Loading...
HomeMy WebLinkAboutWATER PAVEMENT PATCHING PROJECT 2024WATER PAVEMENT PATCHING PROJECT 2024 17-May-2024 Plans, Specs, Project Manual and Engineer's Estimate of Cost 21-May-2024 Res No. 24-141: Setting Public Hearing on Project Manual & Estimate of Cost for Construction 28-May-2024 Notice of Public Hearing 04-Jun-2024 Res No. 24-156: Approving Project Manual & Estimate of Cost for Construction 06-Jun-2024 Notice to Bidders 16-Jul-2024 Res No. 24-180: Awarding contract for construction 24-Jan-2025 Engineer's Report 04-Feb-2025 Res No. 25-34: Accepting the work 06-Feb-2025 Performance, payment & maintenance bond ni tl MAY 17 AN IQ: 15; v1.I.Y l.LLI-tt IOWA CIT'(, CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL 2024 WATER PAVEMENT PATCHING PROJECT IOWA CITY, IOWA May 6, 2024 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 ```►►►►pa u n u ururrq,, �0 %�� under the laws of the State of Iowa. z¢ 8cott K. Sovers Date z; SCOTT K. c LU; SOVERS ; z 17141 License Number: P17141 My license renewal date is December 31, 2024 '''����''''.�,,••/•••••••••••� � OW►P�►�►��. Pa es or sheets covered b this seal: y Entire Bound Document Cn 2024 Water Pavement Patching Project 0005 — Page 1 of 1 PROJECT MANUAL 0010., TABLE OF CONTENT ZU 1 'Y 17 41,111D� 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 c: Y GUR 1 A CITY: Mvy 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS (UNDER SEPARATE COVER) 2024 Water Pavement Patching Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS 2024 WATER PAVEMENT PATCHINGOJ Sealed proposals will be received by the City Clerk of the City of Iowa City,1p" q— l.3:00 P.M. on the 25th day of June 2024. 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 16t" day of July, 2024, or at special meeting called for that purpose. The Project will involve the following Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or curb and gutter. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. 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. 2024 Water Pavement Patching Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: July 29, 2024 Working Days per Location: Five (5) Substantial Completion Date: October 4, 2024 T,fl; Final Completion Date: November 15, 2024 Liquidated Damages: $500 per day after exceeding five-,(5) working days at a single location or after,either bi} fh6 6ompietion dates All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except for work at locations which had plans provided after September 6, 2024. Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will work with the Contractor to incorporate pavement restoration on a quantity adjustment with the unit prices established by this Contract. If needed, additional bid items not included in the original Contract will be negotiated with the Contractor by change order. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. 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 GRACE, CITY CLERK 2024 Water Pavement Patching Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARII MAY j 5 NOTICE OF PUBLIC HEARING ON PROJECT ,I�j'M'tA)$�', ( � AND ESTIMATED COST FOR THE 2024 WATER PAVEMENT PATCHING PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the 2024 Water Pavement Patching Project in said city at 6:00 p.m. on the 41h day of June 2024, 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 pavement repairs associated with water main breaks on various streets throughout Iowa City. Some locations will also require the removal and replacement of driveway, sidewalk, and/or curb and gutter. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. 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. Grace, City Clerk 2024 Water Pavement Patching Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS 10: 15 2024 WATER PAVEMENT PATCHING PROJECT ► (,i_ LRK Bid Submittals: IOWA CITY.10W a. Time, Date and Location: 3:00 P.M. on June 25, 2024 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. 2. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 3. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 4. Progress and Schedule: a. Contract Times: Specified Start Date: July 29, 2024 Working Days per Location: Five (5) Substantial Completion Date: October 4, 2024 Final Completion Date: November 15, 2024 Liquidated Damages: $500 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except for work at locations which had plans provided after September 6, 2024. b. Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will work with the Contractor to incorporate pavement restoration on a quantity adjustment with the unit prices established by this Contract. If needed, additional bid items not included in the original Contract will be negotiated with the Contractor by change order. 2024 Water Pavement Patching Project 0200 — Page 1 of 3 C. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00'am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in adva;'94 6 tr6dt df M ' to that a press release can be issued. No street may be closed without the Engineer's approval and said notification. d. Community Events: iGWA 01TY,10VV { i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. The Contractor should make sure their activities are not impacting community events. iii. No work shall occur on University of Iowa Home Football game days. 5. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 6. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 7. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 8. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 9. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 10. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 11. Contract Documentation: 2024 Water Pavement Patching Project 0200 — Page 2 of 3 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 if adequate record documentation is not submitted by the Final Completion Date. V 2024 Water Pavement Patching Project 0200 — Page 3 of 3 INSERT IN ENVELOPE 2 0400 PROPOSAL 702411AY 17 �� ��: � 2024 WATER PAVEMENT PATCHING PROJEC 1 CITY OF IOWA CITY u► + l Lc. A, st�l7Y 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. 2024 Water Pavement Patching Project 0400 — Page 1 of 5 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT 1 Storm Sewer, LF 24 Trenched, 15" RCP 2 Removal of Storm LF 24 Sewer, 10" Clay 3 Manhole, SW-401, EA 1 48" 4 1 ntake, SW-541 EA 1 5 Manhole EA 2 Adjustment, Minor 6 Remove Manhole EA 1 7 Remove Intake EA 1 Curb and Gutter, 8 PCC, 24 inches LF 290 wide, Match Existing Thickness Removal of p 9 Sidewalk or SY 300 Driveway 10 Sidewalk, PCC, 4- SY 125 inchCID ` 11 Sidewalk, PCC, 6- SY 75 inch 12 Detectable Warning SF 50 13 Driveway, Paved, SY 175 PCC, 6-inch 14 Full Depth Patches, SY 125 PCC, 8 inches Full Depth Patches, 15 PCC (M Mix), 8 SY 50 inches (1) Full Depth Patches, 16 PCC, Greater than SY 270 8 inches Full Depth Patches, 17 PCC (M Mix), SY 50 Greater than 8 inches (1) 18 Full Depth Patches, SY 80 7" H MA Full Depth Patches, 19 PCC with HMA SY 125 Overlay, 8-inch PCC Base 2024 Water Pavement Patching Project Page 2 of 5 INSERT IN ENVELOPE 2 BID ESTIMATED UNIT- EXTEND ITEM DESCRIPTION UNITS QUANTITY PRICE I L_ L_ AMOVNT 1 Manhole, SW-401, EA 1 48„ MAY 17 Ali l 6 Manhole Adjustment, Minor EA 2 ;f I Y L'ryMin t ' 3 Remove Manhole EA 1 urb and Gutter, 4 C, 24 inches LF 290 wi Match Exist Thickness Remov of 5 Sidewalk r SY 300 Driveway 6 Sidewalk, PC 4- SY 125 inch 7 Sidewalk, PCC, 6 SY 75 inch 8 Detectable Warning SF 0 9 Driveway, Paved, SY 175 PCC, 6-inch 10 Full Depth Patches, SY 125 PCC, 8 inches Full Depth Patches, 11 PCC (M Mix), 8 S 50 inches 1 Full Depth Patches, 12 PCC, Greater than SY 50 8 inches Full Depth Patches, 13 PCC (M Mix), SY 50 Greater than 8 inches 1 14 Full Depth Pa hes, SY 7" H MA Full Depth atches, 15 PCC with MA SY 125 Overlay -inch PCC B se Full pth Patches, PC with HMA 16 Ov rlay, Greater SY 220 t an 8-inch PCC ase 17 Subbase Over- TON 150 Excavation 1 Curb and Gutter LF 290 Removal 2024 Water Pavement Patching Project 0400 — Page 2 of 5 BID ITEM DESCRIPTION UNITS ESTIMATED UNIT QUANTITY PRICE EXTENDED AMOUNT Full Depth Patches, PCC with HMA 20 Overlay, Greater SY 70 than 8-inch PCC Base 21 Subbase Over- TON 125 Excavation 22 Curb and Gutter LF 290 Removal Full Depth Patch with Brick 23 Pavement, 7° PCC SY 50 and 1" HMA Base (1) _k4: 24 Temporary Traffic LS 1 Control r 25 Temporary Traffic DAY 15 `' Control, Flagger Temporary Traffic 26 Control, Additional EA 20 Location (2) 27 Sod SQ 60 28 Mobilization LS 1 Mobilization, 29 Additional Location EA 20 (2) TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. Notes: (1) This is a provisional quantity to establish a unit price in case this bid item is needed at future main break locations. (2) As noted in the Notice to Bidders and Instruction to Bidders, additional locations will be added to this Project as requested by the City. It is anticipated that around fifteen (20) new locations will be added over the duration of the Contract, but the exact number of additional locations is unknown. These two bid items establish unit prices for the extra mobilization and traffic control necessary for additional locations. 2024 Water Pavement Patching Project Page 3 of 5 INSERT IN ENVELOPE 2 ID ESTIMATED UNIT IT DESCRIPTION UNITS QUANTITY PRICE Full Depth Patch with Brick 19 avement, 7" PCC SY 50 a 1" HMA Base 1 20 Tempo ZTraffic LS 1 Control 21 Temporary affic DAY 15 Control, FlaggX Temporary Traffic 21 Control, Additional EA 20 Location 2 22 Sod 60 23 Mobilization LS 1 Mobilization, 24 Additional Location EA 20 (2) TOTALkATENDED AMOUNT = EXTENDED AMOUNT/ The Bidder may submit computer -generate unit price ble in accordance with the Special Provisions. Notes: (1) This is a provisional quantity to stablish a unit price in c se this bid item is needed at future main break locations. (2) As noted in the Notice to dders and Instruction to Bidders, dditional locations will be added to this Project as r quested by the City. It is anticipated at around fifteen (20) new locations will be added ver the duration of the Contract, but the xact number of additional locations is unknown hese two bid items establish unit prices r the extra mobilization and traffic control n cessary for additional locations. 2024 Water Pavement Patching Project 0400 — Page 3 of 5 INSERT IN ENVELOPE 2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. c r C� 2024 Water Pavement Patching Project 0400 — Page 4 of 5 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership 2024 MAY 17 AM 10: 16 ❑ Corporation ❑ Limited Liability Company1 CLERK ❑ Joint venture IOWA CITY, Ifl A ❑ 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. 2024 Water Pavement Patching Project 0400 — Page 5 of 5 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids &OWNWya Wie Chapter 156. To be completed by all bidders V G E RK Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. FF ,, WA CITY. T I 3Ul� G! 1 3. 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 prof ect. ❑ 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: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. To be comaleted by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. 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: 2024 Water Pavement Patching Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 1 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ 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 other than Iowa, has received a certificate of authority to transact business i n 2024 Water Pavement Patching Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM 2024 WATER PAVEMENT PATCHING FRQjFgT AM 10: 16 CITY OF IOWA CITY _ GL E R , as Principal, and i0WA CITY. IOW 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 2024 Water Pavement Patching Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) if said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this of A. D. , 20_. Witness la Principal Surety Witness (Attorney -in -fact) Attach Power -of -Attorney, if applicable _ day (Seal) (Title) (Seal) 2024 Water Pavement Patching Project 0410 — Page 1 of 1 e iC LY J 0500 CONTRACT 2024 HAY 17 AM 10: (6 2024 WATER PAVEMENT PATCHING PROJECT GLICITY OF IOWA CITY ' 't t ; k 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 61h day of May, 2024, for the 2024 Water Pavement Patching ("Project"), and Whereas, the City publicly solicited bids for construction of said Project; and Whereas, Contractor submitted a bid on the Project described in said Project Manual; and Whereas, the parties hereto now wish to enter into this Contract for the construction of said Project. Now, therefore, it is agreed: 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. 2024 Water Pavement Patching Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): NAME OF APPROXIMATE SUBCONTRACTORS TYPE OF WORK COSTS CD DATED this day of ,20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: By: (Company Official) 2024 Water Pavement Patching Project 0500 — Page 2 of 2 0510 201 MAPERFOMRANCE, PAYMENT, AND MAINTENANCE BOND 2024 WATER PAVEMENT PATCHING PROJECT I 0WA A CITY , IQ�IA � - 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: Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or curb and gutter. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: Performance: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. Payment: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract 2024 Water Pavement Patching Project 0510 — Page 1 of 4 price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety t&.66y`,bihd tli�ri&IVA to the obligations and conditions set forth in Chapter 573 of the Iowa Codewhich by this reference is made a part hereof as though fully set out herein 7,1A C IT Y,10 VVA 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. 2024 Water Pavement Patching Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. Now therefore, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. 2024 Water Pavement Patching 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 r- c Company Name of Attorney -in -Fact F ZE 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. 2024 Water Pavement Patching Project 0510 — Page 4 of 4 t ILb.�.y 0520 CONTRACT COMPLIANCE 2M MAY 17 AM 10: 17 SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity'rrllallsCty contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. Provisions: 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 Citv Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City Citv Code Section 2-3-1. 2024 Water Pavement Patching 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? r' (Please print) Phone Number Street Address = >" ZE City, State, Zip Code 2024 Water Pavement Patching Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date 2024 Water Pavement Patching Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 2024 MAY 17 AM 10: 18 COMPANY POLICY 4i r` yy Fi1 CLER�9i��( l I a� f � t��� Determine your company's policy regarding equal employme�M' d� Y6i ied. bocument 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 ensure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job -related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased 2024 Water Pavement Patching Project 0520 — Page 4 of 6 and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https:Hcodelibrary.amlegal.com/codes/iowacityia/latest/iowacity ia/0-0-0-631#JD 2-3-1. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. -" ,CD ZEEI CO 2024 Water Pavement Patching Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. E _ z r- c.s co 2024 Water Pavement Patching Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY ; It is the policy of the City of Iowa City, as expressed by City C00ncil,1RpK9kufion No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. 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); 2024 Water Pavement Patching Project 0530 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. r� Q ZE C? 2> _5 —t Ir t c co 2024 Water Pavement Patching Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. 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 Y .- =4 C,'7 0 i M 2024 Water Pavement Patching Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.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: https://iowasudas.org/archived-specifications/. E �'' .. .:, o oa 2024 Water Pavement Patching Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.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. S2 y ,. . C-) "'--�- v rr ...- x 2024 Water Pavement Patching Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2024 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.org/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. CR CC 2024 Water Pavement Patching Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, 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. P rl,'... rz� 2024 Water Pavement Patching Project Page 1 of 7 SECTION 7049 — FULL DEPTH COMPOSITE PATCHES WITH BRICK PAVERS PART 1 — GENERAL 1.01 SECTION INCLUDES A. Full Depth Composite Patches with Brick Pavers. c J 1.02 DESCRIPTION OF WORK A. Comply with Section 7040, 1.02 with the addition of brick pavers �___ to coffipoi to patcies as detailed in this Special Provision Section 7049. 1.03 SUBMITTALS Comply with Division 1 — General Provisions and Covenants, as well as the following: A. Submittals required within Section 7040. B. Submittals required within Section 7080. 1.04 SUBSTITUTIONS Comply with Division 1 — General Provisions and Covenants. 1.05 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 — General Provisions and Covenants, as well as the following: A. Deliver specified pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product and in a location approved by the Jurisdiction. B. Sand will be covered with waterproof covering to prevent exposure and/or removal by rain or wind. The covering shall be secured in place. C. Damaged pavers, as determined by the Jurisdiction, will be replaced at the Contractor's expense. 1.06 SCHEDULING AND CONFLICTS Comply with Division 1 — General Provisions and Covenants. 1.07 SPECIAL REQUIREMENTS A. Contractor to use existing bricks or bricks provided by the Jurisdiction unless otherwise approved by the Engineer. B. Comply with Section 7080, 1.07. 2024 Water Pavement Patching Project Page 2 of 7 1.08 MEASUREMENT AND PAYMENT A. Full Depth Patch with Brick Pavement and PCC and HMA Base: 1. Measurement: Measurement will be iri"s re yardsofthe full depth patch. 2. Payment: Payment will be made at the unfit price �ser'gWre yard. 3. Includes: Unit price includes, but is not limited to, salvaging bricks; sawing, removing, and disposing of existing pavement and reinforcing; restoring the subgrade; furnishing and installing tie bars and dowel bars; furnishing and placing the patch material, including the asphalt binder and tack coat; forming and constructing integral curb; surface curing and pavement protection; joint sawing and filling; placing bituminous setting bed and joint material; placing neoprene - modified asphalt adhesive; shape, cut, place, compact, apply, and treat joint fill for specified brick pavers; and placing backfill and restoring disturbed surfaces. PART 2 — PRODUCTS 2.01 MATERIALS A. Refer to Section 7040, 2.01 for PCC, HMA, and other materials for pavement patching beneath the brick pavers. B. Brick Pavers: 1. Existing Units: a. All bricks that are to be removed, and remain in good condition, shall be salvaged and used as replacement brick pavers. Any questions regarding condition of bricks to be salvaged shall be directed to the Engineer. b. If existing pavers cannot be replaced due to deteriorated condition, Contractor shall coordinate with the City to use existing brick pavers available at designated City Storage facility. No additional payment will be made to Contractor for pickup, transport, and installation of City stored brick pavers. 2. New Units: a. New brick pavers will only be used if approved by the Engineer and other options under 2.01.13 above have been exhausted. New brick pavers will comply with the requirements in Section 7080, 2.04. b. Quality Control for New Units: i. Single Source Responsibility for Masonry Units: Obtain exposed masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different produce required for each continuous surface of visually related surfaces. 2024 Water Pavement Patching Project Page 3 of 7 ii. Single Source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component and from one source producer for each aggregate. T, 24 MAY 17 LI ICJ: 1 Q, C. Base for Brick Pavers: Ci l Y CLERK C AIA CITY, €`. 40;�rt` 1. PCC: PCC will be a minimum of 7 inches thick, Class C (refer to Sections 7010 and 7040). 2. Bituminous Setting Bed and Joint Material: a. Asphalt Cement: Conform to ASTM Design D 3381; viscosity grade A.C.10 or A.C.20. b. Fine Aggregate: Clean, hard sand with durable particles and free form adherent coating, lumps of clay, alkali salts, and organic matter; uniformly graded from "coarse" to "fine" and all passing the No. 4 sieve and meeting the gradation requirements when tested in accordance with the standard method of test for sieve for screen analysis and coarse aggregate ASTM Designation C0136-81. c. Dried Fine Aggregate: Combined with hot asphalt cement and heated to approximately 300 degrees F at an asphalt plant. d. Approximate proportion of materials will be seven (7) percent asphalt cement and ninety-three (93) percent fine aggregate. Each ton will be apportioned by weight in the approximate ration of 145 pounds asphalt to 1,855 pounds sand. e. The Contractor will determine the exact proportions to produce the best possible mixture for construction for the bituminous setting bed to meet the construction requirements. D. Neoprene -Modified Asphalt Adhesive: 1. Mastic (asphalt adhesive): a. Solids (base): 75+1 % b. Density: 8-8.5 pounds per gallon c. Solvent: Varsol (over 100 degrees F Flash). 2. Base (2% Neoprene, 10% Fibers, 88% Asphalt):: a. Melting point: ASTM D-36; 200 degrees F minimum. b. Penetration: 77 degrees F, 100 gram load, 5 second (0.1 mm): 23-27. c. Ductility: ASTM D-113-44 at 25 degrees C; 5 cm/per minute: 125 cm minute. 2024 Water Pavement Patching Project Page 4 of 7 E. Joint Sand for Brick Pavers: 1. The type of sand used for joints is often called concrete sand. Sands vary regionally. Contact paver installers local to-ti;te project and3gopfirm sand(s) successfully used in similar applications. 2. Joint sand will be clean, non -plastic, free from deleteri•oir -pO pTgign matter. The sand will be natural or manufactured from crushed rock. Grading of samples will be done according to ASTM C136. The particles will be sharp and conform to the grading requirements of ASTM C33 as shown in the following table: Sieve Size: Percent Passing: 3/8 inches 9.5 mm 100 No. 4 4.75 mm 95 to 100 No. 8 2.36 mm 80 to 100 No. 16 1.18 mm 50 to 85 No. 30 600 um 25 to 60 No. 50 300 um 10 to 30 No. 100 150 um 2 to 10 3. Sand shall be mixed with Portland Cement at a ratio of 6 parts sand to 1 part Portland Cement. 3.01 GENERAL Comply with Section 7040, 3.01. 3.02 FULL DEPTH PATCHING WITH BRICK PAVERS A. As applicable to the existing pavement conditions, comply with Section 7040, Part 3 and Section 7080, Part 3. B. Quality Assurance: 1. Installation: Performed only by skilled workers with satisfactory record of performance on landscaping or paving projects of comparable size and quality. Skilled paver installers will be employed for all brick paving work. C. Do not install setting bed and/or pavers during heavy rain or snowfall. D. Do not install frozen materials. E. Preparation of Base for Brick Pavers: 1. Inspect PCC base to make sure the surface is clean and built in conformance with the Plans. 2. Verify elevation difference between base and adjacent finish surface to make sure that the brick pavers can be installed flush with bordering pavement. 2024 Water Pavement Patching Project Page 5 of 7 3. Prime with emulsified asphalt (RS-1 or CRS-1). F. Placing Bituminous Setting Bed: 1. Install the setting bed over the base surface, place inch' deep` "c6nt& bars directly over the base. i;j j ` 6L RK a. If grade must be adjusted, set wood chocks under depth control bars to proper grade. Set two bars parallel to each other, approximately eleven (11) feet apart to serve as guides for striking board (12' long x 2" x 6" board). The depth of control bars must be set carefully to bring pavers, when laid, to proper grade. 2. Place bituminous bed between parallel depth control bars. Pull this bed with the striking board over bars several times. a. After each pass, low porous spots must be showered with fresh bituminous material to produce as smooth, firm and an even setting bed. b. As soon as this initial panel is completed, advance the first bar to the next position, in readiness for striking the next panel. c. Carefully fill up any depressions that remain after removing the depth control bars and wood chocks. 3. The setting bed shall be rolled with a 600 pound, walk -behind, power roller to a nominal depth of 3/4-inch while still hot. The thickness will be adjusted so that when the brick pavers are placed, the top surface of the pavers will be at the required finished grade. 4. After the setting bed has cooled, a coating of two (2) percent neoprene -modified asphalt adhesive shall be applied by mopping or squeegeeing or troweling over the top surface of the bituminous setting bed so as to provide a bond under the pavers. If it is troweled, the trowel shall be serrated with serrations not to exceed one -sixteenth (1/16) of an inch. G. Installation of Pavers: 1. Comply with Section 7080, Part 3 2. After the modified asphalt adhesive is applied, carefully place the pavers by hand in straight courses with hand tight joints and uniform top surface. 3. Good alignment must be kept and the pattern shall match the existing pattern adjacent to the patch. 4. All pavers will be cut with a masonry saw. Dust control may be required at the discretion of the Engineer. H. Joint Treatment: 1. Hand tight joints shall be a maximum of/4-inch or as spacer bars allow. 2024 Water Pavement Patching Project Page 6 of 7 2. Sweep a dry mixture of sand/cement joint fill into brick paver joints. 3. Fog brick paving. 3.03 CLEAN UP A. Comply with Section 7040, Part 3. B. Sweep excess sand/cement mixture from surfaces and remove from site. C. Remove all excess materials and debris from site. 3.04 QUALITY CONTROL Comply with Section 7080, 3.10. 3.05 PROTECTION OF PAVEMENT Comply with Section 7080, 3.11, END OF SECTION w 2024 Water Pavement Patching Project Page 7 of 7 PLANS (UNDER SEPARATE COVER) C) ©: v 2024 Water Pavement Patching Project Page 1 of 1 17 May 2024 Z�?1.y iY f 7 If 9, 58 , r CITY OF IOWA CITY UNESCO CITY OF LITERATURE Vf Y CLERK 410 East Washington Street City Clerk's Office IOWA CITY, IOWA Iowa City, Iowa 52240- 1826 410 East Washington Street (319) 356-5000 Iowa City, Iowa, 52240 (319) 356-5009 FAX www.icgov.org Subject: Opinion of Estimated Construction Cost for the 2024 Water Pavement Patching Project Dear City Clerk, The engineer's opinion of estimated construction costs for the upcoming 2024 Water Pavement Patching Project is $320,000. Sincerely, Marri VanDyke Civil Engineer OVERALL LOCATION MAP 2024 WATER PAVEMENT PATCHING PROJECT DRAWING INDEX'17 , :- f ; SHEET NUMBER SHEET TITLE SHEET NUMBER ! t aif 1 , " A.01 TITLE SHEET D.14 PLAN VIEW - PAVING SHEET - 1630 E COURT STREET C.01 CONTACTS AND NOTES D.15 PLAN VIEW - PAVING SHEET - 2219 E COURT STREET D.01 PLAN VIEW - PAVING SHEET - 416 MACBRIDE ROAD D.16 PLAN VIEW - PAVING SHEET - 624 GRANT STREET D.02 PLAN VIEW - PAVING SHEET - 922 WYLDE GREEN ROAD D.17 PLAN VIEW - PAVING SHEET - 1839 C STREET D.03 PLAN VIEW - PAVING SHEET - 747 W BENTON STREET D.18 PLAN VIEW - PAVING SHEET - 326 MT VERNON DRIVE D.04 PLAN VIEW - PAVING SHEET - 4 STURGIS CORNER DRIVE D.19 PLAN VIEW - PAVING SHEET - 118 RAVENCREST DRIVE D.05 PLAN VIEW - PAVING SHEET - 506 E COLLEGE STREET D.20 PLAN VIEW - PAVING SHEET - 1231 TYLER COURT D.06 PLAN VIEW - PAVING SHEET - 335 S DODGE STREET D.21 PLAN VIEW - PAVING SHEET - 2217 MUSCATINE AVENUE D.07 PLAN VIEW - PAVING SHEET - 716 E BURLINGTON STREET D.22 PLAN VIEW - PAVING SHEET - 1023 2ND AVENUE D.08 PLAN VIEW - PAVING SHEET - 903 E MARKET STREET D.23 PLAN VIEW - PAVING SHEET - 1620 RIDGE STREET D.09 PLAN VIEW - PAVING SHEET - 1013 E MARKET STREET D.24 PLAN VIEW - PAVING SHEET - 1216 TRACY LANE D.10 PLAN VIEW - PAVING SHEET - 1031 E MARKET STREET D.25 PLAN VIEW - PAVING SHEET - 1512 TRACY LANE D.11 PLAN VIEW - PAVING SHEET -1500 GELNDALE ROAD D.26 PLAN VIEW - PAVING SHEET - 68 GLEASON DRIVE D.12 PLAN VIEW - PAVING SHEET - 22 MONTROSE AVENUE D.27 PLAN VILLA/ - PAVING SHEET - 1747 LAKESIDE DRIVE D.13 PLAN VIEW - PAVING SHEET -1402 E COURT STREET D.28 PLAN VIEW - PAVING SHEET - 18 REGAL LANE J 01 DETOUR MAP - 747 WEST BENTON STREET Not to Scale V I V V CITY OF IOWA CITY ENGINEERING DIVISION APPROVED a .517 L CITY ENGINEER DATE I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED `�tJF E S S I BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A Q q�,' DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE `:01.� Fy STATE OF IOWA. � _3 Z SCOTT K. o c ��dL J 17 v SOVERS 17141 Z E m; SCOTT K. SOVERS, PE DATE �m MY LICENSE RENEWAL DATE IS DECEMBER 31, 2024 PAGES OR SHEETS CO'/ERED BY THIS SEAL: ENTIRE BOUND DOCUMENT CITY OF IO IAA CITY H SCALE: 1"=N/A DESIGN: MLV Project: Sheet Title: File# Sheet ENGINEERING 2024 WATER PAVEMENT DIVISION VSCALE 1'-N/A DRAWN: MLV TITLE SHEET A.01 DATE: 5/6/2024 PATCHING PROJECT CONTACTS GENERAL NOTES UTILITY NOTES THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: CITY OF IOWA CITY CITY PARKS AND FORESTRY TYLER BAIRD OFFICE: (319) 356-2069 CITY SEWER DEPARTMENT ON -CALL -COLLECTIONS OFFICE: (319) 631-1144 CITY TRAFFIC ENGINEERING 3. BROCK HOLUB OFFICE: (319) 356-5482 CITY WATER DIVISION EMERGENCY (319) 356-5166 NATE SWARTZENTRUBER MOBILE: (319) 631-1169 DAVE EXLINE MOBILE: (319) 930-7707 4 FIBER OPTICS AT&T LENNY VOHS MOBILE: (770) 335-8244 IMON 5 JEREMY AHRENS MOBILE: (319) 504-7284 AUREON 6 JEFF KLOCKO MOBILE: (515) 830-0445 LUMEN/CENTURY LINK KRYSTLE SCHOON MOBILE: (319) 210-9642 MEDIACOM 7 DARWIN DRISCOLL MOBILE: (845)-204-5741 METRONET g JOSHUA HOFMANN MOBILE: (360) 722-4604 WINDSTREAM STEPHEN KNESS MOBILE: (319) 358-1985 GAS MIDAMERICAN ENERGY JOE RETEK MOBILE: (319) 930-6225 9 ELECTRIC MIDAMERICAN ENERGY EVAN MANDLE OFFICE: (319) 341-4404 UTILITY LOCATING CREW 10. IOWA ONE CALL (800) 292-8989 11. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, GENERAL SUPPLEMENTAL SPECIFICATIONS, IOWA CITY SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE PLANS. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 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. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE PLAN IOWA SOUTH ZONE; US SURVEY FOOT NAD 83 (1996 HARN) AND NAVD 88, RESPECTIVELY. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS "REMOVE" OR "CLEAR AND GRUB" ON THE PROJECT PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATERMAIN, HYDRANT RELOCATION AND INSTALLATION, AND WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. 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. 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. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. THE TRAFFIC CONTROL PLANS IN THIS PROJECT COORDINATE WITH THE KEY AND NOTES INCLUDED IN THE SUDAS DETAIL 8030.101, TEMPORARY TRAFFIC CONTROL GENERAL INFORMATION. 1. WHERE PUBLIC AND PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO: 1.1. NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION. 1.2. COORDINATE OPERATIONS WITH UTILITIES 1.3. AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. 1.4. DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO. 1.5. PRIOR TO BEGINNING CONSTRUCTION, PROVIDE LABOR AND EQUIPMENT NECESSARY TO DETERMINE THE EXACT LOCATION AND ELEVATION OF ALL UTILITY CROSSINGS WHICH MAY RESULT IN CONFLICTS TO PROPOSED IMPROVEMENTS. 2. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. 3. IT IS POSSIBLE THERE MAY BE OTHER UNDERGROUND FACILITIES, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. 4. THE CONTRACTOR IS REQUIRED TO UTILIZE THE UTILITY ONE -CALL SERVICE AT (800)-292-8989 AT LEAST 48 HOURS PRIOR TO EXCAVATING ANYWHERE ON THE PROJECT. 5. KNOWN UTILITY CONFLICTS ARE BEING RESOLVED BY EACH RESPECTIVE UTILITY COMPANY. UTILITY CONFLICTS DISCOVERED DURING CONSTRUCTION WILL BE ADDRESSED AT THE TIME OF DISCOVERY. NOTES ON ADDITIONAL LOCATIONS 1. AS NEW WATER MAIN BREAKS OCCUR DURING THE CONTRACT, THE CITY OF IOWA CITY WILL WORK TO INCORPORATE PAVEMENT RESTORATION WITH THE CONTRACTOR ON A QUANTITY ADJUSTMENT WITH THE UNIT PRICES ESTABLISHED IN THE CONTRACT. IF NEEDED, ADDITIONAL BID ITEMS NOT INCLUDED IN THE ORIGINAL CONTRACT WILL BE NEGOTIATED WITH THE CONTRACTOR BY CHANGE ORDER. 2. IT IS ANTICIPATED THAT AROUND TWENTY (20) NEW LOCATIONS WILL BE ADDED OVER THE DURATION OF THE CONTRACT, BUT THE EXACT NUMBER OF ADDITIONAL LOCATIONS IS UNKNOWN. 3. ANY LOCATIONS FOR WHICH A PAVING PLAN HAS BEEN PROVIDED BY SEPTEMBER 6, 2024 SHALL BE COMPLETED WITH SOD INSTALLED BY OCTOBER 4, 2024 UNLESS OTHERWISE NOTED ON THE PLANS. 4. THE CONTRACTOR SHALL MAKE EVERY EFFORT TO COMPLETE ANY LOCATIONS FOR WHICH A PAVING PLAN HAS BEEN PROVIDED AFTER SEPTEMBER 6, 2024 BY THE FINAL COMPLETION DATE. ENGINEERING CITY OF IO WA CITY H SCALE: 1"=N/A DESIGN: MLV Project: 2024 WATER PAVEMENT Sheet Title: File# Sheet DIVISION V SCALE: 1"=N/A DRAWN: MLV CONTACTS AND NOTES C.01 DATE: 5/6/2024 PATCHING PROJECT N t 0 20' y 17 V1 i 20 3 C, LIWt=i�, li} ri �T tr 411 408 i_ 8.33' -_ Lu m� W U 416 417 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.117 2. SOD DISTURBED AREAS PER SECTION 9020. LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-108-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 4 SY 7030-E-0: SIDEWALK, PCC, 4" 4 SY CITY OF IO WA CITY H SCALE: 1"=20' DESIGN: MLV Project: Sheet Title: File # Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW -PAVING SHEET DIVISION V SCALE: 1"=N/A DRAWN: MLV DATE: 5/6/2024 PATCHING PROJECT 416 MACBRIDE ROAD ID.01 923 !F i t` t" E f �f TY 922 921 N G� 925 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 4 SY 7030-E-0: SIDEWALK, PCC, 4' 4 SY CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.117 2. SOD DISTURBED AREAS PER SECTION 9020. CITY OF IO WA CI T Y H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File# Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION V SCALE: 1'=N/A DRAWN: MLV 922 WYLDE GREEN ROAD D.02 DATE: 5/6/2024 PATCHING PROJECT 0 760 W BENTON ST 747 f�16'i{ 13 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.116, AND DETOUR SHEET J.01 2. SOD DISTURBED AREAS PER SECTION 9020. f )'"1.II I '.Y 17 AH 10: 20 tU #fit,,'�t 3� AC1 t 1#s iRj'VJA LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, PCC WITH HMA OVERLAY, GREATER THAN 8' PCC BASE 24 SY 7040-B-0: SUBBASE OVER -EXCAVATION 8 TON CITY 0 F IO WA CITY H SCALE: 1 °=20' DESIGN: MLV Project: Sheet Title: File # Sheet ENGINEERING 2024WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION V SCALE: 1"=N/A DRAWN: MLV 747 W BENTON STREET D.03 DATE: 5/6/2024 PATCHING PROJECT NOR 0 20' T_ 7074 11 AY 17 Ali 10: 20 ul sUV t CI T Y, I }ttA _. VJ W VJ PRESERVE AND PROTECT EXISTING INTAKE CONTACT WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING a s' "Noms SIN 7.5' 51 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, PCC, 8' 21 SY 7040-108-B-0: SUBBASE OVER -EXCAVATION 7 TON CONSTRUCTION NOTES: 1. CONTRACTOR SHALL OBTAIN IDOT PERMIT PRIOR TO STARTING WORK AT THIS LOCATION. 2. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104. IDOT STANDARD ROAD PLAN TC-419 SHALL BE IMPLEMENTED IF REQUIRED BY THE IDOT. 3. SOD DISTURBED AREAS PER SECTION 9020. CITY 0 F IO WA CITY H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File # Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION V SCALE: 1"=N/A DRAWN: MLV 4 STURGIS CORNER DR D.04 DATE: 5/6/2024 PATCHING PROJECT z W T_ D m z Q 20.5' 28' it 7 Y 506 M4 MAY 17 AM 10 20 G i L1 Li 10WA CITY, 10's,i PRESERVE AND PROTECT GAS LINE UNDER PAVEMENT CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104 2. SOD DISTURBED AREAS PER SECTION 9020. 516 E COLLEGE ST 522 LEGEND AND QUANTITIES ITEM DESCRIPTION QUAINT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, PCC WITH HMA PCC BASE 64 SY /. OVERLAY, 8" 7040-B-0: SUBBASE OVER -EXCAVATION 20 TON CITY 0 F IO WA CITY H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File # Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION VSCALE: 1'=N/A DRAWN: MLV D.05 DATE: 5/6/2024 PATCHING PROJECT 506 E COLLEGE STREET NO \ I 401 335 E COURT ST CONSTRUCTION NOTES: 1. CONTRACTOR TO CLOSE NORTHBOUND LANE WHILE SOUTHBOUND LANE REMAINS OPEN. REFER TO TEMPORARY TRAFFIC CONTROL FIGURES 8030.101 AND 8030.116 FOR SIMILAR PLAN. 2. SOD DISTURBED AREAS PER SECTION 9020. U) rW V r) O 0 CONTACT CITY WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING 16' 330 All UiA ✓ ) li� i4f� 336 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, PCC WITH HMA THAN PCC BASE 20 SY OVERLAY, GREATER 8' 7040-B-0: SUBBASE OVER -EXCAVATION 6 SY CITY OF IO TEA CITY H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File# Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION V SCALE: 1'=N/A DRAWN: MLV 335 S DODGE STREET D.06 DATE: 5/6/2024 PATCHING PROJECT 716 IF 14' 8' �-- — — 4' BURLINGTON ST 713 715 724 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117. AN ARROW BOARD IS REQUIRED FOR ANY LANE CLOSURES ON BURLINGTON STREET. 2. SOD DISTURBED AREAS PER SECTION 9020. CITY OF IO WA CITY ENGINEERING H SCALE: 1'=20' DESIGN: MLV Project: DIVISION V SCALE: 1'=N/A DRAWN: MLV DATE: 5/6/2024 731 730 ? M, Y 7 AM 10: 20 Itl IT Y. I01'N VI r C n D CD CD LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 4 SY 7030-E-0: SIDEWALK, PCC, 4' 4 SY 2024 WATER PAVEMENT PATCHING PROJECT Sheet Title: PLAN VIEW - PAVING SHEET File# Sheet 716 E BURLINGTON STREET -- D.07 0 • � 7 130 9' 1 i , 7' lim CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.110. 2. SOD DISTURBED AREAS PER SECTION 9020. 22.5' Y SAWCUTFOR UNIFORM EDGE E MARKET ST LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7010-E-0: CURB AND GUTTER, PCC, 24' WIDE, MATCH 22.5 LF ' EXISTING THICKNESS 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 19 SY 7030-H-1: DRIVEWAY, PAVED, PCC, 6' 19 SY 7040-A-0: FULL DEPTH PATCHES, PCC WITH HMA OVERLAY, GREATER THAN PCC BASE 21 SY 8" 7040-B-0: SUBBASE OVER -EXCAVATION 7 TON 7010-1-0: CURB AND GUTTER REMOVAL 22.50 LF CITY OF IO WA CITY H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File# Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION V SCALE: 1'=N/A DRAWN: MLV D.08 DATE: 5/6/2024 PATCHING PROJECT 903 E MARKET STREET REMOVE AND REPLACE MANHOLE 48' SW-401 30' DEEP REPLACE EXISTING 10' CLAY PIPE WITH 15' RCP USING APPROPRIATE FERNCO CONNECTIONS REMOVE SW-501 INSTALL SW-541 — K ENGINEER WILL PROVIDE A — DETAILED CURB RAMP PLAN _— AT THE PRECONSTRUCTION MEETING 947 48' 1004 1006 CONTACT CITY WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING MINOR MANHOLE ADJUSTMENT CONTACT CITY WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING N 1013 N Z Q W CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.116, AND 8030.117. FULL CLOSURE OF MARKET STREET AND EVANS STREET WILL BE REQUIRED. 2. SOD DISTURBED AREAS PER SECTION 9020. CITY OF IO VGA CITY ENGINEERING H SCALE: 1"=20' DESIGN: MLV Project: DIVISION VSCALE: 1'=N/A DRAWN: MLV DATE: 5/6/2024 1014 E MARKET ST 1019 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 32 SY 7030-E-0: SIDEWALK,PCC, 4' 24 SY 7030-E-0: SIDEWALK, PCC, 6' 8 SY 7040-A-0: FULL DEPTH PATCHES, PCC, GREATER THAN 8' 220 SY 7040-B-0: SUBBASE OVER -EXCAVATION 70 TON 2024 WATER PAVEMENT Sheet Title: PLAN VIEW - PAVING SHEET File# Sheet PATCHING PROJECT 1013 E MARKET STREET -- D.09 1004 71 MA`S 17 Al-I10:2C i 1 VIA 40' REMOVE AND REPLACE STORM - _ SEWER MANHOLE OVER EXISTING 10' CLAY PIPE 48' SW-401 j// 30' DEEP / / 25.5' 947 CONSTRUCTIRMOTES: 1. CONTFTACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.116, AND 8030.117. FULL CLOSURE OF MARKET STREET AND EVANS STREET WILL BE REQUIRED. 2. SOD DISTURBED AREAS PER SECTION 9020. CITY ®% I ®Tj,%� CITY ENGINEERING HSCALE: 1"=20' DESIGN: MLV Project: 1 f / DIVISION V SCALE: 1"=N/A DRAWN: MLV DATE: 5/6/2024 1006 1014 CONTACT CITY WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING MINOR ENGINEER WILL PROVIDE A DETAILED CURB RAMP PLAN AT THE PRECONSTRUCTION MEETING 1013 1018 E MARKET ST 1019 LEG D AND QUANTITIES ITEM DESCRIPTI QUANT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWA 32 SY 7030-E-0: SIDEWALK,PCC, 4" 24 SY 7030-E-0: SIDEWALK, PCC, 6" SY 7040-A-0: FULL DEPTH PATCHES, PCC WITH HMA OVERLAY, PCC BASE 148 SY . GREATER THAN 8" 7040-B-0: SUBBASE OVER -EXCAVATION 46 TON 2024 WATER PAVEMENT PATCHING PROJECT Sheet Title: PLAN VIEW - PAVING SHEET 1013 E MARKET STREET File # Sheet -- D.09 ON NO 141 E MARKET ST 1027 1031 1 029 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.116 2. SOD DISTURBED AREAS PER SECTION 9020. f 17' 1 CONTACT CITY WATER DNISION TO ADJUST VALVE PRIOR 16' TO PAVING 1103 1(1Z�1 NA ! All to: 2C Gi LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, PCC WITH HMA GREATER THAN BASE 30 SY OVERLAY, 8' PCC 7040-B-0: SUBBASE OVER -EXCAVATION 9 TON CITY OF IO WA CITY H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File # Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION VSCALE: 1'=N/A DRAWN: MLV 1031 E MARKET STREET D.10 DATE: 5/6/2024 PATCHING PROJECT 1 500 CONTACT WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING T_ J W LL Y. 0 0 Ca 12.5—� j/. 22' 12.5' CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104 2. SOD DISTURBED AREAS PER SECTION 9020. 1504 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT FUNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, PCC WITH HMA OVERLAY, 8' PCC BASE 32 SY 7040-B-0: SUBBASE OVER -EXCAVATION 10 SY CITY OF IO WA CITY ENGINEERING H SCALE: 1"=20' DESIGN: MLV Project: 2024 WATER PAVEMENT Sheet Title: PLAN VIEW - PAVING SHEET File # Sheet DIVISION VSCALE: 1'=N/A DRAWN: MLV PATCHING PROJECT D.11 DATE: 5/6/2024 1500 GLENDALE ROAD 23 2' 9' 24' f 16..5' 1 19 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104 2. SOD DISTURBED AREAS PER SECTION 9020. 4' 26 22 FM RAY 17 AM10:21 L 1 '' " I Q\ I0�i i %I Y. IO 'NA LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7010-E-0: CURB AND GUTTER, PCC, 24' WIDE, MATCH 49.5 LF EXISTING THICKNESS 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 24 SY 7030-E-0: SIDEWALK, PCC, 6" 7 SY 7030-H-1: DRIVEWAY, PAVED, PCC, 6' 17 SY 7010-1-0: CURB AND GUTTER REMOVAL 49.5 LF �' . '4 �• CITY OF IO WA I T Y DIVISION ENGINEERING H SCALE 1^=20' DESIGN: MLV V SCALE: 1'=N/A DRAWN: MLV DATE: 5/6/2024 Project: 2024 WATER PAVEMENT PATCHING PROJECT Sheet Title: PLAN VIEW - PAVING SHEET 22 MONTROSE AVENUE File # Sheet -- D.12 1 302 W Q W Q LL CONTACT CITY WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING �... "�.. CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104 2. SOD DISTURBED AREAS PER SECTION 9020. 1 402 ECOURT ST 1409 M4 KAY 17 10: 21 L 0-1 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, 7' HMA 22 SY *NO SUBBASE OVER -EXCAVATION* THIS SITE MUST BE COMPLETED BY AUGUST 15, 2024 CITY OF IO TEA CITY H SCALE 1'=20' DESIGN: MLV Project: Sheet Title: File# [LeeENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEETVSCALE: 1'=N/A DRAWN: MLV DIVISION DATE: MLV 24 PATCHING PROJECT 1402 E COURT STREET N 0 20' E COURT ST 1609 1611 1630 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.106. 2. SOD DISTURBED AREAS PER SECTION 9020. W Q I 10. 'L�III �:. CONTACT CITY WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING 1708 24 rip."! 17 AM 10: 21 44...i IGNACifY,10li' 1712 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, 7 HMA 13 SY Rm- *NO SUBBASE OVER- EXCAVATION* THIS SITE MUST BE COMPLETED BY AUGUST 15, 2024 CITY OF IO WA ENGINEERING I T Y V SCALE 1'=20' SCALE: 1'=N/A DESIGN DRAWN: MLV MLV Project: 2024 WATER PAVEMENT Sheet Title: PLAN VIEW - PAVING SHEET File # Sheet D.14 V DIVISION PATCHING PROJECT 1630 E COURT STREET DATE: 5/6/2024 SIN E COURT ST 2203 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.106 2. SOD DISTURBED AREAS PER SECTION 9020. E'.14 KV17 AV, 10:21 r,LE iR - � A =�r y/J� Lr WA 2219 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, 7' HMA 40 SY *NO SUBBASE OVER -EXCAVATION* THIS SITE MUST BE COMPLETED BY AUGUST 15, 2024 CITY OF IO IAA ENGINEERING CITY H SCALE: 1'=20' VSCALE: 1'=N/A DESIGN: DRAWN: MLV MLV Project: 2024 WATER PAVEMENT Sheet Title: PLAN VIEW - PAVING SHEET File# Sheet D.15 DIVISION PATCHING PROJECT 2219 E COURT ST DATE: 5/6/2024 617 o zo' LL_ U) Z CENTER AVE THIS SITE MUST BE COMPLETED BY AUGUST 22, 20241 624 ENGINEER WILL PROVIDE A DETAILED CURB RAMP PLAN AT THE PRECONSTRUCTION IT MEETING 18.5' /lo 12. ' Imo. 18' CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7010-E-0: CURB AND GUTTER, PCC, 24" WIDE, MATCH 19 LF EXISTING THICKNESS 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 27 SY 7030-E-0: SIDEWALLK, PCC, 4' 11 SY 7030-E-0: SIDEWALK, PCC, 6' 16 SY 7040-A-0: FULL DEPTH PATCHES, PCC WITH HMA OVERLAY, 8" PCC BASE 31 SY 7040-B-0: SUBBASE OVER -EXCAVATION 10 TON 7040-1-0: CURB AND GUTTER REMOVAL 19 LF • ..'a ; �. CITY 0 F IO WA CITY H SCALE: 1 "=20' DESIGN: MLV Project: Sheet Title: File # Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION V SCALE: 1'=N/A DRAWN: MLV DATE: 5/6/2024 PATCHING PROJECT 624 GRANT STREET D.16 SAWCUT PAVEMENT FOR EVEN EDGE 1 839 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104 2. SOD DISTURBED AREAS PER SECTION 9020. W Q I LO C i 1 tf U Lrtri j 0 �JA C l T `(,I 0 '' LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 14 SY 7030-H-1: DRIVEWAY, PAVED, PCC, 6' 14 SY 7040-A-0: FULL DEPTH PATCHES, PCC, 8' 8 SY CITY D F IO W� CITY H SCALE: 1 °=20' DESIGN: MLV Project: Sheet Title: File # Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION VSCALE: 1'=N/A DRAWN: MLV DATE: 5/6/2024 PATCHING PROJECT 1839 C STREET D.17 405 321 16.75' 326 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. ?1z4 MY 17 AM 10: 2 I I .r CLERK ilLvm CETY,10WA, LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7010-E-0: CURB AND GUTTER, PCC, 24' WIDE, MATCH 40.5 LF EXISTING THICKNESS 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 29 SY 7030-E-0: SIDEWALK, PCC, 6' 9 SY ::":�.�;.;;'.• 7030-H-1: DRIVEWAY, PAVED, PCC, 6' 20 SY 7010-1-0: CURB AND GUTTER REMOVAL 40.5 LF CITY OF IO TEA CITY H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File# Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION VSCALE: 1'=N/A DRAWN: MLV D.18 DATE: 5/6/2024 PATCHING PROJECT 326 MT VERNON DRIVE N 0 20' 111 119 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.117 2. SOD DISTURBED AREAS PER SECTION 9020. 110 118 7T11 MAY 17 ArM 10: 22 "I IYGL R IOWA C1TY.IOW LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 7 SY 7030-E-0: SIDEWALK, PCC, 4• 7 SY CITY OF IO WA CITY ENGINEERING SCALE 1'=No' DESIGN: MLV Project: 2024 WATER PAVEMENT Sheet PLAN VIEW - PAVING SHEET File# sheet V DIVISION SCALE: 1'=N/A DRAWN: MLV PATCHING PROJECT D.19 DATE: 5/6/2024 118 RAVENCREST DR /\ m 1219 14.9' 1 225 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.117. 2. SOD DISTURBED AREAS PER SECTION 9020. 1231 202 MAY 17 AM 10: 22 10110VA C!T , IOW 1232 1 238 LEGEND AND QUANTITIES ITEM DESCRIPTION QUAINT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 7 SY 7030-E-0: SIDEWALK, PCC, 4' 7 SY CITY OF IO WA CITY ENGINEERING H SCALE: 1"=20' DESIGN: MLV Project: 2024 WATER PAVEMENT Sheet Title: PLAN VIEW - PAVING SHEET File# Sheet DIVISION V SCALE: 1"=N/A DRAWN: MLV PATCHING PROJECT D.20 DATE: 5/6/2024 1231 TYLER COURT MUSCATINE AVE 2203 2203 1 /2 2217 2207 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104 ALTERNATE 1 2. SOD DISTURBED AREAS PER SECTION 9020. 702414 P, Y 17 f,, 11C- 22 A i Y CLEF IOWA CITY, IOWA 2221 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, PCC, GREATER THAN 8' 21 SY 7040-B-0: SUBBASE OVER -EXCAVATION 7 TON CITY OF IO WA CITY ENGINEERING H SCALE: 1°=20' DESIGN: MLV Project: 2024 WATER PAVEMENT Sheet Title: PLAN VIEW - PAVING SHEET File# Sheet DIVISION V SCALE: 1"=N/A DRAWN: MLV 2217 MUSCATINE AVENUE D.21 DATE: 5/6/2024 PATCHING PROJECT CONTACT CITY WATER DIVISION TO ADJUST VALVE PRIOR TO PAVING H STREET W Q 0 Z N CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.116. CONTRACTOR SHALL COMPLETELY CLOSE H STREET AND MAINTAIN NORMAL TRAFFIC ON 2ND AVENUE. 2. SOD DISTURBED AREAS PER SECTION 9020. 2T11 PLAY 17 All fo: 22 G#(v "CLERK . f C v�tfA C i s Y. f 011VA L iF LEGEND AND QUANTITIES ITEM DESCRIPTION QUAINT. UNIT SYMBOL 7040-A-0: FULL DEPTH PATCHES, PCC, 8' 27 SY 7040-B-0: SUBBASE OVER -EXCAVATION 9 TON CITY OF 10 WA CITY ENGINEERING H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File # Sheet 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION V SCALE: 1'=N/A DRAWN: MLV 1023 2ND AVENUE D.22 DATE: 5/6/2024 PATCHING PROJECT N 0 20' �1619 12 15' 13.25' 2' 7 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117 2. SOD DISTURBED AREAS PER SECTION 9020. 1 620 1 624 2024 MAY 17 AN 10* 22 . 1` C 1} CITY, 1W LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7010-E-0: CURB AND GUTTER, PCC, 24" WIDE, MATCH 40.25 LF EXISTING THICKNESS 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 14 SY 7030-H-1: DRIVEWAY, PAVED, PCC, 6' 14 SY 7040-1-0: CURB AND GUTTER REMOVAL 40.25 LF • .•'a :' r. CITY OF 10 WA CITY ENGINEERING H SCALE: 1"=20' DESIGN: MLV Project: DIVISION V SCALE: 1"=N/A DRAWN: MLV DATE: 5/6/2024 2024 WATER PAVEMENT Sheet Title: PLAN VIEW - PAVING SHEET File# Sheet PATCHING PROJECT 1620 RIDGE STREET -- D.23 ERNE, 1212 TFiA C1r l N 1209 1216 15' CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104, AND 8030.117 2. SOD DISTURBED AREAS PER SECTION 9020. 2024 riAY 17 AM 10: 22 {.Y CLERK #li d CITY.IOWA 1304 1308 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7010-E-0: CURB AND GUTTER, PCC, 24" WIDE, MATCH EXISTING THICKNESS 36 LF ' ..'4 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 18 SY 7030-H-1: DRIVEWAY, PAVED, PCC, 6' 18 SY 7040-1-0: CURB AND GUTTER REMOVAL 36 LF CITY OF 10 WA CITY ENGINEERING DIVISION H SCALE: 1 "=20' V SCALE: 1"=N/A DESIGN: MLV DRAWN: MLV DATE: 5/6/2024 Project: 2024 WATER PAVEMENT PATCHING PROJECT Sheet Title: PLAN VIEW - PAVING SHEET 1216 TRACY LANE File # Sheet D.24 N F A --.2 o Zo �74 HAY 17 A'f1 10: 22 1508 1512 1516 s;(7`r` CLIE; ic-,l r°yi� CI T t F I TRACY LN 1503 1507 10.25' 10, 1 1 2.5' 1— 16' — 1 1.25' CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104, AND 8030.117 2. SOD DISTURBED AREAS PER SECTION 9020. 1511 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7010-E-0: CURB AND GUTTER, PCC, 24' WIDE, MATCH EXISTING 19.75 LF �` ..'< r. THICKNESS 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 15 SY 7030-H-I: DRIVEWAY, PAVED, PCC, 6• 15 SY 7040-1-0: CURB AND GUTTER REMOVAL 19.75 LF • ..'? :' �• CITY OF 10 WA CITY ENGINEERING H SCALE: 1'=20' V SCALE: 1'=N/A DESIGN: DRAWN: MLV MLV Project: 2024 WATER PAVEMENT Sheet Title: PLAN VIEW - PAVING SHEET File # Sheet D.25 DIVISION PATCHING PROJECT 1512 TRACY LANE DATE: 5/6/2024 N 0 20' 63 67 GLEASON DR it 4' 4'—�- 64 68 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.117 2. SOD DISTURBED AREAS PER SECTION 9020. 71 V n D 0 m m LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 5 SY (SYMBOL 7030-E-0: SIDEWALK, PCC, 4" 5 SY CITY OF IO �A CITY H SCALE: 1"=20' DESIGN: MLV Project: Sheet Title: File# Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION V SCALE: 1"=N/A DRAWN: MLV DATE: 5/6/2024 PATCHING PROJECT GLEASON DRIVE D.26 N 20' 1754 1730 1 742 LAKESIDE DR 23' 777777777--4 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.117 2. SOD DISTURBED AREAS PER SECTION 9020. t319 A l i At i i i• L J I I `t CEER� 1804 ViA IT Y. 1 ► t� 1814 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 10 SY 7030-E-0: SIDEWALK, PCC, 4' 10 SY CITY OF 10 WA CITY ENGINEERING H SCALE: 1'=20' DESIGN: MLV Project: Sheet Title: File # Sheet 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION VSCALE: 1'=N/A DRAWN: MLV 1747 LAKESIDE DRIVE D. DATE: 5/6/2024 PATCHING PROJECT N 0 20' ff-0 1 4.7 f 18 = Z 35.5' 7-7 V 1 W 4' rr 9.75' 20 CONSTRUCTION NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101 AND 8030.104 2. SOD DISTURBED AREAS PER SECTION 9020. 15 7 Y 1 10: 23 v 1 _I Y CLEKh IOWA CITY.10VYA 17 0 19 LEGEND AND QUANTITIES ITEM DESCRIPTION QUANT. UNIT SYMBOL 7030-A-0: REMOVAL OF SIDEWALK OR DRIVEWAY 16 SY 7030-E-0: SIDEWALK, PCC, 4' 16 SY CITY 0 F IO WA CITY H SCALE: 1 "=20' DESIGN: MLV Project: Sheet Title: File # Sheet ENGINEERING 2024 WATER PAVEMENT PLAN VIEW - PAVING SHEET DIVISION VSCALE: 1'=N/A DRAWN: MLV DATE: 5/6/2024 PATCHING PROJECT 18 REGAL LANE D.28 t_ c � -: �, .. � �: ,� _ � c - _ .. ; � . +may %l y' � .`• -ii i d" i _ ! _ /�.r�._ - I - C �l) iki ri v 1 1 1/. i V �� i1. �i O w� O Y Irl I OL OQ Q to w ¢ of w _ O TYPE III BARRICADE' TYPE III BARRICADE' in w Q a i ROAD CLOSED ROAD CLOSED TO - _ ao o $ w _ THRU TRAFFIC I -j ¢ o r =�N6^z Oc $ m�D TYPE III BAFRICADE vyc^�o ~ o 0 o I ROAD CLOSED TO! ry'— voG _ 4 THRU -RAFFIC ; r f ul �� WI QI �IU' W 01 Ito -A * 4 -� - • moo —_:_"- .� . _ _1 , I '-I. ■ � $ - rl a do O — CITY 0 � IO WA CITY H SCALE: N/A DESIGN: MLV Project: Sheet Title: File # :is, etENGINEERING 2024 WATER PAVEMENT DETOUR MAPDIVISION V SCALE: NJA DRAWN: MLV 747 WEST BENTON STREETDATE: 5/6/2024 PATCHING PROJECT 1 Prepared by: Marri VanDyke, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 Resolution No. 24-141 Resolution setting a public hearing on June 4, 2024 on project manual and estimate of cost for the construction of the 2024 Water Pavement Patching Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Water Divisions Operating Budget, account #73730130. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above -mentioned project is to be held on the 4�1 day of June, 2024, 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 21st day of May , 2024 Mayo Approved by Attest: . D2f. City Clerk City Attor y's Office (Liz Craig - 05/15/2024) It was moved by Dunn and seconded by adopted, and upon roll call there were: Ayes: R Nays: Moe the Resolution be Absent: Alter Bergus Dunn Harmsen Moe Salih Teague W CJ-O—V Page. - per; nc;� 17� LocaliQ Iowa PO Box 631851 Cincinnati, OH 45263-1851 GANNETT AFFIDAVIT OF PUBLICATION o110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING CITY OFIOWACITY ON PROJECT MANUAL AND City Clerk's Office ESTIMATED AT E R TPAV COST M E PAVEMENT PATCHING City Of Iowa City PROJECT IN THE CITY OF I OWA 410 E Washington ST CITY, IOWA TO Iowa City IA52240-1825 CITY OF IOWA CITY, IOWRS A, AND TO OTHER INTERESTED PERSONS: STATE OF WISCONSIN, COUNTY OF BROWN Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public The Iowa City Press Citizen, a newspaper printed and published in hearing on the Protect Manual, the city of Iowa, Johnson County, State of Iowa, and personal including the plans, specifications, knowledge of the facts herein state and that the notice hereto contract, and estimated cost for the construction of the 2024 Water annexed was Published in said newspapers in the issue: Pavement Patching Proiect in said city at 6:00 p.m. on the 4th day of 05/28/2024 June 2024, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington and that the fees charged 9 ed are legal. Street in said city, or if said Sworn to and subscribed before on 05/28/2024 meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This Proiect includes 'pavement repairs associated with water main breaks on various streets throughout Iowa City. Some locations will also require the removal and replacement of driveway, sidewalk, and/or curb and a* gutter. Said Proiect Manual and estimated cost are now on file in the office of Legal Clerk f '`L the CityClerk in the City Hall in Iowa City, Iowa, and may be �.k�_ inspected by any interested persons. Notary, State of WI, County of Brown Any interested persons may appear at said meeting of the City Council for the purpose of making - objections to and comments concerning said Proiect Manual or My commission expires the cost of making said improvement. Publication Cost: $41.80 This notice is given by order of the City Council of the City of Iowa Order No: 10209247 # of Copies: p City, Iowa and as provided by law. Kellie K. Grace, City Clerk Customer No: 1249729 1 PO #: THIS IS N01' AN INVOICE': Please do not use this fivnt Jar pnrmew rentUtance. KATHLEEN ALLEN Notary Public State of Wisconsin Page 1 of 1 0 Prepared by: Marri VanDyke, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5044 Resolution No. 24-156 Resolution approving project manual and estimate of cost for the construction of the 2024 Water Pavement Patching Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above - named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project- on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Water Divisions Operating Budget, account #73730130. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to 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 251 day of June, 2024. 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 16th day of July, 2024, or at a special meeting called for that purpose. Passed and approved this 4th day of June 2024. Mayor Approved by Attest: y City Clerk City Attor y's Office (Sara Hektoen - 05/30/2024) Resolution No. 24-156 Page 2 It was moved by Bergus adopted, and upon roll call there were: Ayes: x x X x x x and seconded by Harmsen the Resolution be Nays: Absent: Alter Bergus Dunn Harmsen x Moe Salih Teague AJh.-�; I I IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS 2024 Water Pavement Patching Project Classified ID: 111717620447 A printed copy of which is attached and made part of this certificate, provided on 06/06/2024 to be posted on the Iowa League of Cities internet site on the following date: 2024-06-06 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 06/06/2024 a � r V �rf Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS 2024 WATER PAVEMENT PATCHING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 25h day of June 2024. 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 161h day of July, 2024, or at special meeting called for that purpose. The Project will involve the following Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or curb and gutter. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. 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. 2024 Water Pavement Patching Project Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: July 29, 2024 Working Days per Location: Five (5) Substantial Completion Date: October 4, 2024 Final Completion Date: November 15, 2024 Liquidated Damages: $500 per day after exceeding five (5) working days at a single location or after either of the completion dates All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except for work at locations which had plans provided after September 6, 2024. Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will work with the Contractor to incorporate pavement restoration on a quantity adjustment with the unit prices established by this Contract. If needed, additional bid items not included in the original Contract will be negotiated with the Contractor by change order. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. 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 GRACE, CITY CLERK 2024 Water Pavement Patching Project Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, June 6, 2024 8:06 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 06.06.24 Notice to Bidders.pdf i R11K ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City — 2024 Water Pavement Patching Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): June 06, 2024 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. June 06, 2024 Date President/CEO of The Construction Update Plan Room Network Cindy Adams Protect Information Speuahst Master Builders of Iowa P (515) 402-9858 E CAdamsa:MBI.Build I W www.MBI.Build Effective 5/28/24 New Summer Hours 7:30 AM — 4:00 PM 1 Daily Notice to Bidders Master Builders of Iowa i The Project Source This report is brought to you through on exclusive partnership between ConstructConnect and the Master Builders of Iowa. 0100 NOTICE TO BIDDERS 2024 WATER PAVEMENT PATCHING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 25h day of June 2024. 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 161h day of July, 2024, or at special meeting called for that purpose. The Project will involve the following Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or curb and gutter. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. 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. 2024 Water Pavement Patching Project Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: July 29, 2024 Working Days per Location: Five (5) Substantial Completion Date: October 4, 2024 Final Completion Date: November 15, 2024 Liquidated Damages: $500 per day after exceeding five (5) working days at a single location or after either of the completion dates All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except for work at locations which had plans provided after September 6, 2024. Additional Locations: If water main breaks occur during this Contract, the City of Iowa City will work with the Contractor to incorporate pavement restoration on a quantity adjustment with the unit prices established by this Contract. If needed, additional bid items not included in the original Contract will be negotiated with the Contractor by change order. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240. Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. 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 GRACE, CITY CLERK 2024 Water Pavement Patching Project Page 2 of 2 Ca Prepared by: Marri VanDyke, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 Resolution No. 24-180 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2024 Water Pavement Patching Project. Whereas, B.G. Brecke, Inc. of Cedar Rapids, Iowa has submitted the lowest responsive, responsible bid of $271,678.50 for construction of the above -named project; and Whereas, funds for this project are available in the Water Divisions Operating Budget, account #73730130. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project is hereby awarded to B.G. Brecke, 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 16th day of Jule 2024 May Approved by Attest City Jerk City Attorn 's Office - 07/11 /2024 It was moved by Dunn and seconded by adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Moe the Resolution be Absent: Alter Bergus Dunn Harmsen Moe Salih Teague CITY OF IOWA CITY 410 Bast Wishingtou Street Iowa,, City, Iowa 52240 - 1826 (319) 356 - 5000. (3i9) 356.- 500911AX ww%iegov,o g ENGINEER'S REPORT January 24, 2025 City Clerk Iowa City, Iowa Re: 2024 Water Pavement Patching Project Dear City Clerk: I hereby certify that the construction of the 2024 Water Pavement Patching Project has been completed by B.G. Brecke, Inc. of Cedar Rapids Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City. The project was bid as a unit price contract and the final contract price is $ 292,140.65. There were two (2) change orders on this project: 1) Storm sewer revisions $14,062.15 2) Final quantity adjustments $6,399.90 Total $20,462.05 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P.E. City Engineer Prepared by: Justin Harland, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5154 Resolution No. 25-34 Resolution accepting the work for the 2024 Water Pavement Patching Project Whereas, the Engineering Division has recommended that the work for construction of the 2024 Water Pavement Patching Project, as included in a contract between the City of Iowa City and B.G. Brecke, Inc. of Cedar Rapids, Iowa, dated July 24, 2024, 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 Pavement Rehabilitation account # S3824; and Whereas, the final contract price is $292,140.55. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 4th day of February 12025 Mayor Attest: City Clerk It was moved by Moe and seconded by adopted, and upon roll call there were: Ayes: Nays: Approved by City Attor ey's Office (Liz Craig — 01/29/2025) Harmsen Absent: Alter Bergus Vacant Harmsen Moe Salih Teague the Resolution be Bond No. 54260405 0510 ..�°PEI FORMANCE, PAYMEN-T-,-AND-MAIN-T-ENANCE-BOND--- "20 4 WATER PAVEMENT PATCHING PROJECT CITY OF IOWA CITY Know All by These Presents: That we, B.G. Brecke, Inc. „ as Principal (hereinafter the "Contractor" or "Principal") and United Fire & Casualty Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Two Hundred Seventy-one Thousand Six Hundred Seventy-eight & 50/100 dollars ($_ 271,678.50 ), 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 6th day of May 2024 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Pavement repairs associated with water main breaks on various streets throughout Iowa City. Types of pavement that need repaired include: Portland Cement Concrete (PCC); composite pavement consisting of PCC and Hot Mix Asphalt (HMA); and full depth HMA pavement. Some locations will also require the removal and replacement of driveway, sidewalk, curb ramps, and/or curb and gutter. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 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 2024 Water Pavement Patching Project 0510 — Page 1 of 4 iction s required o retain until completion of the improvement, but the ? �9 51� C rr L � u hddSu ety�shall not betliable to said persons, firms, or corporations unless the claims ,of said claimants against said portion of the contract price shall have been �esili h d as provided bylaw. The Contractor and S�uirety hereby bind themselves to the bbfioaiions 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. 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. 2024 Water Pavement Patching Project 0510 — Page 2 of 4 In th e not 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 ......6ernent,ofthe promises -given -by -the -Contractor -in -the -Contract, -Contract -Documents, or'a p rved 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. 2024 Water Pavement Patching Project 0510 — Page 3 of 4 PRINCIPAL: B.G. Brecke, Inc. Printed Name of Contractor Officer By Signature of Contractor Officer Title of Contractor Officer SURETY: United Fire & Casualty Company Surety C an By i n re of Attorney- a Officer Sara Huston, 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 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. 2024 Water Pavement Patching Project 0510 — Page 4 of 4 a 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 i INSUl1ANCE CERTIFIED COPY OF POWER OF'���"l l'ORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PLRSONS BY'1'HESE PRESENTS, That United 1' its"air) 4s,Eak t t tglaj'iy 61p al on duly organized and existing under Ilse laws of the State of Iowa; United Fie & Indeinnity Company, a corporation duly organize; mid e st ng under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation drily organized surd existing ruidet the laws of the State ofCalifornia (hcrein collectively called. the Contpanics), and having rlrcir corporate headquarters in Cedar: Rapids,, tale f foW' ', lda, quake co stitute maid appoint CRAIG E, HANSEN, JAY D. FREIERMUTH„ BRIAN M , ANNE CPOWNER, TIM MCCULLOH, DIONE R. YOUNG, MICHELLE GRUIS, JOE TIERNAN, KATHLEEN BREWER, SETH D. ROOKER, SARA HUSTON, SHELBY GREINER, GINGER HOKE, JOHN CORD, JENNIFER MARINO, BEN WILLIAMS, KATE ZANDERS, LUKAS SCHRODER, JAMIE GIFFORD, EACH INDIVIDUALLY their true and lawful Attoralcy(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, tuidettakings and otlter obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000. 00 and to bind the Companies thereby as fitlly and to the some 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 Urrited Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -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 die Corporate seal, may be affixed by facsimile to any power of attorney or special pourer 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 powerto 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 attomey4ri-fact. "nhNutlNd@qy IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its �q,Y1baNHdeAN �yllXlpflptltlMd,y,. vice president and its corporate seal to be hereto affixed this 1 gt h day of March, 2022 eac'rrtn rraarr.a ar P1zwer22,C UNITED FIRE& CASUALTY COMPANY senr g ssan i9B6 UNITED FIRE & INDEMNITY COMPANY {r#"ps K x t4rd� FINANCIAL PACIyFIC INSURANCE COMPANY i By:aa—/G State of Iowa, County of Limr, ss: Vice President On 18th day of March, 2022, before me personally came Kyanna M. Saylor to me known, who bcirg by me duly sworn, did depose and say; that site resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fine & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she 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 she signed her name thereto pursuant to like autliority, and acknowledges same to be the act and deed of said corporations. r Pai Waddell N Iowa Notarial Seal Commisslon numher713274 Notary Public r My Commisslon Expires 10/26/2025 My commission expires: 10/26/2025 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company arld Assistant Secretary of United Fine & 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 Attoruey, 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 ofAttorney has not been revoked and is now in Rill force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this I6th day of Jul , 2024 a:oaa+on�tra� eowwoan "' a ��__ erunva�a B �4t esae kM y' SEAL S � 5�1L w �' 7 b Cy !CdP�,"y� Assistant Secretary, '2,4400rz�tn� ""� �" +"iiruuurr'�r r �aa, ��'� OF&C & OF&I & FPIC BPOA0049 1217 0 DATE (MM/DD/YYYY) A4C<>J E0 CERTIFICATE OF LIABILITY INSURANCE 7/29/2024 THIS CERTIFICATE IS ISSUED AS A tMtAT;TER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATWELY`OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRL1llL41AN2 THE i TIF TE HOLDER. IMPORTANT: If the certi hdiddr is n AIJBIVIONAL2 INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rj h-, to tb§ certificate holder in lieu of such endorsements . PRODUCER Holmes First Street SE, Suite to CONTACT Murphy y NAME Kelll DeVnes Cedar Rapids IA 52401 0 PRESS,Ikdev96 s hgNmlesmur t y 1 �R � r PHONE. E-MAIL E MAIL Cot11 INSURERA._... : t au Ire Marine InsuranceCo. 24787 INSURED BGBREPCINSURER B: Westchester Surplusnce Co. 10172 B. G. Breck, Inc. 4140 F Avenue N.W. SENTINEL INS LTD INSURERC: ECO __­11- 11000 Cedar Rapids, IA 52405 -INSURER D: ORD IREe tNsuwzEa : Hartfo du Ence Company, � 19682 MSURER F : COVERAGES CFRTIFICATF NHMRFRy 1R9RnAd7R7 RFvi-RinN NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .......... ....... ......., ,................. f T T. iNgkiAODL NBR P� POLICY EFF CY EXP POLI (� LTR TYPE OF INSURANCEOIYY`lYLIMITS 2imPOLICY NUMBER N MM/DD.. ' D X COMMERCIAL GENERAL LIABILITY 91UENOE0010 4/1/2024 4/1/2025 EACH OCCURRENCE %� ( DAMII.A ETUA 0 — CLAIMS -MADE PRf J1ES�� �ccun4. $1,00,000 ,000 - MED EXP (A one person) $ 10 000 k PERSONAL & ADV INJURY $ 1 000,000 GFN L A0,0REGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000 000 POLICY JECTXS1 � LOCPRODUCTS- �., .. „I; COMP/OP AGG $ 2 000 000 ., E MOBILE ABILITY A......, U� 91UENOE0011 4/1I2024 COMBINELE LIMIT 4l1/2025 'BODILY $ 1,000,000 X ANY AUTO �OJIURYG(Perperson) . OWNED SCHEDULED AUTOS ONLY AUTOS ........ --- - BODILY INJURY ( Per accident- ---- — — — - — $ HIRED NON-OWNED -PROPFR'i"Nf-pVN,ryAC;.E: $ ......... AUTOS ONLY AUTOS ONLY tPgrrrpdent;.................................... ........— ........- ---------------- A X UMBRELLALIAB X OCCUR CUP2T08822324NF 4/1/2024 4/1/2025 EACH OCCURRENCE -----.- .. ............,.�.... S1000o,000 ........................... --_"--- EXCESS LIAR J I CLAIMS MADE AGGREGATE $ 10,000.000 QED X RETENTION $ $ E WORKERS COMPENSATION 91WEOE0009 4/1/2024 4/1/2025 X I STATUTE ER� AND EMPLOYERS' LIABILITY Y I N _____ _ _„ ANYPROPRIETOR/PARTNER/EXECUTIVE N C E.L EACH ACCIDENT $ 1 „000„000 OFFICER/MEMBEREXCLUDED7 N/A'.. ..__..._._..,,.,..�. .. (Mandatory in NH) """"— I ' E.L DISEASE - EA EMPLOYEE S 1,000,.000 If yes, describe under ..,"," ... .....—---------- — ------- --...... _ ---- DESCRIPTION OF OPERATIONS below E.L.DISEASE- POLICY LIMIT $ 1,000,000 B Pollution G70963449004 4/1/2023 4/1/2025 OcgAgg $ 1,o00,000 C Installation Floater PMT6017148932 4/1/2024 4/1/2025 Limit $ 700,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project Reference. 2024 Water Pavement Patching The City of Iowa City is an additional insured on the general liability and auto liability on a primary and noncontributory basis as required by written contract with the insured, per policy terms and conditions. The general liability, auto liability, and workers compensation includes a Waiver of Subrogation in favor of the additional insureds as required by written contract with the insured, per policy terms and conditions. Waiver of Governmental Immunity with respect to General Liability is included. l�f 3i111;a17�113i11�It1a:1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Iowa City ACCORDANCE WITH THE POLICY PROVISIONS. 410 East Washington Street Iowa City IA 52240 AUTHORIZED REPRESENTATIVE USA Ju-° ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD