HomeMy WebLinkAboutWATER PAVEMENT PATCHING PROJECT/20212021 WATER
PAVEMENT
PATCHING PROJECT
2021 WATER PAVEMENT PATCHING PROJECT
2021-May-04 Plans, specs, proposal and contract, estimate of cost
2021-May-04 Res No. 21-118: Setting public hearing
2021-May-10 Notice of public hearing
2021-May-18 Res No. 21-141: Approving project manual and estimate of cost
2021-May-20 Notice to bidders
2021-Jun-15 Res No. 21-161: Awarding contact (All American Concrete Inc)
2021-Oct-11 Contract, proposal, performance, payment and maintenance bond
2022-Jan-12 Engineer's report
2022-Jan-18 Res No. 22-15: Accepting the work
2021
OVERALL LOCATION MAP
WATER PAVEMENT PATCHING PROJECT
-04
O
O
O
1-1if
DRAWING INDEX
SHEET
NUMBER
SHEET TITLE
NUMBER SHEET
SHEET TITLE
A.01
TITLE SHEET
OAS
PLAN VIEW - PAVING SHEET 1710 ROCHESTER AVENUE
C.01
CONTACTS AND NOTES
D.14
PLAN VIEW - PAVING SHEET 160 RAVENCREST DRIVE
D.01
PLAN VIEW - PAVING SHEET 1906 CALVIN AVENUE
D.15
PLAN VIEW - PAVING SHEET 168 RAVENCREST DRIVE
D.02
PLAN VIEW - PAVING SHEET 830 RIDER STREET
D.16
PLAN VIEW - PAVING SHEET 2107 FRIENDSHIP STREET
D.03
PLAN VIEW - PAVING SHEET 329 LEE STREET
D.17
PLAN VIEW - PAVING SHEET 944 DEFOREST AVENUE
0.04
PLAN VIEW - PAVING SHEET 227 FERSON AVENUE
D.18
PLAN VIEW - PAVING SHEET 1515 BROADWAY STREET
D.05
PLAN VIEW - PAVING SHEET 515 NORMANDY DRIVE
D.19
PLAN VIEW - PAVING SHEET 1629 SPRUCE STREET
D.06
PLAN VIEW - PAVING SHEET 865 NORMANDY DRIVE
D.20
PLAN VIEW - PAVING SHEET 1495 BUCKINGHAM PLACE
D.07
PLAN VIEW - PAVING SHEET 5 KNOLLWOOD LANE
D.21
PLAN VIEW - PAVING SHEET 2318 BIRCH STREET
D.OB
PLAN VIEW - PAVING SHEET 711 KIMBALL ROAD
D.22
PLAN VIEW - PAVING SHEET 2281 TAYLOR DRIVE
D.09
PLAN VIEW - PAVING SHEET 1620 NORTH DUBLIOUE ROAD
D.23
PLAN VIEW - PAVING SHEET 2311 TAYLOR DRIVE
D.10
PLAN VIEW - PAVING SHEET 1820 NORTH DUBUQUE ROAD
D.24
PLAN VIEW - PAVING SHEET 1628 CALIFORNIAAVENUE
D.11
PLAN MEW - PAVING SHEET 102 EAST BURUNGTON STREET
D.25
PLAN VIEW - PAVING SHEET 306 CANNES STREET
D.12
PLAN VIEW - PAVING SHEET 938 EAST JEFFERSON STREET
S.01
CURB RAMP DETAIL
Nol to Seek q 1D
CITY OF IOWA CITY ENGINEERING DIVISION
APPROVED
Qj 5/-3/1,
CITY ENGINEER DATE
"p111���0pj""
FESS I p
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
`„aQp`
5= SCOTTKn
STATE OF IOWA.
'If,
SOMERS z
S TT K. SOMERS, PE DATE
17141 m;
MY UCENSE RENEWAL DATE IS DECEMBER 31, 2021
$ / OW p�."°`
"mumllllllmon""O�
PAGES OR SHEETS COVERED BY THIS SEAL:
ENTIRE BOUND DOCUMENT
CITY
OF
IO WA
CITY
ENGINEERING
DIVISION
H SCALE:
VSCALE:
1"=XX
1"=N/A
DESIGN
DRAWN:
DATE:
MLV
MLV
5/3/21
Prqea
2021 WATER PAVEMENT
PATCHING PROJECT
ShIMTNIx
TITLE SHEET
File p
Sheet
A.01
CONTACTS
GENERAL NOTES
UTILITY NOTES
THE FOLLOWING UTILITY COMPANIES MAY HAVE
FACILITIES IN PROXIMITY TO THE PROJECT:
CABLE TELEVISION
MEDIACOM
DARWIN DRISCOLL OFFICE: (319) 351-0408
EXT 3702
CITY OF IOWA CITY
CITY PARKS AND FORESTRY
TYLER BAIRD OFFICE: (319) 356-2069
CITY SEWER DEPARTMENT
ON -CALL -COLLECTIONS OFFICE: (319) 631-1144
CITY TRAFFIC ENGINEERING
BROCK HOLUB OFFICE: (319) 356-5482
CITY RIGHT-OF-WAYS
JIM PROTASKEY OFFICE: (319) 356-5438
CITY WATER DIVISION
EMERGENCY (319) 356-5166
MICHAEL WILLIS MOBILE: (319) 631-1169
DAVE EXUNE MOBILE: (319) 930-7707
FIBER OPTICS
AT&T
LENNY VOHS OFFICE: (816) 275-4014
MOBILE: (770) 335-8244
IMON
RANDY SCHOON OFFICE: (319) 261-4630
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
GAS
MIDAMERICAN ENERGY
JOE RETEK OFFICE: (319) 341-4457
MOBILE: (319) 930-6225
ELECTRIC
MIDAMERICAN ENERGY
LINDSAY HOUSTON OFFICE: (319) 341-4419
TELEPHONE
CENTURY LINK
DAVID KIRKEBY OFFICE: (319) 399-7440
MOBILE: (319) 329-3807
UTILITY LOCATING CREW
IOWA ONE CALL (800) 292-8989
1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE
STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS)
STANDARD SPECIFICATIONS, GENERAL SUPPLEMENTAL
SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND
SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE
PLANS.
2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE
PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR
SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN
ADVANCE OF NECESSARY STAKING.
3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE
PROJECT PLANS. THE CONTRACTOR SHALL GET
AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING
ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL
CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF
CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND
PRIVATE PARTIES IN WRITING.
4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL
PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE
PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS
48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT
WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY.
5. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE
PLAN IOWA SOUTH ZONE; US SURVEY FOOT NAD 83 (1996 HARN)
AND NAVD 88, RESPECTIVELY.
6. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE
PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS
'REMOVE' OR 'CLEAR AND GRUB' ON THE PROJECT PLANS AND
AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE
SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT
INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM.
7. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL
WATERMAIN, HYDRANT RELOCATION AND INSTALLATION, AND
WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION.
8. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT
PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE
SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS
AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC
CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS
'SIDEWALK CLOSED','SIDEWALK CLOSED - USE OTHER SIDE',
AND 'SIDEWALK <WITH APPROPRIATE DIRECTIONAL ARROWS>'
AS DEEMED NECESSARY BY THE ENGINEER.
9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR
SHALL USE ALL MEANS NECESSARY TO CONTROL DUST
SPREADING FROM ALL WORK AND STAGING AREAS. DUST
CONTROL MEASURES SHALL BE IN ACCORDANCE WITH THE
APPLICABLE SPECIFICATIONS AND APPROVED BY THE ENGINEER,
AND SHALL BE INCIDENTAL.
10. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD
VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL.
11. THE TRAFFIC CONTROL PLANS IN THIS PROJECT COORDINATE
WITH THE KEY AND NOTES INCLUDED IN THE SUDAS DETAIL
8030.101, TEMPORARY TRAFFIC CONTROL GENERAL
INFORMATION.
1. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR
ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE
CONTRACTOR TO:
1.1. NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY
CONSTRUCTION.
1.2. COORDINATE OPERATIONS WITH UTILITIES
1.3. AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES.
1.4. DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID
DAMAGE THERETO.
1.5. PRIOR TO BEGINNING CONSTRUCTION, PROVIDE LABOR AND EQUIPMENT NECESSARY
TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS
WHICH MAY RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS.
2. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM
AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE
CONSIDERED APPROXIMATE ONLY.
3. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS
PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE
ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK.
4. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE -CALL SERVICE AT (800)-292-8989
AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT.
5. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY.
UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME
OF DISCOVERY.
NOTES ON ADDITIONAL LOCATIONS
1. AS NEW WATER MAIN BREAKS OCCUR DURING THE CONTRACT, THE CITY OF IOWA CITY WILL
WORK TO INCORPORATE PAVEMENT RESTORATION WITH THE CONTRACTOR ON A QUANTITY
ADJUSTMENT WITH THE UNIT PRICES ESTABLISHED IN THE CONTRACT. IF NEEDED, ADDITIONAL
BID ITEMS NOT INCLUDED IN THE ORIGINAL CONTRACT WILL BE NEGOTIATED WITH THE
CONTRACTOR BY CHANGE ORDER.
2. IT IS ANTICIPATED THAT AROUND FIFTEEN (15) NEW LOCATIONS WILL BE ADDED OVER THE
DURATION OF THE CONTRACT, BUT THE EXACT NUMBER OF ADDITIONAL LOCATIONS IS
UNKNOWN.
d
o�
T> -�
D
tj7
r-
I CITY OF IO WA CITY I H SCALE: 1'=N/A I DESIGN: MLV I I Sheet Title: I File4 Sheet
ENGINEERING 2021 WATER PAVEMENT
DIVISION VSCALE: 1 =WA DRAWN: MLV PATCHING PROJECT CONTACTS AND NOTES C.01
DATE: 5/3/21 t
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117
2. SEED DISTURBED AREAS PER SECTION 9010.
I CITY OF I0 WA CITY V SCALE 1'=N/ DESIGN: MLV I Project Sheet rifle: I Flee Sheet
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW - PAVING SHEET
DIVISION V SCALE: 1'=N/A DRAWN: MLV PATCHING PROJECT 1906 CALVIN AVENUE D.01
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030,101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
3. CONSTRUCTION FOR THIS LOCATION MUST BE COMPLETED BY AUGUST 13, 2021 DUE TO ITS CLOSE PROXIMITY TO A SCHOOL.
7040-108-B-0: SUBBASE OVER -EXCAVATION
36
SY
7040-108-1-0: CURB AND GUTTER REMOVAL
11.50
LF
.'
CITY OF IO WA CITY ENGINEERING HSCALE: 1•-20 DESIGN: MLV Proiec[ 2021 WATER PAVEMENT Sheet Tile: PLAN VIEW - PAVING SHEET Rlea Sheet
DIVISION VSCALE 1 �N/A DRAWN: MLV D.02
DATE: 5/3/21 PATCHING PROJECT 830 RIDER STREET
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY OF IO WA CITY ENGINEERING I HSCALE: 1'-20- I DESIGN: MLV I 2021 WATER PAVEMENT Sheet Tide: PLAN VIEW- PAVING SHEET File# sheet
DIVISION VSCALE 1'=N/A DRAWN: MLV PATCHING PROJECT 329LEESTREET D.03
DATE 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
7030-108-H-1: DRIVEWAY, PAVED, PCC, 8`
8
SY
7010-108-1-0: CURB AND GUTTER REMOVAL
25
LF
r
CITY OF
I D WA
ENGINEERING
CITY
H SCALE 1-20'
V SCALE: 1'=N/A
DESIGN:
DRAWN:
MLV
MLV
Projec
2021 WATER PAVEMENT
SheetTtle
PLAN VIEW -PAVING SHEET
File #
Sheet
D.04
DIVISION
PATCHING PROJECT
227 FERSON AVENUE
DATE:
5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, 8030.117
2. SEED DISTURBED AREAS PER SECTION 9010.
I CITY OF IO WA CITY H SCALE 1=20' DESIGN: MLV Projec Sheet Title I File It Sheet
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION VSCALE: r=N/A DRAWN: NIL PATCHING PROJECT 515 NORMANDY DRIVE D.05
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY OF IO WA CITY D VENGINEERING H SCALE 1'=2o DESIGN MLV I 2021 WATER PAVEMENT Sheetrtle: PLAN VIEW -PAVING SHEET I File# Sheet I
V SCALE: 1'=N/A DRAWN: MLV D.06
DATE: 5/3/21 PATCHING PROJECT 865 NORMANDY DRIVE
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY
r OF TO WA CITY
— HSCALE: 1'=20' DESIGN: MLV IPA Sheet Title: File Sheet
1 Y L/ VI'/ 1/ 1 ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION vscALE: =NA DRAWN: MLV PATCHING PROJECT 5 KNOLLWOOD LANE D.07
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
3. CONSTRUCTION FOR THIS LOCATION MUST BE COMPLETED BY AUGUST 13, 2021 DUE TO ITS CLOSE PROXIMITY TO A SCHOOL.
I ENGINEERING I H SCALE: 1'_20' I DESIGN: MLV 1Imiect 2021 WATER PAVEMENT I Sheet Title: PLAN VIEW- PAVING SHEET I File I Sneer I
DIVISION VSCALE: 1'=NiA DRAWN: MLV PATCHING PROJECT 711 KIMBALL ROAD D.08 J
CITY OF IO WA CITY
DATE: 513/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
I CITY OF IO WA CITY I H SCALE 1-20 DESIGN: MLV I Project I Sheet Title I File# I Sheet I
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION VSCALE tr=N/A DRAWN: MLV PATCHING PROJECT 1620 NORTH DUBUQUE ROAD D.09
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY OF IO WA CITY I H SCALE: 1'=20' I DESIGN: MLV I SheetTNe: I Riea Sheet I
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION VSCALE: 1'=N/A DRAWN: MLV D.10
DATE: 5/3/21 PATCHING PROJECT 1820 NORTH DUBUQUE ROAD
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.110, AND 8030.117
2. SEED DISTURBED AREAS PER SECTION 9010.
I CITY OF IO WA CITY H SCALE 1=20' DESIGN.MLV Project Sheet Title I File Sheet I
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION V SCALE: 1•=N/A DRAWN: MLV PATCHING PROJECT 102 E BURLINGTON STREET D.11
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.110
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY OF IO WA CITY H SCALE: 1'=20 I DESIGN: MLV I I Sheet Title I RIe# I Sheet I
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION VSCALE: 1'=N/A DRAWN: MLV PATCHING PROJECT 938 EAST JEFFERSON STREET D.12
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.108
2. SEED DISTURBED AREAS PER SECTION 9010.
I CITY OF IO WA CITY I H SCALE: Z20' I DESIGN: MLV I Project I Sheet Title: I RIe# Sheet
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEEP
DIVISION VSCALE: 1'�N/A DRAWN: MLV PATCHING PROJECT 1710 ROCHESTER AVENUE D.13
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117
2. SEED DISTURBED AREAS PER SECTION 9010.
T T' O T TO WA CITY
m c' V SCALE: 1•=N/ DESIGN: MLV I Project Sheet Title: File# I Sheet I
L 1 Y 1/' 1 VI►l 11/ Y ENGINEERING 2021 WATER PAVEMENT PLAN VIEW - PAVING SHEET
DIVISION VSCALE: 1 =N/A DRAWN: ML
DATE: 5/3v PATCHING PROJECT 160 RAVNECREST DRIVE D.14
/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY OF IO WA CITY I H SCALE: 1•=20- I DESIGN: MLV I I Sheet Title: I Hlen I sheet I
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION V SCALE: 1 =N/A DRAWN: MLV PATCHING PROJECT 168 RAVNECREST DRIVE D.15
DATE: 5/3121
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
I CITY OF I D WA CITY H SCALE 1'=N/ DESIGN MLV I Protect Sheet Ttle File# Sheet
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION vscALE: r=wA DATE MLV PATCHING PROJECT 2107 FRIENDSHIP STREET D.16
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
7030-108-H-1: DRIVEWAY, PAVED, PCC, 8'
12
SY
7010-108-1-0: CURB AND GUTTER REMOVAL
38.50
LF
CITY
OF
ENGINEERING
IO WA CITY
H SCALE 1-20'
VSCALE: 1'=N/A
DESIGN
DRAWN:
MLV
MIL
Project
2021 WATER PAVEMENT
Sheet Title
PLAN VIEW -PAVING SHEET
File
Sheet
D.17
DIVISION
PATCHING PROJECT
944DEFORESTAVENUE
DATE:
5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY OF IO WA CITY ENGINEERING I HSCALE: 1'=29 I DESIGN: MLV Proles 2021 WATER PAVEMENT I sheetrtle: PLAN VIEW- PAVING SHEET I File I Sheet I
DIVISION VSCALE: 1 =N/A DRAWN: MLV PATCHING PROJECT 1515 BROADWAYSTREET D.1B
DATE 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY OF IO WACITY H SCALE 1'=N/ DESIGN MLV Project Sheet Title: File# Sheet
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW - PAVING SHEET
DIVISION vscALE: r=N/A DAAW
TE MLv PATCHING PROJECT 1629 SPRUCE STREET D.19
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
7040-108-B-0: SUBBASE OVER -EXCAVATION
33
SY
7040-108-1-0: CURB AND GUTTER REMOVAL
14
LF
: • ` : •'
I T o TO T,T� �� I H SCALE: 1':20' I DESIGN: MLV I P I Street Title: I His$ I Snaet I
1 1/ V/I/ ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
TY DIVISION VSCALE: 1'=N/A DRAWN: MLV PATCHING PROJECT 1495 BUCKINGHAM PL D.20
DATE 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117
2. SEED DISTURBED AREAS PER SECTION 9010.
I CITY
' 0 T TO T,T� CITY
` ' H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File # Sheet
1 Y 1/J f 1/ Vl'l 1/ Y ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION V SCALE 1'=N/A DRAWN: MIL v PATCHING PROJECT 2318 BIRCH STREET D.21
DATE: 5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
7030-108-H-1: DRIVEWAY, PAVED, PCC, B
17
SY
7010-108-1-0: CURB AND GUTTER REMOVAL
23
LFL
CITY OF
IO WA
ENGINEERING
CITY
H SCALE 1'=N/
vscALe r=NiA
DESIGN:
DRAWN:
MLV
ME V
Project
2021 WATER PAVEMENT
SheetTtle
PLAN VIEW - PAVING SHEET
File#
Sheet
D.22
DIVISION
PATCHING PROJECT
2281 TAYLOR DRIVE
DATE:
5/3/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
7030-108-H-1: DRIVEWAY, PAVED, PCC, 6'
28
SY
7010-108-1-0: CURB AND GUTTER REMOVAL
35
LF
r
I CITY OF IO WA CITY H SCALE: =20' DESIGN MLV I Project Sheet Title I File# I Sheet I
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION VSCALE: 1'=N/A DRAWN: MLv 2311 TAYLOR DRIVE D.23
DATE: s/3/z1 PATCHING PROJECT
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030,104, AND 8030.117
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY 0 F IO WA CITY H SCALE 1-20 DESIGN MLV Project Sheet Fitle File p Sheet
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION VSCALE: 1'=N/A DRAWN: MLV
DATE 5/3PATCHING PROJECT 1628 CALIFORNIA AVENUE
D.24
/21
CONSTRUCTION NOTES:
1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104
2. SEED DISTURBED AREAS PER SECTION 9010.
CITY OF I D WA CITY I H SCALE: 1'=20' DESIGN MLV Project Sheet Title I File I Sheet I
ENGINEERING 2021 WATER PAVEMENT PLAN VIEW -PAVING SHEET
DIVISION VSCALE: 1'=N/A DRAWN: MLV D.25
DATE: 5/3/21 PATCHING PROJECT 306 CANNES STREET
CITY OF IO WA CITY H SCALE 1'=10' DESIGN MLV Project Sheet Title File
Sheet
ENGINEERING 2021 WATER PAVEMENT CURB RAMP DETAIL
DIVISION VSCALe r=N/A DRAwN: MLV PATCHING PROJECT 1495 BUCKINGHAM PLACE S.01
DATE: 5/3/21
==!LE
7021 MAY -3 PM €: 5 i
Cl i Y CLERK
€00 CITY, IOWA
.....
see
CITY OF I OVVA CITY
UNESCO CITY OF LITERATURE
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
PROJECT MANUAL
FOR THE
FORMAL
2021 WATER PAVEMENT PATCHING PROJECT
IOWA CITY, IOWA
May 3, 2021
0005
CERTIFICATIONS PAGE
I hereby certify that this engineering document was
prepared by me or under my direct personal supervision
and that I am a duly licensed Professional Engineer
under the laws of the State of Iowa.
'" --%.- -,-
t y"=
SC0TT K. i1�:_
S 13 ( Z
Scott K. Sovers Date
SOVERS
License Number: 17141
17141
My license renewal date is December 31, 20 21
1 W P �"`°a`
9jnmutm"�"t
Pages or sheets covered b this seal:
9 Y
Entire Bound Document
T-.
C
cam-: r
={ca ca
2021 Water Pavement Patching 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
�.
b
_N
PLANS ca
s
E2
n
_
rn
2021 Water Pavement Patching Project 0010 — Page 1 of 1
ED
0100 �0z� MAY NOTICE TO BIDDERS 3 PH 1 S 1
2021 WATER PAVEMENT PATCHING PROJEPTY CLERK
Sealed proposals will be received by the City Clerk of the City of Iowa City, low�rn�l P.M.
on the 8"1 day of June 2021. If City Hall is closed to the public due to the health and safety
concerns from COVID-19, sealed bids may still be delivered in person on Mondays through
Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of
City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk
at (319) 356-5043. Sealed proposals will be opened immediately thereafter. Bids submitted by
fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received
after this deadline will be returned to the bidder unopened. If City Hall is closed to the public due
to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting
using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering
Division to prospective bidders on the Project Plan Holders List. For information on how to
participate in the electronic meeting, please contact the City Engineering Division at (319) 356-
5140.
Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat
Hall at 6:00 P.M. on the 15`h day of June, 2021, or at special meeting called for that purpose. If
City Hall is closed to the public due to the health and safety concerns from COVID-19, the council
meeting will be an electronic meeting using the Zoom Meetings. For information on how to
participate in the electronic meeting, see www.icoov.org/councildocs or telephone the City Clerk
at (319) 356-5043.
The Project will involve the following
Pavement repairs associated with water main breaks on various streets throughout Iowa City.
Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite
pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some
locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or
curb and gutter.
All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa
City, Iowa, which has heretofore been approved by the City Council, and are on file for public
examination in the Office of the City Clerk. If City Hall is closed to the public due to the health
and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319)
356-5043 or emailing kellie-fruehlingt7a iowa-citv.orp.
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
2021 Water Pavement Patching Project 0100 — Page 1 of 3
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 fye (5)
year(s) from and after its completion and formal acceptance by the City Council. o
The following limitations shall apply to this Project: b n I
Specified Start Date: June 28, 2021
Working Days per Location: Five (5) -+C-)
Substantial Completion Date: October 29, 2021 _fir v (Tj
Final Completion Date: November 19, 2021 o z7 a
Liquidated Damages: $500 per day after exceeding five (5) worog days at a
single location or after either of the completion dc%s
Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will
work to incorporate pavement restoration with the Contractor on a quantity adjustment with the
unit prices established by this Contract. If needed, additional bid items not included in the original
Contract will be negotiated with the Contractor by change order.
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.
A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested
persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of
Rapids Reproduction. The fee is refundable if returned within 14 days of award of the project by
City Council in re -usable condition.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of minority contractors can be obtained from the
Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-1422.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its subcontractors, together with
quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive
2021 Water Pavement Patching Project 0100 — Page 2 of 3
technicalities and irregularities.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE FRUEHLING, CITY CLERK
N
N
a�
' i
c'>
�C--)
W
r
r—
m
D
cn
2021 Water Pavement Patching Project 0100 — Page 3 of 3
0110
NOTICE OF PUBLIC HEARING
NOTICE OF PUBLIC HEARING ON PROJECT MANUAL
AND ESTIMATED COST FOR THE 2021 WATER
PAVEMENT PATCHING PROJECT IN THE CITY OF
IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF IOWA CITY,
IOWA, AND TO OTHER INTERESTED PERSONS:
Public notice is hereby given that the City Council of the
City of Iowa City, Iowa, will conduct a public hearing on the
Project Manual, including the plans, specifications, contract,
and estimated cost for the construction of the 2021 Water
Pavement Patching Project in said city at 6:00 p.m. on the
181" day of May, 2021, said meeting to be held in the Emma
J. Harvat Hall in the City Hall, 410 East Washington Street
in said city, or if said meeting is cancelled, at the next
meeting of the City Council thereafter as posted by the City
Clerk. If City Hall is closed to the public due to the health
and safety concerns from COVID-19, the council meeting
will be an electronic meeting using the Zoom Meetings. For
information on how to participate in the electronic meeting,
see www.icgov.org/councildocs or telephone the City Clerk
at (319) 356-5043.
This project includes pavement repairs associated with
water main breaks on various streets throughout Iowa City.
Some locations will also require the removal and
replacement of driveway, sidewalk, and/or curb and gutter.
Said Project Manual and estimated cost are now on file
in the office of the City Clerk in the City Hall in Iowa City,
Iowa, and may be inspected by any interested persons. If
City Hall is closed to the public due to the health and safety
concerns from COVID-19, copies are available by
_
t ,
.. c--,
telephoning the City Clerk at (319) 356-5043 or emailing
kellie-fruehling(aiowa-citv.org.
c-) i
Any interested persons may appear at said meeting of
�Mr--,
the City Council for the purpose of making objections to and
o z
comments concerning said Project Manual or the cost of
D
making said improvement.
r-n
N
This notice is given by order of the City Council of
the City of Iowa City, Iowa and as provided by law.
Kellie K. Fruehling, City Clerk
2021 Water Pavement Patching Project 0110 — Page 1 of 1
0200
INSTRUCTIONS TO BIDDERS
2021 Water Pavement Patching PROJECT
Bid Submittals:
a. Time, Date and Location:
3:00 P.M. on June 8, 2021
City Clerk's Office
410 East Washington Street
Iowa City, Iowa 52240
b. Submittals include two separate sealed envelopes:
Envelope 1: Bid Security and Bidder Status Form
Envelope 2: Proposal
C. See Section 1020, as may be supplemented, for complete descriptions of proposal
requirements and conditions.
d. If City Hall is closed to the public due to the health and safety concerns from
COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings.
Information for this meeting will be distributed by the City Engineering Division to
prospective bidders on the Project Plan Holders List. For information on how to
participate in the electronic meeting, please contact the City Engineering Division
at (319) 356-5140.
2. Bidder Status
a.
Use the Bidder Status Form included in Section 0405.
b.
Submit in accordance with 0200.2.b above.
C.
See Section 0405 for the Worksheet: Authorized to Transact Business
and 875
Iowa Administrative Code Chapter 156 (73A), found
at the following
website:
https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf,
for
assistance in completing the form.
3. Bid Security:
a.
Use the Bid Bond Form included in Section 0410.
b.
Submit in accordance with 0200.2.b above.
C.
Bid security is 10% of the total bid, including all added
alternates (do not deduct
the amount of deducted alternates).
d.
See Section 1020, as may be supplemented, for a complete description
QLthe bid
security requirements.
95
c
� r'
a
_
a
2021 Water Pavement Patching Project 0200 — Page 1 of 3
4. Progress and Schedule: FILED
a. Contract Times:
Specified Start Date: June 28, 2021 3 PM 152
Working Days per Location: Five (5) 1t71 MAI -
Substantial Completion Date: October 29, 2021 CITY CLERK
Final Completion Date: November 19, 202� �ITj�, 10`VA
Liquidated Damages: $500 per day a x2amg five (5)
working days at a single location or after
either of the completion dates.
b. Work Restrictions:
I. No work shall be done between 10:00 pm and 7:00 am without the approval
of the Engineer, with the exception of saw cutting freshly poured concrete.
ii. Notify the Engineer four days in advance of street closings so that a press
release can be issued. No street may be closed without the Engineer's
approval and said notification.
C. Community Events:
i. The Contractor should look at community calendars to determine potential
conflicts with planned construction activities and schedule.
ii. Many events are being postponed or cancelled due to the COVID-19
Pandemic. The Contractor should make sure their activities are not
impacting community events.
iii. First day of classes, August 23r0
iv. No work shall occur on University of Iowa Home Football game days.
5. Performance, Payment and Maintenance Bond:
a. The successful bidder will be required to furnish a bond in an amount equal to one
hundred percent (100%) of the contract price for a period of five (5) year(s) after
its completion and formal acceptance by the City Council.
b. Use the Performance, Payment, and Maintenance Bond Form included in Section
0510.
C. See Section 1070, Part 3, as may be supplemented, for a complete description of
the bonding requirements.
6. 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.
7. Taxes:
a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08
of the Supplemental Specifications.
8. Contract Compliance:
a. For all contracts of $25,000 or more, the successful bidder shall abide by the
requirements of the City's Contract Compliance Program, as described in the
Section 0520.
9. Wage Theft Policy:
a. For all contracts of $25,000 or more, the successful bidder shall abide by the
requirements of the City's Wage Theft Policy, as described in Section 0530.
2021 Water Pavement Patching Project 0200 - Page 2 of 3
10. References:
a. The successful bidder and all of its subcontractors are required to submit at least
four (4) days prior to award three (3) references involving similar projects, including
at least one municipal reference. Award of the bid or use of specific subcontractors
may be denied if sufficient favorable references are not verified or based on past
experience on projects with the City of Iowa City.
b. References shall be addressed to the City Engineer and include the name, address
and phone number of the contact person, for City verification.
0
D-
C-)
w
r
-v
M
�
=
Q
U1
N
2021 Water Pavement Patching Project 0200 — Page 3 of 3
0400
PROPOSAL
2021 WATER PAVEMENT PATCHING PROJECT
CITY OF IOWA CITY
Please DO NOT USE the proposal included in the bound volume of the specifications. Separate
copies of this form are contained with this document.
The following documents must be submitted as printed. No alterations, additions, or deletions
are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes
will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the
Engineer in writing. The Engineer will issue any necessary interpretation by an addendum.
Name of Bidder:
Address of Bidder:
TO: City Clerk
City of Iowa City
City Hall
410 East Washington Street
Iowa City, Iowa 52240
The undersigned bidder submits herewith bid security in the amount of
, in accordance with the terms set forth in the Project Manual.
The undersigned bidder, having examined and determined the scope of the Contract,
hereby proposes to provide the required labor, services, materials and equipment and to perform
the Project as described in the Project Manual, including Addenda and
, and to do all work at the prices set forth herein.
The undersigned bidder further proposes to do all "Extra Work" which may be required to
complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to
starting such work.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
and agrees that, in the event of any discrepancies or differences between the various items
included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern.
0
C-)-< w r
m -a m
C� ;;U a
D �
ry
2021 Water Pavement Patching Project 0400 — Page 1 of 5
BID
ESTIMATED UNIT EXTENDED
ITEM
DESCRIPTION
UNITS
QUANTITY PRICE AMOUNT
1
3010-2.06-B-0:
CY
3
Plowable Mortar (1)
7010-108-E-0:
2
Curb and Gutter,
LF
147
PCC, 24" wide, 8"
thick
7030-108-A-0:
3
Removal of
SY
144
Sidewalk or
Driveway
4
7030-108-E-0:
SY
65
Sidewalk, PCC, 4"
5
7030-108-E-0:
SY
16
Sidewalk. PCC. 6"
6 7030-108-G-0: SF 16
Detectable Warning
7030-108-H-1:
7 Driveway, Paved, SY 65
PCC, 6"
7030-108-H-1:
8 Driveway, Paved, SY 10
9 Full Depth Patches, SY 103
PCC, 8"
7040-108-A-0:
10 Full Depth Patches, SY 10
PCC, Greater than
7040-108-A-0:
11 Full Depth Patches, SY 30
7040-108-A-0:
Full Depth Patches,
12
PCC with HMA
SY
143
Overlay, 8" PCC
Base
0
7040-108-A-0:
o
Full Depth Patches,
n_—
13
PCC with HMA
SY
10
C-)
<
�--
Overlay, Greater
c-)
than 8" PCC Base
:<rn
'v
(1)
n`�
mc
.-
7040-108-B-0:
-'
14
Subbase Over-
TON
84
D
cn
Excavation
r-'
7040-108-1-0:
15
Curb and Gutter
LF
147
Removal
2021 Water Pavement Patching Project
0400 -
Page 2 of 5
BID ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT
7049-108-A-0:
Full Depth Patch
16 with Brick SY 10
Pavement, T' PCC
and 1" HMA Base
(1)
8030-108-A-0:
17 Temporary Traffic LS 1
Control
8030-108-A-0:
18
Temporary Traffic
EA
15
Control, Additional
Location (2)
9010-108-A-0:
19
Conventional
SF
2500
Seeding, Fertilizing,
and Mulching
20
11,020-108-A:
LS
1
Mobilization
11,020-108-A:
21
Mobilization,
EA
15
Additional Location
TOTAL EXTENDED AMOUNT = $
The Bidder may submit computer -generated unit price table in accordance with the Special
Provisions.
Notes:
(1) This is a provisional quantity to establish a unit price in case this bid item is needed at
future main break locations.
(2) As noted in the Notice to Bidders and Instruction to Bidders, additional locations will be
added to this Project as requested by the City. It is anticipated that around fifteen (15) new
locations will be added over the duration of the Contract, but the exact number of additional
locations is unknown. These two bid items establish unit prices for the extra mobilization
and traffic control necessary for additional locations.
0
C.)
1
r
rn
o-':7
=
2>
cn
N
2021 Water Pavement Patching Project 0400 — Page 3 of 5
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City of Iowa City.
0
ZE
w
c-
rn
-o
M
O fJ
S
-�
C
D
••
ut
N
2021 Water Pavement Patching Project 0400 — Page 4 of 5
The undersigned Bidder is a/an:
❑
Individual, Sole Proprietorship
❑
Partnership
❑
Corporation
❑
Limited Liability Company
❑
Joint venture
❑
Other
Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section
91 C.5 of the Iowa Code is:
Failure to provide said Registration Number shall result in the bid being read under advisement.
A contract will not be executed until the Contractor is registered to do business in the State of
Iowa.
Bidder's Name
Signature
Printed Name
Title
Street Address
City, State, Zip Code
Telephone Number
C
q
Cn
fV
NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or
electronic signatures will not be accepted.
2021 Water Pavement Patching Project 0400 — Page 5 of 5
0405
BIDDER STATUS FORM
All bidders must submit the following completed form to the governmental body requesting bids per
To be completed by all bidders Part A
❑ Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the Worksheets Authorization to Transact Business).
❑ Yes ❑ No My company has an office to transact business in Iowa.
❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this
project.
❑ 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 forth.
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) ij'needed.
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the
appropriate legal citation.
You may attach additional sheet(s) if needed. o
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
provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature:
; jq �d blow tltatmy failure to
I c- w r'
M
m
.<rn -o
2021 Water Pavement Patching Project 0405 — Page 1 of 2
WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the
following describes your business, you are authorized to transact business in Iowa.
❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has notfiled articles of dissolution.
❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent
biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary
of state nor had its authority revoked.
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state
other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not
been filed.
❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership
has received notification from the Iowa Secretary of state that the application for certificate of authority has been
approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited
partnership.
❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and
has not filed a statement of termination.
❑ 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
tlo certificate has not
been revoked or canceled. o
Cn
=W. .1
y
i>
M
v �" ('j
s
D
Un
fV
2021 Water Pavement Patching Project
0405 — Page 2 of 2
0410
BID BOND FORM
2021 WATER PAVEMENT PATCHING PROJECT
CITY OF IOWA CITY
, as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the amount of to
pay said sum as herein provided. We as Principal and Surety further promise and declare that
these obligations shall bind our heirs, executors, administrators, and successors jointly and
severally. This obligation is conditioned on the Principal submission of the accompanying bid,
dated for 2021 Water Pavement Patching 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
Of A.D., 20_
day
(Seal)
Witness Principal
By:n a (Titlejj J
i (Se11}—
Surety �c)
-< r- -v M
By: � s 0
Witness (Attorney -in -far
cn
Attach Power -of -Attorney, if applicable r1
2021 Water Pavement Patching Project 0410 — Page 1 of 1
0500
CONTRACT
2021 WATER PAVEMENT PATCHING 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 3rd day of May, 2021, for the 2021 Water Pavement Patching ("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 c e shall
be as binding as if called for by all.
0
m
-0
rn
o�
D
cn
tV
2021 Water Pavement Patching 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):
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
ATTEST:
City Clerk (for Formal Projects only)
APPROVED BY:
City Attorney's Office
Printed Name of Contractor Officer
Title of Contractor Officer
ATTEST:
0
B: o -
(Companyt#ial
M -< i
—+n w
rf
rn 'o
a
> cn
rV
2021 Water Pavement Patching Project 0500 — Page 2 of 2
FIL ED
0510 l�97�
PERFORMANCE, PAYMENT, AND MAINTENAf�ICEV60 PH j: 52
2021 WATER PAVEMENT PATCHING PROJECT, CLERK
CITY OF IOWA CITY i06A CITY 10rVA
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:
Pavement repairs associated with water main breaks on various streets throughout Iowa City.
Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite
pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some
locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or
curb and gutter.
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:
PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and
abide by each and every covenant, condition, and part of said Contract, by reference made
a part hereof, for the above referenced improvements, and shall indemnify and save
harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by
reason of the Contractor's default of failure to perform as required. The Contractor shall
also be responsible for the default or failure to perform as required under the Contract and
Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing
materials or providing labor in the performance of the Contract.
2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just
claims submitted by persons, firms, subcontractors, and corporations furnishing materials
for or performing labor in the performance of the Contract on account of which this Bond
is given, including but not limited to claims for all amounts due for labor, materials,
lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used
2021 Water Pavement Patching Project 0510 — Page 1 of 4
by the Contractor or any subcontractor, wherein the same are not satisfiecoAf E
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 pit52
corporations unless the claims of said claimants against said portion of tn� (A ct�rD
shall have been established as provided by law. The Contractor and Surety^hK
themselves to the obligations and conditions set forth in Chapter 573 of tlRK
which by this reference is made a part hereof as though fully set out herein.
MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own
expense:
A. To remedy any and all defects that may develop in or result from work to be
performed under the Contract within the period of five year(s) (5) from the date of
acceptance of the work under the Contract, by reason of defects in workmanship
or materials used in construction of said work;
B. To keep all work in continuous good repair; and
C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure
that any defects are remedied, and to repay the Jurisdiction all outlay and expense
incurred as a result of Contractor's and Surety's failure to remedy any defect as
required by this section.
4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to
the contrary notwithstanding, to the following provisions:
A. To consent without notice to any extension of time to the Contractor in which to
perform the Contract;
B. To consent without notice to any change in the Contract or Contract Documents,
which thereby increases the total contract price and the penal sum of this bond,
provided that all such changes do not, in the aggregate, involve an increase of
more than 20% of the total contract price, and that this bond shall then be released
as to such excess increase; and
C. To consent without notice that this Bond shall remain in full force and effect until
the Contract is completed, whether completed within the specified contract period,
within an extension thereof, or within a period of time after the contract period has
elapsed and the liquidated damage penalty is being charged against the
Contractor.
D. That no provision of this Bond or of any other contract shall be valid that limits to
less than five year(s) (5) after the acceptance of the work under the Contract the
right to sue on this Bond.
E. That as used herein, the phrase "all outlay and expense" is not to be limited in any
way, but shall include the actual and reasonable costs and expenses incurred by
the Jurisdiction including interest, benefits, and overhead where applicable.
Accordingly, "all outlay and expense" would include but not be limited to all contract
or employee expense, all equipment usage or rental, materials, testing, outside
experts, attorneys fees (including overhead expenses of the Jurisdiction's staff
attorneys), and all costs and expenses of litigation as they are incurred by the
Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the
Jurisdiction on all claims made against the Jurisdiction on account of Contractor's
failure to perform as required in the Contract and Contract Documents, that all
agreements and promises set forth in the Contract and Contract Documents, in
approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction
will be fully indemnified so that it will be put into the position it would have been in
had the Contract been performed in the first instance as required.
2021 Water Pavement Patching Project 0510 — Page 2 of 4
In the event the Jurisdiction incurs any "outlay and expense" in defending itself against
any claim as to which the Contractor or Surety should have provided the defense, or in the
enforcement of the promises given by the Contractor in the Contract, Contract Documents,
or approved change orders, or in the enforcement of the promises given by the Contractor
and Surety in this Bond, the Contractor and Surety agree that they will make the
Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation
under this bond shall not exceed 125% of the penal sum of this bond.
In the event that any actions or proceedings are initiated regarding this Bond, the parties
agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is
required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary
obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree,
jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by
the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be
cumulative and not alternative and shall be in addition to all rights, powers, and remedies
given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any
amount guaranteed hereunder whether action is brought against the Contractor or whether
Contractor is joined in any such action(s) or not.
NOW THEREFORE, the condition of this obligation is such that if said Principal shall
faithfully perform all the promises of the Principal, as set forth and provided in the Contract
and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full
force and effect.
When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first
as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it
shall be interpreted or construed as defined in applicable provisions of the Iowa Code;
third, if not defined in the Iowa Code, it shall be interpreted or construed according to its
generally accepted meaning in the construction industry; and fourth, if it has no generally
accepted meaning in the construction industry, it shall be interpreted or construed
according to its common or customary usage.
Failure to specify or particularize shall not exclude terms or provisions not mentioned and
shall not limit liability hereunder. The Contract is hereby made a part of this Bond.
m
4Ec)
p
i�
cn
N
2021 Water Pavement Patching Project 0510 — Page 3 of 4
PRINCIPAL:
Printed Name of Contractor Officer
M
NOTE:
1.
2.
3.
4.
Signature of Contractor Officer
Title of Contractor Officer
SURETY:
Surety Company Name
Signature of Attorney -in -Fact 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
All signatures on this performance, payment, and maintenance bond must be
original signatures in ink; copies, facsimile, or electronic signatures will not be
accepted.
This bond must be sealed with the Surety's raised, embossing seal.
The Certificate or Power of Attorney accompanying this bond must be valid on its
face and sealed with the Surety's raised, embossing seal.
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.
0
0
�
a
��
w
r
�r—
m
-v
m
a
D
to
N
2021 Water Pavement Patching Project 0510— Page 4 of 4
0520
CONTRACT COMPLIANCE
SECTION I - GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract
work. This policy prohibits discrimination by the City's contractors, consultants and vendors and
requires them to ensure that applicants seeking employment with them and their employees are
treated equally without regard to age, color, creed, disability, gender identity, marital status,
national origin, race, religion, sex, or sexual orientation.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in
designing and implementing equal employment opportunity so that all citizens will be afforded
equal accessibility and opportunity to gain and maintain employment.
PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must
submit an Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if
required by another governmental agency) must abide by the requirements of the City's
Contract Compliance Program. Emergency contracts may be exempt from this provision
at the discretion of the City. Regardless of the value of the contract, all contractors,
vendors, and consultants are subject to the City's Human Rights Ordinance, which is
codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and
consultants are made aware of the City's Contract Compliance Program reporting
responsibilities and receive the appropriate reporting forms. A notification of requirements
will be included in any request for proposal and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance
(located on 0520 — Pages 2 and 3) or other required material must be received and
approved by the City.
5. Contracting departments are responsible for answering questions about contractor,
consultant and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or
designations which are sexist in nature, such as those which state "Men Working" or
"Flagman Ahead," and instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by
the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City
City Code section 2-3-1.
ti
o`
--f C; W
2021 Water Pavement Patching Project —F
n••
N
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.)
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 at 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
_
0
n.r
O
City, State, Zip q5d4s
!
c-1
w f
�r
rn
v
�
D
e„
2021 Water Pavement Patching Project 0520 — Pap 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
�
o
sc�
b
T
w
`--
r
rn
ca
2021 Water Pavement Patching Project 0520 - Page 3 of 6
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT
OPPORTUNITIES
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.
(a) Review periodically job descriptions to make sure they accurately reflect major job
functions. Review education and experience requirements to make ,pyre they
accurately reflect the requirements for successful job performance.
(f) Review the job application to insure that only job related questiorRare allied. Ask
yourself "Is this information necessary to judge an applicant's abif fySo pei�orm th6 j
job applied for?" Only use job -related tests which do not advecsejy affect any -
particular group of people. �n w d
(g) Monitor interviews carefully. Prepare interview questions in adva_& p assure t i t
they are only job related. Train your interviewers on discriminata�ws= Biaqlj
and subjective judgments in personal interviews can be a -ajor source of
cn
w
2021 Water Pavement Patching Project 0520 — Page 4 of 6
discrimination.
(h) Improve hiring and selection procedures and use non -biased promotion, transfer
and training policies to increase and/or improve the diversity of your workforce
representation. Companies must make sure procedures for selecting candidates
for promotion, transfer and training are based upon a fair assessment of an
employee's ability and work record. Furthermore, all companies should post and
otherwise publicize all job promotional opportunities and encourage all qualified
employees to bid on them.
For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances
which prohibits certain discriminatory practices in employment can be found at:
hfto://www.sterlingcodifiers.com/codebooklindex.oho?book id=953. Please note that the
protected characteristics include some not mandated for protection by Federal or State
law. As a contractor, consultant or vendor doing business with the City of Iowa City you
are required to abide by the provisions of the local ordinance in conjunction with your
performance under a contract with the City.
co
D�
71
<m
�'
=r
=
0
x
v
cn
W
2021 Water Pavement Patching Project 0520 — Page 5 of 6
SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY
To all employees of
This Company and its employees shall not discriminate against any employee or applicant for
employment based on his or her age, color, creed, disability, gender identity, marital status,
national origin, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to
decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. Further, this Company and its employees will provide a working
environment free from such discrimination.
All employees are encouraged to refer minority and women applicants and applicants with
disabilities for employment.
The Equal Employment Opportunity Officer for the
is:
Name:
Address:
Telephone:
NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel
to formulate a policy which specifically meets the needs of your company.
*C-)
a
�_
c-) -<
La.
�—
�"'
rn
"°
m
o=
_
C7
f
D
U1
W
2021 Water Pavement Patching 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: e
o
a. There has been a bona fide change in ownership or control of the'4 ggia person)
or entity; >
w �
b. Disciplinary action has been taken against the individual(s) respoF&6 fo�he aM
giving rise to the violation(s); T a
C)
D cn
w
2021 Water Pavement Patching 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.
�i
CD
a
7,
m
=
w
2021 Water Pavement Patching Project 0530 — Page 2 of 3
WAGE THEFT AFFIDAVIT
1, , certify under penalty of perjury and pursuant to
the laws of the State of Iowa that the following is true and correct:
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
N
g�
a
1
C-
r-
rn
D
C11
w
2021 Water Pavement Patching 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:
hfti)s:Hiowasudas.ora/manuals/specifications-manual/. These specifications are kept on file in the
City Engineer's Office and will be made available for viewing by City staff and the public.
Previous editions of the SUDAS Standard Specifications can be found here:
hftps:Hiowasudas.omlarchived-specifications/.
N
m
C
C-)�
=;c
w
r
r"
m
-o
M
E5X
s
D
to
w
2021 Water Pavement Patching 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.oro/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.
o
4 �
0
a
�C-)
w
---
fir-
m
v
M�
o
A
�
w
2021 Water Pavement Patching Project Page 1 of 1
SUPPLEMENTAL SPECIFICATIONS
The City of Iowa City has adopted the Supplemental Specifications to the 2021 Edition of the
SUDAS Standard Specifications Manual for use on all public improvement projects and
construction within the public right-of-way. The Supplemental Specifications are incorporated
herein by reference. Copies of the current version can be obtained at: hftps://www.iowa-
city.ora/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City
Engineering Division Office. If City Hall is closed to the public due to the health and safety
concerns from COVID-19, arrangements for public examination will need to be made with the City
Engineering Division Office by telephone at (319) 356-5140.
N
c)
C C
Ty
n
.<r
m
m
D
cn
w
2021 Water Pavement Patching 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, 1.09.6, for
details on preparing a computer -generated unit price attachment.
This project includes several additional modifications to the SUDAS Standard Specifications
beyond the Supplemental Specifications referenced earlier in this Project Manual.
2021 Water Pavement Patching Project Page 1 of 7
SECTION 7049 - FULL DEPTH COMPOSITE PATCHES WITH BRICK PAVERS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Full Depth Composite Patches with Brick Pavers.
1.02 DESCRIPTION OF WORK
A. Comply with Section 7040, 1.02 with the addition of brick pavers to composite patches
as detailed in this Special Provision Section 7049.
1.03 SUBMITTALS
Comply with Division 1 - General Provisions and Covenants, as well as the following:
A. Submittals required within Section 7040.
B. Submittals required within Section 7080.
*n
7> -a
3W
1.04 SUBSTITUTIONS
rn
-o
Comply with Division 1 - General Provisions and Covenants.
o::o
(�
1.05 DELIVERY, STORAGE, AND HANDLING
%'
n
Comply with Division 1 - General Provisions and Covenants, as well as the following:
A. Deliver specified pavers to the site in steel banded, plastic banded, or plastic wrapped
cubes capable of transfer by forklift or clamp lift. Unload pavers at job site in such a
manner that no damage occurs to the product and in a location approved by the
Jurisdiction.
B. Sand will be covered with waterproof covering to prevent exposure and/or removal by
rain or wind. The covering shall be secured in place.
C. Damaged pavers, as determined by the Jurisdiction, will be replaced at the
Contractor's expense.
1.06 SCHEDULING AND CONFLICTS
Comply with Division 1 - General Provisions and Covenants.
1.07 SPECIAL REQUIREMENTS
A. Contractor to use existing bricks or bricks provided by the Jurisdiction unless otherwise
approved by the Engineer.
B. Comply with Section 7080, 1.07.
2021 Water Pavement Patching Project Page 2 of 7
1.08 MEASUREMENT AND PAYMENT
A. Full Depth Patch with Brick Pavement and PCC and HMA Base:
1. Measurement: Measurement will be in square yards of the full depth patch.
2. Payment: Payment will be made at the unit price per square yard.
3. Includes: Unit price includes, but is not limited to, salvaging bricks; sawing,
removing, and disposing of existing pavement and reinforcing; restoring the
subgrade; furnishing and installing tie bars and dowel bars; furnishing and placing
the patch material, including the asphalt binder and tack coat; forming and
constructing integral curb; surface curing and pavement protection; joint sawing
and filling; placing bituminous setting bed and joint material; placing neoprene -
modified asphalt adhesive; shape, cut, place, compact, apply, and treat joint fill for
specified brick pavers; and placing backfill and restoring disturbed surfaces.
O
PART 2 — PRODUCTS
o H
2.01 MATERIALS j-7 f
A. Refer to Section 7040, 2.01 for PCC, HMA, and other materials for pav(ntent pb?chingrn
beneath the brick pavers. . r, "°
B. Brick Pavers:
SD cn
w
1. Existing Units:
a. All bricks that are to be removed, and remain in good condition, shall be
salvaged and used as replacement brick pavers. Any questions regarding
condition of bricks to be salvaged shall be directed to the Engineer.
b. If existing pavers cannot be replaced due to deteriorated condition, Contractor
shall coordinate with the City to use existing brick pavers available at
designated City Storage facility. No additional payment will be made to
Contractor for pickup, transport, and installation of City stored brick pavers.
2. New Units:
a. New brick pavers will only be used if approved by the Engineer and other
options under 2.01.E above have been exhausted. New brick pavers will
comply with the requirements in Section 7080, 2.04.
b. Quality Control for New Units:
Single Source Responsibility for Masonry Units: Obtain exposed
masonry units of uniform texture and color, or a uniform blend within the
ranges accepted for these characteristics, from one manufacturer for each
different produce required for each continuous surface of visually related
surfaces.
2021 Water Pavement Patching Project Page 3 of 7
ii. Single Source Responsibility for Mortar Materials: Obtain mortar
ingredients of uniform quality, including color for exposed masonry, from
one manufacturer for each cementitious component and from one source
producer for each aggregate.
C. Base for Brick Pavers:
1. PCC: PCC will be a minimum of 7 inches thick, Class C (refer to Sections 7010
and 7040).
2. Bituminous Setting Bed and Joint Material:
a. Asphalt Cement: Conform to ASTM Design D 3381; viscosity grade A.C.10 or
A.C.20.
b. Fine Aggregate: Clean, hard sand with durable particles and free form
adherent coating, lumps of clay, alkali salts, and organic matter; uniformly
graded from 'coarse" to "fine" and all passing the No. 4 sieve and meeting the
gradation requirements when tested in accordance with the standard method
of test for sieve for screen analysis and coarse aggregate ASTM Designation
CO136-81.
c. Dried Fine Aggregate: Combined with hot asphalt cement and heated to
approximately 300 degrees F at an asphalt plant.
d. Approximate proportion of materials will be seven (7) percent asphalt cement
and ninety-three (93) percent fine aggregate. Each ton will be apportioned by
weight in the approximate ration of 145 pounds asphalt to 1,855 pounds sand.
e. The Contractor will determine the exact proportions to produce the best
possible mixture for construction for the bituminous setting bed to meet the
construction requirements.
D. Neoprene -Modified Asphalt Adhesive:
1. Mastic (asphalt adhesive):
d
a. Solids (base): 75+1 %
0
C
Ze
b. Density: 8-8.5 pounds per gallon
�n
w
r
<�
-v
M
c. Solvent: Varsol (over 100 degrees F Flash).
orn
a
7c
—
2. Base (2% Neoprene, 10% Fibers, 88% Asphalt)::
n
un
w
a. Melting point: ASTM D-36; 200 degrees F minimum.
b. Penetration: 77 degrees F, 100 gram load, 5 second (0.1 mm):
23-27.
c. Ductility: ASTM D-113-44 at 25 degrees C; 5 cm/per minute:
125 cm minute.
2021 Water Pavement Patching Project Page 4 of 7
E. Joint Sand for Brick Pavers:
The type of sand used for joints is often called concrete sand. Sands vary
regionally. Contact paver installers local to the project and confirm sand(s)
successfully used in similar applications.
2. Joint sand will be clean, non -plastic, free from deleterious or foreign matter. The
sand will be natural or manufactured from crushed rock. Grading of samples will
be done according to ASTM C136. The particles will be sharp and conform to the
grading requirements of ASTM C33 as shown in the following table:
Sieve Size:
Percent Passing:
3/8 inches 9.5 mm
100
No. 4 4.75 mm
95 to 160
No.
8 2.36 mm
80 to 100
No.
16 1.18 mm
50 to 85
No.
30 600 um
25 to 60
No.
50 300 um
10 to 30
No.
100 150 um
2 to 10
3. Sand shall be mixed with Portland Cement at a ratio of 6 parts sand to 1 part
Portland Cement.
PART 3 — EXECUTION
3.01 GENERAL
Comply with Section 7040, 3.01,
3.02 FULL DEPTH PATCHING WITH BRICK PAVERS
A. As applicable to the existing pavement conditions, comply with Section 7040, Part 3
and Section 7080, Part 3.
B. Quality Assurance:
1. Installation: Performed only by skilled workers with satisfactory r§§ord of
performance on landscaping or paving projects of comparable Cr a anguality, _
Skilled paver installers will be employed for all brick paving work. VE a
C. Do not install setting bed and/or pavers during heavy rain or snowfall.c_�� w
D. Do not install frozen materials. M
E. Preparation of Base for Brick Pavers: D Ui
W
1. Inspect PCC base to make sure the surface is clean and built in conformance with
the Plans.
2. Verify elevation difference between base and adjacent finish surface to make sure
that the brick pavers can be installed flush with bordering pavement.
2021 Water Pavement Patching Project Page 5 of 7
3. Prime with emulsified asphalt (RS-1 or CRS-1).
F. Placing Bituminous Setting Bed:
Install the setting bed over the base surface, place %-inch deep control bars
directly over the base.
a. If grade must be adjusted, set wood chocks under depth control bars to proper
grade. Set two bars parallel to each other, approximately eleven (11) feet apart
to serve as guides for striking board (12' long x 2" x 6" board). The depth of
control bars must be set carefully to bring pavers, when laid, to proper grade.
2. Place bituminous bed between parallel depth control bars. Pull this bed with the
striking board over bars several times.
a. After each pass, low porous spots must be showered with fresh bituminous
material to produce as smooth, firm and an even setting bed.
b. As soon as this initial panel is completed, advance the first bar to the next
position, in readiness for striking the next panel.
c. Carefully fill up any depressions that remain after removing the depth control
bars and wood chocks.
3. The setting bed shall be rolled with a 600 pound, walk -behind, power roller to a
nominal depth of %-inch while still hot. The thickness will be adjusted so that when
the brick pavers are placed, the top surface of the pavers will be at the required
finished grade.
4. After the setting bed has cooled, a coating of two (2) percent neoprene -modified
asphalt adhesive shall be applied by mopping or squeegeeing or troweling over
the top surface of the bituminous setting bed so as to provide a bond under the
pavers. If it is troweled, the trowel shall be serrated with serrations not to exceed
one -sixteenth (1/16) of an inch.
G. Installation of Pavers:
1. Comply with Section 7080, Part 3.
2. After the modified asphalt adhesive is applied, carefully place the pavers by hand
in straight courses with hand tight joints and uniform top surface.
3. Good alignment must be kept and the pattern shall match the existing pattern
adjacent to the patch.
4. All pavers will be cut with a masonry saw. Dust control may bsrequir66 at the
discretion of the Engineer. gc-) a:
D , S'<
H. Joint Treatment: < r
1. Hand tight joints shall be a maximum of %-inch or as spacer barosOw.- m
n
2021 Water Pavement Patching Project Page 6 of 7
2. Sweep a dry mixture of sand/cement joint fill into brick paver joints.
3. Fog brick paving.
3.03 CLEAN UP
A. Comply with Section 7040, Part 3.
B. Sweep excess sand/cement mixture from surfaces and remove from site.
C. Remove all excess materials and debris from site.
3.04 QUALITY CONTROL
Comply with Section 7080, 3.10.
3.05 PROTECTION OF PAVEMENT
Comply with Section 7080, 3.11.
END OF SECTION
0
N
�n
a
-'C-)
rn
a
ox
--
cn
w
2021 Water Pavement Patching Project Page 7 of 7
PLANS (UNDER SEPARATE COVER)
C-)
w
r
�c m
-o
m
v
u+
w
2021 Water Pavement Patching Project Page 1 of 1
3 May 2021
City Clerk's Office
410 East Washington Street
Iowa City, Iowa, 52240
r
CITY OF IOWA CITY
UNESCO CITY OF LITERATURE
410 East Washington Street
Iowa City, Iowa 52240-I826
(319) 356-5000
(319)356-SO09 FAX
www. icgov. org
Subject: Opinion of Estimated Construction Cost for the 2021 Water Pavement Patching Project
Dear City Clerk,
The engineer's opinion of estimated construction costs for the upcoming 2021 Water Pavement
Patching Project is $132,000.
Sincerely,
A""�
Marri VanDyke
Civil Engineer
W01'h110 W;01
Will"Il,1111
I S :I Nd E- IN 116Z
.....i C.
Prepared by: Marn VanDyke, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044
Resolution No. 21-118
Resolution setting a public hearing on May 18, 2021 on project
manual and estimate of cost for the construction of the 2021
Water Pavement Patching 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 Water Divisions Operating Budget account #
73730130.
Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that:
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 18th day of May, 2021, at 6:00 p.m. in the
Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next
meeting of the City Council thereafter as posted by the City Clerk.
2. City Hall is currently closed to the public because of the coronavirus. If City Hall remains
closed to the public, the meeting will be an electronic meeting using the Zoom Meetings
Platform. For information on how to participate in the electronic meeting, see
www.icgov.org/councildocs or telephone the City Clerk at 319/356-5043.
3. The City Clerk is hereby authorized and directed to publish notice of the public hearing for
the above -named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
4. A copy of the project manual and estimate of cost for the construction of the above -named
project is hereby ordered placed on file by the City Engineer in the office of the City Clerk
for public inspection.
Passed and approved this 4th day of May 2021
or
Approved by
Attest: �JI I C' -t-_
City fOlerk City Attorney's Office — 04/28/2021
Resolution No. 21-118
Page 2
It was moved by salih and seconded by Bergus the Resolution be
adopted, and upon roll call there were:
Ayes:
Nays:
Absent:
Bergus
Mims
Salih
Taylor
Teague
Thomas
Weiner
2n21
CITY CLERK
CITY OF IOWA CITY
ICPD
410 E WASHINGTON ST
IOWA CITY IA 522401825
This is not an invoice
# of Affidavits)
AFFIDAVIT OF PUBLICATION
State of Wisconsin
County of Brown, ss.:
The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly
organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City,
Iowa, the publisher of
Iowa City Press Citizen
newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha
an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed
and published in Iowa City Press Citizen on the following dates:
Ad No. Start Date: Run Dates: Cost:
0004722958 5110/21 05/10/2021 $46.54
Copy of Advertisement
Exhibit "A"
&A41�&&
Subscribed a sworn to before me by said affiant this
10 day of May. 2021
Notary Public
— % —2-T
Commission expires
KATHLEEN ALLEN
Notary Public
State of Wisconsin
19
Prepared by: Marti VanDyke, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5044
Resolution No. 21-141
Resolution approving project manual and estimate of cost for the
construction of the 2021 Water Pavement Patching 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 Water Divisions Operating Budget, account #
73730130-473010.
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 8th day of June,
2021. At that time, the bids will be opened by the City Engineer or his designee, and
thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said
bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City,
Iowa, at 6:00 p.m. on the 15t" day of June, 2021, or at a special meeting called for that
purpose. If City Hall is closed to the public due to the health and safety concerns from
COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00
am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City
Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at
319/356-5043.
5. City Hall is currently closed to the public because of the COVID-19. If City Hall remains
closed to the public, the meeting will be an electronic meeting using the Zoom Meetings
Platform. For information on how to participate in the electronic meeting, see WWw.
Icgov.org/councildocs or telephone the City Clerk.
Resolution No. 71-141
Page 2
Passed and approved this 18th day of MaY , 2021.
Ma
r� ed b
Attest:
City Clerk City Attorney's Office — 05/06/2021
It was moved by Thomas and seconded by Mims the Resolution be
adopted, and upon roll call there were:
Ayes:
Nays:
Absent:
Bergus
Mims
Salih
Taylor
Teague
Thomas
Weiner
fl
&-ro- I
O WA
LEAGUE
OCITIES
CERTIFICATE
The Iowa League of Cities an entity organized under the laws of Iowa as an
instrumentality of its member cities, with its principal place of business in Des
Moines, Polk County, Iowa, does hereby certify that I am now and was at the time
hereinafter mentioned, the duly qualified and acting Executive Director of the
Iowa League of Cities, and that as such Executive Director of the League and by
full authority from the Executive Board, I have caused a
NOTICE TO BIDDERS
2021 Water Pavement Patching
Classified ID: 132502
A printed copy of which is attached and made part of this certificate, provided on
05/19/2021 to be posted on the Iowa League of Cities' internet site on the
following date:
May 20, 2021
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that
the preceding is true and correct.
5/19/2021
Cam.. w .
Alan Kemp, Executive Director
0100
NOTICE TO BIDDERS
2021 WATER PAVEMENT PATCHING PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on the 81 day of June 2021. If City Hall is closed to the public due to the health and safety
concerns from COVID-19, sealed bids may still be delivered in person on Mondays through
Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of
City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk
at (319) 356-5043. Sealed proposals will be opened immediately thereafter. Bids submitted by
fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received
after this deadline will be returned to the bidder unopened. If City Hall is closed to the public due
to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting
using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering
Division to prospective bidders on the Project Plan Holders List. For information on how to
participate in the electronic meeting, please contact the City Engineering Division at (319) 356-
5140.
Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat
Hall at 6:00 P.M. on the 151 day of June, 2021, or at special meeting called for that purpose. If
City Hall is closed to the public due to the health and safety concerns from COVID-19, the council
meeting will be an electronic meeting using the Zoom Meetings. For information on how to
participate in the electronic meeting, see www.icoov.om/councildocs or telephone the City Clerk
at (319) 356-5043.
The Project will involve the following
Pavement repairs associated with water main breaks on various streets throughout Iowa City.
Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite
pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some
locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or
curb and gutter.
All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa
City, Iowa, which has heretofore been approved by the City Council, and are on file for public
examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and
safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-
5043 or emailing kellie-fruehlinaOiowa-citv.ora.
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
2021 Water Pavement Patching Project Page 1 of 3
the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidders 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 28, 2021
Working Days per Location: Five (5)
Substantial Completion Date: October 29, 2021
Final Completion Date: November 19, 2021
Liquidated Damages: $500 per day after exceeding five (5) working days at a
single location or after either of the completion dates
Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will
work to incorporate pavement restoration with the Contractor on a quantity adjustment with the
unit prices established by this Contract. If needed, additional bid items not included in the original
Contract will be negotiated with the Contractor by change order.
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.
A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested
persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of
Rapids Reproduction. The fee is refundable if returned within 14 days of award of the project by
City Council in re -usable condition.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of minority contractors can be obtained from the
Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-1422.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its subcontractors, together with
quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive
2021 Water Pavement Patching Project Page 2 of 3
technicalities and irregularities.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE FRUEHLING, CITY CLERK
2021 Water Pavement Patching Project Page 3 of 3
Ashley Platz
From:
Cindy Adams <CAdams@mbi.build>
Sent: Thursday, May 20, 2021 10:55 AM
To: Ashley Platz
Subject: Certificate for Notice to Bidders
Attachments: We sent you safe versions of your files; 05.20.21 Notice To Bidders.pdf
RISK
Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files
Certificate
The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU
Network') is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of
business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter
mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU
Network and by full authority from the Executive Board, he caused a
NOTICE TO BIDDERS
Iowa City 2021 Water Pavement Patching 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 20, 2021
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct.
May 20, 2021
Date President/CEO of The Construction Update Plan Room Network
Cindy Adams — Project Information Specialist
Construction Update powered by ConstructConnect
221 Park Street — Des Moines, Iowa 50309
(D) 515.402-9858 (0) 515-288-7339
(e) cuhelp@MBI.Build
(w) https://MBi.Build
(w) https://IowaConstructionUpdate.com
(w) www.iowabiddate.com
construction (c4d
update
lamJj f fffll doff only14 ((1TlxCflCf Hlw'
C plISIf I,K IIOn lN(1 (Ll:r (TPfl d:911
DAILY NOTICE
TO BIDDERS
construction
update
0100
NOTICE TO BIDDERS
2021 WATER PAVEMENT PATCHING PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on the 8" day of June 2021, If City Hall is closed to the public due to the health and safety
concerns from COVID-19, sealed bids may still be delivered in person on Mondays through
Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of
City Hall. 410 East Washington Street, Iowa City, Iowa. and upon arrival telephone the City Clerk
at (319) 356-5043. Sealed proposals will be opened immediately thereafter. Bids submitted by
fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received
after this deadline will be returned to the bidder unopened. If City Hall is closed to the public due
to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting
using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering
Division to prospective bidders on the Project Plan Holders List. For information on how to
participate in the electronic meeting, please contact the City Engineering Division at (319) 356-
5140.
Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat
Hall at 6:00 P.M. on the 15`^ day of June, 2021, or at special meeting called for that purpose. If
City Hall is closed to the public due to the health and safety concerns from COVID-19, the council
meeting will be an electronic meeting using the Zoom Meetings. For information on how to
participate in the electronic meeting, see www.icgov.orq/councildocs or telephone the City Clerk
at (319) 356-5043.
The Project will involve the following
Pavement repairs associated with water main breaks on various streets throughout Iowa City.
Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite
pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some
locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or
curb and gutter.
All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa
City, Iowa, which has heretofore been approved by the City Council, and are on file for public
examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and
safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-
5043 or emailing kellie-fruehling(&iowa-citv.org.
Each proposal shall be completed on a form furnished by the City and must be submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security executed by a corporation authorized to contract
as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made
payable to the TREASURER OF THE CITY OF IOWA CITY. IOWA, and shall be forfeited to the
City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10)
calendar days of the City Council's award of the contract and post bond satisfactory to the City (in
the form shown in Section 0510) ensuring the faithful performance of the contract and
maintenance of said Project, if required, pursuant to the provisions of this notice and the other
contract documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of
2021 Water Pavement Patching Project Page 1 of 3
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 28, 2021
Working Days per Location: Five (5)
Substantial Completion Date: October 29, 2021
Final Completion Date: November 19, 2021
Liquidated Damages: $500 per day after exceeding five (5) working days at a
single location or after either of the completion dates
Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will
work to incorporate pavement restoration with the Contractor on a quantity adjustment with the
unit prices established by this Contract. If needed, additional bid items not included in the original
Contract will be negotiated with the Contractor by change order.
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.
A $20.00 fee is required for each set of the Project Manual provided to bidders or other interested
persons. The fee shall be in the form of a check, made payable to Technigraphics, a division of
Rapids Reproduction. The fee is refundable if returned within 14 days of award of the project by
City Council in re -usable condition.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of minority contractors can be obtained from the
Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-1422.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its subcontractors, together with
quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive
2021 Water Pavement Patching Project Page 2 of 3
technicalities and irregularities.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE FRUEHLING, CITY CLERK
2021 Water Pavement Patching Project Page 3 of 3
Prepared by: Marti VanDyke, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356r5044
Resolution No. 21-161
Resolution awarding contract and authorizing the Mayor to sign
and the City Clerk to attest a contract for construction of the
2021 Water Pavement Patching Project
Whereas, All American Concrete, Inc. of West Liberty, Iowa, has submitted the lowest responsible
bid of $117,240 for construction of the above -named project; and
Whereas, funds for this project are available in the Water Divisions Operating Budget account #
73730130-473010;and
Whereas, the City Engineer and City Manager are authorized to execute change orders according
to the City's Purchasing Policy as they may become necessary in the construction of the above -
named project.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that:
1. The contract for the construction of the above -named project is hereby awarded to All
American Concrete, Inc., subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above -named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
Passed and approved this 15 th day of June 2021
Ma
Approved by
Attest : V
City Clerk City Attorn y's Office
(Sara Greenwood Hektoen — 06/09/2021
It was moved by Salih and seconded by 'Taylor the Resolution be
adopted, and upon roll call there were:
Ayes:
Nays:
Absent:
Bergus
Mims
Salih
Taylor
Teague
Thomas
Weiner
Bond Number: SY99744
0510
PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
2021 WATER PAVEMENT PATCHING PROJECT
CITY OF IOWA CITY
KNOW ALL BY THESE PRESENTS
That we, All American Concrete Inc. as Principal
(hereinafter the "Contractor" or "Principal") and IMT Insurance Company
as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred
to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the
conditions of this Bond in the penal sum of
One Hundred Seventeen Thousand Two Hundred Forty and No/100 dollars
($ 117240.00 ), lawful money of the United States, for the payment of which sum,
well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly
or severally, firmly by these presents.
The conditions of the above obligations are such that whereas said Contractor entered into a
contract with the Jurisdiction, bearing date the i1 ' day of `A4ey June
2021 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to
construct the following described improvements
Pavement repairs associated with water main breaks on various streets throughout Iowa City.
Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite
pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some
locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or
curb and gutter.
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-VA-t:
1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, i6ifill, and
abide by each and every covenant, condition, and part of said Contract, by refereMe 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:Juris(*tion by
reason of the Contractor's default of failure to perform as required. The Cantrzyor shall
also be responsible for the default or failure to perform as required under the Cor't&ct and
Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing
materials or providing labor in the performance of the Contract.
PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just
claims submitted by persons, firms, subcontractors, and corporations furnishing materials
for or performing labor in the performance of the Contract on account of which this Bond
is given, including but not limited to claims for all amounts due for labor, materials,
lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used
2021 Water Pavement Patching Project 0510 — Page 1 of 4
Bond Number: SY99744
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.
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 110hited in any
way, but shall include the actual and reasonable costs and expenses incurred by
the Jurisdiction including interest, benefits, and overhead where`14pplicable.
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_incurFO by the
Jurisdiction. It is intended the Contractor and Surety will defend and indeonify the
Jurisdiction on all claims made against the Jurisdiction on account of Contractor's
failure to perform as required in the Contract and Contract Documents, that all
agreements and promises set forth in the Contract and Contract Documents, in
approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction
will be fully indemnified so that it will be put into the position it would have been in
had the Contract been performed in the first instance as required.
2021 Water Pavement Patching Project 0510 — Page 2 of 4
Bond Number: SY99744
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.
0
. "
4 `
C-) i
.�y y•
CP
2021 Water Pavement Patching Project 0510 — Page 3 of 4
Bond Number: SY99744
PRINCIPAL: All American Concrete Inc.
Jodi O)in-,ar--�
Printed Name of ContraFtor Officer
By
SLighature of Contractor Officer
Vice �feCip e.rv%
Title of Contractor Officer
SURETY:
IMT Insurance Company
Surety Company Name
By
Si,oKat6re of Atto y-in-Fact Officer
Jill Shaffer
Printed Name of Attorney -in -Fact Officer
LMC Insurance & Risk Management
Company Name of Attomey-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
2021 Water Pavement Patching Project 0510 — Page 4 of 4
. IMT INSURANCE
POWER OF ATTORNEY
Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized under the laws of the State of Iowa,
and having its principal office in the City of West Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by
these presents make, constitute and appoint
Jeffrey R. Baker, Nancy D. Baltutat, Patrick K. Duff, Mark E. Keairnes,
Greg T. LaMair, Joseph I. Schmit, Christopher R. Seiberling, and An Shaffer
of West Des Moines and State of IOWa its true and lawful Attorney -in -Fact, with full power and
authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, under-
takings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the
amount of:
'"Unlimited Amounts*****
and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized
officers of IMT Insurance Company, and all such acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of IMT Insurance Company on December 18, 1998.
ARTICLE VIII, SECTION 4. - The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and
to authorize them to execute on behalf of the Company, and attach thereto the Corporate Seal, bonds, undertakings, recognizances, con-
tracts of indemnity or other obligatory writings, excluding insurance policies and endorsements.
ARTICLE V Ill, SECTION 5. - The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power
of Attorney authorizing the execution and delivery of any of the instruments described in Article VIII, Section 4 of the By -Laws. Such
facsimile signature and seal shall have the same force and effect as though manually affixed.
In Witness Whereof, IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to
be hereto affixed, this 3rd day of Ma , 2021
IMT Insurance Company ��
n
Sean Kennedy, President
STATE OF IOWA
ss:
COUNTY OF Dallas
On this 3rd day of May , 2021 , before me appeared Sean Kermady, to me personally known,
who being by me duly sworn did say that he is President of the IMT Insurance Company, the corpmatipdidescribed in the foregoing
instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation -and that Is said instrument was signed
and sealed in behalf of said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of W6ttles MDTires, Iowa, the day and year
first above written.TAM
xq iio SODA -GOOD Commission Number 811i16649
My C 11miss Explres -- '
cl 1 Notary Public, Dallas County "CIO
a
CERTIFICATE y (-M
cn
I, Dalene Holland Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy
of the POWER -OF -ATTORNEY, executed by said the IMT Insurance Company, which is still in force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the Seal of the Company on 3rd day of
May 2021
ai•: � rn �
Dalene Holland, Secretary '+..3^-s,�.-•� ^: ?'
SY 06 06 (01/19)
7OR JAB 13 PM 2- 56
ENGINEER'S REPORT
January 12, 2022
City Clerk
Iowa City, Iowa
RE: 2021 Water Pavement Patching Project
Dear City Clerk:
CITY OF IOWA CITY
410 East Washington Street
Iowa City, Iowa 52240 - 1826
(319) 356 - 5000
(319) 356 - 5009 FAX
www.icgov.org
I hereby certify that the 2021 Water Pavement Patching Project has been completed by All
American Concrete, Inc., of West Liberty, Iowa, in substantial accordance with the plans and
specifications prepared by the Engineering Division.
The project was bid as a unit price contract and the final contract price is $297,154.40.
There was a total of two (2) change orders for the project as described below:
01 Add replacement of intake throat item, add greater $81,087.00
than 8° M-mix PCC patch item, and adjust quantities
for work between June 291' and August 311
02 Add additional repair sites, adjust quantities for work $98,827.40
after August 31 and add cold weather pavement
protection item
Total $179,914A0
I recommend that the above -referenced improvements be accepted by the City of Iowa City.
Sincerely,
Jason Havel, P.E.
City Engineer
Prepared by: Marti VanDyke, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044
Resolution No. 22-15
Resolution accepting the work for the 2021 Water Pavement
Patching Project
Whereas, the Engineering Division has recommended that the work for construction of the 2021
Water Pavement Patching Project, as included in a contract between the City of Iowa City and All
American Concrete, Inc. of West Liberty, Iowa, dated June 24, 2021, be accepted; and
Whereas, the Engineer's Report and the performance, payment and maintenance bond have
been filed in the City Clerk's office; and
Whereas, funds for this project are available in the Water Divisions Operating Budget account
#73730130;and
Whereas, the final contract price is $297,154.40.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said
improvements are hereby accepted by the City of Iowa City, Iowa.
Passed and approved this 18th day of January , 2022
M
Approved by
Attest:
City lerk City Attorqy's Office
(Sara Greenwood-Hektoen - 01/12/2022)
It was moved by Weiner and seconded by 'Taylor the Resolution be
adopted, and upon roll Call there were:
Ayes:
Nays:
Absent:
Alter
Bergus
Harrnsen
Taylor
Teague
Thomas
Weiner