Loading...
HomeMy WebLinkAboutSCOTT BLVD SIDEWALK INFILL & STORM SEWER IMPROVEMENT PROJECT 2022SCOTT BLVD SIDEWALK INFILL & STORM SEWER IMPROVEMENT PROJECT 2022 08-Jul-2022 Plans & Specs 11-Jul-2022 Project manual 11-Jul-2022 Engineers Estimate 12-Jul-2022 Project Manual (revised title) 12-Jul-2022 Engineers Estimate (revised title) 12-Jul-2022 Res No. 22-181: Setting Public Hearing 18-Jul-2022 Notice of Public Hearing 19-Jul-2022 Proposed Parking Lot Plan D.5 02-Aug-2022 Res No. 22-196: Approving project manual and estimate of cost 04-Aug-2022 Notice to Bidders 06-Sep-2022 Res No. 22-219: Awarding contract 13-Oct-2022 Contract, Performance, Payment and Maintenance Bond 23-Jan-2024 Engineer's Report 06-Feb-2024 Res No. 24-25: Accepting the Work J0hnS0.1 Co un ty, Iowa w .. 53 CITY OF IOWA CITY DEPARTMENT of PUBLIC XORKS ; ; 's # f{ SCOTT BOULEVARD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT Location Map N,, ti,, S-12 ON Index { PL LL RAVEN z a ELGIN 2 !LES DRzNELL AVE v DR o CT LL � �R�E� Y COURT ST COURT z o , QQ RAVEN ST w V) QP�� a O� FRIENDSHIP ST m j CLOVER SHPM� ST QPpQ" DR BEECH ST � p R�Ston ARBOR CIR Mk So DR Z uth Branch Q ALPINE O CT z NEµfCAS� 'OOD LN DR PINECREST ~ a RD n- Ov ( z KILBURN�� Z Project Site < MUSCATINE AVE i_A« 41 � }{Ap-e, 3N DFO�Dr DTRt+Pb! J O J {� LJ m .4rrF 7 RD VittG� HAM'' IQ \ ^ C LER �� STRi `wl MI ' ELLE��Q� GU CT � CT PEM6ROICE UN G Title Sheet Contacts and Notes Existing Utilities A.1 A.2 B.1 Typical Sections and Details 13.2 Estimated Quantities and Reference Notes C.1-C.2 Removals D.1 Scott Blvd Sidewalk Plans D.2-D.6 Erosion Control Plan F.1 Storm Water Improvement Plan M.1-M.2 General Legend RIGHT OF WAY (ROW) --- REMOVALS PROPOSED CURB AND GUTTER REPAIR PROPOSED HMA SHOULDER PROPOSED PCC SIDEWALK OR DRIVEWAY PROPOSED DETECTABLE WARNINGS PROPOSED SEEDING IOWA CITY ENGINEERING DIVISION 410 East Washington Street — 319-356-5140 CITY OF IOWA CITY ENGINEERING DIVISION APPROVED f TY ENGINEER DATE I hereby certify that this engineering document was prepared by me J�p•uuupryq�gi under my direct I am a duty licensed Professional Engineer ,a othe State of Iowa. inal punde �Ne Id that s sly ,d: Dave ,`,Q��FESSlOyq(.,,�. �y ;` AUN DUMACHI Z V F2022 26923 ;: t IOMa Lkenr W. 26923 IOWA••*'�; rrrrtrt My licensed renewal dateis December 31. Pages or sheets wvered by this seal CONTACTS GENERAL NOTES UTILITY NOTES THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: CABLE TELEVISION MEDIACOM 1 DARWIN DRISCOLL OFFICE: (319) 351-0408 EXT 3702 2 CITY OF IOWA CITY CITY PARKS AND FORESTRY TYLER BAIRD OFFICE: (319) 356-2069 3. CITY SEWER DEPARTMENT ON -CALL -COLLECTIONS OFFICE: (319) 631-1144 CITY TRAFFIC ENGINEERING BROCK HOLUB OFFICE: (319) 356-5482 4. CITY RIGHT-OF-WAYS OFFICE: (319) 356-5438 5. CITY WATER DIVISION EMERGENCY (319) 356-5166 JON DURST OFFICE: (319) 356-5169 MEDIACOM FIBER CARL NORTON OFFICE: (319) 351-0408 ext. 3701 6. MOBILE: (319) 594-6201 IMON 7. RANDY SCHOON OFFICE: (319) 261-4630 MOBILE: (319) 553-1176 AUREON JEFF KLOCKO OFFICE: (515) 240-2544 MOBILE: (515) 830-0445 UPN FIBER JOE ERNSTER MOBILE: (319) 252-7463 8_ GAS MIDAMERICAN ENERGY CARSON HEMPHILL ELECTRIC MIDAMERICAN ENERGY LINDSAY HOUSTON CENTURYLINK/LUMEN JUSTIN MELOHN UTILITY LOCATING CREW IOWA ONE CALL OFFICE: (319) 341-4461 MOBILE: (319) 360-3956 0 OFFICE: (319) 341-4419 10. OFFICE: (515)336-6366 MOBILE: (712)560-5105 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 CONST JtTION, UNLESS AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. 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 SHALL COMPLY WITH THE KEY AND NOTES INCLUDED IN THE SUDAS DETAIL 8030.101 AND 8030.104, 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. 6. IF DRAINAGE TILES ARE DAMAGED DURING CONSTRUCTION, REPLACEMENT OF DRAINAGE TILES SHALL BE INCIDENTAL TO CONSTRUCTION. SEE DRAINAGE TILE REPAIR DETAIL ON SHEET B.2. GENERAL LEGEND EDGE OF PAVEMENT MANHOLE O MH RIGHT OF WAY (ROW) - - CATCH BASIN ❑ CB CENTERLINE - CLEANOUT CO TREE, DECIDUOUS GUY WIRE TREE, CONIFEROUS XS FIRE HYDRANT CULVERT y HEDGEITREE COVER DRAINAGE LINE FENCE - - - -G - - x GAS MAIN RETAINING WALL BURIED TELEPHONE CABLE - - - "T - - BUILDING BURIED TELEVISION CABLE - - - TV- - c -I BURIED ELECTRIC - - - E BACK OF CURB TO BACK OF CURB B-B OVERHEAD ELECTRIC OE PORTLAND CEMENT CONCRETE PCC WATER MAIN - - - W - - - HOT MIX ASPHALT HMA FIBER OPTIC CABLE - - - FO- - - MAILBOX MB SANITARY SEWER - - SAN - - - SIDEWALK SW STORM SEWER - - ST- - - WATER METER WM DUCTILE IRON PIPE DIP LIGHT POLE 0­0 LP REINFORCED CONCRETE PIPE RCP UTILITY BOXES O = SIGNS o f WATER VALVE 04 WV POWER POLE � PP GAS VALVE w GV WATER SHUT OFF CITY OF IO WA CITY ENGINEERING H SCALE: 1"—N/A DESIGN: AD Project: SCOTT BLVD SIDEWALK INFILL AND Sheet Title: File# Sheet DIVISION VSCALE: r=N/A DRAWN: AD STORM SEWER IMPROVEMENT PROJECT CONTACTS AND NOTES A.2 DATE 8/18/2021 Q) z J L 0 80 ft co f `'e o PO-- IS 17 Scott eon s e NOTES: 1. WHERE PUBLIC AND/OR PRIVATE UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED DURING CONSTRUCTION, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO PROCEEDING. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE UTILITIES FOR NECESSARY MODIFICATIONS AND/OR RELOCATIONS. UNDERGROUND FIXTURES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS; THEREFORE, THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE TO THEM. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. CITY OF IO WA CITY I H SCALE: 1'=80' I DESIGN: AD I PROJECT: I SHEET TITLE: I FILENUMBER I SHEET I ENGINEERING SCOTT BLVD SIDEWALK INFILL AND DIVISION VSCALE: V=80' DRAWN: AD Scott Blvd Existing Site Utilities B.1 DATE. 09/03/2021 STORM SEWER IMPROVEMENT PROJECT TRENCH FOR UTILITY INSTALLATION O WIDTH AS RE�QU�IRED I Al EXISTING TYPICAL CROSS SECTION SCOTT BLVD. STA 0+00 TO STA 4+57.8 VARIES 15' .5' TO 11.5' .� 'INTEGRAL CURB PROPOSED TYPICAL CROSS SECTION SCOTT BLVD. STA 0+00 TO STA 4.57.8 VARIES 5'TO7 PCC SIDEWALK 6" (TYP.) 4" MODIFIED SUBBASE OA = A MINIMUM OF 24" SHALL BE EXCAVATED OUTSIDE THE NORMAL UTILITY TRENCH EXIST. ASPHALT 6" MIN. THICKNESS) I.0 15.5' 15.55' ' ..0' VARIES 1.0' TO 2.5' IST. PCC SIDEWALK 8.0' 11.5' WALL OR SUCH GREATER WIDTH AS MAY BE REQUIRED TO EXPOSE A MINIMUM OF 12" OF UNDAMAGED DRAIN TILE. _ h �` -�' a w• a NOTES: EXIST. ASPHALT 16" MIN. THICKNESS 1, REPLACEMENT OF DRAINAGE TILE SHALL BE ACCOMPLISHED SO AS TO CAUSE THE MINIMUM OF DISTURBANCE TO EXISTING FIELD TILE. THE REPAIRED DRAINAGE TILE SHALL BE LEFT IN A FUNCTIONAL CONDITION WITH SPECIAL EMPHASIS PLACED ON MAINTAINING EXISTING FLOW LINE ELEVATIONS.�� - 1 NOTES: EXISTING TYPICAL CROSS SECTION DISTURBED TILE LINES SHALL BE REPAIRED AS FOLLOWS: SCOTT BLVD. STA 4+57.8 TO STA 9+08 - -- OREPAIR WITH SCHEDULE 40 PVC PIPE OF COMPATIBLE SIZE USING A FERNCO CONNECTION. O MINIMUM LENGTH OF PVC PIPE SHALL BE 4 FEET. MINIMUM LENGTH OF 2 FEET ON EACH SIDE OF THE TILE 1.0' i...3 LINE BREAK LOCATION. �8.0'—T11.5' 15.5' 15.5' VARIES OTRENCH SHALL BE BACKFILLED WITH 81NCHES LOOSE MATERIAL, COMPACTED TO 6 INCHES WITH A MINIMUM OF 95%COMPACTION OF NATURAL DENSITY. A. BACKFILL AND COMPACT AREA AROUND DRAIN TILE TO BE COMPLETED BY HAND UNTIL NEW TILE IS COMPLETELY COVERED. REMAINDER OF THE TRENCH SHALL BE BACKFILLED BY ACCEPTABLE METHODS. B. AREA SHALL REQUIRE INSPECTION BY THE CITY OF IOWA CITY INSPECTORS PRIOR TO BACKFILLING THE TRENCH. TILE LINE REPAIR GUIDELINE NO SCALE PROPOSED TYPICAL CROSS SECTION SCOTT BLVD. STA 4+57.8 TO STA 9+08 CITY OF IO WA CITY ENGINEERING H SCALE: 1"=10' DESIGN: AD Project: SCOTT BLVD SIDEWALK INFILL AND Sheet Title: File# Sheet DIVISION VSCALE: V=10' DRAWN: AD STORM SEWER IMPROVEMENT PROJECT Typical Sections and Details B.2 DATE: 01/11/2022 -� r� ca ": ` Cn C,J CITY OF I D WA CITY ENGINEERING DIVISION SCALE �'=N/A VSCALE: 1"=N/A DESIGN AD DRAWN: AD DATE 08/18,/21 Project SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT Sheet Titie, ESTIMATED QUANTITIES AND REFERENCE NOTES File# sheet ESTIMATED QUANTITIES ITEM NO. ITEM CODE ITEM UNIT QTY AS BUILT QTY 1 2010-108-C-0 Clearing and Grubbing LS 1 2 2010-108-D-3 Topsoil, Off -site, 6" Depth CY 968 3 2010-108-E-0 Excavation Class 10 CY 415 4 2010-108-I-0 Modified Subbase, 4" Depth SY 2696 5 4020-108-A-1 Storm Sewer, Trenched, RCP, Class III, 15" Dia. LF 92 6 4020-108-A-1 Storm Sewer, Trenched, RCP, Class III, 24" Dia. LF 813 7 4020-108-D-0 Removal of RCP Storm Sewer, Less Than 36" Dia. LF 676 8 4020-108-G-0 Storm Sewer Abandonment, Fill and Plug LF 193 9 4030-108-B-0 Pipe Apron, 24" Dia. EA 1 10 4030-108-C-0 Footing for Concrete Pipe Apron EA 1 11 4030-108-D-0 Apron Guard for Pipe Apron EA 1 12 6010-108-A-0 Circular Storm Sewer Manhole, SW-401, 48" Dia. EA 3 13 6010-108-A-0 Circular Storm Sewer Manhole, SW-401, 60" Dia. EA 1 14 6010-108-B-0 Storm Sewer Intake, Double Open -throat, Large Box, SW-510 EA 2 15 6010-108-H-0 Removal of Manhole or Intake EA 5 16 7010-108-E-0 Curb and Gutter, 8" PCC, 2.5' Width, 8" Thickness, CSUD Mix LF 52 17 7020-108-A-0 HMA Shoulder Pavement by Ton, 1/2" PG-58-28H Mix TON 485 18 7030-108-A-0 Removal of PCC Sidewalk SY 358 19 7030-108-E-0 Sidewalk, PCC, 6", CSUD Mix SY 959 20 7030-108-E-0 Curb Ramp, PCC, 6", CSUD Mix SY 49 21 7030-108-G-0 Detectable Warning SF 20 22 7030-108-H-1 Driveway, PCC, Type B, 6", CSUD Mix SY 50 23 7040-108-H-0 HMA Shoulder Removal SY 1755 24 7040-108-I-0 Curb and Gutter Removal, 2.5' Width, 8" Thickness LF 52 25 8020-108-C-0 Pavement Markings, Solvent/Waterborne STA 3.7 26 8030-108-A-0 Temporary Traffic Control LS 1 27 9010-108-A-1 Seeding, Type 6 (Salt -resisting Mixture) AC 0.47 28 9040-108-J-0 Rip Rap, Class E TON 19 29 9040-108-N-0 Silt Fence LF 510 30 9040-108-0-1 Stabilized Construction Entrance SY 167 31 9040-108-T-0 Inlet Protection Device EA 3 32 11,020-108-A-0 Mobilization LS 1 33 111050-108-A-0 Concrete Washout LS 1 C_ - r 1 r�' w cn £a CITY OF IO WA CITY ENGINEERING DIVISION H SCALE: 1'=N/A vscALE: �'=-N/A DESIGN: AD DRAWN: AD DATE: 01/13/22 Project SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT Sheet Title:File# ESTIMATED QUANTITIES AND REFERENCE NOTES Sheet C.2 ESTIMATED REFERENCE INFORMATION ITEM NO. ITEM CODE DESCRIPTION CLEARING AND GRUBBING BY LUMP SUM 1 2010-108-C-0 REFER TO D.1 SHEET FOR LOCATION. LUMP SUM PRICE INCLUDES, BUT IS NOT LIMITED TO, REMOVAL AND DISPOSAL OF ALL MATERIALS, VEGETATION, AND PLACEMENT OF BACKFILL IN AREA WHERE ROOTS HAVE BEEN REMOVED. TOPSOIL, OFF -SITE, 6" REFER TO D SHEETS. UNIT PRICE INCLUDES FURNISHING, EXCAVATING, HAULING, 2 2010-108-D-3 AND INCORPORATING THE MATERIAL. SPREAD TO A DEPTH OF 6 INCH (40% SHRINKAGE FACTOR). TOPSOIL QTY=(37324.91 SF)*(0.5 FT)*(1.4)/27=967.7 CY EXCAVATION, CLASS 10 UNIT PRICE INCLUDES SITE PREPARATION, CUTS, SHOULDER BACKFILL, BACKFILL BEHIND CURBS, OVERHAUL, FINISHING THE SOIL SURFACE, SHOULDERS, BEHIND CURBS, SIDE DITCHES, AND SLOPES. 3 2010-108-E-0 SCOTT BLVD = 97.17 CY PARKING = 219.55 CY DOG PARK = 98.09 CY TOTAL QUANTITY=(16716.21 SF)*(0.67 FT)/27=414.81 CY MODIFIED SUBBASE, 4" UNIT PRICE INCLUDES, BUT IS NOT LIMITED T0, FURNISHING, PLACING, COMPACTING, AND TRIMMING TO THE PROPER GRADE. USE OF RECYCLED PCC AND HMA PAVEMENTS FOR MODIFIED SUBBBASE IS NOT ALLOWED ON THIS 4 2010-108-I-0 PROJECT. SCOTT BLVD = 1446.38 SY PARKING = 810.37 SY DOG PARK = 439.16 SY TOTAL QTY = 2695.91 SY STORM SEWER, TRENCHED, RCP, 15" DIA. REFER TO M.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES EXCAVATION, FURNISHING, AND INSTALLING STORM SEWER PIPE. CONNECTION TO EXISTING PIPE WILL BE INCIDENTAL TO THIS ITEM. JOINTS SHALL USE RUBBER, CONFINED, S 4020-108-A-1 O-RING OR PROFILE GASKET COMPLYING WITH ASTM C443. PIPE BEDDING AND BACKFILL SHALL CONFORM WITH SECTION 3010 OF CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS. TYPE OF PIPE ALLOWED SHALL BE RCP, CLASS III, WITH BELL &SPIGOT JOINTS. STORM SEWER PIPE UNDER OR WITHIN SFT Of ROADWAY SHALL BE BACKFILLED WITH CLASS A ROADSTONE. STORM SEWER, TRENCHED, RCP, 24" DIA. REFER TO M.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES EXCAVATION, FURNISHING, AND INSTALLING STORM SEWER PIPE. CONNECTION TO EXISTING PIPE WILL BE INCIDENTAL TO THIS ITEM. JOINTS SHALL USE RUBBER, CONFINED, 6 4020-108-A-1 O-RING OR PROFILE GASKET COMPLYING WITH ASTM C443. PIPE BEDDING AND BACKFILL SHALL CONFORM WITH SECTION 3010 OF CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS. TYPE OF PIPE ALLOWED SHALL BE RCP, CLASS III, WITH BELL &SPIGOT JOINTS. STORM SEWER PIPE UNDER OR WITHIN SFT OF ROADWAY SHALL BE BACKFILLED WITH CLASS A ROADSTONE. REMOVAL OF RCP STORM SEWER, LESS THAN 36" 7 4020-108-D-0 REFER TO D.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES EXCAVATION, REMOVAL, AND DISPOSAL OF STORM SEWER. STORM SEWER ABANDONMENT, FILL AND PLUG REFER TO SHEET D.1 FOR LOCATION. 8 4020-108-G-0 UNIT PRICE INCLUDES TRENCH EXCAVATION (IF NECESSARY), CUTTING PIPE (IF REQUIRED), FURNISHING, FILLING, PLACING PLUG MATERIALS, AND PLACING COMPACTING BACKFILL MATERIAL. PIPE APRON, 24" DIA. REFER TO M.1 SHEET FOR LOCATION AND TO SUDAS STANDARD SPECIFICATIONS 9 4030-108-B-0 FIGURE 4030.224 FOR DETAIL. UNIT PRICE INCLUDES TRENCH EXCAVATION, DEWATERING, FURNISHING AND INSTALLING PIPE APRON; FURNISHING, PLACING, AND COMPACTING BEDDING AND BACKFILL MATERIAL; CONNECTORS; AND OTHER APPURTENANCES. FOOTING FOR CONCRETE PIPE APRON REFER TO SUDAS STANDARD SPECIFICATIONS FIGURE 4030.221 FOR DETAIL. 10 4030-108-C-0 UNIT PRICE INCLUDES EXCAVATION, DEWATERING, REINFORCING STEEL, CONCRETE, FURNISHING AND INSTALLING APRON, FURNISHING, PLACING AND ESTIMATED REFERENCE INFORMATION ITEM NO. ITEM CODE DESCRIPTION APRON GUARD FOR 24" DIA. PIPE 11 4030-108-D-0 REFER TO M.1 SHEET FOR LOCATION AND TO SUDAS STANDARD SPECIFICATIONS FIGURE 4030.224 FOR DETAIL. UNIT PRICE INCLUDES FURNISHING AND INSTALLING PIPE APRON GUARD. CIRCULAR STORM SEWER MANHOLE, SW-401, 48" DIA. REFER TO M.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES EXCAVATION, FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING AND COMPACTING 12 6010-108-A-0 BEDDING AND BACKFILL MATERIAL; STRUCTURAL CONCRETE AND REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; INFILTRATION BARRIERS; CASTINGS; AND ADJUSTMENT RINGS. CIRCULAR STORM SEWER MANHOLE, SW-401, 60" DIA. REFER TO M.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES EXCAVATION, FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING AND COMPACTING 13 6010-108-A-0 BEDDING AND BACKFILL MATERIAL; STRUCTURAL CONCRETE AND REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; INFILTRATION BARRIERS; CASTINGS; AND ADJUSTMENT RINGS. STORM SEWER INTAKE, DOUBLE OPEN -THROAT, LARGE BOX SW-610 REFER TO M.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES EXCAVATION, FURNISHING AND INSTALLING PIPE; FURNISHING, PLACING, AND COMPACTING 14 6010-108-B-0 BEDDING AND BACKFILL MATERIAL; STRUCTURAL CONCRETE AND REINFORCING STEEL; PRECAST UNITS (IF USED); CONCRETE FILLETS; PIPE CONNECTIONS; INFILTRATION BARRIERS; CASTINGS; AND ADJUSTMENT RINGS. REMOVAL OF MANHOLE OR INTAKE REFER TO D.1 SHEET FOR LOCATION. 1S 6010-108-H-0 UNIT PRICE INCLUDES REMOVAL OF CASTING, CONCRETE, INTAKE THROAT, AND REINFORCEMENT. REMOVED STRUCTURE SHALL BECOME PROPERTY OF THE CONTRACTOR AND PROPERLY DISPOSED OF. CURB AND GUTTER, 2.5' WIDTH, 8" THICKNESS, CSUD MIX 16 7010-108-E-0 REFER TO D.2 AND D.4 SHEETS FOR LOCATION. UNIT PRICE INCLUDES FINAL SUBGRADE/SUBBASE PREPARATION, BARS AND REINFORCEMENT, JOINTS AND SEALING, SURFACE CURING AND PAVEMENT PROTECTION. HMA PAVEMENT BY TON, 1/2" PG-S8-28H MIX REFER TO D.3, D.4, AND D.S SHEETS FOR LOCATION. UNIT PRICE INCLUDES 17 7020-108-A-0 ASPHALT MIX WITH ASPHALT BINDER, TACK COATS BETWEEN LAYERS, CONSTRUCTION ZONE PROTECTION, AND QUALITY CONTROL. HMA PLACEMENT SHALL BE MADE IN ACCORDANCE WITH IOWA DOT SECTION 2303. REMOVAL OF PCC SIDEWALK 18 7030-108-A-0 REFER TO D.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES SAWING, BREAKING, AND DISPOSAL OF MATERIALS REMOVED. SIDEWALK, PCC, 6", CSUD MIX REFER TO D.2, D.3, D.S, AND D.6 SHEETS FOR LOCATION. UNIT PRICE INCLUDES 19 7030-108-E-0 MINOR GRADE ADJUSTMENTS AT DRIVEWAYS AND OTHER INTERSECTIONS, SUBGRADE PREPARATION, FORMWORK, ADDITIONAL THICKNESS AT THICKENED EDGES, AND JOINTING. CURB RAMP, PCC, 6", CSUD MIX REFER TO D.3 SHEET FOR LOCATION. UNIT PRICE INCLUDES MINOR GRADE 20 7030-108-E-0 ADJUSTMENTS AT DRIVEWAYS AND OTHER INTERSECTIONS, SUBGRADE PREPARATION, FORMWORK, ADDITIONAL THICKNESS AT THICKENED EDGES, AND JOINTING. DETECTABLE WARNINGS 21 7030-108-G-0 REFER TO D.4 SHEET FOR LOCATION. UNIT PRICE INCLUDES FURNISHING AND INSTALLING MANUFACTURED DETECTABLE WARNING PANELS AND STEEL BAR SUPPORTS. DETECTABLE WARNINGS SHALL BE CAST IRON PAINTED BRICK RED. DRIVEWAY, PCC, TYPE A, 6", CSUD MIX REFER TO D.2 AND D.6 SHEETS FOR LOCATION AND SUDAS STANDARD 22 7030-108-H-1 SPECIFICATIONS FIGURE 7030.101 FOR DETAIL. UNIT PRICE INCLUDES EXCAVATION, SUBGRADE PREPARATION, FORMWORK, ADDITIONAL THICKNESS AT THICKENED EDGES, JOINTING, SAMPLING, TESTING, AND MINOR GRADE ADJUSTMENTS. HMA REMOVAL 23 7040-108-H-0 REFER TO D.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES SAWING, BREAKING, REMOVING, AND DISPOSING EXISTING HMA SHOULDER. ESTIMATED REFERENCE INFORMATION ITEM N0. ITEM CODE DESCRIPTION PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBORNE 25 8020-108-C-0 REFER TO D.S SHEET FOR LOCATION. UNIT PRICE INCLUDES, BUT IS NOT LIMITED TO, LAYOUT, SURFACE PREPARATION, AND APPLICATION OF MARKING PAINT. TEMPORARY TRAFFIC CONTROL LUMP SUM PRICE INCLUDES INSTALLATION, MAINTENANCE, AND REMOVAL OF 26 8030-108-A-0 TEMPORARY TRAFFIC CONTROL; REMOVAL AND REINSTALLATION OR COVERING OF PERMANENT TRAFFIC CONTROL DEVICES THAT CONFLICT WITH TEMPORARY TRAFFIC CONTROL PLAN; MONITORING AND DOCUMENTING TRAFFIC CONTROL CONDITIONS; AND FLAGGERS. SEEDING -TYPE 6 (SALT -RESISTANT MIXTURE) REFER TO D.2, D.3, D.4, D.S, AND D.6 SHEETS FOR LOCATION. UNIT PRICE INCLUDES REMOVAL OF ROCK AND OTHER DEBRIS FROM THE AREA; REPAIRING 27 9010-108-A-1 RILLS AND WASHES; PREPARING THE SEEDBED; FURNISHING AND PLACING SEED, INCLUDING ANY TREATMENT REQUIRED; FURNISHING AND PLACING FERTILIZER AND MULCH; AND FURNISHING WATER AND OTHER CARE DURING THE CARE PERIOD. RIP RAP, CLASS E 28 9040-108-J-0 REFER TO F.1 SHEET FOR LOCATION. UNIT PRICE INCLUDES FURNISHING AND SPREADING RIP RAP. SILT FENCE REFER TO FA SHEET FOR LOCATION. UNIT PRICE INCLUDES FURNISHING, 29 9040-108-N-0 INSTALLING, MAINTENANCE, AND REMOVAL OF SILT FENCE; RESTORATION OF THE AREA TO FINISHED GRADE AND OFF -SITE DISPOSAL OF FENCE, POSTS, AND ACCUMULATED SEDIMENT. STABILIZED CONSTRUCTION ENTRANCE 30 9040-108-0-1 REFER TO f.l SHEET FOR LOCATION. UNIT PRICE INCLUDES FURNISHING, SPREADING, AND REMOVAL OF STABILIZED CONSTRUCTION ENTRANCE; RESTORATION OF THE AREA TO FINISHED GRADE. INLET PROTECTION DEVICE 31 9040-108-T-0 REFER TO FA SHEET FOR LOCATION. UNIT PRICE INCLUDES FURNISHING, INSTALLING, MAINTENANCE, AND REMOVAL OF INLET PROTECTION DEVICE. MOBILIZATION 32 11,020-108-A-0 LUMP SUM PRICE INCLUDES MOVEMENT OF PERSONNEL, EQUIPMENT, AND SUPPLIES TO THE PROJECT SITE; BONDING, PERMITS, OR OTHER EXPENSES INCURRED PRIOR TO CONSTRUCTION. CONCRETE WASHOUT 33 11,050-108-A-0 LUMP SUM PRICE INCLUDES PROVIDING CONCRETE WASHWATER, CONTAINMENT, COLLECTION, AND DISPOSAL. (73 L - °r'FT. INTAKE ti SAWCUT 8 REMOVE CURB SGUTTER 2-5 R (TYP.) '=xiST �IS— Length=200FT ` FILL, PLUG, AND ABANDON EXIST. 15' RCP ti. � y REMOVE EXIST. MANHOLE REMOVE & REINSTALL POST SIGN (BY OTHERS) SAWCUT &REMOVE CLEARING AND GRUBBING EXISTING PCC SIDEWALK (TYP.) REMOVE EXIST . MANHOL. CONTRACTOR TO PR' EXISTING TILE DRAINS IF ENCOUNT Im EXISTING HMA SURFACE Area = 938.5 SY ' ELM OIE EXISTING WOODEN FENCE CITY OF 10 WA CITY DIVISION ENGINEERING "SCALE =60' DESIGN: AD Project.SCOTT BLVD SIDEWALK INFILL AND Sheet Title. Fier V SCALE 1'=60' DRAWN: AD DATE' 08/18/21 STORM SEWER IMPROVEMENT PROJECT Removals # # t f 4+ 4 ++ ++� i + f + # + + 4 4 + + 4 + + + + + + + + t + 4 y t , { } + } { f } y 4 t i + + f } + 4 t + + + # + + 4 t # + " } + + + ; + 4 } + # + 4 + + + + t t ; 4 t + 4 4 # + + + + 4 ; E + + 4 4 + + 4 + Cott O Ul evard ♦ ♦ t ♦ # + + E ♦ + b + + ♦ + + t ♦ + { ♦ + + + + + y 4 ♦ y + + ♦ + } t f ♦ « ; { t } } ♦ + + + + 4 + + 4 + + + + 4 + + + 4 # + + + , + { + + + + + + + b + # + + + ♦ + + + + 4 4 + + + ♦ + + + 4 4 + + } ; + ; + } 4 # ; ♦ 4 r + f + 4 ; + i # b + + { 4 fi + 4 4 , 4 4 + f b } ; { + + + 4 + + + + + + 4 4 # + { + + # + 4 + + } # + # + + # # 4 4 + # + + # + + + 4 + { + # { + + 4 i + 4 + + + } + 4 y + + } + 4 4 i++++#++++++r++# 4 y ++++++++4 #; «+#;«; # {+4++., { i r++y 4+++{��--_._,.__...,__.,PROP. CURB&GUTTER 2.5'TYP + + + + # + + + + } + , 4 4 4 + , { + # } + + 4 + + + + 4 + + + + + + + ; + # + + # 4 + { } + 4 + + + + + + + t + # r + + + + 4 + # + t 4 + } + + 4 4 + 4 + , 4 + t + + + ♦ + + + + + 4 4 + } + + 4 + y + + + + + + + + } + y + + } + 4 # + { i + + # + + + ♦ { 4 t # , y { { + + + 4 + + + + + + # + # + t + i + { + + , # # + + + { + + { { + , + + ♦ + + 4 . i + ♦ # + + # + r Length — 2 0.0 0:FTT # + + + + + + + + + # + + + + + } + + 4 + + { + + { + ; { + 4 + + + ; + + + + + 4 + + + { + # + 4 + # t w + + 4 1 + + 4 + + + + + 4 4 4 4 i##+} 4 4;#} 4 f 4+ 4++ t 4+ 4 4 f} 4+ T.ac } 4 4 ,} b 4 4++ 4 +} 4 4 4 i 4 4 4++ +# 4 i + 4 + 4 + + + + 4 + + { 4 + + + + + + 4 + + + , s'+ # +^t 4 + 4 4 ; - _ } # + + 4 4 # + + + } { + + + y + 1 . + + + + + + + + �iF,:+, t= + �F-'t':"} + + +�4 + + 4 + + + + t + + + t + + + t + + + + +44++y+4 } 3" ^# 9`+F .- ,. i + t + + t 4 + { + } } + + t { + + 4 { + { } + 4 # + } t 4 t { { !�•� # + ,} ^� p#" }s } + r { r 4 4 « t + # + + i 4 4 # + # + } # + r # + # + + # # + # # 4+} + ; + + 4 # + + 4 # + ; 4 r + t + 4 + 4 # + # + 1 4 + -.. y y i ♦ r + 4 f + + + + « 4 + + ♦ ♦ + 4 ; + + + + Y " 1A Zt w J7T 7 �— PROP. OFF -SITE TOPSOIL, 6" y + +++ + + + == t + ++++++ + + R' t. + + + + + + +' +� + += + 4 * PROP. SEEDING (TYPE 6) %�" ,+ +++'+w +++++ +++++� ++++ , ++++. �S \e PROP. PCC SIDEWALK 6" PROP. SEEDING BY OTHERS e PROP. OFF -SITE TOPSOIL 6" PROP. SEEDING (BY OTHERS) 4 4 4 # 4 4 + + + + + f t + 4 + - + + + 4 + ++ ++i i. +. + + + + + + y + + 4 4N 4+4 + + +++ {t #+ + PROP. PCC DRIVEWAY, 6" WITH 6" RAISED CURB \ \ \ \ \ \ \ \ \ \ \ CITY OF IO WA CITY ENGINEERING H SCALE. 1 20 DESIGN AD Project SCOTT BLVD SIDEWALK INFILL AND Sheet Title File# Sheet DIVISION VSCALE: 1°=20 DRAWN AD STORM SEWER IMPROVEMENT PROJECT Scott Blvd Proposed Sidewalk Plan D.2 DATE 08/24/21 t f + + i ♦ + f + + + + + + + + 4 + + 4 }} +++ + a + + + 4 4 ti f =�r + + 4 } # # i + Scott + +a +++o♦ + } + } + V ++ + + t } 4 + + + # + + + 4 } N f # } + + f } PROP. PCC SIDEWALK, 6" PROP. OFF -SITE TOPSOIL, 6" H + \\ PROP. SEEDING (TYPE 6) ti + / PROP. HMA SHOULDER 6" (TYP.), \� '` \ 1/2" PG-&5�28H MIX + n \ \ �` `\ + f \ \ \ \ \ \ \ \ \ \NN\ \ \ \ NN PROP. OFF -SITE TOPSOIL, 6" v' \� PROD. SEEDING (BY OTHERS) ' \ \ \ \ \ \ \ \\` \\` \ \ \\` \ \ \ \ �\ \ NN N\ \ CITY OF IO WA CITY ENGINEERING H SCALE 20' DESIGN AD Proj.ect SCOTT BLVD SIDEWALK INFILL AND Sheet Title: File# Sheet DIVISION VSCALE: 1-20' DRAWN AD STORM SEWER IMPROVEMENT PROJECT Scott Blvd Proposed Sidewalk Plan D.3 DATE 08/24/21 0 Scott v= X.. _ + \ �\ * \\\ \\ PROP. HMA SHOULDER 8" (TYP.), �\ 112" PG-58-28H MIX } y \ A 4 Y PROP. PCC SIDEWALK, 6" a = P\ \\ Y + �\N1 PROP. OFF -SITE TOPSOIL, 6" PROP. SEEDING (BY OTHERS) PROP. OFF -SITE TOPSOIL, 6" PROP. SEEDING (TYPE 6) smeTam PROP. CURB & GUTTER 2.5' (TYP.) Length= 32.00 FT CITY OF IO WA CITY ENGINEERING H SCALE 1 20 DESIGN. AD Project SCOTT BLVD SIDEWALK INFILL AND SheetTitie: = Sheet DIVISION VSCALE: 1'=20' DRAWN AD Scott Blvd Proposed Sidewalk Plan DA DATE 08/24/21 STORM SEWER IMPROVEMENT PROJECT PROP. ON -SITE TOPSOIL, 6" PROP. SEEDING (TYPE 6) + 4 } } T # + # t 4 + + 4 4 + + + + 4+ 4 + 4 4 4 44 4#+ 4 4 4+ 4i+ 4 ++# f t t f# T T+ r f+ r 4 4 {. .. + + r # + + 4 + t + + + + + + + + + r } t + + ♦ + T + t i + + + + ♦ + i ♦ t + ' + 4 + + ♦ + r i + + + + + t + + + + + + + 4 + + # T T + 4 + 4 + t + i + 4 + + T + + + + + r + + + + f + + + + i t + + + # + + + + + + + + + + + + > + + + + + + + + +++ + ++ 4 + # 4 t T + + + L ' i 4 PROP. HMA PAVEMENT, 8". + ++ ++ + + + + + + + } 1/2" PG-58-28H MIX 16.0 # + + ♦T+4 + + + + 1 +# 4 4+ 4+ 4 4 f # 4 + 4 + 4 r + + + t t t 4 t i 4 4 + r i + + + + F + + + + + a + + + # + T + + ♦ + + + + + + 4#+ i f f 4 t t t + + + 4 , ♦ + 4 4 + t 4+ 4 4+ f+ 4} f r + r 4 + # + + rc 4 f + + # + + + + + + + + 4 f + # 4 4 r+* 4 t , a lq.Q + + + + + + + 4 t + 4 + + + + r + # t a # + + # + + + + f + 11 + + + + + + + # i # + 4 # - + + + 4 t + + + + + + + f + + # + + + 'i + + 4 + + + 4 t +�+ + + + f ♦ # t i + + + + # + + + 4 + - + + + t + + # + 4 + + T + + 4 + 4 - $.o + PROP. PAVEMENT MARKINGS + + + + # # + + + r + f + T + + + + T + + + + r i++ + t + + + + + + + + 4 + # 4 + + SOLVENT/WATERBORNE + T + + ' T ' + ' ' ' ` ' ' ' ' ++ t ' + + # + + + + + + + + # . + F 4 # + + + + + t + + + # + + T + ,+ # # t i 4 t + + f # ++f tf+4+,+f+#+44 r .. + # + + + T + 4� 4♦ + + + 4 + + 4 + f PROP. PCC SIDEWALK 6" + r + PROP. HANDICAPPED PARKING SIGN (BY OTHERS) CITY OF IO WA CITY ENGINEERING H SCALE: l'=-20 DESIGN AD Project SCOTT BLVD SIDEWALK INFILL AND Sheet Title File# Shee DIVISION VSCALE: 1"=20' DRAWN AD STORM SEWER IMPROVEMENT PROJECT Proposed Parking Lot Plan D.5 DATE: 01/21/2022 PROP. INLET PROTECTION Cps{ c IO WA CITY ENGINEERING HSCALE: V=60' DESIGN: AD V SCALE: 1 "=60' DRAWN: AD Project: SCOTT BLVD SIDEWALK INFILL AND Sheet Title CITY OF DIVISION STORM SEWER IMPROVEMENT PROJECT DATE: 01/11/2022 PROP. RIPRAP, CLASS E Erosion Control Plan PROP. INLET PROTECTION I Rie = Shee: F.1 STRUCTURE - (1) -?: - STRUCTURE 2-SW-5101NTAKE STA:0+00.00 OFF:23.85R STA 1+34.66 OFFA 7 53R FG:741.66 INV OUT 24' FG.734.94 .739.28 $ SUMP:729.86 INV IN:730 36 24" INV OUT 730.36 24" 131.1' of 24" @p 6.7% 748,Of24 CONNECT TO EX'ST 2=" STORMSFWFR @ S.5% o W V C N O 4R g. STRUCTURE 4 - SW-401 MANHOLE 48 INCH rT - STA '2*32.01 OFF .7303R RIM:724,52 SUMP716.26 s INV IN:719.4424: INV OUT--.716.76 24" r STRUCTURE 3 - SW-401 MANHOLE 48 INCH STA2+14.73 OFF 22.92R RIM:731,11 SUMP:722.99 - INV IN 726.0224" - INV OUT -%23.49 24" 2j 7 o, �f24„ ° STRUCTURE 5 - SW-401 MANHOLE 60 INCH STA:4+56.84 OFF :106.71 R RIM712 74 SLIMP :705.75 INV 1N706.35 24" INV IN:707.64 15' INV OUT:706.25 24" STORM SEWER NOTES: DESIGN LENGTH, SLOPE, AND FLOW LINES ARE CALCULATED FROM INSIDE WALL TO INSIDE WALL ALONG THE CENTERLINE OF PIPE. AN ADDITIONAL 2-4 FEET HAS BEEN ADDED TO EACH END OF THE DESIGN LENGTH TO ACCOUNT FOR ESTIMATED LENGTH TO CENTER OF STRUCTURES. STRUCTURE 8-SW-510 INTAKE STA:4+55.81 OFF :17.57 R FG724.93 SUMP:718.88 INV OUT:719.38 15" O O STRUCTURE 7 - PIPE APRON I STA 7,73.94 OFF :10T OBR SO Oj INV IN:704 49 24" llvl �oS� 0 STRUCTURE 6 - SW-401 MANHOLE 48 INCH 49 �. Of 24 V STA:7+33.92 OFF:139.57R RIM:711.91 SUMP:704.25 INV IN.704.85 24" INV OUT:704.75 24" CITY OF IO WA CITY H SCALE: 1"=50' DESIGN: AD PROJECT: SHEET TITLE: ENGINEERING SCOTT BLVD SIDEWALK INFILL AND DIVISION VSCALE: 1"=50' DRAWN: AD STORM SEWER PLAN DATE: 09/03/2021 STORM SEWER IMPROVEMENT PROJECT FILE NUMBER I M.1 In Sy r+ O —1+00 0+00 +0 10 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 75 750 CONNECT TO EXIS'4" 74 740 STRUCTURE 3 - SW-401 MANHOLE 8 INCH STA:2i14.73 OFF:22.92R RIM:731.11 SUMP:722.99 INV IN:726.02 24" INV OUT:723.49 24' _..1 t� 73 STRUCTURE8-SW-5101NTAKE STAR-55.81 OFF:17.57 r C,..r ° SUMPt8.8871 INV OUT:719.3815" 7 3 0 m cD ° v 72 720 O o STRUCTURE 6 - SW401 MANH STA:7r33.92 E 48 INCH F:139.57R N S RIM:711.91 MP:704.25 �\ V INV I INV OU :70085 24' 704.75 24" STRUC TURE 4 - S 401 MANHOLE 48 INCH TA:2+32.01 OFF:73.03R - STRU STA:7 TURE 7 - PIPE APRON 73.94 OFF:107.08R RIM:724.52 INV IN 704.4924" SUMP:716.26 INV IN:719.44 24' ° 71 INV OUT:716.76 24" �p °° 710 STRU TURE 5 - SW401 MANHOLE 60 INCH STA:4r56.84 OFF:106.71 R 7 0 RIM:71274 7 O O INV IN:706.35 24' INV IN:707.64 15" INV OUT:706.25 24- 69 90 —1+00 0+00 1+00 2+00 3+00 4+00 5+00 6+00 7+00 8+00 9+00 10+00 CITY OF IO WA CITY ENGINEERING H SCALE: 1"=80' VSCALE: 1^=so' DESIGN AD DRAWN AD Project: SCOTT BLVD SIDEWALK INFILL AND Sheet Title: Storm Sewer Profile File# Sheet M.2 DIVISION STORM SEWER IMPROVEMENT PROJECT DATE 08/24%21 I - 1 �s *— _ 4 fir"' I I I �' CITY OF lOkVA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL v SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT IOWA CITY, IOWA "' W Kco J U LY 129 2022— co 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the lawsof the State of Iowa. A%n hwna6/ ALIN DUMACHI July 12, 2022 License Number: P26923 My license renewal date is December 31, 20 22 Pages or sheets covered by this seal: Entire Bound Document �1 N �V �r A I ") =C �.. CC) Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS 1-4 ti PLANS r C= .. .... > 7 .:w CO .M Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of August 2022. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 611 day of September, 2022, or at special meeting called for that purpose. The Project will involve the installation of approximately 1400 linear feet of sidewalk, 905 linear feet of storm sewer pipe and associated structures, and 1082 square yards of new HMA surface for the shoulder along Scott Blvd and the parking lot at Rita's Ranch Dog Park. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintert�ce Bond in an amount equal to one hundred percent (100%) of the contract price and in=the formshown in Section 0510, said bond to be issued by a responsible surety approved by the City�qnd 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 tkie operpjion 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 Coun ' Co The following limitations shall apply to this Project: ~' Early Start Date: September 20th, 2022 r Late Start Date: April 3rd, 2023 Substantial Completion Date: June 161h, 2023 Final Completion Date: June 30th, 2023 Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0100 — Page 1 of 2 Liquidated Damages: $250 per day All bid items shall be completed by Final Completion Date except for areas that require Seeding. Contractor shall return during seeding window, between March 1 st — May 31 st and August 101h _ September 301h to seed those areas. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK �. C N) 4 Epp Z_ CO C7 co Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project in said city at 6:00 p.m. on the 2"d day of August, 2022, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. The Project will involve the installation of approximately 1400 linear feet of sidewalk, 905 linear feet of storm sewer pipe and associated structures, and 1082 square yards of new HMA surface for the shoulder along Scott Blvd and the parking lot at Rita's Ranch Dog Park and is located along the east side of Scott Boulevard, between Silver Lane and Court Hill Trail, in Iowa City, Iowa, 52240. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk �- -- , w-• Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT Bid Submittals a. Time, Date and Location: Wednesday, August 241h, 2022 at 3:00PM City Clerk's Office 410 East Washington Street y. -.. Iowa City, Iowa 52240 n' 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: Early Start Date: September 20th, 2022 Late Start Date: April 1st, 2023 Substantial Completion Date: June 16th, 2023 Final Completion Date: June 30th, 2023 Liquidated Damages: $250 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. C. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. The Contractor should make sure their activities are not impacting Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0200 — Page 1 of 2 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 tl � name, address and phone number of the contact person, for City verification., � rn co ct) Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0200 — Page 2 of 2 INSERT IN ENVELOPE 2 0400 PROPOSAL SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an 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 4.fe Contract and agrees that, in the event of any discrepancies or differences between --the v_' us items included in the Contract, Supplemental Specification Section 1040, 1.03 shale goverrV.Q Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0400 — Page 1 of 5 INSERT IN ENVELOPE 2 BID ITEM DESCRIPTION UNITS ESTIMATED UNIT EXTENDED QUANTITY PRICE AMOUNT Clearing and Grubbing LS 1 2010-108-C-0 2010-108-D-3 Topsoil, Off -site, 6" Depth CY 968 2010-108-E-0 Excavation Class 10 CY 415 2010-108-1-0 Modified Subbase, 4" Depth SY 2696 Storm Sewer, Trenched, RCP, 4020-108-A-1 Class III, 15" Dia. LF 92 Storm Sewer, Trenched, RCP, 4020-108-A-1 Class III, 24" Dia. LF 813 Removal of RCP Storm Sewer, 4020-108-D-0 Less Than 36" Dia. LF 67612 Storm Sewer Abandonment, Fill 4020-108-G-0 and Plug LF 193 4030-108-B-0 Pioe Apron. 24" Dia. EA 1 4030-108-C-0 Footing for Concrete Pipe Apron EA 1 4030-108-D-0 Apron Guard for Pipe Apron EA 1 6010-108-A-0 Circular Storm Sewer Manhole, SW-401, 48" Dia. EA 3 6010-108-A-0 Circular Storm Sewer Manhole, SW-401, 60" Dia. EA 1 6010-108-B-0 Storm Sewer Intake, Double Open- throat, Large Box, SW-510 EA 2 6010-108-H-0 Removal of Manhole or Intake EA 5 7010-108-E-0 Curb and Gutter, 8" PCC, 2.5' Width, 8" Thickness, CSUD Mix LF 52 7020-108-A-0 HMA Shoulder Pavement by Ton, 1/2" PG-58-28H Mix TON 485 7030-108-A-0 Removal of PCC Sidewalk SY 358 7030-108-E-0 Sidewalk, PCC, 6", CSUD Mix SY 959 7030-108-E-0 Curb Ramp, PCC, 6", CSUD Mix SY 49- c 7030-108-G-0 Detectable Warning SF 20 — Driveway, PCC, Type B, 6", CSUD —tom ;-C 7030-108-H-1 Mix SY 50 i ?_ 7040-108-H-0 HMA Shoulder Removal SY 1755 Curb and Gutter Removal, 2.5' 7040-108-1-0 Width, 8" Thickness LF 52 Pavement Markings, 8020-108-C-0 Solvent/Waterborne STA 3.7 8030-108-A-0 Temporary Traffic Control LS 1 Seeding, Type 6 (Salt -resisting 9010-108-A-1 Mixture) AC 0.6 Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0400 — Page 2 of 5 INSERT IN ENVELOPE 2 BID ITEM DESCRIPTION UNITS ESTIMATED UNIT EXTENDED QUANTITY PRICE AMOUNT 9040-108-J-0 Rip Rap, Class E TON 19 9040-108-N-0 Silt Fence LF 510 9040-108-0-1 Stabilized Construction Entrance SY 167 9040-108-T-0 Inlet Protection Device EA 3 11,020-108-A- 0 Mobilization LS 1 11,050-108-A- 0 Concrete Washout LS 1 TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. r : C_ raw- =t r c Co C- %n Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0400 — Page 3 of 5 INSERT IN ENVELOPE 2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. M G `. Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0400 — Page 4 of 5 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 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 CO Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0400 — Page 5 of 5 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa 29Ainistrv1v To be completed by all bidders c)-; .--.'" Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. --{ (To help you determine if your company is authorized, please review the Worksheet: Autiftzatil to T nlsact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. CO ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephb "Ie callssand e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 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 sheets) 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: Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 1 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa ahx the certificate has not been revoked or canceled. i 1 ) �4 W Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of A.D., 20 r= (Seal) Witness Principal By: (Title) co (Seal) Surety By: Witness (Attorney -in -fact) Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0410 — Page 1 of 2 INSERT IN ENVELOPE 1 Attach Power -of -Attorney, if applicable 1. ti n V-., ' 'yyy�Cy��rw��ryy�r-r � �....:.� kCO Y l� Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0410 — Page 2 of 2 0500 CONTRACT SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 12 day of July, 2022, for the Scott Blvd Sidewalk Infill And Storm Sewer Improvement ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 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 atied ` r by one shall be as binding as if called for by all. O -XZ � 00 Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0500 — Page 1 of 2 9 The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: — By: (CompAny Official) :L-i C. f^J eO Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT gE � CITY OF IOWA CITY C-)-< ° --1 C-) N ti r- rn KNOW ALL BY THESE PRESENTS: camco =` That we, Principal (hereinafter the "Contractor" or "Principal") and , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project will involve the installation of approximately 1400 linear feet of sidewalk, 905 linear feet of storm sewer pipe and associated structures, and 1082 square yards of new HMA surface for the shoulder along Scott Blvd and the parking lot at Rita's Ranch Dog Park, and is located along the east side of Scott Boulevard, between Silver Lane and Court Hill Trail, in Iowa City, Iowa, 52240. 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, Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 1 of 5 lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. "' ;' That as used herein, the phrase "all outlay and expense" is not to be limited in any way, :but shall include the actual and reasonable costs and expenses incurred by the- ',.-.Jurisdiction including interest, benefits, and overhead where applicable. Accardingly, "all outlay and expense" would include but not be limited to all contract c,.,; 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 Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 2 of 5 had the Contract been performed in the first instance as required. Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 3 of 5 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. cs ^� t-) -� -� C": N �. r- Rwa l 177, CO W Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 - Page 4 of 5 PRINCIPAL: M NOTE: 2 3 4. Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer SURETY: Surety Company Name By Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. This bond must be sealed with the Surety's raised, embossing seal. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. CO k n. t. Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 5 of 5 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 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 'Mai Working" or "Flagman Ahead," and instead use gender neutral signs. c 7. All contractors, vendors, and consultants must assure that their subcgntrictors abide by the City's Human Rights Ordinance. The City's protected classes:arojistlLhd at Iowa City City Code Section 2-3-1. M �C Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) ,V P Phone Number Street Address City, State, Zip 'Code_ Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date atw.:�.��. > t ...n. r) S ...;:p fry . ,.... r Ln rM Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (dj 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 fungtions. Review education and experience requirements to make sure they a irately reflect the requirements for successful job performance. (f) _.. ReVnew the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the ' job .applied for?" Only use job -related tests which do not adversely affect any particular group of people. (g)' .1 Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0520 — Page 4 of 6 and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https://codelibrary.amleaal.com/codes/iowacitvia/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. 0 C3� CO cn Gi Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. nw ry p a7 CJri7 co rD Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY, It is the policy of the City of Iowa City, as expressed by City Council Res=lion 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 1han:25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in `ahy judicial or administrative proceeding of committing a repeated or willful violation of the $Wa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0530 — Page 1 of 3 Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or 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. -=4 r-) M 3 ... n > rC V�rryy 4..J Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. 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 C.f+'y ) Gp �Y Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.org/manuals/specifications-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/. ti :7 `*'"ter. •�^� ...{ M iv . r co i,-n Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.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. 0 ";E C--) c_ -4: W - cn Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2021 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.org/weblink/0/edoc/1845668/CIC%20Supplementa1%20Specs.pdf or are available in the City Engineering Division Office. N a _M 00 ' m Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer -generated unit price attachment. 00 Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project Page 1 of 1 PLANS rrq a. a z . " C„f"I C'7 Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project Page 1 of 1 7011 JUL ! ! A H 9: !; 3 T r# r.w• r �/ �www w'i•ww l i CITY OF, T4ACITY UNESCO CITYRATURE PUBLIC�WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL SCOTT BLVD SIDEWALK INFILL PROJECT IOWA CITY, IOWA JULY 129 2022 0005 CERTIFICATIONS PAGE71JUL I I / . I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. 14%n 1t"a/ ALIN DUMACHI July 12, 2022 License Number: P26923 My license renewal date is December 31, 20 22 Pages or sh�ets covered by this seal: Entire Bound Document Scott Blvd Sidewalk Infill Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE 017, CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 1011 J 3 CI i` CLERK Dvt'A CITY.I ,.- 0500 CONTRACT /1 r 0510 PERFORMANCE, PAYMIT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS Scott Blvd Sidewalk Infill Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS tt11 L f J A 9: t� SCOTT BLVD SIDEWALK INFILL PROJCT "' Sealed proposals will be received by the City Clerk of the City of I a City, Iowa, 6ntl100 P.M. on the 24th day of August 2022. Sealed proposals will be open immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed d" for purposes of this Project. Proposals received after this deadline will be returned to the adder unopened. Proposals will be acted upon by the City Council at a me tin to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 61h day of September, 2022, or special meeting called for that purpose. The Project will involve the inst*ation of approxim ely 1400 linear feet of sidewalk, 905 linear feet of storm sewer pipe and assoo(ated structures and 1082 square yards of new HMA surface for the shoulder along Scott Blvd and the parking)bt at Rita's Ranch Dog Park. All work is to be done in strict complianc"it he Project Manual prepared by The City of Iowa City, of Iowa City, Iowa, which has heretofo'rqbeen approved by the City Council, and are on file for public examination in the Office of the CVKlerk. Each proposal shall be completed on a rm furn hed by the City and must be submitted in a sealed envelope. In addition, a sep ate seale nvelope shall be submitted containing a completed Bidder Status Form and a bi security exec d by a corporation authorized to contract as a surety in the State of Iowa, in t sum of 10% of e bid. The bid security shall be made payable to the TREASURER OF TH,6 CITY OF IOWA CI*Y, IOWA, and shall be forfeited to the City of Iowa City in the event the s,6ccessful bidder fails to'enter into a contract within ten (10) calendar days of the City Council', award of the contract and;post bond satisfactory to the City (in the form shown in Section k5l0) ensuring the faithful performance of the contract and maintenance of said Project, if 1equired, pursuant to the provisi6ns of this notice and the other contract documents. The City hall retain the bid security furnished'y the successful bidder until the approved contract has beefi executed, the required Perform ance,',Payment, and Maintenance Bond (as shown in Section Q510) 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 a bidders as soon as the successful bidder is determined or within thirty days, whichever is soon ,r. The successful bidder will be required to furnish a Performance, Payment, and intenance Bond in an amount equal to one hundred percent (100%) of the contract price and in th form shown in Section 0510, said bond to be issued by a responsible surety approved by the 'ty, and shall guarantee the prompt payment of all materials and labor, and also protect and save h mless the City from all claims and damages of any kind caused directly or indirectly by the opera ion of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitatioins-shall apply to this Project: Early Start Date: September 201h, 2022 Late Start Date: April 3Id, 2023 Substantial Completion Date: June 161h, 2023 Final Completion Date: June 30th, 2023 Liquidated Damages: $250 per day Scott Blvd Sidewalk Infill Project 0100 — Page 1 of 2 All bid items` hall be completed b Final Completion Date except for areas that require Seeding. '� P Y P Contractor sh'al return during seeding window, b"eep,[VI rFh Esc ,May 31st and August 10th _ September 30th'to seed those areas. The Project Manual may be examined at the office of the Pty'•C1erk. 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 n,*ority 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. f' Bidders shall list on the Proposal thp names of persons, firms, comp °Hies or other parties with whom the bidder intends to subcontra t. This list shall include the tyj6e 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've given to products and provisions grown and coal produced within the State of Iowa, and to low4\domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Scott Blvd Sidewalk Infill Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARINCfiZZJUL j �_ 10 NOTICE O PUBLIC HEARING ON PROJECT MANUi44- ; ,R AND ESTIMATED COST FOR THE SCOTT BLVV� SIDEWALK INFILL PROJECT IN THE CITY OF IOW CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA/CITY, IOWA, AND TO OTHER INTERESTED PERSON Public notice is hereby given that the City uncil of the City of Iowa City, Iowa, will conduct a public Baring on the Project Manual, including the plans, specifi tions, contract, and estimated cost for the construction f the Scott Blvd Sidewalk Infill in said cit�r at 6:00 p.m on the 2"d day of August, 2022, said meetg to be Id in the Emma J. Harvat Hall in the City Hall, 410 Ea Washington Street in said city, or if said meeting is canc ed, at the next meeting of the City Council thereafter s p sted by the City Clerk. The Project will involve theAstallation of approximately 1400 linear feet of sidewalk, 05 inear feet of storm sewer pipe and associated struct es, a d 1082 square yards of new HMA surface for the oulder ong Scott Blvd and the parking lot at Rita's Ran h Dog Par and is located along the east side of Scott B, ulevard, be een Silver Lane and I( a, Court Hill Trail, in Iowa/City, I522 Said Project May�ual and estimated c t are now on file in the office of the/ Clerk in the City H#1 in Iowa City, Iowa, and may be/'inspected by any interest6i 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 sai'improvement. This /otice is given by order of the City Council of the Cit of Iowa City, Iowa and as provided by law. i Kellie K. Fruehling, City Clerk Scott Blvd Sidewalk Infill Project 0110 — Page 1 of 1 Bid Submittals: 0200 LE INSTRUCTIONS TO BIDDERS,, ; g. OTT BLVD SIDEWALK INFILL OkOJEC CFFY I O WA G a. Time, Date d Location: Wedn day, August 24th, 2022 at 3:OOPM City Cle 's Office 410 East ashington Street Iowa City, wa 52240 0 b. Submittals include o separate sealed enve Envelope 1: id Security and Bidde� Envelope 2: P posal C. See Section 1020, as m be suoplement4, requirements and conditi s. 2. Bidder Status: a. Use the Bidder Status Form i b. Submit in accordance with 020 C. See Section 0405 for the Wor Iowa Administrative Code Ch assistance in completing the s Form L E R K Y, I 0 ,1A for complete descriptions of proposal I in Section 0405. above. .t: Authorized to Transact Business and 875 156 (73A), found at the following website: ;hapter/08-15-2018.875.156.pdf, for 3. Bid Security: a. Use the Bid Bond Form included in Secti n 0410. b. Submit in accordance with 0200.2.b abov C. Bid security is 10% of the total bid, includi all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, or a complete description of the bid security requirements. 4. Progress and Schedule: a. Contract Times: Early,Start Date: September 20th, 202 Late�Start Date: April 111, 2023 Substantial Completion Date: June 1 th 2023 Fi al Completion Date: June 30th, 2023 L' uidated Damages: $250 per day b. Work Res fictions: i. N work shall be done between 10:00 pm and 7: 0 am without the approval of the Engineer, with the exception of saw cuttin freshly poured concrete. ii. Notify the Engineer four days in advance of stree closings so that a press release can be issued. No street may be closed ithout the Engineer's approval and said notification. C. Community Events: i. The Contractor should look at community calendars to\determine potential conflicts with planned construction activities and schedule. ii. The Contractor should make sure their activities are not impacting community events. Scott Blvd Sidewalk Infill Project 0200 — Page 1 of 2 iii. No work shall occur on University of Iowa Home Football game days. AT A 5. Performance. Payment and Maintenance Bond: j " 1 ;q a. The successful bidder will be required to furnish a bond in an, amount equal to one hundred,•percent (100%) of the contract price for a,period, rive (5) year(s) after its completion and formal acceptance by the City CounqR'.` b. Use the Performance, Payment, and Maintenance Boid Form included in Section 0510. C. See Section 1,070, Part 3, as may be supplement6d, for a complete description of the bonding requirements. 6. Insurance Requirements':., a. The City of Iowa ('ity is to be listed on tb6 required insurance certificate, as an additional insured ion a primary and/non-contributory basis. Review this requirement with youl-\insurance broker` prior to bidding. b. See Section 1070, Part.,3, as may b"upplemented, for a complete description of the insurance requirem6i$s. I 7. Taxes: a. Sales Tax Exemption Certific tes will be issued according to Section 1020, 1.08 of the Supplemental S ecific ti ns. t, 8. Contract Compliance: a. For all contracts of $25,000 or mo , the successful bidder shall abide by the requirements of the City's Contract ' ompliance 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 subcontractor are required to submit at least four (4) days prior to award three (3) references invo ing similar projects, including at least one municipal reference. Award of the bid or a of specific subcontractors may be derl`ied if sufficient favorable references are n t verified or based on past experiencW on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and i lude the name, address and phone number of the contact person, for City verificat n. a Scott Blvd Sidewalk Infill Project 0200 — Page 2 of 2 INSERT IN ENVELOPE 2 0400 PROPOSAL • Y ra [..v 1011J� ��9,c3 Le�'t SCOTT BLVD SIDEWALK INFILL PROJECT `ITY i0ViA CITY OF IOWA CITY Please DO NOT USE t proposal included in the bound volume of the specifications. Separate copies of this form are co tained with this document. The following documents mu t be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder note requirement in the cor6act documents that the Bidder believes will require a conditioned or un licited alternate bid; the Bidder must immediately notify the Engineer in writing. The Engineer ill issue any negessary 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 i The undersigned bidder /submits herewith bid security in the amount of $ , in acccfidance with the terms set forth in the Project Manual. J; 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 ork" which may be required to complete the work contemplated, at unit prices or lump sums to be greed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made\betwe aith, and without collusion or connection with any other person or persons bidding on t j The undersigned bidder states that this proposal is made in cwith the Contract and agrees that, in the a ent of any discrepancies or differences he various items included in the Contract, S�mental Specification Specification Section 1040, 1overn. Scott Blvd Sidewalk Infill Project 0400 — Page 1 of 5 INSERT IN ENVELOPE 2 \ ESTIMATED UNIT EXTENDED BID ITEM , DESCRIPTION UNITS QUANTITY PRICE AMOUNT Clearing and Grubbing LS 1 2010-108-C-0 2010-108-D-3 Topsoil, Off-sitb;:.6" Depth CY 968 2010-108-E-0 Excavation Class 10 CY 41 2010-108-1-0 Modified Subbase, 4" Depth' . SY 2696 Storm Sewer, Trenched, RCP,' ., 4020-108-A-1 Class III, 15" Dia. LF 92 Storm Sewer, Trenched, RCP, 4020-108-A-1 Class III, 24" Dia. \ LF 813 Removal of RCP Storm Sewer, 4020-108-D-0 Less Than 36" Dia. F/ 67612 Storm Sewer Abandonment, Fill 4020-108-G-0 and Plug A 193 4030-108-13-0 Pipe Apron, 24" Dia. EA 4030-108-C-0 Footing for Concrete Pipe Apron i� EA r 4030-108-D-0 Aron Guard for Pipe Apron EA Circular Storm Sewer Manhole, 6010-108-A-0 SW-401, 48" Dia. EA Circular Storm Sewer Manhol , 6010-108-A-0 SW-401, 60" Dia. ! EA Storm Sewer Intake, DoubleOpen- 6010-108-B-0 throat, Large Box, SW-510' EA 6010-108-H-0 Removal of Manhole or Intake EA 1 3 1 2 5 Curb and Gutter, 8" PCO, 2.5' 7010-108-E-0 Width, 8" Thickness, CSUD Mix LF 52 HMA Shoulder Paver -dent by Ton, 7020-108-A-0 1 /2" PG-58-28H Mix ; TON 485 i 7030-108-A-0 Removal of PCC Sidewalk SY 358 7030-108-E-0 Sidewalk, PCC, 67, CSUD Mix SY 959 7030-108-E-0 Curb Ramp, PC6, 6", CSUD Mix SY 49 7030-108-G-0 i Detectable Warding SF 20 Driveway, PCC Type B, 6", CSUD 7030-108-H-1 Mix SY 50 7040-108-H-0 HMA Shoulder!Removal SY 1755 Curb and Gutter Removal, 2.5' 7040-108-1-0 Width, 8" Thickness LF 52 Pavement Markin`gT, 8020-108-C-0 Solvent/Waterborne STA 3.7 8030-108-A-0 Temporary Traffic Control LS 1 Seeding, Type 6 (Salt -resisting 9010-108-A-1 Mixture) AC 0.6 Scott Blvd Sidewalk Infill Project 0400 — Page 2 of 5 BID ITEM N 9040-108-J-0 Ri DESCRIPTION Class E 9040-108-N-0 Silt Fenc 9040-108-0-1 Stabilized I 9040-108-T-0 Inlet Protection Dec 11,020-108-A- 0 Mobilization 11,050-108-A- 0 Concrete Washout INSERT IN ENVELOPE 2 ESTIMAT UNITS QUANTI' TON 1 �f f LF b10 on Entrance SY 167 ;e EA Z 3 LS 1 PRICE EXTENDED AMOUNT TOTAL EXTENDED AMOUNT The Bidder may submit computer-gen�ated unit ice table in accordance with the Special Provisions. Scott Blvd Sidewalk Infill Project 0400 — Page 3 of 5 INSERT IN ENVELOPE 2 The names of those persons, firms, companies or other parties with who we intend to enter into a subcontract, together with the type of subcontracted work and approx' ate dollar amount of the subcontract, are as follows: NAME OF\SUBCONTRACTORS I TYPE OF WORK A APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City of Iowa City. Scott Blvd Sidewalk Infill Project 0400 — Page 4 of 5 INSERT IN ENVELOPE 2 he undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership C`7. Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Othen, Its Public Registration Number issued by the Iowa 91 C.5 of the Iowa Code is.\ missioner of Labor, pursuant to Section 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 ,\ r' Bidder's Name Signature AC Printed Name Title i v 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. Scott Blvd Sidewalk Infill Project 0400 — Page 5 of 5 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders m4st submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be complei`e;l by all bidders Part A ❑ Yes ❑ No company is authorized to transact bus' ss in Iowa. (To he you determine if your company is a orized, please review the Worksheet: Authorization to Transact Business). ❑ Yes ❑ No My company has an office to transact siness in Iowa. ❑ Yes ❑ No My compan ' office in Iowa is sui le for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company h been conductin usiness in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a bsidi of another business entity or my company is a subsidiary of another business entity that would quali s a sident bidder in Iowa. If you answered "Yes" for h question above, your company qualifies as a resident bidder. Please complete Parts B and D of this fo If you answered "No" to ne or re questions above, your company is a non-resident bidder. Please complete Parts C and D of this fo To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) , State, Zip Code: Dates: to (mm/dd/yyyy) Dates: / to City, Address: (mm/dd/yyyy) City, State, Zip You may attach additional sh et(s) if needed. Code: Co To be completed b non-resident bidders Part C 1. Name of home state or oreign country reported to the Iowa Secretary of State: 2. Does your company' home state or foreign country offer preference to bidders who are residents`? ❑ Yes ElNo 3. If you answered "Y s" to question 2, identify each preference offered by your company's home state o , foreign country and the appropriate legal ci tion. 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: Scott Blvd Sidewalk Infill Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 1 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet m 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 lowq,income tax purposes. ❑ Yes ❑ No My business is an active corporation wi#Frthe Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recei$ biennial report, and has not filed articles of dissolution. r ❑ Yes ❑ No My business is a corporation whoseiples of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authorit'fro m' the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has peither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liabilyy 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 ofJoreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partners# p which has filed a certificate of limited partnership in this state, and has not filed a statement of termfiiation.c _. r:. ❑ 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 certificatj,"qf authority has been approved and no notice of cancellation has been filed by the limited partnership or theA nited 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 businessis a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. Scott Blvd Sidewalk Infill Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM SCOTT BLVD SIDEWALK INFILL PROJECT CITY OF IOWA CITY as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein phi vided. We as Principal andySurety further promise and declare that these obligations shall bin�our heirs, executors, administrators, and successors jointly and severally. This obligation is c N ditioned on the Pri cipal submission of the accompanying bid, dated Rkr Scott Blvd Side alk Infill Project. NOW, THEREFORE, (a) If said Bid shall be rej (b) If said Bid shall be acce in the form specified, Principal's faithful perfoi performing labor or fun other respects perform Bid, or�in the alternate, pted`a d the Principal shall execute and deliver a contract and th Principal shall then furnish a security for the 'mance o aid Project, and for the payment of all persons iiphing materials in connection therewith, and shall in all the Project, agreed to by the City's acceptance of said 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 h eunder shall, in no event, exceed the amount of the obligation state; herein. By virtue of statutory aut onty, the full amount of this bid se rity shall be forfeited to the Owner in the event that the Prkipal fails to execute the contract a�d provide the security, as provided in the Project Manuallor as required by law. The Surety, for value %eceived, hereby stipulates and agrees that thg�� obligations of said Surety and its security shall iA no way be impaired or affected by any extensio'nof the time within which the Owner may accepi such Bid or may execute such contract documents and said Surety does hereby waive notice of any such time extension. of The Principal and Witness Surety hereto execute this bid security this , A.D., 20_ In By: Principal Surety (Attorney -in -fact) day (Seal) (Title) (Seal) Attach Power -of -Attorney, if applicable Scott Blvd Sidewalk Infill Project 0410 — Page 1 of 1 0500 CONTRACT SCOTT BLVD SIDEWALK INFILL PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 12 day of July, 2022, for the Scott Blvd Sidewalk Infill ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended arnpu of $ , which sums are incorporated herein by this rERerence. 2. This Contract consists of the Contract Document§ as defined in the Section 1010, 1.03, and the following additional component part which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliancy Program (Anti - Discrimination Requirements) Assurance, if applicable, rsuant to Section 0200, attached hereto; and a C. Contra tor Completed Wage Theft Affidavit, if appicablegrsuant to Sectio 0200, attached hereto. -' The above components are deemed complementary and what is c2dted foF by one shall be as binding as if called for by all. t. Scott Blvd Sidewalk Infill 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 N N N q+\ Q { r- ZE (7 C= W C-) DATED this day of �� 20 4 (The City of Iowa City will date this C tract after all signatures are obtained) CityContractor By: Signature of City Official Printed Name of City Official I ATTEST:; By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Signature of Contractor Officer ame of Contractor Officer Title of Contractor Officer A ST: Bv: \ (Company Official) Scott Blvd Sidewalk Infill Project 0500 — Page 2 of 2 F..<.w 0510 PERFORMANCE, PAYMENT, AND 1VAINttNANCEjBOND SCOTT BLVD SIDEWALK INFIL PROJECT CITY OF IOWA CITI�i Y. 14A KNOW ALL BY THESE PRESENTS: That we, , as Principal (hereinafter the "Contractor" or °Pri cipal") and , as Surety are held and firmly bound undo 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 o� dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ours'�,Ives, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such,,that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the,, day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project will involve the installation of approximately 1400 linear feet of sidewalk, 905 linear feet of storm sewer pipe and associated structures, and 108Zsquare yards of new HMA surface for the shoulder along Scott Blvd and the parking lot at Rita'sk`,Ranch Dog Park, and is located along the east side of Scott Boulevard, between Silver Lane a6q, Court Hill Trail, in Iowa City, Iowa, 52240. \ To faithfully perform all the terms and requirements of said Contralhk within the time therein specified, in a good and workmanlike manner, and in accordance with th Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bo d that the following provisions are a part of this Bond and are binding upon said Contractor and S ety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, pert m, fulfill, and abide by each and every covenant, condition, and part of said Contract, by re rence made a part hereof, for the above referenced improvements, and shall indemni and save harmless the Jurisdiction from all outlay and expense incurred by the Juris iction by reason of the Contractor's default of failure to perform as required. The Contrac r shall also be responsible for the default or failure to perform as required under the Contr t 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 Scott Blvd Sidewalk Infill Project 0510 — Page 1 of 4 portion of the contract price the Jurisdiction is required to retai until completion of the improvement, but the Contractor and Surety shall not be liabl ro said persons, firms, or or orations unless the claims of said p(aiants against sai portion of the contract price shal ve been established as provided by TAe' C:d actor and Surety hereby bind themsely to the obligations and conditions set forth i.%Chapter 573 of the Iowa Code, which by th reference is made a part hereofs tloug fully set out herein. 3. MAINTENANCE: The Contractor and the Surety op 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 ider 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 us d in construction of laid work; B. To keep all work n continuous goon repair; and C. To pay the Junsd tion's reasonable costs of monitoring and inspection to assure that any defects aremedied, a id 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 bnd shall be deemed and held bound, any contract to the contrary notwithstanding, to tl)e (lowing provisions: A. To consent without noticr6 to extension of time to the Contractor in which to perform the Contract; % ti... B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total core act 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, a`nd 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 notlo 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, 4ttorneys fees (including overhead expenses of the Jurisdiction's staff attorneys) \ and all costs and expenses of litigation as they are incu . ed by the Jurisdiction\-Lt_is intended the Contractor and Surety will defend and in d mnify the Jurisdiction on all claims made against the Jurisdiction on account of Co tractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Docum nts, in approved change orders, and in this Bond will be fulfilled, and that the Juris iction 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. Scott Blvd Sidewalk Infill Project 0510 — Page 2 of 4 \In the event the Jurisdiction incurs any "outlay and expense",.in defending itself against y claim as to whigb,the,Contractor o{ §urety should have provided the defense, or in the en orcement of the promises brverl bythe Contractor in thetontract, Contract Documents, or approved change orders., or in the enforcement of the i, omises given by the Contractor and Surety in this Bontl; ` the `Contractor and Surertdy agree that they will make the Jurisdiction whole for4I1`such' outlay and expense, rovided that the Surety's obligation under this bond shall not exceed 125% of the pen sum of this bond. In the event thet any actions or proceedings aA initiated regarding this Bond, the parties agree that the venue thereof shall be John n County, State of Iowa. If legal action is required by the Jur sdiction to enforce the p visions of this Bond or to collect the monetary obligation incurring"to the benefit of the JZ-� sdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisd' n all outlay and expense incurred therefor by the Jurisdiction. All ri ts, powers, a d remedies of the Jurisdiction hereunder shall be cumulative and not alter ative ands all be in addition to all rights, powers, and remedies given to the Jurisdiction, y law. he Jurisdiction may proceed against surety for any amount guaranteed hereunder wh ther action is brought against the Contractor or whether Contractor is joined in any su ction(s) or not. NOW THEREFORE, the co iti of this obligation is such that if said Principal shall faithfully perform all the pro ses o he Principal, as set forth and provided in the Contract and in this Bond, then this ligation all be null and void, otherwise it shall remain in full force and effect. / When a work, term, or rase is used in this Bond, it shall be interpreted or construed first as defined in this Bon and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted construed as defined in `'applicable provisions of the Iowa Code; third, if not defined i the Iowa Code, it shall be interpreted or construed according to its generally accepted interpreted/construed in the construction industry; and fourth, if it has no generally accepted meanin in the construction industry, it shall be interpreted or construed according to its c mmon or customary usage. Failure to speciily or particularize shall not exclude terms or provisions not mentioned and shall not limit lipbility hereunder. The Contract is hereby made 4art of this Bond. Scott Blvd Sidewalk Infill Project 0510 — Page 3 of 4 PRIN By Printed me of`E©ntractor Ket: L, CITY CLER K 10VVA CITY_ i�}1,, Signature of Ogntractor Officer Title of Co By SURETY: Suy6ty Company Name Signature of Attorney -in -Fact Officer Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact \ City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact r i NOTE: J% 1. All signatures on thi§' performance, payment, and maintenance bond must be original signatures in/ ink; copies, facsimile, or electronic signatures will not be accepted. /I 2. This bond must be sealed with the Surety's raised, embossin\eaal. 3. The Certificate or Flower of Attorney accompanying this bone valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and sjgnature of the Surety's Attorney-in-Fact/Oered on this bond must be, _exactly as listed on the Certificate orof Attorney accompanying phis bond. Scott Blvd Sidewalk Infill Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE JUL I I �' �• ��L4 SECTION I - GENERAL POLICY STATEMENT CiT' LU-K It is the policy of the City of, Iowa City to require equal employment opportu4nlity (h all City contract work. This policy prohibits discrimination by the City's contractors, consulta* 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)6entity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contracto , vendors or consultants, in designing and implementing equal employment opportunity sot t all citizens will be afforded equal accessibility and opportunity to gain and maintain employ nt. PROVISIONS: All contractors, vendors, and consultants reque submit an Equal Opportunity Policy Statement b 2. All City contractors, vendors, and consultants required by another governmental agency) m Contract Compliance Program. Emergency c at the discretion of the City. Regardless vendors, and consultants are subject to tho codified at Article 2 of the City Code. 3 4. 7 itin to do business with the City must F e the execution of the contract. i contcacts of $25,000 or more (or less if abideby the requirements of the City's acts ma be exempt from this provision the value o he contract, all contractors, City's Human flights Ordinance, which is Contracting departments are responsible fior assuring that City contractors, vendors, and consultants are made aware of the Oty's Contract Complianc Program reporting responsibilities and receive the appropriate reporting forms. A notifica 'on of requirements will be included in any request for pr opbsal and notice of bids. 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. Contracting departments are responsible for answering questions about ontractor, consultant and vendor complianpe during the course of the contract with the Cit . r All contractors, vendors, andi consultants must refrain from the use of any s' ns or designations which are sexio in nature, such as those which state "Men Workima" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, a d consultants must assure that their subcontractors abide by the City's Human Rights rdinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. Scott Blvd Sidewalk Infill Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The followin sets forth the minimum requirements of a satisfactory,e;Equal Employment Opporto i�y'Ptogramr which will be reviewed for acceptability. PLEASE` RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION 2QF, THE CONTRACT. With respect, to the performance of this contract, the contractor, c sultant or vendor agrees as follows: (For the purposes of these minimum requirements, "cont ctor" shall include consultants and vendors.) The contractor will not discriminate against any empl ee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their age, color, cp6ed, disability, gender identity, marital status, national origin, race, religion, sex, or sex I orientation. Such efforts shall include, but not be limited to the following: employ,• ent, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff Of termination; rates of pay or other forms of compensation; and selection for training, incl ding 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 bus Opportunity Officer? (Please print) Phone Number Street Add Equal Employment City, State, Zip Code Scott Blvd Sidewalk Infill Project 0520 — Page 2 of 6 5. The ndersigned agrees to display, in conspicuous places at the work site, all posters requir d 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, aQA recruitment sources (including unions) that you are an Equal Employment Opportunity/ mployer? The above responses are true and correctly, reflect our Eq Business Name Signature Print Name Employment Opportunity policies. C p Phone Number s- Scott Blvd Sidewalk Infill Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMP OPPORTUNITIES COMPANY POLICY NT Determine your company's policy regarding equal employme opportunities: P;ocument the policy and post it in a conspicuous place so that it is own to all your employee's.'. Furthermore, disseminate the policy to all potential sour es of employees and to your., subcontractors asking their cooperation. The policy Otement should recognize and accept your responsibility to provide equal employmen�6pportunity in all your employment practices. In regard to dissemination of this policy, th' can be done, for example, through the use of letters .to all recruitment sources an, subcontractors, personal contacts, employee meetings,'web page postings, employ handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OF t Designate an equal employment opportunity responsibility of administering and prfnc Opportunity program. This person sho Id f emphasizes the importance of the `Ofogram. 3. INSTRUCT STAFF officer or, at minimum, assign someone the ting your company's Equal Employment ave a position in your organization which 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 s/uch actions shoD\,ld be trained and required to comply with your policy and the current equal employment op)`portunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equ4opportunity 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 yie 4 diverse applicant pools. Word-of-mouth recruitment will only perpetuate the c rrent composition of your workforce. Send recruitment sources a letter annua which reaffirms your commitment to equal employment opportunity and requ is their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment proced es 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 r lect major job functions. Review education and experience requirements to ma a sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are sked. Ask yourself "Is this information necessary to judge an applicant's ability to p rform 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 Scott Blvd Sidewalk Infill 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 \employees policies to increase and/or improve the diversity of your workforce n. Companies must make sure procedures for selecting candidates n, transfer and training are based upon a fair, assessment of an ability and work record. Furthermore, all compafiies should post and blicize all job promotional opportunities an01encourage all qualified bid on them.' For your information is copy of Section 2-3-1 of the C. Code which prohibits certain discriminatory practites in employment can be found at: httos:Hcodelibrarv.amleaa . om/codes/iowacitvea/late iowacity ia/0-0-0-631#JD 2-3-1. Please note that the protec d characteristics inclu a some not mandated for protection by Federal or State law. Asa ntractor, consult a or some doing business with the City of Iowa City you are require pro to abide by a visions of the local ordinance in conjunction with your performanc�,under a co tract with the City. N ra X r Scott Blvd Sidewalk Infill Project 0520 — Page 5 of 6 ., SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all em This Company and its '6mployees shall not discriminate against a employee or applicant for employment based on h� or her age, color, creed, disability, nder identity, marital status, national origin, race, religion, sex, or sexual orientation. The ant' iscrimination policy extends to decisions involving hiring, pro tion, demotion, or transfer; rec itment or recruitment advertising; layoff or termination; rates of p or other forms of comp sation; and selection for training, including apprenticeship. Further, 4his Company and i employees will provide a working environment free from such discrimin tion. All employees are encouraged to refenority disabilities for employment. The Equal Employment Opportunity Officer is: Name: women applicants and applicants with c_. Address: r- C--) rn r r Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with yo Opportunity (EEO) officer or legal counsel to formulate a policy which speci of your company. Equal Employment illy meets the needs Scott Blvd Sidewalk Infill Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy"of the City of Iowa City, as expressed by City Coun Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts w' , or provide discretionary economic developm`gnt assistance to, any person or entity (includin an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicat guilty or liable in any judicial or administrative proceeding of committing a repeated or wi ul violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the F eral Fair Labor Standards Act or any comparable state statuter local ordinance, which gover the payment of wages, for a period of five (5) years from the dak of the last conviction, a try of plea, administrative finding or admission of guilt. (hereinafter "V1%ge Theft Policy") I. Application. The Wage The olicy applies t the following: a. Contracts in excess of $2XWds, services or public improvements. b. Contracts for discretionadevelopment assistance. °Discretionary" economic development shall mean any economic development assistance provided by tha City that is not required, by laws_II. Exceptions. The Wage Theft Pot apply to emergency purchases_„pf goods and services, emergency construic improvement work, sole source contracts excepted by the City's purchasin9'manual, cooperd' ve/piggyback purchasing or.b'ontracts with other governmental entities, a - III. Affidavit. The contracting/entity must complete a attached affidavit showing compliance with the Wage,Theft Policy and provide it t the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will in ude the following contract provision: If the City becomesaware that a person or entity (includin an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilt r liable in any judicial or administrative proceeding/of committing a repeated or willful violatio of the Iowa Wage Payment Collection law, the) Iowa Minimum Wage Act, the Federal Fair Lab r Standards Act or any comparable state statute or local ordinance, which governs the payment o wages, within the five (5) year period prior to/the award or at any time after the award, such violatio shall constitute a default under the contract. IV. Waivers. If a perjson or entity is ineligible to contract with the City as a result the Wage Theft Policy it moy submit a request in writing indicating that one or more of th following actions have be n taken: , a. There ha 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); Scott Blvd Sidewalk Infill 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 �e d. Other factors that the person or entity believes are levant. The City Manager or Designee shall review the documental on 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 ineligibilitaeriod 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. Scott Blvd Sidewalk Infill Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penal of perjury and pursuant to the laws of the State of Iowa at the following is true and correct: 1. 1 am the [position] of % ["contracting entity"] and h ve the authority to exe to this affidavit on behalf of said contracting entity and any pe son or entity with an nership interest in said contracting entity of more than 25%. 2. Neither [" ntracting entity"] nor any person or entity with an ownership interest of mor than 5% of said contracting entity has been adjudicated guilty or liable in any judi 'al administrative proceeding of committing a repeated or willful violation of the Iowa a Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Stand Act or any comparable state statute or local ordinance, which governs the payment f wa es in the last 5 years. Signature Cr- Scott Blvd Sidewalk Infill Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specific ons for use on all public improvement projects and' onstruction within the public right -of- y. The SUDAS Standard Specifications are incorporate herein by reference. Copies of th current version of the SUDAS Standard Specifications Ma al can be obtained fro the SUDAS website at: htt s:Hiowasudas.or /manuals/s e fications-manual/. These pecifications are kept on file in the City Engineer's Office and will be ma a available for viewin y City staff and the public. Previous editions of the SUDAS \Standard Specifications can be found here: httnc•//irnnraci mac nrn/arrrhivori-cnorifirc3tin / Scott Blvd Sidewalk Infill Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFIC A ONS The City of Iowa City has adopted the General Supplemental Spedifications 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. Scott Blvd Sidewalk Infill Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2,921 Edition of the SUDAS Standard Specifications Manual for use on all public improvWhent projects and construction within the public right-of-way. The Supplemental Specifica ns are incorporated herein by reference. Copies of the current version can be obtain at: https://www.iowa- cit .or /weblink/O/edoc/1 845668/Clao2oSupplemental%20SPecs.pdfAr are available in the City Engineering Division Office. N -. r n Scott Blvd Sidewalk Infill Project Page 1 of 1 SPECIAL PROVISIONS The City,�of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.6, for details on preparing computer -generated unit price attachment. N t"p C N t^-d r w T cI� Scott Blvd Sidewalk Infill Project Page 1 of 1 Scott Blvd Sidewalk Infill Project Page 1 of 1 ENGINEER'S ESTIMATE July 121h, 2022 City Clerk City of Iowa City, Iowa Re: Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project Dear City Clerk: The estimated cost of construction for this project is $355,000. Sincerely, '41 hulnal , Alin Dumachi, PE Senior Engineer C= CO CO TI Prepared by: Alin Dumachi, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5143 Resolution No. 22-181 Resolution setting a public hearing on August 2, 2022 on project manual and estimate of cost for the construction of the Scott Boulevard Sidewalk Infill 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 Scott Boulevard Sidewalk Infill Project account # S3964. 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 2"d day of August, 2022, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 1 9 r1, day of 1111 %T 2022 May r Approved by Attest: C D J,City Jerk City Attorn 's Office (Liz Craig - 07/01/2022) It was moved by u,q,-,,,,P„ and seconded by Ta3,3_er the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Alter X Bergus Harmsen X X Taylor X Teague X Thomas X Weiner Pq Sc-"t r)1Vj 5169-virk M f0 , CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 P&ed*ia P'�r t --CD PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK This is not an invoice # of Affidavits 1 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Cost: 0005337174 7/18/22 07/18/2022 $42.71 Copy of Advertisement Exhibit "A" Subscribed and sworn to before me by said affiant this 18 day of July, 2022 __? h_17/_ZJ Commission expires SARAH BERTELSEN Notary Public State of Wisconsin C%. )o-�Oa Manual and now on file in �1 }yC lerk In the d , Ibva, and jai or sold of the Iowa low. H, Prepared by: Alin Dumachi, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5143 Resolution No. 22-196 Resolution approving project manual and estimate of cost for the construction of the Scott Blvd Sidewalk Infill 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 Scott Blvd Sidewalk Infill account #S3964. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The project manual and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 241 day of August, 2022. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 6:00 p.m. on the 61h day of September, 2022, or at a special meeting called for that purpose. Passed and approved this 2nd day of August , 2022. M Approved by `�'( G Attest: Aii -� City blerk J City Attor ey's Office (Sara Greenwood - Hektoen - 07/27/2022) Resolution No. 22-1 6 Page 2 It was moved by Weiner adopted, and upon roll call there were: Ayes: and seconded by Thomas the Resolution be Nays: Absent: Alter Bergus Harmsen Taylor Teague Thomas Weiner o 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 Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project Classified ID: 111659619593 A printed copy of which is attached and made part of this certificate, provided on 08/04/2022 to be posted on the Iowa League of Cities internet site on the following date: 2022-08-04 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 08/04/2022 4 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of August 2022. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 6th day of September, 2022, or at special meeting called for that purpose. The Project will involve the installation of approximately 1400 linear feet of sidewalk, 905 linear feet of storm sewer pipe and associated structures, and 1082 square yards of new HMA surface for the shoulder along Scott Blvd and the parking lot at Rita's Ranch Dog Park. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: September 20th, 2022 Late Start Date: April 3rd, 2023 Substantial Completion Date: June 16th, 2023 Final Completion Date: June 30th, 2023 Liquidated Damages: $250 per day All bid items shall be completed by Final Completion Date except for areas that require Seeding. Contractor shall return during seeding window, between March 1 st — May 31 st and August 101h — September 30th to seed those areas. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, August 4, 2022 8:51 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 08.04.22 Notice To Bidders.pdf RISK Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City ADA Curb Ramp Project Iowa City Fairchild Street Reconstruction Project Iowa City Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): August 4, 2022 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. August 4, 2022 Date President/CEO of The Construction Update Plan Room Network DAILY NOTICE luellmllolmm construction update Cl� 0100 NOTICE TO BIDDERS SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 24th day of August 2022. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 611 day of September, 2022, or at special meeting called for that purpose. The Project will involve the installation of approximately 1400 linear feet of sidewalk, 905 linear feet of storm sewer pipe and associated structures, and 1082 square yards of new HMA surface for the shoulder along Scott Blvd and the parking lot at Rita's Ranch Dog Park. All work is to be done in strict compliance with the Project Manual prepared by The City of Iowa City, of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Early Start Date: September 20`h, 2022 Late Start Date: April 3rd, 2023 Substantial Completion Date: June 161h, 2023 Final Completion Date: June 301, 2023 Liquidated Damages: $250 per day All bid items shall be completed by Final Completion Date except for areas that require Seeding. Contractor shall return during seeding window, between March 1st — May 31st and August loth — September 30th to seed those areas. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Prepared by: Alin Dumachi, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5143 Resolution No. 22-219 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Scott Blvd Sidewalk Infill Project Whereas, Bockenstedt Excavating, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of $437,061.50 for construction of the above -named project; and Whereas, funds for this project are available in the Scott Blvd Sidewalk Infill Project account #S3964; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above - named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project is hereby awarded to Bockenstedt Excavating, Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 6th day of September , 2022 M R Approved by Attest: City Clerk City Attorn 's Office (Liz Craig - 08/26/2022 It was moved by Taylor and seconded by Weiner adopted, and upon roll call there were: Ayes: Nays: X X X X X X X Absent: Alter Bergus Harmsen Taylor Teague Thomas Weiner the Resolution be 0500 CONTRACT SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Bockenstedt Excavation, Inc. ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 12 day of July, 2022, for the Scott Blvd Sidewalk Infill And Storm Sewer Improvement ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $437,061.50, which sums are incorporated herein by this reference. 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 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 o " shall be as binding as if called for by all. c-4 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 I TYPE OF WORK COSTS ev -4 r�,r -v! DATED this 4--k day of (The City of Iowa City will date this Contract after all signatures are obtained) Citv B: Signature of City Official a3 C _,P 1 i Printed Name of Cit fficial ATTEST: B c =P ��- City C erk (for Formal P ojects onlCy APPROVED BY: City Attomey's Offic Contractor Bv: L Signature of Contractor Officer a gyp} Printed Name of Contractor Officer i 1 r;V% Title of Contractor Officer ATTEST B: (Company Offi 1 1) 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 975 loma Administratke Code Ch,wicr 150. To 42 completed by all bidders Part A es ❑ No My company is authorized to transact business in Iowa. (To help you determine ifvow• company is authorized, please review the Worksheet: Authori_ation to Transact Business). ❑/Y,es ElNo My company has an office to transact business in Iowa. es ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ;Wes ❑ 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 corpplefed by resident bi ders Part B Dates: l C to �-.-- Address: ----��--??� (mm/ddl"yy) City, State, Zip Code._:) U Dates: to Address: �iJ� Ye (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dddyyyy) City, State, Zip Code: You may attach additional sheets) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: ti 2. Does your company's home state or foreign country offer preference to bidders who are residents `� Yes d. No 3. If you answered "Yes" to question 2, identify each preference offered by your company's hot= state o�&reigt country and the appropriate legal citation.Irn - -•q . ..» You mar attach additional sheet(s) f needed To be completed by all bidders Part D I certify that the statements m de on this doc ment are true and complete to the best of my knowledge and I know that my failure to provide accurate ruthful i formation m be a ret�on to reject my bid. Firm Name: O j�[",✓�� Y Signature: Date: Fairchild Street Reconstruction Project 0405 - Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. AYes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organition is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa anghe certificate has not been revoked or canceled. = �-) --� c-) r- Fairchild Street Reconstruction Project 0405 — Page 2 of 2 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors iabide by the City's Human Rights Ordinance. The City's protected classes are listed at Irrov� a City City Code Section 2-3-1. SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) i J Phone Number Street Address City, State, Zip Code , r 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 Signature Print Name Phone Number e r Title Date CD a ^� o SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY a N TCn __4 Determine your company's policy regarding equal employment opportgn tie&, Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees aAd to your subcontractors asking their cooperation. The policy statement should 'reGonize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job -related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https://codelibrary amlegal com/codes/iowacityia/latest/iowacity ia/0-0-0-631#JD 2-3-1. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. --a MCAVAIlNG EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of Bockenstedt Excavating: This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for Bockenstedt Excavating is: Andrew Bockenstedt 3500 Dolphin Dr. Iowa City, IA 52240 319-331-1558 w ti W, C-') X- WAGE THEFT AFFIDAVIT 1, P� V '--- I 6:�,,`-'- ' , 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 C� - `'�� [position] of Q ["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 15�(�O"A�"�["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 ry �v w O 77 Li . 41- 0400 PROPOSAL SCOTT BLVD SIDEWALKINFI.LL AND STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY Please ,DO NOT ,USE .the .proposa'I included iin the bound volume ;of the specifications. Separate copies of this form are contained With this,document. The ;following ,documents must !be subm tted..as printed. :No alterations, additions,, +or deletions are allowed If the ,Bidder motes a jrequirement %[n the -contract documents that the Bidder -believes will require- a conditioned or unsolicited a'Iternate bid, the Bidder must .immediately .notify the Engineer in writing. l he'Engineer will i sue any necessaryinterpretation by an addendum. -2Name of Bidder: 0 � kI � ' � LIB TC � `"' Address of Bidder: TO: City Clerk City of ilowa ,City C,ity 'Wa l 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ ff 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 e uipment 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 ibidder further.propos,es 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. r,. The undersigned :bidder states that this proposal is -made in conformity with Me Contract and agrees that, in the event of any discrepancies or differences betweeFthe vajiious,-items included in the Contract, Supplemental Specification Section 1040., 1.03 shall g"oyern_; co "ri-r _7 L� -ESTIMATED 'UNIT ;EXTENDED BIDITEM DESCRIPTION UN1TS QUANTITY PRICE AMOUNT Clearing and Grubbing LS 1 r/ 2010-108-C-0 da- l> 201.0-108-D-3 Topsoil Off -site 6" Depth CY 968 ( , 2010-108;E-0 Excavation Class 1.0 CY 415 OXIL 2010-108-1-0 Modified Subbase 4" Depth SY 2696 Storm Sewer,, Trenched, RCP, a? �• 4020-108-A-1 Class ll'1, 15" D.ia. -LF 92 ,� Storm Sewer, Trenched, RCP, ' deg, 4020-108-A-1 Class 111, 24" Dia. 'LF 813 Removal of RCP Storm Sewer, > / 4020-108-D-0 Less Than 36" :Dia. LF 676 Storm Sewer Abandonment, Fill 4020-108-G-0 and P.Iug LF 193 ey 4030-108-13=0 Pipe Apron 24" Dia. ;EA 1 EA 1 1 `S 4030-108-C=0 Footing for Concrete Pipe Apron 4030-108-D-0 Apron Guard for Pipe Apron EA 1 Circular Storm.Sewer Manhole,��� 6010-108-A-0 SW-401 48" Dia. EA 3 Circular Storm Sewer Manhole, j 6010-108-A-0 SW-401 60" Dia. EA 1 / P Storm Sewer Intake, Double Open- / 6010-108-'B=0 throat Large Box SW-510 EA 2 L a 6010-108-H-0 Removal of Manhole or Intake EA 5 Curb and Gutter, 8" PCC, 2.5' 7010-108-E-0 Width, 8" Thickness, CSUD Mix LF 52 t-c-? HMA Shoulder Pavement by Ton,-- 7020-108-A-0 1/2" PG-58-28H,Mix TON 485 7030-108-A-0 Removal of PCC Sidewalk SY 358 7030-108-E-0 Sidewalk, PCC, 6", CSUD Mix SY 959 7030-108-E-0 Curb Ramp PCC 6" CSUD Mix SY 49 •' 7030-108-G-0 Detectable'Warning SF 20 t� Driveway, PCC, Type B, 6", CSUD 7030-108-H-1 Mix SY 50 L-,> G . 7040-108-H-0 HMA Shoulder Removal SY 1755 /, ( Curb and Gutter Removal, 2.5' 7040-108-1-0 Width, 8" Thickness LF '52 ' .Pavement Markings,i:-= 8020-108-C-0 Solvent/Waterborne STA 3.7 44§6 _ 4 "`1 8030-108-A=0 Temporary Traffic Control LS 1 'BID ITEM DESCRIPTION `UNITS ESTIMATED ,QUANTITY UNIT PRICE i i EXTENDED AMOUNT i 9010-108-A-1 Seeding, Type 6 (Salt -resisting Mixture) AC 0.47 �Q, 'Q� �¢ (- Pr '9040-108-J-0 Rip Rap Class E TON 19 f 9040-108-N-0 SiltFence L'F 510d �J 9040-108-0-1 Stabilized Construction Entrance SY 167 ram` c 9040-108-T=0 INet Protection; Device EA 3 11„020-108-A- Q 0 Mobilization 'LS 1 11,050-1-08-A- 0 Concrete Washout LS 1 i TOTALEXTENDED AMOUNT$� The .Bidder may submit computer -generated unit price table in .accordance with the Special i 'Provisions. C rn 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. _ CIO 01 The undersigned Bidder is a/an: 'E I:ndividual, Sole Proprietorship El Partnership Corporation ;E1 Limited Liability Company '0 Joint venture El 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 NaRle Signature Printed 'Name Titl - �o c `VJ Street Address City; Stat , Zip Code - 1-3 It - 11�� Telephone'Number r-n NOTE: The signature on this proposal must be an original signature in ,ink; copies, facsimiles, or electronic signatures will .not be accepted. CITY OF IOWA CITY � r � �nilir � COUNCIL ACTION REPORT September 6, 2022 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Scott Blvd Sidewalk Infill Project Prepared By: Alin Dumachi, Senior Civil Engineer Reviewed By: Jason Havel - City Engineer, Ron Knoche - Public Works Director Geoff Fruin - City Manager Fiscal Impact: $437,061.50, available in the Scott Blvd Sidewalk Infill Prpjecccount. #S3964 Recommendations: Staff: Approval Commission: N/A Attachments: Resolution =� Executive Summary: cry This agenda item awards the construction contract for the Scott Blvd Sidewalk Infill Project to Bockenstedt Excavating, Inc. of Iowa City, Iowa. The project generally includes construction of additional sidewalk on the east side of Scott Boulevard and around Rita's Ranch Dog Park, new HMA shoulder, reconstructed parking lot with delineated spaces and van accessible parking, new curb ramps at park trail entrance to meet ADA compliance, and upgraded storm sewer with new intakes and new storm sewer pipes. The construction cost estimate for the project was $355,000 and six (6) bids were received: Bidder Name City Bid Bockenstedt Excavating, Inc. Iowa City, IA $437,061.50 Midwest Concrete, Inc. Peosta, IA $456,090.75 B.G. Brecke, Inc. Cedar Rapids, IA $490,430.00 Sulzco, LLC Muscatine, IA $492,482.00 Maxwell Construction, Inc. Iowa City, IA $511,891.00 All American Concrete, Inc. West Liberty, IA $530,668.00 Based upon the bids received, staff recommends awarding the Project to Bockenstedt Excavating, Inc. of Iowa City, Iowa. Background / Analysis: This project constructs approximately 1,400 linear feet of sidewalk connecting Eastbrook Flats to Court Hill Trail along Scott Boulevard, and Rita's Ranch Dog Park to Eastbrook Street. These two segments of sidewalk provide pedestrian and bicycle connections to American Legion Road, Scott Park and Rita's Ranch Dog Park. The project includes the following design elements: • Sidewalk on the east side of Scott Blvd and around Rita's Ranch Dog Park • New HMA shoulder • Complete reconstruction of the parking lot, with new HMA surface, delineated parking spaces for 14 cars, and 1 van accessible parking space • New curb ramps at Scott Park trail entrance for ADA compliance • Replacement of existing storm sewer system, with new storm sewer pipes and intakes. Project Timeline: Construction — September 2022 — June 2023 Bond #54241535 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND SCOTT BLVD SIDEWALK INFILL AND STORM SEWER IMPROVEMENT PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: -n That we, Bockenstedt Excavating, Inc as Principal (hereinafter the "Contractor" or "Principal") and United Fire and Casualty r? as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereiriafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of four hundred thirty seven thousand sixty one dollars and fifty cents dollars ($ 437 061.50 ), 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 October 2022 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project will involve the installation of approximately 1400 linear feet of sidewalk, 905 linear feet of storm sewer pipe and associated structures, and 1082 square yards of new HMA surface for the shoulder along Scott Blvd and the parking lot at Rita's Ranch Dog Park, and is located along the east side of Scott Boulevard, between Silver Lane and Court Hill Trail, in Iowa City, Iowa, 52240. 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, Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 1 of 5 lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. -Accordingly, "all outlay and expense" would include but not be limited to all contract of employee expense, all equipment usage or rental, materials, testing, outside ?, ( a- 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 nKt ;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 fa we to perform as required in the Contract and Contract Documents, that all C y Cagreements 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 Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 2 of 5 had the Contract been performed in the first instance as required. c-: Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 3 of 5 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. �a N N CD f"I C �- ICJ ry.t Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 4 of 5 PRINCIPAL: SURETY: Andrew Bockenstedt United Fire and Casualty Printed Name of Contractor Officer Surety Company Name By By Signature of Co antr ctor Officer Signature of Attorney -in -Fact Officer President Jennifer Adams Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Relion Insurance Solutions Company Name of Attorney -in -Fact 24 Westside Dr Company Address of Attorney -in -Fact Iowa City, IA 52246 City, State, Zip Code of Attorney -in -Fact (319) 887.3700 Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of :Attorney accompanying this bond. �a +J f Scott Blvd Sidewalk Infill And Storm Sewer Improvement Project 0510 — Page 5 of 5 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 CERTIFIED COPY OF POWER OF ATTORNEY INSURANCE (original on file at Home Office of Company - See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint JEAN A. WILSON, JOE WEGMAN, BETH AMBRISCO, KRISTI NIELSON, DIANE SANDERS, SCOTT ENYART, CRAIG SCHROEDER, JOY PERKINS, BRAD HODAPP, ASHLEY LEE, JENNIFER ADAMS, RORY TRIPLETT, KYLE AUSTEN, ALEXA HOMEWOOD-WELDON, ASHLEY LEE, KARA BLACKLUND CLAPP, CHRISTINA M CHAMBERLIN, EACH INDIVIDUALLY C—D their true and lawful Anomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute ijjij beha�ll lawful f onds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $3 000 , 0 00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly att ized igicers drft Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1st day of October, 2023 unless sooner revoked ;' y 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 adoptecWtly the Bolds of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. Cn "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "Ihe President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its � , o`�� iNsu"' 1st day of October, 2021 tly N,T �," .c�pc ........... O q41..vice president and its corporate seal to be hereto affixed this 9 coxroRATE = ° CORPORATE 01S �; = a.� = UNITED FIRE & CASUALTY COMPANY 35 ;; 996 i„ UNITED FIRE & INDEMNITY COMPANY SEAL SEAL�`..O lie2`g FINANCIAL PACIFIC INSURANCE COMPANY """"''��''run�r�°`'� """"'/�hiniiili�o���,``` „nnw,oao�•• Q By: State of Iowa, County of Linn, ss: Vice President On 1st day of October, 2021, before me personally came Dennis J. Richmann to me known, who being by me duly swom, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Patti Waddell Iowa Notarial Seal € Commission number713274 Notary Public ow► my Commission Expires 10/26/2022 My commission expires: 10/26/2022 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 6th day of October 12022 \\\1111�1�e11p1//i P\ q �\' rIU U ` / \\pWR7Nfq INS q A _(y.-(�- CORPORATE P� % �� CORPORATE ;Z c Q� 2�uCV �� v� {/ /` / l C _ _ - _ _ - _� :C= BY: 1 SEAL SEA1986 L - ;Z',O !;'$, Assistant Secretary, FOP' !,: �"",.....* Rl,,,,m•���0 OF&C & OF&I & FPIC //11111111N BPOA0045 122017 � r Ila Afth CITY OF IOWA CITY ENGINEER'S REPORT UNESCO CITY OF LITERATURE 4LQEast_Wash.i.ngt_on-tr_e_et . January 23, 2024 Iowa City, Iowa 52240-1826 319-356-5000 1 www.icgov.org City Council Iowa City, Iowa Re: 2023 Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project Dear City Council: I hereby certify that the 2024 Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project has been completed by Bockenstedt Excavating, Inc. of Iowa City, Iowa, in substantial accordance with the Project Manual developed by the City of Iowa City Engineering Division. The project was bid as a unit price contract and the final contract price is $450,910.59. There were eight (8) change orders on this project, as follows: 1. Drain tile repair and route to Ralston Creek ($3,575.00). 2. Intake modification ($2,725.00) 3. Manhole modification ($3,950.00) 4. Pay item substitution (-$3,513.00) 5. Temporary traffic signals ($6,599.95) 6. Pavement removal, 8-inch ($1,500.00) 7. 1-inch water service connection for drinking fountain at Rita's Ranch Dog Park ($11,770.00) 8. Adjustment for final quantities (-$12,757.86). Total Cost Difference for Change Orders: $13,849.09 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P City Engineer Prepared by: Alin Dumachi, Sr. Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5143 Resolution No. 24-25 Resolution accepting the work for the Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project Whereas, the Engineering Division has recommended that the work for construction of the Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project, as included in a contract between the City of Iowa City and Bockenstedt Excavating, Inc. of Iowa City, Iowa, dated July 121h, 2022, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Scott Blvd Sidewalk Infill and Storm Sewer Improvement Project account # S3964; and Whereas, the final contract price is $450,910.59. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of February , 2024 Attest: City Oerk Kn, � �-- ) M Approved by /W/ . . - City Attorn s ffice (Liz Craig — 02/01 /2024) It was moved by Dunn and seconded by saiih the Resolution be adopted, and upon roll call there were: Ayes: x X X X x X X Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague