Loading...
HomeMy WebLinkAbout2021 SUMMER SIDWALK REPAIR PROJECT 2021 SUMMER SIDEWALK REPAIR PROJECT 2021 SUMMER SIDEWALKS REPAIR PROJECT 10-Jun-2021 Plans,Specs, proposal and contract, estimate of cost 15-Jun-2021 Res 21-169,setting public hearing 21-Jun-2021 Notice of Public Hearing 06-Jul-2021 Res 21-193, approving project manual and estimate of cost 08-Jul-2021 Notice to bidders 27-Jul-2021 Res 21-204, awarding contract(Feldman Concerete) 19-Apr-2022 Res 22-95 Accepting Work 19-Apr-2022 Engineer's report s fetehd,_ giautaltsalT .. . PO mit Mega 1 CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE a -.. FORMAL 2021 SUMMER SIDEWALKS REPAIR PROJ GT IOWA CITY, IOWA :<111 - m en June 10, 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 �owituum inno"�� under the laws of the State of Iowa. Z SCOrr K. 'sQ__ Date SOVERS ;z `�'= 17141 :n'i License Number: P17141 '• My license renewal date is December 31, 20 21 „���•0W P����� Pages or sheets covered by this seal: "���������" Entire Bound Document p�x.� tr 2021 Summer Sidewalks Repair 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 =c PLANS ti s APPENDICES 2021 Summer Sidewalks Repair Project 0010— Page 1 of 1 0100 NOTICE TO BIDDERS 2021 SUMMER SIDEWALKS REPAIR PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 20th day of July 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid"for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at(319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 27th day of July, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icoov.orq/councildocs or telephone the City Clerk at(319) 356-5043. The Project will involve the following Removal and replacement of the existing sidewalk marked for repair as part of the City's Sidewalk Inspection Repair Program. All work is to be done in strict compliance with the Project Manual prepared by-She Cittof Iowa City, Iowa, which has heretofore been approved by the City Council, and are orrfile pubi examination in the Office of the City Clerk. If City Hall is closed to the public d ii-to thh`g health and safety concerns from COVID-19, copies are available by telephoning the O(Clerl t (319r 356-5043 or emailing kellie-fruehlinq(a)iowa-city.org. �-- Each proposal shall be completed on a form furnished by the City and must bP-iflimiTte inta)' sealed envelope. In addition, a separate sealed envelope shall be submittal conning a completed Bidder Status Form and a bid security executed by a corporation authorized tozontract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed,the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 2021 Summer Sidewalks Repair Project 0100— Page 1 of 2 The successful bidder will be required to furnish a Performance, Payment,and Maintenance Bond in an amount equal to one hundred percent(100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 16, 2021 Final Completion Date: October 29, 2021 Liquidated Damages: $50 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll-Free: (800)779-0093. 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 reservesAhe riga to waive technicalities and irregularities. . - -�„ , Posted upon order of the City Council of Iowa City, Iowa. c '— =-�c- c KELLIE FRUEHLING, CITY CLERK g s� 3 cA • 2021 Summer Sidewalks Repair Project 0100— Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2021 SUMMER SIDEWALKS REPAIR 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 2021 Summer Sidewalks Repair in said city at 6:00 p.m. on the 6th day of July, 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. This project includes removal and replacement of existing sidewalk marked for repair as part of the City's Sidewalk Inspection Repair Program. These sidewalk3 repairs are located throughout Iowa City. " 4 Said Project Manual and estimated cost are now on file 9 w in the office of the City Clerk in the City Hall in Iowa City, ,_(r-- -Q m Iowa, and may be inspected by any interested persons. If City Hall is closed to the public due to the health and safety -77 ° concerns from COVID-19, copies are available by : cn. telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinqaiowa-citv.orq. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk 2021 Summer Sidewalks Repair Project 0110— Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS 2021 Summer Sidewalks Repair PROJECT 1. Bid Submittals: a. Time, Date and Location: 3:00 P.M. on July 20, 2021 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal c. See Section 1020, as may be supplemented,for complete descriptions of proposal requirements and conditions. d. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 2. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.iowa.qov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 3. Bid Security: o c,.- �°"Y�' a. Use the Bid Bond Form included in Section 0410. ° b. Submit in accordance with 0200.2.b above. c�-; --- c. Bid security is 10% of the total bid, including all added alternatesa b nit'dedyct,3 the amount of deducted alternates). <r t d. See Section 1020, as may be supplemented, for a complete desaition ofthe lap security requirements. - � �• jam' u1 2021 Summer Sidewalks Repair Project 0200— Page 1 of 3 4. Progress and Schedule: a. Contract Times: Specified Start Date: August 16, 2021 Final Completion Date: October 29, 2021 Liquidated Damages: $50 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. c. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. The Contractor should make sure their activities are not impacting community events. iii. Friday Night Concert Series, July 9 through September 10 iv. Free Movie Series, May 29 through August 28 v. Iowa Jazz Festival, July 2 through July 4 vi. Soul & Blues Festival, July 30 through August 1 vii. Iowa Arts Festival, August 12 through August 16, viii. The first day of classes for the University of Iowa is August 23, 2021. ix. The first day of classes for the Iowa City Community School District is August 23, 2021. x. No work shall occur on University of Iowa Home Football game days. 5. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included iection 0510. c. See Section 1070, Part 3, as may be supplemented, for a compldes ptiorr f". the bonding requirements. 6. Insurance Requirements: - f a. The City of Iowa City is to be listed on the required insurance-Mica, ica, as an; additional insured on a primary and non-contributory basi Review this requirement with your insurance broker prior to bidding. =•` b. See Section 1070, Part 3, as may be supplemented, for a complete deggPiption of the insurance requirements. 7. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 8. 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. 2021 Summer Sidewalks Repair Project 0200— Page 2 of 3 9. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 10. References: a. The successful bidder and all of its subcontractors are required to submit at least four(4)days prior to award three(3)references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. co --t r") - c 2021 Summer Sidewalks Repair Project 0200— Page 3 of 3 0400 PROPOSAL 2021 SUMMER SIDEWALKS REPAIR 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 perform the Project as described in the Project Manual, including Addenda = , and , and to do all work at the prices set forth herein. ©e- The undersigned bidder further proposes to do all "Extra Work"which rfy` be aquireidTo complete the work contemplated, at unit prices or lump sums to be agreed upoQ vritinng pri rttc starting such work. rn The undersigned bidder certifies that this proposal is made in good with, ayi 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. 2021 Summer Sidewalks Repair Project 0400— Page 1 of 4 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 Removal of Sidewalk SY 1133 2 Sidewalk, PCC, 4" SY 892 3 Sidewalk, PCC, 6" SY 241 Temporary Traffic 4 Control LS 1 Type 1 Seeding with Watering and 5 Warranty SF 4500 6 Mobilization LS 1 TOTAL EXTENDED AMOUNT= $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. :s* r,wrc r" —® t OT 3 2021 Summer Sidewalks Repair Project 0400— Page 2 of 4 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City of Iowa City. 2021 Summer Sidewalks Repair Project 0400— Page 3 of 4 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation O Limited Liability Company ❑ Joint venture O Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title .+5::r:! Street Address c.) City, State, Zip Code Telephone Number NOTE:The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2021 Summer Sidewalks Repair Project 0400— Page 4 of 4 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑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: i.�. (mm/dd/yyyy) City,State,Zip Code: Dates: to Address: <r— rn -re (mm/dd/yyyy) City, State,Zip Code: cD: .-. You may attach additional sheet(s)if needed. ?," c f7 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 residents? 0 Yes 0 No 3. If you answered"Yes"to question 2,identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s)if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: 2021 Summer Sidewalks Repair 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 0 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. El 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 0 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 0 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 organizationj§ filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of oreizati is filedbin a state other than Iowa, has received a certificate of authority to transact business in lowa-aid tl cert:ieate has not been revoked or canceled. Q • 2021 Summer Sidewalks Repair Project 0405— Page 2 of 2 0410 BID BOND FORM 2021 SUMMER SIDEWALKS REPAIR 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 2021 Summer Sidewalks Repair 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 slNurity, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the t315119,atiolig of said, Surety and its security shall in no way be impaired or affected by any extensiorEithe Jae within' which the Owner may accept such Bid or may execute such contract documentVtd said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this z day of , A.D., 20 . (Seal) Witness Principal By: (Title) (Seal) Surety By: Witness (Attorney-in-fact) Attach Power-of-Attorney, if applicable 2021 Summer Sidewalks Repair Project 0410— Page 1 of 1 0500 CONTRACT 2021 SUMMER SIDEWALKS REPAIR 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 101h day of June, 2021, for the 2021 Summer Sidewalks Repair("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 to Sec 'ri'd'n 1010, 1.03, and the following additional component parts which are ind5r-Oratig herein. by reference: _..fi t-a --- a. Contractor's Completed Bidder Status Form; attached her o-and0 b. Contractor's Completed Contract Compliance I5 gfarrtw (Anti.) Discrimination Requirements)Assurance, if applicable, puuant ection 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. 2021 Summer Sidewalks Repair 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: ca ... Signature of City Official Signature of Contr�,a',�r Offer _; rri Printed Name of City Official Printed Name of Corlor Officers" ui Title of Contractor Officer ATTEST: ATTEST: By: By: City Clerk (for Formal Projects only) (Company Official) APPROVED BY: City Attorney's Office 2021 Summer Sidewalks Repair Project 0500— Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2021 SUMMER SIDEWALKS REPAIR 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: Removal and replacement of the existing sidewalk marked for repair as part of the City's Sidewalk Inspection Repair Program. To faithfully perform all the terms and requirements of said Contract within.the tie therein specified, in a good and workmanlike manner, and in accordance with the Cott qt Documents It is expressly understood and agreed by the Contractor and Surety in this bond-xhat thsfolloiiing provisions are a part of this Bond and are binding upon said Contractor and St , to-wit: In rri 1. PERFORMANCE: The Contractor shall well and faithfully observe, Oirraim, ulfill, Mad abide by each and every covenant, condition, and part of said Contract, b', re erertce made a part hereof, for the above referenced improvements, and shall indemnifyid 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 2021 Summer Sidewalks Repair Project 0510— Page 1 of 4 corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and Oct until the Contract is completed, whether completed within the specifietontrac,.periotl, within an extension thereof, or within a period of time after the corif'rt pod has— elapsed and the liquidated damage penalty is being charggdgaxst th%=.M, Contractor. ` . D. That no provision of this Bond or of any other contract shall be valid at titbits t less than five year(s) (5) after the acceptance of the work under tricsiontract right to sue on this Bond. E. That as used herein, the phrase"all outlay and expense" is not to beWfimitedc;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. 2021 Summer Sidewalks Repair 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. � u C.) 2!C7 O 9 <. $ l Cpy ' CTl 2021 Summer Sidewalks Repair 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. -71 cp 171 am C.Y1 2021 Summer Sidewalks Repair 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 cractors, vendors, and consultants are subject to the City's Human Rights Or nanceW hicl ks codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractor , enders, and consultants are made aware of the City's Contract Compliance Pr m yesportitgl, responsibilities and receive the appropriate reporting forms. A notification Q queme is will be included in any request for proposal and notice of bids. --- ""'{ (n 4. Prior to execution of the contract, the completed and signed Assurance of Cortiliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. 2021 Summer Sidewalks Repair 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 statent. Where is this statement posted? P'- .� 7.1 _ram 7rrs Con 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 2021 Summer Sidewalks Repair 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 ®r c 71 n-G c7 -0 m * Cil 2021 Summer Sidewalks Repair Project 0520— Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or charge employees or are involved in such actions should be trained and requiretto corly with your policy and the current equal employment opportunity laws. c ''b 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity emplo r rhis can b done by identifying yourself on all recruitment advertising as "an eva1 bpp -tunii;,j ,,:, employer". (b) Use recruitment sources that are likely to yield diverse aplicanools. Word-of-mouth recruitment will only perpetuate the current composition tf 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 2021 Summer Sidewalks Repair Project 0520— Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https://codelibrary.amlegal.com/codes/iowacityia/latest/iowacity ia/0-0-0-631#JD 2-3-1. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. -® rn gr 2021 Summer Sidewalks Repair Project 0520— Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. The anti-discrimination policy extends to decisions involving hiring, promotion,demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity(EEO)officer or legal counsel to formulate a policy which specificaleetaitie neecls of your company. ,Mt ;,4 2021 Summer Sidewalks Repair Project 0520— Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance,which governs the payment of wages,for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter"Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of$25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing c f ontracts with other governmental entities. o -mac' III. Affidavit. The contracting entity must complete the attached aidAvit showing' compliance with the Wage Theft Policy and provide it to the Contras g)Dep'artmer tl prior to the execution of the contract. -0 rn Contract provision: Any contract to which this policy is applicable will include the fowin .contract provision: If the City becomes aware that a person or entity (including an owner of riide than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); 2021 Summer Sidewalks Repair 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. 3 c�-- t r) ca rn � cry 2021 Summer Sidewalks Repair Project 0530— Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. I am the [position]of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither ["contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature : 0 tom. tta 2021 Summer Sidewalks Repair Project 0530— Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference., Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.orq/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.orq/archived-specifications/. c" p d 2021 Summer Sidewalks Repair 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. -, --- r C7 p 6 "a, i - 2021 Summer Sidewalks Repair 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- citv.orq/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. If City Hall is closed to the public due to the health and safety concerns from COVID-19, arrangements for public examination will need to be made with the City Engineering Division Office by telephone at(319)356-5140. frn r o E 2021 Summer Sidewalks Repair Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer-generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.B, for details on 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. �. Ce ...<:: -.- C.")""< r-- EN) 4Y,p!SV CD 2021 Summer Sidewalks Repair Project Page 1 of 2 SECTION 7030 — SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS 3.01 REMOVALS G. (ADD) All removals shall be removed from the site within 5 calendar days. SECTION 9010 — SEEDING 1.08 MEASUREMENT AND PAYMENT A. (REPLACE) Conventional Seeding: 1. Seeding: a. Measurement: Measurement will be in square feet for each type of seed. b. Payment: Payment will be in unit price per square foot for each type of seed. c. Includes: Unit price includes, but is not limited to, removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. 2. Fertilizing: a. Measurement: Measurement will be in square feet of fertilizer. b. Payment: Payment will be at unit price per square feet of fertilizer., F^� 3. Mulching: a. Measurement: Measurement will be in square feet of mulct . C7 u b. Payment: Payment will be in unit price per square feet of mulch ca 2021 Summer Sidewalks Repair Project Page 2 of 2 PLANS r•-.0 C:) fr"li rnr" -3? N.) CD CD 2021 Summer Sidewalks Repair Project Page 1 of 7 Plan Set Index Sheet Number Sheet Title A.01 Repair Location Map A.02 Concentrated Repair Area Enlarged Map C.01 Contacts and Utility Notes C.02 General Notes C.03 General Notes and Traffic Control Notes w-i C7) CD 4 1', CD 2021 Summer Sidewalks Repair Project Page 2 of 7 qg��� ,.,}f 7 p 2021 Sidewalk Repair syLocations y y y ,y 't-n�!'_3 '1 i a"n! ';y, h[', .. .,� t2 ,^E•' „y �.. j}.y..T' aC }K '..:Yi"r :1W r'fit"''rp..;:i r.; t + .. �' ' ..,..X.t'1:.›..",• ...- ','.-.1, lid. `�'°" �T's$.: 417, " "*t ARK R.� l -5 4w k: yy % ;, a',� TM» l.ter,.., ,44. _ m ..,,�rt,...e, ,'- ,,,,,, . °+A .,.{^ ','.' ,,;: ,r..,`, :.1 p' R : 3_�,-' r «p rig r f, >,; .:..r 20.-1 . ,' *» 1" ;t-„t. eer ..,.{ °z.r " '`«.I:#�, 53t x w'¢ ,k„1"' 2 O ,'z'j •.•k.... - NTM',.j. 3 f.4 ,,-/fr r. +"':Fr'7:V�.14,i1;h #�.-4l. -";,.'` 4,.. -,,'; •"* :. '.."'•-i." J� .'t,.,.-1+"i '• 4: ,,r- tr'a r" "/f44/ a zt'gr ;: .f:'>Y� ce : r F' .t,-"„,.. �a F' a. •,M'„: - +" .ci... ,._ ' '', t- "^t 'K",y, '+,` '�r..l.. f'r., „`` ' ,_•-i. r, +yi�a.�- �`- ii.l.r,.$..r' �: '."iap, 4%; ,x G S f s ag. 91,' ;lA. -r tf,A" ffi »»:i r'w3 #^,''„"+r. "" 1"'.':;r�dy 4,,,,"'▪ e7. {n ., K "'. " .A°r' Lx * Et r4- -1 5 f Y. - -l*-''":''', ' ....K.,,.2. y+4".'141.. ," g 's'" , W 4a+` :r ,4 `rW.s" � i '7 - ` ##,,. " 't .a ", ,< c' s e `V a ?"" �:, , • ✓ �+t,. ..Z -4' 7` ai r x fl CIiURCH ST Y. ,.��.- *ems , `. 'r <;; t`"�P 'p,.1±`' ° '� , .♦.1, *;2 J �� a � ":,3.. '`x .•+;, ❑ ++,'r'' t .116)14 d {}r ..„.411 ,, ,,, ::_il,: .riit �w � .. +' ,. }\4�" '_s+'.,-tr'.`n "'�_ - Y ,�''n f:' "" +► a: 761 t.? `: �I� .. .y (w o',�. a^ .^w" ,� l5 ,a'T. t e i Z `4 v/pQd.�a r9i + ?^. k. .'Y, Lr^ '-*#k `,yak V d. }'4Y fo-! () 'L A' 1 -D t"+., +..*•Sac t_•,31!MM rb .,_a;;-,. ..• .',S`;a,: 1 's'�1ay'" a.sJ 4'','•,�,. � ,r,.#°5�E'�'♦ �I,y #��l `�r. �• 3.� ;- t 3 � ".a,. 'yi',e "q.'�.e R v�... � ,,'. „°'�,'ti'=�+� � O�,f. fi r.. ' S�. �*, �=���'a'.{. y; o. •.,. xz 4i ..., 0 w .-+ `". ':1a. m r `,:" er; q+4). "�.`. ";,N`•i:MM 4"•"''�' ,P'1',4, -fit!' `.�.ve •-' e ; ,;:•s•','-';0.-: ,:.'. 1 S ",µp 4d*. .. 4.'i. ,„ .q. ' ' `.., a, ,S, i' c . yj}�� _ ±+ .};: "-`"""`�`",; ..°gNYe.`"�;tS,:k'1- �F '"r..aR,.y'A^.P.rya 'r7'+^,. .. c�• °e^L` _ n'r�`,✓=xp`:rr .,'"'▪ •' ✓x . • ', ,`ro ,y.. "me:.. t � C '' '4-= '�.9'» •�`-,Yr• 4 .. 7trxd'?J"T i� Z �.`.' tr,,,a,s..".8" ."ti7,..At-^",.44'"4 , a`- e 1'".'e,C. -9� ` a 1'4;: ra a .n s _ , _;y;:r r.x..,", . tk. aMX C, +t' ar',,, is � t�' t•17:-. ,,..;i .. ;;��-" '.A y ,A ;•#��x �." .y:+m � #- .�s.�'.e : $' .: �,...r ��.`* i "t.n-p MARKETSTD � a;�:�n^�• �, R rg �'"'�'; �fit^¢.`+ � 'k; .." i$r""4.,,, • ""k.,, *n►:�' ��$" d.441,t i#• -Ja4"„ ^# �. :• r,Z ;' ts.. � s.;" ,:: �; qh.' �ivfi` 'p w.;4.' .r,�, *' ..y e ..',%#_+"-#. ,,A' t � },* i '•i, .»..; ,,' fYk ». ..: "y - •, ,i• " "JEFFERSN ST ' ' _ •, F + + ... ,.,. , ,'` 1,,, ' '{�� „�.' {,.liy�. „ A` t t/yS+S'rd2ax.,�f� �c. � Por ��. �f#( '�,�s�.`�,-,-'r.^� a:A-.1� ly �f u.ar�*+.�`"^'4"x �r a^^�"r y.� '::''. ..��+F ,d. '',.y�',"+,,Y,.,e ,�'+ w a .,,Y, 'P,"+ `r.t t 4(fizQn1!ri`l,'' f,"4,1^"�'.#k„. "w .." , h+i Pri.„ a " 4.,. n5adI .+' 1'q' .+� 4" 'e' ®°#a i 'i " 'X.:s ';`� Zfi;I:ILL' 'Sa` #' _C► '',,i.F.`-_,7,: r' 7, � ' -Ly���,,: -�► ��`, 't"i �.r - �I OWA AV E"1 m2 o i, r , '. sy:,? � M,'''1; r a. .4 t: ' ,,c+„. £��,g+.s *r%!�r,�,,,. -+. :� �,+„ "�*' ay ,�...,�^.a*i .��... .;s. �ip.��,pp ..��i ,�? -}tN..�'"'"A'®al���w�,a"`i,.v;��a�`a' " .+�'.t� �a .7.,g,, P t S'd-'• yy-, `:" 1.4 �.xa,r' a rk `, -'�' ;p,„Z , - • ,,' =iM -.cs 'r ,i 4 'S; 3' ,," .••. 'h+^*4rt. 'Gyp^pro. `" f y .tt,, 52... .�' r . , • •^t.I• s" S . '_ ) y'..T^• ,fien � r �4 G }.r ' 'y`. V . ".#" "*. `M• ,,,, a °Ns. } .sc:74.!^ ,�y�wr ','% . * +i .r,*' .-"."4 *.'.- '�U,.,i .."^ .7!" i J ,y,g" -s i' .) - t F ri�- f'�.f'.-"z yFe a fi i �3 ter; * cr,: �., _ _ ., V-4YE: . - - .. r r �+ t. " , " , .TMro. ,, s"�, k- ".':' 's 'A a, s ,s."s .A" .M'ir' '+ �, i • '_,w.d+i.7`c' 1+pc k�,..'�' .! r tr t: '' * OURT ST'�� '' ,t, ,' ,*:'''«- + ,,.. L ,cC7 - t _ ♦ `s�'"Y •rov't a -,S au""$ v -,:; r r : s r•a+-r .cs ,_ !1 MELROSE AVE �._�- tt "$ s h '' " �,^ r.:.. b S ... -'.-,-4.". '>,-t,„ ;Aft.t. ro„y 'k b' #"y'`,r2* d« '..I.,,,,r.4...,,,,,, ' Sr3,,.. i. '* inn .t',„.? gf"=,,,,,gp, yS. •„, +� �` "�,'C;cy'r4 r.u[ . °? t "pe.5e.r_ .. 'r��.ot-it.,!...ti' -At i r•'.2 ,,i, '2c�'R^,,;a,:- °' ,,,,>'¢4i . 1.-Z°`y .4,,, s i,»�.,m"--t''a Y.-,kw-.,7:1-,,- .r **I.,, '�•:' .,w�.,.-•-�M+,.w ...:Vs' � •�'.� �A ;v' .;r�:t4�� �"^t, �t�?�y-t •!� �y.�.�kF..! <� • ,'T.a" '.`�:�`"`'r°a .� *may'," ���,4h�.'►, �74� x.�. °'y.!' .,,js g'.Y. i1 ;� � '. * P.t�tt _; {xc:� .'$' `'-t' "q "" ,: r:` ),viw`et-1 .,r �x.w.,.vfor,. `. L' `.gplw ,,...-sl-=-ar• $,.,az-.. a ,s„ ,4•�+„+ 1. j-1*-;'"44.e,,,,,.y0...a,,, ,,;�{,, ,.a.�. � a . w/, otT , . ,...i""•�t + '„'.`C`r�•- .^ *-+ �"c r' x._ p f,'y i .L`Sa C. "�xS..}t'r°,:*�®_ s � �^}•, _k r." y� C' •- 3'`�- -,"- z a 1 ,, Sk . tf,s�'.,;..rs''? to, ,, �,,$: ; . a" r �-4 = "' 1 t : ;fir ,.+ a.nf, V' t .^ _ 7, ` T. "7'. -.-- '▪w," s,,� _W��' •'f . is •t +��.: x: a --x...,w,.�a�p �'.Ks�`�„, ;�.,..— ....,�.:�`�� �€r+^ ��' t�.`;' ,, rya. .r�"',ara ��: •.�d: i 5w, :I le ' �y �� 1` .%. �^,..", � � �� � 4 w- # 0. ,"y �,�e/r .,t*'w s,s r� _`.�£p a: -A/A�°nt 1� ♦' �a *t ,•5�4 �u •'?Y.., ,+xp.4"---i" .SIj'1"...15,''Y�f4"''Pr L..,.'T (' ..#lu, • A. C4-. ?� !<s""..w.A k....l .4�#. T ":C�"a A.=` :�_lt 5a• $iF •,,i �Y ,y42. -;t, At• '- r3 , .. r:i.;' .Lc-r" ,..-,,�„ , �t I,�., -i+t ,..4_.e .; l�µa,+"`- -1 �, . k ,��f , ,,,„1,1-a 4,9�e ,_ .� ',' .,,,' ,# ..y- w>1. r.t ,3'':' + 6 ..I,Z. 1,;"",5V;"• A k" .: "t a: - .X r t"::,-jK"' _ �'fil :,,d; 'Yr+ir.• rvar a �•s ,�':-r 'C-....3 ,,, `' 43`°`:r `'i4" 1.1''.?;,-,,tZ4 4�„tr..?t^�iiRItIt a EN(T}ON�S,T� t-ti?, . '.t:. "t $'' ":+t ' ,"t7e �cv$ "' 'k r ,ot : ro....a.,,1 �' s ar ' .., �E..�,4.1.,;i".•.., -=w��- � r i st«' o- 4:' ' • v ,y ".„'7: 1 KIRKWOOD'AV -, '' a`a" �," Alf.".ay; y� r_" ,V**'', ;^ ".1:f f _' 4, ,w''�1R"` ,,X; .f' .:w.° a. eta Y a �.., O a"" w% 4i, .P. �-� M.,<,'.. .. . ^,*y!`ro. -- =r44;t+" ifAy�,--. .1 ..- a .�# •'r..j. -`- '"#++. � ;'f. •(`'44'.p'`-+,:."* 7,1 i•,,,.-a�',''�`'46 j! ._-'','Y ".rA �,,, r.' ▪ �•.4,4-54 �*.K 1 t"*,..a.� '"ay,Y;= .',r sirf,,,, ,,y f1 °' a' ,.na"4,�A53 t1, .�a F,r.r .yr'_0p...W% . A,4 ,=-1 "` �a""'_ !` t .' s '' -d«".>t ,at a p�r, "*fi ice`,•',: s;' yy,,� wwr _� niP',. � ,(A' • '�a �.. �' ,.^ ,, ,t`", .�T,e7"j,. ;a 4,,, US ..4 ii;. t-1,,-'. �'a1.-• ,'WP. ..x. .a ;?* " •m s -ts "i•`,.,03,,--,"' '"-s qp r-4,3,? „��3'•7`*'7Tt�1;Lmti '-'� '•"- y tr $,* '; 4 i 1. }} +. ^i k,,x 1.`{� �.,, f cr,,4 r , r. ;, it -s " `;c1.`s y, • 1 ',7.;r «le .,, � . c' '. A,�:� 04 r%4' ? ,2* •#-'.'tr+4,K'�:�5� y*,., +"a. 'Su{ a 1. .+'. D; .( _ ;�.yi'... •'y '"''♦- i.,, •.t� ,y -.*- ,, r.3 r 'h :.k�yy �,Y^(Y^' ;' p r-- wY-...4, #"' s1, "..▪A7c,1: -*Sr �.��`"+qy. 'j " "A,`.��" _:a. s.�*^e. .y'-e;y`,�n' 'y.•,, ` ?.,,;< C',` +#.'"�'.tAr'o44't'°,r•... -i g - ',:1.,.�J 4a 7 '✓ :'s" 41 4- a....,*'"'"""'.. "- i+. w, .'�+M'3.),,, 1 z' •.-,r,,* rs�pa."s4-c,,,4",;". Y'.:. a }." `+F r,,S4 { lr ;.y, `isw }'.$g"�Pv-}.� «. ,' maw° p;'.y A�.'sR',rr`. r-` � �y....-1{. > „x. '�,f +'`t9 ri �.`"-.3 .;"7. r l!i..fiq*F✓?.'.i.. sat ;•¢F>t's`�L'".,x� •.J-•. 'n' 3"rA'7•;�,+"r,,X'�, y i'+. g '_A-i ;7 i+._$ ro''i• „-: rr ='- s. i f '.:11 _ r -.t -• ,y + t a .� � •, t ,,...41 x.a vr.t i1 4 i7:'r`tN :,,.;..�,,,. `'4",-. - ;.r '.,s, = -.i, ,�Y tk-:. ' ,,.t, .i•s �e....� S1'" ont (7 � .+, ' " r" t4 �/�i�- r. .' s:w�'h .. r, c >#^^„"} ",'a . V . Mx. r-».-. ,.' ,,,pper� '• .,�' 5,4,' ". f.1$u - gyzt,„ .t. ^' t "q4,,r; ''�z ".r ,' mod• . "f i+n`r': �J+ R" :..'' -- • K ti i r.'.i`..,.. . �«dA� � v z!.c! j `.v� +y-�, s r'S.,•.. t . ,5... ,,.:,4, .� i.S", `,;f .�. *";; _, ^!fib d _,._.t�'-� ,4 .s•7 ,`��a!�q Q �, '. c_. >'„'a .- i t„'.�,# " ?.`.33., 5t �,° '1,' ate• .. r „ ",^'"« °, try"y� 5t f'"";�qE�.:i `� mq, �°`�: �� .r{r-'• _,�:Y'.r '^.,.�r 7n .., ''�•'4,-;',,. }c it-R'yra ,,� ', '„Eyi-„"`' a . '„3 ,-C.' .t_. � ti # -,., .-34 , a'^..•r; r,tr,'r*„r„-,tt�:f� , ' '�'�., `.� a.„. � 'k'� r'�_ � ,rr"�i .;'91°''.:.. -'6' f ''�,��� .€-� ,:..Y ,,,.R 4,'E'!� t �.` "d � �, ram. ?; '^+�`f� a ~ is� ,',.,„.?"1„:," "^. � b �rirf+'a Ph�'`d'T'r' �'� ,a�',i=, .*� �, d: 'i � w� a' r`# ,i ,,� r�*,,� � �' �' ', ` ll .,--4^« :,,,s_k ;�.,. f+ -, ` ,gy ,,;�w_: ,0,.-,,,if 4ics.t t, C-' z, .4-s` .3 z ,"r"�w ' fr*yr '"P 1r,. �` :'1 `'s*.; x4•4 £.'°, ...t tr ,.•.i.:,' >"r',,,, " " '.,kr,1 w�` .y4..t_; _-, 414.-.^q:: i .".`'A,,,I Aft, w„'E "SIP °' .1^^;: ?a lPr• "l e" w, ,.ee n,Y iok, i1't . ! 4e . ,;:-a. K, CI))" /, `c :tea s - ,:'.:vb,, r.;t"N, 4#' :. " "f'� *a '.x ..o.. 7 # ie. ., .------ .”4,0 S* `04-3 W,,,,",*. 5 ,.via •a.*.,'f ':.,,.i�. At, /;, \;"r a*^ tr ,„:„ - - — r. 1''',.' `,.., �'+ *+ 3(B1` i v � a'ra� e..r � w r f' ' .�« r «,▪,E4 t^ ,a ^# . Yr... '' y� .«. 3 .... .:F,e.? 7" ,Lf 4,2,' `a'w ''' a,.• `A 4 d . 1 ,ar'S, ""�,,..` ":.. -`ti' x,df..• • .r :t w 4. , • tdi.� :1r'. � t,.i w.,„ ,,... >eRy.F,z :.ycp ,: • - r. /-!` • 'y:.Y i+^Yl . •x;' "r 3 a_.i �. `,"� - S < '. . S%.Y is' �^,ii t ..a w",.+r .u• p%? ,- a.o'' '" 1':.▪ � J" 1 r'.I a r g0. F30. n a Y ' q. t y ° f:' `...i y�, }1av0A ' *':41,47:771:4;64'41.1.:;v4/1 : ::"71:'''' 4 r ,e' 8 ,;alit .i ." bi,u "1#' 4 q," 1k i :3 °„.4�c,,..�, '1„'. ''-' ' ,'S: L'r^ ..+Y'Y"a}'A1 _,t„, . '1::::; �;; "rt"',$ . ;" 1,-.. ..:"., ..,.a,� i 4 ,✓"A°`#, 'a '.."11. i.« ,,, Njt ? x ^_3 t1 «F.,y,,fa "7":- '.�4' i W ,,� �...., , 1 p,- +'.. ,, -', s `',�.....• I1..,..,..,..via.- w �A . '. • ,,% ,1$ '`a c _ ' t r._.s•, t,,.• a r4p f° i� .2'1.,:.4a'"�.-"�'r.k..�elctC l ,> . ': ,ate . . .. ''° ' r ax ? s ..� " i i? I.� . -,,,r t :,.'N►' "=-,:`""' :--1-`_...�;a:r_-� rr ,}�. V. C r a., "" 's , ,,', ._rdw' rw.'i i „t: ..r '," ✓a,-•_'.,: .t l ,r "s4 %+n t �.,r� ,4yS'!e .,q' x?'8�,S i lac p•` .'S m j4 ' M t rt.',=,E.«..:F3�• 'a ,,, N 0 2021 Sidewalk Repair Locations �� ARE �" � - x a , ,, , iMYm/®cT,1 ,a,, LV �.r"'"'k'5 3 L^a ,'tS -=�,�,wry = a ...^ 'v°r•i..r 1- l: ,,,t';..tr; ,' 1 . "a-'.- 0 0.5 1 ;«^ L4�• " ". rt..-.1{...„!....-.,-..,,,`:?r.- i`�"s, 1 *`ti1 , -7-x 1 .-y' ay ' CITY OF IOWA CITY Miles ''�• + � '' 1 I _ : � , 2021 SUMMER SIDEWALK REPAIR PROJECT A.01 REPAIR LOCATION MAP '�,'�► 2021p Sidewalkl Repair pLocations sr z. t. Yi .;. •'. "� may! �"u"a vlf!a ''t�� `,, '",i1t'1,i I a�'i r , ,,.. .C- t `r�."`M' :: tar„.,. ' .{3;tC r r �;`,,. 1 f t. f . %� f r► ,"'4' ', �r c- P,l•-r,w .. --Y. ''!"..f lair r-riiri,t ‘, _*. )i' ;„,..„>mf . fey.,1 .,r4 fir'• i *n�, + ,,,, t ,.....r7 ,s, x - 7 °•"'1!'"s, '!4 �y .'b' $ r :.,s�, ', .i' ^ t�"'� s•. � P '�« � ate, ,.• .` a6tV. i �}�r:e �� �` a��` i� « f' 'tr�e�y. er !� „; t" v .4„ ` .._!r .F. �(CHU,RCM..ST_ m•, -'�'"# - �►' , `yC�yyk �' 7- *R ,� .f .?�; '��'� �iit'i�Y'�' = a• ":-'�'y,� ��c,"' �`.r1 a�,:.111=:-f •i°�►t.ty "'�.,^aKti,�-F.3�� SiF�r4�„�'-'�r��� �,�^i� "• .#���` �';�'�^� ... J-. ,'R�. w�. ,' -ps�.,�fij�'# { :asM�`' ry 1�: 7.a � 7rF"d2,�1e�`}�-['�h►�i o' � `c,,,4'�a' r .`'' ar y .r ct 'S�'''a1 < �,,� .a, J A. '+`••• -? „a. ,,,,-; ` ,,,t,. 1 - i.�i ash t� , '..T i- 1'i'' ' - # .'7FR* . :..kr.t�.:„.„,„y s.4. - i �Ed_7 --• ..1 _ • ) yyam�,, "�, _ . 'e 1� � ;a1_� '!"� 4`s-�'�.d .7 _ 'L'��ii "'�1'L� �'�'. . • _ , - � vr' !!'-i�▪ `� mt.-pi,.` .' d4�s�� ,11«'�.. :�� ,�'+' ° �,i''`'�'�+I'WL'r•`�".4 _:4i �}'c.#' ��-`r,r�i,'r� Yi"-��. I�rpa.,�r"�M _'.' ;t � �,�-�_�� ty.C��" �� �x� ,�,_- »4:p,`,6,•�� 71.�,;1. �¢ * r�'���,.r f '?ls,..�'+ t N .. "�I_rt" � V''4 .'M.' •' ."-..' q"1�ir7:'!IM -�e .��t7,y¢ . t441• .E'� I!�.,. « _ �A... ,'_ .-+ 11`rL, eitr;. 7=',7 -i *fr ;: ,. 44: } ,....•4,, d " ,mt k=41 l L ir�V k-�7F + 'c- `�5,% i_*- ",i4- °" 4 ^�J'. ,11::v a -� • ?�4,FI " tT ,>* -"'k' -'.r L 7o+ja: �v. h mot--- s. � r..es ,f 1y -�.. ftj .•sa �'' �.}• t y4y�J�.,�1'! {4,7"- `,,,6._ f;t"'. '�.._,'1,a , ,�.�r•.ead ,.... °k',' ^' S "i,I i:i r ❑: ':C.,1„iv. f..r T., ,a. • ,,,h� '._<�.- '},�,,. �r ' •. ' 1 s 1€�F ;' �';' - �y� '1�3 ,''tit,""'_i.• •' ' yr,�: +'�-j' r. - 1 f• ` t- �! s s,fi �it �►�-+..f .va Itt t w1 c re .' ` " t 1" nP$t1: ;:,--:-s ... f. i.F.11 1 ! .1q-kr '"F' 1. :' ,,,,, .'�y ,, '• -•1' ' 4 't RO¢CFIESLTjER7AV..1 ,;,,&I'v! �,r!*, `i. lA :''''l tt ';µ�"'^'''g : s !�_p. .'kr.ri,'°ft.^..�:_a .,., _ C ir.z._�l " ;., .y, F.7s. i-sr•.� ,e - .j i`-y, q • • r' t +Vece10 -'rt�Y i,e it' ' �' `s.c zP! G ti'.,-.,�."?, ,-t ts4,tMARKET ST .._4' :- s t rtw-. ' ulF ' w. , *-' ' '''al�'�E A:., .-. �'s :. "-�,a T .r _ 7 "_ .,., 't..,``�mt. • .. y1—Jt -z , . tKIF' rah'-�'G ~��•�s'1 �t•,.r. 'cr�� . « -4 !-'Tt «• - LLL � 7� k. r ��v ti t'n i i 'T'f' :'�'•+ !M�-',, st!: '.'+`.' it"n' tt.5, ! ,�.t !��• �� i laF� Z°' `3`M � �• ��.'� f'.t,+�+�' ti , dFA.` ;� �� sEF t- i° � r •�y �Z`'ct' 'i `,J ti !. ,� c ;JEFFRSON�ST J':,; V4 Al 1`,._ t �. �t f • � - v •ir+ r. 1.° -, `-0- f �4 _ • _ r � � ,-- �, -�a,. t. * i' .���,� ! �'°"'�����'�p�i�i� _i, � 1, 4�,�� �q�. (�.� r � w ell .: _e7..7:14,,,:,,.ii,,,,.4,..c..7.4,..,, fJ�,a ��i • �"t ;";b. `�Yty. '4��YF �; - ' 'Y •.�`y- •r t �i" }`A • �r' i • .fi > � " .�` d.i y�.!`t •.) �r--4 ,7- },,„.,,' Y'441 4/,*4ta '" l '4a f ;:,� �� s .>ir,'t 17' },! _S i t r d, ` �1� !�._ - :'. e' ,-ram. ..�. - 4++�4" _ 'a^ �� : ""�� '4"�y�Y r Ili:. -ti - •►.- -h . w"+".•t ...sm ;� t t #'' • r. w. d. °� ` ,lam, ' 1 w F_ lam! i hj ' .,t1t6. '�R4. t"t ,3i`r' .:. fit .. = t, ,c a ,y--• a e7,. A 1.""'�',. w _W, '=• f n r7 i4 , >a1�l1i , :y r :{r s&,e ' `L' t�.. `�a�$ s: �. *r ,.�. e* 44 • + �y-y t M ,- ! - ,y,-'.t .LD �:r�`,+ y) f '! % 4-�,.//y�.•(j.!,' -- .. •.. 'y. .: ..,j�}P y, i` - 1!t�—) 5••w. - ,' li':l. - �1' - !R•- v(� �K' 1 .+w! x 1O�' f 9.t NtisrT' A. ,y 1. isJYf5 -•,V�_ 'I' �' •. • :.-d '£ 'w *'!c "`!Y. ''�E -i `A • _ j ,'y.. + 1 i t�1.7fr. r ." y IN -;—y4i sd" Y Nt it .-�4r t "4� 7� !t, '-...,i s p,,` ., c :i,-..�j ,�, ••,„ I 'el.4.,. _ :, + • , , h"-- "1L40•' t ,- *t i 1 1' clex ,• t r.. :`t ..rat �- - ' '.r '�'•• t t`� [' f. },' to tr=,. '�y�.. r� �Si •y,•, •'•lk;. • `R.`y+..x '_ ✓ r a 1^!r� �411,i 'i 4w i �'i��y. q..'1. t`�'! •�. a : .R i.^ k� . -'• +..:1f - i. �^! ^ • I —,— _, s. ' 4". .'71 T. BURLINGTiONIsTS< r Via. ok. �c.3 ir.4:: a• ! t'*H� f. T t F ,�f' -, r .."iir. ts,`fr ••- "•a� j�� �4, py-� tl , .` T • i'ke.� ' -'R,l,.-v n 'i t!� . i ' +J�,f 'F� • ,' .� . -1 ry •.1 : •_ ,4�l'�•-� -:x " ,,r -•f wIt' 43.1 �5''n- 1, :. tCOURTtSTs ?+ii! ' r1los yfl !f• iir k FigiT:',• �• '•r 4. 1 • i � `i l A F S: •.t i1!« ;F' E ,� as��` !'- - -` � -� ���-: M'�.'>��K.!° �,�;. �: eCF1'a+ "�°�•aA�'*P�:lit t�` � !L`�• « a� * I F- 2 xj. Y, r I t*Ilk tit .��''• .r' •yiR ' _ � ;•i *e'4 `.�• 1 - W I �'�t T iC, Z? r? �}, ..Ys 00 ,t•,. .s 1 yy' " '?v!i., ;.Wsi. .. - - 7?.(- .A 4 . :i -;` ...a 5 t� Z �aS1'' ifj 4„- •I— 43i i i 1 ), ,,• '-! .•,*�,� -• +i+,xs.. .:"!1 i ( �1 ;r ❑j • "7 i k a tli 4 ' f'a z'; _ ,m_�g �i:1 .B �{�o1!f 'fig r >'. ' 2� t.' -4.t i A aq SP'`rf` .i' q� 411 '". ? 1... jj � t i —4 t 1 T,`.'7, ,. >r - (, '�1', (/1 -'� 4;,...Me:�. y.v ''t f .r j 1. r1 „„, - it I `". - �t� ` � `.'r—< _ice" #t.,�. BOW ,� , 4w's0'., '9� 'say. -.kj -a ./1�t;`i ce •it -,t,ei. j c`� `,fir* 1 .1. `1. ,., 1 1 ('` ,y,: ` ! t4.,! FtL• , ..,--.-„..•,, 1 c .• • � -1? •• :•0.,a ,,-`'c' y, .- ° '!..v X,. #b i .iu , �r6� '�•;I' .• • •f s' 1 --lik- '- : 5 t• !a s 3r;i. -146` x-#4- t:-. a• t--' ' ^!-<'t- �' ,,F! .i "�'-` „, ` ' ':- t "t �[,41. r P -i.i� 1jr,• ' 111 ` `t ^ITi— ;07 A ® 2021 Sidewalk Repair Locations �� --�lP�4ls • $r= &.1< a ,' J,� '..i , ` r �,,;. .;�, nro,r as ,4 ~s-a .• .i tr „ • .., .r ' "I" 0 0.175 0.35 _�"*r--/s.1°4 `c"� " t `�-4 •4 r# e a u. ,i_+.�,�:r '* � ; 'r`P CITY OP IOWA CITY Miles a 6 °y p p art ., ' , 2021 SUMMER SIDEWALK REPAIR PROJECT A.02 CONCENTRATED REPAIR AREA ENLARGED MAP CONTACTS UTILITY NOTES THE FOLLOWING UTILITY COMPANIES MAY HAVE 1. THE PROTECTION OF PUBLIC AND PRIVATE UTILITIES, FACILITIES IN PROXIMITY TO THE PROJECT: ABOVEGROUND AND UNDERGROUND FACILITIES, IS DESCRIBED IN THE NOTES BELOW AS REQUIRED IN CABLE TELEVISION SUDAS STANDARD SPECIFICATION SECTION 1070, MEDIACOM 2.07. KEVIN FOUNTAIN OFFICE: (319) 351-0408 2. THE LOCATION, DEPTH,AND SIZE OF ABOVEGROUND EXT 3701 AND UNDERGROUND FACILITIES, INCLUDING PUBLIC MOBILE: (319) 621-8466 AND PRIVATE UTILITIES, SHOWN ON THE PLANS ARE APPROXIMATE ONLY AND ARE NOT GUARANTEED. CITY OF IOWA CITY 3. OTHER UNDERGROUND FACILITIES MAY EXIST AND CITY PARKS AND FORESTRY THEIR LOCATION MAY NOT BE PRESENTLY KNOWN TYLER BAIRD OFFICE: (319) 356 5093 OR IDENTIFIED. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE EXISTENCE AND CITY SEWER DEPARTMENT EXACT LOCATION OF ALL SUCH FACILITIES LOCATED ON CALL COLLECTIONS OFFICE: (319) 887-6098 WITHIN THE CONSTRUCTION AREA TO AVOID MOBILE: (319) 631-1144 DAMAGE. 4. WHERE EXISTING FACILITIES ARE SHOWN IN THE CITY TRAFFIC ENGINEERING CONTRACT DOCUMENTS OR ENCOUNTERED WITHIN BROCK HOLUB OFFICE: (319) 356 5482 THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY CITY RIGHT-OF-WAYS THE OPERATORS OF THOSE FACILITIES PRIOR TO JIM PROTASKEY OFFICE: (319) 356-5438 BEGINNING ANY CONSTRUCTION ACTIVITIES. 5. THE CONTRACTOR SHALL ALLOW ACCESS TO CITY WATER DIVISION FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. KEVIN SLUTTS OFFICE: (319) 356-5169 6. THE CONTRACTOR SHALL SUPPORT, SUSTAIN, AND JUDE MOSS OFFICE: (319) 356-5163 PROTECT EXISTING PIPES, CONDUITS, POLES,WIRES, AND OTHER APPARATUS LOCATED UNDER, OVER, FIBER OPTICS ALONG,ACROSS, OR ADJACENT TTHE WORK SITE. AT&T 7. IF UTILITIES ARE DAMAGEf I"HROUGH LENNY VOHS OFFICE: (816) 275-4014 CONTRACTOR'S NEGLIGENG62I H6Y4WILL'BE' MOBILE: (770) 335-8244 REPAIRED BY THE AGENCIR:81-V/IfV6 CONTROL OF SAME, BUT THE COST OF SUCH R\IRS SHALL BE IMON PAID BY THE CONTRACTOR-4,, RANDY SCHOON OFFICE: (319) 261-4630 8. THE CONTRACTOR SHALL,", i'- R Tg:COmmENCING MOBILE: (319) 553-1176 tH ANY EXCAVATION OR OTH ,9 EF��ION�TbRiT MAY AFFECT UNDERGROUND F'€ ILITIES° NOTIFY THE IOWA NETWORK SERVICES "IOWA ONE CALL"UNDERGROUND CILITY LOCATE JEFF KLOCKO OFFICE: (515) 240-2544 SYSTEM, ESTABLISHED PURSUANT TO IOWA CODE MOBILE: (515) 830-0445 CHAPTER 480. UNIVERSITY OF IOWA 9. THE CONTRACTOR SHALL, IF REQUESTED BY THE GEORGE STUMPF OFFICE: (319) 335-2814 OPERATOR OF AN UNDERGROUND FACILITY,ASSIST IN THE LOCATION OF ITS FACILITIES; PROVIDED, GAS AND ELECTRIC HOWEVER, THE JURISDICTION SHALL NOT BE MIDAMERICAN ENERGY RESPONSIBLE TO THE CONTRACTOR OR TO ANY JOE RETEK OFFICE: (319) 341-4457 OPERATOR OF AN UNDERGROUND FACILITY FOR THE GAS MOBILE: (319) 930-6225 COST OF LOCATING SUCH FACILITY, OR FOR ANY JASON WARREN OFFICE: (319) 341-4425 DAMAGE TO SUCH FACILITY THAT OCCURS IN ELECTRIC MOBILE: (319) 330-7301 ATTEMPTING TO LOCATE IT, OR FOR ANY DAMAGE TO THE FACILITY OCCASIONED BY THE CONTRACTOR'S TELEPHONE PERFORMANCE OF WORK UNDER THE CONTRACT. CENTURY LINK 10. CLAIMS FOR ADDITIONAL COMPENSATION WILL NOT DAVID KIRKEBY OFFICE: (319) 206-9056 BE ALLOWED TO THE CONTRACTOR FOR ANY MOBILE: (319) 329-3807 INTERFERENCE, DELAY, OR ADDITIONAL WORK OCCASIONED BY THE LOCATION OR ADJUSTMENT OF UTILITY LOCATING CREW ABOVEGROUND OR UNDERGROUND FACILITIES, OR IOWA ONE CALL (800) 292-8989 CONNECTIONS THERETO. IOWA CI T Y 2021 SUMMER SIDEWLKCONTACTS A DAUTILLIITY NOTE EPAIR PROJECT DDRAWN: J W W FILEL#E: NONE E ENGINEERING DIVISION DATE: JUNE 2021 SHEET: C.01 GENERAL NOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE 10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS WITH THE STATEWIDE URBAN DESIGN AND TO BE FIELD VERIFIED AND APPROVED BY SPECIFICATIONS (SUDAS) STANDARD ENGINEER PRIOR TO REMOVAL. SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, 11. WORK DURING AN EMERGENCY: THE CONTRACTOR AND SPECIAL PROVISIONS, UNLESS OTHERWISE SHALL PERFORM ANY WORK AND SHALL FURNISH SPECIFIED IN THESE PLANS. AND INSTALL ANY MATERIALS AND EQUIPMENT 2. CONSTRUCTION ADMINISTRATION AND SURVEY NECESSARY DURING AN EMERGENCY WILL BE PERFORMED BY THE CITY OF IOWA CITY. ENDANGERING LIFE OR PROPERTY. IN ALL CASES THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY THE CONTRACTOR SHALL NOTIFY THE ENGINEER PARTY CHIEF 48 HOURS IN ADVANCE OF OF THE EMERGENCY AS SOON AS PRACTICAL, BUT NECESSARY STAKING. SHALL NOT WAIT FOR INSTRUCTIONS BEFORE 3. THE CONTRACTOR SHALL GET AUTHORIZATION PROCEEDING TO PROPERLY PROTECT BOTH LIFE FROM THE ENGINEER PRIOR TO PERFORMING ANY AND PROPERTY. WORK ON PRIVATE PROPERTY. THE CONTRACTOR 12. MAINTENANCE AND CONTROL OF TRAFFIC: SHALL CONFINE ALL ACTIVITIES TO WITHIN THE PROPERLY CONSTRUCTED AND LIGHTED LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BARRICADES SHALL BE PROVIDED BY THE BY THE ENGINEER AND PRIVATE PARTIES IN CONTRACTOR AS NEEDED TO PROTECT HIS WORK WRITING. FROM TRAFFIC. "NO PARKING"SIGNS WILL BE 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO FURNISHED BY THE CITY TO FACILITATE REMOVAL INDIVIDUAL PROPERTIES THROUGHOUT THE OF PARKED CARS AHEAD OF THE SCHEDULED CONSTRUCTION OF THE PROJECT. THE WORK. PLEASE NOTIFY THE CITY AT LEAST FOUR CONTRACTOR SHALL NOTIFY PROPERTY OWNERS DAYS IN ADVANCE OF THE CONSTRUCTION. NO 48 HOURS IN ADVANCE OF CONSTRUCTION PARKING SIGNS NEED TO BE POSTED FOR AT ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER LEAST 48 HOURS. ACCESS TO THEIR PROPERTY. 13. EXPANSION JOINTS: EXPANSION JOINTS WILL BE 5. ALL TREES, SHRUBS AND VEGETATION SHALL REQUIRED ADJACENT TO THE EDGES OF ALL REMAIN AND BE PROTECTED FROM DAMAGE. THE DRIVEWAYS WHEN REPLACING SIDEWALK CONTRACTOR SHALL TAKE SPECIAL SECTION(S) LOCATED THROUGH DRIVEWAYS. PRECAUTIONARY MEASURES REQUIRED TO EXPANSION JOINTS SHALL BE INSTALLED PREVENT INJURY OR DAMAGE TO SAID TREE OR ADJACENT TO ALL STREETS ANDATEPS. SHRUB OR ROOT SYSTEM. EXPANSION JOINTS SHAL.LSE SEgiED. JOINTS 6. THE CONTRACTOR IS TO NOTIFY AND COORDINATE SHALL BE DONE IN ACCOe CLWITH SUDAS ALL WATER SERVICE WORK WITH THE IOWA CITY STANDARD SPECIFICATI 'NDTAILS� WATER DIVISION. 14. CONTRACTION JOINTS AI .E., IS2 CONTI ACTION 7. PEDESTRIAN TRAFFIC CONTROL WILL CHANGE AS JOINTS SHALL BE FORMEIZIN)THF IEW SIDEWALK THE PROJECT PROGRESSES. THE CONTRACTOR TO MATCH, IN APPEARAN. , HOSF JOII S1IN THE SHALL PROVIDE APPROPRIATE SIGNAGE AND ADJACENT SIDEWALK AN WiDRKMANLiKE FENCING THAT WILL SAFELY DIRECT PEDESTRIANS MANNER. CONTRACTION-atems SMALL BE.SPACED AROUND THE CONSTRUCTION AREA(S). AT INTERVALS EQUAL TO YHE WILT i OF THE PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE SIDEWALK, OR AS DIRECTED BY THE ENGINEER. ANY AND ALL SIGNAGE SUCH AS"SIDEWALK SIDEWALKS SHALL HAVE A UNIFORM TEXTURE CLOSED", "SIDEWALK CLOSED- USE OTHER SIDE", WITH A BROOM FINISH. SIDEWALK SHOULD MATCH AND "SIDEWALK <WITH APPROPRIATE THE EXISTING ADJOINING SIDEWALK FOR FRAMING DIRECTIONAL ARROWS>"AS DEEMED NECESSARY AND TEXTURE. BY THE ENGINEER. 15. DOWELING: EXISTING SIDEWALKS SHALL BE 8. DURING REMOVAL AND CONSTRUCTION THE DOWELED TO NEW SECTIONS OF SIDEWALK USING CONTRACTOR SHALL USE ALL MEANS NECESSARY 12"LENGTHS OF#4 EPDXY COATED REBAR.THE TO CONTROL DUST SPREADING FROM ALL WORK REBAR SHALL BE PLACED AT 1'-0"ON CENTER, AND STAGING AREAS, INCLUDING WET SAW DRILLED 6"INTO THE EXISTING SIDEWALK,AND CUTTING ALL CONCRETE. DUST CONTROL CONCRETE DUST REMOVED BEFORE EPDXY MEASURES SHALL BE IN ACCORDANCE WITH THE GROUTED INTO PLACE. SEE FIGURE 7030.301 FOR APPLICABLE SPECIFICATIONS AND APPROVED BY DOWELING DETAILS. THE ENGINEER,AND SHALL BE INCIDENTAL. 16. FINISH GRADING, SEEDING,AND MULCHING: 9. ANY CONCRETE TO BE REMOVED SHALL BE WET AREAS DISTURBED ADJACENT TO SIDEWALK SAWED. REMOVAL AND REPLACEMENT SHALL BE FINISHED, FINE GRADED WITH TOPSOIL, SEEDED,AND MULCHED. I T CITY 2021 SUMMERSIDEWALK REPAIR PROJECTDESIGN: GENERAL NOTES DRAWN: JBWW FILEL#: NONE E ENGINEERING DIVISION DATE: JUNE 2021 SHEET: C.02 GENERAL NOTES TRAFFIC CONTROL NOTES 16. VALVES AND TREE ROOTS: UPON EXCAVATION, IF 1. ALL TEMPORARY TRAFFIC CONTROL SHALL BE VALVES OR TREE ROOTS ARE ENCOUNTERED IN OR INSTALLED AND MAINTAINED IN ACCORDANCE UNDER THE SIDEWALK, CONTACT CITY PERSONNEL WITH THE SUDAS STANDARD SPECIFICATIONS, PRIOR TO REPLACING WALK. SIDEWALK SQUARES SUPPLEMENTAL SPECIFICATIONS,AND SPECIAL CONTAINING VALVES WILL BE EVALUATED ON A PROVISIONS, UNLESS OTHERWISE SPECIFIED IN CASE BY CASE BASIS. TREE ROOTS SHALL BE THESE PLANS. EVALUATED BY THE CITY FORESTER. A RESPONSE 2. ANY TEMPORARY TRAFFIC CONTROL NEEDED IN WILL BE AVAILABLE ON A COURSE OF ACTION THIS PROJECT WILL BE IN COMPLIANCE WITH WITHIN 2 BUSINESS DAYS. FIGURES 8030.101, 8030.117, AND 8030.118. 17. THE CONTRACTOR SHALL CONTINUOUSLY 3. IF ON-STREET PARKING WILL BE USED, REFER TO MAINTAIN ADEQUATE PROTECTION OF ALL ITS FIGURES 8030.101 AND 8030.102 FOR TEMPORARY WORK FROM DAMAGE AND SHALL PROTECT THE TRAFFIC CONTROL GUIDANCE. ADDITIONALLY,THE JURISDICTION'S PROPERTY AND ADJACENT CONTRACTOR IS TO FOLLOW GENERAL NOTE 11 PRIVATE PROPERTY FROM INJURY OR LOSS ON SHEET C.02 FOR TEMPORARY USE OF ARISING IN CONNECTION WITH THE WORK.THE ON-STREET PARKING. CONTRACTOR SHALL REPAIR OR RESTORE ANY 4. ON A LOW-VOLUME TWO-LANE STREET(ONE-LANE SUCH DAMAGE, INJURY, OR LOSS TO JURISDICTION EACH WAY)WHERE ONE LANE NEEDS TO BE PROPERTY OR ADJACENT PRIVATE PROPERTY. CLOSED, REFER TO FIGURE 8030.104 FOR 18. CURING SHALL BE DONE IN ACCORDANCE WITH TEMPORARY TRAFFIC CONTROL GUIDANCE. SUDAS STANDARD SPECIFICATIONS SECTION 7010. 5. FOR SHORT-TERM OR MOVING OPERATIONS USING A SINGLE FLAGGER, REFER TO FIGURE 8030.105 FOR TEMPORARY TRAFFIC CONTROL GUIDANCE. 6. FOR CLOSING THE OUTSIDE LANE, OF THE TWO LANES IN ONE DIRECTION, ON A MULTI-LANE STREET, REFER TO FIGURE 8030.110 FOR TEMPORARY TRAFFIC CONTROL GUIDANCE. NOTE THAT THIS ARRANGEMENT REQUIRES ARROW BOARDS. 7. IF A LANE CLOSURE IS NEEDED AT AN INTERSECTION, REFER TO FIGURES 8030.111 OR 8030.112 FOR TEMPORARY TRAFFIC CONTROL GUIDANCE. 8. IF A CROSSWALK IS CLOSED, REFER TO FIGURE 8030.119 FOR TEMPORARY TRAFFIC CONTROL GUIDANCE. v"w h W IO WA CI T Y 2021 SUM ER SIDEWALK REPAIR GENERAL NOTES AND PROJECT DRAWN: JBW FILEL#: NONE ENGINEERING DIVISION TRAFFIC CONTROL NOTES DATE: JUNE 2021 SHEET: C.03 APPENDICES CD • c• 1.1 C) C-) :7(riTi -0 rrl. rNa t=:) CD 2021 Summer Sidewalks Repair Project Page 1 of 23 The following table is the list of repair locations for this project. Summer 2021 Sidewalk Repair Locations Number of Sidewalk House Number Street Name Squares Notes 4" Thick 6" Thick 1007 Bloomington St. 7 1 12 Brookfield Dr 2 1 19 Brookfield Dr 2 - 120 Burlington St E 1 1 522 Burlington St E 1 - 618 Burlington St E 3 - 903 Burlington St E 4 1 8 Clinton St S - 3 54 s.f. 10 Clinton St S - 1 102 Clinton St S - 10 190 s.f. 114 Clinton St S - 3 94 s.f. 224 Clinton St S - 3 8' SW 320 College St E - 2 6'SW 357 College St E - 1 6' S a;, 528 College St E 3 - c-). r 600 College St E 17 - -tea 2 --- 631 College St E - 1 c6 SIP 803 College St E 3 - -q 7' W 806 College St E 2 2 Ca 7_ g t- 831 College St E 17 - s"- a 903 College St E 14 - `✓ 906 College St E 12 - 923 College St E 2 - 1218 College St E 1 - 1222 , College St E 1 1 1416 , College St E 2 - 1422 College St E 2 - 1510 College St E 1 - 1610 College St E 1 - Court St E - 2 8'SW 1125 Davenport St 3 - 10-14 Dodge St N 1 - 420 Dodge St N 5 - 5 Dodge St S 1 - 2021 Summer Sidewalks Repair Project Page 2 of 23 Number of Sidewalk House Number Street Name Squares Notes 4" Thick 6" Thick 106 Dodge St S - 2 108 Dodge St S 6 - 112 Dodge St S 2 - 220 Dubuque St - 7 387 s.f. 2801 Friendship St. 1 - 220 Gilbert St S - 1 8' SW 6 Glendale Ct 9 - 11 Glendale Ct 5 - 22 Glendale Ct 3 - 1504 Glendale Rd 8 - 1508 Glendale Rd 9 - _ 1604 Glendale Rd 17 - 30 Governor St S 7 - 103 Governor St S 9 - 121 Governor St S 1 1 215 Governor St S 2 - `c�J 314 Governor St S ' 5 1 p c_. "Z 328 Governor St S 3 - y 338 Governor St S 1 - �'� c� 11 1125 Hotz Ave 7 - ,,t--- —9. ' ,r", 1138 Hotz Ave 1 - -----• y ,,:,.' r 1146-1150 Hotz Ave 4 _ - PP _ •.,. �M1-, a 1153-1155 Hotz Ave 2 - c— 1158 Hotz Ave 1 - 1159 Hotz Ave 1 - 1176 Hotz Ave 1 - 1181 Hotz Ave 5 - 1184 Hotz Ave 2 - 1192 Hotz Ave • 9 - 127 Iowa Ave - 2 32 s.f. 257 Iowa Ave - 2 33 s.f. 528 Iowa Ave 1 - 530 Iowa Ave 1 - 604 Iowa Ave 8 - 629 Iowa Ave 3 - 703 Iowa Ave 14 - 722 Iowa Ave 5 - 5' SW 2021 Summer Sidewalks Repair Project Page 3 of 23 Number of Sidewalk House Number Street Name Squares Notes 4" Thick 6" Thick 730 Iowa Ave 2 - 5'SW 911 Iowa Ave 2 - 5'SW 415 Jefferson St E 1 - 5'SW 505-515 Jefferson St E 3 - 629 Jefferson St E 9 - 703 Jefferson St E 1 - 717 Jefferson St E 2 - 1161 Jefferson St E - 3 1175 Jefferson St E 5 - 6 Johnson St S 3 1 210-212 Johnson St S 2 - 223 Johnson St S 1 - 226 Johnson St S 1 - 726 Keokuk Ct. 5 - 1937 Keokuk St. 17 1 28 Linn St S - 2 --, 111 s.f ' 108 Linn St S - 1 14 s "` p 200 Linn St S - 2 'r.- .4:9.s. a. 14 Lucas St N 1 - ' 107 Lucas St S 1 - 111 Lucas St S 4 1 ,e. 115 Lucas St S 2 - 37 d 125 Lucas St S 1 - 233 Lucas St S 1 - 1013 Market St E 2 - 1024 Market St E 3 - 2060 Melrose Ave 16 - 18 Montrose Ave 2 - 22 Montrose Ave 3 - 26 Montrose Ave 2 - 30 Montrose Ave 1 - 102 Montrose Ave 3 - 111 Montrose Ave 4 - 115 Montrose Ave 6 - 1825 Morningside Dr. 2 - 1103 Muscatine Ave 2 - 1104 Muscatine Ave 2 - 2021 Summer Sidewalks Repair Project Page 4 of 23 Number of Sidewalk House Number Street Name Squares Notes 4" Thick 6" Thick 1128 Muscatine Ave 1 - 548 Olympic Ct. - 2 15 Parsons Ave 1 - 618 Pepper Dr. 1 - 14 Regal Ln. 6 1025 Rochester Ave 2 1 _ 1130 Rochester Ave 2 - 1409-1411 Rochester Ave 3 - 1503 Rochester Ave 6 - 1509 Rochester Ave 4 1 1523 Rochester Ave 2 - 1527 Rochester Ave 2 - 5 Seventh Ave N 13 - 11 Seventh Ave S 4 - 15 Seventh Ave S 5 - ``' 415 Summit St. S 1 - 533 Summit St. S 4 - 534 Terrace Rd. 6 - ►c--) 'c ; r.--V vW."p e: 18 Van Buren St S 6 - �=�"i"n 22 Van Buren St S - 2 '6f. r9 220 Van Buren St S 7 - 410 Washington St E 1 - 505 Washington St E - 1 8'SW 528 Washington St E - 1 529 Washington St E 2 - 530 Washington St E 2 - 702 Washington St E 1 - 713 Washington St E 1 - 721-731 Washington St E 5 - 802 Washington St E 2 - 805 Washington St E 4 - 828 Washington St E 5 - 922 Washington St E 2 - 924 Washington St E 1 6 1003 Washington St E 3 1 1012 Washington St E 5 - 1024 Washington St E 2 - 2021 Summer Sidewalks Repair Project Page 5 of 23 Number of Sidewalk House Number Street Name Squares Notes 4" Thick 6" Thick 1026 Washington St E 1 - 1125 Washington St E 2 - 1127 Washington St E 2 - 1011 Woodlawn Ave 4 - 1049 Woodlawn Ave 2 - .37 tir+� •a* 2021 Summer Sidewalks Repair Project Page 6 of 23 The following figures from the SUDAS Standard Specifications and Supplemental Specifications are attached for convenient reference. Please review the sections of this Project Manual entitled, SUDAS Standard Specifications, General Supplemental Specifications, and Supplemental Specifications as the figures includes by reference will need to be obtained from the provided referenced websites. SUDAS Standard Specifications and Iowa City Supplemental Specification Figures • Figure 7030.101: Concrete Driveway, Type A • Figure 7030.103: Driveway Grading • Figure 7030.104: Right-of-Way Grading • Figure 7030.201: Classes of Sidewalks • Figure 7030.301: Sidewalk Connection • Figure 8030.101: Temporary Traffic Control General Information • Figure 8030.102: Work off of Pavement with Minor Encroachment onto Traveled Way • Figure 8030.104: Lane Closure on Low Volume Street (Self-Regulating) • Figure 8030.105: Lane Closure for Short-Term or Moving Operations Using a Single Flagger • Figure 8030.110: Lane Closure on Multi-lane Street • Figure 8030.111: Lane Closure at an Intersection • Figure 8030.112: Lane Closure and the Far Side of an Intersection • Figure 8030.117: Sidewalk Detour a • Figure 8030.118: Sidewalk Diversion Cf� c::) � ,an • Figure 8030.119: Closure of Marked or Unmarked Crosswalk ,;an 2021 Summer Sidewalks Repair Project Page 7 of 23 Ai' °peg 'B'joint O1 Driveway radius(R). �.co yy�iie �■■ Residential:10 foot minimum,15 foot Nai \ea maximum. O�e sPeG\f 'E'joint Commercial and industrial:As as j 4 10 , ` © `�. I 4, specified in the contract documents. C'or'E' O 0 O2 Transition the curb height to 0 inches at joint / end of taper/radius or atthe front edge • I of sidewalk. Do not extend raised curb i across sidewalk. Back of curb i 0 ®3 Pavement thickness. Residential:6 inches minimum. 10 C'joint 9 Commercial and industrial:7 inches �oPe'- 3'-0"min minimum. 5'-0"max Refer to GJ ® Sidewalk thickness through driveway to Detail A \, match thickness of driveway. Back of curb DETAIL A 5 Center reinforcingbar verticallyin the (Residential/Agricultural Only) O pavement © Match thickness of adjacent roadway, Drop Curb Heights- 8 inches minimum. TYPE A WITH FLARES © Residential:0"to 2" 0 Curb Commercial/Industrial: 0Provide'E'joint at back of curb unless 11/2"to 3" 'B'joint is specified. ()Sidewalk ‘ A ! 8 For alleys,invert the pavement crown ope ::�ig0� 2%toward center of alley. /41e Driveway 18" 112"I O Og Target cross slope of 1.5%with a -air 'B'joint - 4 _14 II �n- maximum cross slope of 2.0%. If O�\�etalec`‘e 'E'jointAtio ,�O TYPICAL SECTION specified in the contract documents, ass ! O• construct the sidewalk through the a 1 p driveway 5 feet wide to serve as a Q passing space. 0 yo'7/ C'or'E' _ Mr"x�¢�..00 10 If cross slope of adjacent sidewalk panel joint Q Alk exceeds 2.0%,remove and replace to transition from existing sidewalk to 411 sidewalk through driveway. If elevation I change requires a curb ramp,comply with — - 1 Figure 7030.205;verify need for �1 10 , = C joint ` c3 , � is t detectable waming panel with Engineer. ',l , G400Pe°\� " se10j -13Q..#Vvx3s" OR © / . V ., \�" [-j relnf°rCln AlI 3 2020 Edition 4 REVISION o Refer to bTr klaSUDAS 7030.101 a Detail B i g - t��' o f y 0 a{j v4" 1 1'-oMI *++ SHEET 1 of 1 _ Back of v 1'-1. =...4+•` � � = curb , -"' , u rC SUDAS Standard Specifications m t n= --Back of curb 0 —I _ O TYPE A WITH RADII CONCRETE DRIVEWAY,TYPE A �1 DETAIL B 0 10 foot vertical curve required for 5%or 2 greater change in grade. Width Varies j Q , . . P. 0 Slope varies. See contract documents. n 0 Target cross slope of 1.5%with a o maximum cross slope of 2.0%. Existing a _ _ _ _ Ground — — — — — ----__ Line ��%maX' """-' J - • 2% 2% -_ _ - - Driveway Finished Grade y r�- -" Sidewalk®3 - Driveway TYPICAL CUT SECTION c Width Varies ' 1 0 Q Driveway o a_ 2% 2% - - _ _.... -- Sidewalk®�1 '��max. c Existing \ � - - 2f3rladm ,)__iiJ _ I-- _ _ mGround _ --- —J REVISION �n� f L��__ 2 1 10-20.15 \-_- o Line TYPIFSAE IUJSdIrIOt 11111Driveway Al SUDAS 7030.103 W SHEET 1 of 1 _ q �I, ,iE. SUDAS Standard Specifications m _, m --I o DRIVEWAY GRADING 0 Parking Slope: If parking width is less than 10 feet wide,slope at 1/4 inch per foot. Existing If parking width is 10 feet wide and Ground greater,slope at 1/2 inch per foot. Line — ___ — ___ ____ - - - - - ___ _ —\_ _ oundslope - - - -- '1 at top. — — Varies 4 `� 4:1 slope unless J otherwise specified in Round slope at toe. the contract documents. T N 0. O L Parking Width a TYPICAL CUT SECTION a Parking Width c T -c oRound slope Varies Q1 a at top. 4:1 slope unless ;�a �rwise specified in m ` �— i 6 ` �` ," tre�contractdocuments. c / l.t REVISION Round slope o A>SUDAS703404 a Existing — — - f✓ _ — -- _— — — SHEET 1 of 1 Ground w Line .; e t SUDAS Standard Specifications m TYPICAL FILL SECTION` —1..t; -:' R v u 0 RIGHT-OF-WAY GRADING 0 ix 0 Target cross slope of 1.5%with a W maximum cross slope of 2.0%(including See Figure 7030.202 sidewalk through driveway). for Curb Detail fi- 2 Parking Slopes: 1 If parking width is less than 10 feet wide,slope at 1/4 inch per foot. �: Sidewalk , 4"min. If parking width is 10 feet wide and Roadway greater,slope at 1/2 inch per foot. 12"I 18" Special grade may be specified in the contract documents. CI ASS A SIDEWAI K (Sidewalk extends from W= Sidewalk width as specified back of curb to ROW) in the contract documents. 0 cc O O �_ 7Stdewa '.0-0, /,../1. W .1 . Roadway 4'-0"min. j 1'-0"or Greater J CLASS B SIDEWAI K VAMtOt :i3 VM�t01 I� 5,13 A1f3 REVISION m - v F r�7 2 I10-20-15 N CA O iOa 1 4f [lEIL '; I SUDAS 7030.201 / _ W SHEET 1 of 1 — 4'-0"min. w Roadway + �' 4,E _ >} SUDAS Standard Specifications -1 CI ASS C SIDEWAI K - o CLASSES OF SIDEWALKS #4 EPDXY COATED REBAR X 12" © 1 ' ON CENTER EXISTING 4" CONCRETE SIDEWALK NEW 6" CONCRETE SIDEWALK 2" ad • G a a G • a n it DRILL AND EPDXY GROUT REBAR INTO EXISTING CONCRETE CD EXISTING 4" CONCRETE #4 EPDXY COATED ; EB{�R 12".�.© 1' ON CENTER m > -- SIDEWALK NEW 4" CON E SIDDEWAI Kr 2" `:c:�. r:� ae • a d {� d a DRILL AND EPDXY GROUT REBAR 6" INTO EXISTING CONCRETE a E m 0 0 M 0 V Q IS W A CI / Y SIDEWALK CONNECTION FIGURE 7030.301 5 ENGINEERING DIVISION Buffer Space(lateral) — Traffic Space allows It may be necessary to combine two or more examples provides protection for traffic to pass through to adequately address the traffic control needed. I. I. traffic and workers the activity area f Utilize vehicle warning lights(amber,high-intensity rotating,flashing,oscillating,or strobe light)on all shadow and work vehicles. •Vehicle hazard lights may be used to supplement ,y �a 4 warning lights. Do not use hazard lights alone. O g Ia. �` t rs a�� Flags may be used to call attention to the advanced = ra — �k warning signs. - ` �� � closure extends ovemight,utilize channelizing _ ■ =° devices evvicic es with retroreflective sheeting. r, _ • Speed limit refers to the legally established and I. I. I. signed speed limit. Buffer Space Work Space Buffer (longitudinal) -is set aside for Space ``' If an arrow board is used on 2-lane roads,operate Shoulder Taper provides protection workers,equipment, (longitudinal) Downstream only in the caution mode. for traffic and and material storage Taper workers Adjust the position of warning signs and channelizing devices for available sight distance. Advance Warning Area Transition Area Activity Area Do not install temporary traffic control devices tells traffic what to expect ahead moves traffic out -� is where work takes place until work is ready to begin,and remove or cover all of its normal path L Termination Area signs and devices promptly when they are not needed. lets traffic resume The END WORK(G20-2)signs shown on all figures are normal operations optional. Key • •• Distance Between Signs •�. Arrow Board x--N--rt--r--rc Safety Fence • Speed Limit(mph) A 20-25 100 Arrow Board Support MI OMShadow Vehicle 30-40 250 0- or Trailer 45-50 350 ■ Channelizing Device in Siging left)n(shown 55 500 lac Mellilli. Direction of Traffic 1.-,.,,' f>I Type lit Barricade Channelizing DevicelSp 't{g 1 1 10 •irgA Q 1 Merging Taper Lengths for Lane Closure' -n Speed Limit(mph) Taper(ft) Buffer`( _1N`of pace ' Speed Limit Taper Length(L) Number of c V 20 20. 40 f9 C s.40, 4 (mph) (ft) Devices X Drum k\\\I Work Space REVISION m 25 25 50 50 20 80 5 New I REVISION 17+7 c' 30 30 )0 69? ,1. t fE01.i=1(11 ;Gil G 25 125 6 I 8030.101 o U t�0— 35 35 70` `°`� �Ot "°`r a 30 180 _ SUDAS :'{ Flogger __ Work Vehicle 9.,.-' 40 40 80 80 35 245 8 Pedestrian s.I, Vehide Waming Light SHEET 1 of 1 I'a t, _ �.1 channelizing -i"5- (amber,high-mtensrly 45 45 90 90 40 320 9 Device i'"'� rotatingg,flashing, �, I osdnafing,orstrobe 50 50 100 , r.< 10Q __- 45 540 13 SUDAS Standard Specifications = light) 55 55 110"'` w"'-= 110 `` _-_- 50 600 13 m m 55 660 13 'Applies to all Section 8030 figures 'Values shown are fora 12 foot shift. Table does TEMPORARY TRAFFIC CONTROL Om not apply to one-lane,two-way(flagger)tapers GENERAL INFORMATION Use only on minor,low speed(<40 mph)streets. Provide a lane closure for higher speed traffic conditions. Maintain a minimum lane width of 10 feet as measured to the near face of channelizing devices. For ROAD short-term use on low speed,low volume roads without wider heavy commercial vehicles,a minimum lane width .WORK of 9 feet may be used. AHEAD TEN D , Where the opposite shoulder is suitable for carrying ROAD`.WORK` vehicular traffic,lanes may be shifted by using A 1 closely spaced channelizing devices provided the resulting lane widths are at least 10 feet wide. ,t I Additional advanced warning may be appropriate,such �.r as a ROAD NARROWS sign. � y si For short-term work,the taper and channelizing devices may be omitted if a shadow vehicle with�n, activated vehicle warning lights is used. -: Refer to Figure 8030.101 for symbol key and sign ■ � ■ �������� spacing. F I. A -. a L - END—' ROAD WORK ROAD WORK:_• AHEAD w 14 i 13 A11a m aEv... on :Z le c1 01 A 1101 New I,0_,T_,T SUDAS 8030.102 N SHEET 1 of 1 _ ( I `1 '~? SUDAS Standard Specifications m m WORK OFF OF PAVEMENT o WITH MINOR ENCROACHMENT ONTO TRAVELED WAY Refer to Figure 8030.101 for symbol key and sign ROAD spacing. WORK AHEAD'" Alternate 1 END.,! Use of Alternate 1 is restricted to low-speed ROAD WORK I A '1roadways with good sight distance(paved or ,J unpaved)during daylight hours. 10 min. l Traffic may be self-regulating when the work � � k - - space is short and drivers can see the roadway ''*"' r''5 ? E !.' ? 1` t�� beyond. i. Use one or two flaggers when motor vehicle Y- s i .. traffic cannot effectively self-regulate. I. I. 1 A -I- 50'to100' I - ENO '' Buffer Space ROAD WORK ROAD (optional) WORK AHEAD Alternate 1 Alternate 2 Use of Alternate 2 is restricted to roadways where average daily traffic is fewer than 400 vehicles and good sight distance exists. Do not use within 2,500 feet of a similar work site. ONE tAlkE ROAD ROAD + 'WORK : May be used for overnight closures. During AHEAD- AHEAD non-working hours remove materials,equipment, ER° • A---► or stockpiled waste and fill or cover ROADD WORK W1�I A—H excavations. 1 1 1 a s�m :N,4 ii x i/��� r4 A ■.1 '$ 2�''_ :„ _,,..... New�51O 17 17 w II 0Bofferipat G3 (� o II. I. � SUDAS g030.104 A F�A A A I ` (optional) ROADSHEET 1 of 1 ..� ¢o \15' 50'to 100' , ,�0•to 100? a c SUDAS Standard Specifications CO ROAD DLANE R r, , m =° WORK ROAD F F x e U s.- -m-I AHEAD AHEAD �.. To O O TCA I NG FC Alternate2 LANE CLOSURE ON LOW VOLUME �ISTREET(SELF-REGULATING) Use is restricted to roadways where average daily traffic is fewer than 2,000 vehicles per day and good sight distance exists. Use during daylight hours only. Do not park vehicles or equipment on opposite side of work area. ROAD A work vehicle displaying vehicle warning lights may ONE LANE WO RK be substituted for the Type Ill barricade. ROADz AHEAD AHEAD Refer to Figure 8030.101 for symbol key and sign END. spacing. ROAD WORK A I A-1 Flagger Notes: Allow traffic in the open lane to flow freely. Stop the first vehilcle in the closed lane from the flagger position shown,then move toward the m centerline to stop other vehicles. ���������� � A second flagger may be required when the flagger's F L view of approaching traffic in the open lane is less r C I than Ya mile or the work site is in an area of �-A A A �30'to 50' 100'max. END restricted sight distance(such as a No Passing ROAD WORK Zone);and excessive traffic delays and conflicts are encountered. ROAD ONE'LANE WORK ROAD-.? If second flagger is required,refer to Figure 8030.106. 'AHEAD' AHEAD 1313kiVit6A 01 0 00 'Z Ved 0 r4(� 0 111 New )10-17-17 t[I tf SUDAS 8030 105 SHEET 1 of 1 7 + SUDAS Standard Specifications - m LANE CLOSURE FOR SHORT-TERM o OR MOVING OPERATIONS USING A SINGLE FLAGGER ROAD For low speed,low volume,urban streets the WORK LEFT/RIGHT LANE CLOSED AHEAD sign may be AHEAD omitted. A-.I END ROAD WORK Refer to Figure 8030.101 for symbol key and sign l spacing. f ems_ ,,,ir,o,i,4.1*,7,44••:,i ilii;iak.r..f.am:": _;,,,,-,47..75,6„e_ 44,:4„,,r,g",,,,,,tiff:47•31:itIli1/4„TA rw KA,j 4r I. °•••• • : END • I. A A •A I. L- (optional)BufferSpace ROAD WORK • ROAD ' (optional) WORK RIGHT LANE AHEAD -CLOSED AHEAD IN Outside Lane Closure ROAD WORK AHEAD A~1 END ROAD WORK 'I A. d ,,,:4.,::;,1,1qw,,,,,,,,,,7417,V4r,,,,?,-;;„,'",rnvii,;V::17--"'"'"*" -R-VA.. 1,:iA,':.r.V," if _--,—; ,• ,..,,.',1 1,.4 .. 1111.1 ',„4,,,•,,,i if/',•,g,g, J,,,,,r eEt m , ift"Iii ' .- `' `; REVISION �' a, ` 't r M s i New 110-17-n W �� .�3 \ '4 >SUDAS 8030.110 o p I. SHEET 1 of 1 co I. I. Buffer Space �, ��A A A • ' L •° it SUDAS Standard Specifications mROAD c.�.:i _''."`3(optional)«`` --I WORK LEFT LANE_ AHEAD �ttosED. �`. AHEAD LANE CLOSURE ON m Inside Lane Closure MULTI-LANE STREET Place arrow board within the closed lane behind the channelizing devices and as close to the beginning of the taper as practical,while keeping it on the paved surface. If the work area extends across the crosswalk,the crosswalk should be closed using appropriate ;,, information and devices. For traffic signal maintenance,consider using law „ enforcement and/or a shadow vehicle. ROAD For intersection approaches reduced to a single lane, WORK left-turning movements may be prohibited to maintain . -AHEAD' capacity for through motor vehicle traffic. :-.END a ROAD WORK -� 1- A�i Right lane closure shown;for left lane closure, modify sign messages and arrow board. 4° Refer to Figure 8030.101 for symbol key and sign 4e spacing. r �-. t"'- c: 'ate' f xE ,t. 04 -7,', ,, ,,,,77,-, 77',:''', :,',",:,',, l' �' � I. END ,,ii:r -1_ . . . . �� ,ROAD-WORK A A A L ROAD I V '.-WORK RIGHT LANE- I r'. �b AHEAD CLOSED AHEAD- I1�; .zb=: . VAAir01 'Ain V.M01 f fg x. c 13't� 113 a REVISION m SUDAS New Ito-v-n' W I 0 - ; !°' 0 i1 IZII!!!!!!11 8030.111 SHEET 1 of 1 _ i,A__ 4 = SUDAS Standard Specifications m m LANE CLOSURE AT o AN INTERSECTION • If the work area extends across the crosswalk,the • crosswalk should be closed using appropriate information and devices. For traffic signal maintenance,consider using law enforcement and/or a shadow vehicle. y Right lane closure shown;for left lane closure, modify sign messages and arrow board. i ROAD,. END Refer to Figure 8030.101 for symbol key and sign AHEAD . T y I i ROAD WORK ROAD spacing. =WORK 'AHEAD END A ROAD WORK A-1 --r . �� _x��" is , s,M1. .� am�K — 'y I. I. I. ��i���.:i ,-'-END 1-�A I A �,_ ROAD WORK 4 sH a ''''!Iiii ry ROAD LANE END,„ z c 7 4` ' WORK MERGE:;; y c. m I AHEAD LEFT ROAD � s i WORK .. f�*}('� iq/, �' ' AHEAD 11V1 `,Fk_.:: `CEND•J iT`t%�1 � ftJ 1tiC33-1ieD� or:.). • Cra..e a�.i • '� tt {pn till/ Itilii REVISION 0 0I • 'V 0 i -t2 � �GU _ New I10-17-17 SUDAS g030.112 N SHEET 1 of 1 _ 0 eag .s=ti;. SUDAS Standard Specifications m m o LANE n SIDE OFCLOSURE AN INTEON RSECTIONTHEFAR Use when crosswalks,sidewalks,or other pedestrian facilities are closed or relocated. Ensure temporary facilities are detectable and include accessibility features consistent with the features present in the existing pedestrian facility. Signs such as KEEP RIGHT(LEFT)may be placed to guide or direct pedestrians. Provide continuous barriers or fencing complying with Ethe requirements of PROWAG to secure work areas from pedestrians. €� ;. When required in the contract documents,provide 3 _ auxiliary lighting or audible Information devices to = � ��` assist pedestrians with visual disabilities. — .x $c Only the temporary traffic control devices related to pedestrians are shown. Other devices related to a� E control of vehicular traffic may be necessary. `r o ,� 4� . " 3 a �� Refer to Figure 8030.101 for symbol key and sign - �� 7'1 - ¥ y o a � P spacing. s ,-+ .em s s s -z �>. s* , , v s r Rp 7//,_ , ,-„atal, ,,,.,,, _ r 4, [ furn cn m r 0 f- 3 0 .. ti wo ter v -05 ,* C!Mi01 `:lf� VMOl z . 31Ci ,1i7 REVISION New 110.17.17 xm "Zr L F f�� tioz a 4;II SUDAS 8030.117 V SHEET 1 of 1 • m 3fr SUDAS Standard Specifications �_? a::9 u L . m —1 SIDEWALK DETOUR o T Use when crosswalks,sidewalks,or other pedestrian facilities are closed or relocated. Ensure temporary facilities are detectable and include accessibility features consistent with the features present in the existing pedestrian facility. Provide continuous barriers or fencing complying with ,, the requirements of PROWAG to secure work areas % from pedestrians. is - ;'- ADA Compliant- ;, � Channelizing Where pedestrians are diverted onto high-speed ";' Device roadways,provide a temporary traffic barrier and,if specified in the contract documents,a crash cushion, AAA A¢ totra seffic.parate the temporary sidewalk from vehicular K � � ?, f 48 min / ,,U-'G When re wired in the contract documents.Provide ' - - ? , �� assist I htri or audible information devices to ' `, , t assist pedestrians with visual disabilities. G i• , .. l 4 E Only the temporary traffic control devices related to i i' ;," g � t ,4 pontrol ans are shown. Other devices related to 4. ® M, d > ��� � �' control of vehicular traffic may be necessary. �� ,�_ • � r � o �„ � �� ' , °`; """"""" "�` � �� - 4 4 Refer to Figure 8030.101 far symbol key and sign t 3 r a- r A . 'a; '--r"E r�`_, µpi4 v., �' , ,vir' , mae --.';:- - :', I,-- 4144U-'4+"' '714,,7:744,,'',.,:c 4i Ail,0-i,-;,-rt.:W-',52iLe42:1-14 7:At-,,,, .4,-, 11,,,-- ';.::-,,g1,1 fi:',;!- -:,''::'. ,.',-:.,:;:,.,.":.::',0411' , kl V,:i :fly:,, ',,.., '-`,3,noth r';17-i-i'F-': '!':-A-i,. :'-4" ILL71 ':gPA&''; ' 4- -:!--2-f- rii: , - ,,,..1*--.„,1,-/- ---\-r,!-,f.::: ,„,, Iih: -,,i- ( ',t ;t, .r r , ` E '° a 'p i Temporary c f " circulation path 9 Temporary ROAD. _ =a',. • WORK Curb Ramp AHEAD , vMO1 `A.l.I0 VM01' )48313 A113 X d m co w REVISION New 110-17-17 1 a = I 0 1 till 1101z,j_ii SUDAS 8030.118 ' W _ _ SHEET 1 of 1 _ � SUDAS Standard Specifications m m -I o SIDEWALK DIVERSION m Use when work activities close crosswalk or reduce width to less than 4 feet. Ensure temporary facilities are detectable and include accessibility features consistent with the features present in the existing pedestrian facility. When required in the contract documents,provide auxiliary lighting or audible information devices to i assist pedestrians with visual disabilities. SIDEWALK CLOSED ; 4� - Refer to Figure 8030.101 for symbol key and sign CROSS HERE '- spacing- 1f iJ A `.,„:,,:k.:,,: „Ic '' ; .,-'-..,..:.','_,':,,,';':.,,--',• ',I'''':,',,',,tp1$4' ''14'1','':t 4'''f-•e-: 'r,:.'':7";i.';'';',. ,yaAF °z 3 ''''!:-----.ret."4"''''::-Pki';'''''" - .,.--"f:-..".''':',F1L--1171'..c:411:24, '; ' '' z,,,'..'.",2;,,41:',. ;1:1V-4-,-:-.-',..,.,„vg,;,',q ,:.1 .';,',177 7,,i, -:1 ,,- -,,,-,:',:if-,r 0,,,,,,Altii,-, ,,,--4,;-am't.t.,,.'7'''''-"" .-:,i.."-, ,V / ,,,..4",;i'or,im,;..4i-',,,I,i'V..",:-';.'& :6'4- '1,";":',;. '.:,",:," '',"J t,.� V.a" -.mac- = —A 50'to 100' 50' ROAD SIDEWALK CLOSED ,gt f WORK �;' °AHEAD` p$�� ` — , c s" 13 3;.1 . la m • ty aEvisio Co tt"}� 3bU I New 110-17-17 t i- � . �-tief ►! tj CO _ SUDAS 8030.119 �p SHEET 1 of 1 cn :u. • SUDAS Standard Specifications _— m m —I o C UNMARKEDLOSUREOF CROSSWALKMARKEDOR 1 r i fla itirm Air 10 June 2021 CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street City Clerk's Office Iowa City, Iowa 52240-1826 410 East Washington Street (319) 356-5000 Iowa City, Iowa, 52240 (319) 356-5009 FAX www.icgov.org Subject: Opinion of Estimated Construction Cost for the 2021 Summer Sidewalks Repair Project Dear City Clerk, The engineer's opinion of estimated construction costs for the upcoming 2021 Summer Sidewalks Repair Project is $100,000. Sincerely, oK: Marri VanDyke Civil Engineer -- :� , Cil a> Prepared by:Kim Sandberg,Engineering Division,410 E.Washington St,Iowa City,IA 52240,(319)356=5139 Resolution No. 21-169 Resolution setting a public hearing on July 6, 2021 on project manual :and estimate of: cost for the construction of: the: 2021: : Summer Sidewalks Repair 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 Sidewalk Operations account#22710220: Now, therefore, be it resolved by the Council of the City of Iowa City,.Iowa, that 1 A:public hearing on the project manual..and estimate of cost for the construction of the. above-mentioned:project is to be held..on the 6th day of July, 2021-, at:6:00 p.m. in the Assembly. Room at The Center, 28 S Linn Street, Iowa City, Iowa, -or if said meeting is cancelled,at the:next meeting of the City.Council thereafter as posted by the City Clerk: 2. : ' If. City:Council does not' meet in"person due to the health and safety: concerns from ' COVID-19; the council meeting Meeting will be an electronic the Zoom Meetings.: g using the 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 . 15 th day of . ..Tune ,2021 M or . I Approved.by 7,/,...„._.....__, Attest: City lark . City Attorn 's Office (Sara Greenwood Hektoen 06/08/2021) It was moved'by Salih and seconded by Taylor the Resolution be adopted, and upon roll call there-were: . . Ayes:. Nays:. Absent::. x ... Bergus. x Mims Salih x Taylor. x. . Teague x Thomas x Weiner':: . _ ..„. , . .. _ I .. , . ... efr ",, ., _... 70-i ‘0,4,--,,, . k mda iC. PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST This is not an invoice IOWA CITY IA 522401825 #of Affidavits) AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha an advertisement, a printed copy of which is attached as Exhibit"A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0004784985 6/21/21 06/21/2021 $44.48 Copy of Advertisement Exhibit"A" 141-(_. C)/ 124.( b Subscribed nd sworn to before me by sai affi t this 21 day of June. 2021 i s Y ___ Notary Public Commission expires KATHLEEN ALLEN Notary Public • State of Wisconsin 0110 NOTICE OF PUBLIC HEARINGNOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2021 SUMMER SIDEWALKS REPAIR 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 2021 Summer Sidewalks Repair in said city at 6:00 p.m. on the 6th day of July, 2021, said meeting to be held in the Assembly Room at The Center, 28 S. Linn Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. If City Council does not meet in person due to the health and safety concerns from COVID-19,the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. This proiect includes removal and replacement of sidewalk panels throughout Iowa City as part of the City's Sidewalk Inspection Repair Program. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any Interested persons. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at(319) 356-5043 or emailing kel lie-fruehling@lowa-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. Kellie K.Fruehling,City Clerk Prepared by:Kim Sandberg,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5139 Resolution No. 21-193 Resolution approving project manual and estimate of cost for the construction of the 2021 Summer Sidewalk Repair 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 Sidewalk Operations account#22710220 Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 20th day of July, 2021. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, at 6:00 p.m. on the 27th day of July, 2021, or at a special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at 319/356-5043. 5. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at(319) 356-5043. • Resolution No. 21-193 Page 2 Passed and approved this 6th day of July , 20 21 . Ma Approved y Attest: G City lerk City Attorn s Office (Sara Greenwood Hektoen-06/30/2021) It was moved by Mims and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner A2o I . IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS 2021 Summer Sidewalk Repair Project Classified ID: 133271 A printed copy of which is attached and made part of this certificate, provided on 07/07/2021 to be posted on the Iowa League of Cities' Internet site on the following date: July 8 , 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 7/7/2021 CUL_ Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS 2021 SUMMER SIDEWALKS REPAIR PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 20th day of July 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid"for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at(319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 27th day of July, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at(319)356-5043. The Project will involve the following Removal and replacement of the existing sidewalk marked for repair as part of the City's Sidewalk Inspection Repair Program. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. 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( iowa-citv.orq. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City(in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed,the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as 2021 Summer Sidewalks Repair Project Page 1 of 23 the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent(100%)of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 16, 2021 Final Completion Date: , October 29, 2021 Liquidated Damages: $50 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll-Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor,to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 2021 Summer Sidewalks Repair Project Page 2 of 23 • Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday,July 8, 2021 9:33 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 07.08.21 Notice To Bidders.pdf RISK Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath,states that The Construction Update Plan Room Network("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa,with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned,the duly qualified and acting President/CEO of the CU Network,and that as such President/CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City-Glendale Park Improvements Iowa City- Petsel Place Storm Sewer Improvements hwa =i%K -2 -urrimer pidewags pe air 6.L ect A printed copy of which is attached and made part of this certificate,to be posted in the Construction Update Network Plan Room,a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation,on the following date(s): July 8,2021 J I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. CLt KAw July 8, 2021 Date President/CEO of The Construction Update Plan Room Network Cindy Adams—Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street—Des Moines, Iowa 50309 (D)515.402-9858(0)515-288-7339 (e) cuhelp@MBI.Build (w) https://MBI.Build 1 DAILY NOTICE TO BIDDERS construction Cl update • 0100 NOTICE TO BIDDERS 2021 SUMMER SIDEWALKS REPAIR PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 20'h day of July 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid"for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. If the bid opening is not conducted in person due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at(319) 356-5140. Proposals will be acted upon by the City Council at a meeting to be held in the Assembly Room at The Center, 28 S. Linn Street at 6:00 P.M. on the 27th day of July, 2021, or at special meeting called for that purpose. If City Council does not meet in person due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.orq/councildocs or telephone the City Clerk at(319) 356-5043. The Project will involve the following Removal and replacement of the existing sidewalk marked for repair as part of the City's Sidewalk Inspection Repair Program. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. 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( iowa-citv.orq. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City(in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed,the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as 2021 Summer Sidewalks Repair Project Page 1 of 23 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°/a)of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 16, 2021 Final Completion Date: October 29, 2021 Liquidated Damages: $50 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319)354-5950, Fax: (319) 354- 8973, Toll-Free: (800)779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at(515)239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor,to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 2021 Summer Sidewalks Repair Project Page 2 of 23 /] 1 Prepared by:Kim Sandberg,Engineering Division,410 E.Washington St.,Iowa City,IA 52240(319)356-5139 Resolution No. 21-204 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2021 Summer Sidewalk Repair Project. Whereas, Feldman Concrete of Dyersville, Iowa, has submitted the lowest responsible bid of $88,965.00 for construction of the above-named project; and Whereas, funds for this project are available in the Sidewalk Operations account#22710220; 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 Feldman Concrete of Dyersville, Iowa, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 27 th day of July , 2021 Ma �} Approved by / f Attest : ( 1L.0� City Clerk City Att ney's Office-07/22/2021 It was moved by Taylor an 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 IQ Jo Prepared by: Kim Sandberg,Public Works,410 E.Washington St.,Iowa City,IA 52240(319)356-5139 Resolution No. 22-95 Resolution accepting the work for the 2021 Summer Sidewalk Repair Project Whereas, the Engineering Division has recommended that the work for construction of the 2021 Summer Sidewalk Repair Project, as included in a contract between the City of Iowa City and Feldman Concrete of Dyersville, Iowa, dated August 13, 2021, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in account#22710220; and Whereas, the final contract price is$78,776.15. 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 19th day of April , 2022 Q Approved by n Attest: l/ City lerk City Attome s Office (Liz Craig -04/12/2022) It was moved by Weiner and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter X _ Bergus —X— Harmsen X TayIor X Teague x Thomas x Weiner Item Number: 6.b. r CITY OF IOWA CITY COUNCIL A REPORT April 19, 2022 Resolution accepting the work for the 2021 Summer Sidewalk Repair Project. Prepared By: Kim Sandberg, Program Assistant Reviewed By: Jason Havel, City Engineer Ron Knoche, Public Works Director Geoff Fruin, City Manager Fiscal Impact: None Recommendations: Staff:Approval Commission: N/A Attachments: Engineer's Report Resolution Executive Summary: The project has been completed by Feldman Concrete of Dyersville, Iowa, in substantial accordance with the plans and specifications. The Engineer's Report and Performance and Payment bonds are on file with the City Clerk. • Project Estimated Cost: $100,000.00 • Project Bid Received: $88,965.00 • Project Actual Cost: $77,926.15 There were two (2) change orders on the project, including additional grading work and the assessment of liquidated damages. Background/Analysis: This annual project included the removal and replacement of deficient sidewalk squares as part of the City's Sidewalk Inspection Program. ATTACHMENTS: Description Engineer's Report Resolution E r 1 ® I CITY OF IOWA CITY 410 East Washington Street Iowa City,Iowa 52240- 1826 (319)356 -5000 (319)356 -5009 FAX www.icgov.org ENGINEER'S REPORT April 5, 2022 City Council Iowa City, Iowa Re: 2021 Summer Sidewalk Repair Project Dear City Council: I hereby certify that the 2021 Summer Sidewalk Repair Project has been completed by Feldman Concrete of Dyersville, Iowa in substantial accordance with the plans and specifications completed by the City of Iowa City. The project was bid as a unit price contract and the final contract price is $77,926.15. There was a total of two (2) change or extra work orders for the project: 1. Liquidated Damages ($ 1,100.00) 2. Regrade Parkway $ 250.00 Total ($850.00) I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer