HomeMy WebLinkAboutJ STREET SANITARY SEWER REPLACEMENT PROJECT/2023J STREET SANITARY SEWER REPLACEMENT PROJECT - 2023
13-Jan-2023 Plans, specs, project manual, engineer's opinion of cost
24-Jan-2023 Res No. 23-24: Setting public hearing
30-Jan-2023 Notice of Public Hearing
07-Feb-2023 Res No. 23-38: Approving project manual and estimate of cost
09-Feb-2023 Notice to bidders
07-Mar-2023 Res No. 23-59: Awarding Contract
05-Apr-2023 Performance, Payment, & Maintenance Bond
26-Jul-2024 Engineer's Report
06-Aug-2024 Res No. 24-205: Accepting the work
WATER
ENGINEEE�ING
1029 Hershey Avenue
Muscatine, IA 52761
563.506.2673
brad@watersmithengineering.com
Joe Welter, PE
City of Iowa City
410 East Washington Street
Iowa City, IA 52240
January 13, 2023
Subject: J Street Sanitary Sewer Replacement Project, Engineer's Opinion of Cost
Dear Mr. Welter,
The engineer's opinion of cost for the J Street Sanitary Sewer Replacement Project with Public Hearing date
of February 7, 2023 is $550,000. Please let me know if you need any additional information.
Sincerely,
Bradley W. Roeth P.E.
Senior Engineer
1
mii:I I I p -
"kt M�aa1�1
CITY OF IOWA CITY
UNESCO CITY OF LITERATURE
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
PROJECT MANUAL
FOR THE
FORMAL
J STREET SANITARY SEWER REPLACEMENT PROJECT
IOWA CITY, IOWA
r-
JANUARY 13, 2023 ='
E S S IO V.
2 r BRADLEY W. : Z
LU • ROETH : m
16536 ? a
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.
LO
ley
License Number: 16536
1 /13/2023
Date
My license renewal date is December 31, 20 24
Pages or sheets covered by this seal:
Entire Bound Document
J Street Sanitary Sewer Replacement Project 0005 — Page 1 of 1
0010
TABLE OF CONTENTS
PROJECT MANUAL
201
0005 CERTIFICATIONS PAGE
0010 TABLE OF CONTENTS
0100 NOTICE TO BIDDERS
0110 NOTICE OF PUBLIC HEARING
0200 INSTRUCTIONS TO BIDDERS
0400 PROPOSAL
0405 BIDDER STATUS FORM
0410 BID BOND FORM
0500 CONTRACT
0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
0520 CONTRACT COMPLIANCE
0530 WAGE THEFT POLICY
SUDAS STANDARD SPECIFICATIONS
GENERAL SUPPLEMENTAL SPECIFICATIONS
SUPPLEMENTAL SPECIFICATIONS
SPECIAL PROVISIONS
PLANS
"T e
APPENDICES;
J Street Sanitary Sewer Replacement Project 0010 — Page 1 of 1
0100
NOTICE TO BIDDERS
J STREET SANITARY SEWER REPLACEMENT PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on the 28th day of February 2023. Sealed proposals will be opened immediately thereafter. Bids
submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project.
Proposals received after this deadline will be returned to the bidder unopened. Proposals will be
acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M.
on the 7th day of March 2023, or at special meeting called for that purpose.
The Project will involve the following:
Approximately 290 LF of 8" sanitary sewer replacement, sewer lateral replacement, 1,400 SY of
street pavement removal and replacement, 490 SY of sidewalk, 230 SY of driveway, ADA ramps,
water main modifications, and other related work.
All work is to be done in strict compliance with the Project Manual prepared by Watersmith
Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and
are on file for public examination in the Office of the City Clerk.
Each proposal shall be completed on a form furnished by the City and must be submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security executed by a corporation authorized to contract
as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made
payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the
City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10)
calendar days of the City Council's award of the contract and post bond satisfactory to the City
(in the form shown in Section 0510) ensuring the faithful performance of the contract and
maintenance of said Project, if required, pursuant to the provisions of this notice and the other
contract documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of
the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as
the successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 0510, said bond to be issued by a responsible surety approved by the City,, and shall
guarantee the prompt payment of all materials and labor, and also protect and save harmless the
City from all claims and damages of any kind caused directly or indirectly by the operation of the
contract, and shall also guarantee the maintenance of the improvement for a period of five (5)
year(s) from and after its completion and formal acceptance by the City Council.
J Street Sanitary Sewer Replacement Project 0100 — Page 1 of 2
The following limitations shall apply to this Project:
Specified Start Date:
June 5, 2023
Substantial Completion:
August 21, 2023
Final Completion:
September 20, 2023
Liquidated Damages:
$500 per day
The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank
forms may be secured at the office of Technigraphics, a division of Rapids Reproductions, located
at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950. If City Hall is
closed to the public due to the health and safety concerns from COVID-19, copies are available
by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling@iowa-city.orct.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of minority contractors can be obtained from the
Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-1422.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its subcontractors, together with
quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive
technicalities and irregularities.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE FRUEHLING, CITY CLERK
J Street Sanitary Sewer Replacement Project 0100 — Page 2 of 2
0110
NOTICE OF PUBLIC HEARING
NOTICE OF PUBLIC HEARING ON PROJECT MANUAL
AND ESTIMATED COST FOR THE J STREET SANITARY
SEWER REPLACEMENT 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 J Street
Sanitary Sewer Replacement in said city at 6 p.m. on the
7th day of February, 2023, 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.
This project includes approximately 290 LF of 8" sanitary
sewer replacement, sewer lateral replacement, 1,400 SY of
street pavement removal and replacement, 490 SY of
sidewalk, 230 SY of driveway, ADA ramps, water main
modifications, and other related work and is located at J
Street between 1 st Avenue and 3rd Avenue.
Said Project Manual and estimated cost are now on file
in the office of the City Clerk in the City Hall in Iowa City,
Iowa, and may be inspected by any interested persons.
Any interested persons may appear at said meeting of
the City Council for the purpose of making objections to and
comments concerning said Project Manual or the cost of
making said improvement.
This notice is given by order of the City Council of
the City of Iowa City, Iowa and as provided by law.
Kellie K. Fruehling, City Clerk
J Street Sanitary Sewer Replacement Project 0110 — Page 1 of 1
0200
INSTRUCTIONS TO BIDDERS
J Street Sanitary Sewer Replacement PROJECT
Optional Pre -Bid Meeting:
a. Time, Date, and Location:
Date and Time: February 21, 2023, at 2:00pm
Location: City Hall, 3rd Floor, Engineering Conference Room
2. Bid Submittals:
a. Time, Date and Location:
February 28, 2023, at 3:00pm
City Clerk's Office
410 East Washington Street
Iowa City, Iowa 52240
b. Submittals include two separate sealed envelopes:
Envelope 1: Bid Security and Bidder Status Form
Envelope 2: Proposal
C. See Section 1020, as may be supplemented, for complete descriptions of proposal
requirements and conditions.
3. Bidder Status:
a. Use the Bidder Status Form included in Section 0405.
b. Submit in accordance with 0200.2.b above.
c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875
Iowa Administrative Code Chapter 156 (73A), found at the following website:
https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for
assistance in completing the form.
4. Bid Security:
a. Use the Bid Bond Form included in Section 0410.
b. Submit in accordance with 0200.2.b above.
C. Bid security is 10% of the total bid, including all added alternates (do not deduct
the amount of deducted alternates).
d. See Section 1020, as may be supplemented, for a complete description of the bid
security requirements.
5. Progress and Schedule:
a. Contract Times:
Specified Start Date: June 5, 2023
Substantial Completion: August 21, 2023
Final Completion: September 20, 2023 -r—
Liquidated Damages: $500 per day' 4 c
b. Work Restrictions:
i. No work shall be done between 10:00 pm and 7:00 am without,tjhe 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:
J Street Sanitary Sewer Replacement Project 0200 — Page 1 of 3
i. The Iowa City Community School District ends spring semester classes on
June 6, 2023.
ii. The Iowa City Community School District begins fall semester: classes on
August 23, 2023.
iii. No work shall occur on University of Iowa Home Football game -days.
6. Performance, Payment and Maintenance Bond:
a. The successful bidder will be required to furnish a bond in an amount equal to one
hundred percent (100%) of the contract price for a period of five (5) year(s) after
its completion and formal acceptance by the City Council.
b. Use the Performance, Payment, and Maintenance Bond Form included in Section
0510.
C. See Section 1070, Part 3, as may be supplemented, for a complete description of
the bonding requirements.
7. Insurance Requirements:
a. The City of Iowa City is to be listed on the required insurance certificate, as an
additional insured on a primary and non-contributory basis. Review this
requirement with your insurance broker prior to bidding.
b. See Section 1070, Part 3, as may be supplemented, for a complete description of
the insurance requirements.
8. Taxes:
a. Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of
the Supplemental Specifications.
9. Contract Compliance:
a. For all contracts of $25,000 or more, the Contractor shall abide by the
requirements of the City's Contract Compliance Program, as described in the
Section 0520.
10. Wage Theft Policy:
a. For all contracts of $25,000 or more, the Contractor shall abide by the
requirements of the City's Wage Theft Policy, as described in Section 0520.
11. References:
a. The successful bidder and all of its subcontractors are required to submit at least
four (4) days prior to award three (3) references involving similar projects, including
at least one municipal reference. Award of the bid or use of specific subcontractors
may be denied if sufficient favorable references are not verified or based on past
experience on projects with the City of Iowa City.
b. References shall be addressed to the City Engineer and include the name, address
and phone number of the contact person, for City verification.
12. Contract Documentation:
a. The Contractor must demonstrate an active subscription to Doc Express (program
by Info Tech, Inc.) is maintained. Doc Express will be used to process
documentation, including, but not limited to, contract documents, change orders,
shop drawings, certificates, equipment lists, progress payments, and other
electronic submittals.
b. Record documentation is required on all projects in accordance with Section 1090,
1.08.E of the Supplemental Specifications. Liquidated damages will be considered
J Street Sanitary Sewer Replacement Project 0200 — Page 2 of 3
if adequate record documentation is not submitted by the Final Completion Date.
1-1�
e�
J Street Sanitary Sewer Replacement Project 0200 — Page 3 of 3
0400
PROPOSAL
J STREET SANITARY SEWER REPLACEMENT 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.
Co
J Street Sanitary Sewer Replacement Project 0400 — Page 1 of 6
BID ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT
1
CLEARING AND
LS
1
GRUBBING
2
ON -SITE TOPSOIL,
CY
175
STRIP, STOCKPILE,
SPREAD, BASED ON 8"
DEPTH
3
BELOW GRADE
SY
360
EXCAVATION (CORE
OUT)
4
SUBGRADE
SY
1283
PREPARATION
5
GRANULAR
TONS
100
STABILIZATION, CLASS
II BACKFILL MATERIAL
6
SUBBASE, MODIFIED,
SY
2035
6"
7
COMPACTION
LS
1
TESTING
8
TRENCH
TON
50
FOUNDATION
9
REPLACEMENT OF
CY
90
UNSUITABLE
BACKFILL MATERIAL
10
SPECIAL PIPE
LF
20
SUPPORT, FLOWABLE
MORTAR FILL UTILITY
LINE SUPPORT
11
TRENCH
LS
1
COMPACTION
TESTING
12
SANITARY SEWER
LF
289
GRAVITY MAIN,
TRENCHED, TRUSS
-
TYPE PVC, 8"
13
SANITARY SEWER
LF
380
SERVICE STUB, SDR
23.5 PVC, 4"
14
REMOVAL OF
LF
289
SANITARY SEWER,:
VCP, 8"
r
15
SANITARY SEWER
EA
1
CLEANOUT, 4"
16
SANITARY SEWER
LF
115
ABANDONMENT, FILL
AND PLUG, 8", CLSM
J Street Sanitary Sewer Replacement Project 0400 — Page 2 of 6
BID
ESTIMATED UNIT EXTENDED
ITEM
DESCRIPTION
UNITS
QUANTITY PRICE AMOUNT
17
SUBDRAINS AND
LF
540
FOOTING DRAIN
COLLECTORS, HDPE,
6"
18
SUBDRAIN OR
EA
1
FOOTING DRAIN
CLEANOUTS, TYPE A-1
19
SUBDRAIN OR
EA
5
FOOTING DRAIN
OUTLETS AND
CONNECTIONS
20
BYPASS PUMPING
LS
1
21
WATERMAIN,
LF
32
TRENCHED, 6", PVC
22
WATERMAIN,
LF
82
TRENCHED 8", PVC
23
FITTINGS
LBS
1040
24
WATER SERVICE STUB
EA
4
25
6" VALVE
EA
4
26
8" VALVE
EA
3
27
FIRE HYDRANT
EA
2
ASSEMBLY
28
VALVE BOX
EA
2
REPLACMENT
29
FIRE HYDRANT
EA
2
ASSEMBLY REMOVAL
30
MANHOLE, SW-301,
EA
2
48"
31
MANHOLE OR INTAKE
EA
1
ADJUSTMENT, MINOR
32
REMOVE MANHOLE
EA
2
33
PAVEMENT, PCC, 8",
SY
1415
C-SUD MIX
34
PCC PAVEMENT
LS
1
SAMPLES AND
TESTING
35
REMOVAL OF
SY
322
SIDEWALK AND
DRIVEWAY
36
SIDEWALK, PCC, 4", C-
SY
490
SUD MIX
J Street
Sanitary Sewer Replacement Project
0400 — Page 3 of 6
BID
ESTIMATED
UNIT EXTENDED
ITEM
DESCRIPTION
UNITS
QUANTITY
PRICE AMOUNT
37
DETECTABLE
SF
40
WARNING
38
DRIVEWAY, PAVED,
SY
234
PCC, 6", C-SUD MIX
39
DRIVEWAY,
SY
14
GRANULAR
SURFACING
40
PAVEMENT REMOVAL
SY
1415
41
TEMPORARY TRAFFIC
LS
1
CONTROL
42
TEMPORARY
AC
0.16
SEEDING, TYPE 5
43
HYDRAULIC SEEDING,
AC
0.16
TYPE 1 SEED MIX,
INCLUDING
WATERING AND
WARRANTY
44
SWPPP MEASURES -
LF
1500
WATTLES, 9",
INCLUDES
INSTALLATION AND
REMOVAL
45
SWPPP MEASURES -
EA
4
INLET PROTECTION
DEVICE
46
CONSTRUCTION
LS
1
SURVEY
47
MOBILIZATION
LS
1
48
TEMPORARY
SY
187--
GRANULAR SIDEWALK
49
CONCRETE WASHOUT
LS
1
TOTAL EXTENDED
AMOUNT
=
The Bidder may submit computer
-generated
unit price table
in accordance with the Special
Provisions.
J Street
Sanitary Sewer Replacement Project
0400 — Page 4 of 6
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.
CD
J Street Sanitary Sewer Replacement Project 0400 — Page 5 of 6
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
NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or
electronic signatures will not be accepted.
J Street Sanitary Sewer Replacement Project 0400 — Page 6 of 6
0405
BIDDER STATUS FORM
All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156.
To be completed by all bidders Part A
❑ Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business).
❑ Yes ❑ 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 form.
To be completed by resident bidders Part B
Dates: to Address:
(mm/dd/yyyy) City, State, Zip Code:
Dates: to Address:
(mmlddfyyyy) City, State, Zip Code:
Dates: to Address:
(mm/dWyyyy) City, State, Zip Code:
You may attach additional sheet(s) if needed.
To be completed by non-resident bidders Part C
l . Name of home state or foreign country reported to the Iowa Secretary of State:
w..
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 stata foreign country and the
appropriate legal citation
You may attach additional sheet(s) if needed. '+-n
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to
provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature: Date:
J Street Sanitary Sewer Replacement Project 0405 — Page 1 of 2
WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the
following describes your business, you are authorized to transact business in Iowa.
❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution.
❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent
biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary
of state nor had its authority revoked.
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state
other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not
been filed.
❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership
has received notification from the Iowa Secretary of state that the application for certificate of authority has been
approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited
partnership.
❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and
has not filed a statement of termination.
❑ 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 andthe certificate has not
been revoked or canceled.
J Street Sanitary Sewer Replacement Project 0405 — Page 2 of 2
0410
BID BOND FORM
J STREET SANITARY SEWER REPLACEMENT 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 J Street Sanitary Sewer Replacement 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.
c�
Witness
By:
Witness
Principal
Surety
By:
(Attorney -in -fact)
Attach Power -of -Attorney, if applicable
day
(Seal)
(Title)
(Seal)
J Street Sanitary Sewer Replacement Project 0410 — Page 1 of 1
0500
CONTRACT
J STREET SANITARY SEWER REPLACEMENT 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 13th day of January 2023, for the J Street Sanitary Sewer Replacement ("Project"), and
WHEREAS, the City publicly solicited bids for construction of said Project; and
WHEREAS, Contractor submitted a bid on the Project described in said Project Manual;
and
WHEREAS, the parties hereto now wish to enter into this Contract for the construction of
said Project.
NOW, THEREFORE, IT IS AGREED:
1. The Contractor hereby agrees to perform the Project for the sums listed in its
Proposal including the total extended amount of $ ,
which sums are incorporated herein by this reference.
2. This Contract consists of the Contract Documents, as defined in the Section 1010,
1.03, and the following additional component parts which are incorporated herein
by reference:
a. Contractor's Completed Bidder Status Form; attached hereto; and
b. Contractor's Completed Contract Compliance Program (Anti -
Discrimination Requirements) Assurance, if applicable, pursuant to Section
0200, attached hereto; and
C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to
Section 0200, attached hereto.
The above components are deemed complementary and what is called for by, one shall
be as binding as if called for by all.
Co
moo.
J Street Sanitary Sewer Replacement Project 0500 — Page 1 of 2
3. The names of subcontractors acknowledged by City, together with quantities, unit
prices, and extended dollar amounts, are as follows (or shown on an attachment):
DATED this
CSC
NAME QUANTITY UNIT PRICE TOTAL AMOUNT
day of , 20,
By:
Signature of City Official
Printed Name of City Official
ATTEST:
City Clerk (for Formal Projects only)
APPROVED BY:
City Attorney's Office
Contractor
By:
Signature of Contractor Officer
Printed Name of Contractor Officer
Title of Contractor Officer
ATTEST:
By:
(Company Official)
J Street Sanitary Sewer Replacement Project 0500 — Page 2 of 2
0510
PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
J STREET SANITARY SEWER REPLACEMENT PROJECT
CITY OF IOWA CITY
KNOW ALL BY THESE PRESENTS:
That we, , as Principal
(hereinafter the "Contractor" or "Principal") and ,
as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred
to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the
conditions of this Bond in the penal sum of
dollars
($ ), lawful money of the United States, for the payment of which sum,
well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly
or severally, firmly by these presents.
The conditions of the above obligations are such that whereas said Contractor entered into a
contract with the Jurisdiction, bearing date the day of ,
, (hereinafter the "Contract") wherein said Contractor undertakes and agrees to
construct the following described improvements:
Approximately 350 LF of 8" sanitary sewer replacement, sewer lateral replacement, 1,000 SY of
street pavement removal and replacement, 500 SY of sidewalk, 200 SY of driveway, ADA ramps,
water main modifications, and other related work.
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
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
J Street Sanitary Sewer Replacement Project 0510 — Page 1 of 4
improvement, but the Contractor and Surety shall not be liable to said persons, firms, or
corporations unless the claims of said claimants against said portion of the contract price
shall have been established as provided by law. The Contractor and Surety hereby bind
themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code,
which by this reference is made a part hereof as though fully set out herein.
3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own
expense:
A. To remedy any and all defects that may develop in or result from work to be
performed under the Contract within the period of 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 that five years 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
�.r failure to perform as required in the Contract and Contract Documents, that all
x 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.
J Street Sanitary Sewer Replacement 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.
"y a
J Street Sanitary Sewer Replacement Project 0510 — Page 3 of 4
PRINCIPAL:
SURETY:
Printed Name of Contractor Officer Surety Company Name
By By
Signature of Contractor Officer Signature of Attorney -in -Fact Officer
Title of Contractor Officer Printed Name of Attorney -in -Fact Officer
Company Name of Attorney -in -Fact
Company Address of Attorney -in -Fact
City, State, Zip Code of Attorney -in -Fact
Telephone Number of Attorney -in -Fact
NOTE:
1. All signatures on this performance, payment, and maintenance bond must be
original signatures in ink; copies, facsimile, or electronic signatures will not be
accepted.
2. This bond must be sealed with the Surety's raised, embossing seal.
3. The Certificate or Power of Attorney accompanying this bond must be valid on its
face and sealed with the Surety's raised, embossing seal.
4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this
bond must be exactly as listed on the Certificate or Power of Attorney
accompanying this bond.
AJ
f.0
J Street Sanitary Sewer Replacement Project 0510 — Page 4 of 4
l
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 race, color, creed, religion, national origin, sex, gender identity,
sexual orientation, disability, marital status, and age.
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:
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 pages CC-2 and CC-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.
J Street Sanitary Sewer Replacement Project 0520 — Page 1 of 6
SECTION II - ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory Equal Employment
Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2
THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE
EXECUTION OF THE CONTRACT.
With respect to the performance of this contract, the contractor, consultant or vendor agrees as
follows: (For the purposes of these minimum requirements, "contractor" shall include consultants
and vendors.)
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 race, color, creed, religion, national origin, sex, sexual
orientation, gender identity, disability, marital status, and age. Such efforts shall include,
but not be limited to the following: employment, promotion, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
2. The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as
amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders
of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said
regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment
Opportunity Officer?
(Please print)
Street Address
City, State, Zip Code
J Street Sanitary Sewer Replacement Project 0520 — Page 2 of 6
5. The undersigned agrees to display, in conspicuous places at the work site, all posters
required by federal and state law for the duration of the contract. NOTE: The City can
provide assistance in obtaining the necessary posters.
6. How does your business currently inform applicants, employees, and recruitment sources
(including unions) that you are an Equal Employment Opportunity employer?
The above responses are true and correctly reflect our Equal Employment Opportunity policies.
Business Name Phone Number
Signature
Print Name
Title
Date
J Street Sanitary Sewer Replacement 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.
(e) Review periodically job descriptions to make sure they accurately reflect major job
functions. Review education and experience requirements to make sure they
accurately reflect the requirements for successful job performance.
(f) �Review the job application to insure that only job related questions are asked. Ask
yourself "Is this information necessary to judge an applicant's ability to perform the
job applied for?" Only use job -related tests which do not adversely affect any
e-, particular group of people.
(g) M' Monitor interviews carefully. Prepare interview questions in advance to assure that
they are only job related. Train your interviewers on discrimination laws. Biased
e,n and subjective judgments in personal interviews can be a major source of
J Street Sanitary Sewer Replacement Project 0520 — Page 4 of 6
discrimination.
(h) Improve hiring and selection procedures and use non -biased promotion, transfer
and training policies to increase and/or improve the diversity of your workforce
representation. Companies must make sure procedures for selecting candidates
for promotion, transfer and training are based upon a fair assessment of an
employee's ability and work record. Furthermore, all companies should post and
otherwise publicize all job promotional opportunities and encourage all qualified
employees to bid on them.
For your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances
which prohibits certain discriminatory practices in employment can be found at:
http://www.sterlingcodifiers.com/codebook/index.php?book id=953. Please note that the
protected characteristics include some not mandated for protection by Federal or State
law. As a contractor, consultant or vendor doing business with the City of Iowa City you
are required to abide by the provisions of the local ordinance in conjunction with your
performance under a contract with the City.
F-5
J Street Sanitary Sewer Replacement 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, national origin, gender identity,
marital status, 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.
J Street Sanitary Sewer Replacement Project 0520 — Page 6 of 6
0530
WAGE THEFT POLICY
_.-.5
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 Standds Act or
any comparable state statute or local ordinance, which governs the payment of wages, for a period
of five (5) years from the date of the last conviction, entry of plea, administrative finding or
admission of guilt. (hereinafter "Wage Theft Policy")
Application. The Wage Theft Policy applies to the following:
a. Contracts in excess of $25,000 for goods, services or public improvements.
b. Contracts for discretionary economic development assistance. "Discretionary"
economic development assistance shall mean any economic development
assistance provided by the City of Iowa City that is not required by law.
II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods
and services, emergency construction or public improvement work, sole source contracts
excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts
with other governmental entities.
III. Affidavit. The contracting entity must complete the attached affidavit showing
compliance with the Wage Theft Policy and provide it to the Contracting Department
prior to the execution of the contract.
Contract provision: Any contract to which this policy is applicable will include the following contract
provision: If the City becomes aware that a person or entity (including an owner of more than
25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial
or administrative proceeding of committing a repeated or willful violation of the Iowa Wage
Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or
any comparable state statute or local ordinance, which governs the payment of wages, within the
five (5) year period prior to the award or at any time after the award, such violation shall constitute
a default under the contract.
IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage
Theft Policy it may submit a request in writing indicating that one or more of the following
actions have been taken:
a. There has been a bona fide change in ownership or control of the ineligible person
or entity;
b. Disciplinary action has been taken against the individual(s) responsible for the acts
giving rise to the violation(s);
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.
J Street Sanitary Sewer Replacement Project 0530 — Page 1 of 3
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.
a'
M�
y�
4
J Street Sanitary Sewer Replacement Project 0530 — Page 2 of 3
STATE OF
I
WAGE THEFT AFFIDAVIT
ss:
COUNTY
, upon being duly sworn, state as follows:
1. 1 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
This record was acknowledged before me on (date)
by (name of individual)
as (type of authority, such as officer or trustee)
of
C)
-r
(name of party on behalf of whom the record was
executed)
Signature
Notary Public in and for the State of
J Street Sanitary Sewer Replacement Project 0530 — Page 3 of 3
SUDAS STANDARD SPECIFICATIONS
The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public
improvement projects and construction within the public right-of-way. The SUDAS Standard
Specifications are incorporated herein by reference. Copies of the current version of the SUDAS
Standard Specifications Manual can be obtained from the SUDAS website at:
https:Hiowasudas.org/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:
httos:Hiowasudas.org/archived-specifications/.
J Street Sanitary Sewer Replacement 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: httos:Hiowasudas.org/supplemental-specifications/. These
specifications are kept on file in the City Engineer's Office and will be made available for viewing
by City staff and the public.
C
d
J Street Sanitary Sewer Replacement Project Page 1 of 1
SUPPLEMENTAL SPECIFICATIONS
The City of Iowa City has adopted the Supplemental Specifications to the 2023 Edition of the
SUDAS Standard Specifications Manual for use on all public improvement projects and
construction within the public right-of-way. The Supplemental Specifications are incorporated
herein by reference. Copies of the current version can be obtained at: https://www.iowa-
city.orq/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City
Engineering Division Office.
C)
J Street Sanitary Sewer Replacement 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, 1.09.13, 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.
SECTION 3010 — TRENCH EXCAVATION AND BACKFILL
1.03 SUBMITTALS
D. (ADD) CLSM design mix, giving dry weights of cement, saturated surface -dry weights
of aggregate, types, names and percent of admixtures, air content, and water used per
cubic yard.
E. (ADD) Initial and final set times of design mix as determined by ASTM C403.
F. (ADD) Quality Control:
1. Experience of ready mix plants supplying CLSM.
2. Experience of specialty contractors supplying CLSM. Use skilled workmen who
are thoroughly trained, experienced and familiar with the specified requirements
and the methods for proper performance of this work.
3. Laboratory test data on seven (7) and twenty-eight (28) day strengths.
G. (ADD) Quality Assurance:
1. Ready mix plants and specialty contractors shall have a minimum of two years'
experience producing CLSM of the type required. Submit list of projcts including
quantity, density and strength of CLSM supplied for similar project§ in past two
years as proof of experience. w
2.06 SPECIAL PIPE EMBEDMENT AND ENCASEMENT MATERIAL
C. CLSM: (REPLACE)
1. Materials:
c�
a. CLSM shall consist of portland cement, aggregate, admixtures, and enough
water to allow the material to flow freely. CLSM shall be self -leveling and self -
compacting.
b. Unless otherwise noted, all materials shall comply with requirements of ACI
229R.
J Street Sanitary Sewer Replacement Project Page 1 of 4
c. Portland Cement — ASTM C150 —Type I or Type II.
d. Foam Liquid Concentrate: Concentrate per ASTM C869 when tested in
accordance with ASTM C796.
e. Fine Aggregate: ASTM C33.
f. Admixtures: Certified to be compatible with each other. Admixtures shall not
contain calcium chloride. Fly ash shall not be used in any CLSM mix that will
be in direct contact with any soils.
g. Water: Potable, clean and containing less than 100 parts per million (ppm) of
chlorides. Free of any substances deleterious to lightweight CLSM foaming
agent.
2. Mix Design:
a. Consistency: The mixture of cement, aggregate, water and admixtures shall be
proportioned to create a flowable slurry with a minimum flow of 8-inches when
tested in accordance with ASTM D6103. The mix must be a homogenous
slurry so the materials do not segregate upon deposition. Bleed water shall be
no greater than 10 percent of the mixing water as measured by Method A of
ASTM C232.
b. Proportioning and Design of CLSM mixes. Field experience test data or
laboratory test batches prepared in accordance with ACI 211.1 and ACI 301.
c. Low Density (LD) CLSM:
i. Excavatable by machine. - 4
_T3
ii. Low density, non -bleeding cellular concrete. -
iii. Portland cement and water slurry blended with a high staf�lity pre -
generated foaming agent.
iv. Fluid (10-inch slump), pumpable.
v. Wet Density: greater than 30 pounds per cubic foot (pcf).
vi. Twenty-eight (28) day Compressive Strength: 100 pounds per square inch
(psi) minimum.
vii. If water is present in the structure being abandoned, the CLSM shall have
a minimum density of 70 pcf.
3. Mixing:
a. Sufficient mixing capacity shall be provided to permit the CLSM to be placed
without interruption. The mixer drum shall be completely emptied prior to the
initial batch of CLSM to make sure that no additional cement fines are
incorporated into the mix.
J Street Sanitary Sewer Replacement Project Page 2 of 4
SECTION 4010 — SANITARY SEWERS
1.08 MEASUREMENT AND PAYMENT
E. Sanitary Sewer Service Stub:
3. (APPEND) Also includes removal and disposal of existing sewer service pipe,
coupling new service pipe to existing service pipe, and Contractor means of
handling sewer flows encountered during replacement.
3.08 SANITARY SEWER ABANDONMENT
B. Fill:
1. (REPLACE) Prior to filling the sewer, the Contractor will verify the sewer line is not
in use with the Engineer.
2. (REPLACE) Pipes to be abandoned shall have all liquids are solids removed before
installation of watertight bulkheads. Ground water infiltration will not be allowed
between the time of the bulkhead installation and filling of the pipes. The cost of
the cleaning and maintaining a liquid -free space will be incidental to the
abandonment item.
3. (REPLACE) Construct watertight bulkheads consisting of at least two injection
ports/vents at each end of the pipe. Injection ports and vents will be 2" pipes (with
male NPT fittings) or per the requirements and recommendations of the contractor
installing the CLSM. Make sure all voids are filled with flowable mortar and will
withstand the pressure of the pipe filling operations.
4. (ADD) Fill pipes labeled on the Plans with CLSM, LD, by ready mix truck, pump, or
other approved method by continuous discharging material in the space to be filled.
5. (ADD) CLSM shall not be placed on frozen ground. Batching, mixing and placing
may begin only if the air temperature is at least 340F and rising. At time of
placement, CLSM shall have a temperature of at least 40°F. Mixing and placing
shall stop when the air temperature is 40O F and falling.
6. (ADD) Field Quality Control:
a. Provide adequate facilities for safe storage and proper curing of CSLM test
cylinders onsite for first 24 hours, and for additional time as may be required
before transporting to test lab.
b. Provide CSLM for making cylinders from the point of discharge into forms.
When CSLM is pumped, samples used shall be taken from discharge end of
pump hose.
7. (ADD) Testing and Inspection:
a. Coordinate with and schedule with Engineer CLSM testing services.
J Street Sanitary Sewer Replacement Project Page 3 of 4
b. Wet Density:
i. During placement of the initial batches, check the density and adjust the
mix as required to obtain the specified cast density at the point of
placement.
ii. At hourly intervals during placing, monitor the density and adjust as
necessary to maintain the specified cast density.
c. Cylinders shall be made in field and tested in laboratory in accordance with
ASTM D4832.
d. One sample shall be collected for every 25 cubic yards of CLSM.
e. Strength level of CLSM will be considered satisfactory if average 28-day
strength test results are within the strength range specified and three (3) day
strength is at least 20 psi.
SECTION 5020 — VALVES, FIRE HYDRANTS, AND APPURTENANCES
1.08 MEASUREMENT AND PAYMENT
J. Fire Hydrant Assembly Removal:
3. (REPLACE) Includes: The unit price includes, but is not limited to, excavation,
removal of the fire hydrant, hydrant valve, thrust block, hydrant tee, delivery of the
fire hydrant assembly to the City of Iowa City, length of water main required to
replace hydrant tee with straight main, two couplings (one on each end of new
main), backfill, compaction, and surface restoration to match the surrounding area.
J Street Sanitary Sewer Replacement Project Page 4 of 4
PLANS
J Street Sanitary Sewer Replacement Project Page 1 of 1
APPENDICES
Sewer videos are available that show condition of sanitary sewer at the time of the video. Bidders
may obtain an electronic copy of the videos by emailing bradC@watersmithenpineering.com.
• Two videos are available:
o J Street from manhole 1174-4 to 291-5, recorded April 29, 2021
o J Street from manhole 1174-4 to 1174-3, recorded April 29, 2021
The following figures from the SUDAS Standard Specifications and Supplemental Specifications
are attached for convenient reference. Please review the sections of this Project Manual entitled,
SUDAS Standard Specifications, General Supplemental Specifications, and Supplemental
Specifications as the figures includes by reference will need to be obtained from the provided
referenced websites.
SUDAS Standard Specifications and Iowa City Supplemental Specification Figures
■ Figure 3010.101: Trench Bedding and Backfill Zones
■ Figure 3010.103: Flexible Gravity Pipe Trench Bedding
■ Figure 3010.104: Pressure Pipe Trench Bedding
■ *Figure 3010.201: Specific Trench Bedding and Backfill Zones
■ Figure 3010.903: Flowable Mortar Fill Utility Line Pipe Support
■ Figure 4010.201: Sanitary Sewer Service Stub
■ Figure 4010.203: Sanitary Sewer Cleanout
■ *Figure 4020.211: Storm Sewer Pipe Connections
■ Figure 4040.231: Subdrains
■ Figure 4040.232: Subdrain Cleanouts
■ Figure 4040.233: Subdrain Outlets
■ *Figure 5010.102: Tracer Wire Installation with Existing Locate Wire
■ *Figure 5010.103: Tracer Wire Installation without Existing Locate Wire
■ *Figure 5010.201: Typical Hydrant and Valve Assembly
■ *Figure 5020.202: Deadend Hydrant Detail
■ Figure 6010.301: Circular Sanitary Sewer Manhole
■ Figure 6010.303: Sanitary Sewer Manhole over Existing Sewer
■ *Figure 6010.308: Internal Drop Connection for Sanitary Sewer Manhole
■ *Figure 6010.601: Castings for Sanitary Sewer Manholes
■ Figure 7010.101: Joints
■ Figure 7010.102: PCC Curb Details
■ Figure 7010.103: Manhole Boxouts in PCC Pavement
■ Figure 7010.901: PCC Pavement Jointing
■ Figure 7010.904: Typical Jointing Layout
■ Figure 7030.101: Concrete Driveway, Type A
■ *Figure 7030.301: Sidewalk Connection
■ Figure 7030.204: General Features of an Accessible Sidewalk
■ Figure 7030.207: Curb Ramp for Class B or C Sidewalk
J Street Sanitary Sewer Replacement Project Page 1 of 2
■ Figure 7030.210: Detectable Warning Placement
■ Figure 8030.101: Temporary Traffic Control General Information
■ Figure 8030.104: Lane Closure on Low Volume Street (Self -Regulating)
■ Figure 8030.111: Lane Closure at an Intersection
■ Figure 8030.117: Sidewalk Detour
■ Figure 8030.118: Sidewalk Diversion
■ Figure 8030.119: Closure of Marked or Unmarked Crosswalk
■ Figure 11040.101: Temporary Granular Sidewalk and Temporary Residential Access
* Found within the Supplemental Specifications
rw.,a
W
x. F KKy095
C)
v 4
J Street Sanitary Sewer Replacement Project Page 2 of 2
� 1 1
CITY Of IOWA CITY'
UPOSCOCItY Of 11,11T ERAI
LEGEND
OSANITARY MANHOLE
UTILITY POLE
UTILITY POLE WITH GUYS
WATER SERVICE
FIRE HYDRANT
GATE VALVE
REDUCER
W
PROPOSED WATER MAIN
wx
EXISTING WATER MAIN
G x
EXISTING NATURAL GAS
ES x
EXISTING OVERHEAD ELECTRIC
SS x
EXISTING SANITARY SEWER
SD x
EXISTING STORM DRAIN
— — C x —
EXISTING TELECOM UTILITY
SF
SILT FENCE
PROPERTY LINE
— T T
EXISTING OVERHEAD TELEPHONE LINE
FULL DEPTH PAVEMENT, DRIVEWAY, OR
SIDEWALK REMOVE AND REPLACE
ABBREVIATIONS
APPROX APPROXIMATE
DI
DUCTILE IRON
DIP
DUCTILE IRON PIPE
LF
LINEAR FEET
A LT
LEFT
MIN
MINIMUM
PVC
POLYVINYL CHLORIDE
RT
RIGHT
ROW
RIGHT OF WAY
ST
STREET
STA
STATION
J STREET SANITARY SEWER
REPLACEMENT PROJECT
CITY OF IOWA CITY
IOWA CITY, IOWA
CIP NO. V3101
DRAWING LIST
SHEET
NUMBER
TITLE
REVISION
NUMBER
A.1
COVER SHEET
0
A.2
CONTROL POINTS AND OVERVIEW PLAN
0
BA
TYPICAL CROSS-SECTION
0
CA
QUANTITIES AND NOTES
0
C.2
TABULATIONS
0
J STREET PLAN AND PROFILE
0
REMOVALS
0
PJ.2F1
TRAFFIC CONTROL PHASE 0
0
TRAFFIC CONTROL PHASE 1A
0
TRAFFIC CONTROL PHASE 1B
0
JA
TRAFFIC CONTROL PHASE 2
0
J.5
TRAFFIC CONTROL PHASE 3A
0
J.6
TRAFFIC CONTROL PHASE 36
0
LA
PAVEMENT JOINTING
0
MA
SANITARY SEWER PLAN AND PROFILE
0
M.2
WATER MAIN ADJUSTMENTS
0
S.1
SIDEWALK DETAILS
0
S.2
SIDEWALK DETAILS
0
S.3
SIDEWALK DETAILS
0
SA
SIDEWALK DETAILS
0
WA
CROSS -SECTIONS
0
W.2
CROSS -SECTIONS
0
LOCATION MAP
N
w
o
z
TOWNCREST AREA
N
PROJECT LOCATION
WAYNE AVE
I ST
-41 3RD AVE
BRADFORD DR
Lsr J ST
, 2ND AVE
SOUTHEAST
JUNIOR HIGH
MERCER
QJ
PARK
5�
IOWA CITY
0�
MARKETPLACE
� F
Know what's below.
Call before you dig.
BURIED UTILITES ARE SHOWN ACCORDING TO
AVAILABLE INFORMATION. CONTRACTOR SHALL
LOCATE ALL UTILITIES PRIOR TO EXCAVATION.
THIS PROJECT SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE
STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD
SPECIFICATIONS, GENERAL SUPPLEMENTAL SPECIFICATIONS,
SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROVISIONS.
IOWA ONE CALL - UTILITY CONTACT
INFORMATION
CENTURYLINK/ LUMEN
MEDIACOM IOWA CITY
Contact Name: SADIE HULL
Contact Name : Darwin Driscoll
Contact Phone: (918) S47-0147
Contact Phone: (845) 204-5742
Contact Email: sadie.hull@lumen.com
Contact Email: ddriscoll@mediacomcc.com
IMON COMMUNICATIONS, LLC
MIDAMERICAN ENERGY -GAS
Contact Name : Matthew Kearney
Contact Name : Carson Hemphill
Contact Phone: (319) 261-4640
Contact Phone: (319) 341-4461
Contact Email: matthew.kearney@imon.net
Contact Email: crhemphill@midamerican.com
IOWA CITY COMMUNITY SCHOOL DISTRICT
MIDAMERICAN ENERGY -ELECTRIC
Contact Name : Justin Miller
Contact Name: LINDSAY HOUSTON
Contact Phone: (319) 688-1292
Contact Phone: (319) 341-4419
Contact Email: miller.justin@iowacityschools.org
Contact Email: lindsay.houston@midamerican.com
IOWA CITY RIGHT-OF-WAY TECHNICIAN
VERIZON
CONTACT CELL: (319) 930-1917
Contact Name : John Bachelder
CONTACT OFFICE: (319) 356-5438
Contact Phone: (972) 729-7000
Contact Email: asg.investigationsteam@asginc.us
IOWA CITYTRAFFIC ENGINEERING
BROCK HOLUB
WINDSTREAM COMMUNICATIONS
3800 NAPOLEAN LANE
Contact Name: LOCATE DESK
IOWA CITY, IA 52240
Contact Phone: (800) 289-1901
CONTACT PHONE: (319) 356-5482
Contact Email: LOCATE.DESK@WlNDSTREAM.COM
IOWA CITY WASTEWATER DIVISION ON -CALL COLLECTIONS
Contact Phone: (319) 631-1144
IOWA CITY WATER DIVISION
Contact Name : Water Office
Contact Phone: (319) 356-5160
Lontact Email: waterLwlowa-cay.org
I hereby certify that this engineering document was prepared by me
or under my direct personal supervision and that I am a duly licensed
o"sxss`FIESSfo
Pro ional Engineer der the laws of the State of Iowa.
•.
•, •
1 /13/2023
BRADLEY W _ �
w j
i ROETH m _
Signature Date „TM;
' °• 165M a
Bradley W. Roeth My license renewal date is
a
License Number 16536 December 31, 2024
10 W P aqS�`\•``
Sheets covered by this seal: ALL DRAWINGS
CITY OF IOWA CITY
ENGINEERING DIVISION
APPROVED FOR CONSTRUCTION
CITY ENGINEER DATE
0
z
W
z
z
w LU
ram`
U
w
a
z
SHEET
IDENTIFICATION
A.1
y W I I
RD AV
l' \ ■■ttttt■■■ttttttt■
US i
.� �\ ■
N■
�\\• t •
00
���...
imC\
\\
w, • ..
ANS
�o
CD
MN
.:■t�l \I MEN
2ND AVE
v, I
w,
m �
S 1 ST AVt- -
N
J STREET
m
SANITARY SEWER REPLACEMENT PROJECT
D
CITY OF IOWA CITY
IV T m
IOWA CITY, IOWA
� m-
CONTROL POINTS
z
OVERVIEW PLAN
DESIGNED BY.
DATE:
CITY OF IOWA CITY
am
410 E. WASHINGTON ST
BY:
CKD BY-.
SOLICITATION NO.
IOWA CITY, IA 52240
MN
�c
BwR
SUBMITTEDBY:
SOffit
CONTRACT NO.:
Iw.BI
WATERSMITH ENGINEERING
HERSHEY AVEFILE
�LOT�SOALEISSUE
FILENUMBER1029
NU i
MUSCATINE, IA 52761
0
0
CITY FILE FORBIDDING
1/13/23
BWR
tMARKI
DESCRIPTION
DATE
APPR
O
LO O O 1
O O O
01 01 01 Znr7
? 900 00 O I
LO w V
00 F+ N
N N N
00 00 OD
� � m
O D-0 W
A N W
F+ V DO
V 0) N
m
m
N 01 LO C
V LSO N T�
A F N
W V W T
Q1 G1 V y
N In W N
a
W 900 V �
DO1O rn z
r r r
O + + m
N } C
A Ln 01 C
Ln to N OWD ;o
10
LO LIlJ W
FN+ W V O
�r r z
G) cDi
v
D D D M
en
r C1
A
O
Z
a
IIIIIII C
Er.mm
_ m
Z
WATERS,A;I�H
'fir ENGINEERING
IN
!i!i!i... i!!i!i!i!i!i!�!i!i!i!�ii!i!i�i�i�i� ►zss`i•� +� _ �► �'�
ONE
N.... a�Hine,BELOW GRADE EXCA TION
�III�•:�III
• - • • ��•••=1111 NOR
SUBGRADE FAILS
"i•• Ali
I_
NORTH
R/W
SOUTH
R/W
EXISTING SIDEWALK
(SOUTH SIDE)
VARIES
f—
+ + + +
+ + + t + # + ♦ + + + f + ♦ f + + + + + ♦ + + ♦ ♦ + + +
♦ + + ♦ + ♦ + + ♦ t ♦ + + + + + ♦ + + ♦ + + + + ♦ + r + f +
+ ♦ + t + + + + + + + ♦ + + t + ♦ + ♦ + + + + + + + + + + +
♦ ♦ ♦ + ♦ # ♦ ♦ + + + + ♦ + + + + ♦ + t ♦ ♦ + ♦ + r ♦ + ♦ +
+ + ♦ + ♦ + ♦ + + ♦ ♦ + + + ♦ ♦ + t + + ♦ + + + + ♦ +
♦ + + ♦ + 4 ♦ + + f + + ♦ + ♦ ♦ + 4 f + +
— POROUS BACKFILL
6" SUBDRAIN
EXISTING 42" STORM SEWER J 12" SUBGRADE PREPARATION J CLASS II BACKFILL
(LOCATION VARIES) 6" SUBDRAIN
1' 8" SANITARY SEWER
POROUS BACKFILLJ 4" PIPE BEDDING
CLASS I BEDDING AND BACKFILL
TRENCH INSTALLATION FIGURE 3010.201 SHEET 5 OF 8
TYPICAL PROPOSED CROSS-SECTION, J STREET, STA 20+00 TO 23+78
`y NTS
CENTERLINE
8" TOPSOIL REMOVE AND REPLACE I
WHERE DISTURBED (TYP) 5. 0" 15'- 6" ON E
ON EASTT SIDE
T_ 0"
4" PCC SIDEWALK 1.50% VARIES
t + r + + + f + + + + # + ♦ + J
+ # ♦ + + ♦ + t ♦ + + ♦ + + + + ♦ ♦ # + ♦ + + ♦ + + ♦ +
+ + + + + + # + + + + ♦ + + + + + f + + f + f + ♦ t + t +
t + + ♦ f + ♦ + + + ♦ ♦ # + ♦ # + ♦ + ♦ + + + + ♦ 4 +
+ # 4 + 4 # # 4 + # + + + + 4 + + 4 4 + # + + # + + + + f +
+ + ♦ f # ♦ f ♦ + + f f 4 + + + 4 + t + # ♦ ♦ + r f 4 f +
+ # + + + + + f + + # + ♦ + + + + + + + + + + + + + + +
+ # + + + ♦ + ♦ ♦ + + ♦ + + + ♦ ♦ t + t ♦ + + + + + + + +
# ♦ ♦ # + # + + + + + t + r + + # + + ♦ # + + # ♦ # + ♦ +
6" SUBBASE
I
EXISTING 42" STORM SEWER
(LOCATION VARIES)
SOUTH
R/W
i ♦ } + + + ♦ 4 + ♦ ♦ + + ♦ + ♦ + ♦ } ♦ + + ♦ + + + t + + + +
+ + + # + } + + ♦ # + ♦ f t + + + } } + + t + + + t ♦ + + +
F ♦ } + + + ♦ + + + } + + ♦ + + + ♦ + + + + ♦ ♦ ♦ ♦ t ♦ + + +
+ ♦ + + + + ♦ ♦ + + t + ♦ + ♦ ♦ ♦ + t ♦ + + ♦ # + r t + ♦ +
h ♦ ♦ + ♦ + + ♦ ♦ + ♦ + ♦ ♦ ♦ + t + ♦ + ♦ ♦ + ♦ + } + + ♦ +
♦ + + + + ♦ # 4 } } ♦ f f # } ♦ f } ♦ + + + + + + + + + ♦ +
i + ♦ ♦ + + + ♦ + } ♦ + } ♦ + ♦ ♦ + + ♦ + ♦ + ♦ ♦ + + +
} 4 } + 4 f + 4 + + t + + ♦ ♦ } f } } + } +
♦ + + + + + + + + + + sy
B TYPICAL PROPOSED CROSS-SECTION SIDEWALK ONLY, STA 19+22 TO 20+00, STA 24+49 TO 27+77
NTS
FOLLOW IOWA CITY
FIGURE 3010.201
SHEETS 3 AND 4 OF 8
FOR BACKFILL ON
WATER NAIN AND
APPURTENANCES
K)—�
CAL SECTION, WATER MAIN TRENCH
NTS
d
z
0
z
o
w
zoo
__
mm
z
°
u
°
G
u
m
d
No
C7
z
UOh
3za
way
z
Ewa
oNF
z=
p¢U
wow
SKZ_
>3a
�w3
~ice
Nmc¢i
W � �
Q
3
r.
rva
o O
H
Cr 3
w
�� 3 cn
U
.��y
O co
wg3 cn
aao�
O
N W U
LL
J
W U Q
m U
z �
a
SHEET
IDENTIFICATION
B.1
PROJECT QUANTITIES
GENERAL NOTES
1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, CITY SUPPLEMENTAL
SPECIFICATIONS, AND SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE PLANS.
2. CONSTRUCTION ADMINISTRATION WILL BE PERFORMED BY THE CITY OF IOWA CITY.
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 EXCEPT FOR TEMPORARY LIMITATIONS DUE TO
CONSTRUCTION OPERATIONS. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY LIMIT
OWNER ACCESS TO THEIR PROPERTY.
5. 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 TREE OR
SHRUB
ROOT SYSTEM.
6. 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.
7. 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.
8. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. ALL PAVEMENT REMOVAL REQUIRES FULL DEPTH
SAW CUT.
9. SEED ALL AREAS WITH SUDAS TYPE 1 SEED MIXTURE.
10. DO NOT PARK VEHICLES, EQUIPMENT OR STORE MATERIALS WITHIN 4 FEET OF ROADWAY OPEN TO TRAFFIC.
11. PROTECT UTILITY POLES, LINES, AND APPURTENANCES NOT SHOWN FOR RELOCATION.
12. RESET ALL PROPERTY PINS DISTURBED BY CONSTRUCTION, PINS RESET BY PROFESSIONAL LAND SURVEYOR. COST IS INCIDENTAL TO CONSTRUCTION.
13. PROTECT ALL SURFACING NOT INDICATED FOR REMOVAL FROM DAMAGE DURING CONSTRUCTION.
14. PCC PAVEMENT SHALL BE C-SUD MIX.
15. PROPOSED SANITARY SEWER PIPE IS PVC TRUSS PIPE AND SERVICE PIPE IS PVC SDR 23.5, UNLESS OTHERWISE NOTED.
16. PER THE SUPPLEMENTAL SPECIFICATIONS, DIVISION 4, SECTION 4010, PART 3.04.F.1, COUPLINGS SHALL BE 1000 OR 5000 SERIES STRONG BACK (RC) AS MANUFACTURED BY
FERNCO OR ENGINEER APPROVED EQUAL.
17. PENETRATIONS INTO EXISTING STRUCTURES (SANITARY, STORM AND SUBDRAIN) REQUIRE A WATERSTOP PER FIGURE 4020.211.
18. MANHOLE ADJUSTMENT RINGS TO BE CRETEX PRO -RING OR STANDARD PCC. IF PCC RINGS ARE USED, SHIMS TO LEVEL MANHOLE FRAME MADE OF MATERIALS OTHER THAN PCC
OR THE RING MATERIAL NOT BE ALLOWED, I.E.: WOOD, BRICK, ROCKS, ETC.
19. ALL SANITARY MANHOLES REQUIRE CHIMNEY SEALS. USE EXTERNAL CHIMNEY SEALS BY INFI-SHIELD UNIBAND, CRETEX OR APPROVED EQUAL. INTERNAL CHIMNEY SEALS BY
CRETEX OR APPROVED EQUAL WILL BE ALLOWED ONLY IN PROPOSED PAVED AREAS WHERE SLIP -FORM PAVING WILL BE UTILIZED FOR CONSTRUCTION.
20. WORK DURING AN EMERGENCY: THE CONTRACTOR SHALL PERFORM ANY WORK AND SHALL FURNISH AND INSTALL ANY MATERIALS AND EQUIPMENT NECESSARY DURING AN
EMERGENCY ENDANGERING LIFE OR PROPERTY. IN ALL CASES THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF THE EMERGENCY AS SOON AS PRACTICAL, BUT SHALL NOT
WAIT FOR INSTRUCTIONS BEFORE PROCEEDING TO PROPERLY PROTECT BOTH LIFE AND PROPERTY.
21. MAINTENANCE AND CONTROL OF TRAFFIC: PROPERLY CONSTRUCTED AND LIGHTED BARRICADES SHALL BE PROVIDED BY THE CONTRACTOR AS NEEDED TO PROTECT HIS
WORK FROM TRAFFIC. "NO PARKING" SIGNS WILL BE FURNISHED BY THE CITY TO FACILITATE REMOVAL OF PARKED CARS AHEAD OF THE SCHEDULED WORK. PLEASE NOTIFY THE
CITY AT LEAST FOUR DAYS IN ADVANCE OF THE CONSTRUCTION. NO PARKING SIGNS NEED TO BE POSTED FOR AT LEAST 48 HOURS.
22. EXPANSION JOINTS: EXPANSION JOINTS WILL BE REQUIRED ADJACENT TO THE EDGES OF ALL DRIVEWAYS WHEN REPLACING SIDEWALK SECTION(S) LOCATED THROUGH
DRIVEWAYS. EXPANSION JOINTS SHALL BE INSTALLED ADJACENT TO ALL STREETS AND STEPS. EXPANSION JOINTS SHALL BE SEALED. JOINTS SHALL BE DONE IN ACCORDANCE
WITH SUDAS STANDARD SPECIFICATIONS AND DETAILS.
23. CONTRACTION JOINTS AND FINISH: CONTRACTION JOINTS SHALL BE FORMED IN THE NEW PAVEMENT TO MATCH, IN APPEARANCE, THOSE JOINTS IN THE ADJACENT PAVEMENT
AND IN A WORKMANLIKE MANNER. CONTRACTION JOINTS SHALL BE SPACED AT INTERVALS EQUAL TO THE WIDTH OF THE PAVEMENT, OR AS DIRECTED BY THE ENGINEER.
PAVEMENT SHALL HAVE A UNIFORM TEXTURE WITH A BROOM FINISH. PAVEMENT SHOULD MATCH THE EXISTING ADJOINING SIDEWALK FOR FRAMING AND TEXTURE.
24. DOWELING: EXISTING SIDEWALKS SHALL BE DOWELED TO NEW SECTIONS OF SIDEWALK USING 12" LENGTHS OF #4 REBAR. THE REBAR SHALL BE PLACED AT V- O" ON CENTER,
DRILLED 6" INTO THE EXISTING SIDEWALK AND CONCRETE DUST REMOVED BEFORE EPDXY GROUTED INTO PLACE. SEE FIGURE 7030.301 FOR DOWELING DETAILS.
25. FINISH GRADING, SEEDING AND MULCHING: AREAS DISTURBED ADJACENT TO REPAIRS SHALL BE FINISHED, FINE GRADED WITH TOPSOIL, SEEDED, FERTILIZED AND MULCHED
WITH TYPE 1 SUDAS MIXTURE.
26. VALVES AND TREE ROOTS: UPON EXCAVATION, IF VALVES OR TREE ROOTS ARE ENCOUNTERED, CONTACT CITY PERSONNEL PRIOR TO PROCEEDING. PAVEMENT CONTAINING
VALVES WILL BE EVALUATED ON A CASE BY CASE BASIS. TREE ROOTS SHALL BE EVALUATED BY THE CITY FORESTER. A RESPONSE WILL BE AVAILABLE ON A COURSE OF ACTION
WITHIN TWO BUSINESS DAYS.
27. THE CONTRACTOR SHALL CONTINUOUSLY MAINTAIN ADEQUATE PROTECTION OF ALL ITS WORK FROM DAMAGE AND SHALL PROTECT THE JURISDICTION'S PROPERTY AND
ADJACENT PRIVATE PROPERTY FROM INJURY OR LOSS ARISING IN CONNECTION WITH THE WORK. THE CONTRACTOR SHALL REPAIR OR RESTORE ANY SUCH DAMAGE, INJURY,
OR LOSS TO JURISDICTION PROPERTY OR ADJACENT PRIVATE PROPERTY.
28. PAVEMENT CURING SHALL BE DONE IN ACCORDANCE WITH SECTION 7010.
UTILITY NOTES
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.
BID ITEM
SODAS ITEM
CODE
TITLE
UNIT
PLAN CITY
AS BUILT CITY
1
2010-C
CLEARING AND GRUBBING
LS
1
2
2010-D-1
ON -SITE TOPSOIL, STRIP, STOCKPILE, SPREAD, BASED ON 8" DEPTH
CY
175
• 3
2010-F
BELOW GRADE EXCAVATION (CORE OUT)
SY
360
4
2010-G
SUBGRADE PREPARATION
SY
1283
• 5
2010-H
GRANULAR STABILIZATION, CLASS II BACKFILL MATERIAL
TONS
100
6
2010-J
SUBBASE, MODIFIED, 6"
SY
2035
7
2010-M
COMPACTION TESTING
LS
1
8
3010-C
TRENCH FOUNDATION
TONS
50
9
3010-D
REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL
CY
90
10
3010-E
SPECIAL PIPE SUPPORT, FLOWABLE MORTAR FILL UTILITY LINE SUPPORT
LF
20
11
3010-F
TRENCH COMPACTION TESTING
LS
1
12
4010-A-1
SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS TYPE PVC, S.-
LF
289
13
4010-E
SANITARY SEWER SERVICE STUB, SDR 23.5 PVC, 4"
LF
380
14
4010-H
REMOVAL OF SANITARY SEWER, VCP, 8"
LF
289
IS
4010-1
SANITARY SEWER CLEANOUT, 4"
EA
1
16
4010-L
SANITARY SEWER ABANDONMENT, FILL AND PLUG, 8", CLSM
LF
115
17
4040-A
SUBDRAINS AND FOOTING DRAIN COLLECTORS, HDPE, 6"
LF
540
18
4040-C
SUBDRAIN OR FOOTING DRAIN CLEANOUTS, TYPE A-1
EA
1
19
4040-D
SUBDRAIN OR FOOTING DRAIN OUTLETS AND CONNECTIONS
EA
5
20
4050-G
BYPASS PUMPING
LS
1
21
5010-A
WATERMAIN, TRENCHED, 6", PVC
LF
32
22
5010-A
WATERMAIN, TRENCHED 8", PVC
LF
82
23
5010-C
FITTINGS
LBS
1040
24
5010-D
WATER SERVICE STUB
EA
4
25
5020-A
6" VALVE
EA
4
26
5020-A
8" VALVE
EA
3
27
5020-C
FIRE HYDRANT ASSEMBLY
EA
2
28
5020-H
VALVE BOX REPLACMENT
EA
2
29
5020-1
FIRE HYDRANT ASSEMBLY REMOVAL
EA
2
30
6010-A
MANHOLE, SW-301, 48"
EA
2
31
6010-E
MANHOLE OR INTAKE ADJUSTMENT, MINOR
EA
1
32
6010-H
REMOVE MANHOLE
EA
2
33
701D-A
PAVEMENT, PCC, 8", C-SUD MIX
SY
1415
34
7010-1
PCC PAVEMENT SAMPLES AND TESTING
LS
1
35
7030-A
REMOVAL OF SIDEWALK AND DRIVEWAY
SY
322
36
7030-E
SIDEWALK, PCC, 4", C-SUD MIX
SY
490
37
7030-G
DETECTABLE WARNING
SF
40
38
7030-H-1
DRIVEWAY, PAVED, PCC, 6", C-SUD MIX
SY
234
39
7030-H-2
DRIVEWAY, GRANULAR SURFACING
SY
14
40
7040-H
PAVEMENT REMOVAL
SY
1415
41
8030-A
TEMPORARY TRAFFIC CONTROL
LS
1
42
9010-A
TEMPORARY SEEDING, TYPE 5
AC
0.16
43
9010-B
HYDRAULIC SEEDING, TYPE 1 SEED MIX, INCLUDING WATERING AND
WARRANTY
AC
0.16
44
9040-F-1
SWPPP MEASURES - WATTLES, 9", INCLUDES INSTALLATION AND REMOVAL
LF
1500
45
9040-T-2
SWPPP MEASURES - INLET PROTECTION DEVICE
EA
4
46
11010-A
CONSTRUCTION SURVEY
LS
1
47
11020-A
IMOBILIZATION
LS
1
p..
48
11040-8
TEMPORARY GRANULAR SIDEWALK
SY
187
49
11050-A
CONCRETE WASHOUT
LS
1
PROVISIONAL QUANTITIES TO ESTABLISH A UNTI PRICE IN CASE ITEMS ARE NEEDED DURING CONSTRUcfl-d . --
WATER MAIN CONSTRUCTION NOTES
1. STATIONING IS ALONG THE CENTERLINE OF THE WATER MAIN, UNLESS NOTED
OTHERWISE.
2. ALL WATER MAIN, FITTINGS, VALVES, AND SERVICE CURB STOPS TO BE WITHIN
RIGHT-OF-WAY.
3. POTHOLE EXISTING WATER MAIN, WATER SERVICES, AND SANITARY SEWER
SERVICES AT LEAST 60 FT IN ADVANCE TO VERIFY LOCATION PRIOR TO INSTALLING
NEW WATER MAIN. ADJUST ALIGNMENT OF NEW WATER MAIN AS NECESSARY TO
AVOID HORIZONTAL AND VERTICAL CONFLICTS. POTHOLING AND MINOR
ADJUSTMENTS ARE INCIDENTAL TO CONSTRUCTION OF WATER MAIN.
4. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR SEWER
MANHOLE. MINIMUM SEPARATION DISTANCES AS LISTED IN SUDAS SPECIFICATIONS.
5. REPLACE SEWER SERVICES LINES DAMAGED BY CONSTRUCTION (INCIDENTAL TO
CONSTRUCTION).
6. PROVIDE AND INSTALL BENDS AND FITTINGS NECESSARY TO INSTALL NEW WATER
MAIN. VERIFY LOCATION AND DEPTH OF EXISTING SERVICES AND WATER MAIN
PRIOR TO CONSTRUCTION NEW WATER MAIN. ADJUST ALIGNMENT AND DEPTH OF
NEW WATER MAIN AS NECESSARY FOR CONSTRUCTION.
7. PROVIDE TEMPORARY SERVICE LINE RELOCATION TO MAINTAIN WATER SERVICE IF
SERVICE IS IN CONFLICT WITH NEW WATER MAIN (INCIDENTAL TO CONSTRUCTION).
8. RESTRAIN ALL JOINTS.
9. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES WITH
WATER DEPARTMENT. PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO
REDUCE CHORINE TO AN ACCEPTABLE LEVEL PRIOR TO FLUSHING WATER MAIN. Ca
10. SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADE WITH OPERATING NUT%
CENTERED UNLESS NOTED OTHERWISE.
11. TRENCHES ARE TO BE BACKFILLED IN ACCORDANCE WITH SECTION 3010.
12. CONTRACTOR IS RESPONSIBLE FOR TRENCH COMPACTION TESTING FOR
BACKFILLING OF EXCAVATIONS, INCLUDING BORE PITS AND SERVICE CONNECTIONS.
13. CITY MAINTAINS SALVAGE RIGHTS ON ALL REMOVED HYDRANTS, VALVE BOXES, AND
LIDS.
14. ANY SERVICE LINE FOUND TO CONTAIN LEAD SHALL BE ENTIRELY REPLACED FROM
THE MAIN TO THE METER.
15. POLY WRAP SHALL BE V-BIO, NO EXCEPTIONS, INCIDENTAL TO CONSTRUCTION.
16. HYDRANTS SHALL HAVE 5.25INCH MAIN VALVE, OPENING WITH STORZ PUMPER
NOZZLE, PENTAGON NUT, WITH LATCHES AND CHAINS.
17. INSTALL TWO INDEPENDENT TRACER WIRES WITH WATER MAIN INSTALLED BY
TRENCHLESS METHODS.
U
Amu w
w
z
H
z
N o z
Z H W w
�RZ<o
3zg Z=5
w
0QU 2KZ
U w 3 0 N MA
0Ir
a W��
U
w 0)
'o
IL F
O
w < Z
F W U 0
Z
~ w O U n
moa w
�Lo t-
w U
Z
r Q
a �
z O
a
SHEET
IDENTIFICATION
C.1
1
2
3
4
5
C7
z
�-A-mw
w
Z
D
�V
z
m<
Zo
o�
m�
�w
O
o
w
LL
U
0
0
-
U�
u
0
Ym
w
B
w3
>3
0
-
5
wo
U
3za
Z
�w<
-
a=L
o ¢�
Z=
W N
:fir
t r
o
��U
y rr.w
�
Q o
$
..
W
O
a
Fw�o Z
wOa O
a O Z3
W
tq J
A
W U F
Z
SHEET
IDENTIFICATION
Ci.2
SANITARY STRUCTURES
STRUCTURE NO.
STATION
LOCATION
TYPE
RIM ELEV.
OUTLET ELEV.
SANITARY SERVICE STUBS
STATION LOCATION TYPE WYE ELEV
0+63.4 R 0 4" LATERAL 697.98
1+06.9 L 0 4" LATERAL 688.19
1+37.8 R 0 4" LATERAL 688.33
1+39.9 L 0 4" LATERAL 688.36
2+16.4 L 0 4" LATERAL 688.71
2+19.5 R 0 4" LATERAL 688.73
2+80.7 L 0 4" LATERAL 689.02
LONGITUDINAL SUBDRAIN
STATION TO STATION SIDE DEPTH SIZE LENGTH
20+36.1 L 3.50' 6" 125.5
20+31.8 R 3.50' 6" 299.3
21 +70.5 L 3.50' 6" 112.2
SANITARY PIPES
FROM STRUCTURE TO STRUCTURE PIPE DIA LENGTH PIPE GRADE START INV END INV
MH 1 MH 2 8" 200.7 0.48 688.69 687.73
MH 1 NORTH 8" 5 MATCH EXST. 687.63 MATCH EXST.
2105/2107 J ST. 4" 33.3 MATCH EXST. 697.98 MATCH EXST.
1228 3RD ST. 4" 38.7 MATCH EXST. 688.19 MATCH EXST.
2115 J ST. 4" 36.9 MATCH EXST. 688.33 MATCH EXST.
2110 J ST. 4" 45 MATCH EXST. 688.36 MATCH EXST.
2122 J ST. 4" 45 MATCH EXST. 688.71 MATCH EXST.
2115E J ST. 4" 33.3 MATCH EXST. 688.73 MATCH EXST.
2126 J ST. 4" 45 MATCH EXST. 689.02 MATCH EXST.
MANHOLE ADJUSTMENTS
STATION LOCATION TYPE
4+06.6 0 MINOR
LONGITUDINAL SUBDRAIN
STATION TO STATION SIDE DEPTH SIZE LENGTH
20+36.1 L 3.50' 6" 125.5
20+31.8 R 3.50' 6" 299.3
21 +70.5 L 3.50' 6" 112.2
SANITARY PIPES
FROM STRUCTURE TO STRUCTURE PIPE DIA LENGTH PIPE GRADE START INV END INV
MH 1 MH 2 8" 200.7 0.48 688.69 687.73
MH 1 NORTH 8" 5 MATCH EXST. 687.63 MATCH EXST.
2105/2107 J ST. 4" 33.3 MATCH EXST. 697.98 MATCH EXST.
1228 3RD ST. 4" 38.7 MATCH EXST. 688.19 MATCH EXST.
2115 J ST. 4" 36.9 MATCH EXST. 688.33 MATCH EXST.
2110 J ST. 4" 45 MATCH EXST. 688.36 MATCH EXST.
2122 J ST. 4" 45 MATCH EXST. 688.71 MATCH EXST.
2115E J ST. 4" 33.3 MATCH EXST. 688.73 MATCH EXST.
2126 J ST. 4" 45 MATCH EXST. 689.02 MATCH EXST.
MANHOLE ADJUSTMENTS
STATION LOCATION TYPE
4+06.6 0 MINOR
SANITARY PIPES
FROM STRUCTURE TO STRUCTURE PIPE DIA LENGTH PIPE GRADE START INV END INV
MH 1 MH 2 8" 200.7 0.48 688.69 687.73
MH 1 NORTH 8" 5 MATCH EXST. 687.63 MATCH EXST.
2105/2107 J ST. 4" 33.3 MATCH EXST. 697.98 MATCH EXST.
1228 3RD ST. 4" 38.7 MATCH EXST. 688.19 MATCH EXST.
2115 J ST. 4" 36.9 MATCH EXST. 688.33 MATCH EXST.
2110 J ST. 4" 45 MATCH EXST. 688.36 MATCH EXST.
2122 J ST. 4" 45 MATCH EXST. 688.71 MATCH EXST.
2115E J ST. 4" 33.3 MATCH EXST. 688.73 MATCH EXST.
2126 J ST. 4" 45 MATCH EXST. 689.02 MATCH EXST.
MANHOLE ADJUSTMENTS
STATION LOCATION TYPE
4+06.6 0 MINOR
MANHOLE ADJUSTMENTS
STATION LOCATION TYPE
4+06.6 0 MINOR
um
710-
c
c
c
7050
G
5
Z 700 -
O
Q
W
A w69bc
690-
685
20+00
Fl 222
e
0
_ u � 1227Lij
�:
1228 226
�I 110 212 2 12 0 ROW (APPROX.) o
ROW (APPROX) N END PCC PAVING STA 24+16 15 37.5' LT
o w ROW (APPROX.) ROW (APPROX.) % ��� _ o ROW (APPROX.)
..;. o 0
INTERSECTION STA 24+16.15' '-
- BEGIN PC PAVING STA 20+00.00A '" m-.y.--�/�1 II •�\� +
I_ SIDEWALK — — — / —
� ��Jff � — 6w 25' CURB AND GUTTER R 25 FT R 25 FKoT =
0 + 4. o STREET SECTION
p o
0+97
.. ._ - .0 PAVING STA 24+49.36
mw
r • i . . n.1r}�`i...�\111!r �.c/? rib ���7/ �(`��y/i�c�_
n.r;
PVI STA:20+30.37
PVI ELEV:694.58
K: 27.47
ROW (APPROX.)
1071
ROW (APPROX J o
705
ADJUST GUTTER PROFILE TO MATCH EXST. INTAKE (TYP FOR 4 INTAKES) I r END PCC PAVING STA 24+16.15', 30.8' RT 3 W
1303 Z
x 700
2115 o W
695
OI
a
W
.
O
m
w
oQ>
11
m
on
I
C
J
<
W
-0.69%
PROPOSED
SURFACE
W
EXISTING
1
SURFACE
1
STATION 0+93
2ND AVE PROFILE
<
<
w
t
~
n
w
m
1
N
y
m
w
II
U
W
Q
W
wn
Q
i
C
m
W
w
O
m
PROPOSED
SURFACE
<
2.63z
m
W
0
II
2.36z
mw
1 92
EXISTING
SURFACE
.31R
42" RCP STORM SEWER
GRADE BRIE
STA = 20 00.00
ELEV = 69
.858
21+00
22+00 STATION 23+00
24+00
25+00
w
U J
w LL
a
Z
Q
•
¢ a O
Z
N' w LL gO
w
z U)
z U)
N
SHEET
IDENTIFICATION
D.1
� jmmmoppqppw
i
6" PCC DRIVEWAY, 26 SY '. ; 4 PCC SIDEWALK 4 SY = -
DX' J /�1it,
8" PCC PAVEMENT, 1415 SY ROW (APPROX_ I �pl �V�� x `
VEWY6" PCC DRIVEWAY, 24 SY
Y
A, 48 SY ��' ') t
� �•+•+ Oil
� `� i � �
4' PCC SIDEWALK, 7 S"- � �
REMOVE HYDRANT AND VALVE 13031I Q ! 2
F aiIMI
---------------
��� % .
%�✓% !%
00
��.•'� � ��j��-
I s-✓�!��� � ii�.-i���I��./�f/�/�i'i�/i�`••- �I�lw" ��i.�_�ti� �`. .��: • � •' �=-G: �► i4 _ �. yam, v �.
r ��i�1,l�fJ�l'�� ��%✓//I.�I�b�,�.� � • • � 1..i .- 'I � �-L. �.I / �.:i= �. �. 1�■,_ � a
I L J ti J
SIGN 4 4 SIGN 4
SIGN LEGEND:
SIGN 6 e "
. , . � -�"" _ Y; SIGN 6-
v
ac
SIGN 1 , N �
SIGN 1 � P�� '.. � . ��, � � ; `- _;i:
m
LAI
SIGN 1 aL
4
SIGN 2 ® z
Y
ROAD
SIGN 3 R
CLOSED f ' t= tol
r w
iVol
ROAD CLOSED
SIGN 4
LOCAL TRAFFIC :;;:.='. # s'.- -:, - ,;; '` 4,;w; y ," r' $ ✓,
ONLY "
p=
;..
t
SIGN 5 cLosEa.
SIGN 6 I� N
Ow
_
a 7
SIGN 7=
.s z
o
-v ° w
4225
SIGN 8 3 x t _
Ld
r� w
--
TEMPORARY GRANULAR SIDEWALK '° x
SIGN 9
1227 K x ,,
SIGN 10 110 2122126 26 o = w
SIGN 3 n I a �-
u 1 s -
1231 w
o vok
REMOVE TREE ( ' °� LL
REMOVE SHRUBS c � ;�� � SIGN 1
SIGN 11 REMOVE TREE , TEMPORARY GRANULAR SIDEWALK \ ( o
m=
mm
SIGN 3 ter^ - _ _ _ REMOVE TREES om z
N
+9 ° 30+7 FO x Fo F FO x FO x FO -
ITI— G N
sax c sax sax x wx �x o o
m
SIGN-
3 1+00 %22. 00 23+00 2 061). �' sp x ��+ x N_ 27+00 (1 T 8+e028 F
. —^x`'i 0 — - --i — I � ---ter F — I -i-—�-J�—��JL 1}- c7
1 ss , S' x ss x Ss x I S5 x z I w m o z
FO x _
4 � �
O
`R Y +
O
i w law
212115 1303�5 107 W
PHASE 0 TRAFFIC CONTROL FOR CLOSURE AND DETOUR
NOTES:
1. TREE REMOVALS.
2. WATER MAIN INSTALLATION.
3. TEMPORARY GRANULAR SIDEWALK INSTALLATION.
4. ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD).
5. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP SIGNS WHERE
REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY.
6. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL.
Ii 11 i
o
G X
U
Z Q
SIGN
6
z
o x >
LLOQU
=KZ
—
I03
N°=
°
w
303
Q
v>
V
°'
o Zo
Q_ O w
....
N w O V (� Q
+-
'0 ° LLa
it
o LL
..
c:)
�J
w U Q
y a'
z
a
SHEET
IDENTIFICATION
J.1
ISIGN LEGEND:
SIGN 1
SIGN
SIGN 2
ROAD
SIGN 3
CLOSED
SIGN 4
ROAD CLOSED
LOCAL TRAFFIC
ONLY
SIGN 5
SCLDSEDK
SIGN 7
SIGN 8
SIGN 9
SIGN 10
SIGN 11
B
N4
l— SIGN 6
d
*SIGN
SIGN 1
L1220
\W 122
x
y 1228 __ 1227]
.._
2 110 I 2122 12126
SIGN 3 "g PAVEMENT REMOVAL STA 20+00 TO 22+19
TEMPORARY GRANUALR DRIVING SURFACE STA 20+00 TO 22+19
SIGN 3
} SEWER REPLACEMENT STA 20+20 TO 22+19
2 05 2107 , 2115
N
s
i
1225J
0
o w
0000w
0
om
0 o W
w r k w
� m �
� o
ti o z
O N W > n
U n Z
3?¢ Ow=
� owmw
oQU =d2
w U
Up0_ VDU
( W Q
x
w
U
,.. W
PHASE 1A TRAFFIC CONTROL FOR CLOSURE AND DETOUR { y
NOTES:
1. PAVEMENT REMOVAL.
A 2. SANITARY SEWER REMOVAL AND INSTALLATION.
3. SANITARY LATERAL REMOVAL AND INSTALLATION.
4. UNDERDRAIN INSTALLATION.
5. RESTORE TEMPORARY GRANULAR DRIVING SURFACE BEFORE SWITCHING TO PHASE 1 B.
6. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO DRIVEWAY
CLOSURES.
7. RESTORE DRIVEWAYS WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF EACH WORK DAY.
12 31 SIGN
0
FO
w
7 SIGN 6
•..
-W;
0
F-Q
TO FOLLOW TRAFFIC DEVICES
w~
"
Z
w 3 g o
8. ALL TRAFFIC CONTROL SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM CONTROL (MUTCD),
1' F
#)
._
W
aa0UU)
^
_
o
9. STREET AND SIDEWALK CLOSURE AND DETOURS, SUDAS 8030.101, 8030.104, 8030.111, 8030.117 AND 8030.119.
.. ;;:.
Tr 3 L 0_
10. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP SIGNS
O_ LL
m " <
WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY.
H
11. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL.
<
=SHEE
ISIGN LEGEND:
SIGN 1"o
ROAp
SIGN 2*
R0�0
ROAD
SIGN 3
CLOSED
ROAD CLOSED
SIGN 4
LOCAL TRAFFIC
ONLY
SIGN 5
Sc oseoK
SIGN 6
ROADRMORM
SIGN 7
SIGN 8
SIGN 9
SIGN 10
SIGN 11
B
SIGN 11
SIGN 4
SIGN 6
0
I
SIGN 4
SIGN 6
m C
N
1 �_
x
le, -
220
W (1222 z
ui
.�
1228 1227
110 F2 2222 126
11
`l
o PAVEMENT REMOVAL STA 22+20 TO 23+80
TEMPORARY GRANUALR DRIVING SURFACE STA 22+20 TO 23+811
o�x so o so p P SIGN 3 '
1 T x so X
�o I SEWER REPLACEMENT STA 22+20 TO 23+05
05112107 1 ' Fi� 15
w
�-
uj U -
oo.6W-
om
m
r O
w o z
K
ON w>�
0 m
3za Ewa
z=
r/ III --III- ¢ U S M Z
x x 3031 0 3
% W
1303 W ',>
PHASE 113 TRAFFIC CONTROL FOR CLOSURE AND DETOUR a
NOTES:
1. PAVEMENT REMOVAL.
A 2. SANITARY SEWER REMOVAL AND INSTALLATION.
3. SANITARY LATERAL REMOVAL AND INSTALLATION.
4. UNDERDRAIN INSTALLATION.
5. RESTORE TEMPORARY GRANULAR DRIVING SURFACE BEFORE SWITCHING TO PHASE 1 B.
6. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO DRIVEWAY
CLOSURES.
7. RESTORE DRIVEWAYS WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF EACH WORK DAY.
ss x
1226�
FP —
■g
FO k
I
"71231 SIGN 1
o
U
�-- � F. J
SIGN 1 1 •
SIGN 6
r o
z of
z°�
8. ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD).
i "'
w 5 3 } U W
co
ywLLU UQ
9. STREET AND SIDEWALK CLOSURE AND DETOURS, SUDAS 8030.101, 8030.104, 8030.111, 8030.117, 8030.118 AND 8030.119.
0 3 LL =
a
10. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP
SIGNS
0 L
N U <
WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY.
F
11. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL.
z
m
SHEET
DENTIFICATION
J.3
SIGN LEGEND: SIGN a
SIGN 6
RDnD
SIGN 1 D
SIGN 1
aanD
SIGN 2°
SIGN 3 ROAD
CLOSED
ROAD CLOSED'
SIGN 4 LOCAL TRAFFIC
ONLY
SIGN 5 SCLDSEDK
SIGN 6 -
� Ix
i
SIGN 7
SIGN 8
SIGN 9
228
SIGN 10
SIGN 3
o
SIGN 11 1
FB ■
SIGN 5
i
SIGN 4
SIGN 6
SIGN 1
1227f
11f4 2122 2126
PCCPAVEMENT \ '
o?J
2 1x05 2107 2115
N w
� N M Q
Zo
1225 � o
m�
I� � w
W �
U ¢
o
o w
a rc f-
0
0 o w
w k
zm�N
w m o _-
z
ur o z
�oN w>N
oNF w'w
03� Fwz
SIGNS o
' SIGN 5 � 3
1303 w w
{ _ —7XI,>
' U
W
PHASE 2 TRAFFIC CONTROL FOR CLOSURE AND DETOUR
D 0
7 z 'If
w�< F
Z N
- SIGN 3
SD x r(-
SIGN� `5
oE
f226
71231 SIGN 1
U�
r IFO J
/SIGN 4 1
m
SIGN 6
NOTES:
7. STREET AND SIDEWALK CLOSURE AND DETOURS, SUDAS 8030.101, 8030.104, 8030.111, 8030.117, 8030.118 AND 8030.119.
w o a — p LL
w a o U N
PAVING.
8. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP SIGNS=�
N Q U i
1.
STREET
WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY.
nf o
w
LL 0_
A 2.
DRIVEWAY PAVING.
=
o
o <
9. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL.
F
3.
SIDEWALK PAVING.
4.
PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO
z
N
DRIVEWAY CLOSURES.
5.
RESTORE DRIVEWAYS AND SHARED PATH WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF EACH
RK DAY.6.
=SHEEW
ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD).
I SIGN LEGEND: SIGN 4
SIGN 6
POAO cinn, ,�
SIGN 10
fl0A0
) SIGN 2 �„„�
SIGN 3 RDAD
CLOSED
ROAD CLOSED
SIGN 4 1 LOCAONLYL TRAFFIC
SIGN 5 SLOSEDK
SIGN 6
SIGN 7
.u:
SIGN 8,
SIGN 9
IJ ■
llilia-
0
o w
oN06LL-
O
F
om
r
0 o w
VOA w<�
w
z
3?¢ i=¢
>03� Mwz
a
FIR SIGN?
oIlL
W
2 05 107 21 5151 11393 SIGN 9 W 2 �� � �
" V
-10
PHASE 3A TRAFFIC CONTROL FOR CLOSURE AND DETOUR
_ a °
NOTES: 7. STREET AND SIDEWALK CLOSURE AND DETOURS, SUDAS 8030.101, 8030.104, 8030.111, 8030.117, 8030.118 AND 8030.119. { 1--µ w p Z c )
Ow
1. CLOSURE ON WEST SIDE OF 2ND AVE AND J STREET INTERSECTION. MAINTAIN TRAFFIC TO 2ND AVE AT ALL TIMES. 8. CONTRACTOR SHALL MAINTAIN MINIMUM 11 FEET OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC. a U U)
o a U Q
2. STREET PAVING IN INTERSECTION. 9. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP.- . � w it 3o LL 0_
SIGNS WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY.Ilf
N
3. ADA RAMPS. }
10. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL. F
4. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO
DRIVEWAY CLOSURES.
5. RESTORE DRIVEWAYS AND SHARED PATH WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF
EACH WORK DAY. =SHEE6. ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD).
- 1227
t 1
------ — ,: SIGN 9 .
1226
2122 ' 2126
I
1231
SIGN 8 '
_" SIGN 1
` 8" PCC PATCH �l
— 4" PCC SIDEWALK EAST OF STA 23+78
I _ I I I ""�. M x
�`,� ` . • ��SIGN 3
A��.. ,
%///////.%///iisWIN
"�",� '. � T�—•'rc.� v;A, �. � 5 v.'� ,� �N�,'�. ;, ��..,.�..��+i�� -� Tcj� ,.._ %%�/1%� = s ��:_. • r ru �.�Y ✓r�7o1
_1�T.L�.1V d�'�.3•fLt\M�'AdN7y���1i�i��fi�li��Yl�i\WLYII■ _
W
-
-0 x T' FO x-fl r0
27+00
SIGN 6
SIGN 4 ._.
SIGN LEGEND: slcNa N
SIGN 6 SIGN 6
/ SIGN 1
ROAo
SIGN 1 W�aK x
r z
SIGN 11
cry
SIGN 2 aoseu Z
> ANEAD
rr
�C m
ROAD
x
K
SIGN 3 aoSID « -
s,
w
r r 7 w
ROAD CLOSED s tE` .-.#
S
LOCAL TRAFFIC • """+'-,- • '"
O
IGN 4 NLY.' 00
Am
SIDEWALK
SIGN 5 r_
m
SIGN 6 N
o w
SIGN 7 -
x
X
Zo
u 0
SIGN 8 s x W
a
U
x
SIGN 9
0
1228 11227
_ � slcN s = -
110
226 r
SIGN 10 2122 2126 ° = w
x I�; I r �o
•<< a>4, .�� . SIGN 7
a
71231 SIGN , w
a a
SIGN 11 i/ 8- PCC PATCH 4" PCC SIDEWALK m o
w
Y m w F
0
i o+ .4k,
x x ,' 1 ,. O cYim
vz
J,,
30+7 - F �' Fo Fo Fc w
F I SOx Dx SD, �' rt x s �c I m zu o
SIG N4 wm m e
B 21+00 22+00 23 00 2 Ot�D x �'� ,� x �F+- x 27+00 8+502E
Nrl~ Z
SIGN 6 �_ ti f���I L lid t- O w > Zc
w
_ _ z Fob _3. , x ''
SIGN 3 �'1 i
E OE
5a \ X �d6ham`, o w m
9 3?— (D
z=
w w
— — — —: ui 3 ymo
SIGN 8
w o 1 303
e
� � x W
x
2 05 2107 !��2115 1130 SIGN Y`o '2207
W
PHASE 3B TRAFFIC CONTROL FOR CLOSURE AND DETOUR
a p
w '
.I .�».. WUA Zm
NOTES: 7. STREET AND SIDEWALK CLOSURE AND DETOURS, SUDAS 8030.101, 8030.104, 8030.111, 8030.117, 8030.118 AND 8030.119, "`"'{ �'''� w 0 a — p
... g o p w
r a N
1. CLOSURE ON EAST SIDE OF 2ND AVE AND J STREET INTERSECTION. MAINTAIN TRAFFIC TO 2ND AVE AT ALL TIMES. 8. CONTRACTOR SHALL MAINTAIN MINIMUM 11 FEET OPEN TRAVEL WIDTH FOR ONE-WAY TRAFFIC. m 0 3 _
� � 0 LL a
A
2. STREET PAVING IN INTERSECTION. 9. ANY STREET SIGNS REMOVED SHALL BE CAREFULLY STORED AND REINSTALLED AS SOON AS POSSIBLE. PROVIDE TEMPORARY STOP w 3— <
SIGNS WHERE REMOVED. SIGN POSTS DAMAGED BY CONTRACTOR SHALL BE REPLACED AT NO ADDITIONAL COST TO CITY. --" »+ fr
3. ADA RAMPS. + C)
10. PROVIDE FLAGGERS AS NECESSARY TO CONSTRUCT IMPROVEMENTS, INCIDENTAL TO TRAFFIC CONTROL. -. z
4. PROVIDE 4 DAYS NOTICE TO CITY AND RESIDENTS PRIOR TO STREET CLOSURE. PROVIDE 48 HOURS NOTICE TO RESIDENTS PRIOR TO N
DRIVEWAY CLOSURES.
5. RESTORE DRIVEWAYS AND SHARED PATH WITH PAVEMENT OR TEMPORARY COMPACTED GRANULAR BACKFILL AND RE -OPEN AT END OF
EACH WORK DAY. =SHEE6. ALL TRAFFIC CONTROL TO FOLLOW SUDAS STANDARD DETAILS AND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD).
ui
W
I
ROW (APPROX.) z
ROW (APPROX.) ^'
10'- 4" ` V
L-2 (TYP) 11'- 4"
ROW (APPROX.)
ROW (APPROX.) 10'- 0" (TYP) SAW CUT NEW JOINT LINE_ — —
— — — — — 15'- 0" (TYP)
15'- 0" (TYP) CD (TYP)
O
S
\ S
2 EQ.SPACES @11'- 6"
\ 4 EQ.SPACES @12'- 8" 2 EQ.SPACES @14'- Y 13'- 5"
15'- 0" (TYP) Lu
10'_ 3"
12'_ 6"
�� >
ROW (APPROX) SUDAS 7010.103 CIRCULAR BOXOUT ROW (APPROX.)
BI
A 1
Q
0
z
N
10'-4" ROW (APPROX.)
11'- 4"
-7'- 10" — —
1- 10'- 0" (TYP)
--l-ST-
2 EQ.SPACES @11'- 6"
SUDAS 7010.103 CIRCULAR BOXOUT
13'- 5"
12'- 6"
— —
ROW (APPROX.)
0 10' 20' 40'
r
v
C7
a Z
~3 Z
w o a o O
NF9 o F
W U Z
° 3 LcLI
G
u° w
U
K IL
Q
r
Z
Q
h
SHEET
IDENTIFICATION
L.1
SS,
SUBDRAIN OUTLET
SOT \
COUPLE TO EXISTING SEWER
GO.
m1
EmI
222
SUBDRAIN OUTLET -
+1''
0 6" SUBDRAIN
SDx—
GAS CROSSING
JS
WATER MAIN CROSSING W I
1+00 p
- x S x
MH-1 REPLACE SANITARY MANHOLE
I�
n� 9107 �
z
O
w
w
r1l0 2122
L --- 7-
it
COUPLING TO EXISTING LATERAL (TYP)
o 4" SEWER LATERAL (TYP)0
O x —
SUBDRAIN CONNECTION f
I"
1227
212611
ROW (APPROX.)
SPECIAL PIPE SUPPORT PER SUDAS 3010.903
WHERE SEWER LATERAL CROSSES BELOW RCP/ .
STORM SEWER, 5LF (TYP FOR 4 LATERALS)
SUBDRAIN CONNECTION
o a' 42" STORM SEWER (TO REMAIN) -
SD 8D
so D
SD
ELECTRICAL CROSSING
2'2+UV
_ I
REMOVE SANITARY MANHOLE
GAS CROSSING
8" SANITARY
SEWER
_
RO(APROX.)
4"CATW
UINSTALL BENDS IN LATERAL TO AVOID TREE
2115],
SD x
MH-2 SANITARY MANHOLE
ss x I SS x
.• R•
1303
7—
ui
3
0
Z
Nu
ROW (APPROX.)
0
W Mumm
FD %
W�
30+74 w I .......
raw
N
J
i
� /ICI
`\��\
---�_' SD x
2 SD
1 —25 BE) -- SD %
I I
I
4+00 +10
EXISTING SANITARY MANHOLE, RECONSTRUCT FLOWLINE
'
REPLACE CASTING, INSTALL CHIMNEY SEAL
AEG. - .
Fox
EXISTING SANITARY MANHOLES (TO REMAIN)
REPLACE CASTING
o
EXISTING 8" SANITARY SEWER (TO BE ABANDONED) ,
- a
ROW (APPROX.)
Lll
2 0za
o
/'I V
MH-2 SANITARY MANHOLE
RIM EL 699.03
6"
WATER M/
STA 2+89.7
705
-
MH 1, REPLACE SANITARY MANHOLE
REMOVE SANITARY MANHOLE
I 1
EXISTING SURFACE
EL 694.74
LRIM
STA 0+12.3
ELECTRICAL (VERIFY DEPTH)
GAS (VERIFY DEPTH)
700
GAS (VERIFY DEPTH)
6" WATER MAIN
695
690
INV EL 689.05
SANITARY SEWER ABANDONMENT, FILL AND PLUG, 8", STA 2+90 TO 4+05
INV EL 687.73
COUPLE TO EXISTING SEWER
IN\
8" PVC SANITARY SEWER 285 LF (810.48%
685
0+00 1+00 2+ %TATION
REMOVAL OF SANITARY SEWER, VCP, W STA 0+05 TO 2+90
J+uu
,IN
EXISTING SANITARY MANHOLE
RIM EL 701.62
C:)
C
- RECONSTRUCT FILLET IN MANHOLE
TO ELIMINATE WEST FLOWLINE,
zc
'EL 689.62 C)
4+00 4+20
i ..
2 Z W
Zo
Z
Oy og ' U8 u
L�
f
O w
V
r z
w o Z
U p N Z <
3i5 c�Wa
oN wyui
o3a ~sa
Uw3 Now
O 0
W
3
V
00
a J
r w V O W IY
W� - U)a
W 1 U w Z
Q
"� agN
Co a
r
z
N
SHEET
IDENTIFICATION
M.1
G
�■
I_M ■
42-22
q
DEAD END HYDRANT ASSEMBLY PER IOWA CITY FIGURE 5020.202
SO x SDx
C 8" SANITARY SEWER
6" COUPLINGS
6" VALVE ma`s x
6" COUPLING
j
6" VALVE
6' TEE
6' TEE
5— 2
700
Z 695
O
690
6" VALVE
6" TEE
6" TEE
w
J
w
n
)
6" CAST IRON WATER MAIN..
1227
I QI
212 2 2126 ROW (APPROX) /
�< Z A
/ M.2
�
t0. '/ =
REMOVE HYDRANT ASSEMBLY AND TEE, REPLACE _
WITH 6" DI WATER MAIN AND COUPLINGS, _
RECONNECT TRACER WIRE _
I
ROW (APPROX.) — _ I
685
40+00
2115,
40+60
STATION
3
ROW (APPROX.) a )�-
i _
0 OF % %6.,.� I A ( I IX
O W
t�
O SD
L
SD x
_ 3
-- SS x ��.,... Ss x 4—
o - 6" COUPLING
4 ROW (APPROX.) 6" VALVE
6" CAST IRON WATER MAIN
1303
*i� -40-� w n n r-
WATER SERVICE NOTES:
1. CONTRACTOR SHALL MAKE RECORDS OF ALL WATER SERVICES ON J STREET BETWEEN 2ND
AND 3RD AVE, REPORT PIPE MATERIALS TO CITY, AND REPLACE ANY LEAD SERVICES
ENCOUNTERED WITH COPPER WATER SERVICE TO STOP BOX. BACKFILL AND COMPACTION TO
FOLLOW CITY SUPPLEMENTAL SPECIFICATIONS 3010.
6" COUPLING —
8"X 6" REDUCER
8" VALVE —
8" TEE —
TYPICAL HYDRANT ASSEMBLY wv
Ix I �\ � gDx_
3 �lLw�8"VALVE
v® I//
8"X 6" TEE
8" VALVE n I
8"X 6" REDUCER
6" COUPLING
A ENLARGED PLAN AT NW CORNER OF 2ND AVE & J STREET
0 510'
w
26-1{
REMOVE HYDRANT ASSEMBLY AND TEE.
I�ROVV
REPLACE WITH 8" DI WATER MAIN AND Wf
— 8" DI WATER MAINCOUPLINGS, RECONNECT TRACER WIRE �y
SEWOW (APPROROWREPLACE TOP SECTION OFVALVE BOX WITH VALVE BOXSTORM SEVJER CROPAVING RING (2 VALVES)
8"45'ELBO-_ f0 x FO x O
I m wx i ��
CC8" COUPLING —� 8" DI WATER MAIN (TO REMAIN)
RESTORE TEMPORARY GRANULAR SURFACING \
+aAQ�li�lClil ����yiil�l_AlI
6" VALVE
FO - FO x
x f!I
/—�
6" COUPLING 9
ROW (APPROX) -
ui
LLx x2 ��
6" CAST IRON WATER MAIN (TO REMAIN)
715-
710 -
705-
z
O
j 700 -
w
w
6955--
6" COUPLING — ,
8"X 6" REDUCER J
690-
685
30+00
1 �2207
EXISTING
SURFACE
24" S
5'-6" MIN. COVER
8" DI WATER
8" VALVE
MIN. 18" VERT
8" TEE
SEPARATI
8"X 6" TEE
8" SANITARY S
8" VALVE
0 10, 20' 40'
-ORM SEWER
d
MIN. 18" VERTICAL
ON
EWER
A..,
SEPARATION
L j
8" COUPLING
8" 45° ELBOWS
G.i
MAIN
E-5 o
ICAL
„ w
j3
STATION 30+76
(TIE-IN TO EXST SIDEWALK
,—
ROW APPROX ,
Im ■
71
a1
155
1
3RD AVE
SIDEWALKPCC 7!�
R• ROA PCC
®� SIDEWALK 1
55 ,
S o
0
2105 ;d 2107:
PCC SIDEWALK
EL 695.57
Q+
e
J STREET 0
A NORTHEAST CORNER OF 3RD AVE & J ST.
0
I 4 I J
E-- N
12 73 >126_ Q
II l�i� 0
ROWAPPROX. — " �"1 w
i
0 0 5' TYP B
"4 S.1
si 6.9' --
— SD X y CJ
so
ss ,
11 TIE-IN TO EXST
— SIDEWALK \ 1i
C
—�° -- — S.1
S.3 h1
ROW APPROX.
UJ
1303 �° Q
_ o
z
1305
2ND AVE
700.50
3
WV
EL 700.91
3
PCC SIDEWALK ADA DETECTABLE
WARNING PCC SIDEWALK
— EL 701.17
EL 695.'2 \� �
EL 701.20 \-
EL 701.34
X
y 5' TYP \ \�
-- \ EL701A9
5' TYP \\\
sD spX MATCH EXST EL
twow T----
2122
C
— S.3
���� fir■■■ '.���_. y','�.r�7
ROW APPROX.
2115,
—T ROW APPROX.
EL 695.65
�— w
I (0"'
ss'- SD
FO X
0
0
a�
E
k
H o� y o --
z
Z
�o
U h z a
z a 0 w
z=
W'w
O�Q ~2<
w 3 h m
U o p
2ND 4VL
U
w
El 701 10 ' GRIND EXSTING \ n v1
3 CURB TO ROAD I Ix z J
E1701.22 ELEVATION
5' TYP w p W
EL 701.25 w p ¢ p
EL 701.12 . p p J
O < j
MATCH EXST. EL. \ / o W
EL 700.70REMOVE LAST PANEL EL 701 .49 t� y pin
EL 700.61 EL 701.42 a
GRIND EXSTING CURB TO ROAD ELEVATION
so, / Q
J STREET sp x ROW APPROX. \ \ a \ `` 11
' MATCH EXST. EL. MATCH \\TAEIf.
SHEET
B NORTHWEST CORNER OF 2ND AVE & J ST SOUTHWEST CORNER OF 2ND AVE & J ST IDENTIFICATION
EL 701.29 EL 701.19
t
GRIND EXSTING CURB TO ROAD ELEVATION
J STREE�
r_CADA
8
3
TABEE WARNINGOEFO FO X
EL 701.20
wX
EL 701.42
N -
w
SD x
o h o0$ LL 0
ROW APPROX. a
+
2ND AVE ROW APPROX.
" E B1EL 712.70 � EL 712.93
w„
B-
+ w m3 om �m a
a6.0 x FIBER OPTIC BOX GRANULAR SURFACING w 0
z
PCC SIDEWALK FO OJ Fox Fox I 0.-
w > G
EL 710.06, EXISTING GRADE — Fox x o z a N
x — --- rot Fn &ox wo Fox u7t1111`\� 0 3zQ Zwa
o so EL 703.23 EL 703.58 EL 709.62, EXISTING GRADE o 4 = F w y w
ADA DETECTABLE WARNING EL 702.52 + EL 702.87 a = a
EL711.16 of o rwz
EL 712 o uj
W,--.—ww PCC SIDEWALK 31 v o w o
W,
w
x Wx s� W —Es x a0 -ES,—
EL 701.87 D_
SLOPE7.1% 5'TYP `` OJ a
� VV V
1A/\/
LL �---- 5' TYP oo F
o /off! I N W
O
EL 701.92 EL 703.15 703.50 w 0 EL 709.98 I a0 EL 712.21 z Q
EL 702.79 EL 709.54 , 0- I EL 711.06 3 W
w Q
EL 702.44 � I r` w 3 0
0 0 w oo 3
q EL 708.87 ° 3 EL 709.84 o W
........... w
wo I EL 711.40 a
EL 710.26 z
z
J STREET x J STREET x
i KI
N
=SHEENORTHEAST CORNER OF 2ND AVE & J ST ALLEY AND DRIVEWAY, 1231 J STREET o z a s
o - '
N - - - - ROW APPROX.
/1 � ROWAPPROX. - F ly' 1 Z
ROW APPROX. J 669.27 699.46
EL 698.05 LEL7.83 EL 697.90 EL 697.98 0 w
m a C7
e O
�U o
o
PCC SIDEWALK
o EL 696.92 \\\ I .,...
PCC SIDEWALK EL 697.46 8 EL 696.93 U x EL 697.78 PCC SIDEWALK EL 698.96
-- "" EL 696.6
r f -
o EL 698.68
w , w
/ a 5' TYP a
5' TYP 5' TYP EL 698.60 g5
sD , SD s , ��,. O1
EL 696.60 .0 EL 696.85
m e EL 697.70 e s0 x EL 698.88 s0 - w
EL 696.61 w EL 697.38 SD„- s sD x 50 , sD x s0 x n
� a
a EL 696.18 wa EL 697.20 a p
0
EL 696.04 EL 698.14 EL 698.37
_ EL 696.85
uy O_ a
m U r \ 0 w
0 p
J STREET LL
Io J STREET \ J STREET F
A DRIVEWAY 1228 J STREET B DRIVEWAY 2110 J STREET C DRIVEWAY 2120/2126 J STREET
0 2' 48' 0 2' 4' 8'
d
0
0
J STREET - J STREET a ZE
Sxssz ssS$69 J STREET 0E 0 EL 699.04 - OE OE OE - EL 699.37 OE o
t T w
EL 698.01 \ y $
�, x �
m
EL 695.46 -- c x --- ---'- o+ k
C' m
- p E O E O E- O E- OE OE --10
�- O E w�
B EL 695.03 Fc _ Fox ° '
f0
x Or. Gx Ox C' { f0 x FO x Fox- FO x' N o Z
O N w > n
cn
U f n z
m Fn FO x 'O i r 3 z a CO w a
EL 696.68 m ----�� EO ,. FO r ` ° m w m w
to m -••-� a x x z
/ EL 697.92 0 o
U e p U
m LV '8-1
EL 696.34 Wx wx wx R w ;.T.. 3
EL 697.99 1 x/' �
r F
PCC SIDEWALK/ ' w
'o
4' TYP �` a J
EL 696.30 - 4EL
DEWALK / t 3 W
7FEL¢EL 696.60 EL 696.61 PCC SIDEWALK EL 698.62 wA - -.gwV)
ROW APPROX. - ( 700.04 EL 700.21 Q
MATCH EG _ z
w
I
DRIVEWAY 1303 SHEET
DRIVEWAY 2115 F IDENL
ATION
D
DRIVEWAY 2105 & 2107 E 0 2' 4 8'
0 2' 4' 8' 0 2' a' 8'
A NORTHWEST CORNER OF IST AVE & J STREET
0 2' 4' B'
rsm
n m
12.3' 9.9' 12.3'
EL 706.96 � EL 707.40
EL 708.05
FO x
I�
\ EL 706.88
EL 707.32
—wx EL706.35 av- wx
EL 707.97
EL 706.36
EL 707.98
EAST SIDE OF J STREET SIDEWALK
0 2' 4' 8'
FO
EL 694.42
1
0
MATCH EXST
W.
GRANULAR SURFACING J {
0
MATCH EXST p
i
Bs x---
C DRIVEWAY 1233
0 2' 4' 8'
EL 94.35
OF, /
5�+
�"V
v
w��
4
d
x1
In
H
W
a
C)
o Y
N w V J
W
O Q j
W U 0
cn
Q
F
Z
Q
W
SHEET
IDENTIFICATION
SA
D
n
Co
A
�Op pt00
O O
O
O
O
O N
O
0
O
O O
(00 O
A O O CD
p
N
T
�O
O
o0
T
O 1
N
Cn
J
O
O
O
O
p
•
•
o
O
o
O
o
•
Wo O
O
O
O
N
O
0
C3 O
Q
O
0
O
O
O
N
O
N
p
p
O
N
O
p
O
O)
�o
O O
a,J
0 0
O
j
CD N
NO
WO
0 (O
O O
o 0
O
O
0
O
o N
O
p
00
O
w
a
O
0)
o
O
0ol
0
O
o N
O
O
O O O
m o
o 0 o N
N
p
N
a
o
+
o O
+
+
O
+
U1
v
O
N
p
O
•
O
•
o
O
o
O
o
o O
N
O
O
O
N
O
O
0
O
O
O
p
0
O
N
N
O
O
O
N
O
O
O
p
O
O
W
p
W
O
A
00
O
000
O v
co 0
tOD O
0 0
j
p
o N
O
O
O
00 t00
O O
co (O
o 0
O
O
O
0
O
o Noo
W
o
A
00
Co
CoO
O
O
t00
0
v
O
O
0
O
o N
O
O
A
0 v
O O O
0 0 J v
0 o N
po
A
N
o
�0 0
+
+CD
+
p +
A
O
O
O
O
O
O
O
O
O
O
O
Z. O
O
O
O
0
N
O
O
O
O
O
O
O
O
O
O
O
JO
p
O
p0
p
7pn�
O'-/ • {'S Y j�'.�{j{
ftj
N
O
O
A
j(.� J {! 7 4 t jr� f7 -i 00 O
�i�rti ELL;,
O
O
p
O
col
O
OO
O
O
O
O
N
O
W
O
OW t00 O -,I
ut
V
O O O o
J STREET
m
z�
SANITARY
SEWER REPLACEMENT PROJECY
CITY oP lowA an
WATEF
T m
IOWA CITY, IOWA
-'
o
CROSS -SECTIONS
EN G 1 N E E R l N G
CITY OF IOWA CITY
DESIGNED BY
Bwn
DATE
410 E. WASHINGTON ST
DWN By CKD BV
SOLICITATION N0.
IOWA CITY, IA 52240
e�c ewR
sUBMITTED BY.
BwR
CONTRACT NO.
WATERSMITH ENGINEERING
1029 HERSHEY AVE
pLor scALE. ISSUE Dnre
FILE NUMBER.
clr vvo,
MUSCATINE, IA 52761
s¢E FILE NAMe
ANSIB
D
co
n
v
W
O) J J
ID O O O
ol O J
N
O
O
O p N
A
CA
o `� 0
0 o N
O
+
" O
�
+
+
CD
J
O
N
UT
O
O
rr
O
;, w
O
o
A A
O
O O
0,
I
J
O o
I N
0 O
O
N N
O O
O
O O
I
O O
O
�
O O
O
O O
o O
O
N N
O O
N
O
O O
O
N N
00
O O
A
N
? A
O
O O
O W
w
O
N
O
O O O O
O
O
O
O O
O O
m
m
J
J
O
00
O J j J
O O O O N
O
O
O
O O�
U 0
+
O
O O
+
OmD f00 O
N
O
U1
O O O
O O
O
O
o
O
A A
o O
O
I w
0 0
o
O
I IV
O O
O
I
00
O O
O
O
O
W
O O
N
O
0
00
00
A
�
aD
O
O O N
O
O O O O
00
O O J J
0 0 0 O N
A CA
O +
A
WO O
cyl
O
O
J
J J
O
O
O
O
O O
O
CJ O
O
N
O
_ O
O
O
O
N
O
W
O
A
O
000 (00 O �
�
Om
J STREET
C
SANITARY SEWER REPLACEMENT PROJECT
cln of IowA an
VVATEF&14
m
m
IOWA CITY, IOWA
sCROSS
-SECTIONS
E N G I N E E R I N G
Z
DESIGNED BV.
DATE.
CITY OFIOWA CITY
BNR
410 E. WASHINGTON ST
owN BY. cKD Br.
SOLICITATION NO..
IOWA CITY, IA 52240
e�c ewa
SUBMITTED BY'.
BWR
CONTRACT NO.:
100.01
WATERSMITH ENGINEERING
1029 HERSHEY AVE
PLor scALe lssuE DnrE:
FlLE NUMBER:
uP w1o1
MUSCATINE, IA 52761
SIZE. FlLE NAME.
;AN DATE 0 CITY FILE FOR BIDDING 1/13/23 BWR
K DESCRIPTION DATE APPR
O
O
O (00 O J N
O
O
O (00 O J N
Prepared by Joe Welter, Engineering Division, 410 East Washington Street, Iowa City, Iowa 52240, (319) 356-5144
Resolution No. 23-24
Resolution setting a public hearing on February 7, 2023 on project
manual and estimate of cost for the construction of the J Street
Sanitary Sewer Replacement Project, directing City Clerk to
publish notice of said hearing, and directing the City Engineer to
place said project manual on file for public inspection.
Whereas, funds for this project are available in the Annual Sewer Main Replacement - Account
#V3101.
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 7th day of February, 2023, at 6:00 p.m. in the Emma
J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting
of the City Council thereafter as posted by the City Clerk.
2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for
the above -named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. A copy of the project manual and estimate of cost for the construction of the above -named
project is hereby ordered placed on file by the City Engineer in the office of the City Clerk
for public inspection.
Passed and approved this 24th day of January , 2023
Ma
,) Approved by/
Attest: V L
City tlerk v City Attorn 's Office
(Sara Hektoen - 12/27/2022)
It was moved by Dunn
adopted, and upon roll call there were:
Ayes:
x
X
X
and seconded by
Nays:
Bergus the Resolution be
Absent:
Alter
Bergus
Dunn
Harmsen
Taylor
Teague
Thomas
CITY CLERK
CITY OF IOWA CITY
ICPD
410 E WASHINGTON ST
IOWACITY IA522401825
State of Wisconsin
County of Brown, ss.:
� Y.4
i
s •�-k1jQIk1F
A710!
This is not an invoice
# of Affidavits: 1
AFFIDAVIT OF PUBLICATION
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 that
an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed
and published in the Iowa City Press Citizen on the issues dated:
Ad No. Start Date: Editions Dated: Cost:
0005572701 1/30/23 01/30/2023 $47.71
Copy of Advertisement
Exhibit "A"
(�' P" -
Subscribed and sworn to before me by said affiant this
30 day of January. 2023
Notary Public
Cam%
Commission expires
KATHLEEN ALLEN
Notary Publicj
State of Wisconsin
NOME OF PUBLIC HEARING
NOTICE OF PUBLIC HEARING
ESTIMATEDC COSTAFORLTHEN J
STREET SANITARY
IN
THE CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE
CITY' OF IOWA CITY,.' IOWA,
AND TO OTHER INTERESTED
PERSONS::
This project includes
approximately 290 LF of 8"
sanitary sewer replacement,
sewer- lateral replacement,. 1,400
SY of. street pavement removal
and ' replacement. 490 SY of
sidewalk; 230 SY.. of driveway,
ADA ramps, water main
modiftCations, and other related
gtork' and is located at J Street
between 1st Avenue and 3rd
Avenue.:
Said Project Manual and
estimated cost are now an f1le In
the office of the City Clerk in the
City Hall in Iowa City, Iowa, and
may be inspected by any
interested persons.
Any interested persons. may
appear at'said meeting of the City
Council for; the Purpose of making
objections to and comments
cancerning said Project Manual gr
the.. - cost; of making said
Improvement.'
This notice 'Is given by order of the
City Council of the City of Iowa
City, Iowa and as Provided by law.
Kellie K. Fruehling, City Clerk
Prepared by: Joe Welter, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5144
Resolution No. 23-38
Resolution approving project manual and estimate of cost for the
construction of the J Street Sanitary Sewer Replacement Project,
establishing amount of bid security to accompany each bid,
directing City Clerk to post notice to bidders, and fixing time and
place for receipt of bids.
Whereas, notice of public hearing on the project manual and estimate of cost for the above -named
project was published as required by law, and the hearing thereon held; and
Whereas, the City Engineer or designee intends to post notice of the project on the website owned
and maintained by the City of Iowa City; and
Whereas, funds for this project are available in the Annual Sewer Main Replacement, Account
Number V3101.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that:
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 28th day of February,
2023. 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 7th day of March, 2023, or at a special meeting called for that
purpose.
Passed and approved this 7th day of February _,2023.
M66r
Appro d by
Attest:'
City Clerk City Attorn 's Office - 02/02/2023
Resolution No. 93-38
Page 2
It was moved by Thomas
adopted, and upon roll call there were:
Ayes:
and seconded by
Nays:
avlor
Absent:
Alter
Bergus
Dunn
Harmsen
Taylor
Teague
Thomas
the Resolution be
av-ro �
IOWA
LEAGUE
4fC►TIES
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
J Street Sanitary Sewer Project
Classified ID: 111675963568
A printed copy of which is attached and made part of this certificate, provided on 02/09/2023 to be
posted on the Iowa League of Cities internet site on the following date:
2023-02-09
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is
true and correct.
02/09/2023
Alan Kemp, Executive Director
NOTICE TO BIDDERS
J STREET SANITARY SEWER REPLACEMENT PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on the 28th day of February 2023. Sealed proposals will be opened immediately thereafter. Bids
submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project.
Proposals received after this deadline will be returned to the bidder unopened. Proposals will be
acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M.
on the 7th day of March 2023, or at special meeting called for that purpose.
The Project will involve the following: Approximately 290 LF of 8" sanitary sewer replacement,
sewer lateral replacement, 1,400 SY of street pavement removal and replacement, 490 SY of
sidewalk, 230 SY of driveway, ADA ramps, water main modifications, and other related work.
All work is to be done in strict compliance with the Project Manual prepared by Watersmith
Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and
are on file for public examination in the Office of the City Clerk.
Each proposal shall be completed on a form furnished by the City and must be submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security executed by a corporation authorized to contract
as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made
payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the
City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10)
calendar days of the City Council's award of the contract and post bond satisfactory to the City
(in the form shown in Section 0510) ensuring the faithful performance of the contract and
maintenance of said Project, if required, pursuant to the provisions of this notice and the other
contract documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of
the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as
the successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 0510, said bond to be issued by a responsible surety approved by the City, and shall
guarantee the prompt payment of all materials and labor, and also protect and save harmless the
City from all claims and damages of any kind caused directly or indirectly by the operation of the
contract, and shall also guarantee the maintenance of the improvement for a period of five (5)
year(s) from and after its completion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Start Date: June 5, 2023
Substantial Completion Date: August 21, 2023
Final Completion Date: September 20, 2023
Liquidated Damages: $500.00 per day
The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank
forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located
at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-
8973, Toll -Free (800) 779-0093.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of minority contractors can be obtained from the
Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-1422.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its subcontractors, together with
quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive
technicalities and irregularities.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE FRUEHLING, CITY CLERK
Ashley Platz
From: Cindy Adams <CAdams@mbi.build>
Sent: Thursday, February 9, 2023 11:35 AM
To: Ashley Platz
Subject: Certificate for Notice to Bidders
Attachments: 02.09.23 Notice To Bidders.pdf
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 —J Street Sanitary Sewer Replacement 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):
February 09, 2023
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct.
February 09, 2023 1<AJ1r,
Date President/CEO of The Construction Update Plan Room Network
Cindy Adams
tiLead Project tnformat on Speoaiist
CCU Construction Update Network
M (515) 402-9858 : E CAdams*MBI 841d
w www.iowaConstruaionUociate.com
DAILY NOTICE
TO BIDDERS
construction
update
NOTICE TO BIDDERS
J STREET SANITARY SEWER REPLACEMENT PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on the 28th day of February 2023. Sealed proposals will be opened immediately thereafter. Bids
submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project.
Proposals received after this deadline will be returned to the bidder unopened. Proposals will be
acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M.
on the 7th day of March 2023, or at special meeting called for that purpose.
The Project will involve the following: Approximately 290 LF of 8" sanitary sewer replacement,
sewer lateral replacement, 1,400 SY of street pavement removal and replacement, 490 SY of
sidewalk, 230 SY of driveway, ADA ramps, water main modifications, and other related work.
All work is to be done in strict compliance with the Project Manual prepared by Watersmith
Engineering, of Muscatine, Iowa, which has heretofore been approved by the City Council, and
are on file for public examination in the Office of the City Clerk.
Each proposal shall be completed on a form furnished by the City and must be submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security executed by a corporation authorized to contract
as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made
payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the
City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10)
calendar days of the City Council's award of the contract and post bond satisfactory to the City
(in the form shown in Section 0510) ensuring the faithful performance of the contract and
maintenance of said Project, if required, pursuant to the provisions of this notice and the other
contract documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of
the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as
the successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 0510, said bond to be issued by a responsible surety approved by the City, and shall
guarantee the prompt payment of all materials and labor, and also protect and save harmless the
City from all claims and damages of any kind caused directly or indirectly by the operation of the
contract, and shall also guarantee the maintenance of the improvement for a period of five (5)
year(s) from and after its completion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Start Date: June 5, 2023
Substantial Completion Date: August 21, 2023
Final Completion Date: September 20, 2023
Liquidated Damages: $500.00 per day
The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank
forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located
at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-
8973, Toll -Free (800) 779-0093.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of minority contractors can be obtained from the
Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-1422.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its subcontractors, together with
quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and
coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project.
The City reserves the right to reject any or all proposals, and also reserves the right to waive
technicalities and irregularities.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE FRUEHLING, CITY CLERK
Prepared by: Joe Welter, Engineering Division, 410 East Washington Street, Iowa City, Iowa 52240 (319) 356-5144
Resolution No. 23-59
Resolution awarding contract and authorizing the Mayor to sign
and the City Clerk to attest a contract for construction of the J
Street Sanitary Sewer Replacement Project
Whereas, Dave Schmitt Construction Co., Inc. of Cedar Rapids, Iowa, has submitted the lowest
responsible bid of $541,552.00 for construction of the above -named project; and
Whereas, funds for this project are available in the Annual Sewer Main Replacement, Account
Number V3101.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that:
The contract for the construction of the above -named project is hereby awarded to Dave
Schmitt Construction Co., 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.
3. 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.
Passed and approved this 7th day of March 2023
a r
�. Approved by
l
Attest:
City Clerk City Atto ey's Office
(Hektoen - 03/02/2023)
It was moved by Dunn
adopted, and upon roll call there were:
Ayes:
and seconded by
Nays:
Taylor
Absent:
Alter
Bergus
Dunn
Harmsen
Taylor
Teague
X Thomas
the Resolution be
Bond No. 54251107
0510
PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
J STREET SANITARY SEWER REPLACEMENT PROJECT
CITY OF IOWA CITY
KNOW ALL BY THESE PRESENTS:
That we, Dave Schmitt Construction Co., Inc. of Cedar Rapids, Iowa, as Principal (hereinafter the
"Contractor" or "Principal") and United Fire & Casualty 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 five hundred forty-one thousand five hundred fifty-two dollars
($541,552.00), 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 day of M oCOc ,
,Jy7 ;L,,-3 ', (hereinafter the "Contract") wherein said Contractor undertakes and agrees to
construct the following described improvements:
Approximately 350 LF of 8" sanitary sewer replacement, sewer lateral replacement, 1,000 SY of
street pavement removal and replacement, 500 SY of sidewalk, 200 SY of driveway, ADA ramps,
water main modifications, and other related work.
To faithfully perform all the terms and requirements of said Contract within the time therein
specified, in a good and workmanlike manner, and in accordance with the Contract Documents.
It is expressly understood and agreed by the Contractor and Surety in this bond that the following
provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit:
1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and
abide by each and every covenant, condition, and part of said Contract, by reference made
a part hereof, for the above referenced improvements, and shall indemnify and save
harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by
reason of the Contractor's default of failure to perform as required. The Contractor shall
also be responsible for the default or failure to perform as required under the Contract and
Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing
materials or providing labor in the performance of the Contract.
2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just
claims submitted by persons, firms, subcontractors, and corporations furnishing materials
for or performing labor in the performance of the Contract on account of which this Bond
is given, including but not limited to claims for all amounts due for labor, materials,
lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used
by the Contractor or any subcontractor, wherein the same are not satisfied out of the
portion of the contract price the Jurisdiction is required to retain until completion of the
improvement, but the Contractor and Surety shall not be liable to said persons, firms, or
J Street Sanitary Sewer Replacement Project 0510 — Page 1 of 4
corporations unless the claims of said claimants against said portion of the contract price
shall have been established as provided by law. The Contractor and Surety hereby bind
themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code,
which by this reference is made a part hereof as though fully set out herein.
3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own
expense:
A. To remedy any and all defects that may develop in or result from work to be
performed under the Contract within the period of five year(s) (5) from the date of
acceptance of the work under the Contract, by reason of defects in workmanship
or materials used in construction of said work;
B. To keep all work in continuous good repair; and
C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure
that any defects are remedied, and to repay the Jurisdiction all outlay and expense
incurred as a result of Contractor's and Surety's failure to remedy any defect as
required by this section.
4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to
the contrary notwithstanding, to the following provisions:
A. To consent without notice to any extension of time to the Contractor in which to
perform the Contract;
B. To consent without notice to any change in the Contract or Contract Documents,
which thereby increases the total contract price and the penal sum of this bond,
provided that all such changes do not, in the aggregate, involve an increase of
more than 20% of the total contract price, and that this bond shall then be released
as to such excess increase; and
C. To consent without notice that this Bond shall remain in full force and 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.
J Street Sanitary Sewer Replacement 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.
J Street Sanitary Sewer Replacement Project 0510 — Page 3 of 4
PRINCIPAL: Dave Schmitt Construction Co., Inc.
10 ��
Printed
/Name of Contract fficer
By %rL�—. R'�
',,Agnature of Contractor Officer
4::f_L 0
Title of Contractor Officer
SURETY:
United Fire& Casualty Com an
A S rkty Company Name
-Fact Officer
Anne Crowner, Attorney -in -Fact
Printed Name of Attorney -in -Fact Officer
Holmes, Murphy and Associates LLC
Company Name of Attorney -in -Fact
2727 Grand Prairie Parkway
Company Address of Attorney -in -Fact
Waukee, IA 50263
City, State, Zip Code of Attorney -in -Fact
515-223-6800
Telephone Number of Attorney -in -Fact
J Street Sanitary Sewer Replacement Project 0510 — Page 4 of 4
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401
INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial
Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the
Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH,
STACY VENN, DIONE R. YOUNG, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SARA HUSTON, SHELBY
GREINER, GINGER HOKE, JOHN CORD, JOE TIERNAN, JENNIFER MARINO, BEN WILLIAMS, KATE ZANDERS, EACH
INDIVIDUALLY
their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100 , 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire &
Indemnity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United
Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates
attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature
of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized
hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid
and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective
certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto.
The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any
attomey-in-fact.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
vice vresident and its corporate seal to be hereto affixed this 18 t h day of March, 2022
Al 111111111111rp11
R°�•�'�'; tKo[MAI�i'%F,pU
... PO ...� UNITED FIRE & CASUALTY COMPANY
:......
CO1tPORAIr 'f� C Q,=GO A'Pj
_ CORPORAII ,IJLV22 ,3, UNITED FIRE &INDEMNITY COMPANY
cy Y, �., saR ab FINANCIAL PACIFIC INSURANCE COMPANY
seAl �� SEAL 5 -A':0q�,FOP�\Prc�c•
p
IIf11111111�\\4 By. •�,--(/�7`
State of Iowa, County of Linn, ss: Vice President
On 18th day of March, 2022, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire
& Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto
pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
W.',
Judith A. Jones
Iowa Notarial Seal
Commission number 173041 Notaty Public
My Commission Expires 4/23/2024
r5omy commission expires: 4/23/2024
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this day of
`; p etcaslrl iyh��i .`�� il�ioclaNlj `�...�0 ...1NSlig4+'
�• '� '77[o' �• a`�s`� � � 8• QP.GOPPOR,gl.;n�„
M CUxPOxAi'E v1"gi =F CORYDRAI'F: i �;; 21uLY 22 ':OS tBy:. A !/ ! Ci;+mt�
SEAL SEAL 2 :.oq�rFBaa�p,.�a; Assistant Secretary
#t tilt9i •�r/i/iiulro��•��,ugR..... OF&C & OF&I & FPIC
BPOA0049 1217
-t6- �%Q5",
CITY OF IOWA CITY
410 East WhshWgton 8ftet
Iowa. city, Ic»va 52240 - 1826
(31 9) 356 - 5000
(319) 356 - $009 EAX
vv%'WJCAoV.o1g
ENGINEER'S REPORT
July 26, 2024
City Council
Iowa City, Iowa
Re: J Street Sanitary Sewer Replacement Project
Dear City Council:
I hereby certify that the J Street Sanitary Sewer Replacement Project has been completed by
Dave Schmitt Construction of Cedar Rapids, Iowa, in substantial accordance with the Project
Manual developed by Watersmith Engineering.
The project was bid as a unit price contract and the final contract price is $549,612.37.
There were three (3) change orders on the project, which included:
1. Add an item for replacement of a water service saddle ($4,165.00)
2. Add additional storm sewer improvements ($63,486.15)
3. Revise staging to provide increased access to residential entrances ($3,179.00)
Total cost difference for change orders: $70,830.15
1 recommend that the above -referenced improvements be accepted by the City of Iowa City.
Sincerely,
Jason Havel, P.E.
City Engineer
k
Prepared by: Bryan Dannen, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5413
Resolution No. 24-20
Resolution accepting the work for the J Street Sanitary Sewer
Replacement Project
Whereas, the Engineering Division has recommended that the work for construction of the J
Street Sanitary Sewer. Replacement Project, as included in a contract between the City of Iowa
City and Dave Schmitt Construction of Cedar Rapids, Iowa, dated March 7, 2023, be accepted;
and
Whereas, the Engineer's Report and the performance, payment and maintenance bond have
been filed in the City Clerk's office; and
Whereas, funds for this project are available in the Annual Sewer Main Replacement, Account
#V3101; and
Whereas, the final contract price is $549,612.37.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said
improvements are hereby accepted by the City of Iowa City, Iowa.
Passed and approved this 6th day of August
M
Attest:
City C erk
It was moved by Dunn and seconded by
adopted, and upon roll call there were:
Ayes:
Nays:
2024
Approved by
City Attor ey's Office
(Jennifer Schwickerath - 08/01/2024)
Moe the Resolution be
Absent:
Alter
Bergus
Dunn
Harmsen
Moe
Salih
Teague