Loading...
HomeMy WebLinkAboutEASTWOOD DR & SOUTHLAWN DR INTERSECTION IMPROVEMENT PROJECT EASTWOOD DR & SOUTHLAWN DR INTERSECTION IMPROVEMENT PROJECT 15-Apr-2022 Plans, Specs, Project Manual, Estimate of Cost 19-Apr-2022 Res. 22-101 Setting a Public Hearing 03-May-2022 Res 22-119,Approving project manual and estimate of cost 05-May-2022 Notice to Bidders 06-June-2022 Res. 22-147,Awarding Contract (All American Concrete Inc.) 21-June-2022 Contract/Agreement 30-Nov-2022 Engineer's Report 06-Dec-2022 Res 22-297, accepting the work 09-Dec-2022 Performance, Payment, and Maintenance Bond I At 411111.111011 pandow461 .7 04 CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT PROJECT IOWA CITY, IOWA APRIL 19, 2022 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. ALIN DUMACHI Date License Number: P26923 My license renewal date is December 31, 20 22 Pages or sheets covered by this seal: Entire Bound Document Eastwood Drive And Southlawn Drive Intersection Improvement Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS Eastwood Drive And Southlawn Drive Intersection Improvement Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of May 2022. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 6th day of June, 2022, or at special meeting called for that purpose. The Project will involve the installation of approximately 101 linear feet of storm sewer pipe and associated structures, approximately 343 square yards of pavement replacement, approximately 156 linear feet of trenched water main, approximately 106 square yards of sidewalk replacement and associated landscape restoration and is located at the intersection of Eastwood Drive and Southlawn Drive in Iowa City, Iowa, 52245. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa 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. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent(100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. Eastwood Drive And Southlawn Drive Intersection Improvement Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: June 20th, 2022 Substantial Completion Date: August 19th,2022 Final Completion Date: September 30th,2022 Liquidated Damages: $250 per day Project will be considered substantially complete when all work is completed with the exception of minor punch list items (e.g. clean-up, seeding). Street and sidewalk improvement shall be completed and fully open to vehicle and pedestrian traffic. 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 Eastwood Drive And Southlawn Drive Intersection Improvement Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT 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 Eastwood Drive And Southlawn Drive Intersection Improvement in said city at 6:00 p.m. on the 3rd day of May, 2022, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. The Project will involve the installation of approximately 101 linear feet of storm sewer pipe and associated structures, approximately 343 square yards of pavement replacement, approximately 156 linear feet of trenched water main, approximately 106 square yards of sidewalk replacement and associated landscape restoration and is located at the intersection of Eastwood Drive and Southlawn Drive in Iowa City, Iowa, 52245. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk Eastwood Drive And Southlawn Drive Intersection Improvement Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS Eastwood Drive and Southlawn Drive Intersection Improvement PROJECT 1. Optional Pre-Bid Meeting: a. Time, Date, and Location: May 12th, 2022 at 3:00PM Engineering Conference Room 410 East Washington Street Iowa City, Iowa 52240 2. Bid Submittals: a. Time, Date and Location: May 24th, 2022 at 3:00PM 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. 3. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.iowa.qov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. c. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, fora complete description of the bid security requirements. 5. Progress and Schedule: a. Contract Times: , Specified Start Date: June 20th, 2022 Substantial Completion Date: August 19th,2022 Final Completion Date: September 30th,2022 Liquidated Damages: $250 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 Eastwood Drive And Southlawn Drive Intersection Improvement Project 0200 — Page 1 of 3 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. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four(4)days prior to award three(3)references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past 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. 12. Contract Documentation: a. The Contractor must demonstrate an active subscription to Doc Express (program by Info Tech, Inc.) is maintained. Doc Express will be used to process documentation, including, but not limited to, contract documents, change orders, shop drawings, certificates, equipment lists, progress payments, and other Eastwood Drive And Southlawn Drive Intersection Improvement Project 0200— Page 2 of 3 electronic submittals. 7 Eastwood Drive And Southlawn Drive Intersection Improvement Project 0200 — Page 3 of 3 INSERT IN ENVELOPE 2 0400 PROPOSAL EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT 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 addendtam. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , _ , and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Eastwood Drive And Southlawn Drive Intersection Improvement Project 0400 — Page 1 of 5 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 2010-108-D-3 Off-Site Topsoil, 6" CY 28 2 2010-108-G-0 Subgrade Preparation, 12" SY 380 3 2010-108-1-0 Modified Subbase, 6" SY 380 2010-108-J-3 4 Abandon Existing Water Main In Place LS 1 4020-108-A-1 5 Storm Sewer, Trenched, RCP, Class III, 15" Dia. LF 101 4020-108-D-0 6 Removal of Storm Sewer, Less than 36" Dia. LF 88 4040-108-A-0 7 Subdrain, Type 1-B, Longitudinal HDPE, 6" Dia. LF 155 4040-108-C-0 8 Subdrain Cleanout, Type A-1, 6" Dia. EA 2 9 5010-108-A-0 Water Main, Trenched, PVC, 8" LF 156 10 5010-108-C-0 Fittings, DIP, 8" LBS 1670 5010-108-D-0 11 Water Service Stub, Type K Copper, Trenched, 1" EA 1 12 5020-108-A-0 Valve, MJ, 8" EA 5 13 5020-108-C-0 Fire Hydrant Assembly EA 1 5020-108-1-0 14 Fire Hydrant Assembly Removal, Salvage to City EA 1 6010-108-B-0 15 Double Open-throat Curb Intake, Small Box SW-509 EA 4 16 6010-108-B-0 Circular Area Intake, SW-512 EA 1 17 6010-108-H-0 Removal of Storm Sewer Intake EA 3 7010-108-A-0 18 PCC Pavement, 8" with Integral Curb, CSUD Mix SY 343 19 7010-108-L-0 Pavement Removal SY 340 Eastwood Drive And Southlawn Drive Intersection Improvement Project 0400 — Page 2 of 5 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 7030-108-A-0 20 Removal of PCC Sidewalk or Driveway SY 119 21 7030-108-E-0 Sidewalk, PCC, 4", CSUD Mix SY 77 22 7030-108-E-0 Curb Ramp, PCC, 6", CSUD Mix SY 29 23 7030-108-G-0 Detectable Warning SF 40 7030-108-H-1 24 Driveway, Paved, PCC, 6", CSUD Mix SY 24 25 8030-108-A-0 Temporary Traffic Control LS 1 26 9020-108-A-0 Sod SY 164 27 11,020-108-A Mobilization LS 1 28 11,050-108-A Concrete Washout LS 1 TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Eastwood Drive And Southlawn Drive Intersection Improvement Project 0400— Page 3 of 5 INSERT IN ENVELOPE 2 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. rvw Eastwood Drive And Southlawn Drive Intersection Improvement Project 0400— Page 4 of 5 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Eastwood Drive And Southlawn Drive Intersection Improvement Project 0400— Page 5 of 5 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A 0 Yes ❑No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized,please review the Worksheet:Authorization to Transact Business). ❑Yes 0 No My company has an office to transact business in Iowa. ❑Yes 0 No My company's office in Iowa is suitable for more than receiving mail,telephone calls,and e-mail. ❑Yes 0 No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑Yes 0 No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered"Yes"for each question above,your company qualifies as a resident bidder.Please complete Parts B and D of this form. If you answered"No"to one or more questions above,your company is a non-resident bidder.Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: You may attach additional sheet(s)if To be completed by non-resident bidders r" 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 residdnts? -®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: Eastwood Drive And Southlawn Drive Intersection Improvement Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 1 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. El Yes El No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes El No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. El Yes ❑ No My business is a limited partnership or limited liability limited partnership.,which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate-of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. Eastwood Drive And Southlawn Drive Intersection Improvement Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT 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 Eastwood Drive And Southlawn Drive Intersection Improvement Project. NOW, THEREFORE, = , (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of , A.D., 20_ (Seal) Witness Principal By: (Title) (Seal) Surety By: Witness (Attorney-in-fact) Eastwood Drive And Southlawn Drive Intersection Improvement Project 0410— Page 1 of 2 INSERT IN ENVELOPE 1 Attach Power-of-Attorney, if applicable •• • Eastwood Drive And Southlawn Drive Intersection Improvement Project 0410 — Page 2 of 2 0500 CONTRACT EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT 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 19th day of April, 2022, for the Eastwood Drive And Southlawn Drive Intersection Improvement ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti- Discrimination Requirements)Assurance, if applicable, pursuant to Section 0200, attached hereto; and c. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Eastwood Drive And Southlawn Drive Intersection Improvement 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 P^J a s Cal Z DATED this day of , 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official Printed Name of Contractor Officer Title of Contractor Officer ATTEST: ATTEST: By: By: City Clerk(for Formal Projects only) (Company Official) APPROVED BY: City Attorney's Office Eastwood Drive And Southlawn Drive Intersection Improvement Project 0500— Page 2 of 2 NJ a 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 71 EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION , IMPROVEMENT PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, , as Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project will involve the installation of approximately 101 linear feet of storm sewer pipe and associated structures, approximately 343 square yards of pavement replacement, approximately 156 linear feet of trenched water main, approximately 106 square yards of sidewalk replacement and associated landscape restoration and is located at the intersection of Eastwood Drive and Southlawn Drive in Iowa City, Iowa, 52245. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, Eastwood Drive And Southlawn Drive Intersection Improvement Project 0510 — Page 1 of 5 lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and - C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense"would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in Eastwood Drive And Southlawn Drive Intersection Improvement Project 0510 — Page 2 of 5 had the Contract been performed in the first instance as required. M1� e c Eastwood Drive And Southlawn Drive Intersection Improvement Project 0510 — Page 3 of 5 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. ;,. t y d Eastwood Drive And Southlawn Drive Intersection Improvement Project 0510 — Page 4 of 5 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. •J Cl ` w ... rwpy • A tee. +. • �( CO Eastwood Drive And Southlawn Drive Intersection Improvement Project 0510 — Page 5 of 5 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 bs-afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of$25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. Eastwood Drive And Southlawn Drive Intersection Improvement Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations(see generally 29 U.S.C. § 1608 et seq.)and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code Eastwood Drive And Southlawn Drive Intersection Improvement 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 • 1/40 w*t Eastwood Drive And Southlawn Drive Intersection Improvement Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself"Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased Eastwood Drive And Southlawn Drive Intersection Improvement Project 0520 — Page 4 of 6 and subjective judgments in personal interviews can be a major source of 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. � c • U.C) Eastwood Drive And Southlawn Drive Intersection Improvement Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity(EEO)officer or legal counsel to formulate a policy which specifically meets the needs of your company. Eastwood Drive And Southlawn Drive Intersection Improvement Project 0520— Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity(including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance,which governs the payment of wages,for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter"Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of$25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law."- II. Exceptions. The Wage Theft Policy does not apply to emergency purchases.of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or:contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five(5) year period prior to the award or at any time after the award, such violation shall 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); Eastwood Drive And Southlawn Drive Intersection Improvement 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. Eastwood Drive And Southlawn Drive Intersection Improvement 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 Eastwood Drive And Southlawn Drive Intersection Improvement 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.org/manuals/specifications-manuaI/. 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/. - Eastwood Drive And Southlawn Drive Intersection Improvement Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.orq/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. 4' w.y✓ 'J Y k.[1 Eastwood Drive And Southlawn Drive Intersection Improvement Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2022 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.orq/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. ,.w - D Eastwood Drive And Southlawn Drive Intersection Improvement 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. Eastwood Drive And Southlawn Drive Intersection Improvement Project Page 1 of 1 PLANS • 0 Eastwood Drive And Southlawn Drive Intersection Improvement Project Page 1 of 1 ENGINEER'S ESTIMATE April 19th, 2022 City Clerk City of Iowa City, Iowa Re: Eastwood Drive and Southlawn Drive Intersection Improvement Project Dear City Clerk: The estimated cos of construction for this project is $225,000. Sincerely, Alin Dumachi, PE Senior Engineer Prepared by:Alin Dumachi,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5143 Resolution No. 22-101 Resolution setting a public hearing on May 3, 2022 on project manual and estimate of cost for the construction of the Eastwood Drive and South Lawn Drive Intersection Improvement Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Annual Storm Water Improvements account #M3631. 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 3rd day of May, 2022, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four(4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 19th day of April , 2022 1 /-"Sfr^A-- / Approved by l [ • / Attest: G L City Clerk City Attorney' ffice (Sara Greenwood Hektoen — 04/12/2022) It was moved by we;nar and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter x Bergus x Harmsen x Taylor x Teague x Thomas x Weiner Prepared by:Alin Dumachi,Engineering Division,410 E.Washington St.,Iowa City, IA 52240,(319)356-5143 Resolution No. 22-119 Resolution approving project manual and estimate of cost for the construction of the Eastwood Drive and South Lawn Drive Intersection Improvement Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above- named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Annual Storm Water Improvements account #M3631. 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 24th day of May, 2022. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 6:00 p.m. on the 6th day of June, 2022, or at a special meeting called for that purpose. Passed and approved this 3rd day of May , 2022 r 411 . , Ma,gj Approved by / Attest: I�., .( LL -- LCC. ,:c G City Clerk � City Attorne s Office (Liz Craig — 04/25/22) Resolution No. 22_119 Page 9 It was moved by Weiner and seconded by Alter the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter x Bergus x Harmsen Taylor x Teague x x Thomas x Weiner Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, May 5, 2022 9:44 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 05.05.22 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—2022 Rochester Avenue Reconstruction Project Iowa City—2022 Water Pavement Pathing Project Iowa City— Eastwood Drive And Southlawn Drive Intersection Improvement Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): May 5, 2022 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. Cat Lt - May 5, 2022 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 update 0100 NOTICE TO BIDDERS EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of May 2022. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 6th day of June, 2022, or at special meeting called for that purpose. The Project will involve the installation of approximately 101 linear feet of storm sewer pipe and associated structures, approximately 343 square yards of pavement replacement, approximately 156 linear feet of trenched water main, approximately 106 square yards of sidewalk replacement and associated landscape restoration and is located at the intersection of Eastwood Drive and Southlawn Drive in Iowa City, Iowa, 52245. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa 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. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed,the required Performance, Payment,and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment,and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City. and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 201h, 2022 Substantial Completion Date: August 19`h,2022 Final Completion Date: September 3r,2022 Liquidated Damages: $250 per day Project will be considered substantially complete when all work is completed with the exception of minor punch list items (e.g. clean-up, seeding). Street and sidewalk improvement shall be completed and fully open to vehicle and pedestrian traffic. 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 GJ IOWA LEAGUE Of CITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Eastwood Drive and Southlawn Drive Intersection Improvement Project Classified ID: 111651758165 A printed copy of which is attached and made part of this certificate, provided on 05/05/2022 to be posted on the Iowa League of Cities internet site on the following date: 2022-05-05 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 05/05/2022 (..A) Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of May 2022. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 6th day of June, 2022, or at special meeting called for that purpose. The Project will involve the installation of approximately 101 linear feet of storm sewer pipe and associated structures, approximately 343 square yards of pavement replacement, approximately 156 linear feet of trenched water main, approximately 106 square yards of sidewalk replacement and associated landscape restoration and is located at the intersection of Eastwood Drive and Southlawn Drive in Iowa City, Iowa, 52245. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa 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. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed,the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: June 20th, 2022 Substantial Completion Date: August 19`h,2022 Final Completion Date: September 30',2022 Liquidated Damages: $250 per day Project will be considered substantially complete when all work is completed with the exception of minor punch list items (e.g. clean-up, seeding). Street and sidewalk improvement shall be completed and fully open to vehicle and pedestrian traffic. 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 Prepared by:Alin Dumachi,Engineering Division,410 E.Washington St.,Iowa City, IA 52240(319)356-5143 Resolution No. 22-147 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Eastwood Drive and South Lawn Drive Intersection Improvement Project Whereas, All American Concrete, Inc. of West Liberty, Iowa, has submitted the lowest responsible bid of$239,842.00 for construction of the above-named project; and Whereas, funds for this project are available in the Annual Storm Water Improvements account #M3631; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to All American Concrete, Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 6th day of June , 2022 MaicTOA"-C-Q-- � ) f Approved by /, Attest : 1� t .t,. 0 City Clerk City Attorne s Office (Sara Greenwood-Hektoen - 06/02/2022) It was moved by Bergus and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter x Bergus X Harmsen x Taylor x Teague X Thomas X Weiner 0500 CONTRACT EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and All American Concrete, Inc. ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 19th day of April, 2022, for the Eastwood Drive And Southlawn Drive Intersection Improvement ("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 $239,842.00, which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti- Discrimination Requirements)Assurance, if applicable, pursuant to Section 0200, attached hereto; and c. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. 77-1 ti LQ 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 Stevens Erosion Control Erosion Control $3,300 Spencer Construction Utilities $105,000 DATED this /5+ day of V , 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor B / By: v: Signature of City Official Signature of Contractor Officer 11(1/ U D el. 1 t ✓111 6 Printed Name of-City Official Printed Name of Contractor Officer ce 14)reS _e Title of Contractor Officer ATTEST: ATTEST: � L B By: l � City Clerk (for Formal rojects only) (Company Official) AP"ROVED BY: City Attorneys Office ( / 7 /x r INSERT IN ENVELOPE 1 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 t 1.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). I .Yes 0 No My company has an office to transact business in Iowa. fg Yes ❑No My company's office in Iowa is suitable for more than receiving mail,telephone calls,and e-mail. Vi-,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. b Yes ❑No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered"Yes"for each question above,your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered"No"to one or more questions above,your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: ID* to 6-eef.t4-- Address: 1 (1 r t ' 4' City, State,Zip Code: 145�- /y� J 0277< (mm/dd/yyyy) / Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: You may attach additional sheet(s) if needed To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: ' fV r 2. Does your company's home state or foreign country offer preference to bidders who are residents? II Yes { 1.1 No 3. If you answered"Yes"to question 2, identify each preference offered by your company's home state ortoreign 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: / ' /1 iq IMe�I�arl iU�lCre` e C .Signature: ---- Date: 65/01 V// O)) Eastwood Drive And Southlawn Drive Intersection Improvement Project 0405 — Page 1 of 2 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of$25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. • IN) � „d cry 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? S 5+64:1-e 0t on a LA, a rnl I oy e e a p p I i ceef 6V1 ftswel an of a n e.vv p I o err1- a 4 ve.rfi's W e d o . The above responses are true and correctly reflect our Equal Employment Opportunity policies. Ail AmeA4c,c,,r, Conuc e =nC 3 Business Name Phone Number 9DAA, Vitt ?1d9 '1+ Signature Title d ci; m y r) G 13 - a � Print Name Date r ) 01 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? dcriC € a'i,l errlpIoye bireA.IC re. orn • 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) JO i SI rn 0 n 3 iq - Co2-1 - /a2 4gq 4011W- y Phone Number Street dress W Lib ,TA :527 City, State, p Code e.; Estimating Main Office 319.627.2226 Phone 319.627.2221 Phone 319.627.7235 Fax om Cn �r�� � I r' 319.627.2227 Fax office aaconcreteinc c V \,i j 1489 Highway 6 West Liberty, IA 52776 EQUAL EMPLOYMENT OPPORTUNITY POLICY Updated 7/22/2010 To All Employees of All American Concrete, Inc. A. Operating Statement It is the policy of All American Concrete, Inc. to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, color, national origin, age, disability, creed, gender identity, marital status or any other classification protected by federal, state, or local laws. Such action shall include: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre apprenticeship, and/or on job training. 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 All American Concrete, Inc. is: Name: Jodi Simon Address: 1489 Highway 6 West Liberty, Iowa 52776 Telephone Number: 319-627-2226 cja WAGE THEFT AFFIDAVIT 1dod' ��rno n , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. lam the vice I pr eC i d z - [position] of A t t �r''1 e c t'�1 Co„ cede :r- ["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 An m L-n Unurt• _nc. ["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. 141/44"3/14517) Signature I r I CITY OF IOWA CITY ENGINEER'S REPORT 410 East Washington Street Iowa City,Iowa 52240- 1826 (319)356-5000 November 30, 2022 (319)356-5009 FAx www.icgov.org City Council Iowa City, Iowa Re: Eastwood Drive and Southlawn Drive Intersection Improvement Project Dear City Council: I hereby certify that the Eastwood Drive and Southlawn Drive Intersection Improvement Project has been completed by All American Concrete, Inc. of West Liberty, Iowa, in substantial accordance with the Project Manual developed by the City of Iowa City Engineering Division. The project was bid as a unit price contract and the final contract price is $264,313.41. There were six (6) change orders on this project, as follows: 1. Chain Link Fence Removal & Reinstallation, Temporary Safety Fence $4,700.00 2. Minor Structure Adjustment- Sanitary $1,267.48 3. Hydraulic Seeding—Type I $1,760.00 4. Storm Sewer Manhole, 48-inch SW-401 with SW-604 Type 3B Casting $5,314.93 5. Excavation for MidAmerican Gas Relocation $1,617.00 6. Adjustment for final quantities $13,312.00 Total: $27,971.41 I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer Prepared by: Alin Dumachi,Sr.Civil Engineer,Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5143 Resolution No. 22-297 Resolution accepting the work for the Eastwood Drive and South Lawn Drive Intersection Improvement Project Whereas, the Engineering Division has recommended that the work for construction of the Eastwood Drive and South Lawn Drive Intersection Improvement Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa, dated June 15th, 2022, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Annual Storm Water Improvements account # M3631; and Whereas, the final contract price is $264,313.41. 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 6th day of December , 2022 Mayor l Approved by Attest: G City Clerk City Atto ey's Office (Sue Dulek— 12/01/2022) It was moved by Weiner and seconded by Al ter the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter Bergus x Harmsen x Taylor x Teague x Thomas x Weiner Bond Number: SYA2646 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND EASTWOOD DRIVE AND SOUTHLAWN DRIVE INTERSECTION IMPROVEMENT PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we,All American Concrete, Inc., as Principal (hereinafter the"Contractor" or"Principal") and IMT Insurance Company , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Two Hundred Thirty Nine Thousand Eight Hundred Forty Two dollars and zero cents($239,842), 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 19th day of April 2022 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project will involve the installation of approximately 101 linear feet of storm sewer pipe and associated structures, approximately 343 square yards of pavement replacement, approximately 156 linear feet of trenched water main, approximately 106 square yards of sidewalk replacement and associated landscape restoration and is located at the intersection of Eastwood Drive and Southlawn Drive in Iowa City, Iowa, 52245. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant,condition,and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor stall 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 mauls for or performing labor in the performance of the Contract on account of which this Bind is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5)from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20%of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein,the phrase"all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense"would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's-staff attorneys), and all costs and expenses of litigation as they are incurred`bj' 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,:_(hat 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 JuE 'diction will be fully indemnified so that it will be put into the position it would have teen in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s)or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal,as set forth and provided in the Contract and in this Bond,then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work,term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. ti t w rn PRINCIPAL: All American Concrete Inc. SURETY: j0 I ci rr1 D r) IMT Insurance Company Pri ed Name o Contractor Officer _ urety Company Name By 0(A/ By 2e — 61/63 �atture of Contractor Officer Sig ure of Attorney-in-Fact Officer V I C �r S °" " Juliana Bartlett, Attorney-in-Fact Title of Contractor Officer Printed Name of Attorney-in-Fact Officer AssuredPartners Great Plains, LLC Company Name of Attorney-in-Fact 4200 University Ave., Ste. 200 Company Address of Attorney-in-Fact West Des Moines, Iowa 50266 City, State, Zip Code of Attorney-in-Fact (515) 244-0166 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. •a J MS It ■I�'' ' '� Johnson County, Iowa i. -'A'ri 1 '7 APR 15 i "": 17 LLERK C I T t'. I C '.\ CITY OF IOWA CITY N DEPARTMENT of PUBLIC WORKS EASTWOOD DR & S LAWN DR INTERSECTION IMPROVEMENT PROJECT Location Map Index ; Not to Si-e 411111— RD P RD I� CORM __ , .\ YFIEL __ LL I o Title Sheet A.1 ID WA CITY up z ____-? ST --- ENGINEERING— COURT z Contacts and Notes A.2-A.3 0 w ° LL IY Existing Conditions B.1 o Lil w �0OD L RAVEN ST a; a a FERNDALE2° CI]� Y a Typical Sections B.2 o DIVISION Z W FRIENDSHIP ST Q 410 East Washington Street - 319-356-5140 DR > / o Estimated Quantities and Reference Notes C.1-C.2 9 i \ CLOVER sHPM�°G o� Removals D.1 CRESTV\C� - ST \ Pie°�` Sidewalk Plans D.2 FRIENDSHIP ST OOBE E DR ` \BEECH ST ARBOR Pavement Jointing Plan D.3 CITY OF IOWA CITY ENGINEERING DIVISION gR O /%49to M.1-M.2�__ n C'eek74.''' . •- Storm Sewer Improvement EASTWO D DR Z JTh South 6ronch p APPROVED a Water Main Plan M.3 PER Y —is ALPINE o J C ° `T_— IMPROVEMENT 6 e Q LOCATION ° Z �°-`_ '.`vi PINECREST Q RD W \---.., ,, Q I CITY ENGINEER DATE s General Legend MUSCA"t N ct BRIGHTON JI J --I RIGHT OF WAY(ROW) ------- tY GREEN. 1 I hereby certify that this engineering document was reepared w me FW LLU X . , \\\ ,,,` t�rrrrrrrrr.� or under my direct personal supervision and that I am a duly iX > LU 1 \ REMOVALS ` 'Of ESS ION e licensed Professional Engineer under the laws of ine State of Iowa. F„ OQ In _..__ — ... .��Q ::.............4(,,�'�. Signed: Data: cD LlJ WAR`NICK z ma WAYNE AVENUE cIF PROPOSED PCC SIDEWALK OR DRIVEWAY -rn: AUN ;y,C: 2 W co - -- =Z z' w W Q D s v: D26 23 a ? J w o GUILFDOR PROPOSED:: T WARNINGS ; • aN DUwtcHlLicenNo26923co PROPOSED D '"4,„nmrn„• os My tressed enevral dateDecember 31 2022 BRADFORD DRIVE PARKVIEW t C° Paper or,heets^e.e en t.is seal nAVE ,`A`<- Project. Date File# Sheet EASTWOOD DR & S LAWN DR INTERSECTION IMPROVEMENT PROJECT 10/15/2021 A.1 CONTACTS GENERAL NOTES UTILITY NOTES THE FOLLOWING UTIUTY COMPANIES MAY HAVE FACIUTIES IN 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATEWIDE URBAN DESIGN AND 1. WHERE PUBLIC AND PRIVATE UTIUTY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WI I I TIN THE CONSTRUCTION PROXIMITY TO THE PROJECT: SPECIFICATIONS(SUDAS)STANDARD SPECIFICATIONS,GENERAL SUPPLEMENTAL SPECIFICATIONS, AREA,IT SHALL BE THE RESPONSIBIUTY OF THE CONTRACTOR TO: SUPPLEMENTAL SPECIFICATIONS,AND SPECIAL PROVISIONS,UNLESS OTHERWISE SPECIFIED IN THESE 1.1. NOTIFY THE OWNERS OF THOSE UTIUTIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. L CABLE TELEVISION PLANS.ALL UTIUTY SEPARATION DISTANCES TO BE MAINTAINED PER SUDAS. 1.2. COORDINATE OPERATIONS WITH UTILITIES MEDIACOM 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE 1.3. AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION 01,119rWcE4 JOE ERNSTER OFFICE:(319)395-9699 CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY 1.4. DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UT1U1+lE 0AVOI[J L M E, RETO. EXT 354 STAKING. 1.5. PRIOR TO BEGINNING CONSTRUCTION,PROVIDE LABOR AND EQUIPMENT NECESSARY O'DE RIIII 'iFF pXACT LOCATION AND 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET ELEVATION OF ALL UTILITY CROSSINGS WHICH MAY RESULT IN CONFUCTS TO PROPOSED IMPROVEMENTS. CITY OF IOWA CITY AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE 2. UNDERGROUND FACIUTIES,STRUCTURES AND UTIUTIES HAVE BEEN PLOTTED FROM AVAILABLE SLURYEy4.4ND RECORDS,AND CITY PARKS AND FORESTRY CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION,UNLESS THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. ` t+ ''/ a T.ti TYLER BAIRD OFFICE:(319)356-5100 AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. 3. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES,THE EXISTENCE OF WHIOI+is PR6IIM 'Y.NOT KNOWN OR SHOWN. NO 4. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE PLAN IOWA SOUTH ZONE;US SURVEY FOOT CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENN eOR DELAY CAUSED BY SUCH CITY SEWER DEPARTMENT NAD 83(1996 HARN)AND NAVD 88,RESPECTIVELY. WORK. JESSE EISTER OFFICE:(319)631-1144 5. ALL TREES,SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS 4. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE-CALL SERVICE AT(800)-292-8989 AT LEAST 48 HOURS PRIOR TO EXCAVATING SPECIFICALLY NOTED AS"REMOVE"OR"CLEAR AND GRUB"ON THE PROJECT PLANS AND AS DIRECTED BY ANYWHERE ON THE PROJECT. CITY TRAFFIC ENGINEERING THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO 5. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING BROCK HOLUB OFFICE:(319)356-5482 PREVENT INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM. CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. 6. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATERMAIN,HYDRANT RELOCATION AND CITY RIGHT-OF-WAYS INSTALLATION,AND WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. OFFICE:(319)356-5438 7. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS AROUND THE CITY WATER DIVISION CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH EMERGENCY (319)356-5166 AS"SIDEWALK CLOSED","SIDEWALK CLOSED-USE OTHER SIDE,AND"SIDEWALK<WITH APPROPRIATE OFFICE:(319)356-5160 DIRECTIONAL ARROWS>"AS DEEMED NECESSARY BY THE ENGINEER. 8. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO FIBER OPTICS CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE AT&T IN ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER,AND SHALL BE LENNY VOHS OFFICE:(816)275-4014 INCIDENTAL MOBILE:(770)335-8244 9. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL IMON 10. THE TRAFFIC CONTROL PLANS IN THIS PROJECT COORDINATE WITH THE KEY AND NOTES INCLUDED IN THE RANDY SCHOON OFFICE:(319)261-4630 SUDAS DETAIL 8030.101 AND 8030.104,TEMPORARY TRAFFIC CONTROL GENERAL INFORMATION. MOBILE:(319)553-1176 IOWA NETWORK SERVICES JEFF KLOCKO OFFICE:(515)240-2544 MOBILE:(515)830-0445 UNIVERSITY OF IOWA GEORGE STUMPF OFFICE:(319)335-2814 WATER NOTES GENERAL LEGEND GAS MIDAMERICAN ENERGY 1. ALL MATERIALS AND CONSTRUCTION SHALL BE IN ACCORDANCE WITH SUDAS STANDARD SPECIFICATIONS EDGE OF PAVEMENT MANHOLE 0 MH JOE RETEK OFFICE:(319)341-4457 AS AMENDED BY THE CITY OF IOWA CITY(LATEST EDITIONS). RIGHT OF WAY(ROW) - - CATCH BASIN ❑ CB MOBILE:(319)930-6225 2. WATER INSPECTION SERVICES ARE PROVIDED BY THE CITY OF IOWA CITY ENGINEERING DIVISION.CONTACT ELECTRIC ENGINEERING AT 319-3565140.WATER SHUT DOWN SHALL BE COORDINATED WITH THE CITY OF IOWA CITY CENTERLINE - CLEANOUT CO MIDAMERICAN ENERGY INSPECTOR. DECIDUOUS CARSON HEMPHILL OFFICE:(319)341-4461 3. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER SERVICE WORK WITH THE IOWA CITY WATER TREE, 0 e GUY WIRE MOBILE:(319)360-3956 DIVISION.SUBMIT ALL WATER SHUTDOWN APPLICATIONS 7 DAYS BEFORE PROPOSED SHUTDOWN. TREE,CONIFEROUS FIRE HYDRANT rS 4. ALL WATER MAIN,FITTINGS,VALVES,AND SERVICE CURB STOPS TO BE WITHIN THE RIGHT-OF-WAY. > < TELEPHONE 5. ALL REQUESTS TO DEVIATE FROM THE DESIGN OF WATER MAIN SHALL BE SUBMITTED TO THE ENGINEER CULVERT F i LUMEN/CENTURY LINK VIA THE INSPECTOR FOR APPROVAL POTHOUNG AND MINOR ADJUSTMENTS ARE INCIDENTAL TO HEDGE/TREE COVER �., DRAINAGE LINE JEFF TALBERT MOBILE:(563)549 0507 CONSTRUCTION OF WATER MAIN. FENCE o o x o GAS MAIN - - - G - - - 6. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR SEWER MANHOLE.MINIMUM RETAINING WALL - - - T - - - UTIUTY LOCATING CREW SEPARATION DISTANCES AS USTED IN SUDAS SPECIFICATIONS. BURIED TELEPHONE CABLE IOWA ONE CALL (800)292-8989 7. REPLACE SEWER SERVICE LINES DAMAGED BY CONSTRUCTION(INCIDENTAL TO CONSTRUCTION). BUILDING BURIED TELEVISION CABLE - - -TV- - - 8. PROVIDE TEMPORARY SERVICE LINE RELOCATION TO MAINTAIN WATER SERVICE IF SERVICE IS IN CONFLICT - E - - - WITH NEW WATER MAIN(INCIDENTAL TO CONSTRUCTION). BURIED ELECTRIC - - 9. ALL FITTINGS AND VALVES SHALL BE RESTRAINED.ALL PIPE JOINTS TO BE RESTRAINED AS SHOWN ON BACK OF CURB TO BACK of CURB B B OE SHEET M.3. PORTLAND CEMENT CONCRETE PCC OVERHEAD ELECTRIC 10. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES WITH WATER DEPARTMENT. HOT Mix ASPHALT HMA WATER MAIN -- - W- - - PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO REDUCE CHLORINE TO AN ACCEPTABLE LEVEL FIBER OPTIC CABLE - - -FO PRIOR TO FLUSHING WATER MAIN. MAILBOX MB 11. SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADE WITH OPERATING NUT CENTERED. SANITARY SEWER - - -SAN- - - 12. TRENCHES ARE TO BE BACKFILLED IN ACCORDANCE WITH SUDAS SECTION 3010. SIDEWALK SW STORM SEWER - - - ST- - - 13. CONTRACTOR IS RESPONSIBLE FOR TRENCH COMPACTION TESTING FOR BACKFILUNG OF EXCAVATIONS, WATER METER WM LIGHT POLE LP INCLUDING BORE PITS AND SERVICE CONNECTIONS. DUCTILE IRON PIPE DIP 14. ALL SERVICE LINE MATERIALS MUST BE DOCUMENTED AND AS-BUILTS PROVIDED TO THE CITY PRIOR TO UTILITY BOXES TESTING.TESTING WILL INCLUDE A TEST OF THE TRACER WIRE SYSTEM. REINFORCED CONCRETE PIPE RCP l� 15. POLY WRAP SHALL BE V-BIO,NO EXCEPTIONS.INCIDENTAL TO CONSTRUCTION. SIGNS o T WATER VALVE VW 16. HYDRANTS SHALL HAVE 4.5 INCH MAIN VALVE,OPENING WITH STORZ PUMPER NOZZLE,PENTAGON NUT, POWER POLE $PP GAS VALVE D GV WITH LATCHES AND CHAINS. WATER SHUT OFF 17. PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS BACKFILL FOR TRENCHES NOT LOCATED UNDER PAVEMENT.TRENCHES LOCATED UNDER PAVED AREAS ARE TO BE BACKFILLED WITH CLASS A ROAD STONE.DISPOSE OF EXCESS EXCAVATED MATERIAL OFF-SITE.ROAD STONE,BACKFILL,AND DISPOSAL ARE INCIDENTAL TO WATER MAIN CONSTRUCTION. 18. ANY FIRE HYDRANT OR VALVE BOX AND UD REMOVED ON THE PROJECT SHALL BE SALVAGED AND DEUVERED TO THE CITY.CONTRACTOR SHALL DELIVER TO LOCATION AS COORDINATED WITH CITY WATER DIVISION. CITY OF IOWA CITY ENGINEERING H SCALE: 1"=N/A DESIGN: AD Project: EASTWOO D D R & S LAWN D R Sheet Tide: File# Sheet DIVISION VSCALE: 1"=N/A DRAWN: AD INTERSECTION IMPROVEMENT PROJECT CONTACTS AND NOTES A.2 DATE: 10/15/2021 GENERAL TRAFFIC CONTROL NOTES TRAFFIC WILL BE MAINTAINED DURING CONSTRUCTION.TRAFFIC CONTROL ON THIS PROJECT SHALL BE IN ACCORDANCE WITH CURRENT MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS,AS ADOPTED BY THE DEPARTMENT PER 761 OF THE IOWA ADMINISTRATIVE CODE(IAC),CHAPTER ' 130. 7n91 -r THE CONTRACTOR SHALL EMPLOY SOUND PRACTICES OF SAFETY AND TRAFFIC CONTROL.THESE METHODS t AND PRACTICES SHALL INCLUDE,BUT NOT BE LIMITED TO,THE FOLLOWING: ' "1 4; 1 - i 1. ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED,ERECTED,MAINTAINED AND REMOVED BY THE i'"1 CONTRACTOR. l t t r i 2. THE CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL PROPERTIES AT ALL TIMES DURING CONSTRUCTION. 3. IF THE CONTRACTOR DECIDES TO PERFORM THE CONSTRUCTION WORK IN SEQUENCE OTHER THAN AS INDICATED IN THE STAGING NOTES,THE CONTRACTOR SHALL PROVIDE COMPLETE REVISED TRAFFIC CONTROL PLANS TO BE APPROVED BY THE CITY OF IOWA CITY AND IOWA DOT. 4. THE CONTRACTOR SHALL NOTIFY THE CITY ONE(1)WEEK PRIOR TO CHANGES IN TRAFFIC PATTERNS DURING CONSTRUCTION. 5. THE CHANNEUZING DEVICE SPACING SHALL NOT EXCEED A DISTANCE OF 25-FEET FOR TAPER CHANNEUZATION,AND 50-FEET FOR TANGENT CHANNELIZATION. 6. ALL TRAFFIC CONTROL SIGNS SHALL BE PLACED A MINIMUM OF 2 FEET CLEAR OF THE BACK OF CURB WHERE POSSIBLE. 7. CONTRACTOR SHALL ERECT ALL WARNING SIGNS ON PERMANENT POSTS.PORTABLE MOUNTINGS FOR WARNING SIGNS MAY BE USED FOR TEMPORARY INSTALLATION OF LESS THAN 3 DAYS. 8. "ROAD CLOSED'AND'ROAD CLOSED TO THRU TRAFFIC"SIGNS TO BE MOUNTED ABOVE TOP RAIL OF TYPE III BARRICADE SO AS TO NOT OBSCURE THE DIAGONAL PANELS. 9. THE PROPOSED SIGNING MAY BE MODIFIED TO MEET FIELD CONDITIONS,PREVENT OBSTRUCTIONS AND TO ACCOMMODATE CONSTRUCTION SCHEDULING UPON APPROVAL BY THE PROJECT ENGINEER. 10. SLATTED SNOW FENCE OR ORANGE PLASTIC SAFETY FENCE SHALL BE PLACED ENTIRELY ACROSS THE TRAVELED PORTION OF THE ROADWAY AT ALL LOCATIONS WHERE TYPE III BARRICADES AND ROAD CLOSED SIGNS ARE USED. 11. ALL TYPE III BARRICADES SHALL HAVE HIGH INTENSITY FLASHING LIGHTS.THE BACK SIDE OF THE TYPE III BARRICADES SHALL BE REFLECTORIZED BY A MINIMUM OF SIX YELLOW REFLECTORS,ONE AT EACH END OF EACH RAIL,OR AT LEAST ONE RAIL ON EACH BARRICADE WILL HAVE REFLECTORIZED STRIPES PROPERLY SLOPED AT EACH END. 12. FULL LANE CLOSURE WILL NOT BE ALLOWED,EXCEPT AS INDICATED SPECIFICALLY IN PLANS.ONE LANE WILL BE OPEN AT ALL TIMES.THIS WORK IS CONSIDERED TO BE INCIDENTAL TO TRAFFIC CONTROL. 13. TYPE'A"LOW INTENSITY FLASHING WARNING LIGHTS MUST BE PROVIDED ON ALL BARRICADES WITHOUT HIGH INTENSITY REFLECTIVE SHEETING. 14. THE CONTRACTOR SHALL PROVIDE ADEQUATE LIGHTED BARRICADES AND/OR FENCING TO PROTECT PEDESTRIANS.ALL SIDEWALK CLOSURES SHALL BE APPROPRIATELY BARRICADED.THE CONTRACTOR SHALL PROVIDE ALTERNATE PEDESTRIAN ROUTES ADJACENT TO CONSTRUCTION ACTIVITIES. 15. THE CONTRACTOR SHALL REMOVE ALL SIGNS AND POSTS ON THE PROJECT SITE(AS REQUIRED FOR CONSTRUCTION)AND STOCKPILE AT A LOCATION TO BE DETERMINED BY THE ENGINEER AND SHALL REMAIN THE PROPERTY OF THE RESPECTIVE OWNERS. 16. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NONWORKING HOURS SHALL BE AS APPROVED BY THE PROJECT ENGINEER,AND THE CONTRACTOR SHALL PROVIDE A WRITTEN AGREEMENT WITH THE PROPERTY OWNER. 17. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES ON RELOCATIONS AND/OR ADJUSTMENT OF EXISTING UTILITIES WITHIN THE CORRIDOR,AS NOTED IN THE TABULATION OF UTILITY CONFLICTS. 18. THE CONTRACTOR SHALL PROVIDE ALL BARRICADES AND SIGNING REQUIRED TO MAINTAIN TRAFFIC IN ACCORDANCE WITH THE MUTCD.THEY SHALL NOT BE CONSIDERED A COMPLETE LISTING OF TRAFFIC CONTROL SIGNS FOR THE PROJECT. 19. THE BID ITEM"TEMPORARY TRAFFIC CONTROL"SHALL INCLUDE THE COST OF ALL TRAFFIC CONTROL MEASURES REQUIRED OF THE CONTRACTOR EXCEPT FOR THOSE WHICH ARE SEPARATE BID ITEMS OR ARE INCIDENTAL TO THE OTHER BID ITEMS. 21. THE CONTRACTOR SHALL PROVIDE(AT NO ADDITIONAL COST)ADEQUATE ADVANCED WARNING FOR CLOSURE AND RE-ROUTING OF SIDEWALK FACILITIES TO PROPERLY MAINTAIN PEDESTRIAN TRAFFIC,OR RE-ROUTE PEDESTRIAN ACCESS IN OR AROUND PROJECT CONSTRUCTION OPERATIONS. CITY OF IOWA CITY H SCALE 1"=N/A DESIGN AD Project Sheet Title: File# Sheet ENGINEERING EASTWOOD DR & S LAWN DR DIVISION VSCALE: 1"=N/A DRAWN: AD INTERSECTION IMPROVEMENT PROJECT CONTACTS AND NOTES A.3 DATE: 10/15/2021 _______. . ___ _________ .._ N EXIST. CURB INTAKE EXIST. WATER SERVICE — — _ — FLOW IN IE: 721.12 0 10 i , f LOW OUT IE: i 20.27 EXIST. WATER VALVE EXIST. FIRE HYDRANT \ Y --15__ w-_ ,,_ y-y SGN W- -- I T. .'-'- '----- „_____. -'.-. `. "-... - - '--' - ----_ __,_ \Y 4 - _,__ _ _ -- I X I EXIST. 6" WATER MAIN ASTW / OOD DR I P \ I / t\t I EXIST. GAS SERVICE LINE I / \I — — _ — P EXIST. RCP STORM SEWER, 15" DI . 7_7„.____ _t___,E,,,,J__,___ I \ �� I __ _ _ _ _ _ t ..„ EXIST. GAS MAIN N / EXIST. CURB INTAKE ST I FLOW IN IE: 723.21 EXIST. WATER VALVE --is ———is————Ls— ST FLOW OUT IE: 722.72 ---15 i I L S\ I \ \ 1 S\ B SGN I \ I EXIST. CURB INTAKE s FLOW IN IE: 721.70 FLOW OUT IE: 721.49\ I 1s ------- I I I _ \ S I EXIST. RCP STORM SEWER, 15" DIA. \\\ ,SOUTHLAWN DR _ S \ \ S\ \1S \1S H SCALE: 1"=10' DESIGN: AD Project: Sheet Title: File# Sheet CITY OF IO WA CITY ENGINEERINGDIVISION EASTWOOD DR & S LAWN DR V SCALE: 1"=10' DRAWN AD EXISTING CONDITIONS B.1 DATE: 10/12/2021 INTERSECTION IMPROVEMENT PROJECT J-,, } i:,,;, 6"CURB "CURB PROP.4"SIDEWALK 12.5' 12.5' •ROP.4"SIDEWALK -111-- 111-- 111=_111=1 I I-111 .. :.•.:�t:•.`. ._.-.--..._..-.•_ T�S '� c•--�c:....__: .'. . ' 1-111-111=11 111-1I I11I- 1—I I = — — — — — I •;l.': _ • •.._..! •j•.•.•.I_•.Ij•_._._. f_P...•.•_•.I_I.I'I.•'IPI•-- •• • .��:_' :•‘` -1 1 1=111=111=111-111=111=111— I,,,Ill,i�lllIIIIIIIIIII_ . _-I' -• ---- ._._•_ -- - . , . -1 I I ----11 I I=1 11=1 . . . ._. . . .-. .• .;. :_::::._.::=a a . = - - =-=-.- =:. :: .-I-.=:=:=::=•=•=•=/-.-.-. . I=i I I -11I . .-_._._.=.------ , I I-1 111 ,1 I I-1 I WI •"MODIFIED SUBBASE • -1 JOINT 6"SUBDRAIN.TYPE 1-B XTEND SUBBASE 2'BEYOND BACK OF CURB I :"PCC PAVEMENT WITH INTEGRAL CURB P.8"WATER MAI (65'MIN.BURY DEPTNH,TYP.) 0 0 EASTWOOD DR PAVEMENT TYPICAL SECTION NOT TO SCALE 6"CURB "CURB PROP 4"SIDEWALK 12.5' 1 2.5' ROP.4"SIDEWALK -1 = = 2.7 VARIES 2.7%&VARIES I1 - — — =111-1 11- 1 11 111 111 111= ' . I=111=111=1I -_111_111-I 11- 1=1 -111-1 1-111--111-I I-111: . ,:: • � ., ' ` ' r-. '=1 1=1 1-111-111-111-�111-111- -1 i=1II-111-111-I . • . I11-11 1=111=1II=1 ' -I 1=111 • =111- ".` "MODIFIED SUBBASE -1 JOINT END SUBBASE 2'BEYOND BACK OF CURB I "PCC PAVEMENT WITH INTEGRAL CURB S LAWN DR PAVEMENT TYPICAL SECTION NOT TO SCALE CITY OF I D WA CITY H SCALE 1"=N/A DESIGN AD Project: Sheet Title: File# Sheet ENGINEERING EASTWOOD DR & S LAWN DR DIVISION VSCALE: 1"=N/A DRAWN: AD TYPICAL SECTIONS B.2 DATE: 03/14/2022 INTERSECTION IMPROVEMENT PROJECT ESTIMATED QUANTITIES : g'"' ' BID ESTIMATED AS-BUILT ?PO n,t 'J '''l = I ] ITEM SUDAS ID DESCRIPTION QUANTITY UNITS QTY ! ; t` f f t i O y 1 2010-108-D-3 Off-Site Topsoil, 6" CY 36 2 2010-108-G-0 Subgrade Preparation, 12" SY 380 3 2010-108-1-0 Modified Subbase, 6" SY 380 4 2010-108-J-3 Abandon Existing Water Main In Place LS 1 5 4020-108-A-1 Storm Sewer, Trenched, RCP, Class III, 15" Dia. LF 101 6 4020-108-D-0 Removal of Storm Sewer, Less than 36" Dia. LF 88 7 4040-108-A-0 Subdrain, Type 1-B, Longitudinal HDPE, 6" Dia. LF 155 8 4040-108-C-0 Subdrain Cleanout, Type A-1, 6" Dia. EA 2 9 5010-108-A-0 Water Main, Trenched, PVC, 8" LF 156 10 5010-108-C-0 Fittings, DIP, 8" LBS 1670 11 5010-108-D-0 Water Service Stub, Type K Copper, Trenched, 1" EA 1 12 5020-108-A-0 Valve, MJ, 8" EA 5 13 5020-108-C-0 Fire Hydrant Assembly EA 1 14 5020-108-1-0 Fire Hydrant Assembly Removal, Salvage to City EA 1 15 6010-108-B-0 Double Open-throat Curb Intake, Small Box SW-509 EA 4 16 6010-108-B-0 Circular Area Intake, SW-512 EA 1 17 6010-108-H-0 Removal of Storm Sewer Intake EA 3 18 7010-108-A-0 PCC Pavement, 8" with Integral Curb, CSUD Mix SY 343 19 7010-108-L-0 Pavement Removal SY 340 20 7030-108-A-0 Removal of PCC Sidewalk or Driveway SY 119 21 7030-108-E-0 Sidewalk, PCC, 4", CSUD Mix SY 77 22 7030-108-E-0 Curb Ramp, PCC, 6", CSUD Mix SY 29 23 7030-108-G-0 Detectable Warning SF 40 24 7030-108-H-1 Driveway, Paved, PCC. 6", CSUD Mix SY 24 25 8030-108-A-0 Temporary Traffic Control LS 1 26 9020-108-A-0 Sod SY 164 27 11,020-108-A Mobilization LS 1 28 11,050-108-A Concrete Washout LS 1 CITY OF IO WA CITY H SCALE 1"=N/A DRAWN AD Project: Sheet Title: File# Sheet ENGINEERING EASTWOOD DR & S LAWN DRESTIMATED QUANTITIES DIVISION V SCALE: 1"=N/A DRAWN AD INTERSECTION IMPROVEMENT PROJECT C.1 DATE: 10/15/21 ESTIMATED REFERENCE INFORMATION ESTIMATED REFERENCE INFORMATION ITEM NO. ITEM CODE DESCRIPTION ITEM NO. ITEM CODE DESCRIPTION OFF-SITE TOPSOIL,6" FIRE HYDRANT ASSEMBLY REMOVAL,SALVAGE TO CITY REFER TO D.2 SHEET FOR LOCATION.UNIT PRICE INCLUDES FURNISHING,EXCAVATING,HAULING,AND REFER TO D.1 SHEET FOR LOCATION.UNIT PRICE SHALL INCLUDE ALL MATERIAL,LABOR,EXCAVATION,AND 1 2010-108-D-3 INCORPORATING THE MATERIAL.RESPREAD TO A DEPTH OF 6"(30%SHRINKAGE FACTOR) 14 5020-108-1-0 EQUIPMENT NECESSARY TO REMOVE HYDRANT AS INDICATED.REMOVAL4TTI-tE41 DRANTTEE AND RESTORATION TOPSOIL QTY=(1475.42 SF)*(0.5 FT)*(1.3)/27=35.52 CY OF THE WATER MAIN INCIDENTAL.HYDRANT SHALL BE SALVAGED AND PROVIDED TO/HECITY_OF IOWA CITY WATER DIVISION. '' J SUBGRADE PREPARATION,12" J INCLUDES SUBGRADE PREPARATION FOR ALL ROADWAY PAVEMENT TO A DEPTH OF 12 INCHES.QUANTITY IS BASED DOUBLE OPEN-THROAT CURB INTAKE,SMALL BOX SW-509 , , 2 2010-108-G-0 ON THE AREA OF 12 INCH SUBGRADE PREPARATION,COMPLETED IN 2-6"LIFTS,EXTENDING 2 FOOT BEYOND THE REFER TO M.1 SHEET FOR LOCATION. - PAVEMENT EDGE.BOTH LIFTS SHALL BE COMPACTED AND PROOFROLLED TO SATISFACTION OF ENGINEER. 15 6010-108-B-0 UNIT PRICE INCLUDES EXCAVATION,FURNISHING AND INSTALLING PIPE;FURNISHING;PLACING AND COMPACTING PREPARATION UNDER DRIVEWAYS AND SIDEWALK SHALL BE INCIDENTAL TO THOSE ITEMS. BEDDING AND BACKFILL MATERIAL;STRUCTURAL CONCRETE AND REINFORCING STEEL;PREtAST UNITS(IF USED); CONCRETE FILLETS;PIPE CONNECTIONS;INFILTRATION BARRIERS;CASTINGS;AND ADJUSTMENT RINGS. MODIFIED SUBBASE,6" 3 2010.108 I-0 UNIT PRICE INCLUDES,BUT IS NOT LIMITED TO,FURNISHING,PLACING,COMPACTING,AND TRIMMING TO THE CIRCULAR AREA INTAKE,SW-512 PROPER GRADE.USE OF RECYCLED PCC AND HMA PAVEMENTS FOR MODIFIED SUBBASE IS NOT ALLOWED ON THIS REFER TO M.1 SHEET FOR LOCATION. PROJECT. 16 6010-108-B-0 UNIT PRICE INCLUDES EXCAVATION,FURNISHING AND INSTALLING PIPE;FURNISHING,PLACING,AND COMPACTING BEDDING AND BACKFILL MATERIAL;STRUCTURAL CONCRETE AND REINFORCING STEEL;PRECAST UNITS(IF USED); ABANDON EXISTING WATER MAIN IN PLACE CONCRETE FILLETS;PIPE CONNECTIONS;INFILTRATION BARRIERS;SW-604 CASTING;AND ADJUSTMENT RINGS. REFER TO D.1 SHEET FOR LOCATION.ITEM SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIAL, 4 2010-108-J-3 EQUIPMENT,AND LABOR FOR THE CUTTING,CAPPING,AND ABANDONING EXISTING WATER MAIN IN PLACE.ITEM REMOVAL OF STORM SEWER INTAKE SHALL INCLUDE INSTALLING MECHANICAL JOINT CAPS AT ENDS,CUTTING OUT AND INSTALLING CAPS ON CUT 17 6010-108 H-0 REFER TO D.1 SHEET FOR LOCATION. SECTIONS OF MAIN AT LOCATIONS OF OLD SERVICES.ITEM INCLUDES WATER SERVICE LINE AND CURB STOP UNIT PRICE INCLUDES REMOVAL OF CASTING,CONCRETE,INTAKE THROAT,AND REINFORCEMENT.REMOVED REMOVALS. STRUCTURE SHALL BECOME PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF. STORM SEWER,TRENCHED,RCP,15"DIA. PCC PAVEMENT,8 INCH WITH INTEGRAL CURB,CSUD MIX REFER TO M.1 SHEET FOR LOCATION.UNIT PRICE INCLUDES EXCAVATION,FURNISHING,AND INSTALLING STORM REFER TO D.3 SHEET FOR LOCATION.UNIT PRICE INCLUDES,BUT IS NOT LIMITED TO,FINAL TRIMMING OF SEWER PIPE.CONNECTION TO EXISTING PIPE WILL BE INCIDENTAL TO THIS ITEM.JOINTS SHALL USE RUBBER, 18 7010-108-A-0 SUBGRADE OR SUBBASE,INTEGRAL CURB,BARS AND REINFORCEMENT,JOINTS AND SEALING,SURFACE CURING CONFINED,0-RING OR PROFILE GASKET COMPLYING WITH ASTM C443.PIPE BEDDING AND BACKFILL SHALL AND PAVEMENT PROTECTION,SAFETY FENCING,CONCRETE FOR RIGID HEADERS,CERTIFIED PLANT INSPECTION 5 4020-108-A-1 CONFORM WITH SECTION 3010 OF CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATION.TYPE OF PIPE ALLOWED AND MATURITY TESTING. SHALL BE RCP,CLASS III,WITH BELL&SPIGOT JOINTS.ANY LOCATION WHERE THE STORM SEWER IS LOCATED WITHIN 18 INCHES VERTICALLY OR OVER A WATER MAIN THE STORM SEWER PIPE SHALL BE GASKETED WITH THE PAVEMENT REMOVAL JOINTS LOCATED AS FAR FROM THE WATER MAIN AS POSSIBLE.STORM SEWER PIPE UNDER OR WITHIN SFT OF 19 7010-108-L-0 REFER TO D.1 SHEET FOR LOCATION.UNIT PRICE SHALL BE FULL COMPENSATION FOR REMOVAL OF PAVEMENT ROADWAY SHALL BE BACKFILLED WITH CLASS A ROADSTONE. REGARDLESS OF THICKNESS,TYPE,AND REINFORCING.SEE D SHEETS FOR LOCATIONS. REMOVAL OF RCP STORM SEWER,LESS THAN 36" REMOVAL OF PCC SIDEWALK OR DRIVEWAY 6 4020-108-D-0 REFER TO D.1 SHEET FOR LOCATION. 20 7030-108-A-0 REFER TO D.1 SHEET FOR LOCATION.UNIT PRICE INCLUDES SAWING,BREAKING,AND DISPOSAL OF MATERIALS UNIT PRICE INCLUDES EXCAVATION,REMOVAL,DISPOSAL OF STORM SEWER,AND BACKFILL.BACKFILL WITHIN SFT REMOVED. OR UNDER ROADWAY SHALL INCLUDE COMPACTED CLASS A ROADSTONE. SIDEWALK,PCC,4 INCH,CSUD MIX SUBDRAIN,TYPE 1-B,LONGITUDINAL HDPE,6"DIA. 21 7030-108-E-0 REFER TO D.2 SHEET FOR LOCATION.UNIT PRICE INCLUDES MINOR GRADE ADJUSTMENTS AT DRIVEWAYS AND REFER TO M.1 SHEET FOR LOCATION.ITEM SHALL INCLUDE ALL MATERIAL,LABOR AND EQUIPMENT NECESSARY TO OTHER INTERSECTIONS,SUBGRADE PREPARATION,FORMWORK,ADDITIONAL THICKNESS AT THICKENED EDGES, 7 4040-108-A-0 INSTALL SUBDRAIN AS INDICATED IN PROJECT PLANS.ALLOWABLE PIPES ARE THOSE MEETING REQUIREMENTS OF JOINTING,SAMPLING,AND MATURITY TESTING. SECTION 4040 OF SUDAS AND SHALL BE HDPE,TYPE SP,DUAL WALL.EXCAVATION AND POROUS BACKFILL IS CURB RAMP,PCC,6 INCH,CSUD MIX INCIDENTAL. REFER TO D.2 SHEET FOR LOCATION.UNIT PRICE INCLUDES MINOR GRADE ADJUSTMENTS AT DRIVEWAYS AND SUBDRAIN CLEANOUT,TYPE A-1,6"DIA. 22 7030-108-E-0 OTHER INTERSECTIONS,SUBGRADE PREPARATION,FORMWORK,ADDITIONAL THICKNESS AT THICKENED EDGES, 8 4040-108-C-0 REFER TO M.1 SHEET FOR LOCATION.REFER TO SUDAS 4040.232 FOR INSTALLATION DETAILS.PVC RISER IS JOINTING,SAMPLING,TESTING,SLOPE AND SMOOTHNESS TESTING AND CORRECTION. INCIDENTAL. DETECTABLE WARNINGS WATER MAIN,TRENCHED,PVC,8" 23 7030-108-G-0 REFER TO D.2 SHEET FOR LOCATION.UNIT PRICE INCLUDES FURNISHING AND INSTALLING MANUFACTURED COMPLY WITH AWWA C900.REFER TO M.3 SHEET FOR LOCATION.UNIT PRICE INCLUDES,BUT IS NOT LIMITED TO, DETECTABLE WARNING PANELS AND STEEL BAR SUPPORTS.DETECTABLE WARNINGS SHALL BE CAST IRON PAINTED TRENCH EXCAVATION,DEWATERING,FURNISHING&INSTALLING PIPE,FURNISHING,PLACING,AND COMPACTING BRICK RED. 9 5010-108-A-0 BEDDING AND BACKFILL MATERIAL,TRACER SYSTEM,TESTING,DISINFECTION,AND POLYETHYLENE WRAP FOR DUCTILE IRON PIPE AND FOR FITTINGS.WATER MAIN UNDER OR WITHIN SFT OF PAVED AREAS SHALL BE DRIVEWAY,PAVED,PCC,6 INCH,CSUD MIX BACKFILLED WITH CLASS A ROADSTONE.MECHANICAL RESTRAINED JOINTS COMPLYING WITH ASTM F 1674 AS 24 7030-108-H-1 REFER TO D.2 SHEET FOR LOCATION AND SUDAS STANDARD SPECIFICATIONS FIGURE 7030.102 FOR DETAIL.UNIT REQUIRED ARE INCIDENTAL TO THIS ITEM.ALL PIPE SHALL BE RESTRAINED JOINT. PRICE INCLUDES EXCAVATION,SUBGRADE PREPARATION,FORMWORK,ADDITIONAL THICKNESS AT THICKENED EDGES,JOINTING,SAMPLING,MATURITY TESTING,AND MINOR GRADE ADJUSTMENTS. FITTINGS,DIP,8" COMPLY WITH AWWA C153.REFER TO M.3 SHEET FOR LOCATION.UNIT PRICE INCLUDES,BUT IS NOT LIMITED TO, TEMPORARY TRAFFIC CONTROL 10 5010-108-C-0 RESTRAINED JOINTS AND THRUST BLOCKS,GASKETS,GLAND RINGS,BOLTS.POLYETHYLENE WRAP IS INCIDENTAL TO LUMP SUM PRICE INCLUDES INSTALLATION,MAINTENANCE,AND REMOVAL OF TEMPORARY TRAFFIC CONTROL; THIS ITEM. 25 8030-108-A-0 REMOVAL AND REINSTALLATION OR COVERING OF PERMANENT TRAFFIC CONTROL DEVICES THAT CONFLICT WITH TEMPORARY TRAFFIC CONTROL PLAN;MONITORING AND DOCUMENTING TRAFFIC CONTROL CONDITIONS;AND WATER SERVICE STUB,TYPE K COPPER,TRENCHED,1" FLAGGERS. REFER TO M.3 SHEET FOR LOCATION.ITEM INCLUDES,BUT IS NOT LIMITED TO,FURNISHING AND INSTALLING 11 5010-108-D-0 SERVICE PIPE,CURB STOP,STOP BOX,TRENCH EXCAVATION,DEWATERING,FURNISHING,PLACING,AND SOD COMPACTING BEDDING AND BACKFILL MATERIAL;CONNECTING THE NEW CURB STOP TO THE SERVICE LINE TO THE REFER TO D.2 SHEET FOR LOCATION.SOD ALL AREAS DISTURBED BY CONSTRUCTION UNLESS INDICATED ON PLANS. PROPERTY OR THE NEW LARGE DIAMETER SERVICE TO THE EXISTING LINE. COST FOR WATERING SHALL BE CONSIDERED INCIDENTAL TO THIS ITEM.ROCK PICKING,FINISH GRADING,AND 26 9020-108-A-0 REWORK,INCLUDING REGRADING AND ADJUSTING GRADING,ARE CONSIDERED INCIDENTAL TO THIS ITEM. VALVE,MJ,8" CONTRACTOR RESPONSIBLE FOR PROTECTING ALL SODDED AREAS DURING ESTABLISHMENT AND ACCEPTANCE. REFER TO M.3 SHEET FOR LOCATION.UNIT PRICE INCLUDES,BUT IS NOT LIMITED TO,ALL COMPONENTS ATTACHED SODDING OF AREAS DISTURBED OUTSIDE OF CONSTRUCTION LIMITS SHALL BE RESPONSIBILITY OF CONTRACTOR 12 5020-108-A-0 TO THE VALVE OR REQUIRED FOR ITS COMPLETE INSTALLATION,INCLUDING UNDERGROUND OR ABOVE GROUND AND NO ADDITIONAL COST TO THE OWNER. OPERATOR,MECHANICAL JOINT RESTRAINT,SQUARE VALVE OPERATING NUT,VALVE BOX AND COVER,VALVE BOX EXTENSION,AND VALVE STEM EXTENSION. MOBILIZATION 27 11,020-108-A LUMP SUM PRICE INCLUDES MOVEMENT OF PERSONNEL,EQUIPMENT,AND SUPPLIES TO THE PROJECT SITE; FIRE HYDRANT ASSEMBLY BONDING,PERMITS,OR OTHER EXPENSES INCURRED PRIOR TO CONSTRUCTION. REFER TO M.3 SHEET FOR LOCATION.UNIT PRICE SHALL INCLUDE ALL LABOR,PIPE,FITTINGS,ACCESSORIES,AND REMOVALS NECESSARY FOR THE INSTALLATION OF NEW FIRE HYDRANT.BACKFILLING AND DEWATERING ARE 28 11,050-108-A CONCRETE WASHOUT 13 5020-108-C-0 INCIDENTAL.THRUST BLOCKING AND APPROVED RESTRAINED JOINT CONNECTIONS,HYDRANT EXTENSIONS,AND LUMP SUM PRICE INCLUDES PROVIDING CONCRETE WASHWATER,CONTAINMENT,COLLECTION,AND DISPOSAL. USE OF MECHANICAL JOINT RESTRAINT SHALL BE INCIDENTAL TO THIS ITEM.INSTALL PER CITY OF IOWA CITY APPROVED SUPPLEMENTAL SUDAS DETAIL.REFER TO FIG.5020.201 OF CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS. CITY OF IOWA CITY H SCALE: 1"=N/A DESIGN AD Project: Sheet Title: File# Sheet ENGINEERINGEASTWOOD DR & S LAWN DR REFERENCE NOTES DIVISION V SCALE. 1"=N/A DRAWN AD INTERSECTION IMPROVEMENT PROJECT C.2 DATE: 10/15/21 REMOVE CURB STOP V PROP. DRIVEWAY REMOVAL �,ie�%e�,� - AREA= 27.4 SY r-- 4.,•;', •• N. PROP. SIDEWALK REMOVAL ,e#e#ee#♦♦e##- 'iei♦ii'i�•#-i'�♦e'�e e ve• e �eiei#i#i#iei' Z i#i#�!�►ieieii►iei#i� iei � �iei#Oieii0iei ii# +ieieieiei#iei#ieieieiiiiieieieieioei�iei :#iei# i'�i • -._._-, AREA= 42.6 SY `— ---- .! ; +l+!e�i!#e.## ►eieeei►i#OO�►e00e�!OO!►Oe'�e0i#ieiei'Die##eeeeeee#0e#eeeee#i`�►#e#eei►eeieieieiei►iei4#4�#.ei#i�►ei►ii'�ii•Oi-i REMOVE EXIST. FIRE 0 0' � .a+A�ai►. e.�� • # �i,#+!!!4L!!+lil+e�l�e�e � +!+�ele�0ei�e�e�e�e�e�e0 ���####.eeee#eeee##�l�#fie•4,eee###�►e•ee�el►/e#e#e#� PROP. INTAKE REMOVAL .. . .♦e•eee• se�wr•-r•... •++eeeee+e►. . ♦e..Oeee# ,e♦ ♦..# #eeseeeee#ee#e# :___•••• •.••_+lii!e��O.�.�_�_� (SAVAGE TO THE CITY) d►a#e�ye!e-eeei#e�#e#ei i♦#♦#e# eee##i0�ee♦iee##eeee#e+ee_♦#ieeeie iveei#i•#ei#ie♦eeei•#�ee♦iee0eiee0eei♦eei4a♦i♦#iei1eei#ieieie#ei#i#e#ifiiee 0e #► ►#ie#ieese.eei ii 4___is - -. w-- _- ,+ iCi#•e�e0♦_w♦##,'-#i£e: i.e#u#+ #e.l+e+• •!••!#• so -�----w---- - �►♦�i��ii Ai�i���` i O���♦i���i�i'+ �i+i�#ee#i#e♦#i#♦Oie♦ee♦i♦e�e#i♦##♦e�♦ee#ee�♦i#♦#i#♦i#i#♦♦#i♦e##e�#i#♦#i♦e�ei#eeee�e♦♦#ei#i♦�♦i♦#♦e#♦�eeeie♦�e#i�#��i ►e#ie♦�♦ee♦#♦�� ��i�♦�♦��i +-`i-— YO ► ♦ ♦ ♦#e ♦ #t, se♦e♦!e#e#4e SGN :����I\. � A4. :�" -�.d-t14 ��= ��D�• #� # ee .# � # ♦ e i ._49 :twit-wry-N. `� .A i4; . D._i.�:�. oit ; ► .1 - i ��►, — — — _ _ _ _ _ _ — - . iw 1• r 1 ` � �. �v;p, - N �!i�i.��!��.aN���►#+ii���i���ii+�i,��+��i���ii��►►i+i�i��'Vi'��'V`i���'V�i;`►+/ABANDON EXI T. VALVE ► o 4` ►�i�+i ii'��ifi♦+��►���.i���ii♦i��i�ii,�e►���ii���♦ii*ii♦���i i�ii♦���iii�ii♦�+i�i�ii�i�����♦�ii,�i�<�ii�i��'�iii♦�,��ii♦���♦i���i.��i�i�►i�����♦�♦��i�*•�i��.♦�ii�����♦�i�ii+���iii����i♦��ii�i''V * ► 4���i�i������ii♦���ii�i�i♦��i i�i�♦�i����i�♦ii��♦i♦�+����i�i��t�♦♦���♦i.�ii�♦♦��i+�i♦�ia�� �►��, AST WOOD DR LID & BOX,TO CITY) 0 4 ` , ' •i ►r� 4 , 4: 4. 4i 4 . ►, ,' 4. A� ►:1: i: i4► � C NTRACTOR TO REMOVE & RE I NST LL +►ii� 4 �`i ►�i♦♦♦ii�.♦iiiiiii♦�i♦�i♦��♦.►►�i�i�i��i�i♦�i�i�♦� �♦i�i�i�i���ii�i. ► P ST SIGN� ��.40. o� 4i _ _ L .... •/ / - ' 4 1t ; ♦ 4 ♦ .•I PROP. PAVEMENT REMOVAL�'fA. - -l-li4P44 40b,A.' . .� i_ _ _ �� -�.� i��� �4 N ��+�+i� ���t AREA= 339.0 SY ----�- 1--�- 4: -s44 iiiiii�i�iii �i�i•. 41„4=r:�:�.. .A'An+.,.��►� CONTRACTOR TO REMOVE & REINSTALL '♦##♦�'� �`'i'`'`►� ,�ii i � h'##e# '• `" \#♦♦4e♦�♦fit` #e e#### ,...##:#� �iii� �ii� �iii��,� �iiii.*.iii POST SIGN #O�,�e#ear'♦• - -t•�#•# #e f,`� #*#iei♦�#e♦.► � � ♦ "tj' •�e#-#•#- ♦s.##♦#. �i♦�♦ � 8. ! i 0i♦i#i#i♦ieiei i ei#•. ..•.1# s#.�i►i#\\#i#is� 1 ♦s.♦�#...,_e: I T •. •edee ♦♦#♦♦e##o,�; l� • , y �:•.•:. `► ��'� 1 I � ♦��♦�� ! �� � �� 1y♦e#♦♦�#4�#t#t#♦!#ii♦##i►tom♦e#♦###► ♦##♦•1###♦ •e♦♦♦#♦♦ ►eee# '' 1ly,;- ' � i###41' eee e♦#.►♦#M.♦af�: ##!#-�a#♦e#♦e ♦#####e I � 1S\ +#,+##. s- },•#`♦.•*•. fie##1P#!e••��I►#.♦#i♦Y�'♦♦� :# PROP. SIDEWALK REMOVAL I ►vii�- +�+� iy AREA= 20.5 SY I � +, ...... PROP. SIDEWALK REMOVAL ` ###i# J' �#i l;.\ \AREA= 28.3 SY evApi � 110 rip; ♦�♦�♦ ° SGN • � ♦ ♦ V PROP. INTAKE REMOVAL ►#i i *A..�, \\ #♦#4 A _ .a4 !#!i!i! PROP. I N TA'kE,R E M OVAL ► ###♦ A. . . -.'!�_.► i iVi�G -_. iei#i#i ♦ie♦i♦i •\�s #♦##. • • # i PRO{ . STORM SEWER REMOVAL =iii! i \\ ♦•, • ... •• #♦# \ 'SOUTHLAWN DR'; ,** S\ \ S1 - \\ S\ CITY OF IO WA CITY H SCALE 1"=10' DESIGN AD Project: EASTWOOD DR & S LAWN DR Sheet Title File# Sheet ENGINEERING DIVISION VSCALE: 1"=10' DRAWN: AD REMOVALS D.1 DATE: 10/12/2021 INTERSECTION IMPROVEMENT PROJECT MATCH 726.94) PROP. PCC DRIVEWAY, 6" (TYP.) MATCH gl MATCH 726.67 MATCH 726 73 (724.10 • ' . • MATCH 727.01 '•'•••' • • ' '•'•••••••',•. /725.76) MATCH /'7f a , . a . a a . , '.._ _ 7265_0�, 2 5 26. FAhoy MATCH MATCH lJ? J MATCH i .�727.68) t`tt( �t )5 piC724.15 725.67 MATCH l/ o tx s;, /'3„� _�/ j q , • a . • 726 39 J 7 0 1 O a ••• ••. • • . ,'. . N.! !.. MATCH j 1 7 • • • • • • p:e 6I Y ••• �y ''� 1727.54) % r '• • • a , a a , • • . • E JOINT PROP. OFF SITE TOPSOIL EASTWOOD DR PROP. SODDING PROP. DETECTABLE WARNINGS PROP. PCC CURB RAMP, 6" (TYP.) SA,; •:`:' ••:'. .'.'.'.'.'. . (7zs.00� z6.2s� PROP. PCC SIDEWALK, (TYP.) . , . • a�24.30 • • Y25!00• • • • 724.58 I. • ' • _ • • • +•1 . , . . . . E JOINT s1a • y2y:1e ' �' :Q ' -:� • ••••a • • • • • • • • • • MATCH V ta 74! MATCH .�. - ,726.08 1 �, 7_ • .{ • 7.2.18. ) ;{I+'- — . , a 1 `t726.26) 726.34 _ I^\ MATCH • a • •••��� 728.30 .'a'.+ PROP. PCC SIDEWALK. 4" (TYP.) • PROP. PCC CURB RAMP, 6" (TYP.) • • • • ••;• \ MATCH MATCH (726.o8 725.84) SOUTHLAWN DR �:�:�: , • MATCH MATCH (727.99 728.01 CITY OF IO WA CITY H SCALE: 1"=10' DESIGN AD Project Sheet Title: File# Sheet ENGINEERINGEASTWOOD DR & S LAWN DR DIVISION VSCALE: 1"=10' DRAWN: AD PROPOSED SIDEWALK D.2 DATE: 10/12/2021 INTERSECTION IMPROVEMENT PROJECT N — 0 10' ISCC na;x ti SGN f "., CD JOINT uF° CD JOINT RD JOINT / EASTWOOD DR 70-t,_,..c:, k �, / L-2 JOINT RD JOINT O5,104,S OFF FF„55A \ o�,x,rn BOG TN ad.SGN eGI.727.12 oc m.0 \ / STA 0.55R R=1B 0' \ / L-2 JOINT R=is.o I / l� - 1 ,,,.9 - CD JOINT 7. 1 w". BCC 727 OS oL,aa„ RD JOINT 6L66 I Re SOUTHLAWN DR CITY OF I O WA CITY H SCALE: 1"=10' DESIGN. AD Project: EASTWOOD DR & S LAWN DR Sheet Title: File# Sheet ENGINEERING DIVISION VSCALE: 1"=10' DRAWN: AD PROPOSED PAVEMENT JOINT PLAN D.3 DATE: 01/31/2022 INTERSECTION IMPROVEMENT PROJECT IQ - _ :�� 7 n 0 10' r- _ - -ST —<<—sr— —JO/ I STRUCTURE -(5) SW 509 INTAKEEASTWOOD DR SUBDRAIN CONNECTION TO INTAKE — — FG:723.58 SUMP:719.50 c.' ! INV IN:720.00 15" I PROP. SUBDRAIN , CLEANOUT Ilk. SGN j --_— -. - sN \ STRUCTURE - (3) SW-509 INTA �SGN STRUCTURE -(2) SW-509 INTAKE Dj N STA:0+39.29 OF. :31.61 R j'c'' ' FG:725.28 STA:0+68.14 OFF:30.44R or-�s SUMP: 20.95 / FG:726.15 _ / SUMP:722.18 INV IN:721.45 15" ------ v\s INV OUT:721.35 15" INV IN:722.68 15" • STRUCTURE - (4) SW-509 INTAKE oN INV OUT:722.58 15" STA:0+18.27 OFF:14.34R FG:723.64 `S ` } SUMP:719.66 ''se --s---—is— ,--is a--—is-I e� 28.9'of15 @3.9/0 ls� INV IN:720.16 15" INV OUT:720.16 15" SGN -,-. STRUCTURE - (1) SW-512 INTAKE NOTES: \�1S\ STA:1+28.67 OFF:57.87R 1. PIPE LENGTHS SHOWN ARE MEASURED FROM CENTER — - FG:730.69 FG:730.69 TO CENTER OF INTAKES. I 66S1S�\ SUMP:726.69 2. INVERT ELEVATIONS ARE SHOWN AT CENTER OF offs„��1s INTAKE. SOUTHLAWN DR 8� , 6 -, 3. PIPES SHALL ENTER/EXIT INTAKES AT THE CENTER OF �1s THE INTAKE WALL. �1 I s\ \!s AA N,,,,-) CITY OF IO WA CITY H SCALE: 1"=10' DESIGN AD Project. Sheet Title File# Sheet ENGINEERING EASTWOOD DR & S LAWN DR DIVISION V SCALE: 1"=10' DRAWN. AD PROPOSED STORM SEWER PLAN M.1 DATE: 10/07/2021 INTERSECTION IMPROVEMENT PROJECT Station -1 +00 0+00 1+00 2+00 , i 3+00 I 1 I i I I I 1 + 7„ I I 1 !� ,,}�11 15 pil 4: 11 + v 1 i. ,`i1 STRUCTURE -(2) SW-E 09 INTAKE STRUCTJRE -(1) SW-512 INTAKE - STRUCTURE -(3) SW-509 INTAKE STA:0+68.14 OFF:30.44R STA:1+28.67 OFF:57.87R STA:0+39.29 OFF:31.61 R FG:726.15 FG:730.69 FG:725.28 SUMP:722.18 SUMP:726.69 730 SUMP.720 95 WY 1N.722 6a 1.5" 11 730 INV IN:721.45 15" INV OUT:722.58 15" INV OUT:721.35 15" STRUCTURE-(4) SW-509 INTAKE STA:0+18.27 OFF:14.34R - _ FG:723.64 SUMP:719.66 m INV IN:720.16 15" CT INV OUT:720.16 15" , < STRUCTURE -(5) SW-509 INTAKE 66.5'of 15" @ 6.8% O STA:0+17.52 OFF:-14.80E r FG:723.58 SUMP:719.50 INV IN:720.00 15" �/ - 28.9'of 15" @ 3.9% -------------1\ 720- - 1.5' \___ 720 27.2' of'5" @4.4% MIN 5.5'(TYP) - ON 29.1'of 15" @ 0.5% PROP. 8" PVC WATER MAIN 715 I I I I 1 I I I I I I I 715 -1+00 0+00 1+00 2+00 3+00 CITY OF I D WA CITY H SCALE: 1"=30' DESIGN AD Project: Sheet Title: File# Sheet ENGINEERING EASTWOOD DR & S LAWN DR DIVISION V SCALE. 1"=30' DRAWN AD PROPOSED STORM SEWER PROFILE M.2 DATE: 01/20/2022 INTERSECTION IMPROVEMENT PROJECT PROP. 8" VALVE - ---- _______________ ___. N MIN. 5.5 FT BURY DEPTH (TYP.) 8"45° DI ELBOW E111 PROP. 8" TEE STA 0+29.67 1-INCH TYPE K COPPER SERVICE LINE • - ,. L 0 6" 8" DI REDUCER OFF 19.60'L WITH CURB STOP AND BOX ' 8P: °:: : ST_ OFF 18,021 - __ 6 - R ____ _ ____I__ _________. _,. -« sr— STA 1+00.40 OFF 16.41'L I. fr'— --vf ---w----w---- +-- -w-- -w-- SGN 8. iya L I - -PROP. FIRE HYDRANT ASSEMBLY (TYP.)• I STA 0+39.10 OFF 16.68'L0 I - __ EASTWOOD DR j u ____i PROP. 8" PVC WATER MAIN i '_- I MIN. 5.5 FT BURY DEPTH (TYP.) __ 8 SGN SGN \ / _ � PROP. 8"VALVE / /// _ I STA 0+31.85 OFF 32.17'R / I - I SGN '' 1 8"45° DI ELBOW 1 L I LEGEND: 6"-8" DI REDUCER STA 0+36.84 SOUTHLAWN DR PIPE TO BE RESTRAINED OFF 41.69'R I H SCALE: 1"=10' DESIGN: AD Project Sheet Title: File# Sheet CITY OF I D WA CITY ENGINEERINGDIVISION EASTWOOD DR & S LAWN DR V SCALE 1"=10 DRAWN AD PROPOSED WATER MAIN PLAN M.3 DATE: 10/07/2021 INTERSECTION IMPROVEMENT PROJECT