Loading...
HomeMy WebLinkAboutKIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT 2024KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT 02-Apr-2024 Plans, Specs, Project Manual and Engineer's Estimate of Cost 02-Apr-2024 Res No. 24-82: Resolution Setting a Public Hearing 16-Apr-2024 Res No. 24-102: Resolution approving project manual & estimate of cost for construction 08-Apr-2024 Notice of Public Hearing 18-Apr-2024 Notice to Bidders 21-May-2024 Res No. 24-139: Award Contract for Construction 30-Oct-2024 Engineer's report 30-Oct-2024 Performance, Payment, & Maintenance Bond 04-Nov-2024 Res No. 24-270: Accepting the work � - 1 fi rtIII CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT � IOWA CITY, IOWA IED March 29, 2024 ENGINEER'S ESTIMATE March 11, 2024 City Clerk City of Iowa City, Iowa nl � M=Ito cmccr CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240-1826 319-356-5000 1 www.icgov.org Re: Kirkwood Ave CRANDIC Railroad Crossing Project Dear City Clerk: The engineer's estimate of probable construction cost for the Kirkwood Ave CRANDIC Railroad Crossing Project is $165,000. Sincerely, Jason Havel, P.E. City Engineer JE G till t I I cl:-y wf 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 '`a'tilf �� S1E7�� `• , , under the laws of the State of Iowa. SCOTT IC. Date SOVERS 17141 ° License Number: P17141 °%a�P, My license renewal date is December 31, 20 25 OW Pages or sheets covered by this seal: Entire Bound Document Kirkwood Avenue Crandic Railroad Crossing Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS I V Kirkwood Avenue Crandic Railroad Crossing Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9th day of May 2024. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 21st day of May, 2024, or at special meeting called for that purpose. The Project generally includes the removal and replacement of pavement and sidewalk, ADA compliant curb ramps, and improvements to the storm sewer intakes. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City Engineering Department, 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 option of the contract, and shall also guarantee the maintenance of the improvement for a;_perigq of five ,(5) years from and after its completion and formal acceptance by the City CounclL'' cry Kirkwood Avenue Crandic Railroad Crossing Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: June 10, 2024 Substantial Completion Date: July 12, 2024 Final Completion Date: September 20, 2024 Liquidated Damages: $250 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except seeding. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK c �r ���� 1`1 W wyM V n Kirkwood Avenue Crandic Railroad Crossing Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING 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 Kirkwood Avenue Crandic Railroad Crossing in said city at 6:00 p.m. on the 16th day of April, 2024, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project generally includes removal and replacement of pavement and sidewalk, ADA compliant curb ramps, and improvements to the storm sewer intakes at the Kirkwood Avenue and Maiden Lane Intersection. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Grace, City Clerk E 3,. --v C-)- ::tC :<r-- ► M cn Kirkwood Avenue Crandic Railroad Crossing Project 0110 — Page 1 of 1 uO 0200 INSTRUCTIONS TO BIDDERS KIRKW000 AVENUE CRANDIC RAILROAD CROSSING PROJECT Bict." ubmittals: ram., ; a. .; Time, Date and Location: 3:00 pm on May 9, 2024 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 2. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 3. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 4. Progress and Schedule: a. Contract Times: Specified Start Date: June 10, 2024 Substantial Completion Date: July 12, 2024 Final Completion Date: September 20, 2024 Liquidated Damages: $250 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except seeding. 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 Kirkwood Avenue Crandic Railroad Crossing Project 0200 — Page 1 of 2 community events. LO iii. No work shall occur on University of Iowa Home Football game days. M 5�,, Performance, Payment and Maintenance Bond: a.t Tate 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) years after its mpletion and formal acceptance by the City Council. b.ar 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 F., the bonding requirements. 6. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 7. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 8. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 9. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 10. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 11. Contract Documentation: a. The Contractor must demonstrate an active subscription to Doc Express (program by Info Tech, Inc.) is maintained. Doc Express will be used to process documentation, including, but not limited to, contract documents, change orders, shop drawings, certificates, equipment lists, progress payments, and other electronic submittals. b. Record documentation is required on all projects in accordance with Section 1090, 1.08.E of the Supplemental Specifications. Liquidated damages will be considered if adequate record documentation is not submitted by the Final Completion Date. Kirkwood Avenue Crandic Railroad Crossing Project 0200 — Page 2 of 2 INSERT IN ENVELOPE 2 0400 PROPOSAL KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrs that, in the event of any discrepancies or differences between the various items include Lin the Contract, Supplemental Specification Section 1040, 1.03 shall govern. I CL ��..� ,r\J }-- .. 1 h CD Kirkwood Avenue Crandic Railroad Crossing Project 0400 — Page 1 of 5 INSERT IN ENVELOPE 2 BID ITEM DESCRIPTION Section 1 ESTIMATED UNIT EXTENDED UNITS QUANTITY PRICE AMOUNT 1 Topsoil, Off -site CY 14 2 Excavation, Class 10 CY 20 Below Grade Excavation (Core Out) (Contingency 3 Item) CY 30 Subbase, Modified, 12 4 Inches SY 395 Valve Box Replacement 5 (Contingency Item) EA 4 Manhole Adjustment, 6 Minor EA 3 Intake Adjustment, 7 Major, Top and Throat EA 2 Pavement, PCC, 9 8 Inches, C-SLID SY 255 Pavement, PCC, 9 Inches, C-SUD 9 Reinforced SY 157 10 Sidewalk Removal SY 80 Sidewalk, C-SUD PCC, 11 6lnches SY 34 Sidewalk, C-SLID PCC, 12 4Inches SY 28 Detectable Warning, 13 Cast Iron, Brick Red SF 40 Full Depth Patch, HMA, 14 6lnches SY 14 15 Pavement Removal SY 383 Painted Pavement 16 Markings, High Build STA 7.5 Painted Symbols and r�-; r 17 Legends, High Build EA 3-- Temporary Traffic 18 Control LS 1 _:{ ry Hydraulic Seeding, ♦LL. -v 't Seeding, Fertilizing, and 19 Mulching (Type 1) SF 574ISO Inlet Protection Device, Cn 20 Surface -Applied EA 2 21 Construction Survey LS 1 22 Mobilization LS 1 23 Concrete Washout LS 1 Kirkwood Avenue Crandic Railroad Crossing Project 0400 — Page 2 of 5 INSERT IN ENVELOPE 2 BID ITEM DESCRIPTION Railroad Protective Liability Insurance for 24 CRANDIC Rail ESTIMATED UNITS QUANTITY LS 1 UNIT EXTENDED PRICE AMOUNT TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. LO t" CD Kirkwood Avenue Crandic Railroad Crossing 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. U") t.: BCD Cl- Kirkwood Avenue Crandic Railroad Crossing 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 cW Title {:: Street Address -'• W •1 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. Kirkwood Avenue Crandic Railroad Crossing Project 0400 — Page 5 of 5 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes No •• My company is authorized to transact business in Iowa. (r LWp you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ Yes Now 1100nipany has an office to transact business in Iowa. ❑ Yes NO � mpany's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ yes "'❑ N� I►4y-ompany has been conducting business in Iowa for at least 3 years prior to the first request for bids on this px�ct. ❑ Yes ❑ N�+ MyZmpany 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) Dates: to (mm/dd/yyyy) Dates: to City, State, Zip Code: Address: City, State, Zip Code: 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 l . Namc of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Kirkwood Avenue Crandic Railroad Crossing 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 ❑ Nb-` My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, had- received a certificate of authority to transact business in Iowa and the certificate has not been revokec=6-r canceled. cl- CD Kirkwood Avenue Crandic Railroad Crossing Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING 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 Kirkwood Avenue Crandic Railroad Crossing 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 end the Surety hereto execute this bid security this day of A.D., 20 (Seal) Witness Principal c^ w By: (Title) Zl ..- (Seal) Surety By: Witness (Attorney -in -fact) Attach Power -of -Attorney, if applicable Kirkwood Avenue Crandic Railroad Crossing Project 0410 — Page 1 of 1 and 0500 CONTRACT KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT CITY OF IOWA CITY This Contract is made and entered into by and between the City of Iowa City, Iowa ("City"), ("Contractor"). Whereas, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 29th day of March, 2024, for the Kirkwood Avenue Crandic Railroad Crossing ("Project"), and Whereas, the City publicly solicited bids for construction of said Project; and Whereas, Contractor submitted a bid on the Project described in said Project Manual; and Whereas, the parties hereto now wish to enter into this Contract for the construction of said Project. Now, therefore, it is agreed: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to `NI. Section 0200, attached hereto. CL- The above',components are deemed complementary and what is called for by one shall b44as bi'rIoing as if called for by all. ::. a- ..... a t"••s Kirkwood Avenue Crandic Railroad Crossing 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 8 Lu > DATED this day of , 20 (The City of Iowa City will date this Contract after all signatures are obtained) Cit Contractor Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: Bv: 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) Kirkwood Avenue Crandic Railroad Crossing Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT CITY OF IOWA CITY Know All by These Presents: That we, as Principal (hereinafter the "Contractor" or "Principal") and , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project generally includes the removal and replacement of pavement and sidewalk, ADA compliant curb ramps, and improvements to the storm sewer intakes. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. Performance: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a pa,q hereof, for the above referenced improvements, and shall indemnify and save h&mless.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 ats'o be (69ponsible for the default or failure to perform as required under the Contract and Contracf Documents by all its subcontractors, suppliers, agents, or employees furnishing aif terial5=©r providing labor in the performance of the Contract. 2. yment 'The Contractor and the Surety on this Bond hereby agreed to pay all just claims spbmitted:'by persons, firms, subcontractors, and corporations furnishing materials for or preeforming labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been Kirkwood Avenue Crandic Railroad Crossing Project 0510 — Page 1 of 4 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 years (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 years (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside c experts, attorneys fees (including overhead expenses of the Jurisdiction's staff C\' 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 falll fe to perform as required in the Contract and Contract Documents, that all �' agrpments 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 r; had the Contract been performed in the first instance as required. Kirkwood Avenue Crandic Railroad Crossing Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. Now therefore, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Fail4ke to specify or particularize shall not exclude terms or provisions not mentioned and y shallot jp liability hereunder. The Contract is hereby made a part of this Bond. , Kirkwood Avenue Crandic Railroad Crossing Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney -in -Fact Officer Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. c-. ce CD UJ o,w CD Kirkwood Avenue Crandic Railroad Crossing Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. Provisions: 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 subcontracts abide by the City's Human Rights Ordinance. The City's protected classes arelister t Iowa City City Code Section 2-3-1. r�- r,-T -0 ` Z v �r Kirkwood Avenue Crandic Railroad Crossing 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. 4. Where is this statement posted? What is the name, telephone Opportunity Officer? cam.: (Tease print) c.- Phone, Number number and address of your business' Equal Employment Street Address City, State, Zip Code Kirkwood Avenue Crandic Railroad Crossing 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 r�- c� Phone Number Title Date Kirkwood Avenue Crandic Railroad Crossing Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1 ',J.T C(9MPj��FY POLICY CvJ r De1@rmir6`-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. Fu'hermore, disseminate the policy to all potential sources of employees and to your suontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to ensure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job -related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased Kirkwood Avenue Crandic Railroad Crossing 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://codelibrarV.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. cu CD o~ 0- L LJ cv Kirkwood Avenue Crandic Railroad Crossing 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. f-- cI l VC � LLJ Kirkwood Avenue Crandic Railroad Crossing Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. 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. 1 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 actens 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); Kirkwood Avenue Crandic Railroad Crossing Project 0530 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. r— C :� cv f - w CV R Kirkwood Avenue Crandic Railroad Crossing 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 r- cv 9..a�..r LLJ .,.«.� C� N" Kirkwood Avenue Crandic Railroad Crossing 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 https://iowasudas.org/archived-specifications/. UJ Cl- nm+s64F�o �y '. CD Specifications can be found here: Kirkwood Avenue Crandic Railroad Crossing 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. r-• N � C7 g CX- >� 3 (v ( f 1-7 KirkwoodAvenue Crandic Railroad Crossing Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2024 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: httl)s://www.iowa- city.org/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. r--- `' .c i� Kirkwood Avenue Crandic Railroad Crossing Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer -generated unit price attachment. This project includes several additional modifications to the SUDAS Standard Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual. N „Q .. 0- --i ?- �'. Q Kirkwood Avenue Crandic Railroad Crossing Project Page 1 of 1 PLANS r- N c:) C) Kirkwood Avenue Crandic Railroad Crossing Project Page 1 of 1 Johnson County, Iowa ENGINEERING DIVISION KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS LOCATION MAP ON Not to Scale W \ — PRENTISS ST r --BOWERY ST 1 \ul - f .---BENTON ST —.. Lu ( —o— 1 `3 a PROJECT LOCATION can UIRKWOOD AVE _U)_ -- Uj ED LU — f ; 61 rn ----"HIGHLAND AVE'--' -- mm Ma t v M INDEX I COVER 2 GENERAL NOTES, QUANTITIES, LEGEND 5 QUANTITIES 8t ESTIMATE REFERENCE 4 DETAILS 5 REMOVALS 6 ROADWAY PAVEMENT 7 UTILITIES 8 SIDEWALK AND CURB RAMPS 9 PAVEMENT MARKINGS 10 DETOUR * IOWA ONE CALL aoo-ssa-sass TOLL FREE CALL BEFORE YOU DIG Do Not Scale IOWA CITY ENGINEERING — 1 CITY OF IOWA CITY ENGINEERING DIVISION APPROVED CITY ENGINEER DATE I hereby certify that this engineering document was prepared by me ion andtoftthe O..'�SS... 11, Iicensedr Prof sisio aPEngineer undermersonalsthe laws Stated of Iowa. " 9� ,��•� Signed: Date: SCOTT K. BONERS17141 z + / Ja+ ��ii *•"••••••"� * , StOTT K. SOVERS, P.E. Iowa License No. 17141 My licensed renewal date is December 31, 2024 Pages or sheets covered by this seal: �M Johnson County, Iowa 71"ll ANi -2 PH 1: 28 CITo 10 XA CITY--,-, ENGINEERING DIVISION KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS = I m I CONTACTS GENERAL NOTES UTILITY NOTES GENERAL LEGEND THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: GAS & ELECTRIC MID AMERICAN ENERGY CO. 1630 LOWER MUSCATINE RD. IOWA CITY, IOWA 52240 JOE RETEK - GAS PHONE: 319-341-4457 LINDSAY HOUSTON - ELECTRIC PHONE: 319-341-4419 FIBER OPTIC UTILITY LOCATING CITY OF IOWA CITY CENTURY LINK/LUMEN 615 3RD AVENUE SE CEDAR RAPIDS, IA 54201 JAKE ORNSBY PHONE: 319-383-1270 MEDIACOM 546 SOUTHGATE AVENUE IOWA CITY, IOWA 52240 DARWIN DRISCOLL PHONE: 319-351-0408 x3702 MOBILE: 845-204-5742 A.T. &T. 1425 OAK STREET KANSAS CITY, MO 64106 LENNY VOHS PHONE: 816-275-4014 MOBILE: 770-335-8244 AUREON JEFF KLOCKO PHONE: 515-240-2544 MOBILE: 515-830-0445 CITY OF IOWA CITY WATER DIVISION PHONE: 319-356-5160 UNIVERSITY OF IOWA GEORGE STUMPF PHONE: 319-335-2814 IMON RANDY SCHOON PHONE: 319-261-4630 MOBILE: 319-553-1176 ONE CALL PHONE: 1-800-292-89 89 WATER DIVISION JON DURST PHONE: 319-356-5160 SEWER DIVISION JESSE EISTER PHONE: 319-631-1144 TRAFFIC ENGINEERING BROCK HOLUB PHONE: 319-356-5482 PARKS AND FORESTRY TYLER BAIRD PHONE: 319-356-2069 I. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) AND THE CITY OF IOWA CITY STANDARD SPECIFICATIONS AND DETAILS, UNLESS OTHERWISE SPECIFIED BY DETAILS AND NOTES SHOWN IN THE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND/OR PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF DRIVEWAY MODIFICATION THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO THEIR PROPERTY. 5. EROSION CONTROL MEASURES NECESSARY TO PROTECT PROJECT SITE AGAINST SILTATION, EROSION, AND DUST POLLUTION. PROJECT SITE SHALL COMPLY WITH SOIL EROSION CONTROL REQUIREMENTS OF IOWA CODE AND LOCAL ORDINANCES. 6. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE PLANE IOWA SOUTH ZONE; US SURVEY FOOT NAD83 (1996 HARN) AND NAVD 88 RESPECTIVELY. 7. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION SHALL REMAIN IN PLACE. THE CONTRACTOR SHALL PROCEED WITH CONSTRUCTION ACTIVITIES IN SUCH A MANNER TO PROTECT ALL TREES AND SITE FEATURES WHICH WILL REMAIN IN PLACE. 8. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER MAIN AND VALVE ADJUSTMENT WORK WITH THE IOWA CITY WATER DIVISION. 9. 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 APPLICABLE SPECIFICATIONS, APPROVED BY THE ENGINEER AND SHALL BE INCIDENTAL. 10.PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. 11. TRAFFIC CONTROL IS TO BE SET UP FOR CRANDIC TO CONSTRUCT THEIR PORTION OF THE PROJECT WITH THE CITY -CONTRACTED CONSTRUCTION TO FOLLOW. 12. ASPHALT PATCH IS INCIDENTAL TO SIDEWALK CONSTRUCTION. 13.MINOR VALVE ADJUSTMENTS ARE INCIDENTAL TO PAVEMENT (SUDAS 5020-F) IOWA CODE 480, UNDERGROUND FACILITIES INFORMATION, REQUIRES VERBAL NOTICE TO IOWA ONE CALL, 1-800-292-8989, NOT LESS THAN 48 HOURS BEFORE EXCAVATING, EXCLUDING WEEKENDS AND LEGAL HOLIDAYS. 2. WHERE EXISTING POWER POLES ARE IN CLOSE PROXIMITY TO OPEN AREAS, UTILITY COMPANIES SHOULD BE CONTACTED TO HOLD THE POLES DURING CONSTRUCTION. SCHEDULE ACCORDINGLY. 3. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. 4. 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. 5. 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: • NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION; • COORDINATE OPERATIONS WITH UTILITIES; • AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES; • DETERMINE EXISTENCE AND EXACT LOCATION OF UNDERGROUND UTILITIES AND AVOID DAMAGE THERETO; • 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. EDGE OF PAVEMENT MANHOLE O MIA RIGHT OF WAY (ROW) CATCH BASIN ❑ CB CENTERLINE — CLEANOUT CO TREE, DECIDUOUS �. GUY WIRE U TREE, CONIFEROUS FIRE HYDRANT HEDGE/TREE COVER CULVERT �----- l FENCE o a D DRAINAGE LINE RETAINING WALL ® GAS MAIN BUILDING BURIED TELEPHONE CABLE —T----'---- BACK OF CURB TO BACK OF CURB B-B BURIED TELEVISION CABLE —^----"---- PORTLAND CEMENT CONCRETE PCC BURIED ELECTRIC —` ----` ---- HOT MIX ASPHALT HMA OVERHEAD ELECTRIC —I`�---�`�--- MAILBOX MB WATER MAIN —"----"---- SIDEWALK SW FIBER OPTIC CABLE —----FO---- WATER METER WM SANITARY SEWER —"'— DUCTILE IRON PIPE DIP STORM SEWER REINFORCED CONCRETE PIPE RCP LIGHT POLE D SIGNS o F UTILITY BOXES POWER POLE lQr PP WATER VALVE D° VVV GAS VALVE m GV s WATER SHUT OFF SEEDING 0 PCC REMOVAL SIDEWALK REMOVAL PCC PAVING PCC JOINTING — REINFORCED PCC PAVING RR CONSTRUCTION (OTHERS) co itCITY OF I OWA CITY ENGINEERING DESIGN: EJY PROJECT: SHEET TITLE: SHEET: iDIVISION DRAWN: KKL KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS GENERAL NOTES, QUANTITIES, LEGEND 2 DATE: 04/02/2024 ESTIMATE REFERENCE INFORMATION ITEM NO. ITEM CODE DESCRIPTION I 2010-D-1 TOP SOIL, OFF -SITE A. MEASUREMENT WILL BE IN CUBIC YARDS AND WILL BE COMPUTED ON THE BASIS OF A UNIFORM 8 INCH FINISHED THICKNESS, OR AS SPECIFIED 2 2010-E EXCAVATION, CLASS 10, 12 INCHES A. REMOVE SUBGRADE MATERIAL, 1.35 SHRINKAGE FACTOR. B. THIS IS A PLANNED QUANTITY ITEM. 3 2010-F BELOW GRADE EXCAVATION (CORE OUT) A. BID ITEM INCLUDES REMOVAL OF UNSUITABLE MATERIAL BELOW PROPOSED SUBBASE FOUND DURING CONSTRUCTION AS DIRECTED BY THE ENGINEER. B. BID ITEM INCLUDES CONTRACTOR WASTING UNSUITABLE MATERIAL OFF -SITE. QUANTITY IS ESTIMATED AT 30 CY AND DOES NOT INCLUDE SHRINK FACTOR. 4 2010-J SUBBASE, MODIFIED, 12 INCHES A. 12-INCH SUBBASE TO BE PLACED UNDER ALL PCC ROADWAY PAVEMENT PLUS 2 FEET ON EACH SIDE, MEASURED IN SQUARE YARDS. 5 5020-F VALVE BOX REPLACEMENT A. THIS IS A CONTINGENCY ITEM IS THE VALVE BOXES ARE NOT ABLE TO BE ADJUSTED. B. MINOR ADJUSTMENT OF VALVE BOXES ARE INCIDENTAL TO PAVEMENT. 6 6010-E-I MANHOLE ADJUSTMENT, MINOR A. INCLUDES, BUT NOT LIMITED TO, REMOVING EXISTING CASTING AND EXISTING ADJUSTMENT RINGS, FURNISHING AND INSTALLING ADJUSTMENT RINGS, FURNISHING AND INSTALLING NEW CASTING WITH CITY LOGO, AND INSTALLING NEW INFILTRATION BARRIER 7 6010-F-2 INTAKE ADJUSTMENT, MAJOR, THROAT AND TOP A. INCLUDES, BUT NOT LIMITED TO, REMOVAL OF EXISTING CASTING, ADJUSTMENT RINGS, TOP SECTIONS, AND RISERS; EXCAVATION; CONCRETE AND REINFORCING STEEL OR PRECAST SECTIONS; FURNISHING AND INSTALLING NEW CASTING WITH CITY LOGO; PLACING BACKFILL MATERIAL; AND COMPACTION. 8 7010-A PAVEMENT, PCC, 9 INCHES, C-SUD A. ITEM TO BE PAID OUT AS PLANNED QUANTITY 9 7010-A PAVEMENT, PCC, 9 INCHES, C-SUD REINFORCED A. ITEM TO BE PAID OUT AS PLANNED QUANTITY 10 7030-A REMOVAL OF SIDEWALK II 7030-E SIDEWALK, C-SUD PCC, 6 INCHES A. REFER TO PLANS FOR LOCATION B. ITEM TO BE PAID OUT AS PLANNED QUANTITY 12 7050-E SIDEWALK, C-SUD PCC, 4 INCHES A. REFER TO PLANS FOR LOCATION B. ITEM TO BE PAID OUT AS PLANNED QUANTITY 13 7030-G DETECTABLE WARNING, CAST IRON, BRICK RED 14 7040-A FULL DEPTH PATCH, HMA, 6 INCHES A. Mix DESIGN, HT BASE, 112", PG 58-28H AND HT SURF, 112", PG 58-28H B. INCLUDES ITEM IN PARKING LOT AND CONNECTION BETWEEN PAVEMENT AND HMA TO SOUTH ON MAIDEN LANE. 15 7040-H PAVEMENT REMOVAL 16 8020-D PAINTED PAVEMENT MARKINGS, HIGH BUILD 17 8020-G PAINTED SYMBOLS AND LEGENDS, HIGH BUILD A. REFER TO PLANS FOR LOCATION B. REFER TO DETAIL FOR SYMBOLS 18 8030-A TEMPORARY TRAFFIC CONTROL A. ITEM IS TO BE SET UP PRIOR TO RAILROADS PORTION OF PROJECT AND CITY CONSTRUCTION TO FOLLOW 19 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE I 20 9040-T-I INLET PROTECTION DEVICE, SURFACE -APPLIED A. KEEP IN PLACE UNTIL PERMANENT SEEDING HAS BEEN ESTABLISHED. 21 11010-A CONSTRUCTION SURVEY 22 11020-A MOBILIZATION 23 11050-A CONCRETE WASHOUT A. INCLUDED FOR INSTALLATION AND REMOVAL OF CONCRETE WASHOUTS TO BE USED DURING CONSTRUCTION. 4 1070-3.02-C-4 RAILROAD PROTECTIVE LIABILITY INSURANCE FOR CRANDIC RAIL p A. ADDITIONAL INSURANCE REQUIREMENT REQUIRED AS PART OF THE PROJECT. ITEM SUDAS DESCRIPTION QUANTITY UNIT I 2010-D-1 TOPSOIL, ON -SITE 14 CY 2 2010-E EXCAVATION, CLASS 10, 12 INCHES 20 CY 3 2010-F BELOW GRADE EXCAVATION (CORE OUT) (CONTINGENCY ITEM) 30 CY 4 2010-J SUBBASE, MODIFIED, 12 INCHES 395 SY 5 5020-F VALVE BOX REPLACEMENT 4 EA 6 6010-E-1 MANHOLE ADJUSTMENT, MINOR 3 EA 7 6010-F-2 INTAKE ADJUSTMENT, MAJOR, TOP AND THROAT 2 EA 8 7010-A PAVEMENT, PCC, 9 INCHES, C-SUD 255 SY 9 7010-A PAVEMENT, PCC, 9 INCHES, C-SUD REINFORCED 157 SY 10 7030-A-I SIDEWALK REMOVAL 80 SY II 7030-E SIDEWALK C-SUD PCC, 6 INCHES 34 SY 12 7030-E SIDEWALK C-SUD PCC, 4 INCHES 28 SY 13 7030-G DETECTABLE WARNING, CAST IRON, BRICK RED 40 SF 14 7040-A FULL DEPTH PATCH, HMA, 6 INCHES 18 SY 15 7040-H PAVEMENT REMOVAL 383 SY 16 8020-D PAINTED PAVEMENT MARKINGS, HIGH BUILD 7.5 STA 17 8020-G PAINTED SYMBOLS AND LEGENDS, HIGH BUILD 3 EA 18 8030-A TEMPORARY TRAFFIC CONTROL I LS 19 9010-B HYDRAULIC SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 1 574 SF 20 9040-T-I INLET PROTECTION DEVICE, SURFACE -APPLIED 2 EA 21 11010-A CONSTRUCTION SURVEY I LS 22 11020-A MOBILIZATION I LS 23 11050-A I CONCRETE WASHOUT I LS 24 1070-3.02-C-4 IRAILROAD PROTECTIVE LIABILITY INSURANCE FOR CRANDIC RAIL I LS 3Dft ;r1 !"V 00 CITY OF IOWA CITY ENGINEERING IDATE: DESIGN: EJY I PROJECT: I SHEET TITLE: I SHEET:IDIVISION DRAWN: KKL KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS QUANTITIES & ESTIMATE REFERENCE 3 04/02/2024 3- See Detail A or B O �18" Long Dowel at 12" Centers 'CD' O®® DOWELED CONTRACTION JOINT Joint Sealant Material 1 \ 4 +8 Saw CuR Crack or Joint Line 4ill+ ± 16 Saw Cut DETAIL A (Saw cut formed by conventional concrete sawing equipment.) Joint Sealant Material ill to 116 Saw Cut 4" ± 8"� A 14,+4, Crack orU4A Joint Line DETAIL B (Saw cut formed by approved early concrete sawing equipment.) Joint Sealant Crack or - Joint Line 4ill+ ± 16 Saw Cut DETAIL C 1 4" ± 4" Saw Cut 10 See dowel assemblies for fabrication details. 2� See Bar Size Table for Contraction Joints on Sheet 2. �3 Place bars within the limits shown under dowel assemblies. ® Unless specified otherwise, use'CD'transver e contraction joints in mainline pavement wher(JT is greater or equal to 8 inches. Use 'C' joints when jT is less than 8 inches. Saw 'CD' joint to a depth of T/3 ± 1/4'; saw 'C' joint to a depth of T/4 ± 1/4". BAR SIZE TABLE FOR CONTRACTION JOINTS O Solid Dowel Diameter Tubular Dowel Diameter Tie Bar Size < 8" 3/4" 7/8- #6 >_ 8" but < 10" 1 1/4" 1 3/8" #10 >_ 10" 1 1 /2" 1 5/8" # 11 Tubular Dowel Bars will not be allowed for RD joints. See Detail D-2 -L-2- CONTRACTION JOINT 0 Joint I Bars I Bar Length and Spacing >_ 8" 1 'L-2' 1 #5 1 36" Long at 18" Centers Joint Sealant �4ill+ ± 16 Saw Cut T/3 ± 4' DETAIL D-2 Crack or Joint Line 2„ to 4, Top of Pavement Sealant SECTION A -A (Detail at Edge of Pavement) LEGEND ryryyy�� '//� M M �p���� �� P y -101 Existing Pavement rp7{IRL /MU" STAWA nyry/ryy� Proposed Pavement I ,JOINTS NOTE: I. REINFORCEMENT BARS SHALL BE PLACED AT ALL LOCATIONS WHERE STORM SEWER IS UNDER PAVEMENT. 2. BARS SHALL BE EACH DIRECTION AT 12-INCH ON CENTER. 3. ALL TIES, CHAIRS, AND ANCHORS ARE INCIDENTAL TO THE REINFORCING. _ F- OVERLAPS WILL NOT BE MEASURED FOR Z PAVEMENT. w J 4. REBAR MAT SHALL BE PLACED ON a CHAIRS TO MAINTAIN CONSISTENT cn EMBEDMENT DEPTH. L-J--J--L-1--1--IL L-J I I I I I I I I I I I I I I I I I I r--i--I--r-T i--r-r-i I I I I I I I I I t•---1--t--t-y--I--t--y I I I I 1 1 1 STOR� SEWR CRO SING r---I--r-T-7--r-r-i I----I--t--t-I--I--t---I 1 1 118''A 1 ----I--r---1---1--I--I--4 I I I I I I 1 I I I I I I I I 1 I I I I I 1 I I I I I #5 EPDXY COATED BARS AT 12" CENTERS 3" SLAB WIDTH TYPICAL SECTION 12" o.c. PAVEMENT REINFORCING 2 I/2" CL DETAIL #5 EPDXY COATED BARS AT 12" CENTERS I co CITY OF OWA CITY ENGINEERING DESIGN: EJY PROJECT: SHEET TITLE: SHEET: DIVISION DRAWN: KKL KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS DETAILS 4 DATE: 04/02/2024 REMOVE APPROX. 32 SY PCC SIDEWALK AND HMA PARKING REMOVE APPROX. 303 SY PCC STREET REMOVE APPROX. 36 SY PCC SIDEWALK AND PARKING --------------- -- REMOVE APPROX. 11 SY HMA STREET . . . . . . . .......... . . . . . . + + + + + + + + + + + . . . . . . . . . . . . . . . . . . . . + + + . . . . �i . + . . . . . . . . . . . . . . . . . . . . . . + . . . . . . . . . . + + + + + + + + + + + + + + 0 +4 ...... ... + + + u + +++ + + ........... ....... ry+'+ .... + + + ++++++ +++++++ + + + .......... + + + IN REMOVE APPROX. 11 SY PCC SIDEWALK 0 10, REMOVE APPROX. 79 SY PCC STREET REMOVE APPROX. 11 SY PCC SIDEWALK CITY O F IOWA CITY ENGINEERING DESIGN: EJY DRAWN: KKL DIVISION DATE: 04/02/2024 PROJECT: KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS REMOVALS SHE 5 N GAS VALVE ADJUSTMENT (BY OTHERS) 0 10, :+: W O VALVE ADJUSTMENT ' m 3 : z REMOVE AND REPLACE D TOP AND THROAT I- `U' rn K I RKW OOD AVE z � f '`' z Z ov MINOR MANHOLE ADJUSTMENT p O REMOVE AND REPLACE J% Q TOP AND THROAT D' - VALVE ADJUSTMENT 0 O MINOR MANHOLE ADJUSTMENT TEL F--- MH O . ' : -- - - - k MANHOLE ADJUSTMENT +,+,+ +++•' + * ; * ..,. ,., - y ry VALVE ADJUSTMENT - CITY OF I OWA CITY ENGINEERING DESIGN E,JY DRAWN: KKL PROJECT: KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS SHEET TITLE UTILITIES SHEET 6 DIVISION DATE: 04/02/2024 «� gg r R20' N, RD RD +}r I ++ + 0 651.05 650.90 +' -CD- i t m ++. N +++. �I 650.93 5 • 9 • R 15' CD CD +`.`.+.'.'.`.'.'. ++ . . . + +` +. .`. . . . . . . . .,, + + . 65 -1 ml + . . . . . . , +++ / 1 850.3U ` ` J �p� L-2 OR BT-3 5+1t15 _ ` 5 110 651.07 651.30 ` - L-2 OR B1 3 B -3 . ' +++ + +', in `++ ',� { ; PCC PAVING ADJACENT TO RAILROAD CROSSING 0 0l ,; z U o 1 ', 116 O '•'5 .2 1. 5 .1 AND OVER STORM SEWER CROSSING SHALL BE Z!6L�5OD -BT-3 L-2 OR BT-3 L-2 OR BT _2 R - ..,... — ' ~ ' "`''"'++++ REINFORCED N F 0 R C E D # 5 BAR AT 12" 0. C EACHDIRECTION. rn K I RKWOOD AVE z 651.48 O I " 1- " 1 ' z ' +'y� . a 650.45 ZU 51,20.' O +++ 5 .2 1 .1 I 5. 7 U ' L-2 OR BT-3 L-2 OR BT-3 20Br-3 R ''+'+'+'+`,' +� , ++++ +++ +, + + 651.48 ,, 650.27 �) "I u 5 w.+ + + + ' J 'ui u 1. 5 8 6 Q 1 BT-3 L-2 OR BT-3 L-2 OR BT-3 _ 0 T `' Q +++ ,+,'�'r+ + 1 f o m m o CD . . . . .`. .`. . + . . +,+. . . - F '+' _ e co.`:'.'.`.': Ix of INSTALL 2" EXPANSION JOINT I -- E N w •` BETWEEN PAVEMENT AND RAILROAD w~C R20' s�+16``' . _ - - ' `. oa I + ,+,+,+" +` = W 650.91 650.90 651.14 ++ •" • `.' co HMA PATCH TO MATCH EXISTING ASPHALT CITY OF I OWA CIWENGINEERING DESIGN: EJY DRAWN: KKL PROJECT: KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS SHEET TITLE: ROADWAY PAVEMENT SHEET: 7 DIVISION DATE: 04/02/2024 650.73 650.52 N MATCH EXISTING PAVEMENT --- ELEVATIONS WITH ASPHALT ++ 651.00 +:+ +; +++;+ `+: 0�. 651.06 •: + 651.13650.68 _. �10' 652.114.5% 650.76 7.i; +. � , +, r ' 5 2% .3na __... _... ...... t,o 5.38 -M 652.02 ` 651.05 651.95 650.68 651.03 650.70 U 650.96 W O m 3 D 0 rn + K I RKWOOD AVE z ~ z z o Q TEL +++ 651.28 F-- 652.1 T MH O + „++,+ +++++r+♦+,+ 652.15 650.43 650.52 650.54 +;,,+ t•♦',++ — ; � __ _... + ♦ r , , + , , , + r r� ,.... 9. 00' ,nm +++++++++,++++++++++ _.. _._.__ .__. 'i '✓.__ 0 n e? ., -<r a=: =- _- + :: fi51.28 652.12 + + ,,,*,* + ♦ _ ++ ♦ + 650.70 ` 650.56 „ +�♦ +, 650.56 650.52 650.52 CITY F OWA C ENGINEERING DESIGN: EJY DRAWN: KKL PROJECT: KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS SHEET TITLE: SIDEWALK AND CURB RAMPS SHEET 8 DIVISION DATE: 04/02/2024 i � I N 0 20' - --1 : f i SLW2 DCY4 3 n �m• Z:: DCY4 0 KIRKWOOD AVE r— z Z ;o; ' -SLW2 �1. : ry w a RRCW RRCW 1 1 i 1 I 1 1 ;a u a 'a ^ CIw OF IOWA CIWDIVISION ENGINEERINGDESIGN: EJY DRAWN: KKL PROJECT: KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS SHEET TITLE: PAVEMENT MARKINGS SHEET: 9 DATE: 04/02/2024 z w 0 00 BENTION ST bbo c/) (D z c/) 8 UO 6 ST II II II _^KIRKW OD- VIE-- 0 < > DETOUR AHEAD 0oEi END DETOUR ROAD --COSHTo T�u TRAFFIC DETOUR - Li4t, 7 DETOUR - RIGHT DETOUR - STRAIGHT Aft. ROAD CLOSED AHEAD TYPE 3 BARRICADE - CLOSED TO THRU TRAFFIC < ROAD INORK AHEAD (D KIRKWOOD AVE CLOSED To THRu TRAFFIC AT MAIDEN LN - USE BOWERY ST 0 TYPE 3 BARRICADE - ROAD CLOSED z 0 Luuj 77 — CITY OF IOWA ENGINEERING DESIGN:EJY PROJECT: SHEET TITLE: DRAWN: KKL KIRKWOOD AVE CRANDIC RAILROAD CROSSING IMPROVEMENTS CITYDIVISION DATE: 04/02/2024 1 1 TRAFFIC DETOUR Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145 el Resolution No. 24-82 Resolution setting a public hearing on 16th of April, 2024 on project manual and estimate of cost for the construction of the Kirkwood Ave CRANDIC Railroad Crossing 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 Pavement Rehabilitation account #53824. 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 2nd day of April, 2024, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 2nd day of April 20 c Ma Approved by / Attest: P A", G City Clerk City Attorney' Office — 03/28/2024 It was moved by Dunn and seconded by Alter adopted, and upon roll call there were: Ayes: Nays: Absent: X Alter X Bergus x Dunn x Harmsen X Moe X Salih X Teague the Resolution be OCd 1'Q Iowa GANNETT PROOF OF PUBLICATION CITY OF IOWA CITY City Clerk's Office City Of Iowa City 410 E Washington ST Iowa City IA 52240-1825 STATE OF WISCONSIN, COUNTY OF BROWN The Iowa City Press Citizen, a newspaper printed and published in the city of Iowa, Johnson County, State of Iowa, and personal knowledge of the facts herein state and that the notice hereto annexed was Published in said newspapers in the issue: 04/08/2024 and that the fees charged are legal. Sworn to and subscribed before on 04/08/2024 Legal ter Notary, State of WI, County of Brown C/ -) 5' My commission expires Publication Cost: $41.80 Order No: 10040420 # of Copies: Customer No: 1249729 PO #: 'I111S, IS NOT AN :LNVO.IC.E! Please do not use this form for payment remittance. KATHLEEN ALLEN .Notary Public State of Wisconsin PO Box 631851 Cincinnati, OH 45263-1851 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING 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 Proiect Manual, including the plans, specifications, contract, and estimated cost for the construction of the Kirkwood Avenue Crandic Railroad Crossing in said city at 6:00 p.tn, on the 16th day of April, 2024, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk; This protect generally includes removal and replacement of pavement and sidewalk, ADA compliant curb ramps, and improvements to the storm sewer intakes at the,Kirkwood Avenue and Maiden Lane Intersection. Said Proiect 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 obiections to and comments concerning said Proiect Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Grace, City Clerk Pagel of 1 10, L"- Prepared by: Ethan Yoder; Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 Resolution No. 24-102 Resolution approving project manual and estimate of cost for the construction of the Kirkwood Avenue CRANDIC Railroad Crossing 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 Pavement Rehabilitation account #S3824. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 9th day of May, 2024. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 6:00 p.m. on the 21st day of May, 2024, or at a special meeting called for that purpose. Passed and approved this . 16th day of April , 2024 m6y6r Approved by Attest: ' City derk City Attorn 's Office (Liz Craig - 04/11 /2024) Resolution No. 24_ -U Page 2 It was moved by Moe adopted, and upon roll call there were Ayes: and seconded by Harmsen Nays: Absent: x Alter x Bergus x Dunn _x Harmsen x Moe x Salih x Teague the Resolution be AJh--�4 I I IOWA LEAGUE 4fCITIES 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 Kirkwood Avenue CRANDIC Railroad Crossing Improvement Classified ID: 111713447254 A printed copy of which is attached and made part of this certificate, provided on 04/18/2024 to be posted on the Iowa League of Cities internet site on the following date: 2024-04-18 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 04/18/2024 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9th day of May 2024. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 21st day of May, 2024, or at special meeting called for that purpose. The Project generally includes the removal and replacement of pavement and sidewalk, ADA compliant curb ramps, and improvements to the storm sewer intakes. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City Engineering Department, 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) years from and after its completion and formal acceptance by the City Council. Kirkwood Avenue Crandic Railroad Crossing Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: June 10, 2024 Substantial Completion Date: July 12, 2024 Final Completion Date: September 20, 2024 Liquidated Damages: $250 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except seeding. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves. the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK Kirkwood Avenue Crandic Railroad Crossing Project 0100 — Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, April 18, 2024 8:52 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files Follow Up Flag: Flag for follow up Flag Status: Flagged I RISK ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** Mimecast Attachment Protection was unable to create safe copies of your attachments. 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 — Kirkwood Avenue Crandic Railroad Crossing Project Iowa City — Mercer Scanlon Roof and Skylights Improvements 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): April 18, 2024 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. April 18, 2024 ((Ltr, Date President/CEO of The Construction Update Plan Room Network gS� Cindy rAdams 4 Project ion ,st Master Builders of Iowa P (515) 402-9858 E CAdams,4M81.Build I W www.MBI.Build 0 Daily Notice to Bidders Master Builders of Iowa ,^ The Project Source This report is brought to you through an exclusive partnership between Cons tructConnect and the Master Builders of Iowa. 0100 NOTICE TO BIDDERS KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9th day of May 2024. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 21 st day of May, 2024, or at special meeting called for that purpose. The Project generally includes the removal and replacement of pavement and sidewalk, ADA compliant curb ramps, and improvements to the storm sewer intakes. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City Engineering Department, 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) years from and after its completion and formal acceptance by the City Council. Kirkwood Avenue Crandic Railroad Crossing Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: June 10, 2024 Substantial Completion Date: July 12, 2024 Final Completion Date: September 20, 2024 Liquidated Damages: $250 per day All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except seeding. The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE GRACE, CITY CLERK Kirkwood Avenue Crandic Railroad Crossing Project 0100 — Page 2 of 2 Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 Resolution No. 24—i i9 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Kirkwood Avenue CRANDIC Railroad Crossing Project Whereas, Feldman Concrete of Dyersville, Iowa has submitted the lowest responsive, responsible bid of $138,167.00 for construction of the above -named project; and Whereas, funds for this project are available in the Pavement Rehabilitation account # S3824. 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 Feldman Concrete, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above -named project. Passed and approved this 21st day of May , 2024 Mayor Approved by Attest : L Ckl • City Clerk City Attorn y's Office (Liz Craig — 05/16/2024) It was moved by Dunn and seconded by adopted, and upon roll call there were: Ayes: Nays: Moe the Resolution be Absent: Alter Bergus Dunn Harmsen Moe Salih Teague "�► NYMem 0 CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX ENGINEER'S REPORT www,lcgov.org October 30, 2024 Re: Kirkwood Avenue CRANDIC Railroad Crossing Project Dear City Clerk: I hereby certify that the Kirkwood Avenue CRANDIC Railroad Crossing Project has been completed by Feldman Concrete of Dyersville, Iowa, in substantial accordance with the plans and specifications prepared by City of Iowa City. The project was bid as a unit price contract and the final contract price is $131,276.00. There was a total of one (1) change or extra work order for the project as described below: Furnish and install off -site topsoil $731.00 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer A FILED OCT 3 0 2024 Bond No. 101173467 City Clerk 0510 Iowa City, IovPERFORMANCE, PAYMENT, AND MAINTENANCE BOND KIRKWOOD AVENUE CRANDIC RAILROAD CROSSING PROJECT CITY OF IOWA CITY Know All by These Presents: That we, Feldman Concrete , as Principal (hereinafter the "Contractor" or "Principal") and Merchants Bonding Company (Mutual) , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the Conditions of this Bond in the penal sum of One hundred thirty-eight thousand one hundred sixty-seven_dollars and no cents dollars ($ 138 167.00 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the 1+4" day of %+nOLy , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: The Project generally includes the removal and replacement of pavement and sidewalk, ADA compliant curb ramps, and improvements to the storm sewer intakes. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. Performance: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. Payment: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been Kirkwood Avenue Crandic Railroad Crossing Project 0510 — Page 1 of 4 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 years (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 years (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction FILED will be fully indemnified so that it will be put into the position it would have been in first instance had the Contract been performed in the as required. OCT 3 0 2024 City Clerk Iowa City, Iowa Kirkwood Avenue Crandic Railroad Crossing Project 0510 — Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. Now therefore, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. FILED OCT 3 0 2024 City Clerk Iowa City, Iowa Kirkwood Avenue Crandic Railroad Crossing Project 0510 — Page 3 of 4 PRINCIPAL: Feldman Concrete Bruce Feldman Printed Name of Contractor Officer By / Signature of Contractor Officer Owner _ Title of Contractor Officer SURETY: Merchants Bonding Company (Mutual) Surety Company Name By -- Signature of Attorney -in -Fact Officer Kim Hess Printed Name of Attorney -in -Fact Officer Tricor Company Name of Attorney -in -Fact 600 Star Brewery Dr Ste 110 Company Address of Attorney -in -Fact Dubuque IA 52001 City, State, Zip Code of Attorney -in -Fact 563-556-5441 ___� Telephone Number of Attorney -in -Fact FILED OCT 302024 City Clerk Iowa City, Iowa Kirkwood Avenue Crandic Railroad Crossing Project 0510 — Page 4 of 4 N FILED MERCHANTS� OCT 3 0 2024 BONDING COMPANY POWER OF ATTORNEY City Clerk Iowa City, Iowa Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (In California only) (herein collectively called the "Companiesl do hereby make, constitute and appoint, Individually, Kim Hess their true and lawful Attorneys) -in -Fact, to sign Its name as surety(les) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written Instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-In-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory In the nature thereof.` "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact Includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation, It Is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of May 2024 ••.•'A,�10Nq� ••.•� �Q�lilti •CQ�o �• MERCHANTS BONDING COMPANY (MUTUAL) y?� Lp0R4.e�;�•�O••O+jlP09�.gy MERCHANTS NATIONAL BONDING, INC. , y• V A-. ,c • d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY • 2003 :rA : • 6 1933 By C; '•.,• {t �..•• ••. ,�.• lPresident7 STATE OF IOWA `+""" 0 `• • COUNTY OF DALLAS ss. On this 29th day of May 2024 before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing Instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Comp aP%A<s Penni Miller Commission Number 787952 My Commission Expires 1OWA January 20, 2027 r otaryPu c (Expiration of notary's commission does not invalidate this Instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which Is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this , day of •�,00.......,,..,. goal, •`• G • • ` • • 0-41 • 1,0: ; ; ti:Z �• • v 2003 �� Sa 1933 ;:+i' secretary 0. ; yJ• •mow: POA 0018 (1/24) all Prepared by: Ethan Yoder, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 24-270 Resolution accepting the work for the Kirkwood Avenue CRANDIC Railroad Crossing Project Whereas, the Engineering Division has recommended that the work for construction of the Kirkwood Avenue CRANDIC Railroad Crossing Project, as included in a contract between the City of Iowa City and Feldman Concrete of Dyersville, Iowa, dated June 7th, 2024, be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Pavement Rehabilitation account # S3824; and Whereas, the final contract price is $131,276.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 4th day of November , 2024 1 May Approved by Attest: J Z . City Clerk City Atto ey's Office (Liz Craig—10/31/2024) It was moved by Dunn and seconded by adopted, and upon roll call there were: Ayes: Nays: Salih Absent: Alter Bergus Dunn Harmsen Moe Salih Teague the Resolution be