Loading...
HomeMy WebLinkAboutPETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT 11-Jun-2021 Plans, Specs, proposal and contract, estimate of cost, performance, payment & maintenance bond 15-June-2021 Res 21-171, setting public hearing 21-Jun-2021 Notice of Public Hearing 06-Jul-2021 Res 21-195, approving project manual and estimate of cost 08-Jul-2021 Notice to bidders 27-Jul-2021 [Res 21-206, awarding contract (Bockenstedt) 12-July-2022 Res 22-174 Accepting the work 12-July-2022 Engineer's Report I dt 111.1 AMER A 101111 Oat ATE 0 s 42111:11 CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL PETSEL PLACE STORM SEWER IMPROVEMENTS:PROJECT IOWA CITY, IOWA '� I June 7, 2021 � ' 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. eoF ssJo'vi to MICHAEL J Date w FAHRER z 25326 J License Number: 25326 My license renewal date is December 31, 20 22 fowl' Pages or sheets covered by this seal: Entire Bound Documentcrs rn A cJ1 U, 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 PLANS �-- » l cn (+ Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 201h day of July, 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 27'h day of July, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see ***.icgov.orq/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: removal of existing and installation of approximately 340 linear feet of new storm sewer; removal of existing and installation of approximates 540 square yards of street pavement plus associated driveway approaches and sidewalkelocation of approximately 52 linear feet of watermain; and 66 squares of sod for site re8oratioa.,The'project is located in the 2400 block of Petsel Place, Iowa City, Iowa. T' All work is to be done in strict compliance with the Project Manual prepared bgtJ Inrastrdctitre & Environment, LLC, of Cedar Rapids, Iowa, which has heretofore been appr. 0 ,,i the city Council, and are on file for public examination in the Office of the City Clerk. IffHjs closed to the public due to the health and safety concerns from COVID-19, copies e. aV (able by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling( iowa-Tty.org01 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 Project 0100 — Page 1 of 2 promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: October 29, 2021 Liquidated Damages: $240 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling iowa-city.org. 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 riot to waive technicalities and irregularities. o Posted upon order of the City Council of Iowa City, Iowa. D KELLIE FRUEHLING, CITY CLERK In 19 ° Project 0100— Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Petsel Place Storm Sewer Improvements in said city at 6:00 p.m. on the 6th day of July, 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn 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. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project includes removal of existing and installation of approximately 340 linear feet of new storm sewer; removal t,, of existing and installation of approximately 540 square- yards of street pavement plus associated driveway,*c approaches and sidewalk; relocation of approximately 52>: linear feet of watermain; and 66 squares of sod for site9 < — restoration. The project is located in the 2400 block of Petseq72 gym, Place, Iowa City, Iowa. rnco �' y ci Said Project Manual and estimated cost are now on file> of in the office of the City Clerk in the City Hall in Iowa City, crs Iowa, and may be inspected by any interested persons. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling( iowa-city.orq. 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. Project 0110 — Page 1 of 2 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 eza 1+4 ... _ v cJi Project 0110— Page 2 of 2 0200 INSTRUCTIONS TO BIDDERS Petsel Place Storm Sewer Improvements PROJECT 1. Optional Pre-Bid Meeting: a. Time, Date, and Location: None. b. If the meeting is not conducted in person due to the health and safety concerns from COVID-19, this meeting will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 2. Bid Submittals: a. Time, Date and Location: July 20th, 2021 at 3:00 PM CST City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal c. See Section 1020, as may be supplemented, for complete descriations 6 proposal requirements and conditions. d. If the bid opening is not conducted in person due to the health and&safetyconcernS. from COVID-19, the bid opening will be an electronic meeting` Thg the Zoom Meetings. Information for this meeting will be distributed by the-0 y Engineering Division to prospective bidders on the Project Plan Holders List.--k� # inf'matiorr; on how to participate in the electronic meeting, please contact the#ItyEnglheering Division at (319) 356-5140. .r (II _31 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: ***********.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. 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, fora complete description of the bid security requirements. Project 0200— Page 1 of 3 5. Progress and Schedule: a. Contract Times: Completion Date: October 29, 2021 Liquidated Damages: $240 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. c. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. Many events have been postponed or cancelled due to the COVID-19 Pandemic. The Contractor should make sure their activities are not impacting community events. iii. 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 five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance- ertifio e, as an additional insured on a primary and non-contributory bash`.;-, Review rthis requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a compatt-description of the insurance requirements. '"is'- ,.., rn 8. Taxes: co a. Sales Tax Exemption Certificates will be issued according to Section jp20, 1.08 of the Supplemental Specifications. cn 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder 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 successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 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 Project 0200 - Page 2 of 3 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. Q *c) 9 Project 0200 — Page 3 of 3 0400 PROPOSAL PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amawnt of $_ , in accordance with the terms set forth in the Projeclanu The undersigned bidder, having examined and determined the scope VIne tbntract, hereby proposes to provide the required labor, services, materials and equipmerATI4d tQ:perform the Project as described in the Project Manual, including Addenda 1 , and, , and to do all work at the prices set forth herein. -- ' co The undersigned bidder further proposes to do all "Extra Work" which rr ' be reAuired to complete the work contemplated, at unit prices or lump sums to be agreed upon in writiff0 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. Project 0400 — Page 1 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT CLEARING & 1 GRUBBING LS 1 2 TOPSOIL, ON-SITE CY 322 EXCAVATION, CLASS 10, ROADWAY& 3 BORROW CY 387 SUBGRADE PREPARATION, 12 4 IN. SY 684 SUBBASE, 5 MODIFIED, 6 IN. SY 684 REMOVALS, AS 6 PER PLAN LS 1 TRENCH COMPACTION 7 TESTING LS 1 STORM SEWER, TRENCHED, RCP, 8 15 IN. LF 71 STORM SEWER, TRENCHED, RCP, 9 18 IN. LF 272 REMOVAL OF STORM SEWER, VCP, (SMALL) < 36 10 IN. LF 301 PIPE APRON, 11 CONCRETE, 18 IN EA 1 a "= SUBDRAIN, 6" * —It 12 PVC, TYPE A LF 232 SUBDRAIN < s° CLEANOUT, TYPE ;<F" �:.,13 A-1 EA 3 7 SUBDRAIN "°** CONNECTION TO CrN INTAKE OR 14 STORM SEWER EA 7 WATER MAIN, TRENCHED, DIP, 6 15 IN. LF 52 WATER SERVICE 16 STUB EA 2 17 FITTINGS, 6 IN. LB 138 FIRE HYDRANT 18 ASSEMBLY EA 1 Project 0400— Page 2 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT FIRE HYDRANT ASSEMBLY 19 REMOVAL EA 1 MANHOLE, STORM SEWER, 20 SW-401, 48" EA 2 INTAKE, STORM 21 SEWER, SW-509 EA 2 REMOVE 22 MANHOLE EA 1 23 REMOVE INTAKE EA 1 PAVEMENT, PCC, 24 7 IN. SY 541 CURB AND GUTTER 2.5 FT., 7 25 IN. LF 20 REMOVAL OF 26 SIDEWALK SY 128 REMOVAL OF 27 DRIVEWAY SY 74 SIDEWALK, PCC, 28 4-IN. SY 131 DRIVEWAY, PAVED, PCC, 6 IN. 29 (RESIDENTIAL) SY 70 PAVEMENT 30 REMOVAL SY 537 TEMPORARY TRAFFIC 31 CONTROL LS 1 32 SOD SQ 66 RIP RAP, 33 EROSION STONE TON 6 CONSTRUCTION 34 SURVEY LS 1 35 MOBILIZATION LS 1 MAINTENANCE OF 36 POSTAL SERVICE LS 1 •- MAINTENANCE OF :n G SOLID WASTE 37 COLLECTION LS 1 CONCRETE ="' 38 WASHOUT LS 1 T, c!1 Project 0400— Page 3 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT TEMPORARY GRANULAR 39 SURFACE TON 5 TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS N al Q ..r C)"t NOTE: All subcontractors are subject to approval by City of Iowa City. Project 0400— Page 4 of 5 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name 6 t Title m Ty � Street Address rn City, State, Zip Code Telephone Number NOTE:The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Project 0400 — Page 5 of 5 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes 0 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. 0 Yes 0 No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered"Yes"for each question above,your company qualifies as a resident bidder.Please complete Parts B and D of this form. If you answered"No"to one or more questions above, your company is a non-resident bidder.Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State,Zip Code: Dates: to Address: (mm/dd/yyyy) City, State,Zip Code: Dates: to Address: (mm/dd/yyyy) City, State,Zip Code: 0 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: Of rrGil 2. Does your company's home state or foreign country offer preference to bidders who are residents? in Yes 0 No 3. If you answered"Yes"to question 2,identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s)if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: 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 forTrz2ertifidde of authority has been approved and no notice of cancellation has been filed by the limited partners :pr t limited liability limited partnership. ';; ❑ Yes ❑ No My business is a limited liability company whose certificate ofnization is filed in Iowa and has not filed a statement of termination. =r" cc, ❑ Yes ❑ No My business is a limited liability company whose certificate o 'organisation is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa arid'the certificate has not been revoked or canceled. Project 0405— Page 2 of 2 0410 BID BOND FORM PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT CITY OF IOWA CITY , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Petsel Place Storm Sewer Improvements Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's accept fice of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in fultforce and effect, provided that the liability of the Surety for any and all claims hereunder shall, irf;-ilo;event, exceed the amount of the obligation stated herein. _a; By virtue of statutory authority, the full amount of this bid security shall lie-3'rfeit'd to the Owner in the event that the Principal fails to execute the contract and provide:the serity, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of , A.D., 20 (Seal) Witness Principal By: (Title) (Seal) Surety By: Witness (Attorney-in-fact) Attach Power-of-Attorney, if applicable Project 0410 — Page 1 of 1 0500 CONTRACT PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 7th day of June, 2021, for the Petsel Place Storm Sewer Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; Wid b. Contractor's Completed Contract Compliance P grarhi (Anti- Discrimination Requirements)Assurance, if applicable, pursuant o Section 0200, attached hereto; and �yr c. Contractor's Completed Wage Theft Affidavit, if applic 'ae-. pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, 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 (or shown on an attachment): NAME OF APPROXIMATE SUBCONTRACTORS TYPE OF WORK COSTS DATED this day of , 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Corit'ractorS)fficer ti�f7 Printed Name of City Official Printed Name of C # ctoOfficer (.51 Title of Contractor Officer ATTEST: ATTEST: By: By: City Clerk (for Formal Projects only) (Company Official) APPROVED BY: City Attorney's Office Project 0500— Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, , as Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project includes removal of existing and installation of approximately 340 linear feet of new storm sewer; removal of existing and installation of approximately 540 square yards of street pavement plus associated driveway approaches and sidewalk; relocation of approximately 52 linear feet of watermain; and 66 squares of sod for site restoration. The project is4ocated in the 2400 block of Petsel Place, Iowa City, Iowa , =' To faithfully perform all the terms and requirements of said Contract vdrtht tl 4 time therein specified, in a good and workmanlike manner, and in accordance with the rrtra1Documents. It is expressly understood and agreed by the Contractor and Surety in this)o 'd thiii the toylowing provisions are a part of this Bond and are binding upon said Contractor art -Surety to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used Project 0510 — Page 1 of 4 by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal um of'this bond, provided that all such changes do not, in the aggregate, invo1''re an rirrorease of more than 20% of the total contract price, and that this bond shall thon be-released as to such excess increase; and 4'C. To consent without notice that this Bond shall remain in full fore ;and affect until the Contract is completed, whether completed within the specified ooiitradt period, within an extension thereof, or within a period of time after the cdntlrect if -iod has elapsed and the liquidated damage penalty is being charged agalfnst the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense"would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Project 0510— Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. - _ Failure to specify or particularize shall not exclude terms or provisions-not mehtioned and shall not limit liability hereunder. The Contract is hereby made a part cif this Bond. ut Project 0510— Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney-in-Fact Officer Title of Contractor 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 NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power 0 Attorney accompanying this bond. a -=i c-) ,c co A J 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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. 3 4. Prior to execution of the contract, the completed and signed AssuraEEe-of egmplRance (located on 0520 — Pages 2 and 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 Gity. (.i1 6. All contractors, vendors, and consultants must refrain from the use of any'signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. 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.) 1. 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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'.Eiatial mployment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code 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 Phone Number Signature Title Print Name Date C r rri p � y zz + ' i rco 7 ew Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield divers, appftcant pools. Word-of-mouth recruitment will only perpetuate the current rornposition of your workforce. Send recruitment sources a letter annually whic,h reaffirms your commitment to equal employment opportunity and requests` 'heir assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures,:to icrentify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment proces 'to usklobjective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself"Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of 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 City Code which prohibits certain discriminatory practices in employment can be found at: ********codelibrary.amlegal.com/codes/iowacityia/latest/iowacity ia/0-0-0-631#JD 2-3-1. 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. o — r- t c9 0 cn 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, gender identity, marital status, national origin, 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 Equal Employment Opportunity(EEO)officer or legal counsel to formulate a policy which specifically meets the needs of your company. cD x c� p cI 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 (includinJ;an ovunier 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-Eowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Lab Stari-chards Act or any comparable state statute or local ordinance, which governs the payment-ertwages, witjiin the five (5) year period prior to the award or at any time after the award, such viotatioh shall constitute a default under the contract. • rs IV. Waivers. If a person or entity is ineligible to contract with the City as a result:of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Project 0530— Page 1 of 3 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. 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. o —' c-") -- :<r M n z> 9 c.n Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. I am the [position]of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither ["contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature © — •<rn `a i 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: ********iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: ********iowasudas.org/archived-specifications/. N C'= O n.d CD rrn cart 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.orq/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. C7 --f C7 "-' Cfl Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2021 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.orq/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. If City Hall is closed to the public due to the health and safety concerns from COVID-19, arrangements for public examination will need to be made with the City Engineering Division Office by telephone at (319) 356-5140. H >- w --�r-7 r-�r71 T a CO Project Page 1 of 1 ENGINEER'S ESTIMATE June 11, 2021 City Clerk City of Iowa City, Iowa Re: Petsel Place Storm Sewer Improvements Project Dear City Clerk: The estimated cos of construction for this project is $220,000. Sincerely, Ben Clark PE Senior Engineer ¢ I �C) Bond#54-235558 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Bockenstedt Excavating, Inc , as Principal (hereinafter the "Contractor" or "Principal") and United Fire&Casualty as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee(hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of One Hundred Ninety Eight Thousand Two Hundred Twenty Nine dollars and zero cents ($198,229.00), 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 7th day of June 2021 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project includes removal of existing and installation of approximately 340 linear feet of new storm sewer; removal of existing and installation of approximately 540 square yards of street pavement plus associated driveway approaches and sidewalk; relocation of approximately 52 linear feet of watermain; and 66 squares of sod for site restoration. The project is located in the 2400 block of Petsel Place, Iowa City, Iowa To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant,condition,and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the Project 0510—Page 1 of 4 portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s)(5)from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20%of the total contract price,and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase"all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense"would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Project 0510—Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond,then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term,or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Project 0510— Page 3 of 4 PRINCIPAL: SURETY: Andrew Bockenstedt United Fire& Casualty Printed Name of Contractor Officer Surety Company Name EA ,•• rasvq(•., By Q c By ign • (� `� s tp.: ignature}f Contractor Officer ature of Attorney-i -Fact Officer .............. President Diane Sanders Title of Contractor Officer Printed Name of Attorney-in-Fact Officer Relion Insurance Solutions Company Name of Attorney-in-Fact 24 Westside Dr Company Address of Attorney-in-Fact Iowa City, IA 52246 City, State, Zip Code of Attorney-in-Fact (319) 887-3700 Telephone Number of Attorney-in-Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Project 0510 — Page 4 of 4 ella Ufg UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA Cedar Rapids,lA 52401 INSURANCE CERTIFIEDCOPY OF POWER OF ATTORNEY (original on file at Home Office of Company—See Certification) KNOW ALL PERSONS BY THESE PRESENTS,That United Fire&Casualty Company,a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific insurance Company,a corporation duly organized and existing under the laws of the State of California(herein collectively called the Companies),and having their corporate headquarters in Cedar Rapids,State of Iowa,does make,constitute and appoint TERRY L. MCDONALD, JEAN A. WILSON, JOE WEGMAN, BETH AMBRISCO, KRISTI NIELSON, DIANE SANDERS, SCOTT ENYART, CRAIG SCHROEDER, JOY PERKINS, BRAD HODAPP, ASHLEY LEE, JENNIFER ADAMS, RORY TRIPLETT, KYLE AUSTEN, EACH INDIVIDUALLY their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $35,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney,pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1st day of October, 2021 unless sooner revoked by United Fire&Casualty Company,United Fire&Indemnity Company,and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013,by the Boards of Directors of United Fire&Casualty Company,United Fire& Indemnity Company,and Financial Pacific Insurance Company. "Article VI—Surety Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact. "The President or nny Vice President,or any other officer of the Companies may,front time to time,appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal,may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby, such signature and seal,when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact,subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or nay Vice President,the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact, ,IRrr IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its ��xt' si%Ur'�i `gyp y'xoekn;�Ni, �,+osa;,1 8Up'rc vicepresident and its corporate seal to be hereto affixed this �� ,., . >lm1st day of October, 2019 4` %�4 rat c4 4r• Ppyj.•:['�,s,J � CoroATTE J- ;r CORPONA1T: 3 7;r s tLva, °;€ UNITED FIRE&CASUALTY COMPANY SEAL = V SEAL s V; '366 , 2$ UNITED FiRE&INDEMNITY COMPANY e ,,..,4frp,Pro:F pro,'" r;R"'QV:" FINANCIAL PACIFIC INSURANCE COMPANY 4 nounknn+°+ It By: .11lrwMs� r State of Iowa,County of Linn,ss: Vice President On 1st day of October, 2019, before me personally came Dennis J. Richmann to me known,who being by me duly sworn,did depose and say;that he resides in Cedar Rapids,State of Iowa;that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. � Jones � Iowa Notarial Notato rial Seal Commission number 173041 Nottuy Public ow My Commission Expires 4/23/2021 My commission expires:4/23/2021 i,Mary A.Bertsch,Assistant Secretary of United Fire&Casualty Company and Assistant Secretary of United Fire&Indemnity Company,and Assistant Secretary of Financial Pacific Insurance Company,do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof i have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 29th day of July ,2021 . owl�lllathrr,�jr `tltralNor'Hryi, SUr»°ri. 4$; 'rKTJ.�i� �A,,4 "4A•�hh�4 ; .•po..944i•i CORPORATEG ^w CORPORA ti F '. 7' ;' OS 22��';�j� /t L4. ■ 3L,t t A Byrock � 4% - 9 =tea; aces /,aI, By I �v �S}At. s, SEAL �� y 2 Qlr�� A a �..+"nr[lFORP.e` Assistant Secretary 1rrwl nsse urnnmuno` "4opnn+uu,,,,ar` OF&C&UF&I&FPIC BPOA0045 122017 PLANS OF PROPOSED IMPROVEMENTS FOR 0 cc cm 202 1 0 N 0 = N 2 PETSEL PLACE STORM SEWER IMPROVEMENTS N -i = O INDEX OF SHEETS J Z URBAN STANDARD DETAILS CITY OF I O WA CITY1' IA FOR PUBLIC IMPROVEMENTS DESCRIPTION W NUMBER ALL STANDARD DETAILS SHALL BE CONSIDERED APPLICABLE TO CONSTRUCTION FOTH PROJECT NO.: 11003.00 Al TITLE SHEET WORK ON THIS PROJECT. THE FOLLOWING DETAILS ARE BROUGHT TO THE CITY PROJECT NO.: M3636 A2 LEGEND&SYMBOL INFORMATION CONTRACTOR'S ATTENTION: C1-C.4 ESTIMATED QUANTITIES = FIGURE NAME DATE G.I REFERENCE TIES AND BENCHMARKS LLO NUMBER Hi RIGHT-OF-WAY SHEET 4030.222 CIRCULAR CONCRETE APRONS 10-18-16 LOCATION MAP NOT TO SCALE J.I-J.2 TRAFFIC CONTROL AND STAGING NOTES W 4030.224 CONCRETE APRON GUARD 10-18-16 J.3-J.6 STAGING AND TRAFFIC CONTROL 4040.232 SUBDRAIN CLEANOUTS 10-18-16 4040.233 SUBDRAIN OUTLETS 10-18-16 L 1 L3 GEOMETRICS,STAKING,AND JOINTING 2 6010.401 CIRCULAR STORM SEWER MANHOLE 4-17-18 MI STORM SEWER PLAN AND PROFILE 6010.509 DOUBLE OPEN THROAT CURB TAKE,SMALL BOX 4-17-18 M2 WATERMAIN PLAN AND PROFILE 6010.602 CASTINGS FOR STORM SEWER MANHOLES 4-17-18 Rl REMOVAL SHEET WI 7010.102 JOINTS 10-18-16-19-11 7010.102 PCC CURB DETAILS 4-19-1 1 7030.101 CONCRETE DRIVEWAY,TYPE A 0-17-17 RR I EROSION CONTROL SHEET 8030.101 TEMPORARY TRAFFIC CONTROL GENERAL INFORMATION 0-17-17 8030.104 LANE CLOSURE ON LOW VOLUME STREET 0-17-17 O 9040.102 FILTER BERM AND FILTER SOCK 0-21-14 9040.103 RECP INSTALLATION ON SLOPES 0-21-14 9040.104 RECP INSTALLATION IN CHANNEL 0-21-14 MELROSE AVE 9040.105 WATTLE 0-21-14 ad 9040.1 1 1 RIP RAP FOR PIPE OUTLET INTO CHANNEL 0-21-14 PROJECT AREA �_�� 2 CC aLl41374. EL Fc7<M� NO cmi ORF CT o JES�CIR g CgLVjN 2 RD '4VE CALVINCT w BARTLETT w IOWA CITY SUPPLEMENTAL DETAILS ' ELLIOTCT RDCid to w ALL STANDARD DETAILS SHALL BE CONSIDERED APPLICABLE TO E0 \ �L SPEND o W CONSTRUCTION > w v F R O Y Z WORK ON THIS PROJECT. THE FOLLOWING DETAILS ARE BROUGHT TO THE / 0 ce 0 P 0 or Q �� CONTRACTOR'S ATTENTION: 0 1 1- 0 x Ll �• N. FIGURE NAME \.WEST CAMERON WAY S CELL' �- rs NUMBER �'�pS, pR �W CIR YY��C W3010.201 TRENCH BEDDING AND BACKFILL ZONES LE0N4R wFCTrar- 1.II C7 C«.. , 4020.211 STORM SEWER PIPE CONNECTIONS Vill 5020.201 HYDRANT AND VALVE ASSEMBLY _ 5020.2026 CASTINGS DEADEND HYDRANT ASSEMBLY THE STATEWIDE URBAN DESIGN AND SPECIFICATIONS,202 I EDITION,AND THE >--1 6010.602 CASTINGS FOR STROM SEWER MANHOLES . 2 7030.301 SIDEWALK CONNECTION CITY OF IOWA CITY,IA SUPPLEMENTAL SPECIFICATIONS SHALL APPLY TO CONSTRUCTION WORK ON THIS PROJECT.DIVISION I SHALL NOT APPLY TO THIS PROJECT. -c) rn 1 OWNER: ENGINEER: CITY OF IOWA CITY, IA FOTH 00 O BEN CLARK P.E. MICHAEL J.FAHRER P.E. XA' CA 410 E WASHINTON ST 41 16TH AVE SE,SUITE 400 CD IIMMI IOWA CITY,IA 52240 CEDAR RAPIDS,IA 52401 OONOC�- PHONE:(319)356-5140 PHONE:(319)365-9565 INDEX OF SEALS Allik'�c, SHEET NO. NAME TYPE W I IN .I A I MICHAEL J.FAHRER PRIMARY SIGNATURE BLOCK V 5l I11Inv I,_ :11 Ieitr hereby certify that this engineering document was prepared by me or under MI ; my direct personal supervision and!hat I om o duly licensed Profess-onal ���� ����.. ��r.. ,� "� Engineer under he laws of the tare of Iowa. m g' 0 IOWA.....•••... I.0.418115111111 1. " J. QCC ^1 EMI 1.41..1111111.11.•- Foth Infrastructure& Environment, LLC MICHAEL MICHAEL FAHRER P.EDATE UN' �� ONE CALL 27" t� 4 11 6th Avenue SE,Suite 400•.Cedar Rapids,IA 52401-1931 w FAHRER m1111111 ce ue Numbe 25326�� ;•Phone:319-365-9565& ? rn My license renewal dote Is DECEMBER 31.2022 > 25326 a Pages or sheets covered by this seat u����I.�� ito 1-800-292-8989 CITY OF IOWA CITY ���������� www.iowaonecall.com n.1:,: ,, /OWA ALL SHEETS CIL ENGINEER: FOTH INFRASTRUCTURE& ENVIRONMENT LLC- I ENGLISH I CITY OF IOWA CITY, IA I JOHNSON COUNTY I PROJECT NO.: M3636 I SHEET NUMBER A.1 STANDARD SYMBOLS TABULATION OF UTILITIES 102-13 RIGHT OF WAY LEGEND 02-23-93 UTILITY LEGEND 0 Interstate Highway Symbol (ST) Septic Tank - Board Fence Where public utility fixtures are shown as existing on the plans or encountered within Proposed Right of Way the construction area,it shall be the responsibility of the contractor to notify the C3 U.S.Highway Symbol (C) Cistern * * Chain Link or Security Fence owners of those utilities prior to the beginning of any construction. The Contractor shall afford access to these facilities for necessary modification of services. A Existing Right of Way Underground facilities,structures and utilities have been plotted from available Iowa Highway Symbol LP L.P.Gas Tank(No Footing) -x Wire Fence surveys and records,and therefore their locations must be considered approximate O /A Existing and Proposed Right of Way only. It is possible there may be others,the existence of which presently not known County Road Highway Symbol US Underground Storage Tank Guardrail(Beam or Cable) or shown.It is the Contractor's responsibility to determine their existence and exact location and to avoid damage thereto. No claims for additional compensation will be Easement and Existing Right of Way XEvergreen Tree O Latrine • GP Guard Post(one or two) allowed to the Contractor for any interference or delay caused by such work. • Borrow Ci Deciduous Tree -- Luminaire ••■ Guard Post(over two) The Contractor is required to utilize the utility One-Call service at(800)292-8989 at least 48 hours prior to excavating anywhere on the project. 0 Easement(Temporary) CD Fruit Tree Traffic Signal 0 FP Filler Pipe The following utility companies are known to have facilities on the project: C3 Shrub(Bushes) Traffic Signal with Luminaire 0 GV Gas Valve • Easement .wd, Timber 0 TP Telephone Pedestal 0 WV Water Valve X Excess ---------------- Hedge 0 TVP Television Pedestal 0 SL Speed Limit Sign Dk ( Property Line --a. . Stump -II- Telephone Pole 0 MM Mile Marker Post A/C Access Control z. Swamp 0 Telephone Pole(Second Company) 0 SIGN Sign in---_ Rock Outcrop -CH Telephone Pole(Third Company) 0 WHU Water Hook Up CITY OF IOWA CITY-WATER DIVISION 0 0 - W(B) 80HOOURN CONTACTA ITS DRIVE CONVENTIONAL SIGNS 0 o 0o Broken Concrete $ Telephone Pole(Fourth Company) 0 RT Radio Tower IOWA CITY,IOWA 52240 0 A PHONE:(319)356-5160 v v Revetment(Rip Rap) -- Telephone Pole(Fifth Company) 0 TA Tower Anchor v v Survey Line Cemetery Power Pole 0 EB Electric Box CITY OF IOWA CITY-WASTEWATER DIVISION Station Reference Point ST.S(B) ON-CALL COLLNECTIONS A——— — Section Corner LGJ Grave 4 Power Pole(Second Company) 0 TCB Traffic Signal Control Box - SAN(B) - 4366 NAPOLEON STREET SE IOWA CITY,IOWA 52240 Proposed Profile Grade (CO Cave4 Power Pole(Third Company) 0 RRB Rail Road Signal Control Box PHONE:(319)361-1144 ro p (SHE Sink Hole Power Pole(Fourth Company) 0 TSB Telephone Switch Box CENTURY LINK COMMUNICATIONS - Railroad HUNTER PHAM �� Terrace 4gg Power Pole(Fifth Company) 615 3RD AVENUE SE Existing Proposed Field Tile CEDAR RAPIDS,IOWA 52401 ,A., Earth Dam or Dike(Existing) Electrical Highline Tower(Metal or Concrete) PHONE:(319)399-7487 I Culverts Vv vvv g g Existing Pro A.WAL Earth Dam or Dike(Proposed) ♦ Telephone Riser Pole -F02(D)- MEDIACOM _ -- -3 T Stream .�. CARL NORTON - - -0 Tile Outlet 4, Power Riser Pole 546 SOUT AVE IOWA CITY,, IOWA 52240 -••• Edge of Water 9- Telegraph Pole PHONE:(31)-351-0408 EXT.3701 Existing Drainage /% Satellite TV Dish MID-AMERICAN ENERGY-GAS a `1 - G(D) CARSON HEMPHILL Z�~ Proposed Drainage W— Existing Water Line 1630 LOWER MUSCATINE ROAD o IOWA CITY,IOWA 52240 ■ Right of Way Rail or Lot Corner — W2— Existing Water Line(Second Company) PHONE:(319)341-4461 '' 0 Concrete Monument - - San.- - Existing Sanitary Sewer Line MID-AMERICAN ENERGY-ELECTRIC SYMBOLS UNIQUE TO PROJECT a E(D) LINDSAY HOUSTON a - -Well -T- Existing Telephone Line 1630 LOWER MUSCATINE ROAD IOWA CITY,IOWA 52240 r--.t t�' Windmill - T2- Existing Telephone Line(Second Company) PHONE:(319)341-4419 J EFAX:(319)341-4490 ® Beehive Intake - FO-1- Existing Fiber Optics Telephone Line *CI ii :dL ® Existing Intake — St.S.— Existing Storm Sewer Line = _�^ o :___1 Proposed Intake G— Existing Gas Line --[n e rC� ra Existing Utility Access(Manhole) —G-HP Existing High Pressure Gas Line 7;) Ir-jj% i • Proposed Utility Access(Manhole) G2 Existing Gas Line(Second Company) 4 v o T%' f.Ti Fire Hydrant —G2-HP— Existing High Pressure Gas Line(Second Company) (0 P. • WH Water Hydrant(Rural) - - -E- - - Existing Power Line E - - -E2- - - Existing Power Line(Second Company) • - -TV- - Cable Television Line (Symbols are Typical Only) IOWA 1-CALL# 1-800-292-8989 E 0 o CLIENT PROJECT NO: M3636 FOTH PROJECT NO:211003.00 NO DATE BY REVISION DESCRIPTION SHEET NO. a DESIGNED BY. KWOLLNER CHECKED BY: M-FARHER DRAWN BY: KWOLLNER FOth PETSEL PLACE STORM SEWER IMPROVEMENTS LEGEND&SYMBOL INFORMATION _ LETTING DATE JUNE 2021 CAD DATE 6/3/2021 9U 1:46 AM A.2 3 CAD FILE c.lpw_workdirlpw_ie1Nd_kmw31d0494940100211003.00_A_SHT.dgn IOWA CITY,IA 100-IA 100-4A 07-15-97 10-29-02 ESTIMATED PROJECT QUANTITIES ESTIMATE REFERENCE INFORMATION (1 DIVISION PROJECT) Item No. Item Code Description Item No. Item Code Item Unit Total As Built Qty. 1 2010-A CLEARING AND GRUBBING -DIVISION 2 - EARTHWORK r Bid item includes the removal of trees and vegetation within the Petsel Place project grading limits. 1 2010-A CLEARING & GRUBBING LS 1 Refer to L-Sheets for grading limits. Burning will not be allowed. All debris shall be hauled off site. 2 2010-D-1 TOPSOIL, ON-SITE CY 322 Contractor shall verify all removals, including tree removals, with the Engineer and the City prior to removal. 3 2010-E EXCAVATION, CLASS 10 CY 387 4 2010-G SUBGRADE PREPARATION, 12 IN. SY 684 2 2010-D-1 TOPSOIL, STRIP, SALVAGE AND SPREAD S 2010-I SUBBASE, MODIFIED, 6 IN. SY 684 6 2010-J-1 REMOVALS, AS PER PLAN LS 1 I Topsoil Stripping, 6" = 322 CY DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION _ I Contractor may stockpile topsoil generated from stripping operations on the project site, within the temporary 7 3010-F TRENCH COMPACTION TESTING LS 1 easement limits and may re-use topsoil from stripping operations or import material from another source. DIVISION 4 - SEWERS AND DRAINS 3 2010-E EXCAVATION, CLASS 10 8 4020-A-1 STORM SEWER, TRENCHED, RCP, 15 IN. LF 71 9 4020-A-1 STORM SEWER, TRENCHED, RCP, 18 IN. LF 272 Class 10 Template Cut = 387 CY 10 __ 4020-D REMOVAL OF STORM SEWER, VCP, (SMALL) < 36 IN. LF 301 11 _ 4030-B PIPE APRON, CONCRETE, 18 IN EA 1 4 2010-G SUBGRADE PREPARATION, 12 IN. 12 4040-A SUBDRAIN, 6" PVC, TYPE A LF 232 13 4040-C SUBDRAIN CLEANOUT, TYPE A-1 EA 3 5 2010-I SUBBASE, MODIFIED, 6 IN. 14 4040-D SUBDRAIN CONNECTION TO INTAKE OR STORM SEWER _ EA 7__ _ Quantity includes area underneath 7" PCC pavement plus 2-feet beyond back of curb or edge of pavement. DIVISON 5-WATER MAIN AND APPURENTENANCES _ 15 5010-A-1 WATER MAIN, TRENCHED, DIP, 6 IN. LF 52 6 2010-3-1 REMOVALS, AS PER PLAN 16 5010-D WATER SERVICE STUB, COPPER EA 2 4t I 17 5010-C-2 FITTINGS, 6 IN. LB 138 I iRefer to the C-Sheet tabulations and R-Sheets for locations and additional information. 18 5020-C FIRE HYDRANT ASSEMBLY EA 1 19 5020-I FIRE HYDRANT ASSEMBLY REMOVAL EA 1 I This is a lump sum item and no measurement will be made. Payment will be the contract lump sum price for any I items not identified as a removal quantity in a separate bid item. Lump sum price includes furnishing all DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWER I I material, equipment, and labor necessary for removals as per plan, as indicated in the contract documents. 20 _ 6010-A MANHOLE, STORM SEWER, SW-401, 48" EA 2 Includes removal of concrete pipe aprons and water main. 21 6010-B INTAKE, STORM SEWER, SW-509 EA 2 '. '_ 22 6010-H REMOVE MANHOLE EA 1 7 3010-FTRENCH COMPACTION TESTING 23 6010-H REMOVE INTAKE EA 1 '_ Payment and testing shall be in accordance with division 3 section 3010, of the SUDAS specifications. DIVISION 7 - STREETS AND RELATED WORK 24 7010-A PAVEMENT, PCC, 7 IN. SY 541 8 4020-A-1 STORM SEWER, TRENCHED, RCP, 15 IN. 25 7030-E CURB AND GUTTER 2.5 FT., 7 IN. LF 20 26 7030-A REMOVAL OF SIDEWALK SY 128 9 4020-A-1 STORM SEWER, TRENCHED, RCP, 18 IN. 27 7030-A REMOVAL OF DRIVEWAY SY 74 28 7030-E SIDEWALK, PCC, 4-IN. SY 131 10 4020-D REMOVAL OF STORM SEWER, VCP, (SMALL) < 36 IN. 29 7030-H-1 DRIVEWAY, PAVED, PCC, 6 IN. (RESIDENTIAL) SY 70 30 7040-H PAVEMENT REMOVAL SY 537 11 4030-8 PIPE APRON, CONCRETE, 18 IN j DIVISION 8 - TRAFFIC SIGNALS AND TRAFFIC CONTROL 12 _ 4040-A I SUBDRAIN, 6" PVC, TYPE A 31 8030-A TEMPORARY TRAFFIC CONTROL LS 1 I __ I Refer to M-Sheets for location and additional information. DIVISION 9 - SITE WORK AND LANDSCAPING _+ Subdrain shall be Type S corrugated exterior and smooth interior meeting the requirements of AASHTO M252 32 9020-A SOD SQ 66 or M294. 33 9040-7-0 RIP RAP, EROSION STONE TON 6 13 4040-C SUBDRAIN CLEANOUT, TYPE A-1 DIVISION 11 - MISCELLANEOUS 34 ___ 11,010-A CONSTRUCTION SURVEY LS 1 Refer to M-sheets for additional information and subdrain cleanout locations. Use Types-1 clepnouts. __35 11,020-A MOBILIZATION LS _ 1 36 11,030-A MAINTENANCE OF POSTAL SERVICE LS 1 14 _ 4040-D SUBDRAIN CONNECTION TO INTAKE OR STORM SEWER 37 11,030-B MAINTENANCE OF SOLID WASTE COLLECTION LS 1 38 11,050-A CONCRETE WASHOUT LS 1 Refer to Tabulation in M-sheet for locations. All labor and equipment for connecting-storm swere service stubs to subdrain shall be incidental to this item. All additional pipe, fittings, and redare incidental. 39 0000-999-A TEMPORARY GRANULAR SURFACE TON 5 : . 15 5010-A-1 WATER MAIN, TRENCHED, DIP, 6 IN. . See City of Iowa City Water Standards, Specifiactions and Policies. _ C.'.J - ___ Maximum restrained joint spacing on water main shall be 11 feet. For quantity purpose.% it is sumed 2 restrained joint pipe gaskets/devices will need to be installed on the existing water main. Ational excavation, fittings, labor, hardware and other appurtenances required to properly restrain a ting DIP pipe shall be considered incidental to this bid item. Submit all materials to the City for review prior to installation. 16 5010-D - WATER SERVICE STUB Refer to C-sheets for general notes/tabulations and M-sheets for placement location includes all hardware and fittings (tapping, saddle, corporation valve, service pipe, curb stop, curb box, stop box, stop box lid) necessary for installation of service line as shown on the plans. All service line materials and parts should meet Iowa City Specifactions of accepted products including type K copper. water services shall be installed to water valve. See City of Iowa City Water Standards, Specifiactions and Policies. 17 5010-C-2 FITTING, 45 MJ BEND, 6 IN. PROJECT NO: M3636 DESIGNED BY. K.WOLLNER NO DATE BY REVISION DESCRIPTION 11.' FothPETSEL PLACE STORM SEWER IMPROVEMENTS SHEET NO. PROJECT DATE: JUNE2021 CHECKED BY N.EARNER CAD DATE: 6/U2021 10.1818 AM DRAWN BY. K.WOLLNER - - CA I CAD FILE: clpw_wakdiApw elfNI_kmw31d05034071CTabSheels'ism - IOWA CITY,IOWA ESTIMATED QUANTITIES 100-4A 100-4A 10-29-02 10-29-02 ESTIMATE REFERENCE INFORMATION ESTIMATE REFERENCE INFORMATION Item No. Item Code Description Item No. Item Code Description Refer to the water main fittings tabulation in the C-Sheets and the M-Sheets for locations and additional granular surfacing in Phase 1 after storm sewer has been installed. I 1 information. See City of Iowa City Water Standards, Specifiactions and Policies. Includes all traffic control and equipment necessary to maintain traffic in accordance with the Manual on — The weight of a fitting is determined by the specified weight of the AWWA C110/C153 fitting or manufacturers ! Uniform Traffic Control Devices for Streets and Highways. equivalent standard. All water main fitting connections shall be Megalug Mechanical Joint Restraint. A written traffic control plan shall be submitted to the Engineer for review before work begins._ - 18 5020-C FIRE HYDRANT ASSEMBLY , Sidewalk closures and pedestrian path closures shall be in accordance with SUDAS 8030.117 and will be incidental to the traffic control bid item. Refer to the hydrant assembly tabulation in the C-Sheets and the M-Sheets for locations and additional information per Iowa City accepted product list. 32 9020-A 4 SOD See City of Iowa City Water Standards, Specifiactions and Policies. Hydrants affixed to water main shall have a valve opening of 4.5-inches. All hydrants shall have an Refer to RR-Sheets for additional information. integral Storz fitting pumper nozzle with 1.5-inch pentagon nut, latches, and chain. The top 6-in. of the seed bed shall be free of rock and debris and shall be suitable for the establishment ! of vegetation with the approval of the Engineer. 19 5020-I FIRE HYDRANT ASSEMBLY REMOVAL _ 33 9040-J-0 [ RIP RAP, EROSION STONE See City of Iowa City Water Standards, Specifiactions and Policies Refer to the C-Sheet tabulations and R-Sheets for hydrant removal locations. L Refer to M-Sheets and for locations of revetment stone to be placed at pipe apron. Removal of fire hydrant will be measured by actual count by the Engineer. Includes removal of auxiliary valve. ' The Contractor will be paid the contract unit price per each fire hydrant and auxiliary valve removed. 34 . 11,010-A 1 CONSTRUCTION SURVEY This shall be considered full compensation for furnishing all tools, equipment, labor and materials for the removal of hydrants, pad, fittings, spool and all other hardware. I Refer to control point and benchmark tabulations in G-Sheet. _ All removed hydrants shall be salvaged and stored near the field office. Contractor shall contact the Iowa Lump sum price for Construction Survey shall include staking of right-of-way and easements shown in H-Sheet, City Water Department when hydrants are ready for pickup. + removal limits, grade check surveys for subgrade and modified subbase, as-built survey of water main location prior to backfilling, and reestablishing of existing property pins disturbed during construction. 20 6010-A MANHOLE, STORM SEWER, SW-401, 48" I Construction as-built survey for the water main installation prior to backfill shall include, but not be 21 6010-B INTAKE, STORM SEWER, SW-509 limited to, the following: all bends (vertical and horizontal), tees, fittings,water service corporations, water service curb stops, and fire hydrants. 22 6010-H REMOVE MANHOLE 35 1 11,020-A i MOBILIZATION 4 Refer to C-sheets for storm manhole removals. Item shall include the disposal of the structure. i 36 11,030-A MAINTENANCE OF POSTAL SERVICE 23 6010-H REMOVE INTAKE j Payment and temporary services shall be in accordance with section 11030, part 1.08 of the SUDAS specifications. Refer to C-sheets for storm manhole removals. Item shall include the disposal of the structure. Contractor shall determine the required number of installations and removals. 24 7010-A PAVEMENT, PCC, 7 IN. 37 11,030-B MAINTENANCE OF SOLID WASTE COLLECTION Refer to L-sheets for pavement placement location. Integral 6" standard curb and gutter is incidental to this _ __ Payment and temporary services shall be in accordance with section 11030, part 1.08 of the SUDAS specifications. item. Bid item includes maturity testing. 38 11,050-A i CONCRETE WASHOUT 25 7010-E CURB AND GUTTER 2.5 FT., 7 IN. Bid item has been included for installation and removal of concrete washouts to be used during construction. This item has been included to replace curb and gutter required for traffic control. Refer to J sheets for This is a lump sum item and no measurement will be made. Payment will be the contract lump sum price. Lump location of curb and gutter. Sawcut is incidental to this bid item. sum price includes furnishing all materials, equipment, and labor necessary for installation, use, and disposal l of concrete washouts that meet EPA minimum BPA measures. 26 7030-A REMOVAL OF SIDEWALK _ 39 0000-999-A TEMPORARY GRANULAR SURFACE Refer to Tab 110-5 in C-Sheets and R-Sheets for locations. Properly dispose of all pavement off-site. Existing sidewalk thickness is estimated to be approximately 4-inches PCC. Sawcutling included in bid item. This item has been included for traffic control. Refer to 7 sheets for location. _ Payment and temporary services shall be in accordance with section 11030, part 1.08 of the SUDAS specifications. 27 --. 7030-A REMOVAL OF DRIVEWAY Contractor shall determine the required number of installations and removals. Refer to R-Sheets for locations. Properly dispose of all pavement off-site. Sawcuting included inb bid item. Existing driveway thickness is estimated to be approximately 6-inches PCC. 28 --,_ 7030-E SIDEWALK, PCC, 4-IN. __29 7030-H-1 DRIVEWAY, PAVED, PCC, 6 IN. (RESIDENTIAL) Refer to Tabulations in C-Sheets. A Class C mix shall be used and full strength must be achieved in 24 hours. Refer to L-Sheets for locations and additional information. Q-� 1 Contractor shall provide Certified Plant Inspection and maturity testing per Iowa DOT Standard Specifications. >. a = Only Case 2 driveways shall be installed with this project. } .... 30 — 7040-H PAVEMENT REMOVAL --iCD I ""< Refer to Tab 110-1 in C-Sheets and R-Sheets for locations and additional information. Properly dispose of all t'T7 Dal = pavement off-site. Sawcuting and curb and gutter included in bid item. Q..."s7 f Existing pavement thickness is estimated to be approximately 7-inches PCC. 31 8030-A TEMPORARY TRAFFIC CONTROL Cr) Refer to 7-Sheets for staging and traffic control details. Includes installation and maintenance of temporary PROJECT NO: M3636 DESIGNED BY. K WOLLNER NO DATE BY REVISION DESCRIPTION PETSEL PLACE STORM SEWER IMPROVEMENTS SHEET N0. PROJECT DATE: JUNE 2021 CHECKED BY. M FARHER Foth CAD DATE. 6/7/2021 1018:19 AM DRAWN BY'. K.WOLLNER C.2 CAD FILE. c.7w workdirlyw_ie1Pod kmw3`A05034071C TabShee.Is.alsm IOWA CITY,IOWA ESTIMATED QUANTITIES 113-1 04-16-19 5020-02 01-01-16 SIDEWALKS LIST OF HYDRANT ASSEMBLIES See MI-220 and S Sheets Top of Ground --a ( -;)... �...--.6 -f F. E. .� Elevation Location Notes ; N 608870.07 E 2166337.85 747.67 ♦ ♦ TOTAL = 1 EACH Intersection/Road Quadrant/Side Length CD O S 4" PCC 6" PCC 8" PCC 10" PCC Detectable 5020-03 Sidewalk Sidewalk Sidewalk Sidewalk Warnings Remarks 01-01-16 FT FT % SY SY SY SY SF HYDRANT ASSEMBLY REMOVALS N 608919.80 E 2166431.82 TO N 608875.82 E 2166432.07 286.3 VARIES 5.00 VARIES 110.2 N 608987.80 E 2166354.52 TO __ Location Each Notes N 608992.47 E 2166373.08 11.5 _ VARIES 20.0 -- N 608863.33 1 TOTAL = 131.0 E 2166349.26 TOTAL = 1 EACH 102-3 10-16-18 ACCESS POINTS AND SAFETY RAMPS 110-5 Refer to Cross-Sections 10-20-15 Length of Unclassified Pipe calculated is based on using Corrugated Metal Pipe. SIDEWALK R E MOVA L Refer to MI-210 ©Refer to EW-501. Not a bid item ©Refer to EW-501 or EW-502. Begin End Area Saw Cut* Predetermined for access point not constructed with this project. - _ Remarks Station StationSY LF Location Type Length of Opening 0 O O O Pipe Culvert O Driveway Surface Driveway N 608919.69 N 608875.88 - 107.0 8.0 Area E 2166431.82 E 2166432.07 w PR SR Aprons Surfacing A, B, C, 1� 3 O N 609007.57 N 608992.36 21.0 24.0 Station Side Safety Ramp, Case Dropped Dropped H Size Pipe Lt. Rt. HMA PCC Material Remarks Curb Curb O Length E 2166372.86 E 2166354.02 or Predetermined* _ 1 or 2 LF LF FT FT FT FT IN LF LF LF No. SY SY TON TOTAL = 128 LF N 608864.03 A 20.0 29.3 E 2166355.65 T N 608902.00 A 16.0 - 24.8 -E 2166330.87 110 08 N 608911.75 A _ 17.0 L _- t__ 15.9 04-17-18 E 2166409.57 + - TOTAL = -70 sY - REMOVAL OF CONCRETE DRIVES - * Not a Bid Item Location Area Saw Cut* Remarks Station 'Side SY LF E 2166359.03 28.9 16.0 2427 PETSEL PL E 2166331.92 ' 28.0 15.0 2437 PETSEL QL, 110-14 E 2166409.72 17.0 12.0 2432 PETSEL IfL 04-16-13 SANITARY OR STORM SEWER ABANDONMENT OR REMOVAL TOTAL =_1 74 SY _ * Not a bid item Length of Pipe Fill Material* "--.1-‹ Abandonment, Plug Only ` - DE501004 Sanitary or <_ 36 inch > 36 inch ...-IC") Location/Description or Abandonment, Plug and Fill Flowable Mortar or CLSM Remarks 04-20-10 Storm Sewer or Removal diameter diameter --<T LF LF . REMOVAL OF WATEB. �M_ AIN: N 608897.31 E 2166365.04 TO N 609053.88 E 2166352.46 Storm Sewer Removal 156 6" VCP 0 `-- C ? N 609053.88 E 2166352.46 TO N 609050.84 E 2166207.09 Storm Sewer Removal 145 8" VCP Location Length:;::; Begin Station End Station Size C. marks LF G_ N 608863.33 N 608866.83 6" 10.0 INCLUDED WITH BID ITEM TOTAL REMOVAL = 301 LF E 2166349.26 E 2166338.56 6(REMOVALS, PER PLAN) I N 608934.12 N 608922.17 6" 45.0 INCLUDED WITH BID ITEM E 2166352.84 E 2166395.33 6(REMOVALS, PER PLAN) TOTAL = 55 LF PROJECT NO. M363JUKE DESIGNED BY K WOLLNEFAWNERR NO DATE BY REVISION DESCRIPTION - ��� PETSEL PLACE STORM SEWER IMPROVEMENTS SHEET NO. PROJECT DATE: JUNE 2021 CHECKED BY. M FARHER '0- CAD DATE: 67121321 10 18:19 AM DRAWN BY K WOLLNER C 3 CAD FILE: c:Ip_wakAnoviBIAd_kmw3W0534073CTabSbeetMdsm IOWA CITY,IOWA ESTIMATED QUANTITIES 5010-03 DE110 1 01-01-16 01-01-16 LIST OF WATER SERVICE STUBS REMOVAL OF PAVEMENT Pipe Dia. Location Pavement Location (Inches) EACH Notes Station to Station Type Area Saw Cut Notes N 608857.19 E 2166343.60 1.5" 1.0 CONNECTION TO 2427 N 608911.77 N 608911.82 PCC 6.0 22.7 2.5 FT CURB AND GUTTER 2" 1.0 CONNECTION TO 2437 E 2166453.90 E 2166433.67 TOTAL = 2.0 N 608897.80 i N 608891.98 PCC 531.0 28.0 E 2166433.79 '- E 2166331.41 TOTAL = 537 SY 5010-02 01-01-16 LIST OF WATER MAIN FITTINGS - Location Size/Type Weight (lbs.) Notes 8000-01 N 608934.15, E 2166352.84 6" 45 MJ BEND 36.0 01-01-16 N 608939.13, E 2166357.72 6" 45 MJ BEND 36.0 TABULATION OF EXISTING SIGNS TO BE REMOVED OR REMOVED AND REPLACED N 608939.36, E 2166377.72 6" 45 MJ BEND I 36.0 N 608922.17, E 2166395.33 6" 11.25 MJ BEND 30.0 See Begin Direction Sign # or Removal TOTAL = 138 LBS Road Identification SNotec Remarks Station of Travel Description Quantity (EA.) PETSEL PLACE 508916.02 W8 NO PARKING 1 BY CITY 110-15 166331.95 04-16-13 PETSEL PLACE 508923.85 WB NO PARKING 1 BY CITY REMOVAL OF INTAKES AND UTILITY ACCESSES 166393.94 PETSEL PLACE 508882.88 EB NO PARKING/ARROW 2 BY CITY No. Location/Description Type Remarks 166419.43 TOTAL = 4 EACH 1 N 609052.07 E 2166203.60 Intakes 5 N 609053.88 E 2166352.46 Utilities STORM MANHOLE 7 N 609052.07 E 2166203.60 Utilities CONCRETE APRON, INCLUDED IN BID ITEM 6 (REMOVALS, AS PER PLAN) 5010-01 TOTAL = 2 01-01-16 LIST OF WATER MAIN PIPE Location Pipe Length Station to Station Type Dia. (Feet) Notes (Tnrhac) 608934.15 E2166352.84 608939.13 E2166357.72 DIP 6.0 7.3 608939.13 E2166357.72 608939.36 E2166377.72 DIP 6.0 20.0 608939.36 E2166377.72 608939.36 E2166377.72 DIP 6.0 24.7 Total = 52 LF 7010-01 01-01-16 PCC PAVEMENT TABULATION Location Station to Station Route Side (RT/LT) Length (ft) Width (ft) Area (sy) Subbase (sy) N608897.73 N608897.59 PETSEL PLACE BOTH 103.20 VARIES 540.80 598.50 E2166433.79 E2166330.59 _ PCC TOTAL = 541 SY N 608911.77 N 608911.82 PETSEL-2.5 CURB RT 20.00 2.50 E 2166453.90 E 2166433.67 AND GUTTER TOTAL = 20 LF 0 V.4 ; CD V F--.< -..r 4 E coo ).> C.G"1 +Cb PROJECT NO: M3636 DESIGNED BY K.WOLLNER NO DATE BY REVISION DESCRIPTION PETSEL PLACE STORM SEWER IMPROVEMENTS SHEET NO. PROJECTDATE. DATE: 2021JUN 202110 CHECKEDWN BY. K EARNER 1111- Fot h CAD DATE: 6A12021 10 18:19 AM DRAWN BY K WOLLNER - C 4 CAD FILE. c1pw_workdmpw_e:5d kmw3`\d050340TC TabSheets.slan IOWA CITY,IOWA ESTIMATED QUANTITIES GENERAL INFORMATION — THIS SURVEY IS FOR A PROPOSED STORM SEWER HORIZONTAL CONTROL BENCHMARK IMPROVEMENT PROJECT AT PETSEL PLACE IN POINT NORTH EAST ELEVATION OFFSET FEATURE DESCRIPTION NO. ELEVATION DESCRIPTION IOWA CITY,IOWA. 100 608880.702 2166488.823 748.399 113.29 CPS 5/8"REBAR BM#1 750.19 HYDRANT (BOLT) 101 608971.889 _ 2166236.547 748.562 126.62 CPS 5/8"REBAR MEASUREMENT UNITS FOR THIS SURVEY ARE US SURVEY FEET. HORIZONTAL CONTROL IOWA SOUTH ZONE(1401) HORZ.DATUM:NAD83(NA2011) ED VERT.DATUM:NAVD 1988 US SURVEY FEET Q +CPS ER 101 a ------------- 0 SIGN O 1P OE 9 ° • TY ❑SIGN \ / (a J PETSEL PLACE 8 8 0 osiGN # s 1 OD+"S P:; CD -- _.. E O '—i ' E BM#1 --t C`) w .. 0 O •rn " CO c.11 * ® o CO 3 0 0 O 0 VAL o To o FEET NA E o CLIENT PROJECT NO: M3636 FOTH PROJECT NO: 211003.00 NO DATE BY REVISION DESCRIPTION PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE SHEET NO. DESIGNED BYDATE: K.W UNE 2R CHECKED AT: M.FARHER410 DRAWN BY: K WOLWER Foth REFERENCE TIES AND BENCHMARKS LETTING DATE: DUNE 2021 TAD GATE 5124/2021 7:41:34 PM - — G.1 0 CAD FILE: c:lpw wmkdtrlpw_IeI d_kmw31d04 94 940100 2 1 1003.00_G_SHT.dgn - - IOWA CITY,IA -TEMPORARY EASEMENT N 609060.55 - - E 2166378.53 I - t- t- • t t t I 13'EXISTING PERMANENT STORM EASEMENT ." I . r i. O I - 6 TEMPORARY EASEMENT • r�rrt I THE GREATER IOWA CITY N 609019.63 10'OFFSET HOUSING FELLOWSHIP E2166192.45 TEMPORARY EASEMENT I 420 SAMOA DRIVE • • N60903ARYEASEMENT ,. N TEMPORARY POR R N 609037.41 " E 2166232.35 E 2166350.28 I 27'IFFSET TEMPORARY EASEMENT 4 5 N 609019.82 15'OFFSET O E2166232.44 B SQUARE PROPERTIES.LLC CHRISTOPHER M.LEHMAN 2432 PETSEL PLACE • ANGELA M.LEHMAN I2416 PETSEL PLACE • i TEMPORARY EASEMENT N 608942.32 t E 2166387.94 ,a a 15 EXISTING:ETETi RMN STORM EASE)4E0 LML/E UTIUE / N. �- - - - xRWAY xRWAY >RWAY / L I / \- J 1 p PETSEL PLACE I A I x I 8 � xRWAY P .7 3 8 Believable Partners Ho ;,e UTIUE — Q 8 Coo.eraY c �^- C #...g 22 TSEL PLACE �� ' WAY �'"i °:. ._. h 5 .r ---I}C� i,> N I E: � 2 f o i 0 4 E5 y 73 E / "�' c N O • o til O MARY E.ROFFMAN CO THIS SHEET IS FOR 2417 PETSEL PLACE B SQUARE PROPERTIES.LLC s INFORMATION ONLY - 2427 PETSEL PLACE r Right of Way Legend V I—it----I Property Lines Temporary Easement y I I Permanent Easement I d! \_— Right-of-Way Acquisition / �'N- o t t t t t TA"4 FEET 0 o CLIENT PROJECT NO: M3636 FOTH PROJECT NO: 111003.00 NO DATE BY REVISION DESCRIPTION SHEET NO. FARHER_ Foth PETSEL PLACE STORM SEWER IMPROVEMENTS RIGHT-OF-WAYIETSEL PLACE �J DESIGNED BY: K.WJUNE 2 CHECKED BY: M.312021 DRAWN BY: _K W:49 AM - SHEET H.1 a LETTING DATE: JUNE 2021 CAD DATE 61312021 W28:49 AM CAD FILE: c:lpw_workdIrlpw_ie1HE_kmw31d0494940100211003.00_H.SHTApn n IOWA CITY,IA 108-23A 108-26A 08-01-08 08-01-08 TRAFFIC CONTROL PLAN STAGING NOTES The Contractor shall employ sound practices of safety and traffic control. These methods and practices shall include, but not be limited It is recognized that as the various activities related to construction progress, certain situations may arise which will preclude to, the following: 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 1. Major stages of construction are shown in the staging and Traffic Control Plan. Changes to the staging plan must be approved by the a minimum of two (2) weeks prior to the proposed changes. Coordinate with all public and private projects in the area at all times. Engineer. Written notice shall be provided to the Engineer at least 48 hours in advance of roadway closures and stage transtions. Coordinate with the City of Iowa City a minimum of two (2) weeks prior to changes in the proposed traffic patterns. 2. Traffic control on this project shall be in accordance with SUDAS Section 8030 - Temporary Traffic Control Once work within a stage has commenced, the Contractor shall continue to work within that Stage until all the work within that stage 3. All traffic control devices shall be furnished, erected, maintained and removed by the contractor. Contractor to verify traffic has been completed. control devices at a minimum of once a week or immediately after any weather event. Correct as necessary. 4. All traffic control signs shall be placed at a minimum of 2 feet clear of the back of curb or outside edge of shoulder where possible. UTILITIES: The following is a list of utilities within the project limits. Private utilities with known conflicts are in the process of relocating S. Portable mountings for warning signs may be used for temporary installations of 3 days or less. facilities. Some utilities may not be completely relocated prior to the commencement of construction. It will be the Contractors responsiblity to provide access to the site as necessary for utilities to perform the required relocations.There may be other 6. The proposed signing may be modified to meet field conditions, prevent obstructions and to accommodate construction scheduling upon unknown conflicts discovered during construction. The Contractor shall work with each utility company to resolve each conflict and approval of the project engineer. incorporate them into the overall construction schedule. Refer to sheet A.02 forutility contact information. 7. The spacing of all signs and the distances between signs shown in the plans shall meet the minimum requirements of the current MUTCD. MidAmerican Energy - Underground Electric If the minimum spacing between signs cannot be maintained, the sign locations shall be adjusted to provide the largest space possible. MidAmerican Energy - Service Main Gas Mediacom - Copper & Fiber Optic 8. Sign washing shall be considered incidental to traffic control and required as directed by the project engineer. TRAFFIC CONTROL: 9. The location for storage of equipment by the contractor during nonworking hours shall be as approved by the engineer. The Contractor 1. Maintain one lane of traffic on Petsel Place during all stages of construction. shall provide a written agreement with the property owner(s) if private property is used to store equipment. 2. A maximum closure for access to apartment complexes is 7 calendar days. 3. Maintain access to residents at all times. 10. Contractor shall install Type II Barricades with "Sidewalk Closed" for all sidewalk closures. 4. Contractor shall confine its equipment, storage of materials, and operation of work to the limits indicated by laws, ordinances, permits, or direction of the Engineer and shall not unreasonably encumber the premises with it's materials. The Contractor shall comply with the Engineer's instructions regarding signs and advertisements. 5. If Contractor plans to store equipment or materials on private property they need to provide a copy of the agreement to the City. GENERAL STAGING COMMENTS AND PROJECT INTENT: The Contractor shall work in a continuous manner to complete the project. The Contractor shall follow the construction staging plan as indicated in the contract documents. The Contractor may submit an alternative construction staging plan to be approved by the Engineer. Contractor is approved to work 7 days a week. Night work will be permitted on a limited basis as approved by the Engineer. Contractor to maintain storm water flow throughout the duration of the project. The Staging Plan identifies existing intakes that need to be removed. The proposed storm sewer needs to be partially built in stages to accommodate temporary gravel surfacing and traffic. Phase 1- Watermain, Storm Sewer and Sidewalk 1. WATERMAIN: A. Refer to sheet M.2. Prepare Petsel Place. Submit Shutdown Application 7 days prior to intended work. Install watermain and fittings. Reconnect Petsel Place. Perform bacteriolgical, pressure, and tracer wire testing. 2. STORM SEWER: A. Refer to sheet M.1. Maintain minimum 1 lane of traffic at all times during construction. 3. SIDEWALK A. Refer to sheet J.3. Maintain access to building. Phase 2- Roadway, Hydrant, and Sidewalk 1. ROADWAY — r.a A. Refer to sheet J.4. Install detour traffic control and signing in accordance with the Traffic Control Plan-- 0 2. HYDRANT a=,,y A. Prepare Petsel Place. Submit Shutdown Application 7 days prior to intended work. Install hydrant and valve Weter 4s-restoV'd `• Bacteriological samples taken from new hydrant. 3. Sidewalk ---1C-7 rn A. Refer to sheet J.4. maintain access to building. rri Phase 3- Roadway O 1. ROADWAY A. Refer to sheet J.S. Install detour traffic control and signing in accordance with and the Traffic Control Plan. CO Phase 4- Roadway 1. ROADWAY A. Refer to sheet J.6. Install detour traffic control and signing in accordance with and the Traffic Control Plan. 2. SIDEWALK A. Refer to sheet J.6. Maintain access to building. PROJECT NO M3636 DESIGNED BY K.WOLLNER NO DATE BY REVISION DESCRIPTION SHEET NO. PROJECT DATE: JUNE2021 CHECKED BY: M.FAWNER Foth PETSEL PLACE STORM SEWER IMPROVEMENTS CAD DATE: 6/312021 12:38:12 PM DRAWN BY: K.WOLLNER J.1 CAD FILE: C.pw_wkcinpw_ievw Iumv3W05034071J Tab.dam IOWA CITY,IOWA TRAFFIC CONTROL AND STAGING NOTES CROSS SECTION VIEW COLOR LEGEND PLAN VIEW COLOR LEGEND OF TRAFFIC CONTROL AND STAGING SHEETS OF TRAFFIC CONTROL AND STAGING SHEETS LINEWORK Design Color No. SHADING Design Color No. Green (2) Existing Topographic Features and Labels Green,Light (225) Existing Pavement Shading Magenta (5) Pavement Marking Call Outs Gray,Ught (48) . „ Previously Constructed Pavement Shading Blue (1) Proposed Utilities Gray,Med (80) NMI Previously Constructed Granular Surface Shading Yellow (4) Pavement Markings,Yellow Blue,Ught (230) 1.11.1 Proposed Pavement Shading Off White (254) I— I Pavement Markings,White Lavender (9) Temporary Pavement Shading Violet (15) NM Temporary barrier rail,Unpinned Brown,Med (237) gE.. ;Future Proposed Pavement Shading Flush Orange (228) Temporary— barrier roil,Pinned SHADING Design Color No. CROSS SECTION VIEW PATTERN AND SYMBOL LEGEND Green,Light (225) Existing Pavement Shading OF TRAFFIC CONTROL AND STAGING SHEETS Gray,Light (48) Previously Constructed Pavement Shading Gray,Med (80) Proposed Granular Surface Shading \\\1 Pavement Removal ® Proposed Granular Shoulder Gray,Med (80) ME Previously Constructed Granular Surface Shading Blue,Light (230) Proposed Pavement Shading Lavender (9) MIN Temporary Granular Surface Shading l Proposed Granular Subbase ;'moo: Temporary Shoulder Brown,Light (236) ism Proposed Grading Limits Shading Pink,Dark (13) MM Proposed MSE or CIP Wall Shading ,.'.%•,. Proposed Special Backfill I . . I Existing Shoulder Strengthening Red (3) MM Proposed Bridge Shading and Sign Trusses Black w/Gray, (0,48)ISM Previously Constructed Structure Light Fill A Temporary Barrier Rail Permanent Barrier Rail 411 PLAN VIEW PATTERN AND SYMBOL LEGEND OF TRAFFIC CONTROL AND STAGING SHEETS Channelizing Device • Channelizing Device Crash Cushion(Temp or Perm) X Drum 0—> Traffic Signal G Temporary Lane Separator Flogger • Tubular Marker ael) Temporary Floodlighting • Channelizer Marker I' Traffic Sign A Concrete Barrier Marker k Type Ill Barricade C Delineator r= Type A Warning Light .r• Temporary Barrier Rail f Direction of Traffic ® Pavement Removal =\ Safety Closure 2ti�.«.• Sand Barrel Layout (/ NOTE:Device spacing according to Standard Road Plans unless specifically dimensioned. z $ M 8 8 r—• r TRAFFIg CONTROL AND STAGING ° (COVERS SRR SERIES J) - iin .• cc G 1 `L^ 2 P. E g c E o — SHEET NO. o CUENT PROJECT NO M3636 FOTH PROJECT NO: 211003.00 NO DATE BY REVISION DESCRIPTION PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE A DESIGNED BY: K.WOLLNER CHECKED BY: M.FARMER DRAWN BY: K.WOLLN R TRAFFIC CONTROL AND STAGING NOTES .' `E LETTING DATE JUNE 2021 CAD DATE 6/3/2021 9:47:48 AM CAD FILE clpw_workdlrlpwjellvd__Kmw31d0494940100211003.00J0ISHTAgnItl FOth IC)C'iA C T''.A 3 n PHASE 1 _ . -NEW STORM SEWER ACCESS TO BE MAINTAINED DURING STORM CONSTRUCTION. TEMPORARY GRADULAR BACKFILL NEW WATERMAIN 0 KE Cr a x El 3 Q II Its' x \• --- • PETSEL PLACE .. 8 8 ';I. 8 6 T„a . N *c? C E _'""I = E o _IC) r co V Q r u 3 n b .? J ` V �� 0 20 ��N r F E 0 o CLIENT PROJECT NO: M3636 FOTH PROJECT NO: 211003.00 NO DATE BY REVISION DESCRIPTION SHEET NO. Foth PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE DESIGNED BY: K.WOLINER CHECKED BY: M.EARNER DRAWN BY: K WOLLAER LETTING DATE JUNE 2021 CAD DATE: 6/7/2021 10:59�05 AM STAGING AND TRAFFIC CONTROL 4 CAD ALE clpw_workdIrlpw kVvd_Iunw31CW94940100 2 1100 3.00.J01 SHT.dgn A. IOWA CITY,A PHASE 2 I 0 , 0 . • ¢w rn- �ci) o) x 00 �� in U N O YCE cc IG�,� ,_co OCI o v 0 0 T N x / 11 N x 3 Q v III. Q CO .I R II • • • • • •RE REMOVE CURB AND PLACE TEMPORARY GRANULAR SURFACE • • • • PETSEL PLACE • • • • • • 8 g � ,,," PLACE NEW HYDRANT 1?+"4ir ET- AND RETAP SERVICE ..� '� �q 5 FOR 2427 AND 2437 Y iV ill { ¢w 1 rn.- ...4C i co x E • + 3 MAXIMUM 7 DAY CLOSURE ALLOWEDCA E FOR THE BUILDING ACCESS 3 0 • u a_ 2 V O 3 O c o "'" "i D20 LI r Il4 0 SHEET 9 CLIENT PROJECT NO: M3636 EOTH PROJECT NO: 21100300 NO DATE BY REVISION DESCRIPTION NO. Foth PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE DESIGNED BY: K. M. K.WOLLNER CHECKED BY: FARHER DRAWN BY: WOLINER STAGING AND TRAFFIC CONTROL E LETTING DATE: JUNE 2021 CAD DATE 6/7/2021 I0:54:12 AM --- - ---- ��� CAD FILE c:lpw_workdIrlpw_iellvd_kmw31d04949401002 I I003.00.102.SHT.dgn 8. IOWA CITY,IA PHASE 3 _ . REPLACE CURB AND GUTTER Qo 8 o) x to U N .4 O D o O 0 ON x CO 11 CV CC � 3 ,cc � ,r I • • •• • • MAXIMUM 7 DAY CLOSURE ALLOWED PETSEL PLACE \ FOR THE BUILDING ACCESS y i ¢ ,% Q O r O s � Yr z� rn of o U N CO E '`. I 3 'n (s a, 0 0 s u a 2 V O 1 c ���v� 0 FEET 20 g .R CLIENT PROJECT NO M3636 FOTH PROJECT NO: 211003.00 NO DATE BY REVISION DESCRIPTION SHEET NO. Foth PETSEL PLACE STORM SEWER IMPROVEMENTS STAGING AND TRAFFIC CONTROL PETSEL PLACE DESIGNED BY: K WOLWER CHECKED BY: M FARHER DRAWN BY K WOLLNER STAGI LETTING DATE DUNE 2021 CAD DATE 61712021 10:50:1 I AM 3 CAD ALE clew_wodcdk 1pw_klWd_kmw31d0494940100211003.00_103SHTAgn IOWA CITY,A pw-.///PW-APSI.loth.com:PW_IE/Documents/Cllents/Iowa City IA C/Petsel Place Storm Sewer Improvements/CAD/Plans/002 11003.00_J04SHT D U 2 O F• O Z !A m D O 75 2 n 3 O F .. a m Y ti o (i Fl P O P 8 P V E. E gyms 8 O S z � 8 < o Q F o Q g 8 II 6 m 3 O D X me c c r o D < 0 O D O O to c y m m N N D r II • • • • co I..• • •��\• m • • • • • A SIDEWALK SIDEWALK r- CLOSED CLOSED R9-9 R9-9 A 24"x 12" 24"x 12" m co 0 f 3 N m a m 70 0 m m Z n N v O m N D M O Z Z• r m -i T n O ROAD O WORK AHEAD W20-1 48"x 48" ,�„ li � gal�� ;oI g, :g 1$4 11 VICT 11QZ A � 1 �r/� O I i p l tst I 0 51 St I a ro \ I / \ I ©� — - — —-e ae- 0a a l ite e I 0 1 ssRw: MIR ^ 12"SUBGRADE PREP 1 4 f ` 6"MODIFIED SUBBASE O I r TEMPJE I THE GREATER IOWA CITY I 1 I I 7"P C.CONCRETE PAVEMENT HOUSING FELLOWSHIP I b I I 420 SAMOA DRIVE }^x,J I .+ °' I I `� I irAl 1 tt i :.. O y 41 ? /: B SQUARE PROPERTIES.LLC ` �— CHRISTOPHER M.LEHMAN 2432 PETSEL PLACE il+.�IN I ANGELA M.LEHMAN J I 2416 PETSEL PLACE . Ce1 1f 1 `` \ \L .�1 — 1 B I , \ l titlMti* _ '\___ i /) — 411111iiiii; E, _ _ _ _ _ _Untie_-r---__ _ UTIUE N °SIGN — — — __ , :or _, •-14111 -__ _i ___ __ _ G Cl AWAY aRWAY zRWAV ((fl PETSEL PLACE O ,O\-I — _ — — _zRWAV e Believable Partners Ho :..I. \3' �— u we p $ CooperaY c / i 24 TSEL PLACE ��, o C_) Srn 0 x•• --: .rn E ' -` 1:::::, Ca E 4M OD O MARY E.ROFFMAN s B SQUARE PROPERTIES,LLC 2417 PETSEL PLACE 2427 PETSEL PLACE d 3 2 V 0 3 b- 'r s- 4 w x N`— II e / e e e e TAI "� FEET F 3 o CLIENT PROJECT NO: M3636 FOTH PROJECT NO: 21100/00 NO DATE BY REVISION DESCRIPTION SHEET NO. DESIGNED BY T.WOLLNER CHECKED BY: MFARHER DRAWN BY K.WOUER Foth PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE k' LETTING DATE: JUNE2021 CAD DATE 6J712021 II:1407AM GEOMETRIES STAKING,AND JOINTING L. i CAD F1LE clpw-WorkdIApw_lelPld_kmw31d04949401002 11003A0_LSHT.dgn IOWA CITY,IA 1 I/ 0 a F 1 0 1 - a /ST 401 ©' / \ I .a * 0 8 -a. O I © .J3, _ a a \ 1 �} $ _!_ 41f 1 p R R ! I © d b 0 0 I 1 I I - - sIRMIG-- � SFRM/E 1 \ L 6 , I© 7EMP/E 0 THE GREATER WA CITY I 1 \ I I HOUSING FELLOWSHIP I a 420 SAMOA DRIVE - - b eke I , o } EtI I I ' O ,N I r. O , [i, f B SQUARE PROPERTIES,LLC CHRISTOPHER M.LEHMAN 2432 PETSEL PLACE I ANGELA M.LEHMAN 2416 PETSEL PLACE ii1 I 1 I d TXNMyx UTILIE -,-- UTILIE Or is N - ❑SIGN\ b NJ m 462 , N l'1 xRWAY 1RWAY AWAY 0 O ❑s d ViI (( " U o 111 5' 10.0' 10.�` 70 0' 10 0' 10.0' 10.5 1 Q_5' 9.9' 10 5 ;n LT 0 K YP. P 11.4' PETSEL PLACE 6.8' ,T, .- 5.9' i A / ARWAY 8 ^� Believable Partners Ho — •A# In1uE Coo eraY c d 2 TSEL PLACE r\, / , *11 / _ _______------- v �... :74 n 11 c 3 O cs MARY E.ROFFMAN E F s B SQUARE PROPERTIES.LLC 2417 PETSEL PLACE 01 - / 2427 PETSEL PLACE CO d u °, a a. V A 0 20 A. C.3 gJ N FEET E '�,� t g o CUENT PROJECT NO: M3636 FOTH PROJECT NO: 21100300 NO DATE BY REVISION DESCRIPTION SHEET NO. PETSEL PLACE y� DESIGNED BY IL WOLWER CHECKED BY: M FARHER DRAWN BY: K WOLWER PETSEL PLACE STORM SEWER IMPROVEMENTS /� a LETTING DATE JUNE2021 CAD DATE 61312021 10:33:I9AM Foth L`GEOMETRIES STAKING,AND JOINTING •'—�,, CAD FILE clpw_woddIrlpw_kalld_kmw31d0494940100211003.00_LSHT.dgn � io�r1A are.IA I NOTES: e *ALL ELEVATIONS ARE FORM GRADE SIDEWALK UNLESS OTHERWISE NOTED I I N 609007.44 E 2166364.34 0 SIDEWALK 744.60 15tp1 a N 608995.71 SN1DEWALK 6 00757 .g E 2166365.35 0 I - - 745.25 E 2166372.86 $ * 21, MATCH EXISTING 51(01 I O © SIDEWALK SIDEWALK o I © -8. $ N 608995.29 N 608992.47 - - E 2166358.85 } $ E 2166373.08 / \ I -t_ 7��27 I • t MATCH EXISTING R PPC I 1 €} 0 Q I I N 608932.40 Cr.) I - - <3 SiRMvG-�- ^9ID K E 2166369.56 1 1 N 608997.17 746.43 I I /1 I [}� 1E O I Q - _ TEMP/Er`,21$ �, in SIDEWALK t/ T I N 608931.97 THE GREATER IOWA CITY I © SIDEWALK I I E 2166388.01 HOUSING FELLOWSHIP I I I N 608991.05 I 747.40 420 SAMOA DRIVE 74 b E 2166359.31 ?i�1 END 30'RADIUS,BEGIN 25'RADIUS C 745.37 Itii I N 608921.28 S0898IDEW• r. E 2166391.36 N 608987.80 746.57 PCC E.66354.52 Q z N 608926.60 MATC EXISTING V DRIVEWAYO ,. rI, I - E2166346.01 QUARE PROPERTIES k� I N 608923.10 CHRISTOPHER M.LEHMAN 746.60 2432 PETSEL PLACE E2166403.65 DRIVEWAY ANGELA M.LEHMAN MATCH EXISTING N 608921.56 2416 PETSEL PLACE SIDEWALK SIDEWALK 1' I E 2166415.80 N 608917.71 DRIVEWAY N IVEWA.31 N 608939.03Z MATCH EXISTING E 2166325.41 E 2166365.55 DRIVEWAY 747.38 747.62 el 2166403.64 N 608917.61 �i1 747.46 SID ... . ;. e ra E 2166415.69 .RIVEWAY I. N 608935.08 -- 747.51 N6r:•10.25 E 216633 .'• E 21663744.062 16677�.62 I I DRIVEWAY BEGIN SIDEWALK 746.87 N 608911.61 N 608921.65 E 2166419.07 DRIVEWAY yx � E 2166431.79 N 608909.08 tidM �� 746'80 MATCH EXISTING DRIVEWAY E2166322.33 d440011, BEGIN SIDEWALK �� N 608908.94 747.77 S �� - N 608917.74 °' E H EXISTING 8.18 �'�lkiffrzr_Lnt- E 2166431.85 MATCH EXISTINGND6088E94 40 `/ �, MATCH IXISTIN BEGIN CURB AND GUTTER 0 xRWAY >AWAY xRWAY E2166321.18 p '/% H DRIVEWAY a E2166453.86 747.87 N 608914.48 i_VY -- - MATCH EXISTING DRIVEWAY / -illibil- E 2166400.57 BEGIN CURB AND GUTTER N 608894.12 746.65 BEGIN 30'RADIUS N 608909.27 E 2166317.16 N 608911.58 E 2166453.91 MATCH EXISTING �� E 2166413.58 MATCH EXISTING DIRVEWAY PCC 746.76 PETSEL PLACE BEGIN PCC A N 608892.12 SIDEWALK CENTER OF RADIUS N 608909.27 N 608882.34 N 608897.59 BEGIN PCC E 2166453.91 E 2166331.05 N 608879.99 E 2166334.09 N 608883.78 747.10 E 2166324.40 E 2166365.59 - - -""`�'- - - - - - MATCH EXISTING 747.03 746.99 E 2166433.91 747.24 SIDEWALK / - - AY MATCH EXISTING -J 3 N 608:• .• Ek• g •6333.27� � � �} _ SIDEWALK - •, Believable Partners Ho _..la 747.981141P4 N 608877.95 `✓ $ Coo•erat' - c DRIVEWAY �` /..4 SIDEWALK E2166432.06 ,� TSEL PLACE N 608868.06 ` ♦ , N 608873.81 MATCH EXISTING C) C.,+ s 2. E 2166346.82 E SIDEWALK : G.y r DRIVEWAY 746 8 r DRI AY ,�� I ., E Z 664 3..29 N 608877.83 E MATCH21664 EXISTING --a+ ..ws. 1 '�+ �+ ..�•' N 608857.59 N 60 .98 -�� 746.79 747.666420.16 --< = i E E 2166342.35 SID ALK g E 2166344.27 MATCH EXISTINAir. N 608 72.56 PCCrn DRIVEWAY E 21 2.29 N 608881.02 - T-" TA"•E 747.85 E 2166401.31 ('T'{ t n N 608 9.21 DRIVEWAY 747.8 746.71 E 2166 57.72 MATCH !STING N 608852.84 , CO O E2166360.36 END 35'RADIUS/BEGIN 30'RADIUS 2 MARY E.ROFFMAN 747.86 N 6088 3.89 . (s'1 TA B SOU• . LC -SIDEWALK E2166 1.35 2417 PETSEL PLACE lr) s N 608862.24 2 27RE PETSEPROP RTIES PLACE 746.62 E 2166388.72 u .. DRIVEWAY PCC 747.77 a N 608862.66 N 608865.66 0 E 2166367.89 E 2166379.95 a 746.59 SIDEWALK- 746.56 N 608853.86 'r d'v a. E 2166374.00 '? 747.82 1 0 / 0 A 2 c F2 i E 0 o CUENT PROJECT NO: M3636 FOTH PROJECT NO: 211003.00 NO DATE BY REVISION DESCRIPTI ON SHEET NO. PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE DESIGNED BY: IL WOLNER CHECKED BY: M.FARHER DRAWN BY: K.WOUAER LERING DATE JUNE 2021 CAD DATE 6/3/2021 10.39S7 AM FOth GEOMETRIES STAKING,AND JOINTING L•3 war CAD FILE clew kdirlpw_ielkd_kmw3160494940100211003.00_LSHT.dgn IOWA CITY,IA T 1 ill 1 ' I I JE _ 1 KF+:r:Fx :NU:DRAIN191 / 7)1 / � II f � BEGIN BEGIN E END BEGIN END n YYY '>� • I I el. I (Ti 'vETYPE �C'TMFLOWLINE SURFACE FLOSURFACE CONNECTION CONNECTION NOT m I NUMBER (FT.) ELEVATION ELEVATION ELEVATION ELEVATION ITEM ITEM ...: Ti7 l\ O / I I 5R-1 6'OPERf. 65 ]64.3] ]66.3] ]44.07 746.57 CO-1 5-I OUTLET TO STORM STRUCTURE 1T} SB-2 6"ORERf. 59 ]H.60 717.10 ]M.07 746.57 CO-2 5.1 OUTLET TO STORM STRUCTURE UR o / 5&3 6"OPERF. 63 7M.60 717.10 743.94 746.M C63 5-2 OUTLET TO STORM STRUCTURE 5RJ fi"OPERE. 65 7N.13 ]46.93 ]43.% 746.44 CO-3 5-2 OUTLET TO STORM STRUCTURE p / N13 I I TOTALS: b'0'ERF,• 232 a �u evMn i i ./ CONNECT EXISTING ROOF DRAIN 3.7 )•} e / O 1 CO NECTEXISTINGROOFDRAIN CLEANOUTS pS �� TO PROPOSED MANHOLE. I a i zX TO TRACTOR MANHOLE. � (CO-2) ^K CONTRACTOR IS RESPONSIBLE �. { •; CO IS RESPONSIBLE FOR LOCA-ING EXISTING PIPE II •_i, NUMBER NORTHING EAsnNG NOTES I - I Ij ::•LOCATING EXITING PIPE 41 I III.OrMC['rI l� I\ a IAC) I\ G1/4, l - - _� I I I . t '� 3/dN31 - - - ' C4 Q1 --- - - I li_ - . _ ` \ 1 - - I s is- e 5-4 9YNNa 1 11 rr � _ - m - tti 3 / I I r - CP-3� `_ _ (j V 5 1 P-1; ®rErommemmiummimor ' O d� 5 3) i- C P 4) 11 Q1/, cI� Cng Q - _ -`', O \ 6 TONS OF EROSION STONE I I \ CONNECT EXISTING STORM SEWER it._ i� TO PROPOSED MANHOLE. g g 3 405 •* CO CT EXISTING STORMR- CONTRACTOR IS RESPONSIBLE 0 0 I N �, / FOR LOCATING EXISTING PIPE. "9' 0 I o Is- ��; I ...00 O••'POSED MANHOLE. g g ©(QK CO CTOR IS RESPONSIBLE FO OCATING EXISTING PIPE. 0. LIST OF INTAKES AND UTILITY ACCESSES LIST OF STORM SEWER PIPE4.1v-- ° * p 1 B ihr -r_ LINE TYPE OR FORM BOTTOM LINE INTAKE/UTILRY CLASS PIPE LENGTH SLOPE FLOW UNES PIPE C j� 00 +® NUMBER LOCATION STANDARD GRADE WELL NOTES NUMBER ACCESS NO. D DIAMETER OF LINE % INLET OUTLET PROFILE NOTES ROAD PLAN (ELEV.) (ELEV.) FROM TO • (INCNE51 IFEEi O I I jj D I s] NfiaRR6a.n,Eub6lnse sw-509 ]66.56 u250 ELEVATION ELEVATION SHEET NO. I (� I CO-3 I 1 1 _ P-1 Sl S2 2000 15 69 0.50% 743.00 742.66 1 S2 N 408932.30,E 2166370.03 SW-509 74642 74196 I • I I P-1 1-2 5-3 i000 19 IL 1.70% 742.46 740.40 1 1 ( I jii I 5-3 N 60%54.0%E 216635453 SWJ01(4B') 744.00 73940 IH6•) 744.09 739.15 P.3 5-3 5-4 2000 19 79 0.65% 74030 739.75 1 5-4 N 60%5236,E 2166271.39 SWJOl i I I I§ I` Py 5� 5-5 2000 1D ]5 0.65% 739.65 739.16 1 `�'� I +\�� 0 20 S-S N 609050.82,F 21661%.16 W FES 739.16 li „+ TOTALS: IS'. e ( JtFEET TOTALS: sw-509= 2 I9'. 2]1 -SW401(IB')= z FEET I f I' '7� R I WFFS= 1 760 //J 'I 760 760 760 755 755 755 755 5-2,SW-509 INTAKE 5-1,SW-509 INTAKE N 60E932.30 5-3,SW-401 48"MANHOLE N 6084364.77,E 2166377.56 E 2166370.03 N 609054.48 FORM GRADE_746A2 S-3,SW-401 48'MANHOLE S-4,SW-401 48"MANHOLE 750 FORM GRADE=746-¢4 750 750 609osa:ua N 609052.26 750 A N BOTTOM WELL ELEV.=742.50 = - RIM=744.00 E 2166354.531 E 2166271.39 S-5,18'FES BOTTOM WELL ELEV.=739.E0 RIM=744.00 1 IM=744.09 N 609050.82 BOTTOM WELL ELEV.=739.80 BOTTOM WELL=739.15 E 2166196.18 • $ 745 745 745 745 8 FL=743.00 yr FL=/42.66ti;8LE@1.7o s 740 P-1 15"RCP 69 LF @ 0.50 FL=742. 6 740 740 FL=740.40 740 MINIMUM 18'SEPERATION FL=746 40 FL=74^v.3^v FL=740.30 FL=739.75 FL-739.65 FL=739.16 qE 8'WATERMAIN P-3 18"RCP 79 LF @ 0.65 r� E P-4 18"RCP 75 LF @ 0.65 r-a 735 735 735 ..• 735 o .-4 730 730 730 ")-4. •L �„ 730 .`•dam 6 L 2. 725 725 725 _ 725 N 7 tit P. 720 720 no 720 C b I 3 S 4 4 N bv in \ ,4 n t 715 a r. r. - _715 715 715 § +75 100+00 +25 +50 +75 101+00 +25 +50 +75 +25 +50 +75 200+00 +25 +50 +75 201+00 +25 +50 +75 y 4 CLIENT PROJECT NO: M3636 FOTH PROJECT NO: 211003.00 NO, DATE BY REVISION DESCRIPTION SHEET NO. PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE yr DESIGNED BY: KwoLLNER CHECKED BY: MFARHER DRAWN BY: KWOUIER STORM SEWER PLAN AND PROFILE M.1 LETTING DATE JUNE 2021 CAD DATE 6/7/202I 10:32:44 AM ; CAD FILE CIpw_wOFEdiRpw_eINd_EmW3Id0494940100211003.00_MOI_SHTdgn Foth IOWA CITY,A s \ I -4- - -- 0 scow- /MPIE - 1 NGE�P PI-N'''\ 1 01 Q lu ` III t1}t 1 \ 24A pESSE� Y 11 1Q - - — , \ 4 ��� 0 S \"k-C O A CIS 1 I I S IJI PETSE R9 CE t \ \ 6'WATER 45'END MAIN W/RESTRAINED J TS a+ ------------------ µW E GREplER 10o SHIP a �� 1 608939.36,E 2166377.72 r i e t NOVSING F�A R1VE ti. ' ' isec ' PY 420 SAM a 1 6'WATER MAIN W/RESTRA I . •' — - — nw 6'WATER MAIN W 'ESTRAINED JOINTS .^:,ii} „ 45'BEND \ 11.25'BEND N 608939.13,E 2166 57.72 8 1�, # N 6089 2,1.7-�cro6395.33 I - _ W - / OHO_ 6'WATER MAIN WI RESTRAINED JOINTS * `�� - %S1 _ wI01 \47---------------__ts 45' BEND \ gt1. _ _ .1=d 15,E 2166352.84 Q /�Ar -�� °��y���� ` `'ci off` \��' PE�SEEPEAEE 1I BPS 5 � .... __ow"' Wi O ILTI RETAP WITH 2.0'TYPE K Nikl.,,.\,.. .N., �COPPER TO NEW STOPBOX2437 PETSEL PLACE SERVICEQ /----______7- NOTES: / � � / �ALL BENDS WILL ACCONT FOR THE dFg \ 4.�VW yN EET iFHORIZONAL AND VERTICAL DIFERENCES. — • , 3 REFER TO FIGURE 5020.202 OF CIY OF IOWA CITY O Ho / OFFMAN SUPPLIMENTAL FOR DEADEND HYDRANT ASSEMBLY. •elle�able pecatels ° COPPER TO NEW STOPBOX r N 8870.07,E 2166 37.85 Z pRYP SEC pIACE COO tSEt ptACE 2427 PETSEL PLACE SERVICE Q 41 .„ 765 /4' ., 765 760 760 755 _ 755 5= 2 E 8 750 750 c C Le �1, `, S 745 18'STORM @ 742.40 .y i .-,•.wm 745 ' 18'MINIMUM SEPERATION 3 ..� ) ..r E 740 N 608922.17, 2166395.33 0 740 N 608934.15,E 2166352.84 ra. X 6'45 BEND 6'11.25 BEND a. FLOWLINE ELEV=742.15 Q FLOWLINE ElEV=742.18 we- al 735 N 608939.13.E 2166357.72 N 608939,36,E 2166377.72 .' 735 6'45 BEND 6'45 10 FL O WLINE ELEV=74018 FLOWLIN Be..?ELEV=740.18 e u 82. 730 730 V 0 2 C d V 725 725 4C E 'X a ,o M N - n 720 N ^ NI 720 o +25 -2+00 +75 +50 +25 -1+00 +75 +50 +25 0+00 +25 +50 +75 1+00 +25 +50 +75 2+00 +25 +50 +75 3+00 +25 +50 0. CHEW PROJECT NO: A43636 FO1rPRO1ECTNO: 211003A0 NO DATE BY RENSIONDESCRIPnON PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE DESIGNED 8•6DATE: K W UNE 2 CHECKED 0Y: M EARNER DRAWN BY: E.WOLLNER A LETTING DATE DUNE 2021 CAD DATE 6I712021 1FOth WATERMAIN PLAN AND PROFILE ` 4 CAD FILE: clpw_Workdl6pw_Ie1Hd_kmw31d049494010021I003.00_MO2SH1-dgn _ IOWA CITY,A 1 ern li2 a LEGEND 0 I I \ REMOVAL I I a X TREE AND SHRUB REMOVAL 5T 5101 .s, r///,I PAVEMENT REMOVAL O -a. a_ 4 I -g SIDEWALK REMOVAL /5T o $ a $ 0 0 I50 -9. -a_ 8 q ���y DRIVEWAY REMOVAL 1 t at ° $ o t t 03 \ © 1 X - - - - - - a - 1 LEGEND lit I STRM/E STRM/E y \ I 1 N -, '..4 C) 1 X x r-- '. CDTEMP/E 02I PARKING THE GREATER IOWA CITY Ia t ANY HOUSING FELLOWSHIP I I I I TIME 420 SAMOA DRIVE b 4 I ` oI Ft, II w# I R7-1 O O 18X12 5 ., _ N� B SQUARE PROPERTIES,LLC : :_ CHRISTOPHER M.LEHMAN 2432 PETSEL PLACE I ANGELA M.LEHMAN �••• •• 2416 PETSEL PLACE PA17),1(ING 1. ` ANY 'it I POTHOLE#2 TIME �� [J I TOP ELECTRIC(@ 6)=741.5 � 01 REMOVE INTAKE ` �; POTHOLE#1 R -1 R 1/47-7 N 609052.07 {'!� TOP OF STORM(@ S)=743.8 18 12 E 2166203.60 I TOP OF GAS(@ 4)=742.8 02 REMOVE 156 LF OF 6'VCP Irk TOP OF WATER(@ 4.5)=742.3 gip/111pr oo N 608897.31E 2166365.04 TO _ N 609053.88 E 2166352.46 n OR' _ GI REMOVE MANHOLEl'''''' 'i unuE unuE N 16635 4 \ •- /- © - -e E2166352.46 & — ❑SIGN - ��-- - - — sAmo- OREMOVE 145LF8'VCP :• IN -fJ7 1—- -o�P N60OVE1 5LF8'216635246T0 ?/. / xItWAY AWAYOtWAV N 609050.84E 2166207.09 a r /::• i��� REMOVE CONCRETE APRON te:-GI `\ E 2166203.60 , r �!r� W � � m !JP REMOVE HYDRANT ASSEMBLY \1 IVO - iiii_ PETSEL PLACE O E2�16864 6 1:::: s�: I/ PROTECT LIGHT POLE �1 07 REMOVE AND REPLACE R7-1 SIGN BY CITY I '� d - - - - - .CPS N 608916.02 :; I , C) / E2166331.95 i t \�; / _ _ _ - - _ -yRWAY ei $ REMOVE AND REPLACE R7-1R SIGN BY CITY 3 E 0 o Q C.• ^may g O E 2166393.94 [° d Believable Partners Ho _Lue /•�`\�; o 8 Coo erati c •• • \ •` 7• �•�$" REMOVE AND REPLACE R7-1 SIGN BY CITY :1.7 :.`\ �+ ,.,. ON608882.88 2 TSEL PLACE ���\ / I 5 E 2166419.43 ..- * n...4 v 10 REMOVE 10 LF OF 6'WATERMAIN 0 .r ::t�.. ril N 608863.33E 2166349.26 TO " ..+� N 608866.83E 2166338.56 TOP OF GAS(@ 2.5' 7450 '� VO E 17 REMOVE 45 LF OF 6'WATERMAIN )= 1 ., CO N 608934.12 E 2166352.84 TO N 60892217E 2166395.33 1 01 g O MARY E.ROFFMAN g B SQUARE PROPERTIES,LLC 2417 PETSEL PLACE u 2427 PETSEL PLACE e u r 0 ��„*4 Oda M Ao TAS FEET c t t t t t o CUENT PROJECT NO: M3636 FOTH PROJECT NO: 211003.00 NO DATE BY REVISION DESCRIPTION PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE SHEET NO. i DESIGNED BY: K.WOUNER CHECKED BY M FARHER DRAWN BY: K WOLL ER REMOVAL SHEET R. 1 k CAD FILE clpw_workdirlpw_Ie1Md_kmw31d0494940100211003.00_R_SHT.dgn IONiA CITv IA LETTING DATE JUNE 2021 CAD DATE 6/7/2021 1013:21 AM Foth b 0 0 0 -`---- -.H/ ...--.'H..:•. . ...•• : : •• 6 - reMP.. I THE GREATER IOWA CITY HOUSING FELLOWSHIP • 420 SAMOA DRIVE ` {i11. " °' o O O � 6 B SQUARE PROPERTIES,LLC CHRISTOPHER M.LEHMAN 2432 PETSEL PLACE I ANGELA M.LEHMAN I2416 PETSEL PLACE / owo . - . an \. : ......\--- ... .., —.-Y O YP (1 zRWAY AWAY xRWAY -i PETSEL PLACE N P `� 'e. ,e:' w, ___I /7 xRWAY �� is 8 O 8 D. o --i tn. g 6 .r Believable Partners Ho _;.. \ . � 0 urwe "� s o TT� 8 Coo.eraY c A •• • — s 2- • TSEL PLACE °%<,F o I 0• _ el' & 0 o p tD E , o E 0 1 o OMARY E.ROFFMAN s B SQUARE PROPERTIES.LLC 2417 PETSEL PLACE N 2427 PETSEL PLACE u °•' r 0 0 LEGEND u a 4 I • I SODDING Q INLET PROTECTION t o — - FILTER SOCK 4vNv�I' 0 20 o R / RJ '..I R R FEET E o CLIENT ENT PROJECT N M3636 POOH PROJECT NO. 21100300 NO DATE BY REVISION DESCRIPTION SHEET NO. i DESIGNED BY: K.WOLLNER CHECKED BY: M.FARHER DRAWN BY: K.WOLLNER * Foth PETSEL PLACE STORM SEWER IMPROVEMENTS PETSEL PLACE LETTING DATE JUNE 2021 CAD DATE 61312021 12:28:23 PM EROSION CONTROL SHEET RR.1 3 CAD FLO clew_workdirlpw_k!Irvd_kmw31d0494940100211003.00_RLSHTAgn IOWA CITY•IA a — Prepared by:Ben Clark,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5436 Resolution No. 21-171 Resolution setting a public hearing on July 6, 2021 on project manual and estimate of cost for the construction of the Petsel Place Storm Sewer Improvements 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 Petsel Place Storm Sewer Improvements account# M3636. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above-mentioned project is to be held on the 6th day of July, 2021, at 6:00 p.m. in the Assembly Room at The Center, 28 S Linn Street, 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. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319)356-5043. 3. 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. 4. 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 15th day of Ju , 2021 Mayor ( "-436"9--- Approved by Attest: , Q )4 1,1‘a City lerk n City Att ney's Office (Sara Greenwood Hektoen—06/08/2021) It was moved by Salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner t PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY CLERK CITY OF IOWA CITY ICPD 410E WASHINGTON ST This is not an invoice IOWA CITY IA 522401825 #of Affidavits 1 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 tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0004785539 6/21/21 06/21/2021 $48.60 Copy of Advertisement Exhibit "A" a 4(-1 - 462 .l 'i Subscribed nd sworn to before me by saidant this 21 day of June, 2021 /4-6i---- d4----______ Notary Public Commission expires LKATHLEEN ALLEN Notary Public State of Wisconsin NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY,IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice Is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Petsel Place Storm Sewer Improvements in said city at 6:00 p.m. on the 6th day of July, 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn 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. If City Council does not meet in person due to the health and safety concerns from COVID-19,the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project includes removal of existing and installation of approximately 340 linear feet of new storm sewer; removal of existing and installation of approximately 540 square yards of street pavement plus associated driveway approaches and sidewalk: relocation of approximately 52 linear feet of watermain; and 66 squares of sod for site restoration. The protect Is located in the 2400 block of Petsel Place,Iowa City,Iowa. Said Project Manual and estimated cost ore 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehl ingOiowa-city.org. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning sold 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 l � Prepared by:Ben Clark,Engineering Division,410 E.Washington St., Iowa City,IA 52240,(319)356-5436 Resolution No. 21-195 Resolution approving project manual and estimate of cost for the construction of the Petsel Place Storm Sewer Improvements 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 Petsel Place Storm Sewer Improvements account# M3636. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 P.M. on the 20th day of July, 2021. 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 Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, at 6:00 p.m. on the 27th day of July, 2021, or at a special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at 319/356-5043. 5. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at(319) 356-5043. Resolution No. 21-195 Page 2 Passed and approved this 6th day of July , 2021. M r Appro d by Attest: City Clerk City Atto ey's Office (Sara Greenwood Hektoen —06/30/2021) It was moved by Weiner and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner ay,(1-10 IOWA LEAGUE of CITIES 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 Pestel Place Storm Sewer Improvements Classified ID: 133270 A printed copy of which is attached and made part of this certificate, provided on 07/07/2021 to be posted on the Iowa League of Cities' internet site on the following date: July 8 , 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 7/7/2021 CUL. VV Alan Kemp, Executive Director NOTICE TO BIDDERS PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 201h day of July, 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will bean electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at(319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 27th day of July, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icqov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following: removal of existing and installation of approximately 340 linear feet of new storm sewer; removal of existing and installation of approximately 540 square yards of street pavement plus associated driveway approaches and sidewalk; relocation of approximately 52 linear feet of watermain; and 66 squares of sod for site restoration. The project is located in the 2400 block of Petsel Place, Iowa City, Iowa. All work is to be done in strict compliance with the Project Manual prepared by Foth Infrastructure & Environment, LLC, of Cedar Rapids, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq[c�iowa-city.orq. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed,the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall • promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent(100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: October 29, 2021 Liquidated Damages: $240 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq(a�iowa-city.orq. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday,July 8, 2021 9:33 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 07.08.21 Notice To Bidders.pdf RISK Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa,with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned,the duly qualified and acting President/CEO of the CU Network, and that as such President/CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City-Glendale Park Improvements Iowa City- Petsel Place Storm Sewer Improvements Iowa City-2021 Summer Sidewalks Repair Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): July 8, 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. CAN4 ( July 8, 2021 Date President/CEO of The Construction Update Plan Room Network Cindy Adams—Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street—Des Moines, Iowa 50309 (D)515.402-9858(0)515-288-7339 (e) cuhelp@MBI.Build (w) https://MBI.Build 1 DAILY NOTICE TO BIDDERS construction C update NOTICE TO BIDDERS PETSEL PLACE STORM SEWER IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 20'" day of July, 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at(319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 27'" day of July, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at(319) 356-5043. The Project will involve the following: removal of existing and installation of approximately 340 linear feet of new storm sewer; removal of existing and installation of approximately 540 square yards of street pavement plus associated driveway approaches and sidewalk; relocation of approximately 52 linear feet of watermain; and 66 squares of sod for site restoration. The project is located in the 2400 block of Petsel Place, Iowa City, Iowa. All work is to be done in strict compliance with the Project Manual prepared by Foth Infrastructure & Environment, LLC, of Cedar Rapids, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinqaiowa-city.org. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed,the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment,and Maintenance Bond in an amount equal to one hundred percent(100%)of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: October 29, 2021 Liquidated Damages: $240 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinqaiowa-citv.orq. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Prepared by:Ben Clark,Engineering Division,410 E.Washington St.,Iowa City,IA 52240(319)356-5436 Resolution No. 21-206 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Petsel Place Storm Sewer Improvements Project. Whereas, Bockenstedt Excavating, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of$198,229 for construction of the above-named project; and Whereas, funds for this project are available in the Petsel Place Storm Sewer Improvements account#M3636; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to Bockenstedt Excavating, Inc. of Iowa City, Iowa, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 27th day of July , 2021 r ) (r_ lz - e-ar Mayor A Approved by Attest : ) City Jerk City Attor ey's Office—07/22/2021 It was moved by Taylor and seconded by Salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner Prepared by: Ben Clark,Engineering Division,Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5436 Resolution No. 22-174 Resolution accepting the work for the Petsel Place Storm Sewer Improvements Project. Whereas, the Engineering Division has recommended that the work for construction of the Petsel Place Storm Sewer Improvements Project, as included in a contract between the City of Iowa City and Bockenstedt Excavating, Inc. of Iowa City, Iowa, dated August 10, 2021, 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 Petsel Place Storm Sewer Improvements account# M3636; and Whereas, the final contract price is $204,687.74. 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 12th day of July , 2022 r Approved by Attest: G e City Clerk City Attorney' Office— 07/06/2022 It was moved by Harmsen and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter x Bergus x Harmsen x Taylor x Teague x Thomas x Weiner I r i .01147segropqr1 CITY OF IOWA CITY 410 East Washington Street ENGINEER'S REPORT Iowa City,Iowa 52240- 1826 (319) 356- 5000 (319) 356- 5009 FAX www.icgov.org July 12, 2022 City Clerk Iowa City, Iowa Re: Petsel Place Storm Sewer Improvements Project Dear City Clerk: I hereby certify that the Petsel Place Storm Sewer Improvements Project has been completed by Bockenstedt Excavating, Inc. of Iowa City, Iowa in substantial accordance with the plans and specifications prepared by Foth Infrastructure Environment LLC, of Cedar Rapids, Iowa. The project was bid as a unit price contract and the final contract price is $204,687.74. There was a total of two (2) change or extra work orders for the project as follows: 1. Provide subgrade core-out in lieu of sub-grade preparation $3,420.00 2. Final Quantity Adjustment $3,037.74 TOTAL $6,457.74 I recommend that the above-referenced improvements be accepted by the City of Iowa City, Sincerely, Jason Havel, PE City Engineer