Loading...
HomeMy WebLinkAboutIOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT 2024IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT 18-Mar-2024 Plans, Specs, Project Manual and Engineer's Estimate of Cost 19-Mar-2024 Res No. 24-67: Setting a Public Hearing 02-Apr-2024 Res No. 24-83: Approving Project Manual & Estimate of Cost 25-Mar-2024 Notice of Public Hearing 04-Apr-2024 Notice to Bidders 07-May-2024 Res No. 24-114: Awarding Contract for Construction 12-Nov-2024 Engineer's Report 19-Nov-2024 Res No. 24-283: Accepting the work 03-Dec-2024 Performance, Payment & Maintenance Bond ENGINEER'S ESTIMATE March 11, 2024 City Clerk City of Iowa City, Iowa � r 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: Iowa Avenue Bridge Trail Underpass Bridges Project Dear City Clerk: The engineer's estimate of probable construction cost for Iowa Avenue Bridge Trail Underpass Bridges Project is $170,000. Sincerely, i Jason Havel, P.E. City Engineer w w w Osseo 1 CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT IOWA CITY, IOWA MARCH 15, 2024 ESSI//0/j�����i tu; TROYER J. :Z= Z = RITTER v P2442551 1\0:� iOi\i i N 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. 0 03-15-2024 Date License Number: P2442551 My license renewal date is December 31, 20 25 Pages or sheets covered by this seal: Entire Bound Document c M a• r' E ;:;:) M Iowa Avenue Bridge Trail Underpass Bridges 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 PLANS APPENDICES - RECONSTRUCTION OF IOWA AVENUE BRIDGE_1984 =71r. Ca ✓ J O Iowa Avenue Bridge Trail Underpass Bridges Project 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of April, 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 7th day of May, 2024, or at special meeting called for that purpose. The Project will involve the following Removal and replacement of deteriorated Iowa Avenue Bridge underpass approach bridges on both the north and south side. Includes demolition, structural steel, reinforced concrete, and steel auardrail. All work is to be done in strict compliance with the Project Manual prepared by Shoemaker & Haaland, of Coralville, 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.'o� two (2) year(s) from and after its completion and formal acceptance by the City Council, ---4 co Iowa Avenue Bridge Trail Underpass Bridges Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: May 27, 2024 Final Completion Date: July 26, 2024 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa. 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 Iowa Avenue Bridge Trail Underpass Bridges Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES 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 Iowa Avenue Bridge Trail Underpass Bridges in said city at 6:00 p.m. on the 2nd 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 includes Removal and replacement of deteriorated Iowa Avenue Bridge underpass approach bridges on both the north and south side. Includes demolition, structural steel, reinforced concrete, and steel guardrail and is located at the west end of the Iowa Avenue Bridge near the S. Riverside Drive 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 cry Iowa Avenue Bridge Trail Underpass Bridges Project 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS Iowa Avenue Bridge Trail Underpass Bridges PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: Date and Time: NA Location: NA 2. Bid Submittals: a. Time, Date and Location: Date and Time: April 23, 2024 at 3:00 PM _, City Clerk's Office 410 East Washington Street:: Iowa City, Iowa 52240 _C-) CO b. Submittals include two separate sealed envelopes: `��; Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal='"=f C. See Section 1020, as may be supplemented, for complete descriptions of"propos-61' requirements and conditions. 3. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: ***********.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 5. Progress and Schedule: a. Contract Times: Specified Start Date: May 27, 2024 Final Completion Date: July 26, 2024 Liquidated Damages: $500 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. C. Community Events: i. The Contractor should look at community calendars to determine potential Iowa Avenue Bridge Trail Underpass Bridges Project 0200 — Page 1 of 3 conflicts with planned construction activities and schedule. ii. The Contractor should make sure their activities are not impacting community events. iii. Arts Fest (June 7-9, 2024) iv. Jazz Fest (July 5-7, 2024) 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of two (2) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete deription of the bonding requirements. 7. Insurance Requirements: _ a. The City of Iowa City is to be listed on the required insurance-cot.tificate, as an additional insured on a primary and non-contributory basis., REnOW this _. requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 12. Contract Documentation: a. The Contractor must demonstrate an active subscription to Doc Express (program by Info Tech, Inc.) is maintained. Doc Express will be used to process documentation, including, but not limited to, contract documents, change orders, shop drawings, certificates, equipment lists, progress payments, and other electronic submittals. b. Record documentation is required on all projects in accordance with Section 1090, 1.08.E of the Supplemental Specifications. Liquidated damages will be considered Iowa Avenue Bridge Trail Underpass Bridges Project 0200 — Page 2 of 3 if adequate record documentation is not submitted by the Final Completion Date. CO' �i _ t r "1 .fit-• _ t�3 Iowa Avenue Bridge Trail Underpass Bridges Project 0200 — Page 3 of 3 INSERT IN ENVELOPE 2 0400 PROPOSAL IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES 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 a_r3iount of $ in accordance with the terms set forth in the Project Mar dal. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and, -to perform the Project as described in the Project Manual, including Addenda and and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be -required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Iowa Avenue Bridge Trail Underpass Bridges Project 0400 — Page 1 of 4 INSERT IN ENVELOPE 2 BID ITEM DESCRIPTION UNITS ESTIMATED UNIT QUANTITY PRICE EXTENDED AMOUNT 01 STRUCTURAL STEEL LB 9778 ORNAMENTAL METAL 02 RAILING LF 151 STRUCTURAL 03 CONCRETE CY 8.8 REINFORCING STEEL, 04 EPDXY COATED LB 1111 TEMPORARY TRAFFIC 05 CONTROL LS 1 06 SITE RESTORATION LS 1 STABILIZED CONSTRUCTION 07 ENTRANCE LS 1 08 DEMOLITION LS 1 09 MOBILIZATION LS 1�. TOTAL EXTENDED AMOUNT N The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. Iowa Avenue Bridge Trail Underpass Bridges Project 0400 — Page 2 of 4 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: ry NOTE: All subcontractors are subject to approval by City of Iowa City. Iowa Avenue Bridge Trail Underpass Bridges Project 0400 — Page 3 of 4 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number ;y -=� r CC) ;r" M .. C) N NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Iowa Avenue Bridge Trail Underpass Bridges Project 0400 — Page 4 of 4 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. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: =T Dates: to Address: C C",i Co (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. .C To be completed by non-resident bidders Part C Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Iowa Avenue Bridge Trail Underpass Bridges 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 organizatign is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa -and ne cerfificate has not been revoked or canceled. C.J Iowa Avenue Bridge Trail Underpass Bridges Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES 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 Iowa Avenue Bridge Trail Underpass Bridges Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of A.D., 20 s (Seal) Principal'- - Witness P _.._ B: (Title) w' (Seal) Surety w By: Witness (Attorney -in -fact) Attach Power -of -Attorney, if applicable Iowa Avenue Bridge Trail Underpass Bridges Project 0410 — Page 1 of 1 0500 CONTRACT IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT CITY OF IOWA CITY This Contract is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 15th day of March, 2024, for the Iowa Avenue Bridge Trail Underpass Bridges ("Project"), and Whereas, the City publicly solicited bids for construction of said Project; and Whereas, Contractor submitted a bid on the Project described in said Project Manual; and Whereas, the parties hereto now wish to enter into this Contract for the construction of said Project. Now, therefore, it is agreed: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called four' by off- shall' be as binding as if called for by all. r<3 � w Iowa Avenue Bridge Trail Underpass Bridges Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer .�D Title of Contractor Officer ATTT,; axe By: (Company Officiahr Iowa Avenue Bridge Trail Underpass Bridges Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT CITY OF IOWA CITY Know All by These Presents: That we, ps Principal (hereinafter the "Contractor" or "Principal") and ,v as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafW_ 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-Qf which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and_:_qssigns, 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: Removal and replacement of deteriorated Iowa Avenue Bridge underpass approach bridges on both the north and south side. Includes demolition, structural steel, reinforced concrete, and steel guardrail. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: Performance: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. Payment: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the Iowa Avenue Bridge Trail Underpass Bridges Project 0510 — Page 1 of 4 claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. Maintenance: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) 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 Gaud tha' (limits to less than two year(s) (2) after the acceptance of the work under: -the Ccjtitract,the right to sue on this Bond. - E. That as used herein, the phrase "all outlay and expense" is not to be liml#ed in any way, but shall include the actual and reasonable costs and expenses irvpurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to 8*R*contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. Iowa Avenue Bridge Trail Underpass Bridges 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. c CO W Iowa Avenue Bridge Trail Underpass Bridges Project 0510 — Page 3 of 4 PRINCIPAL: M Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer SURETY: Surety Company Name By Signature of Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact - r"rF ZE c� Iowa Avenue Bridge Trail Underpass Bridges 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.orcon�ujtants, in designing and implementing equal employment opportunity so that all citizens Will b"fforded equal accessibility and opportunity to gain and maintain employment. co r ri Provisions: 3 1. All contractors, vendors, and consultants requesting to do business with' "the CTiy must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code Section 2-3-1. Iowa Avenue Bridge Trail Underpass Bridges 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 polio/ stateent. Where is this statement posted? >—, 56 c-) co p x■• i Pis w 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code Iowa Avenue Bridge Trail Underpass Bridges Project 0520 - Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title _ 7µ" cu maw. Print Name Date «• •• w Iowa Avenue Bridge Trail Underpass Bridges Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equat Errrpfoyment Opportunity program. All employees authorized to hire, supervise, promote, or "charge employees or are involved in such actions should be trained and required-tb_ 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 --tan 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 Iowa Avenue Bridge Trail Underpass Bridges 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: ********codelibrarV.amlegal.com/codes/iowacitvia/latest/iowacitV ia/0-0-0-631#JD 2-3-1. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CD W Iowa Avenue Bridge Trail Underpass Bridges 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 disabilities for employment. The Equal Employment Opportunity Officer for the is: Name and women applicants and applicapts with �� C-" co G? Address: tb 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. Iowa Avenue Bridge Trail Underpass Bridges 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,_ 1ithin the five (5) year period prior to the award or at any time after the award, such violatio'n shall_Gonstitute a default under the contract. - IV. Waivers. If a person or entity is ineligible to contract with the City as a rb.stlt of the Wage Theft Policy it may submit a request in writing indicating that one or more of; the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligibre person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Iowa Avenue Bridge Trail Underpass Bridges 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 co 3,. jT1 rn c :C k „ Z5 Iowa Avenue Bridge Trail Underpass Bridges 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 �a —�t CO Iowa Avenue Bridge Trail Underpass Bridges 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: ********iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: ********iowasudas.org/archived-specifications/. tA co J Iowa Avenue Bridge Trail Underpass Bridges 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. a Iowa Avenue Bridge Trail Underpass Bridges Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2023 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.org/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. d r Iowa Avenue Bridge Trail Underpass Bridges Project Page 1 of 1 PLANS M, C� Iowa Avenue Bridge Trail Underpass Bridges Project Page 1 of 1 APPENDICES RECONSTRUCTION OF IOWA AVENUE BRIDGE_1984 E3 C--) c 6 r— V\M Iowa Avenue Bridge Trail Underpass Bridges Project Page 1 of 1 1 � i L'r�`E/1 Nib CITY OF IOWA CITY UNESCO CITY OF LITERATURE IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES inInin r%rry inInin SHEET INDEX SHEET M.A19ER REV NO SHEET TITLE AD! 0 TITLE SHEET col 0 GENERA!. 4DTE5 002 0 ESTIMATEDQUANTMES D-01 A DEMOLITION PAN J 01 0 EAST 9CLN0 CL09JRE TRAFTIC CONTR(X, PLAN 7v 0 IWEST BOUND CLOSURE TRAMC CONTROL PLM 103 9 PEDESTRIAN TRAFFIC CONTROL FLAN Vol 0 W%IATICNPLAN V Q2 0 NORTH 9RIDGE PLANS d DETAILS VV 0 SOUTH BRM PLAN 3 DETAILS V.04 0 BRIDGE DETAILS VAS 0 BAILING DETAILS }i IXa 1 0 IRAIUWS DETAILS UTILITY CONTACT INFOOMATIQN Wy C44►iG4 Cffrr CF VMA crrY PFWAE MAYOR IliOJECTLOCATION 4-M"ACRY' Yi,IiTERCNISON L94NtR5ITYCF CYN4 ,'uMary xereapJe - VkvDrwin 6SUi9�3 t HMMIld 8 e++a �� r 3194%51w MAYO R PRO TEM Nw— 3�tea a ne cma uwnoea aw ew JaK. KbWu�avaon can Moon Amw � Ohba 3w3w5IM MD AAERIChN • GA5 htrmow CITY COuNC4 Ll , ; _�* r7Sws zees sn= arp rxq 3[ goo the r(rr W rlaarne lcen.cdn 3weNo&ae urle.taerlror>ci� treawletcan Lassa Begw IOWA CITY WASTEWATER DW SCN An*twDUnn Crlwm MDAMFPlr.N 6-6CW WNDSIREAM Sharer F'L1ttn@an 31i1-356517D Fart Wn(o Swnen m Ps i Tom# 5753024867 wA a Taylor � ,tense EweE.an laar Oe � Y arr a lcai zNrS rtp enxr ept prwtw9trebrnsrxn Offra Johr tn CITY CLERK *, - A:t&Yit=w.asd7WiinllvurnT�216 �icAvtue�n+garnabi;ne.vn Kelie Grace 31 �6177 MEDOCOMw 'c CITY PUBI.IC WORKS DIRECTOR ? C rW ra.Ta11 { .• v K7WA OTY STIEEfS*0 TRM1 HO EN "eRNG DM90H ��4-57t2 yr�j z Eton Nrocfta T, Sudan rna 7, alnc E'466009 ax4wr n d0�hzmi irnecb �rcc. wen f REFER TO Th f PROPOSAL FORM AI(J GENERAL NOTES FOR UST OF ( LAftwuQkwv L11E11rI E111L1RY LINK APPUIWILESPECEICATIONS l - - 9Wx&&- a w HOW 318- 6 aaB2 5W 34X-9a� c>ex, 1 . * _ b�tcOOtk*' - rt n Artrnq-�3dB2r�en?4e�renC[t>•' , a �, „ " . - r " owl, CITY PARKS AFL'i FC`.RFSTRY Kry SdttiTr ✓" �' Tl1ef @>rlt7 Aepd CC NVAtJ1aCATIONS NAaA 319315flo d 316 451W T fba""'bm'm ov L#AV PX.Kttan 7,4-.)#rDn.r117 t.:� IOMPhC(TY'@'iCWAATiCNTECMIDLCGYSEFM10E50MSiCN Ll1it"w''ATENETIKNtIssju"4'} IOWA CITY, IOWA n J—C-m E - 319-A&SAM 31912W-74W JOHNSON COUNTY 0T0pn0*1a* -Oft pg Jwe�otc tivs aer.Ca h I ICYrACiIVRLHICSPFEIY 1"".Y ¢ , Errargatry 917 Hre Businasa-319-355-f.2`ih VICINITY MAP NOT TO SCALE LOCATION MAP NOT TO SCALE 0WA�_ CITY OF IOWA CITY THCSENi31NffRrIG 004HJENT IS RECAI�ilEF10EDF3RFILNG'AYTtI THE CITY CLERK ONE CALL 1-800-292-8989 ' I C: TY ENGI FIE ER DATE �;,�ri \"��V V—ss I* ;=1TROYER J. I 2? RITTER F —� '� P2442551j �f!'/�",,wlljIojj j1`w``,``` t this engineering document was prepared byme or direct supervision and duly otJoanr under my Engineer under the Iowa of the State of Iowa . - T" "" 0 3 1 51 ? 024 Troyer J. Ritter lJc Na P244255t Dote My kwae renewTd data is December 31, 2025. Pages y reheats caMred by the awl: DESIGN AND CONSTRUCTION: IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS, 2023 WrTIH CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS DATED JANUARY 2023 AASHTO LRFD, SERIES OF 2612, EXCEPT AS NOTED IN THE CURRENT IOWA BRIDGE DESIGN MANUAL AASHTO LRFD GUIDE SPECIFICATIONS FOR THE DESIGN OF PEDESTRIAN BRIDGES, DECEMBER 20" DESIGN STRESS ES. DESIGN STRESSES FOR THE FOLLOWING MATERIALS ARE IN ACCORDANCE WITH THE AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS, 6TH EDITION, SERIES OF 2012, EXCEPT AS NOTED IN THE CURRENT IOY4A BRIDGE DESIGN MANUAL REINFORCING STEEL IN ACCORDANCE WITH AASHTO LRFD SECTION 5, GRADE 60 FOR EPDXY COATED AND NON —COATED. CONCRETE IN ACCORDANCE WITH AASHTO LRFD SECTION 5, fc = 4.0 KSL STRUCTURAL STEEL IN ACCORDANCE WITH AASHTO LRFD SECTION B ASTM A709, GRADE 36, GRADE 50, AND GRADE SOW (AASHTO U27D GRADE 36, GRADE 56, AND CRADE SDW)- GENERAL NOTES: THIS DESIGN IS FOR THE REPLACEMENT OF (2) 30' X S' APPROACH BRIDGES FOR ACCESS TO THE PEDESTRIAN TUNNEL UNDER THE IOWA AVENUE BRIDGE. NEW CONSTRUCTION WILL CONSIST OF TWO 30' X B' TWIN BEAM BRIDGES WITH REINFORCED CONCRETE DECK. THE LUMP SUM BID ITEM "DEMOLITION" SHALL INCLUDE REMOVAL OF THE EXISTING a PRECAST SPAN DECK BRIDGES, 7_ TOPPING SLAB, GUARDRAIL, AND SUPPORT BRACKETS AT THE EXISTING IOWA AVENUE BRIDGE ABUTMENT. ITEMS DESIGNATED FOR DEMOLITION SHALL BEDGME THE PROPERTY OF THE CONTRACTOR AND SHALL BE DISPOSED OF AC COR Q IN GLY- THE APPROACH BRIDGES ARE DESIGNED FOR A 00 PSF PEDESTRIAN LNE LOAD FAINT UNES ON PLANS INDICATE EXISTING STRUCTURE AND TOPOGRAPHY_ THE CITY AND UTILITY COMPANIES WHOSE FACILITIES ARE SHOWN ON THE PLANS OR KNOWN TO BE WITHIN THE CONSTRUCTION LIMITS SHALL BE NOTIFIED EY THE BRIDGE CONTRACTOR OF THE CONSTRUCTION STARTING DATE. THERE IS NO GUARANTEE THE UTILITIES SHOWN ARE ALL UTIUTIES IN AREA, ACTIVE OR ABANDONED. UTILITIES SHOWN ARE FROM RECORD DRAWINGS, IOWA ONE CALL DESIGN REQUEST, DN SITE SURVEY, OR OTHER METHO135. ALL LOCATION5 ARE CON5I11ERED APPROXIMATE THE CONTRACTOR 5HOULD NOT RELY ON THE5E DRAWINGS AS AN EXACT METHOD OF LOCATING UTILITIES. OTHER UTILITIES MAY BE ENCOUNTERED DURING THE CONSTRUCTION PROCESS, NOTIFY ENGINEER AND OWNER IF ADDITIONAL UTIUTIES ARE ENCOUNTERED - IT SHALL BE THE BRIDGE CONTRACTOR'S RESPONSIBILITY TO PROVIDE SITES FOR EXCESS EXCAVATED OR DEMOLISHED MATERIAL NO PAYMENT FOR OVERHAUL WILL BE ALLOWED FOR MATERIAL HAULED TO THESE SITES. AREAS TEMPORARILY DISTURBED OR DAMAGED BY CONSTRUCTION ACTIVITIES SHALL BE RESTORED. A BID ITEM HAS BEEN INCLUDED FOR THE RESTORATION OF THE SITE SEEDED AREAS SHALL BE RETURNED TO A FINAL GRADED STATE IF NECESSARY, SEEDING WILL BE DONE BY OTHERS AND IS NOT A REQUIREMENT ON THIS PROJECT. STRUCTURAL STEEL AND RAILING NOTES: THIS STRUCTURE SHALL BE BUILT WITH GALVANIZED STEEL ALL STRUCTURAL STEEL, D{CEPT AS NOTED, 5HALL CONFORM TO ASTM A709 GRADE 50. ANGLE ERACKETS AND BASEPLATES ARE TO BE GRADE 36 STEEL GALVANIZING OF STEEL SHALL CONFORM TO THE IOWA DOT STANDARDS SPECIFICATIONS BOLTS SHALL BE A325 III A563 GRADE DH3 NUTS AND F436 TYPE III WASHERS. ALL DIMENSIONS AND DETAILS SHOWN IN THESE PLANS PERTINENT Td THE FABRICATION OF STRUCTURAL STEEL SHALL BE VERIFIED IN THE FIELD BY THE BRIDGE CONTRACTIDR PRIOR TO FABRICATION, THE CONTRACTOR MAY SHOP DRILL ANY CONNECTION THAT IS SHOWN AS FIELD DRILLED IF PERTINENT DIMENSIONS ARE ACCURATELY FIELD MEASURED AND THE BRIDGE CONTRACTOR CAN ENSURE PROPER FIT BETWEEN NEW AND EXISTING ELEMENTS. STEEL SHALL BE KEPT FREE OF OIL, DIRT, CHALK MARKS, CONCRETE SPLATTER, AND ANY OTHER FOREIGN MATTER THAT MAY EFFECT THE QKIDATION OF THE STEEL, FOREIGN MATERIAL SHALL BE REMOVED BY THE BRIDGE CONTRACTOR AS DIRECTED BY THE ENGINEER RESULTANT SURFACES SHPLL BE FREE OF ALL VISIBLE RESIDUES, COSTS ASSOCIATED WITH CLEAVING STEEL SURFACES SHALL BE BORNE Err THE BRIDGE CONTRACTOR. RAILING ANCHORAGE SHALL BE ACCURATELY PLACED TO PROVIDE CORRECT ALIGNMENT OF RAILING, ANCHORS ARE TO BE V DIAMETER THREADED RODS CONFORMING WITH ASTM A307 GRADE A. ALL ANCHORAGE HARDWARE IS TO BE GALVANIZED PER THE IOWA DOT STANDARD SPECIFICATIONS AND HAVE A MINIMUM PULLOUT STRENCIT4 OF 9000 LBS BASED ON 4000 PSI DONCRETE BURRS AND SHARP CORNERS OF RAILINC COMPONENTS SHALL B6 GROUND SMOOTH PRIOR TO GALVANIZING RAILING BASE PLATES SHALL BE CAULKED UPON COMPLETION. CAULK SHALL BE WHITE NONSAG LATEX MARKETED FOR OUTDOOR USE, EXCESS CAULK SHALL BE COMPLETELY REMOVED FROM SURROUNDING CONCRETE SURFACES. ALL POSTS SHALL BE NORMAL TO GRADE AND TOP RAIL PARALLEL TO CONCRETE DECK, REINFORCED CONCRETE NOT S: ALL REINFORCING BARS AND BARS NOTED AS DOWELS SUPPLIED FOR THIS STRUCTURE SHALL BE DEFORMED REINFORCEMENT UNLESS bTHERWISE NOTED OR SHOWN. MINIMUM CLEAR DISTANCE FROM FACE DF CONCRETE TO NEAR REINFORCING BAR IS TD BE 2' UNLESS OTHERWISE NOTED OR SHOWN. TRANSVERSE REINFORCINC BAR IN THE DECK SHALL BE CENTERED IN THE DECK. KEYWAY DIMENSIONS SHOWN ON THE PLANS ARE BASED ON NOMINAL DIMENSIONS UNLESS STATED OTHERWISE. IN ADDITION, THE BEVEL U5ED ON THE KEYWAY 5HALL BE LIMITED TO A MAXIMUM OF 10 DEGREES FROM 'VERTICAL ALL CORNERS 90 DEGREES OR 5HARPER ARE TO BE FILLETED WITH A DRESSED AND BEVELED 3/4- STRIP ALL REINFORCING STEEL 15 TO BE SECURELY WIRED IN PLACE BEFORE CONCRETE IS PLACED. THESE BRIDGE PLANS LABEL ALL REINFORCING STEEL WITH ENGLISH NOTATION (SAi IS 5/8 INCH DIAI+AETER BAR) ENGLISH REINFORCING STEEL RECEIVED IN THE FIELD MAY DISPLAY THE FOLLOWING 'BAR DESIGNATION°. THE 'BAR DESIGNATION" IS THE STWPED IMPRESSION ON THE REINFORCING BARS, AND IS EQUIVALENT TO THE BAR DIAMETER IN MILLIMETERS. REINFORCING BARS MAY BE SHIFTED SLIGHTLY TO CLEAR ANCHOR BOLTS. ALL REBAR PROVIDED IN THE CONCRETE DECK SHALL BE EPDXY COATED. DECK SURFACE SHALL BE FINISHED TO A UNIFORM, SUP RESISTANT" TEXTURE TRANSVERSE TO THE CENTERLINE OF THE TRAIL U51NG A MEDIUM TEXTURE BROOM FINISH METAL FORM DECK SHALL BE IV DEEP 22 GAUGE WITH 13' PITCH BETWEEN FLUTES_ CONTRACTOR SHALL VERIFY THE SELECTED FORM DECK CAN CARRY THE WET WEIGHT OF CONCRETE PLUS 20 PSF CONSTRUCTIDN LOAD THEDECK SHALL HAVE A FORMED DRIP EDGE. TRENCH DRAIN ON EACH BRIDGE SHALL BE ACOH2O0K SLAB DRAIN WITH ADA COMPLIANT GRATING OR APPRDVED EQUAL DRAIN OUTLET SHALL EXTEND A MINIMUM OF 6' BELOW BRIDGE GIRDER. ENGLISH SIZE BAR DESIGNAT" 3 10 4 13 S 16 G 19 7 22 8 25 9 19 10 32 11 36 ESTIMATED QUANTITIES ITEM NO. ITEM CODE ITEM UNIT TOTAL AS BUILT QTY. 1 0000-999-A STRUCTURAL STEEL LB 9778 2 0000-999-B ORNAMENTAL METAL RAILING LF 151 3 0000-999-C STRUCTURAL CONCRETE CY 8.8 4 0000-999-E REINFORCING STEEL, EPDXY COATED LB 1 111 5 8030-A TEMPORARY TRAFFIC CONTROL LS 1 6 9010-999-A SITE RESORATION LS 1 7 9040-0-1 STABILIZED CONSTRUCTION ENTRANCE LS 1 8 10,010-A DEMOLITION LS 1 9 11,020-A MOBILIZATION LS 1 ESTIMATE REFERENCE INFORMATION ITEM NO, ITEM CODE DESCRIPTION 1 0000-999-A STRUCTURAL STEEL BEE V 01 FQR QVAN TITY SUMMARY ITEM SHALL CQNFQRM TO IOWA DOT BID ITEM 2400-70m, VESCRIPTION,—TERMS, CONSTRUCTION. METHOD OF MEASUREMENT, AND BASIS OF PAYMENT SHALL FOLLOW IOWA DOT STANDARD SPECIFICATIONS SECTION 2408 INCLUDES STEEL GIRDERS; DIAPHRAGMS, SUPPORT BRACKETS, BEARING PLATES. AND ANCHOR RODS. 2 0000.9ws ORNAMENTAL METAL RAILING ITEM SHALL CONFORM TO FOWA DOT BID ITEM 2414-8"MM DESCRIPTION, MATERIALS, CONSTRUCTION.IETHOO OF MEASUREMENT. AND BASIS OF PAYMENT SWILL FOLLOW IOWA DOT STANDARD SPECIFICATIONS SECTION 2414 INCLUDES ALL RAILING COMPONENTS INCLUDING ANCHOR BOLTS, GROUT PADS, AND CAULKING OF BASEPLATES UPON COMPLETION FOUNDATIONS FOR RAILING ALONG SIDEWALK SHALL BE CONSIDERED INCIDENTAL TO THIS BID ITEM THIS INCLUDES EXCAVATION, REINFORCED CONCRETE, AND REINFORCING STEEL ,AND ALL MATERIALS AND LABOR TO PLACE FOUNDATIONS. 0000-999-C STRUCTURAL CONCRETE INCLUDES CONCRETE ASSOCIATED WITH BRIDGE DECK. I7EM SHALL CONFORM TO IOWA DOT BID ITEM 2403.0100010. DESCRIPTION, MATERIALS, CONSTRUCTION, METHOD OF MEASUREMENT,. AND BASIS OF PAYMENT SHALL FOLLOW IOWA DOT STANDARD SPECIFICATIONS SECTION 2403. INCLUDES METAL PAN DECKING BETWEEN GIRDERS TO BE USED AS STAY IN PLACE FQRMWQRK, + 0000-999-E REINFORCING SfiEEL, €FOXY COATED �I I,m`j. SEE V.01 FOR QUANTITY SUMMARY, ITEM SHALL CONFORM TO IOWA DOT BID ITEM 2404-7775%5. DESCRIPTION. MATERIALS. � I CONSTRUCTION. METHOD OF MEASUREMENT, AND BASIS OF PAYMENT SHALL FOLLOW IOWA, DOT STANDARD r SPECIFICATIONS SECTION 2404. 5 8030-A TEMPORARY TRAFFIC CONTROL INCLUDES INSTALLATION, MAINTENANCE, AND REMOVAL OF TRAFFIC CONTROL DEVICES AS NOTED ON J.01, J.02. AND J.03 C SEE THESE SHEETS FOR FURTHER INFORMATION. () g 6 9010,9WA SITE RESTORATION THIS ITEM IS INCLUDED AS AN ALLOTMENT FOR RESTORINO DISTURBED OR CDAMAGED AREAS DURING CONSTRUCTION1 INCLUDED ITEM$ 1NC�lUDi. BUT ARE NOTIIMiTE6 TO SEEC>£t� STAGINGAREA$, ItbAlSWAY$ $I(7EWRLK$, AND CURB$. G� , i°"" 5? SEEDED AREAS SIiALL BE RETURNED TO A FINAL GRADE. SEEDING WILL BE COMPLETED BY OTHERS, '^ 7 9040-0,A STABILIZED CONSTRUCTION ENTRANCE THIS ITEM IS INCLUDED AS AN ALLOTMENT FOR THE CONTRACTOR TO PROVIDE A STABILIZED CONSTRUCTION ACCESS POINTS OFF RIVER$IQE DRIVE. IT 1$ NQT ANT IQIPATED HEAVY TRUCK$ OR $UB$T ANTI AI MATERIAL PE LIVERIE$ WILL UTILIZED THESE ROUTES. WHERE UTILIZED. AREAS SHALL BE RESTORED TO THEIR PRE -CONSTRUCTION CONDITION, B 10.010-A DEMOLITION INCLUDES REMOVAL OF EXISTING PRECAST SPAN -DECK APPROACH BRIDGES. 2" TOPPING SLAB GUARDRAIL, AND SUPPORT BRACKETS AT EXISTING ABUTMENT. ADDITIONALLY INCLUDES REMOVAL OF RAILING ON EAST SIDE OF SIDEWALK TO THE NORTH OF THE NORTH APPROACH BRIDGE - T 11,020-A MOBILIZATION r EMSTING 30)V SPAN DEM t 3R IDLE VATH 2' TOPPING SLAB TO EWNG Me AN DECK NCLUM GVAIROM DEAMAM IS T BRIDGEWITTH? TPOPPING SLAB TO N PLAMTSONTHE bMIAMINIM BEDOACL WD.NKivaNO BROM AeunENT GUARDRAIL AND SUPPORT BRACKETS ON Tit KMA AVENUE ----------------------------_ ___-- BRIDGEABUTAIENf a k ' REMOVE ENI5TINGRAILING - - AND CONGI TE PIERS ALONG — -- — EAST SIDE OF SIDMALK lit r F � f r DEMOLITION PLAN is ._ x. RJER I 1 PRO.Aa $ EETMLE PROUECTNUNMER ,p S h oe m a ke r ; —' � IOWA AVENUE BRIDGE DEMOLITION PLAN 23273 ;14EETNUMSER H a a I a n d TRAIL UNDERPASS BRIDGES DAM 0315,24 D. a o FIN& PLANS 03-15-24 Cl I V Or kW%'A C m' DRANK DPP N Www.shoomoker-hoolondtom �» ��.�.�..,,. AGv. i� TRAFFIC CONTROL NOTES: 1) THE CONTRACTOR SHALL ICQQROINATE TRAFFIC CONTROL WITH QTHER PROJECTS IN THE AREA, INCLUDING THE PEDESTRIAN BRIDGE REHABILITATION OVER S. RIVERSIDE DRIVE 2) ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED ERECTED MAINTAINED, AND REMOVED BY THE CONTRACTOR 3) ALL APPROPRIATE SIGNAGE SHALL BE IN PLACE PRIOR TO THE START OF CONSTRUCTION 2) AS S RIVERSIDE DR)HWV G IS A PART OF THE STATE HIGHWAY SYSTEM. TEMPORARY TRAFFIC CONTROL ON THIS ROAD MUST CONFORM TO THE IOWA DOT STANDARD SPECIFICATIONS 3) TRAFFIC MUST BE MAINTAINED AT ALL TIMES ON S RIVERSIDE DR,'HWY 6 AS WELL AS N. IOWA AVE A ►IINIMVM OF ZONE THROUGH LANE AND ONE TURN LANE ARE TO REMAIN OPEN ON BOTH ROADS AT ALL TIMES. 3) PEDESTRIAN TRAFFIC SHALL BE MAINTAINED AT ALL TIMES. PROVIDE DETOURS AS SHQWN QN 4 03 FQR TEMPQRARY CONSTRUCTION CROS$IMQ OR BRIEF MATERIAL UNLOADING PERIODS, CONTRACTOR MAY LOCALLY CLOSE WALKWAYS WITH APPROPRIATE TYPE III BARRICADES 4) IT IS NOT ANTICIPATED THE CONTRACTOR WILL PERFORM OVERHEAD WORK ABOVE PEDESTRIAN AREAS WHEN IN USE IF DEEMED NECESSARY BY THE CONTRACTOR, PROVIDE OVERHEAD PROTECTION ANY TIME WORK IS OCCURRING OVER WALKWAYS OPEN TO PEOE STRIANS 5) ALL TYPE III BARRICADES SHALL BE AAA COMPLIANT 4) STAGING AND WORK AREAS SHALL HAVE FENCING APPROPRIATE TO KEEP PEDESTRIANS FROM ENTERING THE WORK AREA. STANDARD ROAD PLANS FOR TEMPORARY TRAFFIC CONTROL Spec NUYO[R DATe TrrLm IOAA Jam' 'G-1 111T.'201•) WORK NOT AFFFCTING TRAFFK: IUAA :' TC X.V �RiJ;.l WMK WM} 15 FT CF TRAVEL FO WAY IpAA XY TCi10 tANF Cl Cx',i.RF Oh 4Ml)W IIFD HIC MA4' &LOAS "3*A 1", 10i17-200 TEIAPORARV TRAFFIC; COATROL GENERAL NFCPoMTI()/. `_Lo.-N , l IJ.1712011 U 03 URE OF TURN LANE -.UDA� 1117-201• SUEWALK LJLY"JR (w3 Co i = LANE CL05URE = STAGING - - = SMALL VEHICLE OR PERSONNEL ACCESS TRAFFIC CONTROL NOTES: 1) THE CONTRACTOR SHALL COORDINATE TRAFFIC CONTROL WITH OTHER PROJECTS IN THE AREA, INCLUDING THE PEDESTRIAN BRIDGE REHABILITATIgN OVER $RWERSIOE DRIVE 2) ALL TRAFFIC CONTROL DEVICES SHALL BE FURNISHED, ERECTED, MAINTAINED AND REMOVED BY THE CONTRACTOR. 3) ALL APPROPRIATE SIGNAGE SHALL BE IN PLACE PRIOR TO THE START OF CONSTRUCTION 2) AS S RIVERSIDE ORIHWY G IS A PART OF THE STATE HIGHWAY SYSTEM TEMPORARY TRAFFIC CONTROL ON THIS ROAD MUST CONFORM TO THE IOWA DOT STANDARD SPECIFICATIONS. 3) TRAFFIC MUST BE MAINTAINED AT ALL TIMES ON S. RfVERSIDE DR IHWV 6 AS WELL AS N_ IOWA AVE_ A MINI MUM OF ONE THROUGH LANE AND ONE TURN LANE ARE TO REMAIN OPEN ON BOTH ROADS AT ALL TIMES 31 PEDESTRIAN TRAFFIC SHALL BE MAINTAINED AT ALL TIMES. PROVIDE OETOURSAS SHOWN ON J.09 FOR TEMPORARY CONSTRUCTION CRO$SINO OR BRIEF MATERIAL UNLOADING PERIQO5, CONTRACTOR MAY LOCALLY CLOSE WALKWAYS WITH APPROPRLATE TYPE III BARRICADES. 4) IT IS NOT ANTICIPATED THE CONTRACTOR WILL PERFORM OVERHEAD WORK ABOVE PEDESTRIAN AREAS WHEN IN USE IF DEEME D NECESSARY BY THE CONTRACTOR, PROVIDE OVERHEAD PROTECTION ANY TIME WORK IS OCCURRING OVER WALKWAYS OPEN TO PEDESTRIANS. S) ALL TYPE III BARRICADES SHALL HE ADA COMPLIANT 6) STAGING AND WORK AREAS SHALL HAVE FENCING APPROPRIATE TO KEEP PEDESTRIANS FROM ENTERING THE WORK AREA. STANDARD ROAD PIL NS FOR TEMPORARY TRAFFIC CONTROL BiEC NUMBER DATE TITLE ( NA DCI AfIC(T,N? TW AC -: NA OCI <; ♦Ti .^di lq.'I l WORK NATNN It iT Cf TNA�ELED WAY ,T\A DCT r.41 - t}L'13?= LANF CLOSURF CN UNC VIDED HGH AY 3UDA5 ;Tr, '1, 1N1T751T TF MAMRARY TRAFFM C'XY%TR0I CkNFRAI MFCIRW Tk7 3-i Al-11 Ill CLOSURE OF RAN LANE el: 1t!„ IDn TQp1T 50EMALN DETOUR 0 = LANE GLOSURE = STAGING SMALL VEHICLE OR PERSONNEL ACCESS FRCUECT -..._� : - - _ '.:LIE'."' AUPEF; �/Shoemaker ;.ti IOWAAVENUEBRIDGE WEST BOUND CLOSURE 23273 H as la nd • - 11.111; �� ' TRAIL UNDERPASS BRIDGES TRAFFIC CONTROL PLAN DATE 03 Ise: �.q.�Y��"..._ 1�1 p-?AYM DAA . c _ f l 11 014.f l A 'S'lOf'TI'1C)CeT'f1C1C7 !;("i '"7r- 1 J � .11.!y 1�, CNND TJR - ,spROV Tip 1417C-I'_I _ J.02 F SIDEWALK •, �! , �* _ � .ire �: { � C/�_-: a.__. u4 ti t �4a . ,,� R ` CLOSED IOWA AVENUE BRIDGE w SIDEWALK CLOSED lit SIDEWALK CLOSE AHEAD fv i r CROSS HERE SIDEWALK CLOSED AHEAD ' CROSS HERE A w 'I T+i _ Illrra" SYMBOL LEGEND _ 1. -� SIGN TYPE III BARRICADE i TRAFFIC CONTROL NOTES i � - L) REFER TO IOWA STANDARD ROAD PLAN TC-419 I ( ! �►! ! ! lAMtN!! ,e 2_) PEDESTRIAN TRAFFIC SHALL BE MAINTAINED ON I t t LEAST ONE SIDE OF IOWA AVENUE AT ALL TIMES. `^as.ti �., j ED ON e x �... � ' ./MIM+4+! !i THE QWA AVE3) WHERE NUE BRIDGE, THE SIDEWAAL WORK IS BEING. LK SHALL BE •+'}" 7 ! , r!r i�r cTtrrrp t� �� i CIOSED FOR THE PVRATION OF WR)C OAND/ «+�+ 'fit RE"OPENE0WHENAERIALWORKISCOWLETED + fi Pr * tl!' n _1. .t Ii .,, Mel,ew+ I ->�r. # 4.)ADVANCED SIGNAGE (?) SHALL BE MAINTAINED FOR THE DURATION OF AERIAL WORK, ON EfTHER SIDE OF THE BRIDGE t YR' '! r a IIrE � ' [t ! ! !I 11lI. s i . Its Q-� C .:, �y ♦�'' ice► w H, FROJE6 SHEET tfftE PROJECT NUIMM S holem a ker °,III I IOWA AVENUE BRIDGE PEDESTRIAN 23273 sF#ET NUMBER ilk `I' 'I TRAIL UNDERPASS BRIDGES TRAFFIC CONTROL PLAN DATE 0s1524 • L�ili..'rlu�Ill. �i_p �. Haaland �mvM DAA J.03 AAA 0 F4IALPLANS A fL:L•.t } CHKO TJR N� = :r.; tiWw.i 1CS? 'Q(2) �i�Jt1101 C.CQI APROv TJR WWW-a M SEE SHEET V 00 FOR [DETAILS EXISTING R DEW ALKABOYE­-,_ 1ti ---MTNG SIMWALK ABOVE GuA.R AHL ITYPJ �,•' ------- - -- - -— - --------r ------------------------------------ e - 6 EKISTNGLIGHT , i - POLE BENT ~ EW BRIDGE NEW BF6DGE I 7 0' ?E r - 25 U' 24r 24'-T -r- N -a SITUATION PLAN ! BRIDGE REINFORCING SCHEDULE (2 BRIDGES) BRIDGE TRUCTURAL STEEL SCHEDULE (2 BRIDGES) CD µ. 3 STEEL DECK NOTES: BAR LOCATION SI-APE NO LENGT7- AMHT LOCATION 40 LENGTH I WEIGHT ' ` 710 ME1AL DECn . ,� B€ A 15 FORM DECK w(TM 6' PITCH OR SPACING Sol SLAB 1.04 ITUDINAL 18 VARIES 5 0 FLOORSTEEL BEAMS VVIZX726 W12X65 4 1 4 3?-0AYG B152 BETWEENFLUTES OMISBE18GA+IIGEN6NR" AICATTACFEDWfTH 5b1 SLAB TRANSVERSE 66 T-8 527 FLOOR STEEL DIAPHRAGMS M17tOUi&GON*G;TIONANGLES) 4 510 740 � c YI324 SELF DRSLLA6 FASTENERS WITH O.D WASHERS. DECK IS TO BE 5b2 SLAB TRANSVERS E INORTH BRIDGE j 'I e13 B DECKING SUPPORTS 0AW 41 2 tt3 53 T C T ATTACHED AT OTHER FLUTE TO EAC H SUPPORT BEAM W SLAB TRANSVERS E ISOUTH BRIDGES 1 B' 2 9 FLOOR BEAN SUPPORT BRACI(ETS (SEE DETAL 6 )V.041 B 1E TAL DECK IS TO HAVE UNPAINTED GALVANI= FNCSH N 4b4 SLAB OPENING CORNER BAR 3 F-7 to ACCORDANCE WITH SECTION 4100070F THE IOWA DOT STAMOM SPEGFICATION. - V . THE REINFORCING SHALL HAVE 2.5' COYER ALL REINFORCING * TO BE EP IXY OOATED TOTAL 9776 TOP AND W%m REINFORCING STEEL IS TO BE SLA'"RTED BY INDIVIDUAL EPDXY COATED CHWRS SPACED NO MORE THAN IV O.C. LOWNTI OINkLY OR TRANSVERSELY WNTRACTOR MAY USE OTHER tt 'ins WITH THE AP?RViAL BY THE EWINEER 44 4s1.91' BENT BAR DETAILS RE0JN0ENTS SMALL APPLY. DECK SURFACE SHALL BE FINISHED TO A SLIP RESISTANT TEXTURE TRANSVERSE TO TIE CENTERLINE. OF THE 1RAI L US NO A VIED" TEXTURE SROON FINISH NOTE ALL DMEN'SIONS ARE OUT TO OUT D* PIN METER BRIDGE CONCRETE PLACEMENT (2 BRIDGES) LOCATION UNITS TOTAL _ NORTH BRIDGE SLAB SOUTH BRIDGE SLAB C Y C Y 4.4 44 TOTAL C Y BB t IREINFORCING STEEL QUANTITIES AFM R4CLUDED ON THE SUNMARV QUAINTITIES WET NOTE COST OF'E JOINT MATERIAL AND POLYETHYLENE SHEETING G CONSIDERED NCID ENTAL TO THE COST OF STRUCTURAL CONCRETE NOTE CONCRETE 0-APMn CS TO BE I NCLUDEO ON THE SUMMARY OLWITES SHEET BENCHMARK: BE NC"AAR1N NO.4Q{. LOCATION B.M. CCXNE BOLT LIGHT POLE BASE EL. 6SS.B7 —am— Tam EL 97, 44 AW HM WS M 01 OR EUM WITH f 0 TWA E 50 Ar L L ADS ORAIN Tf TRENCH -It FL 847 FWL OM1 vl TISLAS EL, 64T.92 ,--T, STL EL U9 87 #2 EL 609 TI SA EL MG a L11 fi%fTIF00iiNG TOP OF SLAB TO MATCH DOSTINIG TRML NOTE NORTHBRIDGE PLAN SEE SHEET V.05 FOR RAMM DETAILS 311- low 311 W-1 W_8 2r-O -7-7-." Y-W, /-Tl M ar ry t? ------------------- TaIL Ei. W.05 --- to, EL. WN ri DO STt6 CONXTE SLA&-� 5bi i-V r-r 11-ir TOP or " M MATCH EXISTING TRAIL DETAX MWOEHFY EWNG WW TO GaLffmm Smom OF 634,6+ BEAM SUPPORT f-TIFIG EL 0409 :111 ILI I ell -.I N I 1111ti 4VA LTU-11 U, I I UtUh. 14 11-77V 51 .6 W4, J3) Yf 0 i� HDR BOLTS DRALL & DPW Ir WTO BROW&A OF SW TO 4"T " '" 13) �1' 11 � "a BXTS 'RL, & PW NT(' Too OF TO WITCH EXISTING TWIT 6 IV-" n NG U;AN BRIT) SOUTH END} El�D1—, co 4 Ell BENCHMARK BE NCHAAW NO. 403, ;X. E5 LOCATION. 8 M CCX NE BUT LIGHT POLE BASE EL 656V x- 3 v.a TUGlA1R0W41 Tam EL 647,91' 1y78, lo'-/O1 Tr m EL.547.95 USTL 3i1" Slp. ELWid ro TRAIL t RML #3 EL 647 AC, 4XW SLAB 1�1 " ORAIN OR COLAL ' •'� _ WITH 00ADS WM TIITMENCN EL-947.95 Tf$I,AB REVQ5 T,SLALB {T EL.647 98' 9. r RAL -i N EACH CCtM4 m --„*- N -: t _ Tam — - - t' TISt! is EDGE OFMTING SLAB .•Bl�, T.. FOOTING 8430 IE R T1 IM TO WTCH EXISTNG TRAIL NOTE t,SLAB SEE SHEET VAS FOR RAILING DETAILS - + EL. 649.84' 6 emITH BRIDGE PLAN 31'•Str2' 30 SPACES ®1'-q Or- D•FGR 31-Ml ,x 31 y304 — 374 a4 26' -6 17 �. SOUTH BRIDGE SLAB PLAN k TOP I 5U8 TO PATCH BUTMJG TRAK n ^� 0 o a • SEE DETAIL 6 f V,04 Y EASTNaG ORADE 70 CLEAR BOTTOM OF BEAM SuPPw �€L.9i1$9 2 SOUTH BRIDGE AT RETAINING WALL trr = T-0• rl C� 1'•T1B 5.3716 1%lw rV4 x V# WITH f3i W 0 " i-TPAL OR BOLTSORILI EPDXY ORENM17 TOP OF SLAB M MATCHEASTMG o a • • SEE DETAE 6 r V.B4 —8MrWG GRADE SWH BRIDGE AT EXISTING BRIDOE 3 yr = Nr BENCHMARK: BENCHMAW NO.4M, LOCATO N B M CCX NE BUT LIGHT POLE BASE EL. 655, V � BRIDGE I I l I alSa167" 1S72GAUGE NETAL ftl@lYC-C DECK WITH V PITCH I .� . BETNEHJFLUMS . Irl W IOX33 3 WBEAM SEf PlAr S LAXAXs15 x T WITH 121 BEAR t FOR SIZE 34*0 BOLTS EACH END FOR SIZE BRIDGE CROSS SECTION aw= r-1r WAXWNITH314'AILTHREAD ANC40R RODS DRILL N EKXV @' INTO ilOY'.F 7- PLANS - --- lCPI'm AmP"OREQ^vvrH r 0 AN 4UTLET PIPE n' coMPR> ssreLE w1Tt�wL — _ BRDGE DECk MATCH ECTMIG TRAIL ELEVATION ol1-0ALL 'THRMANCHOR �G DDRNLaEiOxYgINTO BR BRIDGE �' 3M' STIFFENER RATE BOTH SIM OF BEAM VVEB BEAN SUPPORT, SEE DETAIL 131 V.DI EXISTING BRIDGE ABUTMENT -EXISTING GRADE a v G I I W t2x I i i w1z I I NORTH BRIDGE LONGITUDIAL SECTION 3 IDGE LONGIT DIAL SECTION 1'-w 1•-A' , 11'r K Z 17 LONG SLOTTED (4I 10 ALL TV" NNGHOR RC4 DRILL 4i EP%Y 9' WTD MTN4 RETAR" WALL TCH EO5TINGTML EIfVATION 3 8' STIFFE1t FORNTES BOTH SIDES OF BEA17 MMPRESS13LE MATOW Ila CI? S'9RIOGEDECCD S.1eco /�T� �M lYl 7!8 0 HOLES -di SITE -= — - BEAN SUPPORT. SEE DETAL�" FOR 3r4' 0 &GETS EXISTING yGi�ADE�1 -. TOP VIEW FRONT VFW: rEX44TINGRETAMNW.WALL �3W B' r '�"� �'J�� - i�'r l PLATEWx7-P� ��� 648.00I ABUTMENT EL 044.30 S. ABUTMENT b I ��G� A�ACN�E�� AT E�15T�NG �E7�NIN�� 3a= , -W 1 1i7= rzr A WNORTH FRIDGE - S-SQUr� ' T'E 520 SOUTH BRDGE F. �1 s PLA7E 1=7 SIDE VIEW (HIGH END) SIDE VIEW (LOW ENDI -r or 28 e __- B 812 BRIDGE CKOE SLOPE 9.2X_-_ 4r RAIL #1 (LOOKING EAST) - — - _ - - RAIL 92 (LOOKING EAST) !-4t1T IMA AVENUE BFWW END 4 7 - 8 3I1t f - IOWAAVERA — 6RIDGEENO 3'•T 2T.8• B TitT 7 9-717 IOWAAI'ENLE BFeVaEND - --—EIRIDGE DECK SLOPE T 0% 7 RAIL>K~i (LOOKNG EAST) T�r� zG_•,o- B Tvr r g•Tif!' g•T17 1—��J - _ = �-.'..� ��' _ T- _ _ - _ - - • - ' - III i . IOWAAVENUE- BF110GE END --� --.- — --r—" EIRWE DECK SLOPE 7 0% RAIL 84 (LOOKING EAST) O � T i77 su UVAnCNS SEE ELEVATIONS •2 117 0 SICK 40 G&W. P FE WITH UP CAP PLATES '... - - - - - - - - - - - - Z GALV. ROD RAIL 04% Ve DO PIA1E'84FAJ2 SIDE) \_g v STEEL WIRE MESH 2 btg M LOZKoRAP WEAVE ft ORN AREA LIDW318 CKV. FRAME rM 4 GALY KICK RATE WITH 1f4' END PLATES LIAR SIDE) OF BRIDGE SEE ELEVATIONS NOTE - ALLVERTICAL LE66ERS ARE TO BE PERPENDICULAR TO BRIDGE DECK �� � TYPKICAL RAILING ELCYATIpN t t7 Att StrY t1VY �I05T 2 ,?• 0 SCH 40 GALV TOP 5 1f2 BUT RAIL WITH 1 e GALV END PLATES AT EXPOSED ENDS 1.4' GALV TOP PLATE --------- g I I GALY MESH PA STEEL R KILT PRANG __�'.'.�---------') GALY FOR FgRMESHPAlF1Yf'TERCUfEACH MQ 2GAU Ri6RAA ! C9RNER. STEEL LAIRE MESH 2 c P = V440 op 4 HS%YAXI)AGALV POST LOCKCRr1PWEAVEA'6OPEN AREA 41 uT 0 3 S ANOPM Io INTO S DFULL GONORKRTE SLAB CAA EPDX r rCAA GALY air x T x r GALV. FILATES TYPICAL NTOG OF OONC ?_-F -NOOK PLATE I EKJi CIX31EIi OF MESH PANEL FRAME a T V2' K IV GAIN BASE 3"tom RAIL BASE PLATE DETAIL RATE SE€DETAL FOR DETAILS b C05GALV. KICK "8'000UNTERSLIW GALV. STEEL PLATE I RUB RAILA �, FASTENERS,. AT LOCATIONS OF RAIL 001NNECT'p25, PROVIDE HDRZ SLOTTED IT. MALLOW FOR THU"AL EAPANWN C r - i ---- --- .., co ga� 2 KV4 THICK GALV - I 7.b" ' •� 3 ?. a STEEL BENT PLATE w _.. r a 1'•t' L6M604V PLATE - - - - --- -- - - - --- © W 13'"T GALV RATE 0 GALV. STEEL BUT AT LOCATION OF RAIL CONNECTORS. PROVDE HOL WTAL GALV STEEL WIiEMESH 1.1' ? ? 7 x 7 x 1K DIA 1Q' SLOTTED VOILES TO ALLOW FOR THR ERIIAI LOCKUM WEAVE M EXPANSION OPIN imb GUARDRAIL CONNECTION DETAIL n 3'4" EXTENSION -0" EXTENSION &.our -!n�n -ZZ 727= E)USTING SMALK D -zz 92%" trO DRILLED PIER, WfrH IA 06 VMIGU AND 04 M rop Two Ties a 2 ire c-c RWWE @ IT GC ffvrx) P-MLING 0 ELEVATUM I'T = T-O' Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145 Resolution No. 24-67 Resolution setting a public hearing on April 2, 2024 on project manual and estimate of cost for the construction of the Iowa Avenue Bridge Trail Underpass Bridges 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 Bridge Maintenance/Repair account #S3910. 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 i 9th day of rra,-rh , 2024 Mayor Approved b Attest: CitTClerk City Attney's Office (Liz Craig - 03/12/2024) It was moved by Harm Gan and seconded by Al rar the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x X Alter Bergus Dunn Harmsen Moe Salih Teague LocaliQ Iowa GANNETT PROOF OF PUBLICATION 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: 03/25/2024 and that the fees charged are legal. Sworn to and subscribed before on 03/25/2024 Notary, Jtate of W1, Uounty of 137 -) -,5" My commission expires Publication Cost: $43.60 Order No: 9984765 # of Copies Customer No: 1249729 p PO #: THIS IS NOT AN INVOICE! Please do not use this form for payment remittance. M LLcENsconsin PO Box 631851 Cincinnati, OH 45263-1851 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTER- ESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing, on theProject Manual, including the plans; specifications, contract, and estimated cost for the construction of the Iowa Avenue Bridge Trail Underpass Bridges in said city at 6:00 p.m. on the 2nd 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 includes Removal and replacement of deteriorated Iowa Avenue Bridge underpass approach bridges on both the north and south side. Includes demolition, structural steel, reinforced concrete, and steel guardrail and is located at the west end of the Iowa Avenue Bridge near the S. Riverside Drive 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 Page 1 of 1 Prepared by: Ethan Yoder, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5145 Resolution No. 24-83 Resolution approving project manual and estimate of cost for the construction of the Iowa Avenue Bridge Trail Underpass Bridges 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 Bridge Maintenance/Repair account #S3910. 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 23rd day of April, 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 7th day of May, 2024, or at a special meeting called for that purpose. Passed and approved this end day of April 20 24 Attest: - A�` City Clerk M Approve y �Z_ - - City Attorn 's ffice (Liz Craig - 03/28/2024) Resolution No. 24-83 Page 2 It was moved by salih and seconded by Alter the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Alter x Bergus x Dunn x Harmsen x Moe Salih x Teague Alh� I I IOWA LEAGUE °fCITIES 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 Iowa Avenue Bridge Trail Underpass Project Classified ID: 111712166804 A printed copy of which is attached and made part of this certificate, provided on 04/04/2024 to be posted on the Iowa League of Cities internet site on the following date: 2024-04-04 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 04/04/2024 a� w, -4,u --:�7 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of April, 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 7th day of May, 2024, or at special meeting called for that purpose. The Project will involve the following Removal and replacement of deteriorated Iowa Avenue Bridge underpass approach bridges on both the north and south side. Includes demolition structural steel reinforced concrete and steel auardrail. All work is to be done in strict compliance with the Project Manual prepared by Shoemaker & Haaland, of Coralville, 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 two (2) year(s) from and after its completion and formal acceptance by the City Council. Iowa Avenue Bridge Trail Underpass Bridges Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: May 27, 2024 Final Completion Date: July 26, 2024 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa. 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 Iowa Avenue Bridge Trail Underpass Bridges Project 0100 — Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, April 4, 2024 8:OS AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 04.04.24 Notice to Bidders.pdf A 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 has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City — Iowa Avenue Bridge Trail Underpass Bridges Project Iowa City — Mormon Trek PCC Patching Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): April 04, 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 04, 2024 [(Lfr, Date President/CEO of The Construction Update Plan Room Network gS, Cindy �Adams Project ion l;st ^� Master Builders of Iowa P (515) 402-9858 E CAdamsaMBI.Build I W www.MBI.Build 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 IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of April, 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 7th day of May, 2024, or at special meeting called for that purpose. The Project will involve the following Removal and replacement of deteriorated Iowa Avenue Bridge underpass approach bridges on both the north and south side. Includes demolition structural steel reinforced concrete and steel guardrail. All work is to be done in strict compliance with the Project Manual prepared by Shoemaker & Haaland, of Coralville, 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 two (2) year(s) from and after its completion and formal acceptance by the City Council. Iowa Avenue Bridge Trail Underpass Bridges Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: May 27, 2024 Final, Completion Date: July 26, 2024 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa. 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 Iowa Avenue Bridge Trail Underpass Bridges 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. 24-114 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Iowa Avenue Bridge Trail Underpass Bridges Project Whereas, Iowa Bridge and Culvert, LC of Washington, Iowa has submitted the lowest responsive, responsible bid of $226,583.00 for construction of the above -named project; and Whereas, funds for this project are available in the Bridge Maintenance/Repair account # S3910. 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 Iowa Bridge and Culvert, LC, 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 7 th day of May 2024 May Approved b Attest: i City Clerk City Attney's Office (Liz Craig - 05/01/2024) It was moved by Moe and seconded by Dunn adopted, and upon roll call there were: Ayes: x Nays: Absent: Alter Bergus Dunn Harmsen Moe Salih Teague the Resolution be ENGINEER'S REPORT November 12, 2024 Re: Iowa Avenue Bridge Trail Underpass Bridges Project Dear City Clerk: � r 1 q: wlw fu � ACL CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washlgton Street Iowa Clay, Iowa S2240.1826 (319) 356.5000 (319) 356-5009 FAX wwin,,lcgov,org I hereby certify that the Iowa Avenue Bridge Trail Underpass Bridges Project has been completed by Iowa Bridge and Culvert LC of Washington, Iowa, in substantial accordance with the plans and specifications prepared by Shoemaker & Haaland. The project was bid as a unit price contract and the final contract price is $225,823,00. There was a total of two (2) change or extra work orders for the project as described below: 01 Additional Sidewalk Removed and Replaced $5,040.00 02 Additional Guardrail $1,700,00 TOTAL $6,740.00 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer L, F Prepared by: Ethan Yoder, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 24-283 Resolution accepting the work for the Iowa Avenue Bridge Trail Underpass Bridges Project Whereas, the Engineering Division has recommended that the work for construction of the Iowa Avenue Bridge Trail Underpass Bridges Project, as included in a contract between the City of Iowa City and Iowa Bridge and Culvert LC of Washington, Iowa, dated May 28, 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 Bridge Maintenance/Repair account #S3910; and Whereas, the final contract price is $225,823.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 19th day of November , 2024 r Ma Approved by Attest: L-:0 Z/�,�- City dlerk City Attorn y's Office (Eric Bigley-11/14/2024) It was moved by Moe adopted, and upon roll call there were: Ayes: and seconded by Nays: Harmsen the Resolution be Absent: x Alter x Bergus x Dunn x Harmsen x Moe x Salih x Teague Bond No. 100240604 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND IOWA AVENUE BRIDGE TRAIL UNDERPASS BRIDGES PROJECT CITY OF IOWA CITY Know All by These Presents: That we, Iowa Bridge & Culvert, L.C. , as Principal (hereinafter the "Contractor" or "Principal") and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum Of Two Hundred Twenty -Six Thousand Five Hundred Eighty -Three and no/100 dollars ($ 226,583.00 ), 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 al"' day of m" a9�,L( , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Removal and replacement of deteriorated Iowa Avenue Bridge underpass approach bridges on both the north and south side. Includes demolition, structural steel, reinforced concrete, and steel guardrail. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: Performance: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 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 Iowa Avenue Bridge Trail Underpass Bridges Project 0510 — Page 1 of 4 claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. Maintenance: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) 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 two year(s) (2) after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. 4�J 'yy Iowa Avenue Bridge Trail Underpass Bridges Project 0510 — Oa'ge 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. Iowa Avenue Bridge Trail Underpass Bridges Project 0510 — Page 3 of 4 PRINCIPAL: Iowa Bridge & Culvert, L.G. Printe Name of Contractor Officer By By Signature of Contractor Officer U: P, Title of Contractor Officer SURETY: Merchants Bondina Comoanv (Mutual Surety Company Name J wd'1111-- S&ala of Attorney -in -Fact Officer Abiaail R. Mohr Printed Name of Attorney -in -Fact Officer Merchants Bonding Company (Mutual) Company Name of Attorney -in -Fact P. O. Box 14498 Company Address of Attorney -in -Fact Des Moines, IA 50306 City, State, Zip Code of Attorney -in -Fact 515-243-8171 Telephone Number of Attorney -in -Fact Iowa Avenue Bridge Trail Underpass Bridges Project 0510 — Page 4 of 4 ., • MERCHANTS BONDING COMPANY., POWER OF ATTORNEY 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 "Companies") do hereby make, constitute and appoint, individually, Abigail R Mohr; Laura Peiffer; Mat DeGroote; Matthew R Fay; Michael L McCoy; Sandy VanOsten "7 their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) 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 -Attorney 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 Attorneys -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 Attorney -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 3rd day of February 2024 ......... _ _ _ `'ANION MERCHANTS BONDING COMPANY (MUTUAL) �.`•+P.•..•.•... ��: : •�Q\.1G .. •• MERCHANTS NATIONAL BONDING, INC. y : pKPORq O L• . �O. �RPO/9,4 9y ; d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY -O- G:Ot 2003 1933 By • 'y • d' . c •'�:�Y �. •'•.�Lfj'' .�J?•'• '•b� ...: • `\d•• President STATE OF IOWA #.,•�( ��..• . • �.• COUNTY OF DALLAS ss. """' On this 3rd day of February 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn 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 Companies by authority of their respective Boards of Directors. FLIA( w- s Penni Miller --.� z v Commission Number 787952 • • My Commission Expires rowPA January 20, 2027 y`--�__ Notary�ibl (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 14th day of May 2024 .........1 • ....... :may. '4�;'.,y: .y .GO ��•:y,�: -o- G:O � Z 2 -o- o; � � a 0000 • j': 2003 ip; • y 1933 c; Secretary POA 0018 (1 /24) •�••'"""