Loading...
HomeMy WebLinkAboutCURB RAMP 2021 PROJECT CURB RAMP 2021 PROJECT CURB RAMP 2021 PROJECT 18-May-2021 Plans, Specs, proposal and contract, estimate of cost 18-May-2021 Res 21-138, setting public hearing 24-May-2021 Notice of public hearing 01-Jun-2021 Res 21-154, approving project manual and estimate of cost. 03-Jun-2021 Notice to bidders 06-Jul-2021 Res 21-189, awarding contract (All American Concrete) 18-Oct-2022 Res. 22-260 Accepting Work 24-Oct-2022 Performance, Payment and Maintenance Bond i - 1 . main mown am 10/6., ir 1:177 laitar-P. ?la 16 CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL _ FOR THE Vic-: FORMAL co CURB RAMP 2021 PROJECT `.< IOWA CITY, IOWA `' N May 14, 2021 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me ESS/ON'�., or under my direct personal supervision and that I am a duly licensed Qc'. •• Professional Engineer under the laws of the State of Iowa. z.• •▪ • JASON •A. •G • w : REICHART :m - os-l8 -it ° '. 23524 :4) Jason A. Rei , P.E. Date Iowa Reg. . 23524 * SOW A *.•`���``` My license renewal date is December 31, 2021 Pages or sheets covered by this seal: Entire bound document mac" -; rrt Curb Ramp 2021 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 c)- ; .c- Curb Ramp 2021 Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS CURB RAMP 2021 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 29th day of June 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 City Hall is closed to the public 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 Emma J. Harvat Hall at 6:00 P.M. on the 6th day of July 2021, or at special meeting called for that purpose. If City Hall is closed to the public 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.orq/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following Removal and construction of new sidewalk curb ramps meeting current ADA standards at nine (9) intersections in Iowa City. This project also includes temporary traffic control';. nd site restoration. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City Engineering Division, which has heretofore been approved by the City Council, a are on file for, publicexamination in the Office of the City Clerk. If City Hall is closed to the pubrid,lic due}to the" health and safety concerns from COVID-19, copies are available by telephoning the.Citytlerk at (319) 356-5043 or emailing kellie-fruehlinq(a iowa-citv.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 Curb Ramp 2021 Project 0100 — Page 1 of 2 the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent(100%)of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 26, 2021 Final Completion Date: October 15 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll-Free: (800) 779-0093. 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-fruehlinqOiowa-city.orq. A$20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors;: og er• 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 Curb Ramp 2021 Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE CURB RAMP 2021 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 Curb Ramp 2021 Project in said city at 6:00 p.m. on the 1st day of June 2021, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Hall is closed to the public 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. This project includes removal and construction of new sidewalk curb ramps meeting current ADA standards at nines (9) intersection in Iowa City. J Said Project Manual and estimated cost are now on filed c in the office of the City Clerk in the City Hall in Iowa City,...<r—rn Iowa, and may be inspected by any interested persons. If City Hall is closed to the public due to the health and safetyQ ry ` -- concerns from COVID-19, copies are available by---"' -- telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq@_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. 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 Curb Ramp 2021 Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS Curb Ramp 2021 PROJECT 1. Optional Pre-Bid Meeting: a. There is no pre-bid meeting scheduled for this project. 2. Bid Submittals: a. Time, Date and Location: 3:00 P.M. on Thursday June 29, 2021 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal c. See Section 1020, as may be supplemented,for complete descriptions of proposal requirements and conditions. d. If City Hall is closed to the public 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. 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 Busine and 875 Iowa Administrative Code Chapter 156 (73A), found at the ,.following website: https://www.legis.iowa.qov/docs/iac/chapter/08-15-2018.875.156,pdf, for assistance in completing the form. c, -ac 4. Bid Security: -10 a. Use the Bid Bond Form included in Section 0410. N b. Submit in accordance with 0200.2.b above. c. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 5. Progress and Schedule: a. Contract Times: Specified Start Date: July 26, 2021 Final Completion Date: October 15, 2021 Liquidated Damages: $500 per day b. Work Restrictions: i. Memorial Day and Labor Day Weekends — No work will be allowed on the preceding Friday and all-day Saturday. ii. Juneteenth and Fourth of July— No work will be allowed. Curb Ramp 2021 Project 0200 — Page 1 of 2 iii. 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. iv. 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 are being 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 two (2) years after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section N20, 1.08 of the Supplemental Specifications. 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. N 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 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. Curb Ramp 2021 Project 0200— Page 2 of 2 0400 PROPOSAL CURB RAMP 2021 PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , , and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, antf 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 varioAs items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Curb Ramp 2021 Project 0400— Page 1 of 4 ITEM ESTIMATED EXTENDED NO. SUDAS NO. DESCRIPTION UNITS QUANTITY UNIT PRICE AMOUNT 1 5020.108.E.0 VALVE BOX ADJUSTMENT, EA 11.0 $ $ MINOR 2 6010.108.E.0 MANHOLE ADJUSTMENT, EA 2.0 $ $ MINOR 3 7010.108.A.0 PAVEMENT, PCC,8" SY 75.3 $ $ 4 7010.108.E.0 CURB AND GUTTER, 2.0' LF 530.2 $ $ 5 7030.108.A.0 REMOVAL OF SIDEWALK SY 568.3 $ $ 6 7030.108.A.0 REMOVAL OF DRIVEWAY SY 131.7 $ $ 7 7030.108.E.0 SIDEWALK, PCC,4" SY 222.1 $ $ 8 7030.108.E.0 SIDEWALK, PCC, 6" SY 447.0 $ $ _ 9 7030.108.G.0 DETECTABLE WARNINGS SF 240.0 $ $ 10 7030.108.H.0 DRIVEWAY, PAVED, PCC, 7" SY 105.5 $ $ 11 7040.108.A.0 FULL DEPTH PATCHES, PCC SY 13.4 $ $ 12 7040.108.6.0 SUBBASE OVER-EXCAVATION TONS 20.0 $ $ 13 7040.108.H.0 PAVEMENT REMOVAL SY 75.3 $ $ 14 7040.108.1.0 CURB AND GUTTER REMOVAL LF 530.2 $ $ 15 8030.108.A.0 TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ 16 9010.108.6.0 HYDRAULIC SEEDING, SEEDING, LS 1.0 $ $ FERTILIZING,AND MULCHING 17 11,020.108.A.0 MOBILIZATION LS 1.0 $ $ TOTAL EXTENDED AMOUNT $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. N A --� Cil Curb Ramp 2021 Project 0400 — Page 2 of 4 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City of Iowa City. r-r-t t. N c.n Curb Ramp 2021 Project 0400 — Page 3 of 4 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature 0 w Printed Name p �„TM CO Title cn Street Address City, State, Zip Code Telephone Number NOTE:The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Curb Ramp 2021 Project 0400 — Page 4 of 4 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A 0 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). 0 Yes 0 No My company has an office to transact business in Iowa. 0 Yes 0 No My company's office in Iowa is suitable for more than receiving mail,telephone calls,and e-mail. ❑Yes 0 No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑Yes 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: C You may attach additional sheet(s)if needed. s-; ° w.�,„ To be completed by non-resident bidders r7 Part C as 1. Name of home state or foreign country reported to the Iowa Secretary of State: r-- :sue, I1J 2. Does your company's home state or foreign country offer preference to bidders who are re5rdents?...,. ❑ Yes ❑No 3. If you answered"Yes"to question 2,identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s)if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Curb Ramp 2021 Project 0405 — Page 1 of 2 wegiscoogrl CITY OF IOWA CITY 410 East Washington Street Iowa City,Iowa 52240- 1826 (319)356- 5000 (319)356- 5009 FAX www.icgov.org ENGINEER'S ESTIMATE May 14, 2021 City Clerk City of Iowa City, Iowa Re: Asphalt Resurfacing 2021 Project Dear City Clerk: The engineer's estimate of probable construction cost for the Curb Ramp 2021 Project is $165,000. Sincerely, ra Jason Reichart, P.E. > Senior Civil Engineer r - cr.) WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or this limited liability limited partnership. ❑ Yes LI No My business is a limited liability company whose certificate of-erganization Is filed in Iowa and has not filed a statement of termination. = • -r. ❑ Yes ❑ No My business is a limited liability company whose certificate:of orgdhization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa"and the certificate has not been revoked or canceled. Curb Ramp 2021 Project 0405 — Page 2 of 2 0410 BID BOND FORM CURB RAMP 2021 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 Curb Ramp 2021 Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. - The Surety, for value received, hereby stipulates and agrees that the o:bligatibns of said Surety and its security shall in no way be impaired or affected by any extension-of the4ime within which the Owner may accept such Bid or may execute such contract documeirts, anaid 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 Curb Ramp 2021 Project 0410— Page 1 of 1 0500 CONTRACT CURB RAMP 2021 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 14th day of May 2021, for the Curb Ramp 2021 ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti- Discrimination Requirements)Assurance, if applicable, pursuant to;Section 0200, attached hereto; and rn "0 cp c. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Curb Ramp 2021 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 C6ntractoTOfficer Printed Name of City Official Printed Name of Lontractpr Officer Title of Contractor Officer ATTEST: ATTEST: By: By: City Clerk (for Formal Projects only) (Company Official) APPROVED BY: City Attorney's Office Curb Ramp 2021 Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND CURB RAMP 2021 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 will involve the following Removal and construction of new sidewalk curb ramps meeting current ADA standards at nine (9) intersections in Iowa City. This project also includes temporary traffic control and site restoration. To faithfully perform all the terms and requirements of said Contract within the tib a therein specified, in a good and workmanlike manner, and in accordance with the Contract Dacciments. It is expressly understood and agreed by the Contractor and Surety in this bond.tt atthe 'gllowing provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit rn 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, WI, 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 Curb Ramp 2021 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 two years (2) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an 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-contreet 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 thatr4mitsto less than two years (2) 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. Curb Ramp 2021 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 Boi1d. =1<-, co cn Curb Ramp 2021 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 of Attorney accompanying this bond. _ r-a Curb Ramp 2021 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 feporting responsibilities and receive the appropriate reporting forms. A notification:or:requkements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Co`pTpliance (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 City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. Curb Ramp 2021 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 statetnent. Where is this statement posted? ' om co m -r3 m t _ 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code Curb Ramp 2021 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 a o .,.j C".' co ? +Cw Curb Ramp 2021 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. ....J 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 "art-equal-opportunity employer". _- (b) Use recruitment sources that are likely to yield diverse;applicant pools. Word-of-mouth recruitment will only perpetuate the current cornposttsOn of your workforce. Send recruitment sources a letter annually which rei #firms'.your commitment to equal employment opportunity and requests`their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself"Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of Curb Ramp 2021 Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: http://www.sterlingcodifiers.com/codebook/index.php?book id=953. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. rn o ~- O% P r C.J1 Curb Ramp 2021 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 EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. --�r co r rn C75 cr, Curb Ramp 2021 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 follo ing contract provision: If the Citybecomes aware that aperson or entity (includingan owner 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 violatiort "of theJowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Staidards Act or any comparable state statute or local ordinance, which governs the paymertof wages, within the five (5) year period prior to the award or at any time after the award, such vipipt do shall constitute a default under the contract IV. Waivers. If a person or entity is ineligible to contract with the City as a resUtt 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); Curb Ramp 2021 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. 1,4 o -- > o N 3> m Curb Ramp 2021 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 - C: CO rn Curb Ramp 2021 Project 0530— Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.orq/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.orq/archived-specifications/. CD -- c7 D 31, N c Curb Ramp 2021 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. w co r77 -0 'k Y Curb Ramp 2021 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. rrl N rn Curb Ramp 2021 Project Page 1 of 1 Curb Ramp 2021 Project Page 1 of 1 • ,l ���,�,� �, � ' Johnson County, Iowa CITY OF IOWA CITY ti DEPARTMENT of PUBLIC WORKS RAMP 2021 CURB PR JE T Location Map Not to Scale g Index _ . _ _.„. .\\ _,_ -- _- - _, Title Sheet 1 A IOWA CITY , \-l„ ) ;i�-1 Notes and General Information 2-3 i 1 �_ t sTER oAo —` _Of:�-� _- - , � ENGINEERING-1 Construction Details 4 �r ��C��� yr = a�� W Stormwater Pollution Prevention Plan �, 5 -_,_k - ` w i` f`T Estimate of Quantities, Estimate Reference Information 6 '� S _�_. °'� DIVISION n - �_�, , �owERwesr ____, Plan View - Foster Road / Swisher Street 7 _._. � BRANCH ROAD 410 East Washington Street — 319-356-5140 ll� --f !�, t'� �� `� r " t'' F r '1a Plan View - Foster Road /Canton Street 8 , ) -6- .'`-1 -,--r f—I' ' �L-- 'l I t�— ARBOR DRIVE Plan View- Foster Road / Ball Street 9 A' ' ">. �" ,� ` / .. Plan View- Oberlin Street/ Lower West Branch Road 10 ENTON STREET- ,arm i ;.1 1- Y ,— jfi -_�` - + s +-- I 4 Plan View - Riverside Drive/ Benton Street 11 r l` 1 ---o 1 J Plan View - Shamrock Drive/ Peterson Street 12 409 w1._.___ / Plan View -Arbor Drive/ Shamrock Drive 13 p _ Plan View-Arbor Drive/ Beech Street 14 .. ; _ Plan View -Arbor Drive/Arbor Court 15 c)' - co ,_y,_ _. u T 4 1 r��y�g _l___ ,--- - \ -r ,- CITY OF IOWA CITY ENGINEERING DIVISION I hereby certify that this engineering document was prepared by me ``��������„rrrr� or under my direct personal supervision and that I am a duly �,.•(§E ,SS/04 ,, licensed Professional Engineer under the lows of the State of Iowa. APPROVED 4..`/R e %. Signed: Date: if�; JASON ;���- ▪5 i REICHART I Z ▪ ° 23524 °,n- - es'-18 2 f S.) JASON REICHART, 524 r S/a/z I '',,,,,*,,�,,WA,,,*,,,, My alicen ederenewal date is December 31, 2021 ITY ENGINEER DATE Pages or sheets covered by this seal: ALL Project: Date File # Sheet CURB RAMP 2021 PROJECT 2021 1 of 15 CONTACTS GENERAL NOTES UTILITY NOTES GENERAL LEGEND THE FOLLOWING UTILITY COMPANIES MAY HAVE 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE 1. IOWA CODE 480,UNDERGROUND FACILITIES EDGE OF PAVEMENT MANHOLE 0 MH FACILITIES IN PROXIMITY TO THE PROJECT: CITY OF IOWA CITY STANDARD SPECIFICATIONS AND INFORMATION, REQUIRES VERBAL NOTICE TO RIGHT OF WAY(ROW) — — CATCH BASIN El CB GAS&ELECTRIC MID AMERICAN ENERGY CO. DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND IOWA ONE CALL, 1-800-292-8989, NOT LESS 1630 Lower Muscatine Rd. NOTES SHOWN IN THE PLANS. THAN 48 HOURS BEFORE EXCAVATING, CENTERLINE CLEANOUT CO Iowa City, Iowa 52240 EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. TREE,DECIDUOUS 0 a GUY WIRE > 2. CONSTRUCTION ADMINISTRATION WILL BE PERFORMED i4 FIRE HYDRANT t5 DON MASTON-GAS BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL 2. WHERE EXISTING POWER POLES ARE IN CLOSE TREE,CONIFEROUS Phone: 319 341 4461 NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN PROXIMITY TO OPEN AREAS, UTILITY CULVERT F. ADVANCE OF NECESSARY STAKING. COMPANIES SHOULD BE CONTACTED TO HOLD HEDGE/TREE COVER DRAINAGE LINE ��-__� JASON WARREN-ELECTRIC THE POLES DURING CONSTRUCTION. Phone: 319-341-4425 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE SCHEDULE ACCORDINGLY. FENCE ° ° x ° GAS MAIN — — — G PROJECT PLANS. THE CONTRACTOR SHALL GET RETAINING WALL BURIED TELEPHONE CABLE — T AUTHORIZATION FROM THE ENGINEER PRIOR TO 3. UNDERGROUND FACILITIES,STRUCTURES AND BURIED TELEVISION CABLE Tv_ TELEPHONE CENTURY LINK PERFORMING ANY WORK ON PRIVATE PROPERTY. THE UTILITIES HAVE BEEN PLOTTED FROM BUILDING 615 3rd Avenue SE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN AVAILABLE SURVEYS AND RECORDS,AND BACK OF CURB TO BACK OF CURB B-B THEIR LOCATIONS MUST BE CONSIDERED BURIED ELECTRIC — — — E Cedar Rapids, IA 54201 THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY OVERHEAD ELECTRIC OE THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. APPROXIMATE ONLY. FIELD VERIFICATION IS PORTLAND CEMENT CONCRETE PCC _ — DENNIS LANG REQUIRED. WATER MAIN — W — — - HOT MIX ASPHALT HMA Phone: 319-399-7487 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO FIBER OPTIC CABLE — — —FO— — — - INDIVIDUAL PROPERTIES THROUGHOUT THE 4. IT IS POSSIBLE THERE MAY BE OTHER MAILBOX MB SANITARY SEWER — —SAN— -- — CONSTRUCTION OF THE PROJECT. THE CONTRACTOR UNDERGROUND FACILITIES,THE EXISTENCE SIDEWALK SW CABLE TELEVISION MEDIACOM OF WHICH IS PRESENTLY NOT KNOWN OR STORM SEWER — — — ST— — — - SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN WATER METER WM 546 Southgate Avenue ADVANCE OF DRIVEWAY MODIFICATION THAT WILL SHOWN. NO CLAIMS FOR ADDITIONAL LIGHT POLE 0— LP Iowa City, Iowa 52240 TEMPORARILY LIMIT OWNER ACCESS TO THEIR COMPENSATION WILL BE ALLOWED TO THE DUCTILE IRON PIPE DIP TIM EAGAN PROPERTY. CONTRACTOR FOR ANY INTERFERENCE OR REINFORCED CONCRETE PIPE RCP UTILITY BOXES OT I I Phone:319-351-0408 x3701 DELAY CAUSED BY SUCH WORK. WATER VALVE WV Mobile: 319-350-3679 5. SEE SHEET 5 FOR SPECIFIC EROSION CONTROL SIGNSo 4 GAS VALVE oa GV 5. KNOWN UTILITY CONFLICTS ARE BEING MEASURES NECESSARY TO PROTECT PROJECT SITE POWER POLE It PP FIBER OPTICS A.T. &T. AGAINST SILTATION, EROSION AND DUST POLLUTION. RESOLVED BY EACH RESPECTIVE UTILITY WATER SHUT OFF t° 1425 Oak Street PROJECT SITE SHALL COMPLY WITH SOIL EROSION COMPANY. UTILITY CONFLICTS DISCOVERED CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL DURING CONSTRUCTION WILL BE ADDRESSED Kansas City, MO 64106 AT THE TIME OF DISCOVERY. LENNY VOHS ORDINANCES. Phone: 816-275-4014 Mobile: 770-335-8244 6. WHERE PUBLIC AND PRIVATE UTILITY 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE U.S. FIXTURES ARE SHOWN AS EXISTING ON THE IOWA NETWORK SERVICES STATE PLANE IOWA SOUTH ZONE;U.S.SURVEY FOOT NAD PLANS OR ENCOUNTERED WITHIN THE Jeff Klocko 83(1996 HARN)AND NAVD 88 RESPECTIVELY. CONSTRUCTION AREA, IT SHALL BE THE Phone: 515 240 2544 RESPONSIBILITY OF THE CONTRACTOR TO: 7. THE CONTRACTOR SHALL PROCEED WITH CONSTRUCTION Mobile: 515-830-0445 ACTIVITIES IN SUCH A MANNER TO INSURE THE SAFETY • Notify the owners of those utilities prior to the OF ALL TREES AND SITE FEATURES WHICH WILL REMAIN beginning of any construction. cos CITY OF IOWA CITY IN PLACE. • Coordinate operations with utilties p m « ' WATER DIVISION • Afford access to these facilities for necessary (''? Phone: 319-356-5160 8. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL modification of services. P:4 ""<' """ ' WATER MAIN, HYDRANT RELOCATION AND INSTALLATION, • Determine existence and exact location of --1-- co AND WATER SERVICE WORK WITH THE IOWA CITY WATER underground utilites and avoid damage UNIVERSITY OF IOWA 9 9 :...4C") GEORGE STUMPF DIVISION. thereto. -Gr-- "gip r Phone: 319-335-2814 • Prior to beginning construction,provide labor t'*1 M e-"""i 9. DURING REMOVAL AND CONSTRUCTION THE and equipment necessary to determine the Cs N �.J IMON CONTRACTOR SHALL USE ALL MEANS NECESSARY TO exact location and elevation of all utility ' CONTROL DUST SPREADING FROM ALL WORK AND crossings which may result in conflicts to Randy Schoon STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN proposed improvements. Phone:319-261-4630 ACCORDANCE WITH APPLICABLE SPECIFICATIONS AND Mobile: 319-553-1176 APPROVED BY THE ENGINEER,AND SHALL BE INCIDENTAL. UTILITY LOCATING CREW "ONE CALL" 10.PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE Phone: 1-800-292-8989 FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. CITY WATER DEPARTMENT JON DURST 11.DISPOSE OF ALL WOOD MATERIAL GENERATED AS A Phone: 319-356-5169 RESULT OF CLEARING AND/OR GRUBBING ACCORDING TO THE IOWA DEPARTMENT OF AGRICULTURE AND LAND CITY SEWER DEPARTMENT TIM WILKEY STEWARDSHIP'S EMERALD ASH BORER(EAB) Phone:319-356-6106 QUARANTINE ORDER.FOR MORE INFORMATION REFER TO http://iowatreepests.com/eab_regulations.html CITY TRAFFIC ENGINEERING BROCK HOLUB Phone: 319-356-5482 CITY PARKS&FORESTRY TYLER BAIRD Phone:319-356-5000 x2069 DIVISION RING H SCALE: N/A DESIGN: JAR Project: Sheet Title: File # Sheet CITY OF IOWA CITY V SCALE: N/A DRAWN: CURB RAMP 2021 PROJECT NOTES AND GENERAL INFORMATION 2 DATE: 2021 GENERAL NOTES GENERAL NOTES GENERAL TRAFFIC CONTROL NOTES 108-23 STAGING NOTES 04-04-89 01-20-84 203-1 06-07-94 232-8 TRAFFIC WILL BE MAINTAINED DURING CONSTRUCTION. TRAFFIC CONTROL ON THIS CONSTRUCTION ACTIVITY IN THIS AREA WILL DISRUPT TRAFFIC AT LOCATIONS Plan and profile sheets included in the project ore for the purpose The top six (6) inches of the disturbed areas shall be free of rock PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC INDICATED AT PROJECT SITES AND ADJACENT SIDE STREETS. THEREFORE IT IS of alignment, location and specific directions for the work to be and debris and shall be suitable for the establishment of vegeta- CONTROL DEVICES FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE ADVISABLE TO ADOPT A CONSTRUCTION SEQUENCE THAT DIRECTS ACTIVITIES IN AN performed under this contract. Irrelevant data on these sheets is tion, subject to the approval of the Engineer. DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130. ORDERLY MANNER TO MAINTAIN MOST TRAFFIC PATTERNS AT ALL TIMES. not to be considered a part of this contract. THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC CONTRACTOR SHALL STAGE WORK ACCORDING TO THE FOLLOWING MILESTONES: 10-28-97 232-10 CONTROL. THESE METHODS AND PRACTICES SHALL INCLUDE, BUT NOT BE LIMITED 01-20-84 204-2 The contractor is expected to have materials, equipment, and labor TO, THE FOLLOWING: Start Date: July 26, 2021 All holes resulting from operations of the contractor, including removal available on a daily basis to install and maintain erosion control Final Completion: October 15, 2021 ofguardrailposts, fenceposts, utilitypoles, or foundation studies, 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, MAINTAINED features on the project. This may involve seeding, silt fence, rock AND REMOVED BY THE CONTRACTOR IN ACCORDANCE WITH IOWA DOT Memorial and Labor Day weekends: No work will be allowed on the preceding shall be filled and consolidated to finished grade as directed by the ditch checks, silt basins, or silt dikes. STANDARD ROAD PLAN TC-601. Friday and all day Saturday. engineer to prevent future settlement. The voids shall be filled as soon as practical - preferably the day created and not later than the 01-19-88 251-1 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL Juneteenth and Fourth of July. No work allowed following day. Any portion of the right-of-way or project limits The contractor shall be responsible to maintain access to individual PROPERTIES AT ALL TIMES DURING CONSTRUCTION. P Liquidated Damages: $500 per day (including borrow areas and operation sites) disturbed by any such properties during construction. 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN operations shall be restored to an acceptable condition. This oper- SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES, THE ation shall be considered incidental to other bid items in project. 09-21-99 262-3 CONTRACTOR SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROL PLANS TO GENERAL TRAFFIC CONTROL OPERATIONS BEFORE YOU DIG: BE APPROVED BY THE CITY OF IOWA CITY AND IOWA DOT. 1. MAINTAIN 1-LANE TRAFFIC WITH FLAGGERS DURING HOURS 7 A.M. TO 7 P.M. 10-02-01 213-1 IOWA 1-CALL# 1-800-292-8989 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE (1) WEEK PRIOR TO CHANGES IF 2-LANES OF TRAFFIC CANNOT BE MAINTAINED DURING CONSTRUCTION, A It shall be the contractor's responsibility to provide waste areas IN TRAFFIC PATTERNS DURING CONSTRUCTION. DETOUR PLAN SHALL BE APPROVED BY THE ENGINEER PRIOR TO STARTING or disposal sites for excess material (excavated material or broken WORK AT THAT LOCATION. concrete) which is not desirable to be incorporated into the work 5. THE CHANNELIZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF involved on this project. These areas shall not impact wetlands 25-FEET FOR TAPER CHANNELIZATION, AND 50-FEET FOR TANGENT 2. OPEN LANES TO 2-LANE TRAFFIC OUTSIDE OF THESE HOURS. P 1 P CHANNELIZATION. or "Waters Of The U.S." No payment for overhaul will be allowed 03-26-04 IOWA CITY 3. FLAGGERS ARE REQUIRED FOR 1-LANE OPERATIONS DURING for material hauled to these sites. No material shall be placed Contractor may use the Maturity Method of testing 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR MILLING/RESURFACING. within the right-of-way, unless specifically stated in the plans or to determine the strength of Portland Cement Concrete OF THE BACK OF CURB WHERE POSSIBLE. approved by the engineer. paving, per IDOT Standard Specifications. 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS. PORTABLE MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY 01-20-84 221-4 03-26-04 IOWA CITY INSTALLATION OF LESS THAN 3 DAYS. THE CONTRACTOR MAY CONDUCT SEVERAL OPERATIONS CONCURRENTLY PROVIDED to exercise all necessaryTHAT TRAFFIC TO ADJACENT PROPERTIES IS MAINTAINED. In order to avoid any unnecessary surface breaks or premature The contractor is required 8. "ROAD CLOSED" AND "ROAD CLOSED TO THRU TRAFFIC" SIGNS TO BE spalling, the contractor is cautioned to exercise extreme care when caution in construction operations directly adjacent to MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE IT IS RECOGNIZED THAT AS THE VARIOUS ACTIVITIES RELATED TO CONSTRUCTION performing any of the necessary saw cutting operations for the the project and utilize methods of construction to THE DIAGONAL PANELS. PROGRESS, CERTAIN SITUATIONS MAY ARISE WHICH WILL PRECLUDE ADHERING TO proposed pavement removal. prevent damage to the surrounding buildings. The THE ORIGINAL CONSTRUCTION SEQUENCE OR WHICH WOULD READILY LEND contractor is responsible for pre- and post- 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS, THEMSELVES TO MORE EFFICIENT STAGING OPERATIONS. SHOULD THE CONTRACTOR 01-20-84 232 5 construction damage surveys for properties directly PREVENT OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING DESIRE TO DEVIATE FROM THE ORIGINAL PLAN, A WRITTEN ALTERNATIVE PLAN UPON APPROVAL BY THE PROJECT ENGINEER. SHALL BE SUBMITTED TO THE PROJECT ENGINEER FOR APPROVAL. The contractor shall not disturb desirable grass areas and desirable adjacent to the project including evaluating and trees outside the construction limits. The contractor will not be documenting any damages. Any damages as a result 10. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED A CONTRACTORS SCHEDULE OF OPERATIONS WILL BE REQUIRED. THE SCHEDULE permitted to park or service vehicles and equipment or use these of construction activities shall be corrected at the ENTIRELY ACROSS THE TRAVELED PORTION OF THE ROADWAY AT ALL SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO SPECIFIED STARTING DATE OR areas for storage of materials. Storage, parkingand service contractor's expense. LOCATIONS WHERE TYPE III BARRICADES AND ROAD CLOSED SIGNS ARE USED. AT THE PRECONSTRUCTION CONFERENCE. IT SHALL SHOW THE PROBABLE 9 9 area(s) STARTING DATE AND THE AMOUNT OF COMPLETION, IN PERCENT OF THE will be subject to the approval of the resident engineer. 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS. THE CONTRACT AMOUNT, THE CONTRACTOR EXPECTS TO COMPLETE IN EACH 10 DAY BACK SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZED BY A WORKING DAY PERIOD. IT SHALL PROVIDE REASONABLE ASSURANCE OF FINAL 09-02-04 IOWA CITY MINIMUM OF SIX YELLOW REFLECTORS, ONE AT EACH END OF EACH RAIL, OR COMPLETION OF THE SCHEDULE OF THE CONTROLLING OPERATION DURING EACH The Cityof Iowa Cityshall be responsible for the AT LEAST ONE RAIL ON EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES STAGE OR PHASE OF WORK FOR THE ENGINEERS INFORMATION AND PREVIEW. THE P PROPERLY SLOPED AT EACH END. CONTRACTOR MAY REVISE THIS CONCEPT WHEN CONDITIONS WARRANT A CHANGE construction staking. AND FORWARD TO THE ENGINEER FOR REVIEW. 12. FULL LANE CLOSURE WILL NOT BE ALLOWED, EXCEPT AS INDICATED SPECIFICALLY IN PLANS. ONE LANE WILL BE OPEN AT ALL TIMES. THIS WORK IS CONSIDERED TO BE INCIDENTAL TO TRAFFIC CONTROL. 13. TYPE "A" LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON ALL BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. 14. THE CONTRACTOR SHALL PROVIDE ADEQUATE LIGHTED BARRICADES AND/OR FENCING TO PROTECT PEDESTRIANS. ALL SIDEWALK CLOSURES SHALL BE APPROPRIATELY BARRICADED. THE CONTRACTOR SHALL PROVIDE ALTERNATE PEDESTRIAN ROUTES ADJACENT TO CONSTRUCTION ACTIVITIES. a 15. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT [ SITE (AS REQUIRED FOR CONSTRUCTION) AND STOCKPILE AT A LOCATION TO r BE DETERMINED BY THE ENGINEER AND SHALL REMAIN NE PROPERTY OF THE lg.C.) RESPECTIVE OWNERS. .7,,,,,..1 .� 16. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING ) C NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER, ill AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE PROPERTY OWNER. 17. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON C N RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTILITIES WITHIN THE CORRIDOR, AS NOTED IN THE TABULATION OF UTILITY CONFLICTS. 37 18. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCD. THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 19. THE CONTRACTOR SHALL PROVIDE (AT NO ADDITIONAL COST) ADEQUATE ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC, OR RE-ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. DIVISION RING VH SCALE: N/A DESIGN: JAR Project Sheet Title: File # Sheet CITY OF IOWA/ C71 CITY SCALE: N/A DRAWN: CURB RAMP 2021 PROJECT NOTES AND GENERAL INFORMATION 3 DATE: 2021 IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE 7•5" 3"R DRILL AND EPDXY Sloped curb 6 'oadway curb OF FLARES, WITHIN THE CROSSWALK MARKINGS. Back of curb 4.5" ` 1 3"R EXIST NG CONCRETE 0PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION 7 X C CANNOT BE ACHIEVED WITH THE PERPENDICULAR RAMP �'6 EXISTING STREET BETWEEN THE STREET AND TURNING SPACE (LANDING) DUE " MAX. LIP CURB ' oho dot TO LIMITED RAMP LENGTH, PROVIDE A PARALLEL RAMP TO AT SIDEWALK 6" a Gutter line i cooa MAKE UP THE ELEVATION DIFFERENCE BETWEEN THE • Normal slope—r r5/8" max. �0 TURNING SPACE (LANDING) AND THE STANDARD SIDEWALK. t '`. THE LENGTH OF THE PARALLEL RAMP IS NOT REQUIRED TO , 11 EXCEED 15 FEET, REGARDLESS OF THE RESULTING SLOPE. •evel line expansion joint —TYPE E DO NOT EXCEED 8.3% SLOPE FOR PARALLEL RAMPS " n ••. a Roadway pavement SHORTER THAN 15 FEET. Detail A Detail B (Curb Return) 0 INSTALL A 24 INCH WIDE STRIP(MIN.) OF DETECTABLE MATCH THICKNESS — OF ADJACENT WARNINGS AT THE BACK OF CURB. EXTEND THE ROADWAY, 6" MIN. 18" 6" MIN. DETECTABLE WARNINGS ACROSS THE FULL WIDTH OF THE MIN. RAMP. Curb rampLandingPossibleparallel ramp3 PROVIDE A MINIMUM OF 6 INCHES OF CONCRETE BELOW CROSS-SECTION VIEW Standard sidewalk O THE DETECTABLE WARNING PANEL. Length varies 4'—O" min. Length varies See ® BACK OF CURB min. e var1es ® TURNING SPACE (LANDING): MAXIMUM SLOPE OF 2% IN Detail A 6" min. 2q max. ANY DIRECTION. 2 8.3%max. KEY crossmax. 4Alt_ cross slo _4 _1 / pe Rigid Tie joint TYPE RT W= SIDEWALK WIDTH AS SPECIFIED IN THE CONTRACT DOCUMENTS. /// GUTTER Pavement Doweled )�Z" = RAMP E = DETECTABLE WARNING 11_ LINE Sealed expansion k•••=•__ 112' I 18" joint —TYPE ED 1 )ri" Sealed = TURNING SPACE expansion joint (LANDING) 0 DRILL HOLES AT MID—DEPTH OF SLAB FOR REBAR SIX (6) TYPE E INCHES INTO EXISTING CONCRETE, AT THIRTY (30) INCH CENTERS. O TYPICAL SECTION - CURB RAMP O AT EACH END, DRILL HOLES FOR REBAR SIX (6) INCHES INTO EXISTING CONCRETE, AT NINE (9) INCHES FROM BACK OF CURB. SCALE: NONE 0EPDXY GROUT AND PLACE 18 INCH LONG REBAR INTO EXISTING SLAB (#5 BAR IF PAVEMENT IS 8" THICK OR THICKER, #4 BAR IF PAVEMENT IS LESS THAN 8" THICK). PLAN VIEW JOINT TYPE AS INDICATED ON 2%Max Cross Sidewalk PLAN SHEETS © PCC CURB & GUTTER REPAIR Minimum 3' Joint Spacing SCALE: NONE E NO DOWELS;XNO TIE NBARS)T Doweled c),0<40 - (40ae Doweled ED = DOWELED h" SEALED )" sealed expansion 46\k' Y2" sealed expansion EXPANSION JOINT joint — TYPE ED \e joint — TYPE ED (INCLUDES #4 SMOOTH -se A ` �1% DOWELS AND EXPANSION Q�\e\ .' `'=�CAPS — 18" WITH 12" .. Q66 O �1411‘,, O ''/ R CENTERS) �..\\ / , RT Joint \ ` M ^' RT = RIGID TIE JOINT 2y / ,' 9401410";'(INCLUDES #4 TIE BARS — Curb Ramp '�,\ '100 �j ° �, Curb Ramp = it B k 18" WITH 12" CENTERS) �..\ ,'� �\ �,�� �� \ -- Detectable 0 Detectable — MIN 1® PARALLEL RAMP: IF NORMAL SIDEWALK ELEVATION Warning Panel 9 Warning Panel ���W,�' tw7 CANNOT BE ACHIEVED WITH THE PERPENDICULAR )•Sg X1 sated i RAMP BETWEEN THE STREET AND TURNING SPACE © �o�' e'� •Sy Ilo, © expan5"ion jointW (LANDING) DUE TO LIMITED RAMP LENGTH, PROVIDE A ��,°I� �ot�' , �TQr TYPE E PARALLEL RAMP TO MAKE UP THE ELEVATION 4j f v ,(� gel " DIFFERENCE BETWEEN THE TURNING SPACE (LANDING) 41.. 1 i' ,� \ Detail B AND THE STANDARD SIDEWALK. � \ IF CROSSWALKS ARE MARKED, LOCATE RAMPS, EXCLUSIVE OF FLARES, WITHIN THE CROSSWALK MARKINGS. THE LENGTH OF THE PARALLEL RAMP IS NOT REQUIRED TO EXCEED 15 FEET, REGARDLESS OF THE �� 10 PERPENDICULAR RAMP: MAXIMUM RUNNING SLOPE OF 8.3%. RESULTING SLOPE. DO NOT EXCEED 8.3% SLOPE FOR MAXIMUM CROSS SLOPE OF 2%. AT MID—BLOCK CROSSINGS, PARALLEL RAMPS SHORTER THAN 15 FEET. Turning Space (Landing) CROSS SLOPE MAY EXCEED 2% TO MATCH ROADWAY GRADE. 02 TURNING SPACE (LANDING): MAXIMUM SLOPE OF 2% k1' sealed expansion joint Q TURNING SPACE (LANDING): MAXIMUM SLOPE OF 2% IN ANY IN ANY DIRECTION WITH A 1.5% TARGET SLOPE. TYPE E DIRECTION. )" sealed expansion joint 03 THEEST CURB RAMPS IS ALIGNEDDE EAPERPENDICULAR TO © CURB RAMP FOR SIDEWALK TYPE E GO PERPENDICULAR RAMP STREET RADIUS, PROVIDE AN AREA OF SPECIAL SHAPING AT THE BOTTOM OF THE RAMP TO PROVIDE A SMOOTH TRANSITION TO THE GUTTERLINE. 2% SCALE: NONE SCALE: NONE MAXIMUM SLOPE IN ANY DIRECTION. DIVISION ENGINEERING H SCALE: NTS DESIGN: Project: Sheet Title: File # Sheet CITY OF IOWA CITY V SCALE: NTS DRAWN: CURB RAMP 2021 PROJECT CONSTRUCTION DETAILS 4 DATE: 2021 POLLUTION PREVENTION PLAN All contractor's subcontractors shall conduct their operations in a manner that minimizes 4. Inspection and Maintenance erosion and prevents sediments from leaving the project site. The prime contractor shall be The contractor is required to maintain all temporary erosion control measures in proper working order,including 3. Paints,Paint Solvents and Cleaning Solvents responsible for compliance and implementation of the pollution prevention plan(PPP)and local cleaning,repairing,or replacing them throughout the contract period. The following inspection and maintenance •Excess paints and solvents shall not be discharged into the storm sewer system. The contractor ordinances for their entire contract. practices will be used to maintain erosion and sediment controls and stabilization measures. shall refer to the manufacture's instructions and federal regulations on the proper disposal techniques. 1. Inspection and Maintenance Procedures 4. Concrete Wastes This responsibility shall be further shared with subcontractors whose work is a source of A. All control measures will be inspected at least once every seven(7)calendar days and following any storm potential pollution as defined in the PPP. event of 0.5"or greater. •Concrete trucks will only be allowed to washout or discharge excess concrete in specifically B. All measures will be maintained ingood workingorder. If a repair is necessary, designated approved,enclosed concrete washout areas which will be required to minimize contact p it will be initiated within 24 between the concrete and storm water discharge from the site. hours of the report. •The hardened product form the concrete washout areas will be disposed of as other 1. Site Description C. Any built up sediment will be removed from silt fence when it has reached one-half the fence. non-hazardous waste materials or may be broken up and used on the site for other appropriate This Pollution Prevention Plan(PPP)is for the construction of the Curb Ramp Improvement Project 2018 in D. Silt fence and silt socks will be inspected for depth of sediment,tear,etc.,to see of the fabric is securely uses. Iowa City,Iowa. Construction activities include removal and installation of concrete for use as sidewalk and curb attached to the fence posts,and to see that the fence are securely fastened in the ground. 5. Solid and Construction Wastes ramps at various locations in Iowa City. E. Site shall be inspected daily(preferably at days end)and swept if necessary. •All trash and construction debris shall be deposited in a dumpster that will be emptied as F. Temporary seeding and planting will be inspected for bare spots,washouts,and healthy Refer to the projectplans for locations of typical slopes,ditchgrades,and major structural and non-structural growth. necessary. No construction waste material will be buried on site. The dumpsters must be put in P 1 YP1 a location where the contact with storm water discharge is minimized. controls.A copy of these plans will be on file at the project engineer's office.Runoff from this project will flow into G. A maintenance inspection report will be made after each inspection and recorded on the inspection form 6. Sanitary Wastes various storm sewers,ditches,streams and drainage tile systems that flow into the Iowa River. provided by the engineer. 9Y •A portable restroom facility shall be located onsite at all times unless an approved equal is H. The contractor will be responsible for selecting a"qualified"inspector to conduct the inspections. "Qualified"is allowed. Wastes shall be collected and disposed of in a complete compliance with local,state 2. Controls defined as a person knowledgeable in the principles and practices of erosion and sediment controls who and federal regulations. This facility shall be located in an area where contact with storm water The Contractor/subcontractor shall be responsible for implementation and management control measures for the possesses the skills to assess conditions at the construction sire that could impact storm water quality and to discharge is minimal. following erosion and storm water management control measures that are specific to this site. assess the effectiveness of any sediment and erosion control measures selected to control the quality of storm 7, Rural Agricultural Activities water discharges from the construction activity. •Runoff form agricultural land use can potentially contain chemicals including herbicides, This work shall be done in accordance with Section 2270 of The City of Iowa City Specifications and Section 2602 pesticides,fungicides and fertilizers. of the Iowa D.O.T.Standard Specification.If the work involved is not applicable to any contract items,the work 2. Materials Management Plan shall bepaid for accordingto Article 1109.03paragraph B,of the Iowa Department of Transportation Standards Site sources of pollution generated as a result of this work related to silts and sediment which may be transported P Po A. Spill Prevention and Response Procedures and Specifications. as a result of a storm event. However,this SWPPP provides conveyance for other(non-project related)operations. The contractor is responsible for training all personnel in the proper handling and cleanup of spilled materials. These other operations have storm water runoff,the regulation of which is beyond the control of this SWPPP No spilled hazardous materials or wastes will be allowed to come into contact with storm water discharges. If 1. Permanent Stabilization Practices contact does occur,the storm water discharge will be contained onsite until appropriate measures in compliance This work shall be completed with this project. A. The following is a list of materials or substance expected to be present onsite during construction. with all federal,state,and local regulations are followed to dispose of the hazardous substance. The following 1. Concrete practices will be followed for spill prevention and cleanup: 2. Temporary Stabilization Practices 2. Detergents 1. In addition to the good housekeeping and material management practices discussed in the previous A. The use of silt fence,temporary seeding,mulching,soddingand diversion dikes to helpcontrol sediment 3. Paints P rY 9. sections of the plan,the following practices will be done to minimize the potential for hazardous material and erosion. If construction activity is not planned to occur in a disturbed area for at least 21 days,the 4. Tar areas shall be stabilized with temporary seeding or mulching no later than 14 days form the last 5. Soil Stabilization Additives spill and to reduce the risk the spill coming in contact with storm water. m •Manufacturers recommended methods for spill cleanup wilt be clearly posted and site personnel construction activity. 6. Fertilizers will be trained regarding these procedures and the location of the information and cleanup B. Mulching exposed areas. 7. Petroleum Based Additives supplies. C. At areas where runoff can move offsite,silt fence shall be placed along the perimeter of areas to be 8. Cleaning Solvents •Materials and Equipment necessary for spill control,containment and cleanup will be provided distributed prior to beginning grading,excavation or clearing and grubbing operation. 9. Wood on site in a material storage area. Equipment and materials will include but not be limited to 10. Solids and Construction brooms,dust pans,mops,rags,gloves,goggles,kitty litter,sand,sawdust,and plastic and metal 3. Sequence of Implementation stabilization practices 11. Wastes trash containers. A. Construct temporary construction exits/entrances and designate staging area. 12. Pesticides B. Install perimeter silt fencing. 13. Plaster 2. In event of a spill the following procedures will be followed: C. Site grading shall begin. Contractor will be responsible for temporarily stabilizing an area that will not be 14. Asphalt •All spills will be cleaned up immediately after discovery. disrupted for at least 21 days no later than 14 days from the last construction activity. 15. Antifreeze Coolant •The spill area will be kept well ventilated and personnel will wear appropriated protective clothing D. Installation of underground utilities. 16. Gasoline/Diesel Fuels/Kerosene to prevent injury with the hazardous substance. E. Construct all manholes as specified in the plans. 17. Hydraulic oil/fluids •Spill of toxic or hazardous material will be reported to the appropriate state or local governmental F. Remove inlet preparation around all inlet and manhole structures. 18. Glue Adhesive agency and to the project manager and engineer,regardless of the size of spill. Spills of 19. Curing Compounds 3. Other Control 20. Waste from construction equipment washing amounts that exceed reportable quantities of certain substance specifically mentioned in federal regulations must be immediately reported to the EPA and any other governmental agencies. •If the spill exceeds a reportable quantity,the SWPPP must be modifjediwithin 14 days after the Contractor disposal of unused construction materials and construction material shall comply with applicable B. Material Management Practices: The following is a list of material management practices that will be used spill and a written description of events must be included. The modi < on shall include:a federal,state and local regulations. In the event of a conflict with other governmental laws rules and regulations„ onsite to minimize the risk of spills or other accidental exposure of materials and substances to storm water description of the release;the date of the release;and explanation of4'y the appened;a the more restrictive laws,rules or regulations shall apply. During the course of construction,it is possible that runoff. description ofprocedure toprevent future spills and/or r e from h ern and a description situations will arise where unknown materials will be encountered. When such situations arise,theywill be Housekeeping P e 9t 9 - P 1. Good Housekee n of response procedures should a spill or release occur agaip; .-; handled according to all federal,state and local regulations in effect at the time. The following is a list of other •Due to the limited work areas,an effort will be made to not store onsite any products required to •The site superintendent will be responsible for the day-today sif6,operatiins and wiltbethe spill control measures that contractor/subcontractor shall be responsible for implementing. complete the job. P P 9 prevention cleanup coordinator. He or she will designate if least-hree ett1Er site personnel who •Any materials stored onsite will be kept in neat,orderly manner and in their appropriate will receive spill preventions and cleanup training. These ii' iduals willgch become responsible 1. Off-site vehicle tracking containers. If possible products shall be kept under a roof or other enclosure. for a particular phase of prevention and cleanup. The name ese individuals wilt be pasted in A. The contractor shall reduce vehicle tracking of sediments offsite. The paved streets adjacent to the •Material will be kept in their original containers with the originals manufacture's label. the material storage area and in the office trailer. construction site shall be inspected dailyand cleaned as necessaryto remove onlyexcess mud,dirt or •Substances will not be mixed with one another unless recommended by the manufacture. ['1"t "-.: P 6. Non-Storm Discharge rock tracked from the site. •Whenever possible,all of a product will be used up before disposing of the container. The following is a list of non-storm water discharges allowed by the Iowa Department,;ii&Okal RefGrces and may occur B. Street sweeper shall be available to clean streets as needed at inspectors discretion. •Manufacture's recommendations for proper use and disposal will be followed. C. Dump trucks hauling material form the sire shall be properly covered with tarpaulin. •The job site superintendent will be responsible for daily inspection to ensure proper use and at the job site under the condition that no pollutants will be allowed to come into contraet;yat the water prior to or after its discharged from the site. D. Inspections and Maintenance Procedures. disposal of materials. 1. Hazardous Products 1. Water from the fire fighting activities and fire hydrants flushings. •Products will be kept in their original containers with the original manufacture's label. 2. Water used to clean vehicles. •The original labels and material safety data will be kept for each of the materials as they contain important product information. 3. Portable water sources including water main flushings,irrigation drainage and routine building wash •Disposal of any excess product will be done in a manner that follows all manufacture's methods downs excluding detergents. for proper disposal. 4. Air conditioning condensation. 5. Foundation or footing drains where flows have been exposed to solvents C. Product Specific Practices:The following is a list of potential sources of pollution and specific practices to 6. Pavement wash waters where spill or leaks of hazardous material has not occurred. reduce pollutants discharge from materials or sources expected to be present onsite during construction. 1. Petroleum Storage Tanks An initial Storm Water Pollution Prevention Plan(SWPPP)will be provided to the contractor at the start of construction. A •All onsite vehicles shall be inspected and monitored for leaks and receive preventative copy of this plan is available for review during normal business hours. This plan is provided as a reference only and is not maintenance to reduce the change of leakage. intended to direct or specify the storm water pollution prevention requirements for this project. The contractor shall be •Steps will be taken by the contractor to eliminate contaminates from storage tanks from entering solely responsible for: ground soil. Any petroleum storage tanks kept onsite will be located with an impervious surface between the tank and the ground. 1. The implementation,administration,and monitoring of the initial plan. 2. Fertilizers 2. Marking modifications to the initial plan as needed •Fertilizers shall be applied in minimal amounts as recommended by the manufacture. It shall be 3. Compliance with all NPDES or storm water discharge statutes,rules,regulations,or ordinance worked into the soil as to minimize the contact with storm water discharge. applicable to the site. H SCALE: N/A DESIGN: Project: Sheet Title: File # Sheet CITY OF IO TEA CITY ENGINEERINGDIVISION V SCALE: N/A DRAWN: CURB RAMP 2021 PROJECT STORMWATER P EVENTIONOPLU ION 5 DATE: 2021 FILED ZQZI MAY 25 PM 3: 51 CITY CLERK IOWA CITY, IOWA ITEM ESTIMATED SUDAS NO. DESCRIPTION UNITS NOTES NO. QUANTITY 1 5020.108.E.0 VALVE BOX ADJUSTMENT, MINOR EA 11.0 2 6010.108.E.0 MANHOLE ADJUSTMENT, MINOR EA 2.0 a. Installation of new City of Iowa City casting and infiltration barrier is considered incidental. b. Refer to City of Iowa City SUDAS Supplemental Figures 6010.601 and 6010.602 casting details 3 7010.108.A.0 PAVEMENT, PCC, 8" SY 75.3 4 7010.108.E.0 CURB AND GUTTER, 2.0' LF 530.2 5 7030.108.A.0 REMOVAL OF SIDEWALK SY 568.3 6 7030.108.A.0 REMOVAL OF DRIVEWAY SY 131.7 7 7030.108.E.0 SIDEWALK, PCC, 4" SY 222.1 8 7030.108.E.0 SIDEWALK, PCC, 6" SY 447.0 9 7030.108.G.0 DETECTABLE WARNINGS SF 240.0 a. Detectable warning panels shall be cast iron and brick red in color 10 7030.108.H.0 DRIVEWAY, PAVED, PCC, 7" SY 105.5 11 7040.108.A.0 FULL DEPTH PATCHES, PCC _ SY 13.4 a. Reinforcing steel and integral curb is considered incidental. 12 7040,108.6.0 SUBBASE OVER-EXCAVATION TONS 20.0 a. Includes removal and disposal of unsuitable subbase and furnishing and placing new subbabse material. b. Backfill material shall be Granular Subbase meeting Iowa DOT Spec. 4121, Modified Subbase meeting Iowa DOT Spec. 4123, or Engineer approved equal 13 7040.108.H.0 PAVEMENT REMOVAL SY 75.3 14 7040.108.1.0 CURB AND GUTTER REMOVAL LF 530.2 15 8030.108.A.0 TEMPORARY TRAFFIC CONTROL LS 1.0 a. Pedestrian detours and traffic control plans shall be approved by the Engineer before work begins. HYDRAULIC SEEDING, SEEDING, 16 9010.108.B.0 FERTILIZING, AND MULCHING LS 1.0 a. Backfill and fine grading is considered incidental. 17 11,020.108.A.0 MOBILIZATION LS 1.0 a. Contractor shall complete work in an ordely fashion. Work at multiple sites will not be allowed unless approved by the Engineer. CITY OF IOWA r�4 ENGINEERING H SCALE: 1" XX DESIGN: JAR Project: Sheet Title: File# I Sheet 8 ;"1` Ng a DIVISION V SCALE: 1°=XX DRAWN: CURB RAMP 2021 PROJECT Estimate of Quantities, Estimate Reference 6 DATE: 2021 Information IN► • 0 10 MATCH C718.75 718.72) 718.46 718.50(718.33 MATCH (720.40\ 718.93) 718.58 I.IATCH MATCH (720.33� 718 67) 1 '° 718.32 718.46 718.86) (718.69 ri .. ) (718.14 718.44 �� �� ) 718.10) (717.79 (718.21 717.82) FOSTER ROAD G CM 0. • III MANHOLE °°°°°° • . 0000 OD ADJUSTMENT S3)°Iiii.;. an GED r11°1111Hi— .: 1. aria r-^4 1 : ar.,... --___.„% MA.CH 0 C ma 10. y. ir .., ......, , °oo. co .0. cii „....... , r ® .c.„ i.2% 718.07 li MATCH 17 _.._O. 719.00 ®MATCH MATCH 4 4 ® I I' Sn cn MATCH m m z m CITY OF IO WA CITY ENGINEERING DESIGN: JAR Project: Sheet Title: File# Sheet DIVISION DRAWN: KKL Curb Ramp 2021 Project Plan View- Foster Road /Swisher Lane 7 DATE: 2021 i`. PN0 0 10 GED C713.24 (712.85712.80) (712.98 4 0.9 5.5% 19% . (712.85� ®F.. an — _� MATCH MATCH " � i I (713.16 ® e - 7 ® rurcn (712.31 712.25) GMED FOSTER ROAD GED ® ® GOD 4 4 p ,, #� MAr� u '01 kEELD =,-, o i 1 i.7"""—---t,..:2 4 9; ;:::--: '..-7:11._ ic.. ---- —-- 077% 4 ..,_. _..._ __ ,...,...,... .3% . 7.:,...„_,,e.....lorr, co, ---roic, ...0 _........ 4,......,, ... MID ill l 11 ® MATCH 712.90 GEED .._ ../f z a 1 "l Cn MATCH MATCH JO Irk m -I-I , CITY OF I 0 VGA CITY ENGINEERING DESIGN: JAR Project Sheet Title: File# Sheet DIVISION DRAWN: KKL Curb Ramp 2021 Project Plan View Foster Road /Canton Street g DATE: 2021 tilt; 0 10 MATCH MATCH ® MATCH GM G MATCH G GOD CID CM Gan ..._ 'a--- 4.8% 5.0% 3.4% O° 1 3yYo lJ' 1-6% MATCH _' .....__ �— _.... �q 714.50 iliMATCH am MATCH ® ir`,�i^'rr MATCH `. `__c FOSTER ROAD (714.50 CD 714.44 MArC}; MATCH C71a.8o) IIM I� 4 (715.43 la �4 714.35) GEED ��� it GM Q..___..... _..._.._. -- - ...__....._.__...._ 714.78 _, . - 177. __... _. 5.4% SB%% _ gib:. 5.3%E. _. .._.__. ...__..__ �y�.-_ -- _. _ .....,. _.._ ._ ..P ..__. r. ... . IMTCH .._.. �714:82 _ �, . .. _....... . .. - _._ _._ _. _... �715.51 ._. - e X 714.78) 714.25) MATCH MATCH (,718.08 MATCH 715.06 MATCHV 4.1 . 0 GEIG 4 co > I r r c1) m m m --t CITY OF I D VGA CITY ENGINEERING DESIGN: JAR Project Sheet Title File# Sheet DIVISION DRAWN: KKL Curb Ramp 2021 Project Plan View Foster Road / Ball Street DATE: 2021 g LW 41 CZy sr ,. N F ' sDCID IMTCH 0 10 MID norm Nov,..:`"., . 411 l-° 40/4/ e DRAINTILE ADJSTMENT 6q� FST eR4tiC R0q O ST ) C CIED Vn. a 7 mar.792.62 '>' rw'E / 792.60 CM MA,FI 793.06 c"'� .04- , "8 �� . 7s2so '�'� ° 792.06 MATCH CEO Cry T '.-\ ane /= ,,/, 4ie , o �� 792.02 CO Mrt Q/ 792.40 okw I MATdI h° ��- S® MATCH 792.a DIVISION RING VH SCALE: DESIGN: JAR Project: Sheet Title: File# Sheet CITY 3 1 OF 1 ® I/ 1� CITY SCALE: DRAWN: KKL CURB RAMP 2021 PROJECT Plan View Oberlin Street and Lower West 10 DATE: 2021 Branch Road ;` tea I i BENTON STREET 0.12. ,N I opo A. o ogo ogo ogo :„)::?--- -------- ' 1 I ° ° oUo° 1 _.1 1 1 I i 1 648.41 1 ; / 1 i (648.40 ^ '• _, : I = 7" PCC DRIVEWAY I 1 I //77/7, 648.62 (648.60) I I I MCDONALD'S I 0 / DRIVEWAY o I ; 0,0/ LLI 0 CT (649.06 I 0 CC > I LJ I 649.14) I ' CC I E I I I I 1 c I I •11 II ...... I 1 1 i --..:,-,-) cA ill 573 I I 1 I 1 I / H SCALE: DESIGN: JAR Project: Sheet Title: File# Sheet CITY OF I D WA CITY ENGINEERING DIVISION V SCALE: DRAWN: KKL CURB RAMP 2021 PROJECT Plan View- Riverside Drive/ Benton Street 11 I DATE: 2021 /\ IN► w 0 10 w D= H MATCH MATCH U) (739.58 1.8% 739.65- Z .__ MATCH 0 MATCH U) CC 03 IjJ _..._._ e e w e �739.22 , _.. MATCX o1 7y3.g.w \\V".:; ,,,,,,tilil =:;..4-,:-.. .-, . . . 4 IMTCM 4: 739 86 742.51 MATCH '' ' rilir-: . --,,,,,,,,,,It N` 1` ifillki X imaritAir: GM (739.53 ' (739.86 740.09 (739.99 SHAMROCK PLACE SHAMROCK DRIVE FULL DEPTH CD MD PAVEMENT REPAIR %11r�,®�1_111 -- IlkMATCH MATCH -A I1�, W+.1 if 10 6"0 lil 3 -u. _ ��,���t�' CID t74 , ,T74H0 MATCH COI, � rn MATCH CD tv H MAT CM -= MATCH C '� MATCH H REMOVE AND RESET GARDEN BLOCK AS NEEDED Z 05% 0 CC w i— w w H SCALE: DESIGN: JAR Project: Sheet Title File# Sheet CITY OF I0 WA CITY Y ENGINEERING Plan View- Shamrock Drive/ DIVISION VSCALE: DRAWN: KKL CURB RAMP 2021 PROJECT 12 DATE: 2021 Peterson Street /\ T�H 4 N" MATH 715.80 REE . CM CD 0 10 od 'd FA Nd 411110 CD CID CND CODiri„,:.:.. 5 9% 715.80 C 5.6% �j� Imo% MATCH 716.00 715.30 COD f f MD 715.60 715.70 1.7% t, MATCH 716 01 COD iikil, COD 41100420 SHAMROCK DRIVE 44 f an ,iiiiiiiii MATCH 11Prilliii, MD AI a 715.50 I 4 it O MATCH CO CD715.62 CC C) MAT H MATCH ^Cr . - . fir;✓ , t y' .r .L" +'moo H SCALE: 1•=XX' DESIGN: JAR Project: Sheet Title: File# Sheet CITY OF I D TEA CITY ENGINEERING DIVISION V SCALE: 1'=XX' DRAWN: KKL CURB RAMP 2021 PROJECT Plan View-Arbor Drive/Shamrock Drive 13 DATE: 2021 CETI -'.-4.71: I� 715.40 1--- >--- \ ---- -- -.10/ ..---:.A%:.N.,--;-:.;;A,; 54. -- - ern - �� 715.10 � j l- V / / 715.20����i� // i i . ® ��, 716.OD�/ i i� in- .r- -- 80V. i� ice : __ \i.,:?,q,0:.:''''- °. CEE) C71 � \ � i Q - (71-.13 �� i�� �ii-� R,eo�1 w` �urcH 13 715.32) 04- 71523 e\ 714.7:' `., j 9/, pQ 100/0/ MATCH P 1` MATCH /. MATCH 1�s (715.20 / 715.58 C� a \ t4 CED _ . a MATCH \ ... . ...WWI MATCH r C r -o ill ® ` H )� `! ® pa 'P. CITY 1 OF 1 ® I/ A CITY ENGINEERING H SCALE: 1"=XX' DESIGN: JAR Project: Sheet Title: File# Sheet DIVISION V SCALE: 1"=XX' DRAWN: KKL CURB RAMP 2021 PROJECT Plan View- Arbor Drive/ Beech Street 14 DATE: 2021 %\ IN► March H (721 60 \ b arch M \\ 719.51� 721.46 �' CEO 719.43 �� ._--2- ,)* ,4ed. IIPP-\.<;:,.4-4- '- 60 �(719.45 MATCH 719.00 ae / 720-14 MATCH -1 \\ (720.04 CM '''.\ Air PQ` CIE) .' '/ 70, Cl," • C: .K"C a 7,0 nuTCN A A O j...—:t ....< -0 MATCH MATCH H SCALE: 1'=XX' DESIGN: JAR Project: Sheet Title: File# Sheet CITY OF I® WA CITY ENGINEERING DIVISION V SCALE: 1'=XX' DRAWN: KKL CURB RAMP 2021 PROJECT Plan View Arbor Drive/ Beech Street 15 DATE: 2021 Sc Prepared by Jason Reichert,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5416 Resolution No. 21-138 Resolution setting a public hearing on June 1, 2021 on project manual and estimate of cost for the construction of the Curb Ramp 2021 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 Curb Ramps-ADA account#S3822. 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 1st day of June 2021, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. City Hall is currently closed to the public because of the coronavirus. If City Hall remains closed to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at 319/356-5043. 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 18th day of May , 2021 Ma r Approv-. • Attest: �� : • City Clerk City Attorney's • ice-05/13/2021 It was moved by Thomas 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 ,0 ( 400 Zo2‘ p� va cu r b R a,rn PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY CLERK CITY OF IOWA CITY ICPD 410 E 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: 0004744399 5/24/21 05/24/2021 $48.09 Copy of Advertisement Exhibit"A" Subscribed and svirn to before me by said affiant this 24 day of May, 2021 CAJAH Notary Palic Commission expires VICKY FELTY Notary Public State of Wisconsin 0110 • NOTICE OF PUBLIC HEARING o NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE CURB RAMP 2021 PROJECT IN THE CITY OF IOWA CITY,IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, ANDSOOSOTHER INTERESTED 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 Curb Ramp 2021 Project in said city at 6:00 p.m. on the 1st day of June 2021 said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, the council meeting will be on electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meetinww.icgov.org/councildocs see w telephone the City Clerk at (319) 356-5043. This project includes removal and construction of new sidewalk curb ramps meeting current ADA standards at nine (9) intersection In Iowa City. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. 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) kellie fruehlingOiowa-city.orgailing 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. Tills 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 p I t Prepared by:Jason Reichart,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5416 Resolution No. 21-154 Resolution approving project manual and estimate of cost for the construction of the Curb Ramp 2021 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 Curb Ramps-ADA account#S3822. 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 29th day of June 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 Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 6:00 p.m.on the 6th 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. City Hall is currently closed to the public because of the COVID-19. If City Hall remains closed to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. For information on how to participate in the electronic meeting, see www. Icgov.org/councildocs or telephone the City Clerk. Resolution No. 21-154 Page 2 Passed and approved this 1st day of June , 2021. M or ` Appro -• •y 1l Attest: V -Aft; City Clerk City Attorney's Office—05/26/2021 It was moved by Bergus and seconded by Weiner 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 IOWA. LEAGUE ofCITIES 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 Curb Ramp 2021 Classified ID: 132680 A printed copy of which is attached and made part of this certificate, provided on 06/02/2021 to be posted on the Iowa League of Cities' interne site on the following date: June 3 , 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 6/2/2021 (A.) "ki-t, Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS CURB RAMP 2021 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 29th day of June 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 City Hall is closed to the public 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 Emma J. Harvat Hall at 6:00 P.M. on the 6th day of July 2021, or at special meeting called for that purpose. If City Hall is closed to the public 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.orq/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following Removal and construction of new sidewalk curb ramps meeting current ADA standards at nine (9) intersections in Iowa City. This project also includes temporary traffic control and site restoration. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City Engineering Division,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(cr�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 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 two (2) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 26, 2021 Final Completion Date: October 15, 2021 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll-Free: (800) 779-0093. 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 aC�iowa-citv.orq. A$20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Project 0100— Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday,June 3, 2021 12:13 PM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files;06.03.21 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—Curb Ramp 2021 Project Iowa City—Public Housing Pavement 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): June 3.2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. Cu tg June 3 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 (w) https://IowaConstructionUpdate.com i V ' 0100 NOTICE TO BIDDERS CURB RAMP 2021 PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 29th day of June 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 City Hall is closed to the public 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 Emma J. Harvat Hall at 6:00 P.M. on the 6th day of July 2021, or at special meeting called for that purpose. If City Hall is closed to the public 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 and construction of new sidewalk curb ramps meeting current ADA standards at nine (9) intersections in Iowa City. This project also includes temporary traffic control and site restoration. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City Engineering Division, 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-fruehlingc Iowa-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 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 two (2) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 26, 2021 Final Completion Date: October 15, 2021 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll-Free: (800) 779-0093. 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-fruehlina@ Iowa-city.org. A$20.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Project 0100—Page 2 of 2 5. p Prepared by:Jason Reichart,Engineering Division,410 E.Washington St.,Iowa City,IA 52240(319)356-5416 Resolution No. 21-189 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Curb Ramp 2021 Project Whereas, All American Concrete, Inc. of West Liberty, Iowa has submitted the lowest responsible bid of$132,306.20 for construction of the above-named project; and Whereas, funds for this project are available in the Curb Ramps-ADA account#S3822; 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 All American Concrete, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 6th day of July , 2021 Approved Attest : )4LU ,CD G L� City'Clerk City torney's Office (Sara Greenwood Hektoen -07/01/2021) It was moved by Taylor and seconded by Weiner 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: Ethan Yoder,Engineering Division, Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5145 Resolution No. 22-260 Resolution accepting the work for the Curb Ramp 2021 Project Whereas, the Engineering Division has recommended that the work for construction of the Curb Ramp 2021 Project, as included in a contract between the City of Iowa City and All American Concrete Inc. of West Liberty, Iowa, dated August 2, 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 Curb Ramps ADA account#S3822; and Whereas, the final contract price is $144,089.59 Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 18th day of October , 2022 Mayo Pro Approved by J � Attest: City lerk City Attorn 's Office (Liz Craig — 10/12/2022) It was moved by Weiner and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter x Bergus x Harmsen x Taylor x Teague x Thomas x Weiner 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND CURB RAMP 2021 PROJECT CITY OF IOWA CITY Bond Number SY99755 KNOW ALL BY THESE PRESENTS: That we, All American Concrete Inc , as Principal (hereinafter the "Contractor" or "Principal") and IMT Insurance Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of One Hundred Thirty Two Thousand Three Hundred Six Dollars&20/100 dollars ($ 132,306.20 ), 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 1." day of A . .s-r , 2v2..) , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project will involve the following Removal and construction of new sidewalk curb ramps meeting current ADA standards at nine (9) intersections in Iowa City. This project also includes temporary traffic control and site restoration. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by 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 Curb Ramp 2021 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 two years (2) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an 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 two years (2) 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. Curb Ramp 2021 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. Curb Ramp 2021 Project 0510— Page 3 of 4 PRINCIPAL: All American Concrete Inc SURETY: Jodi Einnovi IMT Insurance Company Printed Name of Contractor Officer Surety Company Name By G0L41 ABy r g ature of Contractor Officer ignat a of Atto yin Fact Officer VICE e re S i A 1. Jill Shaffer Title of Contractor Officer Printed Name of Attorney-in-Fact Officer IMT Insurance Company Company Name of Attorney-in-Fact PO Box 1336 Company Address of Attorney-in-Fact Des Moines, IA 50306 City, State, Zip Code of Attorney-in-Fact 515-453-0777 Telephone Number of Attorney-in-Fact Curb Ramp 2021 Project 0510— Page 4 of 4 IM> INSURANCE POWER OF ATTORNEY Know All Persons By These Presents,that IMT Insurance Company a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of West Des Moines,County of Polk,State of Iowa,hath made,constituted and appointed,and does by these presents make,constitute and appoint Jeffrey R.Baker,Nancy D.Baltutat,Patrick K.Duff,Mark E.Keairnes, Greg T.LaMair,Joseph I.Schmit,Christopher R.Seiberling,and Jill Shaffer of West Des Moines and State of Iowa its true and lawful Attorney-in-Fact,with full power and authority hereby conferred in its name,place and stead,to sign,execute,acknowledge and deliver in its behalf as surety any and all bonds,under- takings,recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: *****Unlimited Amounts***** and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of IMT Insurance Company,and all such acts of said Attomey-in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of IMT Insurance Company on December 18, 1998. ARTICLE VIII,SECTION 4.-The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and to authorize them to execute on behalf of the Company,and attach thereto the Corporate Seal,bonds,undertakings,recognizances,con- tracts of indemnity or other obligatory writings,excluding insurance policies and endorsements. ARTICLE VIII,SECTION 5.-The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power of Attorney authorizing the execution and delivery of any of the instruments described in Article VIII,Section 4 of the By-Laws.Such facsimile signature and seal shall have the same force and effect as though manually affixed. In Witness Whereof,IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed,this day of , 2021 •.. IMT Insurance Company $ ♦",• •.'", A. ._ c 1,1 L.- if),...,..!: a 1...7.4:4..7....-.M._-P,:>E Sean Kennedy,President V!'��' 1 STATE OF IOWA } ss: r' COUNTY OF Dallas r^11"% On this day of , 2021 ,before me appeared Sean Kennedy,to me personally known, who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the foregoing instrument,and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of West Des Moines,Iowa,the day and year first above written. .10 I TAW SODA•G00D o JnG Commission Number 816649 .Jd{M.(, chda) ,_ le • My Crpnmissyon Expires 'o l + k f12,/2022, Notary Public,Dallas County,Iowa CERTIFICATE I,Dalene Holland,Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY,executed by said the IMT Insurance Company,which is still in force and effect. In Witness Whereof,I have hereunto set my hand and affixed the Seal of the Company on day of , 2021 . .,......- --... idaaAct Dalene Holland,Secretary _1 - " .:•A.,.•/•- > .SY 06 06(01/19) f;,`tnf\