Loading...
HomeMy WebLinkAboutWILLOW CREEK STREAMBANK STABILIZATION IMPROVEMENTS 2021 WILLOW CREEK STREAMBANK STABILIZATION IMPROVEMENTS/2021 WILLOW CREEK STREAMBANK STABILIZATION IMPROVEMENTS 30-Nov-2021 Plans, Specs, proposal and contract, estimate of cost 30-Nov-2021 Res 21-292, setting public hearing 06-Dec-2021 Notice of public hearing 14-Dec-2021 Res 21-312, approving project manual and estimate of cost. 16-Dec-2021 Notice to bidders 18-Jan-2022 Res. 22-12, awarding contract 28-Jan-2022 Performance, Payment, and Maintenance Bond 15-Nov-2022 Res 22-283 Accepting the Work _ 1 - 1 lizipzi 7 FlaPaiaL_ Aftliggimilkl CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL WILLOW CREEK STREAMBANK STABILIZATION PROJECT IOWA CITY, IOWA :-d C C� NOVEMBER 23, 2021 " ' ° 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. 7-1)? 11/23/2021 Bryan Benjamin Date License Number: 22627 My license renewal date is December 31, 20 22 Pages or sheets covered by this seal: Entire Bound Document C7 Willow Creek Streambank Stabilization Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS APPENDICES --i, , co .. co Willow Creek Streambank Stabilization Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS WILLOW CREEK STREAMBANK STABILIZATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11th day of January, 2022. 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 bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center 28 S. Linn Street at 6:00 P.M. on the 18th day of January, 2022, or at special meeting called for that purpose. If bid opening is not conducted in person due to the health and safety concerns from COVID-19,the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.orq/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following Relocating 235 linear feet of the unnamed tributary to Willow Creek in Willow Creek Park. Rebuilding the north streambank and filling in the existing channel location. Armoring,:..the new streambanks and channel with rip rap. All work is to be done in strict compliance with the Project Manual prepared by McClure-of North Liberty, Iowa, which has heretofore been approved by the City Council, and are on file Tor public examination in the Office of the City Clerk. If City Hall is closed to the public due to tC'e health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling(a�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 promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as Willow Creek Streambank Stabilization Project 0100— Page 1 of 3 the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. r ��. Y The following limitations shall apply to this Project: r'' -x- -- Late Start Date: February 21, 2022 ' c Substantial Completion Date: April 29, 2022 Final Completion Date: May 31, 2022 Liquidated Damages: $250 per day All of the bids listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except 9010-108B Hydraulic Seeding, Seeding, Fertilizing, and Mulching and 9040-108-N-3 Silt Fence or Silt Fence Ditch Check, Removal of Device. 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, Iowa. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356- 5043 or emailing kellie-fruehling(a�iowa-city.org. A $20 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. Willow Creek Streambank Stabilization Project 0100 — Page 2 of 3 Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 171 ;= o Willow Creek Streambank Stabilization Project 0100 — Page 3 of 3 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE WILLOW CREEK STREAMBANK STABILIZATION 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 Willow Creek Streambank Stabilization in said city at 6:00 p.m. on the 14th day of December, 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If bid opening is not conducted in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.orq/councildocs or telephone the City Clerk at (319) 356-5043. This project includes Relocating 235 linear feet of the unnamed tributary to Willow Creek in Willow Creek Park. Rebuilding the north streambank and filling in the existing 0-4 channel location. Armoring the new streambanks and channel with rip rap and is located at Willow Creek Park between Spencer Drive and Teg Drive. ' ° ' ' ..7 ._...0 . Said Project Manual and estimated cost are now on file '1 in the office of the City Clerk in the City Hall in Iowa City,`k7 Iowa, and may be inspected by any interested persons. Ifco City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by o telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling iowa-city.org. 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. Willow Creek Streambank Stabilization Project 0110 — Page 1 of 2 Kellie K. Fruehling, City Clerk .71 aM - RM w s:0 m Willow Creek Streambank Stabilization Project 0110 — Page 2 of 2 0200 INSTRUCTIONS TO BIDDERS WILLOW CREEK STREAMBANK STABILIZATION PROJECT 1. Optional Pre-Bid Meeting: No meeting planned a. Time, Date, and Location: b. If bid opening is not conducted in person due to the health and safety concerns from COVID-19, this meeting will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 2. Bid Submittals: a. Time, Date and Location: 3:00 PM on January 11, 2022 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 bid opening is not conducted in person due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 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$s'.and 875 Iowa Administrative Code Chapter 156 (73A), found at the following)website: https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156pdf, C for assistance in completing the form. 4. Bid Security: •• a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. c. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. Willow Creek Streambank Stabilization Project 0200 — Page 1 of 3 5. Progress and Schedule: a. Contract Times: Late Start Date: February 21, 2022 Substantial Completion Date:April 29, 2022 Final Completion Date: May 31, 2022 Liquidated Damages: $250 per day All of the bids listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except 9010-108B Hydraulic Seeding, Seeding, Fertilizing, and Mulching and 9040-108-N-3 Silt Fence or Silt Fence Ditch Check, Removal of Device. b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. c. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. Many events 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) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete de ription"of the insurance requirements. ; 8. Taxes: (x) a. Sales Tax Exemption Certificates will be issued according to Section 820, 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. 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. Willow Creek Streambank Stabilization Project 0200 — Page 2 of 3 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. r•.a C_7 r.J Willow Creek Streambank Stabilization Project 0200 — Page 3 of 3 0400 PROPOSAL WILLOW CREEK STREAMBANK STABILIZATION PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , , and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Willow Creek Streambank Stabilization Project 0400 —Page 1 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT Clearing and 1 Grubbing UNITS 67 2 Topsoil, On-Site CY 175 Excavation, Class 10, Class 12, or 3 Class 13 CY 485 Below Grade Excavation (Core 4 Out) CY 500 5 Compaction Testing LS 1 6 Rock Excavation CY 50 Replacement of Unsuitable Backfill 7 Material CY 500 Hydraulic Seeding, Seeding, Fertilizing, 8 and Mulching AC 0.15 9 SWPPP Preparation LS 1 SWPPP 10 Management LS 1 11 Filter Sock, 6 In. Dia. LF 513 12 Filter Sock, Removal LF 513 Temporary RECP, Type 2.D, Wood 13 Excelsior Matting SY 234 14 Rip Rap, Class E TON 620 Sediment Trap 15 Outlet TON 15 Sediment Trap Outlet, Removal of 16 Sediment EA 1 Sediment Trap E'�_ Outlet, Removal of _ 17 Outlet Structure EA 1 c~)....: c..a Silt Fence or Silt c :' �' 18 Fence Ditch Check LF 565 - r, i ' Silt Fence or Silt �`'' Fence Ditch Check, .. , Removal of ---+ 19 Sediment LF 565 Silt Fence or Silt Fence Ditch Check, 20 Removal of Device LF 565 Willow Creek Streambank Stabilization Project 0400 — Page 2 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT Stabilized Construction 21 Entrance TON 100 Erosion Control Mulching, 22 Conventional AC 0.5 Temporary Stream 23 Diversion LS 1 Reinforced Steepened Slope 24 (RSS) SF 5,855 Construction 25 Staking LS 1 26 Mobilization LS 1 TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. c-( CA) 99 co Willow Creek Streambank Stabilization Project 0400 — Page 3 of 5 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City of Iowa City. W e S.A Q 0) Willow Creek Streambank Stabilization Project 0400 — Page 4 of 5 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address '"'"1' City, State, Zip Code I r; „ Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Willow Creek Streambank Stabilization Project 0400 — Page 5 of 5 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑Yes 0 No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized,please review the Worksheet:Authorization to Transact Business). ❑Yes 0 No My company has an office to transact business in Iowa. ❑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: You may attach additional sheet(s)if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are resickiits? -in Yes ❑ No 3. If you answered"Yes"to question 2,identify each preference offered by your company's hoiiii State o'oreign country and the appropriate legal citation. r k ' r co 8,0 y' O C 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: Willow Creek Streambank Stabilization Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. El Yes El No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. ha C1 ,. --t t"'3 i"` co • Ci Willow Creek Streambank Stabilization Project 0405 — Page 2 of 2 0410 BID BOND FORM WILLOW CREEK STREAMBANK STABILIZATION 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 Willow Creek Streambank Stabilization Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of , A.D., 20 (Seal) Witness Principal By: (Title) (Seal) Surety By. Y:y Witness (Attorney-in-fact) ,-,-, Attach Power-of-Attorney, if applicable CD Willow Creek Streambank Stabilization Project 0410— Page 1 of 1 0500 CONTRACT WILLOW CREEK STREAMBANK STABILIZATION 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 23rd day of November, 2021, for the Willow Creek Streambank Stabilization ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti- Discrimination Requirements)Assurance, if applicable, pursuant to Section 0200, attached hereto; and c. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. ; : • c' c:c� r- t a Willow Creek Streambank Stabilization 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 Contractor Officer Printed Name of City Official Printed Name of Contractor Officer Title of Contractor Officer ATTEST: ATTEST: By: By: City Clerk (for Formal Projects only) (Company Official) APPROVED BY: ""n''..• W u.n CD i City Attorney's Office Willow Creek Streambank Stabilization Project 0500— Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND WILLOW CREEK STREAMBANK STABILIZATION 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: Relocating 235 linear feet of the unnamed tributary to Willow Creek in Willow Creek Park. Rebuilding the north streambank and filling in the existing channel location. Armoring the streambank with rip rap and installing step-pool structures in the new channel. 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, aterials 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, terials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until cofftpletion of the Willow Creek Streambank Stabilization Project 0510 — Page 1 of 4 improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an 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 year(s) (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 Document '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 Ji sdiction' 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, Willow Creek Streambank Stabilization 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. CD r-- M OD 0 OD Willow Creek Streambank Stabilization 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. Lrri Fri '' 0) Mom+ Co Willow Creek Streambank Stabilization Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of$25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (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-bide by the City's Human Rights Ordinance. The City's protected classes are listed atwa City City Code section 2-3-1. ) r 0 co Willow Creek Streambank Stabilization Project 0520— Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.)and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code :. . CO Willow Creek Streambank Stabilization 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 w `'r-r' c cxo Willow Creek Streambank Stabilization Project 0520 — Page 3 of 6 P"+3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY f?- Determine your company's policy regarding equal employment opportuniti es. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and,to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (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 Willow Creek Streambank Stabilization 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. o -- ---,r.r c:) rn O Willow Creek Streambank Stabilization 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. ,.,. W3 y . �ryyy Y ' l 3 Willow Creek Streambank Stabilization 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") I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of$25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible fo`Y the acts giving rise to the violation(s); Willow Creek Streambank Stabilization 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. ZE k sue"_ + «+ . ,. C') rr'rw} tomCD Willow Creek Streambank Stabilization Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT , 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 CZO cam, c a t ..., o w Willow Creek Streambank Stabilization 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.org/archived-specifications/. 4,4 C7 C3 „k..,A C7 CD 7 > C7 Willow Creek Streambank Stabilization Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.org/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. ra C J.r J r._ kM T y .. w, r' Willow Creek Streambank Stabilization 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.org/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. w r--1 m mic r co Willow Creek Streambank Stabilization Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer-generated attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.B, for details on preparing a computer-generated unit price attachment. This project includes several additional modifications to the SUDAS Standard Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual. N .r l 11 , .....,. C.) CD 4 .. • Y� � yMxan� Ca CD LID Willow Creek Streambank Stabilization Project Page 1 of 1 PLANS cT3 . cci C—) 3::•• Willow Creek Streambank Stabilization Project Page 1 of 1 APPENDICES None ) C:3 r T1 Willow Creek Streambank Stabilization Project Page 1 of 1 ENGINEER'S ESTIMATE November 30, 2021 City Clerk City of Iowa City, Iowa Re: Willow Creek Streambank Stabilization Improvements Project Dear City Clerk: The estimated cost of construction for this project is $170,000. Sincerely, Ben Clark PE Senior Engineer r)_, w - r- cra �.1 N O UJ N N N H PARK STREAMBANK STREAMBANK7L ,jLLI > o 2d'2 :: °9 p - i,.1. ! , I ITA LIJ I. N LU I O WA CITY, I O WA co W Ce > z �N! 1BARTLETT -- v -qvAVF (Th I h!LAND u" m RDA N MARIET1 LLI Ce Z ~ AVE The most recent edition of the Iowa Statewide Urban Standard Specifications I— ce V O W for Public Improvements Manual and the City of Iowa City Supplemental 105-3 Ln to INDEX OF SHEETS O H O , cc N y z ` Specifications and Details shall apply to all work on this project except as 10-18-05 0 a■■B}I ce modified herein. ■ N F— t/ No. Description cL. Q � m W■ OpKCRES7AVE- m AD, TITLE w 3 m O This project is covered by the Iowa Department of Natural Resources NPDES A02 OVERALL PROJECT LAYOUT Ui 0 N W ■ I F- a General Permit No.2. The contractor shall carry out the terms and conditions A.03 GENERAL LEGEND U w Q CO W N U B.01 TYPICAL SECTIONS AND DETAILS N / —� W u of General Permit No.2. Y C.01•C.02 QUANTITIES AND REFERENCE NOTES r-N.� -0 D.01 STREAM CHANNEL PLAN AND PROFILE O p D.02 STREAM CHANNEL GRADING AND EROSION CONTROL PLAN ) ( W BENTON ST _ ■ G.01 REFERENCE TIES,BENCHMARKS AND ALIGNMENT INFORMATION J l Refer to sheet A.03 for list of utility contacts. �� KATHLIN W.01 STREAM CHANNEL CROSS SECTIONS a �ARBUR N o W c' titi GRq�,Tfig c z DR Y O lob 0R ce 0 o PENFRO NI W PROJECT o m m L DR ce LOCATION Ui "' UJ �- j z0 ~ ..______i_____s___±,NFLANIGAN Cj DENBIGH DR WOODBERRY O , Iv ,E ING DR / Lc/ ce Nr CTfl WO p3 3. 12 m X HAM DR DR CITY OF IOWA CITY, IOWA n , _ VICINITY MAP ACCEPTED FOR LETTING IIIIIIIII III IIIIV)ib IOWA CITY,IOWA UII IIIIII pp, 02505 10I CITY ENGINEER DATE Q GRAPHIC SCALE I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED BY ME OR UNDER MY MII DIRECT PERSONAL SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER •-•Jjijjij1 . •- • UNDER THE LAWS OF THE ATE OF IOWA. O ■■■ QapF ESS 1pN, i�I — ' © IOWA_ mmu � ! 0f1IOWA CITY BRYAN R n MY LICEIIIDE© -' U. ■ BENJAMIN MY LICENSE RENEWAL DATE IS DECEMBER 31, 2022 22627 PAGES OR SHEETS COVERED BY THIS SEAL O o ONE CALLSM an������� A UNESCO CITY OF LITERATURE it it 00 111■■■■■■1=Ir 411.11111.1..11111 ALL PAGES Z 1-800-292-8989 �� MIMMENN0Ce LLI WWW.iowaonecall.COn1 „ y IOWA STATE MAP CD Z w LU DRAWN IOWA CITY,IOWA REVISIONS ^® Hone,. SHEET NO Ce ENGINEER BAV uII e7s 1740 Linings,Lone WILLOW CREEK PARK .wa.,.e.,...,,Esc.m�.r-=•„=.r=.a.nn,..,,,mun=.eu.na;nb,w<ni.m.-n;<n.,�„r...,,r.�w,a.r,n..'m.,.n.�,, MEC JOB#191037 North Ube sw<fi<.n.,,,.,,,a w...an.„;�s,„,•M Ma<«..r. making lives better. M.Iowa52317 STREAMBANK STABILIZATION TITLE SHEET ,.m.«.w,rn..,ar�,,,,r.,•,•,,,,•,,, ,.<..,;,,,<„.me;,.e,.,.,<.�,m.n;<n.,..�...e J CHECKED n HELD ROOK i+o. JULY 2021 M C C LURE- 319-626-9090o,...n...,h�,•�.ac.mn.m. .m..u... A-0 1 IRISIGED BS - kx 319-626-9095 IMPROVEMENTS-2021 ., ,„,,,,, ,,,,n,,.,.bn e.,,,,a..n.,,,.,,,,,,;n,p,;.,.,:,,.,,<« i.«.,..<cn,,.t ;...,;. c«.,..� u 1 R:\1 91 037-000\06-Drawings\06-Plans\Chonnel Re-Alignment\A..01 dwg 11/23/2021 2.56 PM W IIIIIIIOIU'1111 �1411 11111, _ L. y. t a � CO 171 NORTH LEONARD CIRCLE .Y 30 g 20 <g 80 f J T''' �� - GRAPHIC SCALE J ' Rif WESTGATE CIRCLE F- w w w > ce 12 y 0 W W II— 'CC i e _sr-,- r • d 1 I. Zi ` •La ,j;, . r k 1 1 t` ; .'A x • r I tilt/ ' .: ' ' .,. ., .;ii..1., ..FF .1 r\ssi six, . ;4' T.- ..- _ - . „ Tiiiity* s. . , / . . 'ji,.., , - ,-, i.... • ••11118810.1111•81111W•8188.01181181t- OP i , , ; BENTON STREET BENTON STREET ' t tq� kid �. _ _ �.. +„ 1 a , 4# � r + f It; 1^ • y 4 :'-'. ,...• .1.- •--.• --.. 'i aorr*-'s . -." , ' .' , - ' t.* ..; ' .- -4* i i 1 x 3 �T !. • 7r �+� �+ .L•' E.Q. Y, ,Al �i} �f q_ ) 1 • , ,� 1 �' 4 1 t ,';t Wi . STA: 12 79.61 .YI '4, ' R"� A i i S t! 1 � i + PROPOSED } P L, i 3 t • _ t;. ► b ,► ' .� • Y •. J IMPROVEMENTS ,� ` �� I �. 1. . , • f p 10" J 1 r7 - 4. • -k f • 1 w', I",F T'HLIN DRIVE , . . STA: 98 4t 1i ! f s ` 2 r �A t • KA ,t: {r r:,;- ,11 4 �- ° .N/ J , • ,'� t, 1 i� 1 AIR �rf1 •.> ' r 1.4. # 4 ,..ai ,..... �i' ...Air._ ._r 6• �Ir • I } J .F . 1 'l... r .� i ay ) 1 i( t. . {. • • f ,c Z 'As, s.r•` 14,: i R • . ,•� ! ! r . + i r. t 1 iS f� t• r1 t� }�' � - 1-•p� f ,�tl ,R.rA • a V 1 . r ; '�• 1 v 1' 1 !' + v �, • *it, .-�{� �' 1 It J1, g J4 7 13 C •s r •• \E$ "It . + f t r ♦ - . .... ' `.+r', , =Y #t• I• � .�( _ R. J• 0.i4.r 'il .� r St ,,7,' t ,- 1 •. •i _ 4„ ! ° .�`' f6 4. r}-;, , 1 ti JAI •ry{�: f ! • --8. .4 �,• # - }_' 3{ - . �. .1.4„ 11, !1 J{/i ,r { •yf`. { i;�'7R ,. . :,.. ..ft , 1 ,• I� ]� �-- • S -t y, ter '; i ... „, , .„ „,. •.f IL, 1r i1F •"d 4 ,•f ` i ``V _ - - • t.{i F sk•• .' r - - ,',• ` '. ,F. 1• , :It'1 I' .• ]sir- • r 1• i • t . +1'.'• , •� ` { w- , ♦J- r , 'l '� 4. • • '.au i :. t!I i WILLOW CREEP( .,-.RI Ok Ilkt, AS { ;•.,, - 1 r*IVI• iP ,p IJ 1 t 1 ♦ , ,I PRIG... DRAWN ev IOWA CRY,IOWA IIII \ rtoiK[ BRB BAV ,7ao Lninp.r Loa WILLOW CREEK PARK rkaa.e"w""'°ca,o.,,.«.a .IHI re ".a,:.and SHAH nrm`^^.,"al..,.m aiu•.ebn...x,w"^^ MEC JOB 8191037 North lib.Hy,Iowa 52'. ; w,n•,"v�+«�v:+a•m.r.a.....,.rn.,l�,. aa..w >an.r.x. ,, CSCCSCO.Y ra#o.00rc no. Making ivy STREAMBANK STABILIZATION OVERALL PROJECT LAYOU' wb.••°..e„a"a+b°'" """"""'"'Y""""""'wi°"""" `°"•... "....i1 ry JuIY 2021 M C L U R E 319-6269090 CHM*..Mww.rrr.ar,„,n,.....a..a,a...,,.,.COPYRIGHT ,a ,kcw,.e„r NIcmr.,w,•pr ..nw.•. A.02 15S lax 319.626-9095 IMPROVEMENTS-2 1 O 04 a w.•;.PH/HRH*a,..r.ae•.+.,o-..,.:.y.,.a..,".,, 1..,,,rr•ct..e,y.,...2 .., - 1 R:\191037-000\06-Drawings\06-PlanA\Chann.l Re-Alignment\A 02.dwg 7/28/2021 10:59 AM GENERAL LEGEND EXISTING PROPOSED EXISTING PROPOSED `-ABBREVIATIONS 13"S5 89 SANITARY SEWER MAIN O 0 SANITARY SEWER MANHOLE T/S TOP OF SLAB •TOP TOP OF SLOPE SS 58 SANITARY SEWER SERVICE © © SANITARY SEWER CLEANOUT BC t l,CJ�OFt?U}RB BOT BOTTOM OF SLOPE 5"FM en' SANITARY SEWER FORCE MAIN ® ® AIR RELEASE MANHOLE/DRAIN MANHOLE TC T OF COI 30 4 EP EDGE OF PAVING Sr STORM SEWER MAIN OR CULVERT © 0 ❑e STORM SEWER MANHOLE FG FORM GRADE 11 �< BEGINNING OF PROJECT ST2 - ST2 SECONDARY STORM SEWER MAIN © ® STORM SEWER CLEANOUT FL FLOWLINE . , /`/ r-,-., EOP END OF PROJECT ST ST SECONDARY STORM SEWER SERVICE ® ® r /f L t1 t� STORM SEWER INTAKE CL CENTERLINE L T f� /UAC USE AS CONSTRUCTED -. �� -' -► -e -► -> -► - SUBDRAINITILE C CUT . to "w • • STORM SEWER BEEHIVE INTAKE e"w• V'w WATER MAIN F FILL D DO3 FLARED END SECTION w w - WATER SERVICE FIRE HYDRANT UE UE - UNDERGROUND ELECTRIC GHE OGE OVERHEAD ELECTRIC DG WATER VALVE ® A WATER VALVE MANHOLE UTILITY CONTACT INFORMATION T r UNDERGROUND TELEPHONE seP 1ff CURB STOP FO- -- FO UNDERGROUND FIBER OPTIC TV TV UNDERGROUND CABLE TV ® 8 WATER METER MANHOLE AT&T s. v. YARD HYDRANT JUSTIN RAHM G 0 GAS MAIN OR SERVICE O ® ELECTRIC MANHOLE/VAULT (678) 231-5933 - -949 949 CONTOUR LINES INTERMEDIATE © O ELECTRIC PEDESTAL I TRANSFORMER JRAHM@SDT-1.COM - -950- - 950 CONTOUR LINES INDEX x0 M OUTDOOR ELECTRIC POWER OUTLET — - - - — ••-••- •• - • • — PROPERTY LINE I LOT LINE AUREON NETWORK SERVICES O 0 POWER POLE JEFF KLOCKO -R/w- — -ROW- -ROW- RIGHT OF WAY LINE - - - - - - SECTION LINE A{a POWER POLE wl STREET LIGHT (515) 830-0445 - * # STREET LIGHT POLE JEFF.KLOCKO@AUREON.COM _ - . - - . - . - . - EASEMENT -> > GUY WIRE CENTURYLINK 0 D 0 D 0 0 0 0 0 0 GUARD RAIL x x x x FIELD FENCE a FLOODLIGHT TIM CARONE O 0 0 0 CHAIN LINK FENCE B FIBER OPTIC MARKER (847)812-2247 ❑ ❑ ❑ 0 WOODEN FENCE 0 ® TRAFFIC SIGNAL TCARONE@TERRATECHLLC.NET - - - - ROAD CENTERLINE 0 ® TRAFFIC SIGNAL BOX CITY OF IOWA CITY-WATER GRADING LIMITS ® ® TRAFFIC SIGNAL MANHOLE/VAULT MICHAEL WILLIS RR ® RAILROAD CROSSING SIGNAL (319) 631-1169 - - -- CONSTRUCTION LIMITS MICHAEL-WILLIS@IOWA-CITY.ORG O O TELEPHONE MANHOLE I VAULT AO AG AG LINE - - - - - - - WATERWAY FLOWLINE III O TELEPHONE PEDESTAL CITY OF IOWA CITY-WASTEWATER TOP OF SLOPE ® ® CABLE TV MANHOLE/VAULT JESSE EISTER - O O CABLE TV PEDESTAL (319) 634-1144 - - BOTTOM OF SLOPE w JESSE-EISTER@IOWA-CITY.ORG D4 (R1 GAS VALVE • • • • • _,____•._____.J____.__A SILT FENCE El IRRIGATION HANDHOLE CITY OF IOWA CITY-TRAFFIC ENGINEERING ee OO BOLLARD(BUMPER POST) KEVIN KEATING UTILITY QUALITY SERVICE LEVELS: (319) 331-2977 T ROADWAY SIGN KEVIN-KEATING@IOWA-CITY.ORG UTILITY QUALITY LEVELS ARE BASED ON THE Cl/ASCE 38-02 STANDARD. 59090 MAILBOX UTILITY QUALITY LEVEL A: ® ® WELL MEDIACOM PRECISE HORIZONTAL AND VERTICAL LOCATION OF UTILITIES OBTAINED BY THE ACTUAL EXPOSURE(OR VERIFICATION � DECIDUOUS TREE CARL NORTON OF PREVIOUSLY EXPOSED AND SURVEYED UTILITIES)AND SUBSEQUENT MEASUREMENT OF SUBSURFACE UTILITIES. t E Y (319) 351-0408 X3701 *Er *Er EVERGREEN TREE CNORTON@MEDIACOMCC.COM UTILITY QUALITY LEVEL B: a a SHRUB OR BUSH INFORMATION OBTAINED THROUGH THE APPLICATION OF APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE MIDAMERICAN ENERGY THE EXISTENCE AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. ^".-. •" "'^ TREE OR SHRUB LINE STUMP CARSON HEMPHILL UTILITY QUALITY LEVEL C: FL. CRHEMPHILL@MIDAMERICAN.COM INFORMATION OBTAINED BY SURVEYING AND PLOTTING VISIBLE ABOVE-GROUND UTILITY FEATURES AND BY USING MONITORING WELL PROFESSIONAL JUDGMENT IN CORRELATING THIS INFORMATION TO QUALITY LEVEL D INFORMATION. pp qo *. SOIL BORINGS UNITE PRIVATE NETWORKS UTILITY QUALITY LEVEL D: 8- FLAG POLE MICHAEL STEINKAMP INFORMATION DERIVED FROM EXISTING RECORDS OR ORAL RECOLLECTIONS. (816) 490-0984 EXAMPLES: SATELLITE DISH UPNGIS@UPNFIBER.COM 8"Ss(A) -- SANITARY SEWER MAIN-QUALITY SERVICE LEVEL A I:)- Ix- SLOPE INDICATORS B"SS(B) SANITARY SEWER MAIN-QUALITY SERVICE LEVEL B *1 CONTROL POINT 5"55(c) SANITARY SEWER MAIN-QUALITY SERVICE LEVEL C .- BENCH MARK ao 8"Ss(D) SANITARY SEWER MAIN-QUALITY SERVICE LEVEL D A SECTION CORNER O IRON PIN SET • IRON PIN FOUND ENGINEER DRAWN BY PEVISIONS ON% IOWA CITY,IOWA ' NOTICE SNEER NO. BRB BAV II'ias+-. 1740 Linings.Lone WILLOW CREEK PARK r.4cw..Erpi^.nn9 CempanY wal.ea anYnM pll ropanai4liN aM lmbililybrpr°blame wbkM1 o.iv l.vm kil°nabllaw My»Nona, MEC JOB*191037 North LiMM Iowa 52317 CHECKED BY NERD boot No. making live5102118f. STREAMBANK STABILIZATION GENERAL LEGEND ro°^°^.omia.ion,,i^.°nain.na..,ombis°":•.m.o„niaa.,M1mM1 pN plLrw DULY 2021 MC C L U R E n319-626-9090 cwnwM°ne pnwm evM1N m m...ao-„m.,m°n..w«.COPYRIGHT JSS - fox 319.626-9095 IMPROVEMENTS-2021 mo^n aM1on b°moe°wmn,e oapinina p.;o-,.,m•n COMO.ern McClure EComp.,nny Compo r ,",,J£E4.iti,' np m«„ °, 12:\1 91 03 7-000\O6-Drawings\06-Plans\Channel Re-Alignment\A.03.dwg 7/28/2021 10:46 AM Ahl WIDTH VARIES _ 22.00'BIB HYDRAUL�S-MANNINC'S EQUATION 20 SINGULAR OPEN CHANNEL s U 11 8: 7�5 _ n V B m Top VYldVi ELOPE AREA Pw O VB R 'Avg BM .' 5--.� 8 V F ti.... c. 3.50' 3.50' 0.035 2.390 7 1.5 14.17 003920 25.2912 15.6155 294.0 11.62 1.6196 3.962 <-MIV 4 0.035 3.263 7 1.5 16.79 0.03920 38.8084 187642 _531.0 13.68 2.0682 5.059 --100Yeat(1%( tt' 1.5 1.5 4 Ji 0035 5 7 1.5 22.03 003920 72.5000 25.0278 1241.8 17.13 2.8968 7.086 <-Capedty of Channel i.tat'gIy`1 I V AstiiaY RIPRAP TO BE KEYED -.4:190:1'1i„ ds1..3-4!". INTO CHANNEL BANK Where: n=Manning roughness coeffident of grass �!.0,1t0ra .r4ir�ir .'.-•trot._, oax say 4i4:!,r�e V=Depth of flow toreadi desired flow("O"),ft *Itlei,fit,,o,- ...y;vet 377.�.�11!MQ'.' 18"-D50 RIPRAP REINFORCED B=Bottom width of channel,ft -•‘e Ns.92,4 Ot,•lti.:0$ STREAMBANK AND CHANNEL m=sideslope of channel Slope=longitudinal channel (PROFILE GRADE 2.0"• Area==Ares allowth in the channel the Mdepth of Now,Rq ENGINEERING FABRIC Pw=Wetted PelnNer in the charnel al the depth of taw,R 0=Ftawgete,Rtls Velocity=Velocity in the charnel,Us(delned M O'A) 3.0'DEPTH FROM STATION 10+75 TO 10+95 AND 12.50 TO 12+75. R=Hydraulic Radius of the tow in the channel,R(defiled as A/Pw) STREAMBANK STABILIZATION TYPICAL SECTION NOT TO SCALE EXISTING GRADE INSTALL WOOD EXCELSIOR MATTING \ AND SEED USING PRAIRIE MIX ON ALL SLOPES GREATER THAN 4:1 V PROPOSED GRADING 6..„40, \ �� RIP RAP REINFORCED TOPSOIL / s/ STREAMBANK AND CHANNEL �. Ii\\6\\/q\.��i\\'a+Lwe REFER TO NOTE 7 (MIN.6) \\ylgQllgPl6Q�lli\3Qq\�llq\SIG\3/li\\'1S.�au`y- ( ) il/i\\�IIA\\//a14\\milli\44*//447/q\�°l/riff'--1141// :M„1. 1 5 \\.ig(ll i./A\\t//0/li\\�14WA mil/i\\�/li\\ .:_c iii,\\�. .•!�414pp,,;gm 1 y0/li\\(_G\\/0//•\\wl/i\\milli\\.//i\\/Iq\/li\\�/i\\�/-,y/i\\�l�i\\ll\\\�1 N s�5. /4iiiinif//q\/li\\.40/4\\flli\\�l_R,,,\��li\\mil/\\llg+14,\milli\\�llq\Vl1\\__;Or�.., 2.0'MIN. EXISTING STREAMBANK yL IA•/N'a. Ali\\�llq\e,A7voi/i\\�Iq\ioi/i\\�IIA\\/ /Iq\�4i0�1/q\�l�q\i//g 4liffil/q\�llgk: B0,,6,., Telamil/i\\�l/i\4.\\Ali\\/G\\/l�\\�//%\\a milli\\*24l/i\\//04,?//0/li\\ra/40<ti.8rt \\i//gQ4,c/j.:.\itzTl/i\\milli\\/l\Q/li\\/l�\\/Iq\/li\\//q\/Iq\/0/j/li\��Ih,04,\- '/A7/0//'i.I.N OQ_\./li17%-,...3�!W.//A /h\/Id\/lam\//SIG\.//j//A\'/O\90/40/i\\%No, //q\!llq\//..17 //q4/0/A\Qfili4/q\/li\\�dq\5l/iii:4\//A\34-40:100404?4i ?//1/701SS4.i4\\V/\\/I�QI/A\Q//gQl4\+0d49/(i*0{(00/0/0/0llq? REINFORCED STEEPENED SLOPE(RSS) EXISTING STREAMBED NOTES: 1. FILL MATERIAL SHALL BE EXCAVATED CLASS 13 MATERIAL OR EMBANKMENT IN PLACE AND BE COMPACTED TO 95%STANDARD PROCTOR. 2. SOIL PROPERTIES FOR DESIGN BASED ON IOWA DEPARTMENT OF REINFORCED STEEPENED TRANSPORTATION DESIGN MANUAL CHAPTER 200E ARE COHESION OF 600 PSF AND FRICTION ANGLE OF 12 DEGREES FOR COMPACTED FILL SLOPE (RSS) DETAIL 3. PLACE A MINIMUM OF 2 FEET(MEASURED PERPENDICULAR TO SLOPE FACE)OF NOT TO SCALE CONTRACTOR-PROVIDED RIP RAP OVER THE PRIMARY POLYMER GEOGRID SHAPE. ENGINEER DRAWN BY IOWA CITY,IOWA REVISIONS '•A/YB. • NonCE. SHEET NO. BRB BAV I II�4 1740Uninger Lone WILLOW CREEK PARK TYPICAL SECTIONS McClure Engineering Company wa ives any and all responsibility and liability for which,pm•whichb arise Mau from failure ro follow Ions, S MEC JOB w191037 rcollon, engin«nna/rent they convey,a for proven. .n arise...don ro*loin and/or fallow No.ig* • North Uberry,Iowa 52317aaM.with,.a making lives better STREAMBANK STABILIZATION AND DETAILS B pac.roarrya.on.omiviana,iOPYRIGHT ncie,ambgaiNecwweiHs..MrtF an alleged. CHECKED BY HELD BOOR NO JULY 2021 • C 319-626-9090 capmaM area prep.H,nights in Mew a«ameM are expressly br'wcwn Engin...inq camaanr.No reproductions,change ,ss M C L U RE" foR319-626-9095 IMPROVEMENTS-2021 ma me, eera.Rbemodewilsortt ins,pierw.en.a,en,«amMcClureEneeeieCompae B•01 R\191037-000\06-Drawings\06-Plons\Channel Re-Alignment\6.01 REV_11-29-21.dwg 11/29/2021 8:57 AM ESTIMATED PROJECT QUANTITIES ESTIMATED PROJECT QUANTITIES Data listed below is for informational purpose only and shall not constitute a basis for any extra work orders. Item No. Item Code Item Unit Quantity Item No. Item Code Description 1 2010-108-A CLEARING AND GRUBBING - . SECTION 2010-EARTHWORK,SUBGRADE,AND SUBBASE _ — -- 1 2010-108-A CLEARING AND GRUBBING UNITS 67 A ALL MATERIAL THAT IS REMOVED FROM THE PROJECT SHALL BECOME THE PROPERTY OF THE CONTRACTOR. B. TREE REMOVAL BY UNITS AS SHOWN ON SHEET C.02. L l f 2 2010-108-0.1 TOPSOIL,ON-SITE CY 175 't Cl PC/ �� 771 3 2010-108-E EXCAVATION,CLASS 10,CLASS 12,OR CLASS 13 CY 485 C. BID ITEM INCLUDES ALL TREE REMOVAL,DISPOSAL,AND STUMP REMOVAL OR GRINDING TO 1'BELOW GRADE. 4 2010-108-F BELOW GRADE EXCAVATION(CORE OUT) _ CY 500 2 �2010-108-D-1 TOPSOIL,ON-SITE 5 2010-108-L COMPACTION TESTING LS 1 A STRIP AND SALVAGE THE TOP 12"OF TOPSOILON ALL DISTURBED AREAS. RESPREAD TO A DEPTH OF 6". SHRINKAGE ON RESPR IS ASSUMED IO , SECTION 3010-TRENCH EXCAVATION AND BACKFILL TO BE 50%. 6 3010-108-B ROCK EXCAVATION CY 50 B. TOPSOIL TO BE RESPREAD SHALL BE FREE OF ROCK AND DEBRIS AND BE SUITABLE FOR THE GROWTH OF GRASS. 7 3010-108-D REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL CY 500 C. ALTERNATIVELY.CONTRACTOR MAY REMOVE TOPSOIL DURING CONSTRUCTION ACTMTES AND REPLACE WITH 6",HIGH ORGANIC CONTENT TOPSOIL SECTION 9010-SEEDING e 9010-108-B HYDRAULIC SEEDING,SEEDING,FERTILIZING.AND MULCHING AC 0,15 3 2010-108-E EXCAVATION,CLASS 10.CLASS 12,OR CLASS 13 SECTION 9040-EROSION AND SEDIMENT CONTROL A REFER TO FIG.2010.102 FOR DESIGNATION OF ROADWAY EARTHWORK ITEMS DETAILS. 9 9040-108-A-1 SWPPP PREPARATION LS 1 B. EXCAVATION INCLUDES ALL WORK NECESSARY TO ACHI=VE THE GRADES AS SHOWN IN THE PLANS. 10 9040-108-A-2 SWPPP MANAGEMENT LS 1 C. NO PAYMENT FOR OVERHAUL WILL BE ALLOWED. 11 9040-108-0-1 FILTER SOCK,6 IN.DR. LF 513 D. SHRINKAGE WAS ASSUMED TO BE 30%. 12 9040-108-0-2 FILTER SOCK,REMOVAL LF 513 E. QUPNTITIES. CHANNEL GRADING CY 13 9040-108-E-1 TEMPORARY RECP,TYPE 2.D,WOOD EXCELSIOR MATTING SY 234 CUT 485 14 9040-108-J RIP RAP,CLASS E TON 620 FILL,SHRINK 479 15 9040-108-M-1 SEDIMENT TRAP OUTLET TON 15 NET 6 16 9040-108-M-2 SEDIMENT TRAP OUTLET,REMOVAL OF SEDIIwENT EA 1 17 9040-108-M-3 SED RENT TRAP OUTLET,REMOVAL OF OUTLET STRUCTURE EA 1 G. THIS IS A PLAN QUANTITY PAYMENT BID ITEM.NO MEASUREMENT WILL BE TAKEN,OR INCREASE IN QUANTITY GRANTED 18 9040-108-N-1 SILT FENCE OR SILT FENCE DITCH CHECK LF 565 19 9040-108-N-2 SILT FENCE OR SILT FENCE DITCH CHECK,REMOVAL OF SEDIMENT LF 565 20 9040-108-N-3 SILT FENCE OR SILT FENCE DITCH CHECK,REMOVAL OF DEVICE LF 565 4 2010-108-F BELOW GRADE EXCAVATION(CORE OUT) 21 9040-108-0-2 STABILIZED CONSTRUCTION ENTRANCE TON 100 A BID ITEM IS FOR CORRECTING AREAS OF UNSUITABLE SUBGRADE INCUT AREAS. THE ENGINEER MUST APPROVE THE USE OF THIS BID ITEM 22 9040-10&Q-1 EROSION CONTROL MULCHING,CONVENTIONAL AC 0.5 BASED ON SUBGRADE CONDITIONS PRIOR TO BEGINNING CONSTRUCTION. B. INCLUDES REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL,AND HAULING, PLACEMENT AND COMPACTION OF SUITABLE MATERIAL SECTION 11000-MISCELLANEOUS C. THE ENGINEER HAS ESTIMATED AQUANTITY TO ESTABLISH A UNIT PRICE. 23 11000-108-B TEMPORARY STREAM DNERSION LS 1 24 11000-108-SP REINFORCED STEEPENED SLOPE(RSS) SF 5,855 5 2010-108-L COMPACTION TESTING SECTION 11010-CONSTRUCTION STAKNG A PROVIDE ALL TEST RESULTS TO THE ENGINEER AND CITY. 25 11010-108-A CONSTRUCTION STAKING _ _ LS _ 1 B. INCLUDES ALL SOIL TESTING DURING CONSTRUCTION. SECTION 11020-MOBILIZATION C. THE ENGINEER RESERVES THE RIGHT TO REQUEST ADDITIONAL TESTING.NLCUDED IN THIS BID ITEM AT THEIR DISCRETION. 26 11020-108-A MOBILIZATION LS 1 6 3010-108-B ROCK EXCAVATION A VERIFY ESTIMATED LOCATIONS AND VOLUMES OF ROCK EXCAVATION WITH THE ENGINEER PRIOR TO COMPLETING THE WORK. B THE ENGINEER HAS ESTIMATED AQUANTITY TO ESTABLISH A UNIT PRICE. 7 3010-108-D REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL A. BID ITEM IS FOR REMOVAL OF UNSUITABLE MATERIAL ENCOUNTERED DURING TRENCH EXCAVATION AND REPLACEMENT WITH SUITABLE BACKFILL MATERIAL. THE ENGINEER MUST APPROVE THE USE OF THIS BID ITEM BASED ON TRENCH CONDITIONS PRIOR TO BEGINNING CONSTRUCTION. B THE ENGINEER HAS ESTIMATED A QUANTITY TO ESTABLISH A UNIT PRICE. 8 9010-108-B HYDRAULIC SEEDING,SEEDING,FERTILIZING,AND MULCHING A SEED ALL DISTURBED AREAS WITH A TYPE 1(PERMANENT LAWN HAXTURE)EXCEPT FOR AREAS WITH SLOPES GREATER THAN 4.1. FOR AREAS WITH A SLOPE GREATER THAN 4:1,A PRAIRIE MD(SHALL BE USED N CONJUCTION WITH WOOD EXCELSIOR MATTING. B. ALL WATERING NEEDED TO SUCCESSFULLY ESTABLISH SEED GROWTH SHALL BE CONSIDERED INCIDENTAL. 9 9040-108-A-1 SWPPP PREPARATION A THE CITY WILL PREPARE PUBLIC NOTICES,FILE THE NOTICE OF INTENT AND PAY PERMIT FEES REQUIRED BY NPDES GENERAL PERMIT NO.2. B. THE CONTRACTOR SHALL SUBMIT A COPY OF THE SWPPP PRIOR TO CONSTRUCTION. 10 9040-108-A-2 SWPPP MANAGEMENT 11 9040-108-D-1 FLIER SOCK,6 N.DIA. A REFER TO FIG.9040.102 FOR FILTER BERM AND FILTER SOCK DETAILS. B. MAINTENANCE IS REQUIRED THROUGH THE CONTRACT PERIOD. 12 9040-108-D-2 FILTER SOCK.REMOVAL 13 9040-108-E-1 TEMPORARY RECP,TYPE 2.D,WOOD EXCELSIOR MATTING A WOOD EXCELSIOR MATTING SHALL BE APPLIED ON ALL SLOPES GREATER THAN 4 1 B. FURNISHED ROLLS SHALL HAVE A UNIFORM WIDTH OF 48 INCHES,A MINIMUM LENGTH OF 80 FEET AND A MINIMUM DRY WEIGHT OF 0.50 POUNDS PER SQUARE YARD. C. REFER TO SHEET W.01 FOR ADDITIONAL DETAILS. 14 9040-108-J RIP RAP,CLASS E A REFER TO FIG.9040.111 FOR RIP RAP APRON FOR PIPE OUTLET INTO CHANNEL. B. REFER TO SHEET D.01 FOR LOCATION AND SHEET B.01 FOR DETAIL. C. ENGINEERING FABRIC SHALL BE CONSIDERED INCIDENTAL. 15 9040-108-M1 SEDIMENT TRAP OUTLET 16 9040-108-M2 SEDIMENT TRAP OUTLET,REMOVAL OF SEDIMENT 17 9040-108-M-3 SEDIMENT TRAP OUTLET.REMOVAL OF OUTLET STRUCTURE A REFER TO FIG.9040.118 FOR SEDIMENT TRAP DETAILS. , ENGINEER DRAWN N IOWA CITY,IOWA ,.c.., 160°— NOTICE- SHEET No. I I'i 1740 Urw M<Clvre Engineering Comp*, any oM all responsibility and liability far problems which arise from failure m bXw these Plans, BRB BAV ^pep lasso WILLOW CREEK PARK QUANTITIES AND - n„yconveT.ar for pr°Nemswhich arise from failure to obtain and/or bli«,the•noin.e„ MEC JOB N191037 North Ube IowaSpecifications,guidance the e,gbespe t to a makinglives better ^v, 52317 ga.dam<. respect to a, am..ene inconsistencies,ambiguities,a conflicts*Mich are alleged. CHECKED BY MILD BOOR NO. JULY 2021 MC 319-626.9090 STREAMBANK STABILIZATION REFERENCE NOTES COPYRIGHT C L U R E'" rox 319-426- pemo none in Mete documents are«pre+dr re.e..ed by McClure Engineering Company.N nprad,..... C.0 1 .1 SS - 9095 IMPROVEMENTS-2021 Copyright°< p ,m n,. amne,mpenem°ee-mh°,nam°mmg�a,...,Nmconsent born McClure Engineering Come°mr.< mg«. ENGiNEERIN'_ R:\191037-000\06-Drawings\06-Plans\Channel Re-Alignment\C.01.dwg 11/29/2021 9:53 AM ESTIMATED PROJECT QUANTITIES Data fisted below is for informational purpose only and shall not constitute a basis for any eldra work orders. Item No. Item Code Description '" I€ 18 9040-108-N-1 SILT FENCE OR SILT FENCE DITCH CHECK f, 19 9040-108-N-2 SILT FENCE OR SET FENCE DITCH CHECK,REMOVAL OF SEDIMENT ?Q 20 9040-108-N-3 SILT FENCE OR SET FENCE DITCH CHECK,REMOVAL OF DEVICE t Ujt Nov A REFER TO FIG.9040.119 FOR SILT FENCE DETAILS. R' og 21 9040-108-0-2 STABILIZED CONSTRUCTION ENTRANCE �� �+ A REFER TO FIG.9040.120 FOR STABILIZED CONSTRUCTION ENTRANCE DETAILS `/ B. REFER TO SHEET 0.02 FOR MORE INFORMATION. CONTRACTOR SHALL COORDINATE LOCATION WITH ENGINEER AND CITY PRIOR TO INSTALLING. l o1 C(ER. 22 9040-108-0-1 EROSION CONTROL MULCHING,CONVENTIONAL !s 1t0 WA A EROSION CONTROL MULCH SHALL BE APPLED TO ALL DISTURBED AREAS IN THE EVENT THAT FINAL SEEDING CANNOT BE COMPLETED WITHIN THE SEEDING PERIOD. 23 11000.108-B TEMPORARY STREAM DIVERSION A INCLUDES ALL MATERIALS,EQUIPMENT AND LABOR NEEDED IN ORDER TO COMPLETE THE CONSTRUCTION OF THE NEW STREAM CHANNEL ACCORDING TO THE PLANS. B. PAYMENT WILL BE LUMP SUM 24 11000-108-SP REINFORCED STEEPENED SLOPE(RSS) A REFER TO SHEET B.01 FOR LOCATIONS AND DETAILS. B. THIS WORK SHALL CONSIST OF PREPARING THE DESIGN.FURNISHING THE MATERIALS,AND CONSTRUCTING THE REINFORCED STEEPENED SLOPE(RSS) TO THE LINES,GRADES AND DIMENSIONS SHOWN IN THESE PLANS,ANY ADDITIONAL REQUIREMENTS SPECIFIED BY THE RSS SYSTEM SUPPLIER IN THE • APPROVED SHOP DRAWINGS,AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL SUBMIT COMPLETE DESIGN CALCULATIONS AND SHOP DRAWINGS TO THE ENGINEER FOR REVIEW AND APPROVAL. ALL SUBMITTALS SHALL BE SEALED BY A PROFESSIONAL ENGINEER LICENSED IN THE STATE OF IOWA AND SHALL CONTAIN ALL DETAILS,DIMENSIONS,QUANTITIES,AND CROSS SECTIONS NECESSARY TO CONSTRUCT THE RSS WITH A 1.5 FACTOR OF SAFETY. THE REINFORCED STEEPENED SLOPE SYSTEM WILL BE MEASURED FOR PAYMENT IN SQUARE FEET OF VERTICAL PROJECTED SLOPE FACE AREA THE SYSTEM WILL BE MEASURED FROM THE TOP OF RSS SYSTEM LINE TO THE BOTTOM OF RSS SYSTEM LINE FOR THE LENGTH OF THE SLOPE AS SHOWN ON THE CONTRACT PLANS. ANY ADDITIONAL FACE AREA BELOW OR ABOVE THE TOP OR BOTTOM OF RSS CONTRACT PLAN LINES TO SATISFY THE DESIGN STABILITY REQUIREMENTS OR STEPPING OF THE FACING WILL NOT BE MEASURED FOR PAYMENT BUT CONSIDERED INCLUDED IN THE COST OF THE MEASURED AREA DEFINED ABOVE. THIS WORK,INCLUDING ANY EXCAVATION,PLACEMENT OF SOIL REINFORCEMENT,RSS FILL,REINFORCED TURF MAT,FACING TREATMENT,AND OTHER ITEMS SPECIFIED ON THE APPROVED SHOP DRAWINGS WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER SQUARE FOOT FOR REINFORCED STEEPENED SLOPE. 25 11010-108-A CONSTRUCTION STAKING A INCLUDES PRESERVATION OF EXISTING SURVEY MONUMENTS IN PROJECT AREA 26 11020-108-A MOBEPATON CLEARING AND GRUBBING TAB 110-17 Location Estimated Trees,Stumps,and Logs and Down Tinter Material Diameters Quantities Station to Station or Work and Material Type Remarks Ref.Loc.Sign to Ref.Loc.Sign Align Calculated Units or Description T-8" air dt" >Y-1P )17%16" >16"-18" >18%24" >24%30" >30"-38" >36"-42" >42"-48r• >46"-60" >60"-72" >72" Units Units 10+45.17,9.6T RT Channel Trees-Clearing and Grubbig 1 3.9 3.9 10+47.69,19.T LT Channel Trees-Clearing and GrubtYg 1 3.9 3.9 -10+62.39,9.07 LT Channel Trees-Clearing and Grubbing 1 13.5 13.5 10+79.74,14.67 RT Channel Trees-Ciearmand Grubbing 1 9.4 9.4 10+82.79,4.26 RT Channel Trees-Clearing and Grubbing 1 13.5 13.5 11+22.42,15.06 LT Channel Trees-Clearing and Grudbng 1 22.0 22.0 Totals 0 2 0 1 2 1 0 0 0 0 0 0 0 68.2 ENGINEER DNMWN BYREVISIONS lows CITY,IOWA / Nona: SHEET No. BRB BAV / 1740 Linings,lone WILLOW CREEK PARK QUANTITIES AND McClure Engineering Canpory waives any and all ra.pensiti'ry and liability far problems which arise from failure ha follow these Mons, MEC JOB*191037 North nil» see<�r,<allons,one the engineering intent they convey,o a problems which arise from failure la obtain anther aloes me engin.. makinglives' Mier. M Iowa guidance..reread.a,eno.,omission.,incorsisten<»s ambiguities.or conflicts which ore alleged CHECKED BY MELD Boot No. STREAMBANK STABILIZATION REFERENCE NOTES C319-626- cnp,,,gb ands.,."nights in mess document,are«pros.r r««s e h McClure Engm«nnv Company No revaluations, 1SS lULY 2oz1 M C L U RE'" fox 319-626095 IMPROVEMENTS-2021 a<oa«me. eon.,hone mod• maN ahtainiNoowrinee cons n.On core Epiee gc� ao w... C 02 ••iEERING C' R:\1 91 03 7-000\06-Drawings\06-►lanAChonnel Re-Alignment\C.01.dwg 11/29/2021 9.55 AM / C(D) fp) D) C(D) C(D) C(D) C(D) „ -C(D) CID)-S C(D) C(D) L--p(p) C(D) cm,/ C(p) C(D) CO) C(D) C(D) C(D) C(D) D /,a _,or= to ,D^ssO ,D s ,o"ss(c) ,D ss(e) ,o' Screed; 4=8(4 a0se(y w-'ss(C- 4r1S(C)' o^cam(^) ,o"h(c) G(B) c(B) c(B) { _ c(B) D(s) G(B) G(B) G(B) GIB) c(B) c(B) �IXB) G(0) G(B) oral Rl BIN) rave crA1 _ — _BIM �` r1n1 n(a) n1- 761 6 74- -EXISTING STREAM CHANNEL TO BE FILLED. a-- _-" - > _ •( �"' 1.._ SEE DETAILS ON SHEET B.01 FOR DETAILS - - • 1 it 3�e - - - - - PROTECT EXISTING SIDEWALK ---- _�___ -' AND HIGH PRESSURE GAS MAIN g• ;th.:Vill:V.ST: 6�T - /' i - _ ` - ... - _ - Cy_.._ _ ._ - - _ \\\�- .-. EXISTING STREAM --_-1M.. _ __. - - - - .-M0__. . / -\\ CHANNEL CENTERLINE i. _. �/1,/• • • �— _- - _ i/���%.� -\ - -_- _ -__M7 - GRADE SCALE T'O ALLOW w T fig,40,.�*: ���i�i�44,..���y f� f-/ nNGBOx �/ �/ �•�•••�•• 99 " " 600 \ \ STORM WATER TO ENTER THE •:r••••A••/••�••1i•A•• /1 "L�(^.#,,�/rr M6- -_-. - i- // - !'6i�AAA•A•AA♦••'o \ -_ tN-._. CHANNEL PERPENDICULAR TO ♦•••••4-ip• ••••��Ag•••• -1 (� r ",1f' // 66 9, _ �ii ♦i..4..vivovis.4*AA..�•►itoktest,444,,AA. '�!��\� CHANNEL WATER FLOW iJ.AA•••Ai•/AA AA•iAA•A AA / •f.►.AAAA'�1A•e94A69C isir.*yQ�'raO��A eir.►•4t4 4gr..#AAAAA•• •A•A� AA•'►4AA•AiiA•iiJ/Aii••Aw•0 / I I 1�! ///� _ewe_ _- .•'• 4.•4,,4 4'LiL•%: .... • •i••g 1.4'''•�AA'44.®4 44•4"•�i•i••••••; —..s_ _ _ , A� A�J����i•��1'•�A�A•1r�� r �t m �414,•••A•A•A�i = •i'D• •• •••A••��••�•••O••ObO•�:��.A•A•,.4 ..A..+•!•..40- I \\ ♦A A••�i,- �?••J•i"*.•***•Ji i / •A•A44 4.74 .. oA� .1 i•:.. A,�•• - 4'4•�,4f0-44z• ,AA•1•••-N. \ s9< G. •irr!•iJAfi••1A1• ••A• / "; !''A•�1��••iss••j�•�s•A• • •►'-!•••• ��ii•i i���i��i••A!•i�•?�••A••••!�C• +!'c!•A•�A••••A••4`•-• \�� 6ss ' ± q•4•4,G4•••'►CO�•A•1ii••••••1,. i •r•• � A.1•CA+►A�?�aii•A•i1• A��� ��•� ♦�•AI►•oliA•A••�+cam ti4I$A••••••i•. 6n ♦A�`��l•• ri•��9••��A••J��AAA�1 //// f - - • �•••A•A�Vi••�y'a 9%��'�Aji +IA••A�••�I�•��•A�•i••A••••A•••A••••.•��!+•�••A•••••A�A1�•�A•A•••>•��QSa'A�••A�••••A•A•••A•••A•�•� _._to ••' ,�• 41k=. j•i•A•••••I• / END 3'RIPRAP DEPTH // % . `>•i%A•A•••�•i�a•A •Sa�A•�►JA••A•� •i�Ai•��i.'!:•••••A �i�••••••••••A•A•••••�•••�A•i�•G••�•��1�•�•••••••O���I�. •• .i�����S••�•A•AAA••••••A•1cv�•A'A"-.'• ••AAAA4 ••i�A�i••A•1••• STA tt.7s.00 / .•���'�►A•�C�A'A•s••4:4•�:aA•�vA� ��A�i'kit'•�.,i 4,'" -V 44••••t. tai••••e•:••A�•.-'4••••A•••i••••••••Al i) •'Y•`-' 1••A••-.-••4 i••••••••:•••�••I,...4. A••••••••A�►•••••�••����► •17#•••A••••� / / 4���� .J•i i4oi••vs�%0::!...•••••:�,.. !4'= �►••••Ae��YA•••.. :::;,i!•i••��•••,,.�•_-_ v!•.•••!••••4A••••••••:i••4 i C1,AA'�A ::•4O�O•wA�O'ss:"A4A•A••$•••AA•••••..•Ar••Q:c�•Aii.► ,••••:•••ir i _/ /•i•�A�A•��•��H�S���is_A�!� '• ••4►•A••:'!�•�•�•1••A••�!•:�O�••OA�����•��i�A — — — ��A�A'•❖••i•A••�A•t i••••�•i�4��A�••A••�:•�•A�•••O,J�•��.�L:-• •`• •�•....!�i••�•••�•••t y i••••�•/, , l / • 4...•A•�!�•,:+••v 4•••••A••••••..••!� .••Q•,�••i•j••:AA�•••••••••A••►40," , `•••�iACAi.•?A.i••AA�•�4•�1►v i•�S•!•�+41�CA•:a•AF�••A���� �i'�i•••A••�7•i••�1•1�•7.A%+••• �i� �GR?�i•A•••►A•••��i'Gq��A•����'o•G•i!�•?•••_?•••�A�►��J��1 •�9•AA•••4•�••••G••���1��p _or v ��•��A:!:•••�•1►•�•�•�• 4•�G�,*, ••�•�•,'-Y`-1,4.4.4,:!.*44•OA�•,,,,,..,•,,o 4••••�i•••„- / \ �4i*444" ••►•44rA►i•G 4 4,O�A!•e •i••••••titk4••••'-•••�••A4•••�� •••••���•��•••••A••••A••AA•••�v��OAi:••=�A;�.•��i�•OiAiC•�•Z•••�i�••�% 1 i 7 U•♦N•♦ ♦•AA•► �iAC••AA♦ ••A•♦ �i 4"•�.•y••• :1 Si••A•••♦ / •4,0 4/•i4144 �A�•�Iv1w,+�•�41,40�.�44 i�•�41, A�*41,4�4,4141 40 4•��• ••A�•••A•••••••••1pi�►:A•i i•i�A•••••�•CAi••••••AS�A•�•�ix ♦••'/!•I +�1,A�I•-���1 .•1'?•A •A A• • . A�A•••A••••�1A•••itA,•i•;•••••�•••�••iV•••••�••••••j• / /J BEGIN 3'RIPRAP DEPTH 4A•Ji•�'LAO�iA� ii� i'�SA•:.••�rA. ••�•AA•A•C.O. •A•:!••� ' .� e� _ ANION� �AAAJi•• �i�i1�1i�►�i• •►►••G°••-� �.I••AAA.A�•-•-•.AIr.P srA,zso.oD IA•A�•//•A•t,IVA•��A4 `I,•��•®�I�A1 j•j►•A•.•A-- ' DAYLIGHT 6'TILE INTO A��iA��,�,����•�A�•��•�� r !•iA4'1•NI i'1♦Ii� •'•AAJI•A•��O!/••A Ai A� REINFORCED STREAM CHANNEL \ J.� ,A•••4'9'�;#4..4kt�VA•O�•�iI1 O I FL=692.77'(FIELD VERIFY) • Wilk* --' . 'i••••{P9-• :•'''�i`►4-i.� • �. BID rRSMTAPDEPTH \ \ • A!•••A•1A7iA•• BEG/N r RIPRAP DEPTH 0 o •.A•••�•••Ai _ \ II III II I� • fr .� , iA1i+•i k ,�,•�•�J STA 10+73A0 �� A•• • RIP-RAP REINFORCED STREAM CHANNEL 7YP. ( ) Illlltll 4111114110,,,...411 //'dwer-.../ �� ��•!�►,. 8 9111111111 III Illllllllil v `0 • � ;� I NORTH TRANSMON REINFORCED STREAM \ SJ*o7 aa•'� -/ // CHANNEL DIMENSIONS AND ELEVATIONS. ' / CHANNEL TO MATCH EXISTING 0 20I /7 i / , \ / GRAPHIC SCALE - - - - - 705 — _-_ _ _ - 705 700 _ _ _ _ _ _ - _ _ 700 - EXISTING GRADE _ _ - - I _ _ _ EA.P.STA=12+79.61- _ - _ - _ ELEV=692.83. I _ 695 _ - - - - _ - _- = BEGIN r EPRAP2D DEPTH (MATCH EXISTI _ - _ 1 - — —.00-\\:_i I 695 -_. _ - fAD r RIPRAP DEPTH - - _ _ -- _ _ __. _.... . .. __. _ __ _ BEGIN 3'RIPIAP DEPTH - STA•10405.00 - - _ - -+ - - \ - 1.00°/. _ STA•70+75.00 - ELEV.300.IT _ _ -- - - -- -- - - _ - \ - - 690 - - r - - - - - _- - - - 690 - 13.0.P.=1oH3.90 - / - _ - 3•g2X_ - _ ' - BID r RwRAP DEPTH - - ELEV•60506 - / - - - _ - - _ - _ __ - STA•12+75A0 - (MATCH EXISTING) / - - - _- _ _� - _ = ELEV•602.0r - 1.00% 685- - - _— - - - - - - - - - - - 665 PROFILE GRADE - - EXISTING CHANNEL - - - - 660 _ - - - - - - - - - - 680 675 - - - - - - - - - - - - 675 64 arg r ° �g ° 8i �a' ^-=R °4� c.f.:: -_ - - - - 10+25 10+50 10+75 11+00 11+25 11+50 11+75 12+00 12125 12-50 12+75 13+00 • INEER aGwn BY REVISIONS ENG IOWA CITY,IOWA 00 NOME SHEET NO BRB BAV III• 1740 Limoges Lane WILLOW CREEK PARK STREAM CHANNEL Mc-Cline Engines..Company waives any and all responsibility ale liability Eonproblems Mud, n Wt..Iran, follow 6nw Mons. MEC JOB#191037 Sp«ifimMns,oM rl.e ae imennp iwem levy oon.ry,w for prablems.M1icM1 anw I.vm bAan ro abroin and/w blbn Ms.,gimen makinglives getter. North Ube ty,Iowa 52317 camaw. rospMbaga an.amino s.i om n« wbipu iu,wm M icM1 on olMped. c FIELD RoOx NO JULY 2021 - C 319-626-9090 STREAMBANK STABILIZATION PLAN AND PROFILE corvRwHr. CHECKED _ M C L U R E Y fox 319.626-9095 IMPROVEMENTS-2021 c.H-i°mand P„pre,....", M.wda`„m.m.awe.we°°rww„edb'McClure...en.Campo.No reprad""ion° n°e' D•01 w own b.mad..mnw,l abro:ni„p M;ar.,m.n.omwm E.am NcClun E,q:n..nnp campam'° RA191037-000\06-Drawings\06-Plans\Channel Re-Alignment\D.01.dwg 7/28/2021 10:19 AM II�������� 1uuu11p1puq ,111111111 4 '4" tom' NORTH 1941 Oy 30 4 }^� 09 0 5 10 20 • 1 (J+ GRAPHIC SCALE /0 Al L L PR� ir ,, rig / / //' C(U) C(D) C(D) C(D) C(D) C(0) wD>/ C D) C(D) � C(D) 1 C(D) C(D) / D) C(D)- -C(D) C(0) C(D) C(D) D C(D) C(D) C( PROTECT EXISTING SIDEWALK 10"S / AND HIGH PRESSURE GAS MAIN j0r / 10"SS/ © // r .. .. .. .. (s) 0">5(� '0"66(") .ur(,.) f` ,n..cs(r.) to"ss(c) 1o"ss(c) ___ ��p� 1o'ss(c) 1o"u(c) 10' a, r�10 J GIB) GIB) GU G(B) c(e) c(e) c(B) WED aA1 a(p1 r(s1 ram;` rye) r PIA G(B) G(B) CO) I GBL G(B) C 8) _- - 7.8 - _.... sps _ - - - - _ __ _ - _ - - - GRAD / 0� - ��tP 18"T �- 8!! SILT FENCE(TYR) �, \-\�- N L / '70 -Y411.111 "; - _ __ '_. -`ti SILT SOCK(TYP.) sev \ / . - -Trio it I ►.« _ _-- /j i _ - \� EXISTING STREAM aqa.-. iAO+'♦"�i m_ _ - __ /�/ //i `� - CHANNEL CEN7ERDNE -- ._ ♦♦O I ii/� - - --- i _ I.-••r,--0 eii40 / PROTECT EXISTING BOX CULVERT sqs- _GRADING LIMITS(TYP.) ��� -// .����.� _��. I��:oi+•'�6��0�� a) - _ - _ _ - :�Q4.4 4.•��p:pro: 49s - -:-- 1\\ ���1�4�!•���G 14! 444i►g4,d��4 INSTALL 256 LF OF SILT SOCK -.141 ... -� I.• q!t �AnAbl ! '�,d= 4�®,ettetvo.`'4:.. . �� ���♦�I,.'t0���/;I♦wO.�.�Iii/��/i,00/ J/ INSTALL 290 LF OF SILT FENCE //� �.,,�� _ ♦i1.Ii•��t.'iR-I•'•4....���i��-?`�*taN••44fa��A+1s44'•�VV.:1• _ ` - / / "�,Ii/.���r j♦�.wO.�O�.�1iI/II�IOI,,I i -.,.� -1-<4l.0111111141♦ ♦., �� 0 4 g / I. 1,0�1y�i117111/i/i�i1i1 / // = it4ii��o►sojii`;4�4�t�4�4�4���444QF���1���14 ��:4:�p �s!"C�$e�p�4:4�C�4i'.► - - �.r0�4444�•441�4�0444�i• /�O��I�OO`1• 0•• / BBj, r ti 4j4f ����4mO��i�'�G/i�s44�4�)P;4.40:�4�4V4 •���41►l�►��r����.����4�440��' s�:oAC'c►o13�4�i� ft���- __ e�s93 AO.*44E'<,OOp4�lC4i�444��5 ,►A444.. / CLEAR AND GRUB _. o.R_.4 ►► 11 a9�ss44�4/ 44444. a_��✓444.��4444 .�;►e.i�'A �+'� � •r�•4i 44•,v 44•.. / EXISTING TREE(TYP.) C"i"-Tir.4�����slre,.7 r :'°i'4i44.!,iv.",44�Di��:a�-�4-� ;4 . �44444**+444. ''' .-. •.3•��•A � 14;r ?r,-.- + csz ;4�41 j4tt#��44�c444,/'44444-4, , / / / ������a �-4@: s4' 4�:i4s44g44144444�i%4:!4:��!: A� ���6►4:�4444444��:�4444 ,►4.4 4t•-,FiD � A��44C,r►C�Jce`r: -_��-•••••i4'_is444is,4441 P4�/� '.. �'4�e- b / / 4,�L��'4.4-®'-.��4` e:"1.-144 ii♦••A�••.'•ii4 s,✓i�Z414% it�4��i�0y'.4�!.4444401, ����•3'�' t4W�!�� 4� �4�i4 •4.4V 4?.. yyi i / Rio-?::"t'44!i:"i+4• '4 1,41.:4 i�=issi4..�-4��St4"Ag�.�;COsa-4.A.40- •.�4.p,,4�Ni4 �� 4 s��Os:�4i�` ���i�`oT!.�AAA�.n +C��G44�O� �i6�ty�y.; f i 1:v�4.4<<,Ry:4.! �.�.1.�!� :.4y 44j•�!4♦♦ !,<"�!1�! of 4�!�4�4_! A�IL:?4p4:����� 4��4T4i4�4 4�4�4�4��4�4 v'; 4.•, �et4.M��:�!rd!a. VA'i.41! 'i44�4C,�*^'I 94%4i/t j l -Ii�44�14s^1i14�i .`t14 4�! 44�1�7-44V44i 4f444V ,.4.41�44�'4444141!�01" 1 Alt.': ^":T,!►ii�444 Z�01�A-1.44 I-/.4 '„''4•.44 I74"��•4444��r �4:4/1�1A-40-1.1%��'4i►4444 •4 4/49�101Iy�, / / 11X' ,4�4tio4" .._��!. 44444♦ k4.440•4*1.4s-Ls:♦•4iw.4.!+J.,.!�4� p.�04"L •• V 44 OP'.n,��-�� A��! / i i 1igi4?,=Cl9-s,v .14444444.�'►1/111 s?11WAY"ir'i.� "4�1.!-1�.!4�4:4:,� •��=1!44C�44(�,,,.„ -�av 1k, 4�.AA'•i4444444'�ii�i�* / • �_0�10�14!w4�'�,��►��4�.���4�44�i�si� t�►�4�!4%��sps4��; O ` �4��:�•�!�� `�!�������4...ib�i�l�4C�4?�:�4 �4��4 �4�4�4t•4��i►,i��4�'i4i�i,4�%i y44i� ( \ i S..')41!'4•.♦p4.44�� -4�0414•t�.4=4•4•A:I �:4sy 4.4.1it4,,�.4„"-> . �'�4*-1.:�4����►I��4�4:�_-_-.„VAN,.: Z.-w. ••iv-pi 4s44bot...p4•••,#*/0/,• I �i4q�•��0!441�i��bA �04s4441►7�i��i�64 0.! �O4A�4�4♦.'�4i�4:•4 4.,- 4�4 4 ��4 A 4 044_A tot:I�'►1.4.4:4.4 444a1.4+44P►4,if.,44*0104.!44vh,7 / 4{•'ui1/i1A401g14• �"41114104p4*.1144i�* � If1::A..14:±:�r�0e 4+4tee-�_�-. i 1i / ♦ i 4d1��•�►1111 11:►.44sGi ����.iw�!i��O�?�������4� ������3«r������=����4�i�4�!!��!����4%11%119�i��� r,����►� �eti�i4�1��q�b��►•4••i 4.L 1a4.4..y� .4! ��s��s ��:*L+C�i�.2� �•4= `�i��� �i4�� i1� GRADING LIMITS fry rlr1iA4,,,• 11 ii14�1s'�ii��i 1.-�� ���=4-zt„ite �"5-- 1,1�►Ogq114►1►47j1i4►r+14+11I►111�%'r �.� : • i�i4gq�. �,�1�q� .,4.111�►f,7�` `•����Siv �.4.11 A`o s y',••v ., �] E ��� GRADING LIMITS(rrP.) • �i<.�q♦OI• 411441, '� � �. /.4.,c.�1•.1� / �' O ►40 4%6-'4•,44•/11,SGiy�►4/ SILT SOCK(iYP.);WAIN �,4't'.'1,+..e q/,',,'' \ INSTALL 257 LF OF SILT SOCK I, 1i14�1 ..,..,. ♦ 9►q�t1,s�111����11/1�►1 SILT FENCE(TYP.) • INSTALL 275 LF OF SILT FENCE .16.410' .410 / • ,414,,."'" 4:11t0.4 ;0010.100,i Milleal0. /d‘''' ' CONSTRUCTION ENTRANCE(TYP.) U U •( -F �, \ REFER TO FIG.9040.120 FOR DETAILS. • J '� 1 TRANSMON REINFORCED STREAM ' 4 CHANNEL TO MATCH EXISTING EXISTING \ CONTRACTOR SHALL COORDINATE LOCATION AND -y.=.=�.,,e=�u.=�y.+ `J�/`� \ ' \ CONNECTION POINT TO TEG DRIVE WITH ENGINEER � �j-r� � �Z-r� f / ///// / / \ CHANNEL DIMENSIONS AND ELEVATIONS. AND CITY PRIOR TO BEGINNING CONSTRUCTION. •��.[[:�i��.C:�.�C:�.[C.-Z���.+ / 4/ / \ INSTALL SEDIMENT TRAP I \' II'-I•uI-1•vI_-Z•yI_�1-vI / �l / REFER TO FIG.9040.118 FOR DETAILS +• - - - • / -.�.00tipeo / /�/ /�� �' PROTECT ALL EXISTING TREES NOT I /"{ WITHIN THE GRADING LIMBS(T1'P.) \REVISIONS +�.11�.�.�.s ENGINES. D BAy IOWA CITY,IOWA �� NoncE� SHEET No BRB BAV • 'IIejIM\ 1740 Uninger Lane WILLOW CREEK PARK STREAM CHANNEL NaClon Engilw•rinp Company.am•any and all responsibility and liability tor prabMm•Micw arise Sven lailun mbpo.Mw Mons, MEC JOB#E191037 NorEh Ube Iowa 52317 Specifications rind rM erpinwnnp intent tiny corns,off for iNob4m•.frid arise from kilon b oMain and/ar loll,..•erpinoon making lives' ef}er. �' STREAMBANKMPROVE STABILIZATION GRADING AND gmaanc. a w«tea •a,amwa ,i,.aniw w,ambyaix.•.a.<a niN Nm an rill.q e CHECIaD ry Nun s00s NO. JULY 2021 M C L U R E" 319-626-9090 cornwNr. J$$ 1c.319.626-9095 IMPROVEMENTS-2021 EROSION CONTROL PLAN opynpla aria prop*,ripbN in Mow m..,rn.nt•onewnwy to*by N•cwn E,pmwnnq Campan No repneaHian. D•02 ENGINEERING Co. «ripe m n a .• a made.ahoor abbirNq prior en n con•nt horn wrCwn Eroin••nnp Company '`ba R:\191037-000\06-Drawings\06-Plans\ChanneI Re-Alignment\0.02.dwg 7/28/2021 10:14 AM W Ill t=I*HORIZONTAL & VERTICAL CONTROL v 111111111����������� ����������������1 NO. NORTHING FASTING ELEV. DESCRIPTION - s D y CP 01105 3651695.79 4741899.59 1104.78 J4'REBAR WITH BLUE PLASTIC CAP Y - 'j CP a 1106 3651637.62 4742075.79 1103.88 J4'REBAR WITH BLUE PLASTIC CAP [U, 11x1o''�O 1 N O RTH CP 4 1107 3651623.91 4742422.19 1106.47 ,4'REBAR WITH BLUE PLASTIC CAP r� }j 60 C'j e GRAPHIC SCALE Iyo � � C1 T Ya �� ,. 11og BENTON STREET BENTON STREET a------ 1105 o 1107 STREAMBANK STABILIZATION ...ii ' IMPROVEMENTS >r'% I :• .ticii'r sx:: IX CI 13,E LLI CC 00 ^. ir ALIGNMENT COORDINATES h Tangent Data Tangent Data CUM Point Data Tangent Data Description PT Millen Meriting geeing Deaartptlon PT Maass NoeYWg Ea sting Deaerlpllon Stager Northing Emoting Description PT Station Northing gesting Start: 10+00.600 606749.511 2168021.163 Start: 10+78.220 805807.092 2168069.976 PC: 11+29.779 606821.62 2168119103 Start: 12+53.512 606818.253 2168236.914 End. 10+15.936 1506763.209 2166029.05 End: 11+00.518 606810.89 2168091.948 RP. 606789.527 2168133 069 End: 12+79.613 606837679 2168254.345 Taroent Data Tangent Data PT 11+53 048 606823 401 2168141 877 Tangent Data Parameter Vakse Peeareeer Value Parameter Value Parameter Value Circular Came Data Parameter Value Parameter Value Length- 15.806 Course N 29°55'56.5269"E Length: 22.297 Course. N 80'11'37 0542'E Parameter Value Parameter Value Length. 26.101 Course. N 41`54'07.7858"E Delta. 38'05'29.4595" Type: RIGHT Radius 35 Tangent Data Cave Point Data Length 23 269 Tangent- 12 083 Tangent Data Description PT Station Northing Easing Description Station Northing Ea sting Mid-Ord. 1.916 External 2027 Description PT Station Northing Eaeting 3805: '0+15.806 606763 209 2168029.05 PC: 11+00.518 606810.89 2168091.948 Chord 22.843 Course. N 85`31'41.8781"E Start: 12+79.613 606837.679 2168254.345 ErrU 10+34.349 63677813 2168040.059 RP. 606845.379 2168085.987 Errd. 12+96.538 606850.276 2168265.649 Tangent Data PT 11+08 893 606813 286 2168099 953 Tangent Data Parameter Value Parameter Value DrcutarCa%e Data Tangent Data Parameter Value Parameter Value Length 18.543 Course: N 36'25'14.2243"E Parameter Value Parameter Value Description PT Station Nothing Easing Length 16.925 Course N 41'54'07 7858"E Delta 13'42'39.9059" Type LEFT Start. 11+53.048 606823.401 2168141.877 Radius 35 ono 12+15.228 606807.754 2168202.056 Tangent Data Length 8.376 Tangent 4.208 Tangent Data Tangent Data Description PT Station Northing Ea sting Mid-Ord. 0.25 External 0.252 Parameter Value Parameter Value Description PT Station Northing Easaing Start: 10+34.349 606778 13 2168040 059 Chord 8.356 Course N 73"20'17 1013"E Length. 62.181 Course S 75`25'33.3922"E Start: 12+96.538 606850.276 2168265.649 EnC 10+43.982 606786 92 2168044 End: 13+00 000 606852 768 2168266 052 Tangent Data rrge Tangent Data Parameter Value Parameter Value Tangent Data Cure Point Data Perimeter Value Parameter Value Length: 9.633 Course. N 24'08'42 998''E Description PT Station Northing Eastlng Description Station Seething Eaathg Length: 3.462 Cease N 43'58'25.7819"E Start 11+08.893 606813 286 2168099.953 PC. 12+15.228 606807 754 2168202.056 End 11+29 779 60682^62 2168119.103 RP- 606841 628 2168210 863 Cone Point Data Tangent Data PT. 12+53.512 606818.253 2168236.914 Description Motion Northing Ethane Parameter Value Parameter Value Circular Cure Data PC. 10+43.962 606786.92 2168044 Length- 20.886 Course. N 66"28'57 1483"E Parameter Value Parameter Value RP. 606772.604 2168075.937 Delta 62'40'18.8220" Type LEFT PT. 10+78.220 606807.092 2168069.976 Radus 35 Circular Ono Data Length 38 284 Tangent. 21.31 Parameter Value Parameter Value Mid-Oro 5.105 External. 5.977 Delta'. 56°02'54.0561" Type. RIGHT Chord. 36.404 Course: N 73`14'17.1968"E Radius. 35 Length. 34.238 Tangent 18.629 Mid-Ord: 4.104 External: 4.649 Chord: 32.889 Coarse: N 52°10'10.0262'E REVISIONS0. nonce. SHEET no. ENGINEER Daum BY IOWA CITY,IOWA III' °r+lure Engin»d ce,naam wolves any a,a dt respon4Mr BRB BAV 1740UningerLone WILLOW CREEK PARK REFERENCE TIES, ^a »r and OTICEa4rb,a,a„,,,.,n;e,,,aex�bn„nabiie.,n.,.nm,, MEC JOB•191037 • North labs I Specifications.and,he engineering intent gHy carp,or tar w.Hen,.hich arise ham failure to robin and/or nab.m.engineH. makinglives _ Iter. Liberty,osee 52317 gniean<.+,A,..e.aba,rx.r.a,.,amwtan,..,<an.i,r.,,o...,.rang,,;h.e„<a,riKn,„hi<h are alleged . CHECKED BY Hem eoox No IULY 2021 319.625- STREAMBANK STABILIZATION BENCHMARKS AND con.siCHs. MSC L U RETM 62699095 IMPROVEMENTS-2021 ALIGNMENT INFORMATION `°°"'°'tand°r„g'""'ghh^"""doromenr`°re"""'.;""e"'°°r"`cure Engine,bgCo,,,g.ny.Norea,d„n;,ns,chang«. Gj 01 1SS fax 319- in aro n,roan n.mac..,rh, aainn g..br whnen saran,horn McClure Engineering Company. R:\191037-000\06-Drawings\06-Plans\Channel Re-Alignment\G.01.dwg 7/28/2021 1023 AM 80 60 I 20 C 20 40 60 80 8r 60 40 20 C 2D 40 60 80 80 60 40 2D C 7D 4D 60 80 -41 \ // 690 / a s90 �a \ �2.0% / — e — � s. 411 ,� 9.6%e.9% �o 680 630 ores 665 11+00 12+00 co m 675 - 675 680 to to 680 _ _ _ 695 - 695 $!, 7 7b 695 \ / 1ST — — — — — —895 700^ 700 4444 690• ` aol4aax ` 690 695 , ` w 695 0.0%0.0% 's 685 685 — V 685. - _ 665 690 _ M0 10+75 11+75 12+75 680 680 az N N of to m n wiat fN cV 678 m 678 _ 680 m m 480 685 m m 685 73. \ / ' ` - _ _ MS. \ \..7 fb - - - - ' / 690 - —Th •1. / w 690 \ NO 685 685• L 685 690 690 10+50 11+50 12+50 680 680 67e CI ,67e - 680• _ _ m ee6 ores _ - - - r^'ra to _ _ _ 665 ti ---...„.•, 4v1L 1! 885 695 895 / — — — —895 695 \ �qy _ - 695 / / .690 \ I \ OA%0.0% \` I \f J _ 085 — 685 665 685 :- 10'25 665 11+25 12+25 m rem 1 nN N Phi ri G� 680 e 6e0 660 _ _ m e 680 r,6o m m 680 80 60 'l 20 C 20 40 610 80 80 60 40 20 C 20 40 60 80 80 60 40 20 C ZD 40 60 • 80 I 1 ` ENGINEER OUWN BYREVISIONS SIEE'TO own CITY,low, /� „ate, BRB BAV '110-' 1740LIninger Lane WILLOW CREEK PARK STREAM CHANNEL Mdlare Engineering Company waiver arm and all responsibility L m these and for problems which ae from iodate follow Nu vans. MEC 108#191037 Spec...on,,od Me engine.,intent they corm.a Mr problems which on,e hone stare to oaain ands rwww xre engineers North Liberty,Iowa 52317 'demo.wim respect M any error.,omissions,mcon,iss.noi«,a. ..pities, BY FIELD BOOR No. making lives better. 9a90 STREAMBANK STABILIZATION CROSS SECTIONS E°' roam«,a.annict.whin are Wiped. IULY 2021 • " 319.626- corvucm, `,'•O JSS - MC L U R E Each 319.6269095 IMPROVEMENTS-2027 cwmehr end pmp m rolls in these m.m ere« ror..«wnrMcl r.Ewin«ri pcampan.N rep aaoct ssho q.,, �/�/ ENGINEERINGC°. am'erma' an ner,he.he made MM. MM..,mow ei sou«,ham McClure EMineenno Comaomf R:\191037-000\06-Drawings\06-Mans\Channel Re-Alignment\W.01.dwg 7/28/2021 10:44 AM f r Prepared by:Jason Reichart,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5416 Resolution No. 21-292 Resolution setting a public hearing on December 14, 2021 on project manual and estimate of cost for the construction of the Willow Creek Streambank Stabilization Improvements Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Benton Street Rehabilitation Project account #S3947. 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 14th day of December 2021, at 6:00 p.m. in the Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at(319) 356-5043. 3. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 4. A copy of the project manual and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 30th day of November , 2021 eft- Approved by Attest: i L „__( ) _._\ :1� l • City Clerk J City Attor y's ffice (Sara Greenwood-Hektoen — 11/23/21) y Resolution No. 21-292 Page 2 It was moved by Weiner and seconded by Salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Bergus X Mims X Salih X Taylor X Teague X Thomas X Weiner PJkiedia W�11ow Cvka PRESS-CITIZEN MEDIA S}fecuen lJoXI k 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) 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 the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Cost: 0005028199 12/6/21 12/06/2021 $48.61 Copy of Advertisement Exhibit"A" Subscribed and orn to before me by said atfiant this 6 day of December, 2021 vr� Notary Public Commission expires KATHLEEN ALLEf� Notary Public State of Vi' nn -._a olio P� a a ✓ NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE WILLOW CREEK STREAMBANK STABILIZATION PROJECT IN THE CITY OF IOWA CITY IOWA TO ALL TAXPAYERS CITY, 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 Proiect Manual, including the plans, specifications, contract, and estimated cost for the construction of the Willow Creek Streambonk Stabilization Project in said city at 6:00 p.m. on the 14th day of December, 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see wwwdcg_ov.org/councildocs or telephone the Ciiy tUerk of(319) 356-5043. This project includes relocating 235 linear feet of the unnamed tributary to Willow Creek in Willow Creek Pork. Rebuilding the north streambank and filling in the existing channel location. Armoring the new streambanks and channel with rip rap and is located of Willow Creek Park between Spencer Drive and Teg Drive. Soid Plans 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) 356-5043 or emailing kellie-fruehling®Iowa-city.org Any interested persons may oppear at said meeting of the City Council for the purpose of making objections to and comments concerning said Plans 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 Prepared by:Ben Clark,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5436 Resolution No. 21-312 Resolution approving project manual and estimate of cost for the construction of the Willow Creek Streambank Stabilization Improvements Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above- named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Benton Street Rehabilitation Account#S3947. 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 11th day of January, 2022. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, at 6:00 p.m. on the 18th day of January, 2022, or at a special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at 319/356-5043. 5. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at(319) 356-5043. s' Resolution No. 21-312 Page 2 Passed and approved this 14th day of December , 2021. ( r M Approve Attest: City Clerk City Attorne s Office (Sara Greenwood Hektoen— 12/07/2021) It was moved by Mims 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 IOWA LEAGUE Qf CITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned,the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Willow Creek Streambank Stabilization Project Classified ID: 111639583895 A printed copy of which is attached and made part of this certificate,provided on 12/15/2021 to be posted on the Iowa League of Cities' internet site on the following date: December 16, 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 12/27/2021 CLL .1V -761.-ur Alan Kemp, Executive Director NOTICE TO BIDDERS WILLOW CREEK STREAMBANK STABILIZATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11th day of January, 2022. 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 bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center 28 S. Linn Street at 6:00 P.M. on the 18th day of January, 2022, or at special meeting called for that purpose. If bid opening is not conducted in person due to the health and safety concerns from COVID-19,the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following Relocating 235 linear feet of the unnamed tributary to Willow Creek in Willow Creek Park. Rebuilding the north streambank and filling in the existing channel location. Armoring the new streambanks and channel with rip rap. The project is located at Willow Creek Park, 1117 Teg Dr, Iowa City, IA 52246. All work is to be done in strict compliance with the Project Manual prepared by McClure, of North Liberty, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356- 5043 or emailing kellie-fruehlinq(a�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 bidderuntil the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment,and Maintenance Bond in an amount equal to one hundred percent(100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Late Start Date: February 21, 2022 Substantial Completion Date: April 29, 2022 Final Completion Date: May 31, 2022 Liquidated Damages: $250 per day All of the bids listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except 9010-108B Hydraulic Seeding, Seeding, Fertilizing, and Mulching and 9040-108-N-3 Silt Fence or Silt Fence Ditch Check, Removal of Device. 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, Iowa. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319)356- 5043 or emailing kellie-fruehlinq c iowa-citv.orq. A $20 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. • Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, December 16, 2021 10:06 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 12.16.21 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— 1ST Avenue and Scott Boulevard Roundabout Project Iowa City—Willow Creek Streambank Stabilization 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): December 16, 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. /►`f-�l 1(A 0 4 December 16, 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://lowaConstructionUpdate.com (w) www.iowabiddate.com 1 construction update cii, fc„r..3 s Cia>Cac i s nii c011tpte ensr✓,- tAnstruc��rs bid date r?tnrrtarc Stay mob ri • Connected`s P) ifl 2 DAILY NOTICE TO BIDDERS construction @ update NOTICE TO BIDDERS WILLOW CREEK STREAMBANK STABILIZATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11th day of January, 2022. 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 bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at(319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center 28 S. Linn Street at 6:00 P.M. on the 18th day of January, 2022, or at special meeting called for that purpose. If bid opening is not conducted in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.ora/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following Relocating 235 linear feet of the unnamed tributary to Willow Creek in Willow Creek Park. Rebuilding the north streambank and filling in the existing channel location. Armoring the new streambanks and channel with rip rap. The project is located at Willow Creek Park, 1117 Teg Dr, Iowa City, IA 52246. All work is to be done in strict compliance with the Project Manual prepared by McClure, of North Liberty, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at(319) 356- 5043 or emailing kellie-fruehlinq 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 bidderuntil the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment,and Maintenance Bond in an amount equal to one hundred percent(100%)of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Late Start Date: February 21, 2022 Substantial Completion Date: April 29, 2022 Final Completion Date: May 31, 2022 Liquidated Damages: $250 per day All of the bids listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except 9010-108B Hydraulic Seeding, Seeding, Fertilizing,and Mulching and 9040-108-N-3 Silt Fence or Silt Fence Ditch Check, Removal of Device. 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, Iowa. 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.orq. A $20 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. Prepared by:Ben Clark,Engineering Division,410 E.Washington St.,Iowa City,IA 52240(319)356-5436 Resolution No. 22-12 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Willow Creek Streambank Stabilization Improvements Project Whereas, CAJ Enterprises. Inc. of West Branch, Iowa, has submitted the lowest responsible bid of $162,109.40 for construction of the above-named project; and Whereas, funds for this project are available in the Benton Street Rehabilitation Project account #S3947; 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 CAJ Enterprises, 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 1 g day of .Tan„ary , 2022 Approved z. Attest : l/ , ( � p �t �t G G City Clerk J City Attor y s Office (Sara Greenwood-Hektoen —01/12/2022) It was moved by we;nar and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter Bergus x Harmsen x Taylor x Teague x Thomas x Weiner r. Bond No. 5935995 • i k 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BONI,I.' 3' WILLOW CREEK STREAMBANK STABILIZATION PROJECT, CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, CAJ Enterprises Inc., as Principal (hereinafter the "Contractor" or "Principal") and Old Republic Surety 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 Sixty Two Thousand One Hundred Nine and 40/100 dollars($162,109.40), 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 23rd day of November 2021 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Relocating 235 linear feet of the unnamed tributary to Willow Creek in Willow Creek Park. Rebuilding the north streambank and filling in the existing channel location. Armoring the streambank with rip rap and installing step-pool structures in the new channel. 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 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 Willow Creek Streambank Stabilization Project 0510— Page 1 of 4 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.1 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2)from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an 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 year(s) (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. Willow Creek Streambank Stabilization 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. -;• IN) CO Willow Creek Streambank Stabilization Project 0510— Page 3 of 4 PRINCIPAL: SURETY: CAJ Enterprises, Inc. Old Republic Surety Company Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney-in-Fact Officer Stacie K. Christensen, Attorney-in-Fact Title of Contractor Officer Printed Name of Attorney-in-Fact Officer Holmes, Murphy and Associates, LLC Company Name of Attorney-in-Fact 2727 Grand Prairie Parkway Company Address of Attorney-in-Fact Waukee, IA 50263 City, State, Zip Code of Attorney-in-Fact (515)223-6800 Telephone Number of Attorney-in-Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. n Willow Creek Streambank Stabilization Project 0510 — Page 4 of 4 **** * * * OLD REPUBLIC SURETY COMPANY ***** ., POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make,constitute and appoint: CRAIG E. HANSEN,JAY D. FREIERMUTH,BRIAN M. DEIMERLY,CINDY BENNETT,ANNE CROWNER,STAY VENN,TIM MCCULLOH, DIONE R YOUNG,SETH D.ROOKER,GRACE RASMUSSEN,JAIMIE KANGAS,JOHN CORD,STACIE K.CHRISTENSEN of DES MOINES,IA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of iri?fallment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds),as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents,are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president, and attested and sealed(if a seal be required)by any secretary or assistant secretary;or (ii) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 19th day of January 2022 . ,,,00 suRpr}, OLD REPUBLIC SURETY COMPANY J`/ o SEAL >_ 1 a '•:; AZ / 14 Assl��ant Secreta President i Ii IIIIIII""`\\\ STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS On this 19th day of January , 2022 ,personally came before me, Alan Pavlic and Karen J Haffner ,to me known to be the individuals and officers of the OLD REPUBLIC:SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say:that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. +2'?pTAq`;t I ! OOKOJAMOV4-I( • BOASOIA'N' •A08t. Notary Public My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in fu!I force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney,are now in force. pc . hw a couPoRI�,T`_% a o 9 SEAL i= Signed and sealed at the City of Brookfield,WI this 20th day of January 2022 401 8. >c-, roe, ,t o 4.1.44sg.1,,,,ORSC 22262(3-06) """'*�""O"„,`\ Secrete HOLMES, MURPHY& ASSOC., LLC Prepared by: Ben Clark, Engineering Division, Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5436 Resolution No. 27_2_83 Resolution accepting the work for the Willow Creek Streambank Stabilization Improvements Project. Whereas, the Engineering Division has recommended that the work for construction of the Willow Creek Streambank Stabilization Improvements Project, as included in a contract between the City of Iowa City and CAJ Enterprises, Inc. of West Branch, Iowa, dated January 28, 2022, 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 Benton Street Rehabilitation Project account #S3947; and Whereas, the final contract price is $148,730.64. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 15th day of November , 2022 Approved by Attest: 0,; `.0 LL f City Clerk City Attor y's Office (Liz Craig — 11/08/2022) 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