+41.0 3.20 S x 3.20 04+31.0 0.00 N x 1 07+31.0 0.00 S x 1 07+87.0 10+94.0 3.07 N x 3.07 H 07+87.0 10+94.0 3.07 B x 3.07 r OJ 07+87.0 10+94.0 3.07 S x 3.07 07+98.0 0.00 N x 10+84.0 0.00 5 x 1 11+67.0 11+84.0 0.17 N x 0.17 11+67.0 11+84.0 0.17 B x 0.17 11+67.0 11+84.0 0.17 S x 0.17 Unfactored Total 9.48 0.00 0.00 18.96 0.00 0.00 0.00 0.00 0.00 7.00 0.00 0.00 0.00 Quantity Factorsi 2.00 1.25 1.00 1 0.25 1.00 1.50 0.50 6.00 1 15.00 TOTALI 18.96 0.00 0.00 4.74 0.00 0.00 0.00 0.00 1 0.00 0.00 0.00 0.00 0.00 ENGINEERING HSCALE: r-xx I DESIGN: JAR Inrj,,r n,t nti, CI T F OF IOWA CITY DIVISION vsCALE: 1 =xx DRAWN: KKL Asphalt Resurfacing 2019 Estimate of Quantities. Tabulations and C.07 DATE: 2019 1 1 General Information 0 40 E 1 625 a.wM �a os , iso oo awo w 703 705 709 I Y 1 N W O W I } a 700 g N.h/ � 0150 00 n.00 " 0° "0° CLINTON ST ' °0 NH, 725 M ✓(/p1 b' p�� /aWC 9 a C/ty /0'4113 CITY OF IOWA CITY ENGINEERING I R SCALE 1'�XX I DESIGN JAR I Project I Sheet Tide: =11r re DIVISION vSCALE: 1•�)W DRAWN: KKL Asphalt Resurfacing 2019 Clinton St D 01 DATE: 2019 s.00 1 625 a.wM �a os , iso oo awo w 703 705 709 I Y 1 N W O W I } a 700 g N.h/ � 0150 00 n.00 " 0° "0° CLINTON ST ' °0 NH, 725 M ✓(/p1 b' p�� /aWC 9 a C/ty /0'4113 CITY OF IOWA CITY ENGINEERING I R SCALE 1'�XX I DESIGN JAR I Project I Sheet Tide: =11r re DIVISION vSCALE: 1•�)W DRAWN: KKL Asphalt Resurfacing 2019 Clinton St D 01 DATE: 2019 O U LU oiNll( Mvry Mwv MWV MWYQ Ny,V Mery I 16.00 ivrx 417 I 1_ z 0 z 500 508 510 518 52 LU z z X 604 612 - _ 614 N VN a --_ -_ -. _. w NNY 11.00 — —� tOK0.00 10.00 I 624 3 e.aa iso oo 7+wa,w�i "CLINTON ST �- /04, i C/O / 8�0$ 16,- i Q�/- 605 611 615 617 625 � iOha CITY OF 10 WA CITY ENGINEERING H SCALE: 1' -XX DESIGN: JAR Proect Sheet Title: FYe# Sheet DIVISION v SCALE: r -pr DRAWN: KKL Asphalt Resurfacing 2019 Clinton St D 02 DATE: 2019 0 40 106`1 ❑RJIK-- 4. 1� X050 1044 1038 1032 1028 10,- 1016 Mwv 4 Wv —21 41M —Y— NEWTON RD a *s, '011- '004 m l 9 - 9j19 - --- NEWTON RD "tee "rye 0 13b I— MM'1D NWJB tN./J.OD_ M. 14W 0. _ FOOD 15.w i ��— T �40 iota c C� 8?�/9 0 40 CITY OF IOWA CITY E N G I N E E R I N G H SCALE: 1* -)M DESIGN: JAR Protect Sheet Title: File # Sheet DIVISION VSCALE: 1"-)M DRAWN: KKL Asphalt Resurfacing 2019 Newton Ave D.03 DATE: 2019 w 814 LL 0 0 N.�. 822NN+/11 t]r00 t-- OtA FO i I CITY O F IOWA CITY ENGINEERING I H SCALE: 1:=)OC I DESIGN: JAR I P oject I Sheet Title: I File # Sheet I DIVISION VSCALE: 1'=XX' DRAWN: 201 Asphalt Resurfacing 2019 Newton Ave D.04 DATE: 2019 36 30 FIA 20 5 g1� w v:. Po \� Sww„ ; w 27-29 VA<<EY 9VFs� Si0 7 31 r 35 CITY OF IOWA CITY ENGINEERING I H SCALE: 1'=XX' I DESIGN: JAR I Project I Sheet Title: I File# I Sheet I DIVISION VSCALE: 1'=XX' DRAWN: KKL Asphalt Resurfacing 2019 Valley Ave D.05 DATE: 2019 / 41 i 36 30 FIA 20 5 g1� w v:. Po \� Sww„ ; w 27-29 VA<<EY 9VFs� Si0 7 31 r 35 CITY OF IOWA CITY ENGINEERING I H SCALE: 1'=XX' I DESIGN: JAR I Project I Sheet Title: I File# I Sheet I DIVISION VSCALE: 1'=XX' DRAWN: KKL Asphalt Resurfacing 2019 Valley Ave D.05 DATE: 2019 [S�r M'xv] 1 6 2:5 45M - - SLW6 SLW6 L 703 705 I RRCW I ELW6 • A%i C'/fir up ENGINEER[ O� I I ENGINEERING I H SCALE: 1•=�' I DESIGN: JAR Pro ecC I I I I Sheet Title: File K. CITY OF 10 WA CITY DIVISION vscALE: 1'=)O(' DRAWN: KKL Asphalt Resurfacing 2019 Clinton St K. DATE: 2019 0 40 DLW6 26 N m'Mvry Mutt M vry O M."((" MWv MWVS 1z T 16b 1T 15+50.00 1580 r 13 6LSW ... _-_.. ELW4 EE3 ELW4 U) ELW6 -��-7 �� Z Z ELW4 0 tL44° U K T DLW6 510 5>8 522 528 530 LU ELW4d' 624 ELW4 ELW6 _�_ z 500 508 510 .518 52 w — -- — -- r6O w g XNY4 � _ C -� r XVlV XWV] M'hV NWV „ A ST __ _ �nsnLD 12 50.00 —I 11.a° ___— — 1o•mm 11. 1°.°° 12W — �— D.00 14b 13K0.00 1x100 _ _ 5' '6.00 0' 040+1'10'04 ��:F ST5•RRCW i II DCY4 ELW4 ELW6 DCY4 _ 417 it y7T� ELW4 ELW6 -��-7 �� Z ELW4 'i. tL44° U K DLW6 510 5>8 522 528 530 LU �2 6& _. 624 _�_ w — -- r6O g XNY4 -� 'F XWV] ---- __ _ 11' 11' _ _ '6.00 S+SD.DD 5M0 040+1'10'04 ��:F ST5•RRCW y7T� ELW4 ELW6 —.- 0.DCY4 ELW4 605 611 615 617 625 91 CITY OF IOWA CITY ENGINEERING HSCALE VSCALE: l'—XX' 1'=)M DESIGN: JAR DRAWN: Project: Asphalt Resurfacing 2019 Sheet Title: Clinton St File# Ileel K.02 DIVISION 201 DATE: 2019 LU DCY4 814 tt J M O 822 r t6� 000 17.00 an ]' g3o 6 _ p0 NEVT(0NRo O°a � 9L O CBW6 c,,00 DCY4 CITY OF IOWA CITY ENGINEERING H SCALE: 1'=XX' V SCALE: 1'=XX' DESIGN DRAWN: JAR KKL Project Asphalt Resurfacing 2019 SheetTtle Newton Ave File Sh eet K.03 DIVISION DATE: 2019 V 0 40 1016 DCY4 1022 1064 DCY4 1050 1pgq 1038 1028 1p32 - - - NWV ps NNY � 0+5 )00 3a0p Ba00 3. 1 W OINTK 4. M s.o3 sa .00 — 5.00 5 r v C r 10161 O r Z Ln '0/ 700.Vm DCY4 Z DCY4 ' q5 830 �' — 8 &.Po "W ate'._... -.. - -_ _—__ m DCY4 Mme^ D i M W 9.5 � 10a00 MWYB MN'1a MNN � MVNIO NEWTON RD t1 i00 MwaB _ - - 1 — 12a00 12a 0A0 13r -- _ 14 M CBW6 ICP o� 0 40 id CITY OF 10 WA CITY ENGINEERING HSCALE: 1'=XX' DESIGN: JAR Project Sheet Title File Sheet DIVISION vscALE: r=xx' DRAWN: KKL Asphalt Resurfacing 2019 Newton Ave K,04 DATE: 2019 EI 0+50.00 o PARK RD 1+50_00 I CITY OF I D WA CITY I H SCALE: 1'=XX' I DESIGN: JAR I Project: Sheet Title I File # I Sheet I ENGINEERING Asphalt Resurfacing 2019 DIVISION vSCALE: t•=xx' DRAWN: KK Park Rd and Ferson Ave K.05 DATE: 2019 0 0 40 z W w 6' S GILBERT ST 1+50.00 1+00 0+50.00 5+50.00 5+00 4+50.00 tf' 4+00 3+50.00 3+00 —2+50.00 2+00 — 6+50.00 6+00 — � — - - — — n �fe7 DLW4 DC 4 DCY4 i Ld N Q H O O w Y Y _ Q1d Tki1 fllNll[1 ' _ -. OI Nwvlr � — —S GILBERT ST INfa �xma— — _ = m + 9+50.00 tt' 9 00 8+50.00 8+00 (DmH 7+50.00_ 7+00 6+50.00 75 12+50.00 12 00 �1+50.00 11+0� _ —10+50.00 10+00 — — tt' �— I� � 11111111111 F DLW4 DCY4 SLW2 MING /°k d CITY OF IOWA CITY ENGINEERING H SCALE: 1'= -XX' DESIGN: JAR Project T7777 File # Sheet DIVISION VSCALE: 1'=XX' DRAWN: KKL Asphalt Resurfacing 2019 S Gilbert St K.06 DATE: 2019 0+00 C U) S 2 O C LTAW CO SLW4 w O y� 0 � 2200 '� CSRW 0 w� CITY OF IOWA CITY ENGINEERING HSCALE: 1• -XX' DESIGN: JAR Project Sheet Title Rle# Sheet DIVISION vscALE: ,•-xx' DRAWN: KKL Asphalt Resurfacing 2019 Fairmeadows Blvd DATE: 2019 K.07 sI 91 i -'0 i eLSW � 708 S DODGE ST •� 0 �.0 RTAW DLW6 -- 904 ixM 711 _— SLW2 ---_ ,. NWV _ I Nwv bW 650 DLWB 910 LU O> o.x x Y 703 K 914 �.._ I 920 11' J —F 150.00 J iE ST S DODGE ST NWV 729 821 —� 630 U)903 907 909 °ly C, /e �� 925 co - I r-� Q Qa J CITY OF 10 WA CITY ENGINEERING jH8CALE: 1•-xx DESIGN: JAR Project Sheetrtle: Rle# sheet DIVISION VSCALE: 1'mXX' DRAWN: KKL Asphalt Resurfacing 2019 S Dodge St K.08 DATE: 2019 2 - 646 -- --E4R A650 J — „ .w. DLws S DODGE ST--a3HHH 808 804 H 5 I 637 �_ 639 \ ewH ):q.W MwV S DODGE ST 700 F 729 w - - - 704 f' VIVV C DLW6 FLM 40 tr w NPv t - - m DCY4 LTAW i i I 6' 32 534 536 20 636 642 LTAW y S DODGE STH' — — oo ,a.sH. - _ Z. I - NPY4 .. 631 �O`—609 3 635 5216a0 6>% 621 F-7 CITY OF IO / / CITY DIVISION ENGINEERING JHSCALE: 1'=XX' DESIGN: JR ProjectProjectSheet TNe: Ftle # Sheet VSCALE: i'=XX' DRAWN: KL Asphalt Resurfacing 2019 S Dodge St K.09 DATE: 2019 412 —� i Til �i ll ( ! I --- DCY4 416 426 430 438 506 lwa 530 FLW6 ELW4 DLw4 534 S DODGE DLW6 515 519 — 521 N o ao F DCY# sLws - 711 316 ELi s 330 332-334 I DLws :3:ir; �; �:� mrt p N V<y „ Mvry I x5.50.00 x5.00 x4.5000 zw5o.ao 2"n.eom xnao — — xe.som — xw5o xw50.00 x8.00 - I _ zBLEW — — — — — — - — — - — 401 - 3 z — 815 317 321 335 �° �, 1� a o r� � 3i1 i_ _ f �', w 625 _.— ENGINEERING HSCALE:==XX' DESIGN: JAR Pmject Sheet Title: File# Sheet CI T Y OF 10 WA CITY DIVISION v SCALE: 1'=)M DRAWN: KKL Asphalt Resurfacing 2019 S Dodge St K.10 DATE: 2019 m E----E-- I ENGINEERING HSCALE: 1'=n DESIGN: JAR (Project: (Sheet Title I File R I Sheet CITY OF IOWA CITY I DIVISION VSCALE: 1•=XXDRAWN: KKL Asphalt Resurfacing 2019 Traffic Signal Plan N.01 DATE: 2019 E LJ AHEAD W6-3 R03-17AP M In W6-3 R03-17AP 0 AHEAD m UNESTLEFT R03 -07L ONE WAY R6 -1R ONEWAY R6-1 L m 0� R6-7 [i] LEFT LANE R03 -7L MUST URN LE FT U) Z 0 I— z J ry D m M 11M DODGE ST a C7JQ0 a I ENGINEERING IHSCALE: '— (DESIGN: JAR (Project: (Sheet Ttle I FileN 14 CITY OF IOWA CITY l)OC DIVISION VSCALE: XX' DRAWN: KKL Asphalt Resurfacing 2019 Traffic Signal Plan N.o2 DATE: 2119 qN 0 10 850.87 ew.a 850.83 850.39 LAFAYETTE ST '0, r&' �o �d �CITY Y OF I0 WA CITY ENGINEERING I H SCALE 1:=)X vscALE: 1•=)X XX' I DESIGN: DRAWN: JAR KKL I Project Asphalt Resurfacing 2019 I SheetTtle: Clinton St Curb Ramps I File I Sheet I S.01 DIVISION DATE: 2019 m D m NEW -0N RD I CITY OF IOWA CITY ENGINEERING H SCALE: 1'=XX' I DESIGN JAR I Project I Sheet Ttle I File# I Sheet I DIVISION VSCALE: 1'=XX' DRAWN: KK Asphalt Resurfacing 2019 Newton Rd and Valley Ave S.; DATE: 2019 Curb Ramp E `_ 1 I I V EwT ON RD ✓pH I a I ENGINEERING I H SCALE: 1'=XX' DESIGN JAR I amlea Sheet Title: Newton Rd & Lincoln Ave Reg Sheet CITY OF IOWA CITY DIVISION VSCALE: 1'=XX DRAWN: KKL Asphalt Resurfacing 2019 S03 DATE: 2019 Curb Ramp C� CITY OF I0 WA CITY I H SCALE: 1'=XX I DESIGN: JAR I Project: I Sheet Title I File M I Sheet I ENGINEERING Asphalt Resurfacing 2019 DIVISION vscALe 1•-xx DRAWN: Chip Seal Plan - Taft Ave W.01 DATE: 2019 N 0 40 M 3 3w0 an 709 2. ,W 725 700 ,.00.w U) w F- F - w a J 855 o.0.M CITY 0 F IO WA CITY ENGINEERING DIVISION H SCALE: 1: -XX vscALe r=xx DESIGN DRAWN:KL DATE: JR 2019 Project Asphalt Resurfacing 2019 Sheet Title: Clinton St File # Sheet XX l Mp ¢MIT j _wa h k 1. I I w 605 611 615 617 625 i ENGINEERING H SCALE: 1'-XEX' �SIGN: JR Project: Sheet Tile: He q`he,[ CITY OF IOWA CITY DIVISION V SCALE: 1' -XX' DRAWN: KL Asphalt Resurfacing 2019 Clinton St xx DATE: 2019 H qNP U) Z 0 40 = 500 508 510 518 52 uJ_... .--. ___--_--'-_ o� tl.00.00 IJ.00 00 1z,W ao 12 -Moo e ao 00 1s,00W �Y ❑ rmt r U LU 417 � rn 510 518 522 528 530 U.1 604 612 614 __ 624 _ W l Mp ¢MIT j _wa h k 1. I I w 605 611 615 617 625 i ENGINEERING H SCALE: 1'-XEX' �SIGN: JR Project: Sheet Tile: He q`he,[ CITY OF IOWA CITY DIVISION V SCALE: 1' -XX' DRAWN: KL Asphalt Resurfacing 2019 Clinton St xx DATE: 2019 \� MM V MMN„v MM •vN 0 40 1064 ''sora 1050 1044 1038 ."� ''gym ro B.ppW 918 9LF $ 4 r� 1004 � N 1032 1028 1012 1022 1016 aso sow ✓�N ewoao e.rom i - i /ow%. r o — -- 0 J J W CITY OF IO WA CIT l H SCALE: 1•:XX' IDESIGN:JR Project Sheet Title File # Sheet ENGINEERING vSCALE: 1::)M DRAWN KL Asphalt Resurfacing 2019 DIVISION Newton Ave XX DATE: 2019 m \4` j 822 814 ,6,w N ).0000 w ✓th 0 �o�a C C/470/y �� , /C "," *,00 CITY OF IO WA CITY ENGINEERING H SCALE: 1'=XX' vSCALE: 1'=)X DESIGN: DRAWN: JR KL PgecC Asphalt Resurfacing 2019 Sheet Title: Newton Ave Flea Sheet XX DIVISION V I S I O N DATE: 20193 ,01 Fjt ✓to04X19 /owa ctrl � wa IR P I CITY OF IOWA CITY I H SCALE: 1•=XX I DESIGN KL I Project Sheet Tile: I File# I Sheet ENGINEERING vSCALE: 1'=XX' DESIGN: KL Asphalt Resurfacing 2019 DIVISION Valley Ave XX DATE: 2019 I 0 20 I Is 0,50 00 — 0+50.00 1+00.00 FAIRMEADOWS BLVD 1+50.00 2+00.00 2,6820 —— — a � I i G1 0 — -- D 0 0 0 ; 2200 I �pW� C A CITY OF IOWA CITY ENGINEERING H SCALE: 1'—XX' DESIGN: JR Project Sheet Title: File # Sheet DIVISION VSCALE: 1•-W DRAWN: KL sphalt Resurfacing 2019 Fairmeadows Blvd XX DATE: 2019 wvni�, �."aa•'" a M �Z71 r �� 1 4 .x s �I 1 Ij � k k K34" • CITYp�yT�/7 }p�-1 T T1�T T ENGINEERING HSCALE: 1"=XX' DESIGN: JRH 1 Y O1 � 1® TVA CITY 1 Y DIVISION V SCALE• 1"=XX DRAWN: BSM DATE: 2012 e INN i. YOUR PROJECT NAME HERE TWO LINES AS NEEDED A� NOWT Legend and General Information See Barb 1 M� I tY 15-50.00 15-00.00 1--5000 1NW.00 13-5000 5' E3- ELW4 ELW6 DCY4 417 Cl) C( E ELW4 LW6 = 500 508 510 518 52 w Mxv S U) F- I � 510 ELW4 522 528 �L 530 _- — - 612 ELW4 614 624 ELW6 - DLws LU 1 I L ...... —per_ B NNV ~ t MVN 5 11' 11'5-00.00 4 5 .00 _ 1 8- .00 6M0 W 5-50.00 0-50.OD 11. lOgO.OD Br50.OD B+W.00 ]-50.00 ]i00. 11' '��LINTON ST a �� 6 I � � 4 DCY4 — _.ELW4 _ __...ELW6 Bt,SW DCY4 _. ELW4 _ ELW6C_.. _ er]� DLW6 605 ..611 615 617 6�5 1 I _ ' III III III ING ENGINEER H SCALE: 1'=XX' 1 DESIGN: JR Project: Sheet TNe: File N Sheet AWN: KL vscALE: r=bc' IDR Asphalt Resurfacing 2019 Clinton St XX CITY OF IOWA CITY DIVISION DATE: 2019 P 9 ❑IMY NWV NVIV NV 16.0000 H BLSW H G' O O LU tY 15-50.00 15-00.00 1--5000 1NW.00 13-5000 5' E3- ELW4 ELW6 DCY4 417 Cl) C( E ELW4 LW6 = 500 508 510 518 52 w Mxv S U) F- I � 510 ELW4 522 528 �L 530 _- — - 612 ELW4 614 624 ELW6 - DLws LU 1 I L ...... —per_ B NNV ~ t MVN 5 11' 11'5-00.00 4 5 .00 _ 1 8- .00 6M0 W 5-50.00 0-50.OD 11. lOgO.OD Br50.OD B+W.00 ]-50.00 ]i00. 11' '��LINTON ST a �� 6 I � � 4 DCY4 — _.ELW4 _ __...ELW6 Bt,SW DCY4 _. ELW4 _ ELW6C_.. _ er]� DLW6 605 ..611 615 617 6�5 1 I _ ' III III III ING ENGINEER H SCALE: 1'=XX' 1 DESIGN: JR Project: Sheet TNe: File N Sheet AWN: KL vscALE: r=bc' IDR Asphalt Resurfacing 2019 Clinton St XX CITY OF IOWA CITY DIVISION DATE: 2019 P 9 I c LU W SLWE 625 703 705 709 -� 725 J(/qr p 4 ?0/g Ci n C /owa C,,, Jeri CITY A OF IOWA C1 E RING HSCALE: 1'=101 V SCALE: 1'=)M DESIGN: DRAWN: JR KL w: Asphalt Resurfacing 2019 Sheet TNe: Clinton St FIeA Sheet 1 II 1 1 DIVES DATE: 2019 �m U) z z m 4>2 r Z11 SLW8---- ----- - 412 336 L 711 ocva 31 ELW4 330 332-334 LWB �— 342 408 -- �- Wil- - _ -- -�-- yw�p0 1T 2W50.00 R9M0.00 RB+50.00 R@•00.00 2]50.00 315 317 321 1625 - EL a 430 DCY4 438 506 MWV 2T+W.00 28•W.00 2@b0.00 R5�30.00 25 00.00 24s0= ® 335 co F 401 409 s- U - — LU 516 532 _1 534 24 5 = 2�WD.00 23-W. 0 20 00.00 22'S0A0 S DODGE S' zzw5m 21 -Ml +T 21. M 2M 0.00 za.00.ss ,e.so.00 ,wao.00 �— UCi y @ DLWB - - -- — 515— —--� 521 -- - r - 421 fM - 435 501 -- 505 —T-511 513 517409 I City C/erk I P a City, /0 I I �_ CITY OF I0 WA CITY H SCALE: 1•=XX' DESIGN JR Project SheelTNe: e# Sheet ENGINEERING Asphalt Resurfacing 2019 DIVISION VSCALE: 1•=XX' DRAWN: KL SDodge St XX DATE: 2019 VI VV �0 532 L 534 704 DCY4 536 1P 9DGE�-S� s T- 630 11.W.00 ® O DLW6 NPY4 LTAW 612 J_ 77�ELW6t�_ --- 11 620_ 632 636 42 11' 11' SO.OU .DO oo 5•it�cc i .W 1�MOA0 14P0.00 iN50.00 t].00.W S NPY4 — --- - — — -- --- - - ELW6 617 621 - — �- 625-- 633 635 603 609 2 646 648_ —J— — 6.50►80 ; u•m.00 ,z.00 oo rnsOm 11 ;; ;'� 1 / j •Mv 808 DLW 1 I 't S DODGE ST 1pi6°40 , I — ? -.. _ _ - —._ —�_.__ / (� � aso.ro �� _ � •wv .— 804 635 r 637 --639 ; I�W W J L P.6p.06 /,1� GO --- DLWa _ S DODGE ST — — �0% 700 F 729 G\e, /— vi a CITY OF IOWA CITY R SCALE 1"=XX' DESIGN: JR Project SheetTNe: e# Sheet ENGINEERING VSCALE: 1'=XX' DRAWN: JR Asphalt Resurfacing 2019 DIVISION DATE: 2019 S Dodge St XX U) w O m MWV 1< wV �� ❑iNe 11.W.00 ® O DLW6 NPY4 LTAW 612 J_ 77�ELW6t�_ --- 11 620_ 632 636 42 11' 11' SO.OU .DO oo 5•it�cc i .W 1�MOA0 14P0.00 iN50.00 t].00.W S NPY4 — --- - — — -- --- - - ELW6 617 621 - — �- 625-- 633 635 603 609 2 646 648_ —J— — 6.50►80 ; u•m.00 ,z.00 oo rnsOm 11 ;; ;'� 1 / j •Mv 808 DLW 1 I 't S DODGE ST 1pi6°40 , I — ? -.. _ _ - —._ —�_.__ / (� � aso.ro �� _ � •wv .— 804 635 r 637 --639 ; I�W W J L P.6p.06 /,1� GO --- DLWa _ S DODGE ST — — �0% 700 F 729 G\e, /— vi a CITY OF IOWA CITY R SCALE 1"=XX' DESIGN: JR Project SheetTNe: e# Sheet ENGINEERING VSCALE: 1'=XX' DRAWN: JR Asphalt Resurfacing 2019 DIVISION DATE: 2019 S Dodge St XX ON 0 40 804 — — o Mk ------- - ., 7100 u S DODGE ST 729 LU c9 I I 1 Q u - I 812 I 712 — 821 —�._— 630 xm, 711 914 920 _ _ 708 �M 5 MKV i z.00w ,.sow � * , .w.00 •"'� o.00.o0 0 I I S DODGE' T Uj 909 _ — 925 0 703 I I � Y -, — 650 I I L M S DODGE'PT r 903 907 909 925 FELE® JUN 0 4 1019 City Clerk Iowa City, Iowa CITY OF I0 WA CITY H SCALE 1'=XX' DESIGN: KL Poject: Sheet Title: Fie# Sheet ENGINEERING VSCALE: 1'=XX DESIGN: KL Asphalt Resurfacing 2019 DIVISION S Dodge St XX DATE: 2019 850.5, gBSO.N tY BSO.SJ 85a.�B LAFAYETTE ST FILED JUN 0 4 2019 City Clerk Iowa City, Iowa I CITY OF IOWA CITY I H SCALE: 1' -XX' I DESIGN JR I Project I Sheet Title: I File# I Sheet I ENGINEERING Asphalt Resurfacing 2019 DIVISION vSCALE: 1•a XX' DRAWN: KL Clinton St Curb Ramps XX DATE: 2019 M I I V EwT ON RD FILE JUN 0 4 2019 City Clerk Iowa City, Iowa CITY OF IOWA CIT Y ENGINEERING H SCALE: 1•=XX DESIGN: JR Project: Asphalt Resurfacing 2019 sheetrtle: Newton Rd & Lincoln Ave File# sheet DIVISION VSCALE: 1•=xx DRAWN: KL XX DATE: 2019 Curb Ramp G m D G m I V EwT ON RD FfL.ED JUN 0 4 ?019 Cowa CITY OF IO WA ENGINEERING CITY HSCALE 1'=XX vsCALE: r=xx DESIGN: DRAWN : JR KL Project: Asphalt Resurfacing 2019 et Title Newton Rd and Valley Ave Filek Sheet DIVISION DATE: zo,s Curb Ramp Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 Resolution No. 19-146 Resolution setting a public hearing on June 18, 2019 on project manual and estimate of cost for the construction of the Asphalt Resurfacing 2019 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 Annual Pavement Rehabilitation account #S3824. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: A public hearing on the project manual and estimate of cost for the construction of the above-mentioned project is to be held on the 18'' day of June, 2019, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 4th day of Tune / 2019 G. M or Ap roved b G7 Attest: -, I Ci Clerk City Attorney's Office It was moved by Mims and seconded by adopted, and upon roll call there were: Ayes: Nays: Cole the Resolution be Absent: x Cole x Mims x Salih x Taylor x Teague x Thomas x Throgmorton L� ry Pc�_ PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run ua[es: ---- 0003613064 6/11/19 06/11/19 $44'16 Copy of Advertisement Exhibit "A" Subsc'bed and rn to b e me by said affiant this 11th day of June 2019 u N ry ublic `\x\xv` pUA ►', 1/ Pti . 14, z�OTARy Nom., PUBL\G .i14' OF nW 15G\\\ expires k ol'AOiJavils: to to OF is hereby given that nril of the Citv of on city, or at the Council the City on a •oject also includes work along Taft Manual and are now on file to e Cit Clerk in the va City, Iowa, and ipected by any I persons may meeting of the City purpose of making and comments Project Manual or I making said iven by order of the e r rhCity of Iowa Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 Resolution No. 19-166 Resolution approving project manual and estimate of cost for the construction of the Asphalt Resurfacing 2019 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 Annual Pavement Rehabilitation account #53824. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 10th day of July, 2019. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 16th day of July, 2019, or at a special meeting called for that purpose. Passed and approved this 18th day of June / 20 19 M or Attest: � City Clerk Approved by y"A' City Attorney's Office (v f id o 4. Resolution No. 19-166 Page 2 It was moved by Mimc and seconded by Teague adopted, and upon roll call there were: Ayes: Nays: Absent: x the Resolution be Cole Mims Salih Taylor Teague Thomas Throgmorton Julie Voparil From: Kelsey Hutchison <khutchison@mbi.build> Sent: Thursday, June 20, 2019 2:01 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 6.20.19 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Asphalt Resurfacing 2019 Project in Iowa City Riverfront Crossing Park Phase 4 Sculpture Relocation in Iowa City Rochester Avenue Sidewalk Infill Project in Iowa City A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): June 20, 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. June 20, 2019 1 \ Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant • Project Information Specialist 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [o] 515.288.8904 [e] khutchison(a,mbi.build • [w] www rnbi.build [Plan Room) www.iowaconstrucbonuodate.com r RECEIVED NOTICE TO BIDDERS JUN 19 2019 ASPHALT RESURFACING 2019 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 10th day of July 2019. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16th day of July 2019, or at special meeting called for that purpose. The Project will involve the following: Pavement milling and asphalt resurfacing along South Clinton Street, Fairmeadows Avenue, Newton Road, Valley Avenue, South Gilbert Street, Park Road and Ferson Avenue intersection, and the City Equipment Parking Lot. In addition to the resurfacing, this project also Includes storm intake repairs, repair of curb and gutter, replacement of curb ramps to meet current ADA standards, and new pavement markings on Dodge Street to include a one-way to two-way conversion from Burlington Street to Bowery Street and a 4 -lane to 3 -lane conversion from Bowery Street to Kirkwood Avenue. This project also includes street sealcoat work along Taft Avenue. All work is to be done in strict compliance with the Project Manual prepared by the City of Iowa City, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidders bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever Is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be Issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. t^ The following limitations shall apply to this Project: Specified Start Date: August 5, 2019 Final Completion: November 1, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Cleric. 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, by bona fide bidders. A $25.00 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. 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 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 - Asphalt Resurfacing 2019 Project Classified ID: 118353 A printed copy of which is attached and made part of this certificate, provided on 06/19/2019 to be posted on the Iowa League of Cities' internet site on the following date: June 19 , 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 6/19/2019 G.A.-. W.� Alan Kemp, Executive Director NOTICE TO BIDDERS ASPHALT RESURFACING 2019 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 10th day of July 2019. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 16th day of July 2019, or at special meeting called for that purpose. The Project will involve the following: Pavement milling and asphalt resurfacing along South Clinton Street, Fairmeadows Avenue, Newton Road, Valley Avenue, South Gilbert Street, Park Road and Ferson Avenue intersection, and the City Equipment Parking Lot. In addition to the resurfacing, this project also includes storm intake repairs, repair of curb and gutter, replacement of curb ramps to meet current ADA standards, and new pavement markings on Dodge Street to include a one-way to two-way conversion from Burlington Street to Bowery Street and a 4 -lane to 3 -lane conversion from Bowery Street to Kirkwood Avenue. This project also includes street sealcoat work along Taft Avenue. All work is to be done in strict compliance with the Project Manual prepared by the City of Iowa City, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidders bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) 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: August 5, 2019 Final Completion: November 1, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093, by bona fide bidders. A $25.00 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. 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 tj Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5416 Resolution No. 19-180 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Asphalt Resurfacing 2019 Project Whereas, L.L. Pelling Company of North Liberty, Iowa, has submitted the lowest responsible bid of $1,472,980.73 for construction of the above-named project; and Whereas, funds for this project are available in the Annual Pavement Rehabilitation account #S3824. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to L.L. Palling Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Passed and approved this 16th day of July 2019. M or Approved by Attest: -��� City Clerk City Attorney's Office It was moved by trims and seconded by Teague the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X_ Cole X Mims X Salih X Taylor X Teague x Thomas X Throgmorton 53338 Bond No.: IAC589619 0510 r ELJ PERFORMANCE. PAYMENT, AND MAINTENANCE BOND. ASPHALT RESURFACING 2019 PROJECT CITY OF IOWA CITY FEB 12.1011ozi City Clerk KNOW ALL BY THESE PRESENTS Iowa City, Iowa That we, L.L. Pelling Company, Inc. as Principal (hereinafter the "Contractor' or "Principal") and Merchants Bonding Company (Mutual) 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 million four hundred seventy two thousand nine hundred eighty and 00/100 dollars ($1,472,980.00 ---------------- ), 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 ty_ day of 1-0 141 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: This project includes pavement milling and asphalt resurfacing along South Clinton Street, Fairmeadows Avenue, Newton Road, Valley Avenue, South Gilbert Street,. Park Road and Ferson Avenue intersection, and the City Equipment Parking Lot. In addition to the resurfacing, this project also includes storm intake repairs, repair of curb and gutter, replacement of curb ramps to meet current ADA standards, and new pavement markings on Dodge Street to include a one-way to two-way conversion from Burlington Street to Bowery Street and a 4 -lane to 3 -lane conversion from Bowery Street to Kirkwood Avenue. This project also includes street sealcoat work along Taft Avenue. and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract 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 Asphalt Resurfacing 2019 Project 0510 — Page 1 of 1 for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) 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, o which thereby increases the total contract price and the penal sum of this bond, Y that all such changes do not, in the aggregate, involve an increase of UJprovided �.e U more than 20% of the total contract price, and that this bond shall then be released .y as to such excess increase; and WJ Ui U 3C. To consent without notice that this Bond shall remain in full force and effect until s o the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It Is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in Asphalt Resurfacing 2019 Project 0510 — Page 2 of 2 approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, 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 m as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it Y o shall be interpreted or construed as defined in applicable provisions of the Iowa Code, UJcL - third, if not defined in the Iowa Code, It shall be interpreted or construed according to its r, generally accepted meaning in the construction industry, and fourth, if it has no generally co Lu U accepted meaning in the construction industry, it shall be interpreted or construed U- o according to its common or customary usage. LL 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. Asphalt Resurfacing 2019 Project 0510 — Page 3 of 3 PRINCIPAL: L.L. Palling Company, Inc. SURETY: -1Mt►T ; �NnE-Ckr% Merchants Bonding Company (Mutual) Print d Name of Contractor Officer Surat ompa_n~e By By /` _ yam- _ ignature of ontrac Officer ignature of Attorney in -Fact Officer (e5 1 deA, _ _ Title of Contractor Officer ) 6 1, FEB 12, 2011 City Clerk Iowa City, Iowa Asphalt Resurfacing 2019 Project Tim Foreman Printed Name of Attorney -in -Fact Officer Merchants Bonding Company (Mutual) Company Name of Attorney -in -Fact 6700 Westown Pkwy _ Company Address of Attorney -in -Fact West Des Moines, IA 50266-7754 City, State, Zip Code of Attorney -in -Fact - 515 -243-8171 Telephone Number of Attorney -in -t=act 0510- Page 4 of 4 MERCHANTS�� BONDTNG COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively celled the "Companies") do hereby make, constitute and appoint, individually, Tim Foreman their true and lawful Altorney(s}ln-Fact, to sign its name as surety(les) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing a guaranteeing bonds and undertakings required a permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attoneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the paver and aul hoity hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2019 AG C04f s !rT x ;,`C2. R'Oj' y % : y0.�p\PP�9qMERCHANTS BONDING COMPANY A9y�': MERCHANTS NATIONAL ONDING,( INC. (MUTUAL) FEB 12.1011 �'•, 2oa3 ; aF �` 1933 c; By • y: d .d City I}C�ielrk�y� o'. ...........00,, :°d,; .. ..•\pec' President IOW STATE�Add .........•• •....... COUNTY OF DALLAS ss. On this this 29th day of July 2019 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. tiPRIAf S AUCIA K. GRAM o a Commission Number 767430 Z =" MY Commission Expires � , �^ April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, 1 have POA 0018 (3/17 hand and affixed the seal of the Companies on this •APOq 9'• :Zc •z 1933go : c; • �.• ter. .•••• '•.• {i •• 29th day of July , 2019 . Secretary ENGINEER'S REPORT February 8, 2021 Re: Asphalt Resurfacing 2019 Project Dear City Clerk: NZ s y _W=k O�� T �� CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org 'taw" FEB 15 y.1p'L13 °�Pm Glty Clack Iowa Ctty Iowa I hereby certify that the Asphalt Resurfacing 2019 Project has been completed by LL Palling Company, Inc. of North Liberty, Iowa, in substantial accordance with the plans and specifications prepared by the City of Iowa City Engineering Division. The project was bid as a unit price contract and the final contract price is $1,186,521.96. There was a total of two (2) change or extra work orders for the project as described below: Grand Ave Overlay $13,983.55 Additional Pavement Markings $3,654.73 TOTAL $17,638.28 I recommend that the above -referenced Improvements be accepted by the City of Iowa City. Sincerely, Jason Havel City Engineer Prepared by: Jason Reichert, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 21-40 Resolution accepting the work for the Asphalt Resurfacing 2019 Project Whereas, the Engineering Division has recommended that the work for construction of the Asphalt Resurfacing 2019 Project, as included in a contract between the City of Iowa City and L.L. Pelling Company of North Liberty, Iowa dated August 13, 2019 be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Annual Pavement Rehabilitation account #S3824;and Whereas, the final contract price is $1,186,521.96. 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 16th day of February 2021 M Attest: City Clerk A oved by / %4� W City Attorney's Office (Sara Greenwood Hektoen — 02/10/2021) It was moved by sergus and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner