Loading...
HomeMy WebLinkAboutWILLOW CREEK PARK IMPROVEMENTSWILLOW CREEK PARK IMPROVEMENTS 05 -Feb -2019 Plans, Specs, proposal and contract, estimate of cost 05 -Feb -2019 Res 19-35 setting a public hearing 12 -Feb -2019 Notice of public hearing 19 -Feb -2019 Res 19-55, approving project manual and estimate of cost 20 -Feb -2019 Notice to bidders 02 -Apr -2019 Res 19-97, awarding contract (All American Concrete Inc.) 24 -Aug -2020 Performance, payment and maintenance bond 02 -Sep -2020 Engineer's report 01 -Sep -2020 Res 20-208, accepting the work w -"s � r 1 ^�� pR, atyu(IOWA CITY A UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE WILLOW CREEK PARK IMPROVEMENTS IOWA CITY, IOWA FEBRUARY 4, 2019 h�0, RpOESS IONq� Fyc TROY A. CULVER 20165 low r. IF 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 InWA License Number 20165 My License Renewal Date is December 31, 2019 I hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and responsible S�pSE OF I charge. I am a duly Licensed Professional Landscape Architect under the Laws of the State of Iowa. 'F DONALD P. MARINER 02/0412019 s1) LANDSCAPE ARCHITECT Donald P. Marner,PLLA Date r� �. N0. 2 /OYq� 314 �� License Number 314 1ANDSr�,� Pages or sheets covered by this seal: License Expires: June 30, 2020 Willow Creek Park Improvements 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS - PART 1 AND 2 SECTION 11 68 00 PLAY EQUIPMENT AND SAFETY SURFACING SECTION 32 33 50 COLORED CONCRETE Willow Creek Park Improvements 0010 — Page 1 of 1 'S, 0100 NOTICE TO BIDDERS WILLOW CREEK PARK IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 19"' day of March 2019. 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 7:00 P.M. on the 2nd day of April, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Base Bid: Construction of Willow Creek Park Improvements shall include, but not limited to, demolition of existing buildings, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, sanitary sewer, water service, electric service, restroom building, open shelter, playground installation, trails, plantings and associated work. Add Alternate No. 1: The additional work and cost for providing split face block along the base of the restroom and open shelter structure as shown on the plans. Add Alternate No. 2: The additional work and cost associated for installing the play equipment as shown on the plans. Add Alternate No. 3: The additional work and cost for providing site amenities of grills, benches, bike parking, bike repair station, dog liter receptacle, trash/recycling receptacles, and associated work as shown on the plans. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as Willow Creek Park Improvements 0100 — Page 1 of 3 the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. Willow Creek Park Improvements 0100 — Page 2 of 3 The following limitations shall apply to this Project: Specified Start Date: April 15, 2019 Substantial Completion: September 30, 2019 Final Completion: October 18, 2019 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-354- 8973, Toll -Free: 800-779-0093, by bona fide bidders. A $50,00 fee plus $20.00 for shipping and handling is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City, Iowa, by bona fide bidders. The $50.00 deposit will be refunded to plan holders who return the bidding documents in good condition within 14 days after receipt of bids. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK Willow Creek Park Improvements 0100 — Page 3 of 3 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE WILLOW CREEK PARK IMPROVEMENTS 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 Willow Creek Park Improvements in said city at 7:00 p.m. on the 19"' day of February, 2019, 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 a Base Bid consisting of construction of Willow Creek Park Improvements shall include, but not limited to, demolition of existing buildings, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, sanitary sewer, water service, electric service, restroom building, open shelter, playground installation, trails, plantings and associated work. Add Alternate No. 1 includes the additional work and cost for providing split face block along the base of the restroom and open shelter structure as shown on the plans. Add Alternate No. 2 includes the additional work and cost associated for installing the play equipment as shown on the plans. Add Alternate No. 3 includes the additional work and cost for providing site amenities of grills, benches, bike parking, bike repair station, dog liter receptacle, trash/recycling receptacles, and associated work as shown on the plans; and is located at 1117 Teg Drive. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk Willow Creek Park Improvements 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS WILLOW CREEK PARK IMPROVEMENTS Optional Pre -Bid Meeting: a. Meeting to be held March 6, 2019, at 2:00 p.m. at the Engineering Conference room in City Hall located at 410 E. Washington Street, Iowa City, Iowa. 2. Bid Submittals: a. Bid submittals to be received by the City Clerk until 2:00 p.m., March 19", 2019, at City Clerk's Office located at 410 East Washington Street, Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. Bidder Status: a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: https://www. leg is.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: April 15, 2019 Substantial Completion: September 30, 2019 Final Completion: October 18, 2019 Liquidated Damages: $500.00 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. Community Events: i. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one Willow Creek Park Improvements 0200 — Page 1 of 2 hundred percent (100%) of the contract price for a period of Five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 10201.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Willow Creek Park Improvements 0200 — Page 2 of 2 �J L/ �J Willow Creek Park Improvements 0200 — Page 2 of 2 0400 PROPOSAL WILLOW CREEK PARK IMPROVEMENTS CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Willow Creek Park Improvements 0400 — Page 1 of 5 BID ITEM DESCRIPTION ESTIMATED UNITS QUANTITY AMOUNT BASE BID 1 Topsoil LS 1 $ 2 Excavation, Class 10 LS 1 $ 3 Subbase LS 1 $ 4 Sanitary Sewer Service Replacement EA 1 $ 5 Sanitary Sewer Cleanout EA 1 $ 6 Subdrain, Dual Wall HDPE, 6" LF 410 $ 7 Subdrain Cleanout, Type A-1, 6" EA 2 $ 8 Subdrain Outlets to Ditch, 6" EA 1 $ 9 Water Service LS 1 $ 10 Pavement, PCC, 7" SY 45 $ 11 Pavement, PCC, 6" SY 1,030 $ 12 Pavement, PCC, 5" SY 130 $ 13 Cast Iron Detectable Warning SF 32 $ 14 Temporary Traffic Control LS 1 $ 15 Hydraulic Seeding, Fertilizing and Mulching LS 1 $ 16 Plants, Karl Foerster EA 16 $ 17 Plants, Pale Purple Coneflower EA 13 $ 18 Plants, Hubricht's Bluestar EA 15 $ 19 Plants, Showy Blackeyed Susan EA 23 $ 20 Plants, Blonde Ambition Blue Grama EA 19 $ 21 Plants, Lesser Calamint EA 24 $ 22 Filter Sock, 9" dia. LF 600 $ 23 Filter Socks, Removal LF 600 $ 24 Temporary Fence LS 1 $ 25 Construction Survey LS 1 $ 26 Mobilization LS 1 $ 27 Concrete Washout LS 1 $ Willow Creek Park Improvements 0400 — Page 2 of 5 28 Demolition Work LS 1 $ 29 Site Electrical Service LS 1 $ 30 Open Shelter Building LS 1 $ 31 Restroom Building LS 1 $ 32 Colored Concrete, 6" SY 120 $ 33 Playground PCC Edger LF 300 $ 34 Play Equipment Installation & Surfacing LS 1 $ TOTAL BASE BID AMOUNT= $ ADD ALTERNATE NO. 1 1 Block Base LS 1 $ ADD ALTERNATE NO. 2 2 Play Equipment Installation & Surfacing LS 1 $ ADD ALTERNATE NO. 3 3 Site Amenities LS 1 $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Willow Creek Park Improvements 0400 — Page 3 of 5 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. Willow Creek Park Improvements 0400 — Page 4 of 5 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 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Willow Creek Park Improvements 0400 — Page 5 of 5 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 a -mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates to Address: (mm/dd/yyyy) City, State, Zip Code: Dates to Address: (mm/dd/yyyy) City, State, Zip Code: Dates to Address: (mm/dd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(.$) 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: Willow Creek Park Improvements 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. Willow Creek Park Improvements 0405 — Page 2 of 2 0410 BID BOND FORM WILLOW CREEK PARK IMPROVEMENTS CITY OF IOWA CITY , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, hereinafter called "OWNER," in the amount of Iowa, _ 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 Willow Creek Park Improvements. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this of , A.D., 20_ Witness Witness 0 Principal Surety By: (Attorney-in-fact) Attach Power -of -Attorney, if applicable _ day (Seal) (Title) (Seal) Willow Creek Park Improvements 0410 — Page 1 of 1 0500 CONTRACT WILLOW CREEK PARK IMPROVEMENTS 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 day of 20, for the Willow Creek Park Improvements ("Project'), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Willow Creek Park Improvements 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT DATED this day of Citv City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office (Title) 20 Contractor ATTEST: By: (Company Official) Willow Creek Park Improvements 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND WILLOW CREEK PARK IMPROVEMENTS CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor' or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Base Bid: Construction of Willow Creek Park Improvements shall include, but not limited to, demolition of existing buildings, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, sanitary sewer, water service, electric service, restroom building, open shelter, playground installation, trails, plantings and associated work. Add Alternate No. 1: The additional work and cost for providing split open shelter structure as shown on the plans. face block along the base of the restroom and Add Alternate No. 2: The additional work and cost associated for installing the play equipment as shown on the plans. Add Alternate No. 3: The additional work and cost for providing site amenities of grills, benches, bike parking, bike repair station, dog liter receptacle, trash/recycling receptacles, and associated work as shown on the plans. and 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. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in force but the penal sum for maintenance shall be reduced to the sum of DOLLARS ($ ), which is the cost associated with those items in the Contract that require a maintenance bond period in excess of one year. It is expressly understood and agreed by the Contractor and Surety in this bond that the following Willow Creek Park Improvements 0510 — Page 1 of 4 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 Confract,-byreference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been 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 year(s) (_) 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 Willow Creek Park Improvements 0510 — Page 2 of 4 less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's 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. 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. Willow Creek Park Improvements 0510 — Page 3 of 4 PRINCIPAL: A Contractor Signature Title FORM APPROVED BY: City Attorney's Office NOTE: SURETY: 171 Surety Company Signature Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name Company Address City, State, Zip Code Company Telephone Number 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Willow Creek Park Improvements 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 race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. Willow Creek Park Improvements 0520 — Page 1 of 6 SECTION 11 - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability, PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code Willow Creek Park Improvements 0520 — Page 2 of 6 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. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date Willow Creek Park Improvements 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of Willow Creek Park Improvements 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: htto://www.sterlinncodifiers.com/codebook/index.i)hp?book id=953. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. Willow Creek Park Improvements 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, ortransfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. Willow Creek Park Improvements 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. Willow Creek Park Improvements 0530 — Page 1 of 3 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is-warrahted 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. Willow Creek Park Improvements 0530 — Page 2 of 3 STATE OF WAGE THEFT AFFIDAVIT COUNTY 6RN upon being duly sworn, state as follows: I 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%. 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 anyjudicial 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. This instrument was acknowledged on (•3i1111111111 Signature before me by Notary Public in and for the State of Willow Creek Park Improvements 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: http://www.iowasudas.org/manuals/manual.cfm?manual=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. Previous editions of the SUDAS Standard Specifications can be found here: http://www.iowasudas.org/manuals/specs/archived figures/ArchivedFigures.cfm. Willow Creek Park Improvements 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: http://www.iowasudas.org/manuals/specs/ supplemental spec/. 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. Willow Creek Park Improvements Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2019 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: or are available in the City Engineering Division Office. Willow Creek Park Improvements Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer-generated unit price attachment. Willow Creek Park Improvements Page 1 of 1 2. 3. I 2. 3. SPECIAL PROVISIONS FOR PART 1 - GENERAL REQUIREMENTS INDEX DEFINITION AND INTENT 6. SUBMITTALS WORK REQUIRED 7. STANDARDS AND CODES SALVAGE OF MATERIALS AND 8. MATERIALS TESTS EQUIPMENT 9. FIELD TESTS PLANS AND SPECIFICATIONS 10. MEASUREMENT AND PAYMENT CONSTRUCTION FACILITIES 11. INCIDENTAL CONTRACT ITEMS DEFINITION AND INTENT A. The Technical Specifications that apply to the materials and construction practices for this project are defined as follows: The 2019 edition of the Iowa Statewide Urban Specifications for Public Improvements (SUDAS), except as modified by these Special Provisions to the Technical Specifications. 2. The intent of the Technical Specifications is to describe the construction desired, performance requirements, and standards of materials and construction. a. Engineer: Snyder & Associates, Inc., 320 E. Prentiss Street, Iowa City, Iowa 52240; Phone (319) 359-7676. B. The project will be awarded on base bid amount. The Owner can select or decline any combination of add alternates identified within the project manual and plans. WORK REQUIRED A. Work under this contract includes all materials, labor, equipment, transportation, traffic control and associated work for the construction of the Willow Creek Park Improvements, as described in the Official Publication. B. This project consists of one contract for all work described. C. Schedule and coordinate the construction work to facilitate timely construction of the improvements. SALVAGE OF MATERIALS AND EQUIPMENT A. City of Iowa City retains first right of refusal for retaining any existing materials removed by the contractor during the course of construction. Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 1 4. B. The Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment specified or indicated to be salvaged. The Contractor shall protect and store items as specified. C. Any items damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by the Contractor in kind with new items. PLANS AND SPECIFICATIONS A. The Owner will furnish 5 sets of plans and specifications to the Contractor after award of the contract. The Contractor shall compensate the Owner for printing costs for additional copies required. B. Provide one set of plans and specifications for each foreman and superintendent in charge of each crew on the job. CONSTRUCTION FACILITIES A. Provide telephone numbers where Contractor's representative can be reached during work days and on nights and weekends in the event of an emergency. B. Provide and maintain suitable sanitary facilities for construction personnel for duration of work; remove upon completion of work. C. Do not store construction equipment, employee's vehicles, or materials on streets open to traffic. Location for storage of equipment by Contractors is subject to approval by the Owner and Engineer. D. The Contractor shall provide suitable storage facilities necessary for proper storage of materials and equipment. E. Contractor shall provide temporary on-site restroom facilities. SUBMITTALS A. Provide construction schedule showing dates of starting and completing various portions of work. B. Provide 3 copies plus copies required by Contractor. This information shall be submitted to the Engineer at the preconstruction conference or at least 14 days prior to utilization of the particular item on this project. Submit the following information for Engineer's review: Testing reports as outlined in Sections 8 & 9. Manufacturer's data for materials that are to be permanently incorporated into the project. 3. Details of proposed methods of any special construction required. 4. Submit purchase orders and subcontracts without prices. Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 2 5. Such other information as the Engineer may request to ensure compliance with contract documents. STANDARDS AND CODES 13 B Construct improvements with best present day construction practices and equipment. Conform with and test in accordance with applicable sections of the following standards and codes. American Association of State Highway and Transportation Officials (AASHTO). 2. American Society for Testing and Materials (ASTM). 3. Iowa Department of Transportation Standard Specifications (Iowa DOT). 4. American National Standards Institute (ANSI). 5. American Water Works Association (AWWA). 6. American Welding Society (AWS). Federal Specifications (FS). 8. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 9. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 10. Standards and Codes of the State of Iowa and the ordinances of the City of Iowa City, Iowa. 11. Other standards and codes which may be applicable to acceptable standards of the industry for equipment, materials and installation under the contract. 8. MATERIALS TESTS A. Material testing is incidental to construction and will be completed by an independent testing laboratory retained by the Contractor and approved by the Engineer. Testing shall meet the requirements of Iowa SUDAS. B. Coordinate all material testing with the Engineer. Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 3 91 10. C. Provide transportation of all samples to the laboratory. D. Do not ship materials to the project site until laboratory tests have been furnished showing compliance of materials with specifications. E. Provide gradation and materials certifications for all granular materials. Certify that sources of Portland Cement and aggregates are Iowa DOT approved. Certify that materials and equipment are manufactured with applicable specifications. FIELD TESTS A. Field testing is incidental to construction and will be completed by an independent testing laboratory retained by the Contractor and approved by the Engineer. Testing shall meet the requirements of SUDAS. B. Coordinate all field testing with the Engineer. C. If test results do not meet those specified, the Contractor shall make necessary corrections and repeat testing to demonstrate compliance with the specifications. Contractor shall pay all costs for retesting. MEASUREMENT AND PAYMENT A. Contract lump sum prices are full compensation for furnishing all materials, equipment, tools, transportation and labor necessary to construct and complete each item of work as specified. No separate payment will be made for work included in this project except as set forth in the bid item reference notes. All other items of work are incidental to construction. B. Bid Item 1: Topsoil (LS) — Lump sum price includes clearing, grubbing, stripping, stockpiling and respreading topsoil to an 8" finished thickness. Measurement for payment will be based on percentage complete. C. Bid Item 2: Excavation, Class 10 (LS) - Lump Sum price includes site preparation and the construction of, embankment, fills, shoulder backfill, and backfill behind curbs, overhaul and finishing the soil surface. Measurement for payment will be based on percentage complete. D. Bid Item 3: Subbase (LS) — Lump Sum price includes includes furnishing, placing, compacting, and trimming to the proper grade. Measurement for payment will be based on percentage complete. E. Bid Item 4: Sanitary Sewer Service Replacement (EA) — Price includes removal of existing pipe, trench excavation, furnishing new pipe and bedding material, placing bedding and backfill material, connection back to existing service, compaction, testing, and inspection. Measurement for payment will be based on the quantity installed properly and measured in the field. Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 4 F. Bid Item 5: Sanitary Sewer Cleanout (EA) — Price includes plug at the end of the main, fittings, riser pipe, cap with screw plug, casting, and concrete casting encasement. Measurement for payment will be based on the quantity installed properly and measured in the field. G. Bid Item 6: Subdrain, Dual Wall HDPE. 6" (LF) — Price includes trench excavation, furnishing and placing bedding and backfill material, engineering fabric (when specified), connectors, and elbows and tees. The length of elbows and tees of the pipes installed will be included in the length of pipe measured. Measurement for payment will be based on the quantity installed properly and measured in the field. H. Bid Item 7: Subdrain Cleanout, Type A-1. 6" (EA) — Price includes excavation, furnishing, fittings and installing the subdrain cleanout as per plans. Measurement for payment will be based on the quantity installed properly and measured in the field. Bid Item S: Subdrain Outlets to Ditch. 6" (EA) — Price includes pipe, non -shrink grout, coupling bands, and rodent guards for pipes 6 inches or smaller. Measurement and payment based on the percentage complete of in-place material. r, J. Bid Item 9: Water Service (LS) — Price includes trench excavation, boring, dewatering, furnishing bedding material, installation of tracer wire system for non- metallic service pipe, pipe material, valves and placing bedding and backfill material and associated work. Measurement and payment based on the percentage complete of in-place material. K. Bid Item 10: Pavement, PCC 7" (SY) — Price includes final trimming of s)(bgrade or subbase, integral curb, bars and reinforcement, joints and sealing, surface curing and pavement protection, safety fencing, concrete for rigid headers, boxouts for fixtures, and pavement smoothness testing. Measurement and payment based on the percentage complete of in-place material. L. Bid Item 11: Pavement, PCC, 6" (SY) — Price includes final trimming of subgrade or subbase, integral curb, bars and reinforcement, joints and sealing, surface curing and pavement protection, safety fencing, concrete for rigid headers, boxouts for fixtures, and pavement smoothness testing. Measurement and payment based on the percentage of complete in-place material. M. Bid Item 12: Pavement, PCC 5" — Price includes final trimming of subgrade or subbase, integral curb, bars and reinforcement, joints and sealing, surface curing and pavement protection, safety fencing, concrete for rigid headers, boxouts for fixtures, and pavement smoothness testing. Measurement and payment based on the percentage complete of in-place material. N. Bid Item 13: Cast Iron Detectable Warning (SF) — Price includes steel bar supports and manufactured detectable warning panels. Measurement and payment based on the percentage complete of in-place material. O. Bid Item 14: Temporary Traffic Control (LS) — Lump Sum price includes installation, maintenance, and removal of temporary traffic control; total roadway Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 5 closures with installation and removal of detour signing as shown in the contract documents; removal and reinstallation or covering of permanent traffic control devices that conflict with the temporary traffic control plan; monitoring and documenting traffic control conditions; and flaggers. When required in the contract documents, the following are also included in traffic control unless a seperate bid item is provided; portable dynamic message signs, temporary barrier rail, temporary flood lighting, and pilot cars. Measurement for payment will be based on percentage complete. P. Bid Item 15: Hydraulic Seeding, Fertilizing and Mulching (LS) — Lump Sum price includes removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. Measurement for payment based on the percentage complete. Q. Bid Item 16: Plants, Karl Foerster (EA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on the percentage complete. R. Bid Item 17: Plants, Pale Purple Coneflower (EA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on the percentage complete. S. Bid Item 18: Plants, Hubricht's Bluestar (EA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on the percentage complete. T. Bid Item 19: Plants, Showy Blackened Susan (EA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on the percentage complete. U. Bid Item 20: Plants, Blonde Ambition Blue Grama (EA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on the percentage complete. V. Bid Item 21: Plants, Lesser Calamint (EA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on the percentage complete. W. Bid Item 22: Filter Sock, 9" dia. (LF) — Price includes anchoring stakes. Measurement for payment based on the percentage complete. X. Bid Item 23: Filter Socks. Removal (LF) — Price includes restoration of the area to finished grade and off-site disposal of filter socks and accumulated sediment. Measurement for payment based on the percentage complete. Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 6 Y. Bid Item 24: Temporary Fence (LS) — Lump Sum price includes furnishing, installing, and removing posts, fabric, ties, and fittings. Measurement for payment based on the percentage complete. Z. Bid Item 25: Construction Survey (LS) — Lump Sum price includes the costs of resetting project control points, re -staking, and any additional staking requested beyond the requirements of this section. Measurement for payment based on the percentage complete. AA. Bit Item 26: Mobilization (LS) — Lump Sum price includes the movement of personnel, equipment, and supplies to the project site; the establishment of offices, buildings, and other facilities necessary for the project; and bonding, permits, and other expenses incurred prior to construction. Measurement for payment based on the percentage complete. BB. Bid Item 27: Concrete Washout (LS) — Lump Sum price includes providing concrete washwater containment, collection, and disposal. Measurement for payment based on the percentage complete. CC. Bid Item 28: Demolition Work (LS) — Lump Sum price includes removal of the existing restroom/shelter building, existing pavements, existing utilities, and associated materials as noted to be removed on the plans. Contractor to verify demolition quantities. Measurement for payment based on the percentage complete of demolition. DD. Bid Item 29: Site Electrical Service (LS) — Lump Sum price includes Installation of the electrical service as per the plans and specifications, including coordination with local electrical utility, connection to existing service, installation of electrical service and conduit, appurtenances, and associated work. Measurement for payment will be based on percentage complete. EE. Bid Item 30: Open Shelter Building (LS) — Lump Sum price includes materials, permits, equipment, labor for the pre-engineered building kit of the entire open shelter building including but limited to footings, columns, roof structure, roof, finishes, hardware, electrical, ADA signage, and associated work to provide a full functioning open shelter as shown on the plans in accordance with manufacturer's recommendations and as specified. Measurement for payment will be based on percentage complete. FF. Bid Item 31: Restroom Building (LS) — Lump Sum price includes materials, permits, equipment, labor for the pre-engineered building kit of the entire restroom building including but limited to footings, foundation, floor, walls,, roof structure, roof, ceiling, finishes, hardware, electrical, mechanical, water'�ervice, sanitary sewer service, and associated work to provide a full functioning restroom facility as shown on the plans in accordance with manufacturer's recommendations and as specified. Measurement for payment will be based on percentage complete. GG. Bid Item 32: Colored Concrete. 6" (SY) — Price includes subgrade preparation, trimming, forming, placing specified colored concrete, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work as shown on the Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 7 11 plans. Measurement and payment based on the percentage of complete in-place material. HH. Bid Item 33: Playground PCC Edger (LF) — Price includes subgrade preparation, trimming, forming, adjusting fixtures, furnishing and placing concrete of the specified type, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work for the playground PCC edger. Measurement and payment based on the percentage complete of in-place material. Bid Item 34: Play Equipment Installation & Surfacing (LS) — Lump Sum price includes work and cost for assembly and installation of the proposed playground equipment including surfacing and associated work as shown on the plans and as required by the manufacturer. Measurement for payment will be based on percentage complete. JJ. Add Alternate No. 1: Block Base (LS) — Lump Sum price includes additional work and cost for providing split face block along the base of the restroom and open shelter structures as shown on the plans. Measurement for payment will be based on percentage complete. KK. Add Alternate No. 2: Play Equipment Installation & Surfacing (LS) — Lump Sum price includes additional work and cost for assembly and installation of the proposed playground equipment including surfacing and associated work as shown on the plans. Measurement for payment will be based on percentage complete. LL. Add Alternate No. 3: Site Amenities (LS) — Lump Sum price includes additional work and cost for providing site amenities of grills, benches, bike parking, bike repair station, dog liter receptacle, trash/recycling receptacles, and associated work as shown on the plans. Measurement for payment will be based on percentage complete. INCIDENTAL CONTRACT ITEMS A. The following list includes major items that are incidental to the project and will not be paid for as separate bid items. Other items may be designated as incidental under certain bid items. • Dewatering and handling storm water flow during construction • Temporary sheeting and shoring • Pipe and structure bedding material • Excavation, verification and protection of existing utilities • Material & field testing • Construction fencing • Temporary construction signage • Coordination and cooperation with utility companies • Coordination and cooperation with affected property owners • Coordination and cooperation with the City of Iowa City • Protection of existing utilities and light poles • Handbill notification of street closures & utility disruption to affected businesses Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 8 • Site cleanup • Locate of existing utilities, potholing if necessary • Maintaining postal, garbage & utility services to users • Monitoring weather conditions • Finish grading • Repair of field tiles, if encountered • Dust control measures • Construction staging & phasing • Working backfill to reduce moisture content • Curb and pavement backfill • Fixture adjustments Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 9 U"I . `O i Willow Creek Park Improvements Part 1 — General Requirements — SP1 - 9 SPECIAL PROVISIONS FOR PART 2 - SPECIAL CONSTRUCTION INDEX GENERAL 10. DEWATERING EXISTING UTILITIES 11. TRAFFIC CONTROL PROJECT SUPERVISION 12. TEMPORARY FENCES COORDINATION WITH OTHERS 13. RESPONSIBILITY OF CONTRACTOR CONSTRUCTION LIMITS 14. REMOVALS AND DISPOSAL CONSTRUCTION SCHEDULE 15. SITE ELECTRICAL CONSTRUCTION STAKING 16. FIXTURE ADJUSTMENTS SIDEWALK ACCESS 17. WORK BY OTHERS EROSION/POLLUTION PERVENTION 18. SURFACE RESTORATION GENERAL A. Procedures outlined herein are not intended to fully cover all special construction procedures but are offered as an aid to the Contractor in planning work. B. Cooperate with the Owner and the Engineer to minimize inconvenience to property owners and motorists and to prevent delays in construction and interruption to continuous operation of utility services and site access. C. The Contractor is expected to provide adequate personnel and equipment to perform work within specified time of construction. D. Install and maintain orange safety fence around all open trenches or open structures when left unattended. Provide surface restoration and clean up as construction progresses. 2. EXISTING UTILITIES A. Location of utility lines, mains, cables and appurtenances shown on plans are from information provided by utility companies and records of the Owner. B. Prior to construction, contact all utility companies and have all utility lines and services located. The Contractor is responsible for excavating and exposing underground utilities in order to confirm their locations ahead of the work. C. Contractor is solely responsible for damage to utilities or private or public property due to utility disruption. D. The Contractor shall notify utility company immediately if utility infrastructure is damaged during construction. Willow Creek Park Improvements Part 2 — Special Construction — SP2 - 1 F. Utility services are not generally shown on plans; protect and maintain services during construction. Notify Owner and affected property owners 48 hours prior to any planned utility service interruptions. G. If utility work does occur during the construction period, work schedules from the contractor and from the utility companies will be submitted to the Engineer for coordination to obtain mutual acceptable schedules, if possible. H. Existing utilities shall remain in substantially continuous operation during construction. Select the order and methods of construction that will not interfere with the operation of the utility systems. Interrupt utility services only with approval of Owner and Engineer. No claims for additional compensation or time extensions will be allowed to the Contractor for interference or delay caused by utility companies. 3. PROJECT SUPERVISION A. The Prime Contractor shall be represented in person at the construction site at all times that construction operations are proceeding by a qualified superintendent or other designated, qualified representative capable of providing adequate supervision. The superintendent or representative must be duly authorized to receive and execute instructions, notices and written orders from the Engineer. Issues that arise during construction relating to traffic control, construction staging, resident notifications, mail service, garbage service, access to residences, etc. are the responsibility of the Prime Contractor. C. A meeting with the Contractor, Engineer and Owner will be held at the project site before construction to coordinate the construction work. D. Refer to Division 1 — General Provisions and Covenants for additional requirements. 4. COORDINATION WITH OTHERS A. Cooperate and coordinate construction with the Owner, adjacent businesses, utility companies, affected property owners and other contractors working in vicinity of this project. It is the Contractors responsibility to schedule and coordinate work to minimize construction delays and conflicts. 5. CONSTRUCTION LIMITS A. Confine the construction operations within the construction limits shown on the plans, consisting of public right -of way and temporary easements. B. Do not store equipment, vehicles or materials within the right-of-way of any streets open to traffic or parking areas at any time without approval of the Owner. Contractor to maintain access to the existing parking areas and existing school Willow Creek Park Improvements Part 2 — Special Construction — SP2 - 2 facilities during construction. 6. CONSTRUCTION SCHEDULE A. The Contractor will prepare and submit to the Engineer for approval a project schedule that will assure the completion of the project within the time specified. Construction schedule shall be submitted at or prior to the preconstruction conference. The schedule may only be revised due to weather conditions or scheduling by the Owner. The contractor shall maintain a current construction schedule and provide to the Engineer and Owner at all times. B. The Construction schedule shall be created and coordinated with the Owner so that disruptions to the use of the adjacent school facilities are minimized. C. The Contractor shall coordinate with the Owner the placement of the proposed transformer, light fixtures, and controllers. D. The Contractor shall be required to meet the interim and final completion date as specified in the written Notice to Proceed. E. The Notice to Proceed is anticipated to be on or about April 15, 2019. F. Work on the improvements shall not begin before the date specified in a written Notice to Proceed. G. Substantial completion for the project shall mean that approximately 95% of the project is constructed and acceptable with the remaining work being minor in nature. Project completion, 100% acceptable is October 18, 2019. CONSTRUCTION STAKING A. Construction Staking will be provided by the Contractor. SIDEWALK ACCESS A. Sidewalks and ramps shall be kept open to pedestrian traffic at all times when work allows. Contractor shall install type II barricades with a sign "SIDEWALK CLOSED" when pedestrian access is not permissible. B. No materials or equipment shall be stored on sidewalks. EROSION/POLLUTION PREVENTION PLAN A. The Owner shall apply for the Iowa DNR NPDES General Permit No. 2 and the Engineer shall prepare the initial Storm Water Pollution Prevention Plan (SWPPP). This information shall be provided to the Contractor upon award of the contract. B. Contractor is responsible for updating the SWPPP to match staging, phasing, and construction methods as work progresses. Contractor shall comply with the erosion control requirements of said plan, the Iowa Code, and local ordinances. Willow Creek Park Improvements Part 2 — Special Construction — SP2 - 3 Protect against erosion and dust pollution on this project site and any off-site deposit or borrow area used for this project. C. The Owner shall obtain an NPDES permit from the Iowa DNR for the area within the limits of this project based on the Pollution Prevention Plan. It shall be the Contractor's responsibility to update the plan during construction and have the plan available on site at all times. D. Protect adjoining property including public sanitary and storm sewer systems and streets from any damage resulting from movement of earth or other debris from project site. Repair any damage immediately. E. Prevent accumulation of earth or debris on adjoining public or private property from project site. Remove any accumulation of earth or debris immediately. Prevent repetition of any instance where earth or debris moves from project site to adjoining public or private property. Provide erosion control measures necessary to protect against siltation and erosion from the flow of storm water. Maintain continuous operation of the storm sewer system throughout the construction period. G. Use silt fence and. other means at all drainage courses, swales and storm sewer system inlets and outlets to protect against siltation and erosion as shown in the construction drawings or directed by the Engineer. H. The Contractor will be fully liable for all damages to public and private property caused by their action or inaction in providing for handling of storm water flow during construction. 10. DEWATERING A. Perform all construction work in dry conditions. B. Submit dewatering methods to the Engineer for review. Obtain the Engineers approval on methods prior to construction. C. Groundwater levels are subject to variation. No additional compensation will be permitted due to high groundwater conditions. D. If excavation encounters only cohesive soils with no wet sand seams or layers, it may be possible to control water seepage by draining groundwater to temporary construction sumps and pumping it outside the perimeter of the excavation. E. Do not pump water from open excavation in sand and gravel below the natural ground water level. F. Maintain water levels 2 feet or more below the bottom of excavations in saturated cohesionless (sand and/or gravel) soils to prevent upward seepage, which could reduce subgrade support. Install dewatering system (well points or shallow wells) when working in Willow Creek Park Improvements Part 2 — Special Construction — SP2 - 4 11 12. cohesionless soils. Costs of installing and operating dewatering system are incidental. G. Provide for handling surface water encountered during construction. Prevent surface water from flowing into excavation, remove water as it accumulates. Divert storm sewer flow around areas of construction. Do not use sanitary sewers for the disposal of trench water. H. Backfill pipe and structures prior to stopping dewatering operations. Do not lay pipe or construct concrete structures on excessively wet soils. The costs of handling both surface water and groundwater are incidental. TRAFFIC CONTROL A. Furnish, erect and maintain traffic control devices as specified in the construction drawings and directed by the Engineer including signs, barrels, cones, and barricades to direct traffic and separate traffic from work areas. B. Provide traffic control devices in accordance with the Iowa DOT Standard Specification, Section 2528, Traffic Control, and the latest edition of the Manual on Uniform Traffic control Devices (MUTCD). C. Adjustments to the traffic control or the addition of flaggers will be required if, in the opinion of the Engineer, undue traffic congestion occurs. D. Provide continuous access for police, fire, and other emergency vehicles. TEMPORARYFENCES A. Install temporary fencing around project site to allow for open excavations and material storage areas and to prevent access of unauthorized persons to construction areas. This temporary fence shall be 6' high chain link fence with top rail. B. Provide temporary chain link safety fence with a nominal height of 48" around existing trees to be protected. Support fence securely on driven posts in vertical position. C. Temporary fencing installed around open excavations or material storage areas is incidental to construction and will not be measured for payment. D. Remove temporary fencing upon completion of construction. Willow Creek Park Improvements Part 2 — Special Construction — SP2 - 5 13. 14 15. 16. RESPONSIBILITY OF CONTRACTOR A. Supervision of the work. B. Protection of all property from injury or loss resulting from construction operations. C. Replace or repair objects sustaining any such damage, injury or loss to satisfaction of Owner and Engineer. D. Cooperate with Owner, Engineer, and representatives of utilities in locating underground utility lines and structures. Incorrect, inaccurate or inadequate information concerning location of utilities or structures shall not relieve the Contractor of responsibility for damage thereto caused by construction operations. E. Keep cleanup current with construction operations. Comply with all Federal, State of Iowa, and City of Iowa City, Iowa laws and ordinances. REMOVALS AND DISPOSAL A. Remove from project site and dispose of vegetation, excess soil excavation, rubbish, concrete, granular materials and other materials encountered as shown on plans and as specified for removal. B. Dispose of materials in accordance with applicable laws and ordinances. Disposal sites are subject to the review and approval of the Engineer. 1. Burning of brush and other debris is not permitted. Contractor responsible for selecting disposal site. 2. Dispose of broken concrete, asphalt, granular material, rubble, excess or unsuitable excavated material. Contractor is responsible for selecting disposal site. 2. Cooperate with all applicable City, State and Federal agencies concerning disposal of materials. 3. The Owner has the first right to any excess materials from construction. SITE ELECTRICAL A. Refer to Construction Plan Sheets, for electrical improvements. FIXTURE ADJUSTMENTS A. The adjustment of any existing utility appurtenances to final grade is considered incidental to the site work. Willow Creek Park Improvements Part 2 — Special Construction — SP2 - 6 17. WORK BY OTHERS A. The Contractor shall perform all activities necessary to properly coordinate the work being provided by the Owner, Utility Companies and work being performed by the Subcontractors. 18. SURFACE RESTORATION A. Finish grade all disturbed areas and smooth, uniform lines without large clods, lumps or debris. Grade for positive drainage. Prepare the finished surfaces for seeding. B. Repair any areas disturbed by construction activities. C. Protect existing turf and pavement. Any damage to turf or pavement to be repaired by the contractor to the owner's specifications. Willow Creek Park Improvements Part 2 — Special Construction — SP2 - 7 PART IGENERAL 1.1 1.2 1.3 SECTION 11 68 00 PLAY EQUIPMENT AND SAFETY SURFACING SECTION INCLUDES A. Drawings and general provisions of contract, including general and supplementary conditions and Division 1 Specification Sections, apply to this section. B. Section includes the installation of new playground equipment and surfacing as identified on the drawings. PRODUCT DESCRIPTION A. Playground equipment and surfacing shall have a proven track record of durability, high - quality, structurally sound and suitable for safe play, each complete piece of which shall be manufactured and designed by a single manufacturer. Assemblages or combinations of products from two or more manufacturers in one piece of equipment will not be accepted. Playground equipment shall contain the components and be designed in accordance with the components and layout shown on the Drawings. B. Playground surfacing shall be resilient poured -in-place surfacing installed in the areas shown on the Drawings. C. Standards: Playground equipment and surfacing shall be designed to meet all current and relevant standards. QUALITY ASSURANCE A. American Standards for Testing and Materials (ASTM): Playground equipment and surfacing shall comply with all relevant ASTM standards for playground equipment, components, surfacing and materials. Below is a list of ASTM technical performance standards that relate to playgrounds. 1. ASTM F1487 Standard Consumer Safety Performance Specification for Playground Equipment for Public Use. 2. ASTM F2223 Standard Guide for ASTM Standards on Playground Surfacing. 3. ASTM F2049 Standard Guide for Fences/Barriers for Public, Commercial, and Multi -Family Residential Use Outdoor Play Areas. 4. ASTM D2479-12 Standard Guide for ASTM Standard on Poured -in -Place Playground Surfacing. Willow Creek Park Improvements 11 68 00 Play Equipment and Surfacing - 1 5. ASTM F1292 Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. 6. ASTM F1951 Standard Specification for Determination of Accessibility of Surface Systems Under and Around Playground Equipment. 7. ASTM E303 Standard Test Method for measuring Surface Frictional Properties Using the British Pendulum Tester. 8. ASTM D2859 Standard Test Method for Flammability of Finished Textile Floor Covering Materials. 9. ASTM D2047 Standard Test Method for Static Coefficient of Friction of Polish -Coated Floor Surfaces as Measured by the James Machine. 10. ASTM D624 Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 11. ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers -Tension. C. Americans with Disabilities Act (ADA): Playground equipment and surfacing shall comply with the requirements of the Americans with Disabilities Act (ADA), as understood by most recent administrative and judicial rulings and clarification(s) at the time of this specification. D. Consumer Products Safety Commission (CPSC): Playground equipment and surfacing shall comply with the recommended guidelines of the U.S. Consumer Products Safety Commission (CPSC) set forth in the latest version of the Public Playground Safety Handbook and the CPSC's Consumer Products Safety Improvement Act (CPSIA). E. Manufacturer's Experience: Playground equipment and surfacing shall be famished by a manufacturer with a minimum of ten (10) years' experience in the design, fabrication, and assembly of specified systems. Installer shall be approved and trained by the manufacturer of the playground surfacing being provided. F. Installer's Experience: Playground equipment and surfacing shall be installed by a contractor with a minimum of five (5) years' experience in the assembly and installation of the specified systems. G. Safety Surfacing Installer: Installation to be completed by an installer approved by manufacturer for installation of selected playground safety surfacing.\ 1.4 WARRANTY A. Safety Surfacing Materials and Workmanship Warranty: Playground safety surfacing file installation shall be warranted for defects in materials and workmanship for a minimum of 10 years from date of completed installation and project acceptance. Willow Creek Park Improvements 11 68 00 Play Equipment and Surfacing - 2 1.5 B. Safety Surfacing Performance Warranty: Playground safety surfacing installation shall be warranted to meet drop height performance requirements of ASTM F 1292 for a minimum of 10 years from date of completed installation and project acceptance. SUBMITTALS & TESTING A. Certification: IPEMA Certification for playground surfacing shall be submitted indicating compliance with: 1. Requirements of ASTM F1292-13 for playground poured -in-place surfacing. B. Accessibility Confirmation: Manufacturer must submit documentation indicating compliance with: 1. Requirements of the Americans with Disabilities Act (ADA) for playground surfacing and equipment. C. Product Data: Submit manufacturer's product data, maintenance instructions and installation instructions. D. Playground Safety Surface: 1. Submit shop drawings showing proposed layout, for approval by Jurisdictional Engineer. 2. Submit color samples from manufacturer's standard color choices and of selected custom colors for review and approval. 3. Warranty documents specified herein. 4. Certification of Qualification: Submit qualification certification of the playground surfacing installer is an approved applicator of the playground surfacing system. 5. Certification of Compliance: Submit manufacturer's certificate of compliance indicating materials comply with specified requirements. 6. Test Reports: Submit certified test reports from qualified independent testing agency indicating results of the following tests for impact. attenuation per ASTM F 1292: a. Minimum Test Results: i. Impact Attenuation, ASTM F 1292: a. Gmax: Less than 200. b. Head Injury Criteria (HIC): Less than 1000. 7. Site Testing: Text impact attenuation of safety surface system under and around installed playground equipment. Test to be in the presence of Engineer and Owner within 30 days of installation. (6) Six tests to be conducted. (2) Two tests per play area. Locations to be approved by Engineer. a. Test results shall have a GMAX: Less than 200 and HIC less than 1000 in accordance with ASTM F1292 standards. b. Test equipment and operator qualifications. Willow Creek Park Improvements 11 68 00 Play Equipment and Surfacing - 3 i. National Recreation and Parks Association/National Playground Safety Institute (NRPA/NPSI) certified playground safety inspector (CPSI). ii. Trained in the proper operation of Triax 2010 test equipment by competent agency. 1.6 MANUFACTURER'S REVIEW A. Play Surfacing Substrate Review: Playground surfacing substrate and trench drain shall be reviewed by Manufacturer's representative to verify the substrate conditions are suitable for installation of the playground surfacing system prior to installation of surfacing. Any concerns of the Manufacturer shall be brought to the Contractor, the Owner and the Owner's Representative's attention. Do not proceed with installation until unsuitable conditions are corrected. B. Manufacturer's representative shall be trained and certified as a Playground Safety Inspector (CPSI) and shall note any items which are not in conformance with the playground equipment's or surfacing specifications or instructions for installation, and which must be corrected before the playground equipment or surfacing can be safely used, or which must be corrected in order for the, manufacturer's warranties to be in effect. C. Annual Review: Playground equipment and surfacing shall undergo a one-time annual review to occur one year after installation. PART 2 MATERIALS 2.1 ACCEPTABLE MANUFACTURERS The following pre -approved products and manufacturers have been reviewed and determined to meet all specified requirements. However, said products and manufacturers must still demonstrate they meet all specified requirements. A. Playground surfacing: (Playground Surfacing must meet up to a 12' fall height) Poured -in -Place Safety Surfacing System as provided by Surface America, Inc. PO Box 157 Williamsville, NY 14231; Telephone: (800_ 999-0555, (716) 632-8413; Fax: (716) 632-8324; E-mail: infona,surfaceamerica.cmo; website: www.surfaceamerica.com. 2. Or Approved Equal. B. Approved Equal Status: In order to be considered as an `Approved Equal' product manufacturer, the Bidder shall submit the following materials for review 10 days prior to the Bid Opening date for review by the City and Engineer: Willow Creek Park Improvements 1168 00 Play Equipment and Surfacing - 4 I . Listing of exact components to be substituted for the corresponding components called out on the plans; 2. Product data for each component showing conformance with the selected components; 3. A layout plan of the proposed structure or component, with component labels, colors and locations; 4. Other information as requested by the City or Engineer to ensure conformance with the specified product(s). The City and Engineer will review the material and identify `Approved Equal' product status through an addendum for those products that qualify. 2.2 PLAYGROUND SURFACING A. Poured -In -Place Playground Safety Surfacing System, including the following: 1. A poured -in-place safety surfacing system, include the following: a. Resilient playground safety surfacing that meets ASTM and CPSC guidelines for impact attenuation and accessibility requirements b. Primer: Urethane c. Basemat: 100% recycled SBR (styrene butadiene rubber) and urethane. Thickness based on ASTM F 1292 requirements for critical fall height. Coordinate with Drawings and Playground Manufacturer. 1) Mix: 16 + % Urethane, 86% Rubber (Based on entire rubber & urethane mix) d. Top Surface: Blend of recycled ethylene propylene diene monomer (EPDM) rubber and aliphatic urethane binder meeting the following requirements: 1) Mix: 22% Urethane, 82% Rubber (Based on entire rubber & urethane mix) 2) Dry Static Coefficient of Friction (ASTM D2047): 1.0. 3) Wet Static Coefficient of Friction (ASTM D2047): 0.9. 4) Dry Skid Resistance (ASTM E303): 89. 5) Wet Skid Resistance (ASTM E303) 57. B. Surface Color and Pattern: See Drawings for surface patterns and colors. Final color selection to be approved by Owner. Submit color samples for approval. C. See Drawings and associated specifications for details on concrete edger, trench drain and concrete base construction. D. See Drawings and associated specifications for storm drainage utilities for trench drain specifications. Willow Creek Park Improvements 1168 00 Play Equipment and Surfacing - 5 PART 3 EXECUTION 3.1 UNDERGROUND UTILITIES A. Contractor shall contact the appropriate utility locating service(s) and shall request that all underground utilities be marked on the ground prior to commencing work. 3.2 LOCATION A. Location: Playground equipment and playground surfacing locations are shown on the Drawings. Contractor is responsible for verifying adequate vertical and horizontal depth of safety surfacing is provided for playground equipment in accordance with specifications and playground manufacturer requirements, recommendations and specifications. 3.3 INVENTORY, STORAGE, PROTECTION AND DELIVERY A. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. B. Packing List: All shipments shall include a packing list for each skid/container, specifying the part numbers and quantities on each skid or within each container. C. Packaging: Posts shall be individually packaged in sturdy, water-resistant, mar -resistant cardboard boxes. Other components shall be individually wrapped or bulk wrapped to provide protection during shipment. Small parts and hardware packages will be placed in crates for shipment. The components and crates shall be shrink-wrapped to skids (pallets) to ensure secure shipping. D. Hardware Packages: All shipments shall include individual component -specific hardware packages. Each hardware package shall be labeled with the part number, description, a component diagram showing the appropriate component, package weight, a bar code linking the hardware package to the job number, assembler's name, date and time the package was assembled, work center number and work order number. E. Storage and Protection: Store surfacing materials protected from harmful environmental conditions and at a minimum temperature of 40 degrees F (4 degrees C) and maximum temperature of 90 degrees F (32 degrees Q. Protect playground equipment and surfacing from damage prior, during and after installation until acceptance of project. F. Inventory playground equipment prior to assembly, in order to ensure that all components and parts are available. Notify in writing the Owner, Owner's Representative, and Manufacturer's Representative of any missing components or Willow Creek Park Improvements 11 68 00 Play Equipment and Surfacing - 6 3.4 3.5 1:K9 3.7 parts. Do not proceed with assembly or installation until all components and parts are available. 11LVirsil 1Y A. Contractor is responsible for verifying layout prior to installation. Layout playground equipment and surfacing within play area, indicating locations for footings and other components which are supported by concrete footings. Confirm all playground equipment has safety surface within required safety fall zones. FOOTINGS — PLAYGROUND EQUIPMENT A. Depth of Supporting Posts / Uprights: Depth of supporting posts / uprights below grade shall be per the manufacturer's detail drawings. B Size and Depth of Footings for Supporting Posts / Uprights: Supporting posts / uprights shall be cast into a minimum 36" depth concrete footing, width per the manufacturer's drawings. ASSEMBLY — PLAYGROUND EQUIPMENT A. Playground equipment shall be assembled strictly per the manufacturer's specifications, drawings, instructions, and recommendations. Assemble all components and parts, with parts loosely fastened, in order to ensure that playground equipment can be completely assembled. B. Place loosely assembled playground equipment in excavated holes for footings, in order to ensure that layout matches playground equipment dimensions. C. Level and align playground equipment per the manufacturer's specif catidns, drawings, instructions, and recommendations. Brace, shim, and otherwise stabilize playground equipment such that it is not displaced from its Correct horizontal and vertical alignment when concrete is poured in the footings around the supporting posts / uprights. r: INSTALLATION -PLAYGROUND EQUIPMENT a. Installation Documentation: Manufacturer shall provide order -specific, step-by-step instructions for assembly of each component, including equipment assembly diagrams, estimated hours for assembly, footing dimensions, concrete quantity for direct bury components, fall height information, area required information and detailed material specifications. b. Contractor is responsible for verifying location in the field. Playground equipment shall be installed with the correct horizontal and vertical alignment. Willow Creek Park Improvements 11 68 00 Play Equipment and Surfacing - 7 C. Pour concrete in footings to a minimum 36" depth around supporting posts / uprights and other components supported by concrete footings. Tighten clamps and all fastening hardware while concrete is setting, to ensure that the playground equipment is maintained in its correct horizontal and vertical alignment by the hardened concrete. 3.8 INSTALLATION & PREPERATION - PLAYGROUND SAFETY SURFACING A. Install playground surfacing and associated substrate in accordance with manufacturer's specifications, requirements and recommendations. Complete installation recommendations are available from the manufacturer. B. Do not proceed with playground surfacing installation until all applicablesite work, utility, playground equipment installation and other relevant work, has been completed. A Manufacturer's Review of the playground equipment must be performed prior to installation of the playground surfacing and associated concrete base material. C. Environmental Requirements: Install materials between a minimum ambient temperature of 40 degrees F (1 degree C) and a maximum temperature of 90 degrees F (32 degrees Q. Do not install safety surfacing during rain events or if rain events are anticipated within the next 24 hour period. D. Keep area clear of dust and loose debris. E. Concrete Base: 4" depth PCC, 3500psi min. The brushed finish concrete base shall be uniformly sloped with construction joints spaced at 8' max. See Section 32 1313 Concrete Paving for additional specifications. Allow concrete to fully cure — up to 10 days prior to installation of safety surfacing. Concrete surface shall be clean of all dust, dirt and debris which may prevent proper adhering of safety surface materials. F. Concrete Base Primer Application: Using a short nap roller or brush to apply manufacturer's primer, at the rate of 300 ft per 2 gal, to the concrete base and any adjacent vertical barriers that will make contact with the safety surfacing system (i.e. playground equipment support legs, curbs or slabs). G. Basemat Installation: Install basemat at a constant density of 29 pounds, 1 ounce per cubic foot to specified thickness, using screeds and hand trowels. Coordinate required thickness with playground manufacturer's critical fall height for specified playground equipment. Allow basemat to cure for sufficient time, in accordance with manufacturer's recommendations and requirements. Protect basement from foot traffic and equipment. H. Basemat Primer Application: Using a short nap roller or brush to apply manufacturer's primer, at the rate of 300 ft per 2 gal, to the concrete base and any Willow Creek Park Improvements 1168 00 Play Equipment and Surfacing - 8 3.9 adjacent vertical barriers that will make contact with the safety surfacing system (i.e. playground equipment support legs, curbs or slabs). I. Top Surface Installation: Install top surface, in color specified, at a constant density of 58 pounds, 9 ounces per cubic foot to nominal thickness of 1/2" (3/8" minimum and 5/8" maximum), using screeds and hand trowels. Allow top surface to cure for a minimum of 48 hours, in accordance with manufacturer's recommendations and requirements. Protect from foot traffic and equipment. J. At the end of the minimum curing periods, verify surface is sufficiently dry and firm prior to allowing foot traffic and use without damaging the surface. SUPERVISION A. Maintain constant supervision of playground equipment until concrete is sufficiently hardened and movement of supporting posts / uprights and other components is no longer possible. B. Protect the installed playground surface from damage resulting from subsequent construction activity on the site. END OF SECTION Willow Creek Park Improvements 1168 00 Play Equipment and Surfacing - 9 Ycl�Y l l L�1 � ity3cicI.��, CKQ0)1:4IXO]N[a)11V11IV IVA71115 t001210"T N 1111111�111TU-"3 41 'J A. Section Includes: 1. Integrally colored concrete. 2. Curing of integrally colored concrete. 3. Surface texture. 1.2 REFERENCES A. American Concrete Institute (ACI): 1. ACI 301 "Specification for Structural Concrete for Buildings." 2. ACI 302 IR "Recommended Practice for Concrete Floor and Slab Construction." 3. ACI 303.1 "Standard Specification for Cast -In -Place Architectural , Concrete." C� 4. ACI 304 "Recommended Practice for Measuring, Mixing, Trausporting and Placing of Concrete." 5. ACI 305R 'Recommended Practice for Hot Weather Concreting." 6. ACI 306R "Recommended Practice for Cold Weather Concreting." B. American Society for Testing and Materials (ASTM): 1. ASTM C309 "Liquid Membrane -Forming Compounds for Curing Concrete." 2. ASTM C494 "Standard Specification for Chemical Admixtures for Concrete." 3. ASTM C979 "Standard Specification for Pigments for Integrally Colored Concrete." Willow Creek Park Improvements 32 33 50 Colored Concrete - 1 C. American Association of State Highway and Transportation Officials (AASHTO): 1. AASHTO M194 "Chemical Admixtures." 1.3 SUBMITTALS A. Product Data: Submit manufacturer's complete technical data sheets for the following: Colored admixture. 2. Curing compound. 3. Sealant. B. Design Mixes: For each type of concrete. C. Samples for Initial Selection: Manufacturer's color charts showing full range of colors available. D. Mockup example by contractor to provide to the Owner for approval prior to installation. Three color mockups to be provided. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer with a minimum 10 years experience in production of specified products. B. Installer Qualifications: An installer with a minimum 5 years experience with work of similar scope and complexity. C. Comply with the requirements of ACI 301. D. Obtain each specified material from same source and maintain high degree of consistency in workmanship throughout Project. E. Notification of manufacturer's authorized representative shall be given at least 1 - week before start of Work. F. Colored Concrete Mock-ups: 1. At location on Project selected by Engineer, place and finish three colors, 4' x 4' area each. 2. Construct mockup using processes and techniques intended for use on permanent work, including curing procedures. Include samples of control, Willow Creek Park Improvements 32 33 50 Colored Concrete - 2 1.5 1.6 1.7 construction, light broom finish and expansion joints in sample panels. Mockup shall be produced by the individual workers who will perform the work for the Project. 3. Accepted mockup provides visual standard for work of Section. 4. Mockup shall remain through completion of the work for use as a quality standard for finished work. Minimum 4'x4' per color. 5. Remove mockup when directed. DELIVERY, STORAGE AND HANDLING A. Comply with manufacturer's instructions. Deliver products in original, unopened packaging. Store in dry conditions and protect from damage, weather and construction activity. PROJECT CONDITIONS A. Schedule placement to minimize exposure to wind and hot sun before curing materials are applied. B. Avoid placing concrete if rain, snow, or frost is forecast within 24 -hours. Protect new concrete from moisture and freezing. C. Comply with professional practices described in ACI 305R and ACI 306R. D. Schedule delivery of concrete to provide consistent mix times from batching until discharge. Mix times shall meet manufacturer's written recommendations. PRE -JOB CONFERENCE A. One week prior to placement of integrally colored concrete, a meeting shall be held to discuss the Project and application methods. B. The Engineer, Owner, Prime Contractor, Subcontractor, Ready -Mix Concrete Representative, and a Manufacturer's Representative shall be present. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURER A. L.M. SCOFIELD COMPANY, Douglasville, Georgia and Los Angeles, California (800) 800-9900 or the appropriate local contact: Eastern Division — 201-672-9050; Western Division — 714-568-1870; Central Division Office — 630- 752-9424. Willow Creek Park Improvements 32 33 50 Colored Concrete - 3 B. CHAS. E. PHIPPS COMPANY, Cleveland, Ohio or appropriate contact. 4560 Willow Parkway, Cleveland, OH 44125, Office — 216-641-2150. 2.2 MATERIALS A. Solac Home Integral Coloring Treatment: CHROMIX; L.M. SCOFIELD COMPANY, factory proportioned, mixed, and packaged, or approved equal. B. Curing and Sealer Compound: Cureseal-S, L.M. SCOFIELD COMPANY, or approved equal. C. SUBSTITUTIONS: The use of products other than those specified will be considered providing that Contractor requests its use in writing. This request shall be accompanied by the following: 1. A certificate of compliance from material manufacturer stating that proposed products meet or exceed requirements of this Section. 2. Documented proof that proposed materials have a 10 -year proven record of performance confirmed by at least 5 local projects that Engineer can examine. 2.3 COLORS & TEXTURES A. Color: Dark Gray and Cool Gray from Scofield Chart for Chromix Integral Coloring Treatment. 2.4 CONCRETE MIX DESIGN A. Minimum Cement Content: 6 sacks per cubic yard of concrete. B. Slump of concrete shall be consistent throughout Project at 4 -inches or lesx? C. Do not add calcium chloride to mix as it causes mottling and surface discoloration. D. Supplemental admixtures shall not be used unless approved by manufacturer. E. Do not add water to the mix in the field. F. Add colored admixture to the mix according to Manufacturer's written instructions in premeasured bags, not by weight of cement content. G. Maximum air content shall not exceed 5 percent. Willow Creek Park Improvements 32 33 50 Colored Concrete - 4 PART 3 - EXECUTION 3.1 CONCRETE PLACEMENT A. Move concrete into place with square -tipped shovels or concrete rakes. B. Vibrators, when used, shall be inserted and withdrawn vertically. C. Concrete shall be struck to specified level with wood or magnesium straight edge or mechanical vibrating screed. D. The concrete surface shall be further leveled and consolidated with highway magnesium straight edge and/or magnesium bull float. E. Mechanically float concrete surfaces as soon as concrete surface has taken its initial set and will support weight of a power float machine equipped with float shoes or combination blades and operator. 3.2 CURING A. Textured concrete shall be cured with liquid membrane curing compound as recommended by manufacturer. B. Apply curing compound for integrally colored concrete according to manufacturer's instructions using recommended application techniques. C. Apply curing compound at consistent time for each pour to maintain close color consistency. D. Curing compound shall be of the same color as the colored concrete and be supplied by the same manufacturer. E. As soon as possible after antiquing release has been removed and after moisture content of concrete is low enough that alkali and other salts do not become trapped beneath sealer, normally a minimum of 14 to 28 days after placement, apply 2 -coats of specified sealer according to manufacturer's written instructions. F. There should be no free water on the surface at time of application. G. Contractor shall provide the Owner unopened sealer compound for the 6wner's use in the future application. '- y 3.3 FINISHED WORK A. Provide light broom finish as approved by Engineer. Willow Creek Park Improvements 32 33 50 Colored Concrete - 5 B. Protect finish work. C. Prohibit foot or vehicular traffic on the newly textured concrete surface. D. Barricade area to protect newly textured concrete. E. Protect surface from damage until final inspection and acceptance by the Owner. 3.4 TOLERANCES A. Minor variations in appearance of colored concrete, which are similar to natural variations in color and appearance of uncolored concrete, are acceptable. END OF SECTION Willow Creek Park Improvements 32 33 50 Colored Concrete - 6 OWNER/ APPLICANT CITY OF IOWA ON PARKS AND RECREATION DEPARTMENTS 220 S. GI -BERT STREET IOWA ON. IOWA 52240 CONSTRUCTION PLANS FOR WILLOW CREEK PARK IMPROVEMENTS CITY OF IOWA CITY JOHNSON COUNTY, IOWA VICINITY MAP --mmus—mmog NOT TO SCAE INN o C Sheet Index Sheet Number _ Sheet Title 1 TITLE SHEET - 2 PROJECT INFORMATION 3 EXISTING SITE SURVEY 4 DEMOLITION PLAN 5 1 SITE LAYOUT PLAN 6 DIMENSION PLAN 7 GRADING & EROSION CONTROL PLAN S UTILITY PLAN 9 LANDSCAPE PLAN 10 RESTROOM DETAILS 11 RESTROOM DETAILS 12 SHELTER DETAILS 13 PLAYGROUND DETAILS 14 PLAYGROUND SURFACING PLAN 15 PAVEMENT JOINTING PLAN 16 EROSION CONTROL NOTES AND DETAILS INN o C —1 — 1,a U - eee..aa `euro vaa,.�er me`d,.�• mr aril fwa.;+a a ..ma.nab°' 0(rN veh.iwai La�a«MmeiJ�I«rI TT{. Q tI mar me b.. r smr. love. � 1RGY A T NARNER[ — �fp 1?�AM11'T 02NY2019 C/) CU VER )6--d P. cornNorn tS LLL Lbmf. Humero 3u ��4 @Vi �k vwe saa..aro a: [ANOSC��' w h ea. a — �_ INN o C —1 — 1,a U r `euro aptlL'%nor, '• /s of ovo. Lu � 1RGY A T :�E C/) CU VER LLL CC Q a — INN o C s SNYDER &ASSOCIATES 118.0890.01 1 U cf) Z Z Lu :�E C/) Lu LLL CC Q a — �_ V C) Y � (n ^Q LL Y w 06 L�L/1 U F- W w Lu J w F --- � Cn s SNYDER &ASSOCIATES 118.0890.01 1 Timm 0 Item Deycriplion Relmmce QTY Uoit Section 2010 - Earthwork, Subgrade, and Subbase Z z I I Topsoil 12010, 1.08, D,1 I I LS 2 1 Excavation, Class 10 12010, 1.08,E I 1 I LS 3 1 Subbase, 4" 2010,1.08,1 11 1 LS Section 4010 -Sanitary Sewers LL 4 Sanitary Sewer Service Replacement 4010, 1.08, F I EA 5 Sanitary Sewer Cleanout 14010,1.08.1 11 1 EA Section 4040 - Subdrains and Footing Drains Z 6 Subdrein, Dual Wall HDPE, 6" 14040, 1.08, A 410 LF 7 Subdmin Cleanout. Type A-1, 6" 4040, 1.08, C 2 EA 8 Sabdrein Outten, to Ditch, 6" 1040, 1.08, D I EA Section 5010 - Pipe and Fittings O 0 9 1 Watcr Service 15010, Log, E, I I LS Section 7010 - Portland Cement Concrete Pavement 'Z'^ VJ 10 Pavement. PCC, 7" 17010, 1.08, A 145 SY 11 Pavem®t, PCC, 6" 17010, 1.08,A I 1030 SY 12 1 Pavement. PCC, 5" 17010, 1.08. A 1130 1 SY Section 7030 - Sidewalks, Shared Use Nibs, and Driveways 13le Warning 17-7- 17030,1.08.0 132 1 SF Seedon 8030 - Temporary Traffic Control 14 1 Temporary Traffic Control 8030, 1.08, A I 1 IS Section 9010 - Seedhig IS Hydraulic Seeding, Fertilizing and Mulching 9010, 1.08, A 1 /.S Section 9030 - Pla 16 Plants, Karl Fae.W 9030, 1.08, A 16 EA 17 Plants, Pale Purple ConeDawer 9030, 1.08, A 13 EA 18 Plants, Hubdchts Blumm r 9030, 1.09, A 15 EA 19 PMnts, Showy Blackeyed Susan 9030, 1.08, A 23 EA 20 Plants, Blonde Ambition Blue Drama 9030, 1.08, A 19 EA 21 Plants, Lesser Calamint 9030, 1.08,A 24 EA Section 9040 - Erosion and Sediment Control 22 Filter Sock 9" alis. 9040,1.08. D. 1 600 LF 23 Filter Socks, Removal 19040, 1.08, D, 2 1600 LF Section 9060 - Few 24 1 Temporary Fence 9060, 1.08, F 1 IS Section 11,010 -Construction Survey 25 1 Construction Survey 11,010, 1.08, A I LS Section 11,020 - MobWudoo 26 Mob,]-- 111,0201.08, A I LS Section 11,050 -Concrete Wmhost 27 1 Concrete Washout 111,050, 1.08, A I LS Special Provision Items 28 Demolition Work N/A 1 LS 29 Site Electrical Service N/A I LS 30 Open Shelter Building MA I LS 31 Restroom Building WA 1 IS 32 Colored Concrete, 6" N/A 120 SY 33 Playground PCC Edger N/A 300 LF 34 Play Equipment Ina WA 1 IS AIL i Block Raw N/A I LS PROJECT DESCRIPTION BASE BID: GENERAL NOTES CONSTRUCTION QU WILLOW CREEK PARK IMPROVEMENTS SHALL INCLUDE. BUT NOT LIMITED TO DEMWTON OF EXISTING BUILDINGS. PAVEMENTS, UTIUMES AND ASSOCIATED WORK AS SHOWN ON THE PLANS. INCLUDES PROPOSED 1. CONTRACTOR SHALL CONSTRUCT ME PROPOSED IMPROVEMENTS BASED UP ON THE IMPROVEMENTS OF GRADING, SANITARY SEWER, WATER SERVICE, ELECTRIC SERVICE, RESTROOM BUILDING. OPEN CONTRACT DOCUMENTS WHICH CONSIST OF THESE PLANS AND THE PROJECT MANUAL MICH SHELTER, PLAY EQUIPMENT INSTA _ALIGN, TRAILS, PLANTINGS AND ASSOCIATED WORK. CONTAINS BIO INFORMATION AND TECHNICAL SPECIFICATIONS. ANY PROPOSED ITEMS NOT INCLUDED IN THESE DOCUMENTS SHALL BE CONSTRUCTED AS PER SUDAS — STATEWIDE ADD ALTERNATE NO. 1: URBAN DESIGN AND SPECIFICATIONS. TIE ADDITIONAL WORK AND COST FOR PROVIDING SPILT FACE BLOCK ALONG THE BASE OF THE THE RESTROOM AND OPEN SHELTER STRUCTURE AS SHOWN ON THE PLANS 2 CONTRACTOR IS RESPONSIBLE FOR REPAIRS OF DAMAGE TO ANY EXISTING IMPROVEMENTS WRING CONSTRUCTION, SUCH AS, BUT NOT UMITED TO. UTILITIES. PAVEMENT, STRIPING. ADD ALTERNATE NO. 2: CURBS, ETC. REPAIRS SHALL BE EQUAL TO OR BETTER THAN EASING CONDITIONS. THE ADDITIONAL WORK AND COST ASSOCIATED FOR INSTALLING THE PLAY EQUIPMENT AS SHOWN ON THE PLANS NST PRIOR TO BIDDING TO BECOME 3 I ADD ALTERNATE NO. 3: FAMIUAR WITH EXISTING S FEATURES AND CWDITMS.IE THE ADDITIONAL WORK FOR PROVIDING SITE AMENITIES OF GRILLS BENCHES, BIKE PUKING, BIKE REPAIR STATION, DOG UTTER RECEPTACLES, TRASI/RECYCUNG RECEPTACLES, AND ASSOGATED WORK AS SHOWN ON THE PLANS 4. UTILITY WARNING: THE UTIUTIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND/M RECORDS OBTAINED. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTUTES SHOWN COMPRISE ALL SUCH UTILITIES IN 7HE AREA OTHER IN SERVICE OR ABANDONED, THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTIUTIES SHOWN ME IN THE EXACT LOCATION INDICATED. VERIFY LOCATION W ALL UTTUIIES BEFORE CONSTRUCTION. WESTGATE ST DR CAMBRIA CT U '+ z 0 In MORMON TREK BLVD MORMON TREK BLVD rc Z NOT TO SCALE 5. NOTIFY UTIUTY PROVIDERS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITIES AND COORDINATE WITH UTUTY PROVIDERS AS NECESSARY WRING CONSTRUCTION. CONTRACTOR IS RESPONSIBLE FOR DETERMINING EXISTENCE. EXACT LOCATON, AND DEPTH OF ALL URUTES, PROTECT ALL UTUTY UNES AND STRUCTURES NOT SHOWN FOR REMOVAL OR MODIFICATION. ANY DAMAGES TO UTILITY ITEMS NOT SHOWN FOR REMOVAL OR MODIFICATW SHALL BE REPARED TO THE UTILITY OWNER'S SPECIFICATIONS AT THE CONTRACTORS EXPENSE 6. LENGTH M UTILITIES SHOWN ON PLUS ME DIMENSIONED FROM CENTERUNE OF STRUCTURE TO CENTFRUNE OF STRUCTURE ANO INCLUDES FARED ENO SECTIONS 7. ALL TRAFFIC CONTROL SHALL BE PROVIDED IN ACCORDANCE WITH REQUIREMENTS SET FORTH IN THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). WHEN CONSTRUCTION ACTIVITIES OBSTRUCT PORTIONS OF THE ROADWAY, R AGGERS SHALL BE PRONGED. DIGGERS SHALL CONFORM TO THE MUTCD IN APPEARANCE, EQUIPMENT AND ACTIONS & NOTIFY OMER AND ENGINEER AT LEAST 46 HOURS PRIOR TO BEGINNING WORK. 9. DIMENSIONS, UTUTIES AND GRADING OF THIS SITE ME BASED ON AVAILABLE INFORMATION AT THE TIME OF DESIGN. DEMATONS MAY BE NECESSARY IN THE FIELD. MY SUCH CHANMES OR CONVICTS BETWEEN THESE PLANS AND FIELD CONDITIONS ME TO BE REP TED TO THE ENGINEER PRION TO STARTING CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LAYOUT VERIFICATION OF ALL SITE IMPROVEMENTS PRIOR TO CONSTRUCTION. 10. CONTRACTOR SHALL REFER TO PLANS AND SPECIFICATIONS FOR LOCATION OF ALL UTILITY ENTRANCES INTO BUILDINGS. CONTRACTOR SHALL COORDINATE THE INSTALLATON OF UTILITIES IN SUCH A MANNER AS TO AMD CONFLICTS AND ASSURE PROPER DEPTHS ARE ACUEVED, AS WELL AS COORDINATING WITH CITY AND UTUTY REOUIREMENTS AS TO LOCATIONS AND SCHEDUUNG FOR TIE—INS AND CONNECTONS PRIOR M CONNECTING FASTING FACILITES 11. REFER TO THE PLANS FOR EXACT LOCATIONS AND DIMENSIONS OF THE BUILDINGS, SIDEWALKS. AND UTILITIES 12. CONTRACTOR TO LOAD AND TRANSPORT ALL MATERIALS CONSIDERED TO BE UNDESIRABLE AND NOT TO BE INCORPORATED INTO THE PROTECT TO AN APPROVED OFF—SITE WASTE STE. 13. THE CONTRACTOR 15 RESPONSIBLE FOR CLEANING DIRT AND DEBRIS FROM NEIGHBORING STREETS, DRIVEWAYS, AND SIDEWALKS CAUSED BY CONSTRUCTION ACTVITIES IN A TMELY MANNER. ME CONTRACTOR SHALL KEEP THE PROJECT SITE NEAT AND ORDERLY AT ALL TIMES WHILE CONSTRUCTION IS IN PROGRESS. ACCESS STREETS TO THE DEVELOPMENT SHALL BE KEPT CLEAN OF MUD, DEBRIS, PAPER AND WASTE MATERIAL AT ALL TIMES. 14. THE ADJUSTMENT OF MY EXISTING UTILITY APPURTENANCES TO FINAL GRADE IS CONSIDERED INCIDENTAL TO THE STE WORK. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR INSTALLING AND MANTAINING MY EROSION CONTROL MEASURES ON SITE AT THE TIME OF CONSTRUCTION AND AS NECESSARY DURING CONSTRUCTION. CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR MANTAINING MY E ISTNC EROSION CONTROL MEASURES ON SITE AT THE TIME M CONSTRUCTION. GRADING AND SOIL EROSION CONTROL CODE REQUIREMENTS SHALL BE MET BY CONTRACTOR. 16. CONTRACTOR TO COORDINATE NATURAL GAS, ELECTRICAL, TELEPHONE AND MY OTHER FRANCHISE UTUTY SERVICES mM UTUTY SPRUCE PROVIDER AND THE OWNER PRIOR TO CONSTRUCTION. 17. CONTRACTOR TO VMIFY ALL UTUTY CROSSINGS AND MAINTAN MINIMUM 18" WRTCAL AND 10' HORIZONTAL CLEARANCE BETWEEN UTUTIES. CONTRACTOR TO COORDINATE UTUTY RWTNG TO BUILDING AND VERIFY CONNECTION LOCATIONS AND INVERTS PRIM TO CONSIRUCTION. 1B. CONTRACTOR SHALL PROVIDE CONSTRUCTION FENCING AND GATES TO SECURE THE SITE. COORDINATE WITH OMER AND CITY OF IOWA CITY FOR LOCATION AND ADJUST AS NECESSARY WRING CONSTRUCTION. 19. CONTRACTOR SHALL PROVIDE 'SIDEWALK CLOSED' SIGNAGE AS REWIRED BY THE CITY OF IOWA CITY AND PROJECT PLANS. 20. DO NOT STORE MATERIALS OR PUCE EQUIPMENT IN STREET OR PUBLIC RIGHT—OF—WAY. CONSTRUCTION STAGING AREA TO BE COORDINATED WITH CITY OF IOWA CITY. 21. THE OCNMAC7CR IS RESPONSIBLE FOR OBTAINING ALL PEWITS, UTILITY FEES. AND ASSOCIATED COSTS AS NECESSARY FOR CONSTRUCTION. U. CONTRACTOR TO PROTECT EASTNG TREES TO REMAIN DURING CONSTRUCTION AND SHALL KEEP MATERIALS AND VEHICLES OUT OF THE TREE DRIPUNE OMITS. 23. SAW—CUT TO FULL DEPTH ALL PAVEMENT TO BE REMOVED. REMOVAL UNITS TO BE TO NEAREST JOINT AND REVIEWED AND APPROVED BY ENGNEER. 24. CONTRACTOR IS RESPONSIBLE FOR PROVIDING POSITIVE DRAINAGE FOR IMPROVEMENTS AND NOTIFY ENGINEER OF ANY ISSUES PRIOR TO FINAL GRADING. PAVING. SFmING. ETC. 25. THE OWNER HAS COMPLETED A REQUEST FOR PROPOSALS PROCESS FOR THE PLAY EQUIPMENT AND HAS SELECTED THE EQUIPMENT AND MANUFACTURER, WHICH IS SHOWN IN )HESE PUNS THE OWNER WILL PURCHASE EQUIPMENT AND HAVE IT DELIVERED TO THE SITE. THE CONTRACTOR IS RESPONSIBLE FOR ASSEMBLING AND INSTALLING THE PLAY EQUIPMENT, SURFACING AND ASSOCIATED WORK AS SHOWN ON PLANS. 26. CONSTRUCTION SITE SAFETY IS THE SOLE RESPONSSIUTY OF THE CONTRACTOR WHO CONTROI THE MEMS, METHODS, AND SEQUENCING OF CONSTRUCTON OPERATIONS UNDER NO CIRCUMSTANCES SHALL THE INFORMATION PROVIDED HERON BE INTERPRETED TO MEAN THAT THE ENGINEER OR CITY OF IOWA CITY IS ASSUMING MY RESPONSBIUTY FOR CONSTRUCTION SITE SAFETY OR THE CONTRACTOR'S ACTIVITIES. 27. A CONCRETE WASHOUT AREA SHALL BE UTIUZED BY THE CONTRACTOR AND ALL SUBCONTRACTORS. CONTRACTOR TO COORDINATE LOCATOR OF CONCRETE WASHOUT WITH CITY OF IOWA CITY. GENERAL CONTRACTOR TO BE RESPMSBLE FOR MAINTAINING THIS FEATURE AND PROPER DISPOSAL UPON COMPLETION OF PROJECT. N s SNYDER &ASSOCIATES 110.0690.01 2 U cn Z z W G ' ^^ VJ LLJ w LL 2E U LL co Z Q W Q W W 2i U p Z LLI O 0 J J LL O d 'Z'^ VJ s SNYDER &ASSOCIATES 110.0690.01 2 LEGEND CITY OF IOWA CITY WATER DIVISION Features EXIs6r1g Spot Devalian 930 Centaur Elevation /93� Fenn (Barbed. Eield. Hog) - — - F= Link) --��•- Fenca Wood) —'— (((Chain Fence -� Tree Line. ^^+� Tree Slump 15. Deciduaua Tree or Shrub Q Canine.. Tree or Shrub 0 Communication CENTURYUNK Overhead ComlY:k ah MINDI BURDETT mer Optic 720-578-8090 Underground Electric-- MlndLBurgeltIICenturyUnk.00m 0verincd Becldc--OE •)-- Cas Main with Sze --4' • - High Preaeue Gas Main with Sze -:4 HP •}- ize Water Main with Sizes --5' • -- Sanitary Sawa with Size --8' S • -- Duct Bank --Dl(CT • -- Twit Hale Location for SUE ./ID &t (•) Denote, the survey quality serdce level for utlitiea Sanitary Manhole 0 Storm Sewer with Sze 1Y SingeManhole Sts"n Swwer Intake C=l Double St. Seeer Intake FINd Tilealntake Fie Hyydrant an Building R Water Main Vcl" w Water Service Valve • Well • Utility Pole Guy Anchor T Ulllity Pole with Light Oa Utility Pole with Tralmformer S"st Light lO Yard Box Elect ❑EB Electric Transformer ID TrofBc Sign 1 Communinion Pedestal Communlwtian Manhde Communloutian Handhol Mss Optic Manhde Me OpUa Handhole Gas Valva Gere Month O Gere Appp ere Fence Poalfuer o Guard Poet Underground storage Tank Above Ground Storage Tank Sign 1 Satellite Dian B M•9Eaa • SpdnWer Head + Inigatian Central Val" + UTILITY CONTACT INFORMATION UTILITY CONTACT FOR MAPPING INFORMATION SHOWN AS RECEIVED FROM THE IOWA ONE CALL DESIGN REQUEST SYSTEM. W -WATER CITY OF IOWA CITY WATER DIVISION CHRIS PARIZEK 319-356-5056 chrle-porizekpowa-cily.org S -SANITARY SEWER CITY OF IOWA CITY ST -STORM KWER KIWAN LAUGHEAD 319-356-5146 K69on-Lpughwd0Iaea-city.org E -ELECTRIC MIDAMERICAN ENERGY HPG -HIGH PRESSURE GAS CARSON HEMPHIU G -GAS 319-341-4461 CRHemphlllg idomerican.cem CLEAR CENTURYUNK MINDI BURDETT 720-578-8090 MlndLBurgeltIICenturyUnk.00m FO -FIBER OPTIC UNITE PRIVATE NETWORKS MICHAEL STONKAMP 816-490-0594 Michael. SlelnkohnpOupn 6ber.com EXISTING SITE SURVEY a g M � I I L L -1 --------------------- - ` -y' # I I E I Jill if I RS 1 • ---- `\ Q Q.NT I ------------- 10 W A= ------------ 1OWA= ONE CALL 1-800.292-8989 wwNbwvaNcall.cgn v _— UTILITY QUALITY SERVICE LEVELS QUALITY LEVELS OF UTILITIES ARE SHOWN IN THE PARENTHESES NTH THE UINtt TYPE AND WEN MPUCABLE. SIZE THE QUALITY LEVELS ARE BASED ON THE 0 / ASCE 38-02 STANDARD. MAUTY LEVEL EDL INFORMATION IS DERIVED MGM EXISTING UTILITY RECORDS OR ORAL RECOl CTIONS. VFA0 ES AND USING (PFORMATON IS ROFESSIONAL XDGMTENT CN CORREUBY TNG NIS INFORMATION WITH OUA.ITY MOVE-GROUNDYING AND PLOTTING VISIBU I FORMATICII. QUALITY LEVEL Fey INFORMATION IS OBTAINED THROUGH THE MPUCATION OF APPROPRIATE SURFACE GEOPHYSICAL ME ITIS TI EDLE pk)MINE NE EXISIENCE AND APPROXIMATE HORIZONTAL POSTON OF SUBSURFACE UTILITIES. �RU E OAR IW ICATION Z0FT PREVOUSI.YAND RnEXPMED SUBSURFACE CAL POSTIM OF DEUTLRITIES. AS UTILITIES TN31 OBTAINEDS THE TYPE. SM. CONDITION, MATERIAL AND OTHER CHARACTERISTICS. Lij j - W . w 1g1 r Lune 06 Z — U) U I -I' ® o • W ~ W s is ke O C J 0 J J Z NOTES BENCHMARKS DATE OF SURVEY X 1) BUILDING LINES AND CORNERS ARE FOR USE IN PREPARING CIVIL SITE PLAN NORTH AMERICAN VERTICAL DATUM OF 19M (NAM - GEOIDI2A) IARTN AUGUST 21, 2018 lL N DOCUMENTS BUILDING CORNERS AND BUILDING UNES SHOULD BE DERIVED - US SURVEY FEET SPECIFICALRIFI LY VEED, AS NECESSARY, PRIOR TO DESIGN FOR CONSTRUCTION OF ANY PROPOSED EXPANSION OR CONNECTION OF BUILDING COMPONENTS SM -A ELEV: 704.932 2) FOR CLARITY PURPOSES, SURVEY SPOT ELEVATIONS ME NOT SHOWN ON THIS RAILROAD SPIKE IN POWER POLE AT NORTH OF INTERSECTION OF BENTON ST CONTROL POINTS SURVEY, BUT ARE CONTAINED WITHIN THE DIGITAL CADD FILES AND TEG DR. 3) FOR THE PURPOSE A THIS SURVEY, STORM SEWER, SANITARY SEWER AND IOWA STATE PIANS SOUTH COORDINATE DSYSTEM ERIVED MAIN LINES ARE ASSUMED TO STORM A STRAIGHT UNE FROM NADB3(2D11) PLANE 2010.00) MIN DERIVED - US SURVEY TEST STRUCTURE TO STRUCTURE. 4) UTILITY SERVICE ONES TO BUILDINGS ME APPROXIMATE ONLY. AN INTERNAL OPICSA (DRIN6.23 2168063.42 700.0] BUILDING INVESTIGATION, EXCAVATION AND/OR SUBSURFACE LOCATING/DESIGNATING WOULD NEED TO BE PERFORMED TO DETERMINE THE CPi1SA 6086]0.41 21(i644].45 706.72 LOCATION OF SERVICES ENTERING THE BUILDING. 5) UNDERGROUND PIPE MATERIALS AED MOM ACCESS MANHOLES/N5D SIZES ARE BASED UPON VSBLE EVIDENCE CP12SA 606733TRUCTURES. DUE TO THE CONFIGURATION.07 2166419.91 713.63VE7S N Y D E R ACC UOR CONSTRUCTION OF PE MTRUCTURMLO/Oii SIZEIT MAY . THE SURVEYOR CPIMA 806385.07 2168246]2 ]04.05 &ASSOCIATES NUL USE HEIR JUDGMENT AND EXPERIENCE TO A PT TO DETERMINE, BUT CP14SA 606003.97 216MM 19 690.79 COMPLETE ACCURACY CANNOT BE GUARANTEED. B) BOUNDARY UNES SHOWN ON THE EXISTING STE SURVEY ARE TO FAaUTATE CP15SA 608569.64 2167961.45 691.50 DESIGN OR CONCEPT NEEDS AND ENABLE CREATION OF SAID CONSTRUCTION DOCUMENTS THESE LINES 00 NOT CONSTITUTE A CERTIFIED BOUNDARY SURVEY CP16SA 805173,69 216]a41.63 654.97 118.068001 AND MISSING MONUMENTS WLL NOT BE SET. -- BMA 606922.84 2188395.05 704.93 RR SPIKE IN PP 1 3 I N ic 1C - ° 1C�-- ------ iC--------------- / 3C 1C / , "W.2 4 9 FwHE ¢ A DEMOUDON PLAN CDNCTRUCTON NOTES 3. EASING FEATURES, OWNER TO REMOVE THE FOLLOWING: 1. "SING FEATURES, PROTECT THE FOLLOWING A EASING PLAY EQUIPMENT, MNG. MULCH, AND ANY A EASING PAVEMENTS ASSOCIATED SUBDRAIN. B. EASING UIUTES. B. EXISTING TRASH CAN. C. EASING TRFES/VEGETATCN. C. EASING PICNIC TABLES 0. EASING FEATURES SIGNAGE, FURNISHINGS. ETC. D. EXISTING SIGNAGE AND ASSOCIATED ITEMS E. TRIMMING LOW TREE BRANCHES WITHIN THE 2. EXISTING FEATURES, CONTRACTOR TO REMOVE AND CONSTRUCTION AREA. THE CONTRACTOR IS DISPOSE OF THE FOLLOWING: RESPONSIBLE FOR COOROINATING WITH THE OMER. A'EASING PAVEMENTS B. EASING BUILDING, ROOF, WALLS, FOOTINGS, AND 4. ADJUST UTUTIES AS NECESSARY FOR CONSTRUCTm.SEE ASSOCIATED UTIUTIES PAVEMENTS, ETC. SHEET 8 FOR MORE INFORMATION. C. EASING GRILL, ASSOCIATED PAVEMENT & FOOTINGS. D. EASING 1-1/2' WATER SERVICE AND CURB 5. MID -AMERICAN ENERGY COMPANY WILL COMPLETE THE STOP/STOP BOX ABANDON UNE IN PLACE BACK TO FCIIOWING WORK: DOSING MAIN. FlEID VERJY CURB STOP/CURB BOX. A,REMOVE EASING METER (FlEW LOCATE) SEE SHEET 8 FOR MORE INFORMATION. B. DISCONNECT ELECTRIC SERVICE FROM THE E EASING BENCH/ GLIDER. ASSOCIATED PAVEMENT & TRAN30RMER TO THE BUILDING AND AND ABANDON FOOTINGS, F. EASING SANITARY STRUCTURES AT EASING UNE. C. REMOVE THE EASING SECURITY UGIT AND POLE. RESTROOM G. EASING PAVEMENT ADJACENT TO PAVEMENT TO fi. TRAFFlC CONTROL REMUN. UNLESS DIMENSIONED. REMOVE TO CLOSEST A. p1C OE TEMPORMY 1RAF}lC CONTROL PER SIIOAS EASING JOINT. FlELD VERIFY OMITS. 8030.101. LU O ..... .... ........ m Q :%1 i� O'O.O' � ' �iiii i O.O� »�i � Q� �.e� :.•B&N • •O .4 • LJJ 06 FA LU U zo W I N ic 1C - ° 1C�-- ------ iC--------------- / 3C 1C / , v 0 pS < Q ' / "W.2 4 9 FwHE ¢ A DEMOUDON PLAN CDNCTRUCTON NOTES 3. EASING FEATURES, OWNER TO REMOVE THE FOLLOWING: 1. "SING FEATURES, PROTECT THE FOLLOWING A EASING PLAY EQUIPMENT, MNG. MULCH, AND ANY A EASING PAVEMENTS ASSOCIATED SUBDRAIN. B. EASING UIUTES. B. EXISTING TRASH CAN. C. EASING TRFES/VEGETATCN. C. EASING PICNIC TABLES 0. EASING FEATURES SIGNAGE, FURNISHINGS. ETC. D. EXISTING SIGNAGE AND ASSOCIATED ITEMS E. TRIMMING LOW TREE BRANCHES WITHIN THE 2. EXISTING FEATURES, CONTRACTOR TO REMOVE AND CONSTRUCTION AREA. THE CONTRACTOR IS DISPOSE OF THE FOLLOWING: RESPONSIBLE FOR COOROINATING WITH THE OMER. A'EASING PAVEMENTS B. EASING BUILDING, ROOF, WALLS, FOOTINGS, AND 4. ADJUST UTUTIES AS NECESSARY FOR CONSTRUCTm.SEE ASSOCIATED UTIUTIES PAVEMENTS, ETC. SHEET 8 FOR MORE INFORMATION. C. EASING GRILL, ASSOCIATED PAVEMENT & FOOTINGS. D. EASING 1-1/2' WATER SERVICE AND CURB 5. MID -AMERICAN ENERGY COMPANY WILL COMPLETE THE STOP/STOP BOX ABANDON UNE IN PLACE BACK TO FCIIOWING WORK: DOSING MAIN. FlEID VERJY CURB STOP/CURB BOX. A,REMOVE EASING METER (FlEW LOCATE) SEE SHEET 8 FOR MORE INFORMATION. B. DISCONNECT ELECTRIC SERVICE FROM THE E EASING BENCH/ GLIDER. ASSOCIATED PAVEMENT & TRAN30RMER TO THE BUILDING AND AND ABANDON FOOTINGS, F. EASING SANITARY STRUCTURES AT EASING UNE. C. REMOVE THE EASING SECURITY UGIT AND POLE. RESTROOM G. EASING PAVEMENT ADJACENT TO PAVEMENT TO fi. TRAFFlC CONTROL REMUN. UNLESS DIMENSIONED. REMOVE TO CLOSEST A. p1C OE TEMPORMY 1RAF}lC CONTROL PER SIIOAS EASING JOINT. FlELD VERIFY OMITS. 8030.101. v 0 pS < Q ' / 0 Y 9 FwHE ¢ was �og U ° 1 F — R3� , LU O / Q :%1 Y a LJJ 06 LU U zo W O 0 O N� s SNYDER &ASSOCIATES Z o O w 118.06180.01 I\ .`_-- 1 01 1— SAS'`` E f lulu ` — __ _ 4C'k Y I I II q`\ 2C PLAYGROUND AREA'C'.___ A 4 I I I`�'�` / �`� REFER TO SHEET 13 AND 14 - `\ Z I� -4 1 j ,' / `�,, FOR SURFACE PAVING DETAILS _ 2D `� 2 `�� — — — — — _ ^ O Ir -'k-,\ PLAYGROUND AREA 'D' \ / `` \I I_ /� I 1 I �= PLAYGROUND AREA _` `1A - REFER TO SHEET 15 \\ V `� Z }, I I¢ 2A REFER TO SHEET 13 AND 14 FOR FOR PAVING DETAILS ` O SURFACE PAVING DETAILS` \ \ \\ SA 1A LL 10 _ �_ 9a Q II i 9 �. �` _ l SB -�` 5B ` \\ EX v ovEn) 1F _ `` \\ SC 2B tE 1C .. 1G0� - I 1 11111 r1 PLAYGROUND AREA AND �� SITS ACCESS -m„„4 • ____________ 1111111' �� EFER G SHEET 13 AND ` iC r---�/ 58 _ 1 111111 11-x\ \ 14 FOR SURFACE PAVINCI I I I I III 111111\\ \1 \\ DETAILS. �` ` f 1 1C I 11111111 h-T�.. i '1 1A— I (TYP.) to LLJ ui ' 38 LIJ OSEAYOUT PLAN L u GENERA NOTES A. ITEMS SHOWN TO BE REMOVED ON DEMOLITION PLAN HAW BEEN REMOVED FROM THIS PLAN FOR CLARITY OF PROPOSED IMPROVEMENTS. B. THE FOLLOWING SHALL APPLY TO ALL PAYING ANO GRADING UNLESS OTHERWSE SPECIFIED IN THE CONSTRUCTION DOCUMENTS: 1. SUBGRADE FOR ALL PAVING SHALL BE SCARIFIED TO A DEPTH OF 6' AND RECOMPACTED TO A STANDARD PROCTOR DENSITY OF 9510 2. 1.5% OESGN CROSS SLOPE, 2 MAXIMUM CONSTRUCTED CROSS SLOPE. jr MD H a m N¢p €onyxg a_m WU o; cn Lu Q 0 N W W V! INTERSECTION RADIUS DETAIL LURE RAMP FOR CU55 L. OF FOUR. COLOR: BLACK TI MWD: CLASSIC PARKING QUANTITY`MODE ---------- N EACH 'B' SIDEWALK WITH 4' FETAL VE EACH SUE. A , SURFACE RED BY C- E, CLASSIC U BIKE 'AN, MOUNT, AS MANUFACTURED ). SEE LANDSCAPE PLED i01t PLANTING ! SEEDING IMPROVEMENTS H. 7' DEPTH PCL PAVEMENT AND CURB. SITE LAYOUT PLAN CONSTRUCTION NOTES 4. ADO ALTERNATE NO. J- STE AMENITIES PROVIDE THE FOLLGWING: 5. TEMPORARY CONSTRUCTION IMPROWMENTS, PROVIDE THE FOLLOMING: J 1. PAVEMENTS, PROVIDE THE FOLLOWING, A BENCH - OUANTITY OF M. COLOR: BLACK. MODEL 6' CASSDY WITH A PROWDE 6' HIGH CHAIN UNK FENCE FOR CONSTRUCTION FENCING WDA TOP J A. 6' DEPTH PCC. ARGIED BACK, SURFACE MWNT, AS MANUFACTURED BY BMW PRODUCTS 24 RAL PROVIDE CAMS AND ADJUST LOCATIVES AS NECESSARY WRING B. 6' DEPTH COLORED CONCRETE MUSICAL NOTES COLOR: BLACK. N. WASHINGTON AVENUE, BATAWA, IL 60.510 (80)) 338-2697, WESSTE CONSTRUCTION. BICYCLE REPAIR STATION - WANTITY OF ONE MODE i FIAT WTH AR WT 2 C. 6' DEPTH X 2' WIDTH COLORED CONCRETE BAND: COLOR: CHARCOAL m.bacoproBuclA.cam, OWL eolaaWbwcoproBucts.can S. PROVIDE ORANGE TREE PROTECTIVE FENCE A. 0. 5' DEPTH PCC. B. GOLL - QUANTITY OF M. MODEL ASW -24 SERIES, SURFACE MOUNT. AS G 6' DEPTH CRAWL CVESTRUCTON ACCESS REMOVE, GRADE AND SEED. E 8' NOE PCC PLAYGROUND EDGER. MANUFACTURED BY PILOT RO I(/RJ THOMAS MANUFACTURING COMPANY, INC., D. PROVIDE TEMPORARY TRAFFIC CONTROL PER SODAS 8030.101. PLAYGROUND AREA 'B'- PLAY EQUIPMENT. F. ADA RAMP w/ DETECTIBLE WARNING PANEL. P.O. BOX 948, CHERO(EE, IA 51012-0948. (600) 762-5002 WEBSITE G PROVIDE NEW RAMP AS PER SODAS CURB RAMP OUTSIDE OF m.pNo4ack.oWn 6. SEE UTILITY PLAN FOR UTUTY IMPROWMENTS. S N Y D E R jr MD H a m N¢p €onyxg a_m WU o; cn Lu Q 0 N W W V! INTERSECTION RADIUS DETAIL LURE RAMP FOR CU55 L. OF FOUR. COLOR: BLACK TI MWD: CLASSIC PARKING QUANTITY`MODE N EACH 'B' SIDEWALK WITH 4' FETAL VE EACH SUE. A , SURFACE RED BY C- E, CLASSIC U BIKE 'AN, MOUNT, AS MANUFACTURED ). SEE LANDSCAPE PLED i01t PLANTING ! SEEDING IMPROVEMENTS H. 7' DEPTH PCL PAVEMENT AND CURB. INC.. 5211 CASCADE ROAD SE. SUITE 210, GRAND RAPIDS MI 49548, (616) 954-9971, WEBSTE: m.cTdmlatam 2. PLAYGROUND D. BICYCLE REPAIR STATION - WANTITY OF ONE MODE i FIAT WTH AR WT 2 A. PLAYGROUND AREA 'A'- COZY HIDEAWAY k SPINNER. SURFACE MWNT, COLOR: BLACK, AS MANUFACTURED BY DERO, 42 NORTHERN B. PLAYGROUND AREA 'B'- PLAY EQUIPMENT. STACKS DMW, MINNEAPOUS MN 55421 (888) 337-6729, WEBISM' S N Y D E R C PLAYGROUND AREA 'C'- SWINGS ALTERNATE 2, MUSICAL E m'A°f0' 30 GALLON TRASH AND RECYCLING CONTAINERS QUANTITY OF TWO EACH. $ASSOCIATE S 0. PLAYGROUND AREA b'- ADD NO. PLAY. COLOR: BUCK, MODEL SCARBOROUGH, SURFACE MOUNT, AS MANUFACTURED 3. BUILDINGS. SITE FURNISHINGS h STE FEATURES BY LANDSCAPE FORMS, 7800 E. MICHIGAN AVENUE, KAUM200. MI 49048 A. RESTROOM. SEE DETAILS (800) 430-6209, WEBSTE: w...lanCacapaMme.com Z B. SHELTER. SEE DETAILS.TAMIL F. MINI DW WASTE STATION WITH MUTT -MITI 2 -PLY, MODEL 11000. COLOR: C. AM ALTERNATE NO. 1- SEE SHEETS 10, 11, h 12. GREEN, SURFACE MOUNT AS MANUFACTURED BY MUTT MITT, 12315 WORLD M o A w 118.068001 TRADE DRIVE, SUITE 102 SAN MOO. CA 92128 (SO)) 697-6084, WEBSITE: 5 "rmullmfttc w m r `\\ NOTE: ITEMS SHOWN TO EE REMOVED ON DEMOLITION PLAN NOTE: HAVE BEEN REMOVED FROM 8 \ 1. CONTRACTOR SHALL PROVIDE a N-606496.04 ° THIS PLAN FOR CLARITY OF R * CONSTRUCTION STAKING. E=2168150.2]°\ PROPOSED IMPROVEMENTS N-8%588.92 .... :.i` E-606496.83 E -21 E-2188160.20 -- 88142,5 6 \ \ \`\ N=80624 ,a o ti . , m 50'E=2168148.21 d. M� \\ g \ \`I SEE 3/6 \\ ���_ 24. '\\ \�� \ \\ `mow„ fC0 I,RR� N=608203.91 �� \ \\ \�\ IyVS, F% E.216B143.61 u88 a� N-808216.3] \ • :+ab � _ 75.3' 9 / \\� N \� E.21681J6.68 \ '^-mu -- - ------------- 4 E $ r ^ 107.25 \` N=808215.43 N-8020.54 mk .gam E-2188107.25 \ (J• \ i N� i _ 1 \ E-2188138.33 N®802]6.09 �� / EE= -22116888113333..581 E.21 E 1 MUSIC NOTE DIMENSIONS It- � \ I ____- �^` �---- \\`` �\ ^8• ��-__F�k.-_ _ 06.80230.06 / / i / m N-6049 --- 'me E=2168%0.08 \ \ 7 N6453 -%.89 -_- / p / E-216MI9.71 • t \` /f P.M N-60443.80 E-2188008.25 E=2166093.86 N=6%345.81 s•\ -�-_ E.2167990.5] \\ \ \\ - . c/)Z 8%32236 \ \ I M 1 E-2187988.091- \ E-2167979.34 N=8%246.94 N=6%190.20 w E-2167945." E.2167960.34 / C IA 2 MUSIC NOTE DIMENSIONS \ -` - G V/ / \\\ SEE 4/6 N-808254.62 15.35' / / N=60234.1 ' /' w ■ 9 9 �M.13 .i/ E-21 7934.13 / \ ii�J \ `/^\♦ \\ N=6%233.10 •N ' • ``_ -L_ \ >r LL - ^ E=216807].62 \ N-6%220.45 1____T-- U O E-2168095.49 __I �____ E(q) •\ ��� ��� ��\"ate \\ \ ` N=606235.00 / \) N-8%228.03 ______r_- _� E( E-21880]0.10 % / E-218aNa.15 \\---� \ \ \ `\ N-606290.42 -/ N-6%225.88 N=6%556.33 N--- ---- \\\� \\, ^` E-21680.13.42 / E-21680]5.59 E=2188167.81 N=608558.05 \ \ 06.8%535.35 \ \ \ \ \ \ \\\ E-2168176.81 \ \ R / -� N.80655fl19 �� E=2168148.70 - \ 06.6%311.]1 N-806282.53 5• / / // E.21881fifl51 - E=21680{0.94 ^^\\ % E-2168068]8 E-21680]1.93 ^ N=606554.89 \ N=6064%.04 \ N-806474.28 \ \ \ \ ^ ^ '�3, - _ _ _ _ _ _ / / / / W N-808583.]8 E=216816&N E-2168150.25 E-21681{9.23 ca \ N-606304.49 Q" + 1 // // / / I W Z E -218B170.70 N-608449.96 `� \ E-2188037.48 / / / / / /y z \ N-608565.80 \'Q \\\\^`^ -\\ N -IM -.98 - -_ _-__--- - // // a ■ . ■ E-2188169.07 N \\ \\` \ N-608487.22 \ `\ E-2188035.32 a' N-6%235.82 / W \ ` E-2168133.34 ^^ N -6N428.63 ^ \ �� E=2168040.81 / / N.e%12fl45 Z \ \ E-2188137.49 E-216805247 Q Q \ N=606295.40 _ N-608582.03 ��• \ / 1.5'\` _ _ \�^\ \ \\ E-216803194 N-605{3.61 E-2168158.63 I \ 'w. \ E-2168127.87 / \\ ` E-2186125.21 E-216809.13 \\ \\ N=606552.47 N-601/1/4/5 Ile- E=2167966.09 E-2109 N=0266.69 / / / \\ E-216795184 N-80201.24 `SEE-l�6_ \.\ `, �• �' . E-2167985.1] /' S N Y D E R N-80541.33 _ /_/ \\I &ASSOCIATES - --- E-2168094.50 ^� -___ SEE -2/6 \^__�` - \\ \ l I ❑ / Z _--____---_ N-606204.28 / m o m 0 3 DIMENSION PLAN m o m 40 4 DIMENSION PLAN E-2167969.10 / .6 a 118.a .ol 6 Z - 6 Q . ,0 Y 6 / / I I II I I I I yI, II 1 I �CR[DLIAR _ _ } \ ,, 7 1 � . INC __ 696.78 \`��` j *\ 697.5pa ic ' TOPSOIL 697.5 -- - _ - 691 a T �• 699.0 ` \ 699.8 \ -, Ex. (700.8 Z\ MM 1G 0 GRADING PLAN GENERAL NOTES (THESE NOTES ARE LABELED ON TNIS SHEET) ON CONTROL 1. EROSITOCKP A NMACTOR TO STRIP AND SILE FROM All AREAS DISTUBEO. B. RFSPREAD TOPSOIL TO A I? MINIMUM OEPi OYER AREAS z 'g �FiY R '8 SHOYM. Q F o E F EXCAVATE PLANTING AREAS TO 18' OEPN AND PLACE W w N $ TOPSOIL > m n 0. PROVIDE EROSION CONTROL AROUND ON SITE AS NECESSARY F Frn Q TO CONTROL SIZE EROSION. a () W 30 $ E HLTER SOCK (TYP.). o Q _ m F. TOPSOIL & VEGETATION MITHIN OMPUNE OF TREES REMAIN h UNDISTURBm. O c U - m3� Wo 0 o� U w W / � .6 in d ADA RAMP DETAILS TO BE DESIGNED XO �-- — — PER SUDAS. 0 ,I cn = U HD e 701.15 1 1 699.5 / 699.25 �4 , 695.0 i / ----- 699.2 / — \ / 699.0 NOTE: ITEMS SHOWN TO BE 694.9 694.8 1 REMOVED ON DEMOLITION PLAN HAVE BEEN REMOVED FROM FFE: 695.2 ' N_ 1 \ THIS PLAN FOR CLARITY OF PROPOSED IMPROVEMENTS 9 SNYDER &ASSOCIATES x 0 x 118.0690.01 . 15 . 7 z Lu cn / W W \ 0 1 a a U o Wo 0 / U w W / .6 in O cn 9 SNYDER &ASSOCIATES x 0 x 118.0690.01 . 15 . 7 J IDLE �\ ♦ . `` .\ `. � -_- ___�__`-` -_ . GY .` 61� .w 1 111 �v _.• `� 48 IM: 697.93-� 1 I I x r= -F/L: 695.93 ! I I k ¢ �i$IM: 69799 F%L-i 695.99-, 4A _ 4B FA OUT: 693.00 IIII �_'�'i,'� �-_ ♦4.O \ ', \\ - \`. Q\- \`� 413 4A 11111111— \ `h / 1 111111 \ \-.1.1 1 4A t 4D - 1 1 - lllwpmm�mllm .. .UD 1BIIM$ aam BUILDING AS NECESSARY. A. a � g ANY DAMAGE TO EXISTING SERVICE OR NECESSARY IMPROVEMENTS MINIMUM 0.5% SLOPE !® ao ® i 1 F- REMOVED ON DEMOLITION PLAN 2 WATER SERVICE, PROMDE TIE FOLLOWING: C. 1BIIM$ aam NOTES: 1, WHERE TRENCH RUNS UNDERNEATH SIDEWALKS, BACKFILL ABOVE BEDDING MATERIAL SHALL CONSST OF CLASS 'A' ROADSTONE. 2. MECHANICALLY TAMP BACKFILL MATERIAL IN 6' LIFTS. MINIMUM VTOPSOIL SUBGRADE COMPACTED TO W% MINIMUM AND 95% MAXIMUM RELATIVE COMPACTION. GLASS 1 BEDDING MATERIAL 1' CLEAN B' DUAL WALL NON-PERFOMCOUGATED HOPE PIPEIPE RR . MINIMUM I%SLOPE. r-2'O'MIN-� \ 3A ® ,- • • I T %A ------------ -- ,,;_- 3A 2A,' I BUILDING AS NECESSARY. A. a � g ANY DAMAGE TO EXISTING SERVICE OR NECESSARY IMPROVEMENTS MINIMUM 0.5% SLOPE ao NOTE: ITEMS SHOWN TO BE i 1 F- REMOVED ON DEMOLITION PLAN 2 WATER SERVICE, PROMDE TIE FOLLOWING: C. , ' g HAVE BEEN REMOVED FROM D. SUBDRAIN CLEANOUT, SODAS TYPE A-1. SEE SIDAS 404.232 DETAIL / THIS PLAN FOR CLARITY OF IF CONTACTOR TO TRENCH -IN PIPE, REFER TO DETAIL 7/13. IF i > PROPOSED IMPROVEMENTS BUILDING. PROVIDE TYPE K COPPER FROM MAIN TO WEST SDE OF BACKFILL MATERIAL, AND ASSOCIATED WOR,(/APPURTENANCES ARE TEG DRIVE WIN NEW CURB STOP/STOP BOX INSTAL- 2- PVC UNE y TO RESTROOM. GO NOT TRENCH NEAR TREES $$ CONTRACTOR SHALL MAINTAIN MINIMUM SEPARATION OF WATER MAINS Z sss FROM SANITARY AND STORM SEWERS PER IOWA CITY MUNICIPAL 12 • N aE• M W OESGN STANDARDS PART 7 - WATER DISTRIBUTION SYSTEM. :` — MA. m •W BORING SHOULD BE COMPLETED PER CITY OF IOWA CITY MUNICIPAL 6 E NOTES: 1, WHERE TRENCH RUNS UNDERNEATH SIDEWALKS, BACKFILL ABOVE BEDDING MATERIAL SHALL CONSST OF CLASS 'A' ROADSTONE. 2. MECHANICALLY TAMP BACKFILL MATERIAL IN 6' LIFTS. MINIMUM VTOPSOIL SUBGRADE COMPACTED TO W% MINIMUM AND 95% MAXIMUM RELATIVE COMPACTION. GLASS 1 BEDDING MATERIAL 1' CLEAN B' DUAL WALL NON-PERFOMCOUGATED HOPE PIPEIPE RR . MINIMUM I%SLOPE. r-2'O'MIN-� \ 3A ® ,- • • I T %A ------------ -- ,,;_- 3A 2A,' I BUILDING AS NECESSARY. A. 1 1 C. ANY DAMAGE TO EXISTING SERVICE OR NECESSARY IMPROVEMENTS MINIMUM 0.5% SLOPE �/ Cn i 1 F- 0.5K SLOPE. REFER TO DETAIL 7/13. 2 WATER SERVICE, PROMDE TIE FOLLOWING: C. , ' W NOTES: 1, WHERE TRENCH RUNS UNDERNEATH SIDEWALKS, BACKFILL ABOVE BEDDING MATERIAL SHALL CONSST OF CLASS 'A' ROADSTONE. 2. MECHANICALLY TAMP BACKFILL MATERIAL IN 6' LIFTS. MINIMUM VTOPSOIL SUBGRADE COMPACTED TO W% MINIMUM AND 95% MAXIMUM RELATIVE COMPACTION. GLASS 1 BEDDING MATERIAL 1' CLEAN B' DUAL WALL NON-PERFOMCOUGATED HOPE PIPEIPE RR . MINIMUM I%SLOPE. r-2'O'MIN-� \ 3A ® ,- • • I T %A ------------ -- ,,;_- 3A 2A,' I BUILDING AS NECESSARY. A. 1 1 C. ANY DAMAGE TO EXISTING SERVICE OR NECESSARY IMPROVEMENTS MINIMUM 0.5% SLOPE �/ Cn PROVIDE 6' DUAL WALL PERFORATED HOPE SHBDRAIN AT MINIMUM 1 F- 0.5K SLOPE. REFER TO DETAIL 7/13. 2 WATER SERVICE, PROMDE TIE FOLLOWING: C. , ' W ABANDON EXISTING 1-1/2' WATER SERVICE LINE AND REMOVE D. SUBDRAIN CLEANOUT, SODAS TYPE A-1. SEE SIDAS 404.232 DETAIL / E. IF CONTACTOR TO TRENCH -IN PIPE, REFER TO DETAIL 7/13. IF i > TRENCHED -IN PER 7/13, SOIL & VEGETATION RESTORATION, ALL BUILDING. PROVIDE TYPE K COPPER FROM MAIN TO WEST SDE OF BACKFILL MATERIAL, AND ASSOCIATED WOR,(/APPURTENANCES ARE TEG DRIVE WIN NEW CURB STOP/STOP BOX INSTAL- 2- PVC UNE INCIDENTAL TO ITEM COST. TO RESTROOM. GO NOT TRENCH NEAR TREES Y CONTRACTOR SHALL MAINTAIN MINIMUM SEPARATION OF WATER MAINS FROM SANITARY AND STORM SEWERS PER IOWA CITY MUNICIPAL OESGN STANDARDS PART 7 - WATER DISTRIBUTION SYSTEM. � D. BORING SHOULD BE COMPLETED PER CITY OF IOWA CITY MUNICIPAL Y DESIGN STANDARDS PART 7 - WATER DISTRIBUTION SYSTEM AND W W O d UTILITY PLAN CONSTRUCTION NOTES } 1. SANITARY SEWER, PROVIDE TIE REMINC: ]. ELECTRICAL IMPROVEMENTS; PROVIDE TIE FOLLOWING: J A. CONTRACTOR TLOCATE ANDD REMOVE EXISTING SANITARY SEWER A. ELECTRIC UNE IN CONDUIT.F SERVICE LINE FROM MSTING BUILDING IN APPROMYATE LOCATION B. COORDINATE WORN MITI YID -AMERICAN ENERGY. -J J SHOWN AND INSTALL ITARY SEANOU. B. PROVIDE 6' PVC SANITARY SEWER SERNCE UNE TO NEW RESTROOM 4. STORM SEWER IMPROVEMENTS- PRONDE ME FOLLOWING: � s SNYDER &ASSOCIATES 116.0690.01 8 BUILDING AS NECESSARY. A. PROVIDE 6 DUAL WALL NON -PERFORATED HOPE SUBDRAIN AT C. ANY DAMAGE TO EXISTING SERVICE OR NECESSARY IMPROVEMENTS MINIMUM 0.5% SLOPE ARE INCIDENTAL TO BUILDING CONSTRUCTION. B. PROVIDE 6' DUAL WALL PERFORATED HOPE SHBDRAIN AT MINIMUM 0.5K SLOPE. REFER TO DETAIL 7/13. 2 WATER SERVICE, PROMDE TIE FOLLOWING: C. SUBDRAIN OUTLET. ME SUDAS DETAIL 4040.233. A ABANDON EXISTING 1-1/2' WATER SERVICE LINE AND REMOVE D. SUBDRAIN CLEANOUT, SODAS TYPE A-1. SEE SIDAS 404.232 DETAIL EXISTING CURB STOP/$TOP BOX FIELD VERIFY LOCATON. E. IF CONTACTOR TO TRENCH -IN PIPE, REFER TO DETAIL 7/13. IF B. PROVIDE NEW 2' WATER SERMCE LINE FROM MAIN TO NEW RESTROOM TRENCHED -IN PER 7/13, SOIL & VEGETATION RESTORATION, ALL BUILDING. PROVIDE TYPE K COPPER FROM MAIN TO WEST SDE OF BACKFILL MATERIAL, AND ASSOCIATED WOR,(/APPURTENANCES ARE TEG DRIVE WIN NEW CURB STOP/STOP BOX INSTAL- 2- PVC UNE INCIDENTAL TO ITEM COST. TO RESTROOM. GO NOT TRENCH NEAR TREES C. CONTRACTOR SHALL MAINTAIN MINIMUM SEPARATION OF WATER MAINS FROM SANITARY AND STORM SEWERS PER IOWA CITY MUNICIPAL OESGN STANDARDS PART 7 - WATER DISTRIBUTION SYSTEM. D. BORING SHOULD BE COMPLETED PER CITY OF IOWA CITY MUNICIPAL DESIGN STANDARDS PART 7 - WATER DISTRIBUTION SYSTEM AND SHALL CONFORM TO THE CITYS ACCEPTED PRODUCTS FOR WATER DISTRIBUTION MATERIALS. TWE N COPPER 2'. E. NEW 2' X 4.5' LENGTH TWE K COPPER WATER SERVICE SNB FROM MAIN. s SNYDER &ASSOCIATES 116.0690.01 8 F N z O z LJ CD ------------ -SEE.1/9` -- ?- --- , � 1 Z Y 0 „ A oY y M /i COZY DOME LANDSCAPE PLAN NOTE: ITEMS SHOWN TO BE REMOVED ON DEMOLITION PLAN HAVE BEEN REMOVED FROM THIS PLAN FOR CLARITY OF PROPOSED IMPROVEMENTS IOM m 0 0 O Lu E $ y d U) Z LLQ 2i ^ to ' Lu >O 8 LJJ H ' w.b u 8 8 Q 3 F U ` — O L Fz'}m cn 0 W U o Q Y m ; w Wz / 1 , � U o - LL / d O J CIM En J V�/� n 25 HL IMA 7 HL -11J 3' HL 1. HYDRAMI T U SEED ALL AREAS DISTURBED ON BY CSBND110N BY USINC BONDED FlBER MA7RI% NTH "PE I RERYANENT SEN MIX: SEE H SDAS11R 9010. ]. MULCH ENURE E PLWTViG BEDS ■IN SNNEDOED HAADMWO NULpI AT S DEPTH. a z m SNYDER BASSOCIATES . i A, MUSICAL AREA LANDSCAPE PLAN z n x m 1+8.0890.07 9 U) Z LLQ 2i ^ to ' Lu >O LJJ H ' Q U ` — O L cn Q Y Wz � U o - LL W O J CIM En J V�/� n 25 HL IMA 7 HL -11J 3' HL 115- Hl. 1. HYDRAMI T U SEED ALL AREAS DISTURBED ON BY CSBND110N BY USINC BONDED FlBER MA7RI% NTH "PE I RERYANENT SEN MIX: SEE H SDAS11R 9010. ]. MULCH ENURE E PLWTViG BEDS ■IN SNNEDOED HAADMWO NULpI AT S DEPTH. a z m SNYDER BASSOCIATES . i A, MUSICAL AREA LANDSCAPE PLAN z n x m 1+8.0890.07 9 umvn emmi. ¢wnmY e.TeraW rMu usHis NTMr�Dw rru Lrnre t ererpW teats usHn t ® PILA'RaWt a ,. I'4W.H.DwAwr .., IWLPn4'p 1 6lLTRYILNM1Ef t mw TW2 wu aoewaWer t Cq WND MWimGr 1 ftI T N416T PAN 1 GwKIPAx rCGM (/r MT NaK Rn MTrLLDrI W" 5CHMUL.E �rr�r>7s�flJ1)T r IBIFarm GaKwcR MMOwar �G:[ff�� ILRIt YVLLYTI MG[fIR YTiS. swarm canna cats wawa eom PniTea. nlee P W t van Aln ee VnTnN Pr. VMee Aa n rwe+w+we+.�wrwnecneK eel®eonmx u M MRO. M!. RBMe, PGTIwO /W aA.raMR 1l QIIMCl Fw6MNHtY aRMNI•L Yuv Ow IuvNOf B! P.VRQ M GnR PL[KG RPBt i0 M cif!/! p eIRLY No eervlrm' lenea Pw+mm retH Your aXne P?r wwnae rwoPo� xwe of aPnr. ll�] A �1 FLOOR PLAN �0T3 G RESTROOM — FLOOR PLAN NTS XLIf PIl2 GW GlL1'X cane+ trrtHper roar. 9PM9 rIr/.Itprp.M 1 rRMIrOaF l , K N - - --- - 11E9l RlN Vn`I AHD 6P/nTu1 PrMVIKI MGn U B Q M6MNAM wvAmaTlw4 wawmelrnmN R M MRN. ML RCtl'A6. RAIIArm Mn CPrgOtAeM'Ywt ON 11lY FImJINVIY � �( ()r.VW! NnTPI MnT NOf OG PMi A M R6 OYaIl P1lMG119QTOM XrII OP DRRY QF C .w eealce�renea Pwavomrm raR4VR g L Parlra„b'L FRpOe®VGR CT aYP,LY t — �Q ELEVATION VIEW e,v� CddiFPHr D]nlm 1pr,TT � �] �� eotw (gy Pn9GN 4 Y '(Q5 li a� �; eT. eP.HYa1 iyF@• ]}iR�!'jJ< w wxFB0[WQ'Lt lL V Y D'e M'PV LCMG0.R! pIA'R Iw{1 PL.Y IrMaV.m I6NiN MO iif)OI D'rt 16'YVr PIl2 (lY IQO1 EQICR!!!NA'X %411MLY ' IrWLTfBI PY1NM 0.'M I. I '..I } ]] M PATRrH �� I� G ELEVATION VIEW rW- RESTROOM — ELEVATIONS NTS NOTE& - CONTRACTOR SHALL COORDINATE ORDERING, PURCHASING, AND SCHEDULING OF DELIVERY OF ROMTEC PRE-ENGINEERED BUILDING KIT WITH MANUFACTURER. CONTRACTOR TO INSTALL AS PER MANUFACTURER'S RECOMMENDATIONS, REQUIREMENTS, AND SPECIFICATIONS. M LIMN `% TIMBER POST TO SLAB SPLT FACE BLOCK WMU) COLOR: CLOUD, ASANUFACTURED BY KINGS MATERIAL 650 12TH AVENUE SW CEDAR RAPIDS, IA 52404 PHONE:(319) 363.0235 WEBSITE www.mWlanBconaateproducte.com CAPSTONE COLOR: 10-018 AS MANUFACTURED BY EDWARDS CAST STONE ZTT EDWARDS RD., DUBUQUE. IA 52003 PH%v563) 556.0535 WEBSIITEE www.a8planecan SIDING BASE BID CEMENT FIBER BOARD TO SLAB Cdr. Intslleclual Gray ALT 1 SPUT FACE BLOCK (CMU) SHOWN COLOR: CLOUD. AS MANUFACTURED BY KINDS MATERIAL 650 12TH AVENUE SW CEDAR RAPIDS, IA 52404 PHONE (319) 363.02b WEBSITE: wW.mWlwdc aeteprxlucle.com CAPSTONE COLOR: 10-018 AS MANUFACTURED BY EDWARDS CAST STONE ]TI EDWMppS RD., DUBUQUE, IA 5200.1 PHONE 585 556.0535 WEBSITE:.eBRlme.csm nQWW BE URBANE BRONZE. DOOR LCCK TO BE COORDINATE WTH OCMPANCY TSEENSgOpRp�AND TIMER. p[ COLOR % BE MEDIUM BRONZE, UNA-CLAD, AS MANUFACTURED BY FIRESTONE. "WORNR OYSON URBLADE V HAND DRYER, HUO2 SPRAYED NICKEL 120 VOLT THE FOLLOWING ITEMS RELATIVE TO THE STRUCTURAL COMPOIIENTS SHALL BE SUPPLIED BY THE CONTRACTM: 1. ALL MATERIALS, EQUIPMENT AND LABOR FOR FOOTINGS, INTERIOR AND EXTERIOR SLABS, AND SIDEWALKS 2. LATEX EPDXY PAINT WALL FINISH. 3. CONCRETE SEALING. 4. MASONRY (CONCRETET GROUT AND REBAR. 5. NOTE: THE CONTRACTTOR MAY BE REQUIRED TO NOTCH CMU BLOCK FOR BOND BEAMS AND CUT FULL BLOCKS TO CREATE HALF BLOCKS ROMTEC IS NOT RESPONSIBLE FOR ANY COST OR CONSTRUCTIM DELAYS ASSOCIATED WITH THIS WORK. 6. SEALANT FOR ALL EXPOSED WOOD. T. TYPICAL FASTENERS SUCH AS NAILS, STAPLES, UID SCREWS S. INTERIOR FLOOR SLAB SHALL INCLUDE EPDXY COATED REBAR Q DoE NNO m N U FiD U w3'L 3 aim 0 o�u h< 3 3 s SNYDER &ASSOCIATES 118.0690.01 10 e n a n b z Lu C c) `^^ LLJ w �> LL U O cn Q Y LLI J LLI U o W O O 0 LL V s SNYDER &ASSOCIATES 118.0690.01 10 aa.co ca+u2it %.a rirMu.s.eari mew wars EXAMPLE FOUNDATION I RESTROOM — FOUNDATION SCALE: NTS EXTERIOR WALL FOUNDATIONS - C.IIOOFJE ONE OF THE FOL1.0101IN6 sm PLCOR PLAN FOR L"JfTERIOR YMLL LOLATKJNS. SNEEf 4 WALL TYPE SCHEDULE ,: {� r '� T — � 'r � ,� .�. a 1�. RfM YTTM AIIf.MWIp �•w re. peri � b i^ . •r r�iaMierowa YADILL.a�•.I..w6 Mm °`T°"'^^'+i mTmw ss^�cac evews •liQMt s�eu.�en ru r'�' (a�l'�c eweuwrrrwu ulsx M YMS. Ydip lLa w1V® DWATM .0 �leM«r Dam f .�� . V .,T.9. -P L ..�.�.....`....0 �...rrsw.r.. aa.co ca+u2it %.a rirMu.s.eari mew wars EXAMPLE FOUNDATION I RESTROOM — FOUNDATION SCALE: NTS EXTERIOR WALL FOUNDATIONS - C.IIOOFJE ONE OF THE FOL1.0101IN6 sm PLCOR PLAN FOR L"JfTERIOR YMLL LOLATKJNS. SNEEf 4 6¢ \`. �;.. ,: {� r '� T — � 'r � ,� .�. a 1�. rn wmw.rz rm ur ra �•w re. peri � b i^ . •r r�iaMierowa E9 '� M1 mwlGwf. rwr¢euYwslma.w n1<imvYcwnxraa •liQMt xro KPW W ^5js' ■! ulsx ImwlSa Rr.V. Y lLa w1V® v 04QM! wWIm�M. .i.er V UMNm MONOLRHc sLAs OPTION re wu�i CONCRETE $TB•. YNLL FOOTRI6 OPTION GIAI $T@•I YMLL OPTION ROCk fM 019 R4L Y01141 ry OYlMl9 w.TNs eo.aru v EXTERIOR WALL FOUNDATION PETAL OFMON5 Tn+icrmroa 6EN9¢AL NOTES: oa 1 •YW@l 11SIN6 EfMER STW WALL OPTION RECESS STEM '} GWm®R TGMLYN w4 : wmM. caeca � 1 �• Lti�� it � 1 �L ti.�� L ovr erer.amru •.o • V3Ai1CAL RCdR N ^J M5T91 YV{L TO MATON G -4 N5 W w m� (tel EDGE OF GONG 5LA5 C R �//� 6 o � � R . o�J wumMa ° .. rlwxi Q : ,(��%J�. a Y PmM ra o[ru 06 6¢ \`. �;.. ,: {� r '� T — � 'r � ,� .�. a 1�. rn wmw.rz rm ur ra �•w re. peri � b i^ . •r r�iaMierowa E9 '� M1 mwlGwf. rwr¢euYwslma.w n1<imvYcwnxraa •liQMt xro KPW W ^5js' ■! N ImwlSa Rr.V. Y lLa w1V® v 04QM! µ 1!0'.2 O V UMNm MONOLRHc sLAs OPTION re wu�i CONCRETE $TB•. YNLL FOOTRI6 OPTION GIAI $T@•I YMLL OPTION ROCk fM 019 R4L Y01141 ry OYlMl9 w.TNs eo.aru v EXTERIOR WALL FOUNDATION PETAL OFMON5 Tn+icrmroa 6EN9¢AL NOTES: oa 1 •YW@l 11SIN6 EfMER STW WALL OPTION RECESS STEM e YW.L THE TNKAWES$ OP SLAP AT GWR THRESNOLO FY ''^^ VJ • PRNAOY YW19 SNALL HAVE A SO' PmE • IY OFFl POOfN6 Z • GW STd YMLL OPfrJN, G1U Lil<JCK 6 BY PlSTALL@t � rr 6 Lli • V3Ai1CAL RCdR N ^J M5T91 YV{L TO MATON G vHiTKAl TNLL.Ie+roRGe,e.r LAP P19AYMLL N5 RESTROOM — FOUNDATION DETAILS SCALE: NTS 0 5 RESTROOM — FOUNDATION DETAILS SCALE: NTS wL..Yl. V:1COM. Yx —� 1YAIQP.TK V 1�6 VI.IM lv V I1fOMIlJ.t.fdGii 11/.P VMMOMCr62 CKT 0.1T Rd11661 NkOOoxV rv6.smm� err0oreeram zrw wewsa n e mM. vcal..se rea�`verrive'� •� h,GWRN O GdD r �t�vevrx.eaM TKfK VMl Y1Y! W Tx 0000 O MASONRY PILASTER DETAIL MORTAR JOINT CMU CORNER DETAL p/rrYlru Y NxR IV VRO•XY N1®Lo.Pl.0V1 •9MCWr YM091.:wi ��Tm/IIY/i �10M O�DOA a RESTROOM — STRUCTURAL WALL DETAILS 11 SCALE: NTS wa¢loM �.r•�w�m�. raMi' (iNgOMP.OII .Y. fG1wG[>WIMLL .�?I'.Nl� crn9R Cf.Mu. WTI+R<aM NiµlIIl A9lpl lfl SYfO! 8" GMU RESAR PLACEMENT car. M.lOM.1W om .a LCr M Je OLCMYL WfG MORTAR JOINT w ` 5 CMU I R5ECTION PETAL +rrru ry wmlcN...sM re.cmw vs. /Oa RrK VqA TN wiOeMms 0 etm MORTA C IgE NN N N . V �N as .� �N.wLL U 6sg Q .N.re�M2.cam Rro R.s A..I.acminn+. MRM VORY IRVA IAfM® z W 3 V dO Om E. i� rwr¢euYwslma.w n1<imvYcwnxraa T 0 aaonrew.®®ru -- - -- -•-ice:-r. - - ---- ^5js' ■! N .Tl €YF3� w F4 4 s n w.TNs eo.aru v �f Tn+icrmroa rl rHICKENED Sine AT MTERIOR WALLS oa 1 ��� e See FLOOR PLAN POR Nrrv:lola YWLI I.00ATYJN5, S EVT 4 FY ''^^ VJ Z n1 n:mwfai wom+camw:w' rw:awa caro+. sloe M.r � rr 6 Lli G � N5 W w m� (tel EDGE OF GONG 5LA5 R 6 RESTROOM — FOUNDATION DETAILS SCALE: NTS wL..Yl. V:1COM. Yx —� 1YAIQP.TK V 1�6 VI.IM lv V I1fOMIlJ.t.fdGii 11/.P VMMOMCr62 CKT 0.1T Rd11661 NkOOoxV rv6.smm� err0oreeram zrw wewsa n e mM. vcal..se rea�`verrive'� •� h,GWRN O GdD r �t�vevrx.eaM TKfK VMl Y1Y! W Tx 0000 O MASONRY PILASTER DETAIL MORTAR JOINT CMU CORNER DETAL p/rrYlru Y NxR IV VRO•XY N1®Lo.Pl.0V1 •9MCWr YM091.:wi ��Tm/IIY/i �10M O�DOA a RESTROOM — STRUCTURAL WALL DETAILS 11 SCALE: NTS wa¢loM �.r•�w�m�. raMi' (iNgOMP.OII .Y. fG1wG[>WIMLL .�?I'.Nl� crn9R Cf.Mu. WTI+R<aM NiµlIIl A9lpl lfl SYfO! 8" GMU RESAR PLACEMENT car. M.lOM.1W om .a LCr M Je OLCMYL WfG MORTAR JOINT w ` 5 CMU I R5ECTION PETAL +rrru ry wmlcN...sM re.cmw vs. /Oa RrK VqA TN wiOeMms 0 etm MORTA 9 SNYDER &ASSOCIATES ne.cesa.m C IgE NN N N . V NNY W 3 V dO Om T 0 OVu O� s n N n oa e v ''^^ VJ Z Lli G // ��\\ err W w � U Q �C) V / a Y Lu 06 LUJ L1- Q H N U C) L 1.� 0 0 O J U Z of cn 9 SNYDER &ASSOCIATES ne.cesa.m SHELTER — FLOOR PLAN SCALE NTS .�Bv MK1Sf «WMROK DEV,. T. - ` 6 Q v+�.rm 6TR sual.Yw werwt n* V C-' ! z MRLIKKRr uYN. K>Ce .TT YYcwsswrMtwe nlM �.n.Iroesvxw owllwua lxnf 6Y4.W RR KK! � IRBMMRr/I1LMy'T/Iµ wp.w�T.VY'Mw W auYlMcaa. 7 Pl W.v MfKIInfPM N xoGOl e11/LRf s 9 � RLVCIppIroMY/JCwtTLr � LL a' �snK nroicm rm.aw arnE raawovrzcW rworram woewWl.L.. }IjY� ffO GaDNe fWYM %MMI rEliyl @ i lit caa�'u. n or+w )1 M-22 WP leL1N (bWM[WlN� Yp SHELTER — ELEVATIONS SCALE: NTS NOTES: CONTRACTOR SHALL COORDINATE ORDERING. PURCHASING, AND SCHEDULING OF DELIVERY OF ROMTEC PRE-ENGINEERED BUILDING KIT WITH MANUFACTURER. CONTRACTOR TO INSTALL AS PER MANUFACTURER'S RECOMMENDATIONS. REQUIREMENTS, AND SPECIFICADONS. CEDAR T MBER POST TO SLAB ALT_ 1:SPUT FACE BLOCK (CAPUT COLdf CLOUD, AS MANUFACTURED BY KINGS MATERIAL 650 12TH AVENUE SW, CEDAR RAPIDS. IA 5210{ PHONE: (319) 383.0233 WEBSITE: wwr.mitlland.o .lep.ducte.. fff"IE10-018, AS MANUFACTURED BY EDWARDS CAST STONE 717 EDWARDS RD., DUBUQUE. IA 52003 PHONE (W3) 558.0535 WEBSITE: etlrstme.cm COLOR TO BE MEDIUM BRONZE. UNA-CLAD, AS MANUFACTURED BY FIRESTONE. E � r s U 6 MY RM Vb.//DENI.TT ANWS Me. .wE„uwr owutana.I.�AT®CRI.m.w M tt{LW.MIL BBL'b.fMT ®MO W Z (PMEfIOy'IYII [x MYf16MWM1r pnwwW wnpaw.v roTK.IA w M 1VR.1eMCwOEaroM 4'.wePY.Rr Ira eewvr®•umen.wovoao rrt. rowmrt .cW womaerearesmxwewwwnr. FI g 1 iWl[ J ISI W GEGE3 OYV RwAY �� �! MJfIKe0Y Y6WM U4MI.M• ewlM vnen.+rre aw.v+rY..M le .TM 3� - - ------------ yN�gX W Q3agI� �� L_L_L Y;�jS}I I tom ) TOH I I I � I c iYp 6p d6 I PfOG BB �yyy�y 1 SHELTER — FLOOR PLAN SCALE NTS .�Bv MK1Sf «WMROK DEV,. T. - ` 6 Q v+�.rm 6TR sual.Yw werwt n* V C-' ! z MRLIKKRr uYN. K>Ce .TT YYcwsswrMtwe nlM �.n.Iroesvxw owllwua lxnf 6Y4.W RR KK! � IRBMMRr/I1LMy'T/Iµ wp.w�T.VY'Mw W auYlMcaa. 7 Pl W.v MfKIInfPM N xoGOl e11/LRf s 9 � RLVCIppIroMY/JCwtTLr � LL a' �snK nroicm rm.aw arnE raawovrzcW rworram woewWl.L.. }IjY� ffO GaDNe fWYM %MMI rEliyl @ i lit caa�'u. n or+w )1 M-22 WP leL1N (bWM[WlN� Yp SHELTER — ELEVATIONS SCALE: NTS NOTES: CONTRACTOR SHALL COORDINATE ORDERING. PURCHASING, AND SCHEDULING OF DELIVERY OF ROMTEC PRE-ENGINEERED BUILDING KIT WITH MANUFACTURER. CONTRACTOR TO INSTALL AS PER MANUFACTURER'S RECOMMENDATIONS. REQUIREMENTS, AND SPECIFICADONS. CEDAR T MBER POST TO SLAB ALT_ 1:SPUT FACE BLOCK (CAPUT COLdf CLOUD, AS MANUFACTURED BY KINGS MATERIAL 650 12TH AVENUE SW, CEDAR RAPIDS. IA 5210{ PHONE: (319) 383.0233 WEBSITE: wwr.mitlland.o .lep.ducte.. fff"IE10-018, AS MANUFACTURED BY EDWARDS CAST STONE 717 EDWARDS RD., DUBUQUE. IA 52003 PHONE (W3) 558.0535 WEBSITE: etlrstme.cm COLOR TO BE MEDIUM BRONZE. UNA-CLAD, AS MANUFACTURED BY FIRESTONE. SHELTER — FOUNDATION 2 SME NTS avuetaaa rawxnweeeralart swrco�aro..+Kruaa r s S„JIEIV, 1'O. P'D1 ew.IM rosrrox mrw U !tel Q e' Gtl.re®Ry 4 ISI K� rurz K MYTNlA wnnrlsureAaP ra.ux.nw I ro A Ysl nlxme IYpnn L I I J - - ------------ ..M.M M•cw nee Lu W L_L_L I I L I I �.�Omws I I I � I c iYp 6p d6 I PfOG BB �yyy�y i i L� I I AFS? ° ----------------- ----------------- ----------------- 3i roM Y@p i,l FOUNDATION EXAMPLE SHELTER — FOUNDATION 2 SME NTS r¢mrla I I I L. YMEYN.YVN Ts.—r'e Q SHELTER — DETAILS 12 SCALE: NTS EDGE OF GONG SLAB .M12 WVr1/t I vs om rmwi N rowart.r n.e ta. »r.nuty Mowraw.ury wrYwa avuetaaa rawxnweeeralart swrco�aro..+Kruaa Kwr Mn..ere wm..wmwo.,oMr.wrK rwmower wrurz.wue. ew.IM rosrrox mrw — 4 it K� rurz K MYTNlA wnnrlsureAaP ra.ux.nw I ro A Ysl nlxme IYpnn I I 1. I I I I I I L_L_L I I L r¢mrla I I I L. YMEYN.YVN Ts.—r'e Q SHELTER — DETAILS 12 SCALE: NTS EDGE OF GONG SLAB .M12 WVr1/t I vs om rmwi N rowart.r n.e ta. »r.nuty Mowraw.ury wrYwa avuetaaa rawxnweeeralart swrco�aro..+Kruaa Kwr Mn..ere wm..wmwo.,oMr.wrK rwmower wrurz.wue. — 4 KKtfn .RYS. 9uBK.0[ N K YrnarlK ro r rcv111 AK A[mlWnuYo ro A Ysl nlxme IYpnn an. r m SAMUT JOINT ' M,EyW CI\ S 1 POST FOOTING DETAIL L F i 0 S SNYDER &ASSOCIATES 118.06%.01 12 PLAYGROUND AREA 'B': PLAY EQUIPMENT 1J SCALE NTS Noir- PLAYGROUND OTEPLAYGROUND MANUFACTURER SHALL PROVIDE FOOTING AND INFORMATION FOR INSTALLATION AND ASSEMBLY. 16" WALL SIZE: 161 X 6: WX6.5' W z PLAYGROUND AREA 'D': MARCHING BAND SCULPTURE 13 SCALE NTS 21' m TIN ROOF CROSS. n N n I m GABLE (80202) U / ROOF EXTENSION / (24'r/RIYET) / RUNG ENCLOSURE (80167 (4) "i SPRIER) WIL r/ TELESCOPE 1 SI GLE FUN SEAT(BELOW)JDE SPIRAL (81666)\ (90842) ELECTRONIC' SYNTHESIsE:B (BELOW TRANSFER DECK) (90 U SYSTEM (30) Of (� (3' RISE) \\ (91037) ^Q LL / \\ LEANING WALL VERTICAL NIGGLE \ J CUMBER (90254 CUMBER91489) k XU WTRYWAY CLIMBER ENTRYWAY ((JD) (R 10) U (3D) (91210) I" �/� SPIRAL STEP\ 0 CUMBER ` O �i (90689) \\\ / DOUBLE ZIP SII / (90) ARCHWAY r/ SOCKET (30) r (91010) UPPER BODY TRAINER TU NEL UP SENSORY 81690 \ CRA TUBE $ WA 1 OB PA W/ / / CHIMES l TR NGLE TRANSFER SHADOW PLAY TREE 1(.11p0) PMXFA (911364(SINGLOVERHEAD CUMBER TMX-soin) PkAATFORM (80688J� HALF PANEL ACCESS LADDER \ ENTRYWAY r/ THUNDERRING (90391) \\ ( D) (91094) 1 1 (91137) OEM CURB THERAPEUTIC 1 \ V-4" RINGS 1 (81688) HADDY( PLAY OWER STRAIGHT HORIZONTAL / (9O0a9 ) 2' OVERHEAD CUMBER LOOP LADOER (98' / ACCESS I LAD D� UNK) (81510) ADAI CROWS NEST (90391) / r/ IGIZMO PANEL ® ENTRYWAY (SLD) I(9017fi37) CUC1 WHEEL ® (911FREESTANDING HA(B16BY ER �\ (48�i9) X -POD STEP \ ECHOAMBER (/ ® (36082) \ HI STRATUS \ \\ TRA ENTRYWAY CUMBER ® (30) (91137) (36075) (28LIDE II H 80082 1 HAND OLD PACKAGE () GT- l MEIER ENTRYWAYII 11 r/KICKPLATE� RAMP UNK II ® ® (JD) (91210) (8088]) \ (SENSORY/ RUMBLE A: R WAVE) (91475) 2 21P SLIDE \\ (90507) A w W/AOMTIW L rrXw wRr Dw )' / - (�) GT JAM BOX (90235) / f ACCESSIBLE STEP BONGOS / 1806901 (BELOW) , FSITRYW Y (81699) �(9(13ID3)7) TINHEX ROOF (80206) ST(90J EL / RAMP 1)UM ATTACHMENT / ' (GUARDRAIL) / (90673) i HANDHOLD / PACKAGE r/KE / < (8068])0687) / / ` I PLAYGROUND AREA 'B': PLAY EQUIPMENT 1J SCALE NTS Noir- PLAYGROUND OTEPLAYGROUND MANUFACTURER SHALL PROVIDE FOOTING AND INFORMATION FOR INSTALLATION AND ASSEMBLY. 16" WALL SIZE: 161 X 6: WX6.5' W z PLAYGROUND AREA 'D': MARCHING BAND SCULPTURE 13 SCALE NTS PLAYGROUND AREA 'D': THEATER BACKDROP SCALE: NTS I I I I I I I I 1 EXPRESSION SMNC I }1/Y TOPRNL B" HIGH I (5128) ADA PRIMETIME I EMNC (1258]) I I I 1 EXPRESSION SUNG 3-1/2' TOPRAAL 8' HIGH I (5128) 1 I ZERO -G CHAIR PACKAGE (5 TO 12) I WTH BEIGE CHAIR BRACE AND I I LATCH, FOR 3-1/2' TOPRAU, W I RIGH MIHGALVANIZED CHAIN 1 (6558) ADA PRIMETIME SUNG ADD -A -BAY (12584) 1 I I BELT SEAT I PACKAGE 3 1/2' O.D. (8910) I I I I L , r J 1 I n PLAYGROUND AREA 'C': SWING SET ( InIIIII[I 5' DEPTH CC W BROOM GRANULAR BAS (MIN. SLOPE FINISH GRADE OF PLAYGI TO BE FLUSH MTH ADJACENT 6' DEPTH P wt O of HARMONIC CHIMES -SET OF 3 (4676) \ ����yjj �(\CCOJ1`J�N\CERT DUO `k'' B) �1 PLAYGROUND AREA 'D': MUSICAL COMPONENTS] 13 SCALE: NTE i / \I I I I 1 SENSORY WAVE \\ SEAT (3205) � I I I O O I O O I SENSORY COVE CUMBER \\\ (SQUARE)(6249) i i1 PLAYGROUND AREA 'A': �\ SPINNER AND COZY DOME 13 SCALE NTS MIN. SLOPE MAX. SLOPE 12' DEPTH PREPARED SUBGRADE. COMPACTED IN 1 2-6' LIFTS TO 95% STANDARD PROCTOR J DENSITY. MINIMUM 6' DEPTH MODIFIED SUBBASE RESILIENT SAFETY SURFACING DETAIL FOR SCALE NTS PWRED IN PUCE PLAYGROUND rRFACING AS PER PLANS Vth as per Manufacturer 2'.EaUM9. Re9uirennents and Specifications) FLUSH MTH CURB 8' \-A'—A`.-6' PCC BAND � MINIMUM 6' DEPTH MODIFIED SUBBASE PERFORATED 5' DUAL WALL HDPE UAPRPIPE INNENGINMIINGS FABRIC PLAYGROUND STEEL r 21' m MT n N n I m PLAYGROUND AREA 'D': THEATER BACKDROP SCALE: NTS I I I I I I I I 1 EXPRESSION SMNC I }1/Y TOPRNL B" HIGH I (5128) ADA PRIMETIME I EMNC (1258]) I I I 1 EXPRESSION SUNG 3-1/2' TOPRAAL 8' HIGH I (5128) 1 I ZERO -G CHAIR PACKAGE (5 TO 12) I WTH BEIGE CHAIR BRACE AND I I LATCH, FOR 3-1/2' TOPRAU, W I RIGH MIHGALVANIZED CHAIN 1 (6558) ADA PRIMETIME SUNG ADD -A -BAY (12584) 1 I I BELT SEAT I PACKAGE 3 1/2' O.D. (8910) I I I I L , r J 1 I n PLAYGROUND AREA 'C': SWING SET ( InIIIII[I 5' DEPTH CC W BROOM GRANULAR BAS (MIN. SLOPE FINISH GRADE OF PLAYGI TO BE FLUSH MTH ADJACENT 6' DEPTH P wt O of HARMONIC CHIMES -SET OF 3 (4676) \ ����yjj �(\CCOJ1`J�N\CERT DUO `k'' B) �1 PLAYGROUND AREA 'D': MUSICAL COMPONENTS] 13 SCALE: NTE i / \I I I I 1 SENSORY WAVE \\ SEAT (3205) � I I I O O I O O I SENSORY COVE CUMBER \\\ (SQUARE)(6249) i i1 PLAYGROUND AREA 'A': �\ SPINNER AND COZY DOME 13 SCALE NTS MIN. SLOPE MAX. SLOPE 12' DEPTH PREPARED SUBGRADE. COMPACTED IN 1 2-6' LIFTS TO 95% STANDARD PROCTOR J DENSITY. MINIMUM 6' DEPTH MODIFIED SUBBASE RESILIENT SAFETY SURFACING DETAIL FOR SCALE NTS PWRED IN PUCE PLAYGROUND rRFACING AS PER PLANS Vth as per Manufacturer 2'.EaUM9. Re9uirennents and Specifications) FLUSH MTH CURB 8' \-A'—A`.-6' PCC BAND � MINIMUM 6' DEPTH MODIFIED SUBBASE PERFORATED 5' DUAL WALL HDPE UAPRPIPE INNENGINMIINGS FABRIC PLAYGROUND STEEL r 6 SNYDER &ASSOCIATES 1160890.01 13 m n N n I m U U z Lu C ♦ �^ v / Lu W F_ N> � U O Of cn cn ^Q LL LTJ I w� 0 Lf / U 0 W 0 in O 6 SNYDER &ASSOCIATES 1160890.01 13 DI AV C'I IDUA(Inll SEE r R Tj' Qe1 mmp yf r.,rw R 3' Z 6. sopa ne ASTROTURF DRAG RNISN f iiz\ - Vlfuse� R 3' CCC >R"aeY� (d f�� MODIFIED SUBBASE % COMPACTED TO 95x STANDARD PROCTOR DENSITY. EXTEND 2' BEYOND BACK OF CURB. SUBGRADE TO BE SCARIFIED TO A DEPTN OF 12' AND RECOMPACTED TO 95x STANDARD PROCTOR DENSITY. NOTES EXTEND 2' BEYOND BACK OF CURB. 1. ALL CURBS SHALL BE INTEGRAL TO ADJOINING PCC PAVEMENT. 2. SUBBASE %BGRADE, AND CURB ARE INCIDENTAL 1 6" STANDARD BARRIER CURB & 7" PCC PAVING 14 ,INTEGRAL CURB — PCC 6:1 g FLATTER 6:1 g FLATTER VARIES. REFER TO PLAN NEW. 1. 6" PCC TRAIL & SIDEWALK 2. 4' MOORED SUBBASE (GRADATION #14) 3. SUBGRADE TO BE SCARIFIED TO A DEPTH OF 6" AND RECOMPACT ACCORDING TO IDOT SECTION 2109.03.C. 4. GRADE $ OU DER TO EXISTING GRADE WITH A GROSS SLOPE OF 6:1 OR FLATTER. z - 10 0 10 vY 5 MI PLAYGROUND SAFETY SURFACE GENERAL NOTES A PROVIDE AND INSTALL POURED -IN -PUCE SAFETY SURFACING UNDER PUYGROUNO EQUIPMENT IN ACCORDANCE WITH ADAAG, CPSC. ASTM STAJDARDS AND MANUFACTURER'S SPECIFICATIONS, RECOMMENDATIONS AND REQUIREMENTS COORDINATE WITH PLAYGROUND MANUFACTURER ON REQUIRED SURFACING DEPTHS FOR FALL HEIGHTS ASSOCIATED WITH PLAYGROUND EQUIPMENT. TO BE PRONGED BY PRE -APPROVED SURFACING MANUFACTURERS BELOW OR APPROVED EQUAL a.GT IMPAX IMPACT ABSORBENT ACCESSIBLE POURED -IN-PLACE SURFACING. AS DISTRIBUTED BY GT IMPAX SURFACING. LOCAL CONTACT IS CUNNINGHAM RECREATION, TIM KISGEN, 515-631-2431. B.PLAYBOUND POURED -IN PLACE. AS MAUFACTURED BY SURFACE AMERICA. LOCAL CONTACT IS OUTDOOR RECREATION PRODUCTS, RICK ERTZ, 515-23}0222. PLAYGROUND SAFETY SURFACE CONSTRUCTION NOTES COLORS BASED ON GT IMPAX COLOR (>ART. COLORS TO BE APPROVED BY OWNER PRIOR TO ORDERING MATERIALS. GREEN: 50% i BLACK: SOIL O AZURE BLUE: 50% BLACK: 50% ASURE BLUE: 5016 O UCHTT MAY 25X i 'o I Qe1 mmp yf r.,rw U) Z z m f iiz\ - Vlfuse� S I W >R"aeY� (d f�� r• % Q U Q p /0 V �s�rw ave° f ^) V J O PdGtlM4� ro Q Y _ ® er• w �11DiR1LQs.�eer �_„�" ,INTEGRAL CURB — PCC 6:1 g FLATTER 6:1 g FLATTER VARIES. REFER TO PLAN NEW. 1. 6" PCC TRAIL & SIDEWALK 2. 4' MOORED SUBBASE (GRADATION #14) 3. SUBGRADE TO BE SCARIFIED TO A DEPTH OF 6" AND RECOMPACT ACCORDING TO IDOT SECTION 2109.03.C. 4. GRADE $ OU DER TO EXISTING GRADE WITH A GROSS SLOPE OF 6:1 OR FLATTER. z - 10 0 10 vY 5 MI PLAYGROUND SAFETY SURFACE GENERAL NOTES A PROVIDE AND INSTALL POURED -IN -PUCE SAFETY SURFACING UNDER PUYGROUNO EQUIPMENT IN ACCORDANCE WITH ADAAG, CPSC. ASTM STAJDARDS AND MANUFACTURER'S SPECIFICATIONS, RECOMMENDATIONS AND REQUIREMENTS COORDINATE WITH PLAYGROUND MANUFACTURER ON REQUIRED SURFACING DEPTHS FOR FALL HEIGHTS ASSOCIATED WITH PLAYGROUND EQUIPMENT. TO BE PRONGED BY PRE -APPROVED SURFACING MANUFACTURERS BELOW OR APPROVED EQUAL a.GT IMPAX IMPACT ABSORBENT ACCESSIBLE POURED -IN-PLACE SURFACING. AS DISTRIBUTED BY GT IMPAX SURFACING. LOCAL CONTACT IS CUNNINGHAM RECREATION, TIM KISGEN, 515-631-2431. B.PLAYBOUND POURED -IN PLACE. AS MAUFACTURED BY SURFACE AMERICA. LOCAL CONTACT IS OUTDOOR RECREATION PRODUCTS, RICK ERTZ, 515-23}0222. PLAYGROUND SAFETY SURFACE CONSTRUCTION NOTES COLORS BASED ON GT IMPAX COLOR (>ART. COLORS TO BE APPROVED BY OWNER PRIOR TO ORDERING MATERIALS. GREEN: 50% i BLACK: SOIL O AZURE BLUE: 50% BLACK: 50% ASURE BLUE: 5016 O UCHTT MAY 25X i 'o I 9 SNYDER &ASSOCIATES 118.0690.01 14 U U) Z z w - w W > 0 Q U Q p /0 V f ^) V J Z Q Y Q LU LI..( LL U) 0 W O J C7 Q d `Z v 9 SNYDER &ASSOCIATES 118.0690.01 14 (D See dowel assemblies for fabrication details. ® See Bar Size Table for Contraction Joints on Sheet 2. ® Locate 'DW 'pint alaId—poral location between future C' or 'CD' 'pints. Place no loser than 5 feet to a 'C' or 'CD' joint. ©Place bora'Nn in the limits showundo dowel ossemEl!es. ® Edge with 8 inch too, fa length of joint. For HT pm[ rem w header block and board when second alae a Dloo d. ® Unless specified otherwise, use 'CO' tmnaVerae Gantt Uan jot t9 mine inOvement wren Ater�pr aaadd to B c^ea. Use 'C' rots when v is less than 8 hes. ®'RV pintay be used In lieu f 'DW pint at the end al the do,ark Remove any avem pent damaged due to the drilling at o additional coat to Me Contracting Autnnitr. ® Saw '0' joint to a daplh of T/3 2 1/4 save C' joint to a depth of T/4 : 1/C'. ® MNen ting into aid punishment, T represents the depth of sound PCC. ® Bar ...Ports may be necessary fa fixed farm pavng to ensure the bar reraain. in a horizontal position M the plaslb concrete. ® Sawing or sealing of pint not natured. ® Thefollowing pinta are Interchangeable, eubpct to q pouring setugnce: BT -1, L -I and L-1 'KT -2 nd:L-2' 'KT -3' and 'L-3' PLANTING AREA PLAY SURFACING PLAY SURFACING PLANTING AREA PLAY SURFACING L-1 MAY G -` I, n.4' L-1 L-1 0 X11 JOINTING PLAN 15 Z A 0 is M ee 10 we SEALED •E' JOINT SEALED 'E' JOINT 5' DEPTH PCC NOTE CONTRACTDR TO PRONDE JOINTING PLAN DETAILING JOINT TYPES AND CONSTRUCTION SEQUENCING FOR ENGINEER'S RENEW AND APPROVAL, PRIOR TO CONSTRUCTION. FIELD VERIFY LAYOUT OF EMSTING PAVEMENT JOINTS TO INSURE ALIGNMENT'A1TI1 PROPOSED JOINTING. JOINTING SHALL BE IN ACCORDANCE WTTf SURAS 2018 EDITION. CONTRACTOR TO PRONDE LONCTUDINAl- 'E', L—,' JOINTS AND TRANSVERSE 'C JOINTS. CONTRACTOR TO PRONDE 'B' JOINT WEN PROPOSED PAVEMENT SURFACE MUM MSTING TRAIL (ACC) PAVEMOIT SURFACE. CONTRACTOR TO PROVIDE THICKENED EDGE (8• MINIMUM DEPTH) WHEN PAVEMENTS ARE TO BE TIED TOGEDIER. CONTRACTOR TO PROMDE COPANSION JOINT ADJACENT TO BUILDINGS AND AT INTERFACE OF INTEGRAL SIDEWAIJ(/DRIVEMNL. ETC. See Decal A an B 1 Joint 1 Bare 1 Be, Length and Simon Detall 0-1. D-2, a D-3 •oe .w o,p. o :dro•:$:. :dro:6i, C 6 -T CONTRACTIOR"iff z8• .a ,x•e.� e•• .�•e •e.�, �o TCD 2 i Pavernnt 9 m 15"m 1 Hese O nuns, \L.a —( Y 1e Lager Din at 124�Gnty in Te Bar M Q ABUTTING PAVEMENT JOINT mm TE See Dotal F pgill Jaint Fila -11-1" Nari F 1•EII1PANMOMJOW L' CONTIUCTNMI JOM JIt Bas Br tai na < --, 04 3a• Used at 3p" Genian _ t-2' 38^ tan at 30" Cntwn w i-3' a 36• al 13" Gnlerw }" Dla. how for BT-} Q!d ST -4 Joint M'Db. Naie b BT- t •w 8"�15m in.)�� Ind -{ W AWTTIIK PAVEMEM JdMT - RIGS nE Idiad) +� «-b a. o� DETAIL E Joint 1 Bare 1 Be, Length and Simon < B" I 1BT-524 Long at 30" Cantor z8• BT -3 24" Lon at 30" Centre _ 24 Long at 15 Centers +� «-b a. o� DETAIL E oNt Sednt alerbl joint 9u DETAIL F T L LIE BAR PLACEMENT (Apples M W joints unless of enel CeMled.) Joint Sealant Matetal ., 4 A" Sar Cut .o .q. oD o• D p° T/3 at �•• . 0 00 aro .o. :p p Croak n Johnt Lln (Re lilted 9s not On SEALED •E' JOINT t T);•• Sar Out T/3 3 DETAIL D-1 (Requhed when speciDed in the controct documents.) Joint Sealant Malaria to il" Saw Cut .o .a. op o. D p° a o'o :0 p Croak or Joint Lin DETAIL D-3 KEYWAY DIMENSIONS U eywaY Toe Pavement Thle,nesq Z eta del 1 8" or waste 1 2t' NamwI Lm Dian e^ 1" 2^ oNt Sednt alerbl joint 9u DETAIL F T L LIE BAR PLACEMENT (Apples M W joints unless of enel CeMled.) Joint Sealant Matetal ., 4 A" Sar Cut .o .q. oD o• D p° T/3 at �•• . 0 00 aro .o. :p p Croak n Johnt Lln (Re lilted 9s not On SEALED •E' JOINT t T);•• Sar Out T/3 3 DETAIL D-1 (Requhed when speciDed in the controct documents.) Joint Sealant Malaria to il" Saw Cut .o .a. op o. D p° a o'o :0 p Croak or Joint Lin DETAIL D-3 3 a 1 Cn 6 SNYDER &ASSOCIATES 118.0690.01 15 U U Z Z - W - 2 U) W w O Q O LL U) CL Q Y W Z W Z U W Z O Lu \� > Z 3 a 1 Cn 6 SNYDER &ASSOCIATES 118.0690.01 15 CONSTRUCT 'J -HOOK' AT EACH END ON AN INDIVIDUAL SECTION OF SOCK OR BERM. DISTURBED AREA STAKES (TMJ- PI LCF AMU N CMX Berm shown is tWical Por elopes hatter than 3:1. For sleeper slopes, Increase directed by Ne iEngineer. P Place be. in uncompacted windrow perpenolcalar to Ne Nope t locations �ecified the cottroct ocurn.ta. Filter sock diameter as specified in the contrast documents. Men to Protected PIAN MEW OF SLOPE (for vediment and Nope control) STAKES Xh FILL MATERIAL ""o FILTER SOCK 2'-0' SECTION MEW AT STREET (far perimetr canal dolq slowed) FILTER MATERIAL (TMJ t ' FILTER BERM SUDAS 9040.102: TYPICAL PLACEMENT OF BERM OR SOCK A POLLUTION PREVENTION AND EROSION PROTECTION —ml 12 1. CODE COMPLIANCE ME CONTRACTOR IS RESPONSIBLE FOR COMPLIANCE WIN ALL POTENTIAL POLLUTION AND SOIL EROSION CONTROL 111 EY CID REQUIREMENTS OF THE IOWA CODE, ME IOWA DEPARTMENT OF NATURAL RESOURCES (IDNR) NPDES PERMIT, ME U.S. CLEAN WATER ACT AND ANY LOCAL ORDINANCES. ME CONTRACTOR SHALL TME ALL NECESSARY STEPS TO PROTECT AGAINST EROSION AND POLLUTION FROM THIS PROJECT SITE AND ALL OFF-SITE BORROW OR DEPOSIT AREAS WRING PERFORMANCE OR AS A RESULT OF PERFORMANCE. �( 9 a REQUIREMENTS IS A VIOLATION OF ME CLEAN WATER ACT AND ME WIDE OF IOWA. 2. DAMAGE COMMS: THE CONTRACTOR WILL HOLD THE OWNER AND ARCHITECT / ENGINEER HARMLESS FROM ANY AND ALL CLAIMS OF ANY TME g F: O E 3. A 'NOTICE OF DISCONTINUATION' MUST BE FILED WITH ME IDNR UPON FINAL STABILIZATON OF ME DISTURBED SITE AND REMOVAL ON ALL TEMPORARY EROSION CONTROL MEASURES ALL PLANS, INSPECTION REPORTS. AND OMER DOCUMENTS MUST BE RETAINED FON A PERIOD OF WHATSOEVER RESULTING FROM DAMAGES TO ADJOINING PUBLIC OR PRIVATE PROPERTY, INCLUDING REASONABLE ATTORNEY FEES INCURRED TO OWNER. FURTHER. IF ME CONTRACTOR FAILS TO TAKE NECESSARY STEPS TO PROMPTLY REMOVE EARTH SEDIMENTATION OR DEBRIS WHICH COMES ut N o THREE YEARS AFTER PROJECT COMPLETION. ME CONTRACTOR SHALL RETAIN A RECORD COPY AND PROVIDE ME ORIGINAL DOCUMENTS TO ME y ONTO ADJOINING PUBLIC OR PRIVATE PROPERTY, THE OWNER MAY, BUT NEED NOT, REMOVE SUCH ITEMS AND DEDUCT THE COST THEREOF FROM OWNER UPON PROJECT ACCEPTANCE AND/OR SUBMITTAL OF ME NOTICE OF DISCONTINUATION. F to m u AMOUNTS DUE TO THE CONTRACTOR. ffi. Q B. STORM WATER DISCHARGE PERMIT 1. ME STORM WATER POLLUTION PREVENTION PLM (SWPPP) IS A SEPARATE DOCUMENT IN ADDITION TO THESE PLAN DRAWINGS ME CONTRACTOR 3 u x SHOULD REFER TO ME SWPPP FOR ADDITIONAL REWIREMENTS AND MODIFICATIONS TO ME POLLUTION PREVENTION PLAN MADE DURING 1. THIS PROJECT REQUIRES COVERAGE UNDER ME NPDES GENERAL PERMIT NO. 2 FOR STORM WATER DISCHARGES ASSOCIATED WITH CONSTRUCTION uja CONSTRUCTION. O U y ACMMMES FROM TIE IDNR, AS REWIRED BY THE ENMRONMENTAL PROTECTION AGENCY (EPA). THE GENERAL CONTRACTOR AND ALL COVERAGE. ALL SMP'S AND EROSION CONTROL MEASURES REQUIRED AS A RESULT OF CONSTRUCTION ACTIMTES ARE ME RESPONSIBILITY OF SUBCONTRACTORS ME RESPONSIBLE FOR COMPLIANCE WITH AND FLARLWENT OF ALL REQUIREMENTS OF THE NPDES GENERAL PERMIT NO. 2 AS SPEORED IN THE CONTRACT DOCUMENTS. p n V ' s - 2. ALL DOCUMENTS RELATED TO THE STORM WATER DISCHARGE PERMIT, INCLUDING. BUT NOT LIMITED TO, ME NOTICE OF INTENT, PROOF OF9 —ml PUBLICATIONS. DISCHARGE AUMORIZATW LETTER. CURRENT SWPPP, SITE INSPECTION LOG, AND OMER ITEMS. SHALL BE KEPT ON SITE AT ALL 111 EY TIMES AND MUST BE PRESENTED TO ANY JURISDICTIONAL AGENCIES UPON REQUEST. FAILURE TO COMPLY WITH ME NPDES PERMIT REQUIREMENTS IS A VIOLATION OF ME CLEAN WATER ACT AND ME WIDE OF IOWA. g F: O E 3. A 'NOTICE OF DISCONTINUATION' MUST BE FILED WITH ME IDNR UPON FINAL STABILIZATON OF ME DISTURBED SITE AND REMOVAL ON ALL TEMPORARY EROSION CONTROL MEASURES ALL PLANS, INSPECTION REPORTS. AND OMER DOCUMENTS MUST BE RETAINED FON A PERIOD OF ut N o THREE YEARS AFTER PROJECT COMPLETION. ME CONTRACTOR SHALL RETAIN A RECORD COPY AND PROVIDE ME ORIGINAL DOCUMENTS TO ME y vt r w OWNER UPON PROJECT ACCEPTANCE AND/OR SUBMITTAL OF ME NOTICE OF DISCONTINUATION. F to m u C. POLLUTION PREVENTION PLM Q z WOO 1. ME STORM WATER POLLUTION PREVENTION PLM (SWPPP) IS A SEPARATE DOCUMENT IN ADDITION TO THESE PLAN DRAWINGS ME CONTRACTOR 3 u x SHOULD REFER TO ME SWPPP FOR ADDITIONAL REWIREMENTS AND MODIFICATIONS TO ME POLLUTION PREVENTION PLAN MADE DURING uja CONSTRUCTION. O U y 2 ME SWPPP ILLUSTRATES GENERAL MEASURES AND BEST MANAGEMENT PRACTICES (BMP) FOR COMPUMCE WAN ME PROJECTS NPDES PERMIT COVERAGE. ALL SMP'S AND EROSION CONTROL MEASURES REQUIRED AS A RESULT OF CONSTRUCTION ACTIMTES ARE ME RESPONSIBILITY OF p n ME CONTRACTOR TO IDENTIFY. NOTE AND IMPLEMENT. MOITONAL BMP'S FROM MOSS SHOWN ON ME PLAN MAY BE REQUIRED. - 3. ME SWPPP AND SITE MM SHOULD BE EXPEDITIOUSLY REVISED TO REFLECT CONSTRUCTION PROGRESS AND CHANGES AT ME PROJECT SITE. T: A. THE CONTRACTOR IS RESPONSIBLE FOR COMPLIANCE WIN ALL REQUIREMENTS OF ME GENERAL PERMIT AND SWPPP, INCLUDING, BUT NOT LIMITED TO. ME FOLLOWING Bi UNLESS INFEASIBLE OR NOT APPLICABLE: b a. UTILIZE W711=T STRUCTURES NAT WITHDRAW WATER FROM ME SURFACE WHEN DISCHARGING FROM BASINS, PROVIDE AND MAINTAIN n NATURAL BUFFERS AROUND SURFACE WATERS, DIRECT STORM WATER M VEGETATED AREAS TO INCREASE SEDIMENT REMOVAL AND n MAXIMIZE STORM WATER INFILTRATION, AND MINIMIZE SOIL COMPACTION. m h b. INSTALL PERIMETER AND FINAL SEDIMENT CONTROL MEASURES SUCH AS SILT BARRIERS. DITCH CHECKS, DIVERSON BERMS. OR SEDIMENTATION BASINS DOWNSTREAM OF SOIL DISTURBING ACTIVITIES PRIDE? TO SITE CLEARING AND GRADING OPMATONS. an c. PRESERVE VEGETATION IN MEAS NOT NEEDED FOR CONSTRUCTION AND LIMIT TO A MINIMUM ME TOTAL AREA DISTURBED BY 0 OPERATIONS AT MY TIME. IOPERATIONS CONSTRUCTION d. MAINTAIN ALL TEMPORARY AND PERMANENT EROSION CONTROL MEASURES IN WORKING ORDER, INCLUDING LEANING, REPAIRING, U 7 REPLACEMENT. AND SEDIMENT REMOVAL THROUGHOUT ME PERMIT PERIOD. CLEAN OR REPLACE SILT CONTROL DEMCES WHEN ME L MEASURES HAW LOST 505 OF THEIR ORIGINAL CAPACITY, z e. INSPECT ME PROJECT AREA AND CONTROL DEMCES (BY QUALIFIED PERSONNEL ASSIGNED BY ME CONTRACTOR) EVERY SEVEN CALENDAR W DAYS. RECORD ME FINDINGS OF THESE INSPECTIONS AND MY RESULTING ACTIONS IN ME SWPPP WIN A COPY SUBMITTED WEEKLY TO ME OWNER OR ENGINEER WRING CONSTRUCTION. REVISE ME SWPPP AND IMPLEMENT MY RECOMMENDED MEASURES WATHIN T DAYS. f. PREVENT ACCUMULATION OF EMM AND DEBRIS MGM CONSTRUCTION ACTIMTES ON ADJOINING PUBLIC OR PRIVATE PROPERTIES, W W INCLUDING STREETS. DRIVEWAYS, SIDEWALKS. DRAINAGEWAY5, OR UNDERGROUND SEWERS REMOVE ANY ACCUMULATION OF EARN OR DEBRIS IMMEDIATELY AND TME REMEDIAL ACTIONS FOR FUTURE PREVENTION. 0r�/ g. INSTALL NECESSARY CONTROL MEASURES SUCH AS SILT BARRIERS. EROSION CONTROL MATS, MULCH, DITCH CHECKS OR RIPRAP AS SOON J AS AREAS REACH THEIR FINAL GRADES AND AS CONSTRUCTION OPERATIONS PROGRESS TO ENSURE CONTINUOUS RUNOFF CONTROL.L,L Q PROVIDE INLET AND CUTLET CONTROL MEASURES AS SOON AS STORM SEWERS ME INSTALLED. . h. RESPREAD TOPSOIL (INCLUDING TOPSOIL FOUND IN SOD) ON ALL DISTURBED AREAS, EXCEPT WHERE PAVEMENT, BUILDINGS OR OMER L� Lij U IMPROVEMENTS ARE LOCATED. Q O 1. STABIUM UNDEVELOPED. DISTURBED AREAS WITH MULCH, TEMPORARY SEED MIX, PERMANENT SEED MIX. SW, OR PAVEMENT IMMEDIATELY Y AS SOON AS POSSIBLE UPON COMPLETION OR DELAY OF GRADING OPERATIONS, INITIATE STABILIZATION MEASURES IMMEDIATELY AFTER CONSTRUCTION ACTIVITY IS FINALLY COMPLETED OR TEMPORARILY CEASED ON MY PORTION OF ME SITE AND WHICH WILL NOT RESUME LLL V FOR A PERIOD EXCEEDING Ie CALENDAR DAYS < CO Cn j ORDINATE LOCATIONS OF STAGING AREAS WITH ME OWNER AND RECORD IN ME SWPPP. UNLESS NOTED OTHERWISE STAGING AREAS CO 0- 1-- V SHOULD CONTAIN ME FOLLOWING: JOB TRADERS FUELING / VEHICLE MAINTENANCE AREA, TEMPORARY SANITARY FACILITES. MATERIALS Q Q STORAGE AND CONCRETE WASHOUT FALXUTY. CONTROL RUNOFF FROM STAGING AREAS WAN DIVERSION BERMS AND/OR SILT BARRIERS i Z AND DIRECT M A SEDIMENT BASIN OR OTHER CONTROL DEVOE WHERE POSSIBLE. CONCRETE WASHOUT MUST BE CONTAINED ONSITE. W 0od k. REMOVE ALL TEMPORARY EROSION CONTROL MEASURES AND SITE WASTE PRION TO FILING OF NE 'NOTICE OF DISCONTNUATON . W Q D. PROJECT SPECIFIC REQUIREMENTS FOR POLLUTION PREVENTON AND EROSION PROTECTION A/ 1. RESPONSIBILITIES OF THE OWNER: U Z OU LL w a. SIGN NPDES CERTIFICATION STAMENT AS PERMITEE. TE b. ALL REQUIREMENTS NOT ASSIGNED TO OTHERS. O Z 2. RESPONSIBILITIES OF NE ENGINEER: U) J 0 Z a. CREATE ME INITIAL SWPPP. � b. PUBLISH ME PUBLIC NOTICE OF STORM WRIER DISCHARGE W V / c. FILE ME NOTICE OF INTENT WITH APPLICATION FEE FOR NPDES GENERAL PERMIT No. 2 COVERAGE. d. SUBMIT ME NOTICE OF DISCONTINUATION. 3. RESPONSIBIUTIES OF THE CONTRACTOR: a. SON NPDES CERTIFICATION STATEMENT AS CO-PERMIME AND COORDINATING CERTIFICATION OF SUBCONTRACTOR CO-PERMHTEES b. COMPLY WITH ME REQUIREMENTS OF ME GENERAL PERMIT No.2 AND ME SWPPP. c. INSTALL, MAINTAIN, AND REMOVE EROSION CONTROL AND POLLUTION PREVENTION MEASURES. S N Y D E R d. WEEKLY INSPECTIONS AND CORRESPONDING RECORDS. &ASSOCIATE S e. UPDATE AND MAINTAIN ME ONSITE SWPPP. 118.0890.01 f. COOPERATE TO PROMDE INFORMATION UNDER ME RESPONSIBIUTY OF ONUS. 16 I'D Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240,(319)35s-5044 Resolution No. 19-35 Resolution setting a public hearing on February 19, 2019 on plans, specifications, form of contract, and estimate of cost for the construction of the Willow Creek Park Improvements Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in account # R4322 - Willow Creek / Kiwanis Park Improvements. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. A public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 19"' day of February 2019, at 7:00 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 plans, specifications, form of contract, 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 5th day of February 2019 2019 Ma or Approved by Attest: BJP J�,«, wy„�JkL^f�ati CoClerk d City Attorney's Office �3d�ig It was moved by Salih and seconded by Cole the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Cole x Mims x Salih x Teague x Taylor x Thomas x Throgmorton P®rhedia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWACITY ICPD 410 E WASHINGTON ST IOWACITY IA522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, as.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0003377012 2/12/19 02/12/19 $49.68 Copy of Advertisement Exhibit "A" Subscribed and sworn to before e y said affiant this 12th day of February. 2019 KYX, \`\�PtioUunuq�//' Notary bli A G �OTAR y = dommission expires PUBOC' Zr :z %N% .+��\�� NofAffidavits: F'O F ....`SG�\`\p� nnm11tMO iIN THE CITY OWA 'AYERS OF THE ER INTEhESTED 3 hereby given that Cil of the City of ra, will conduct a on the Project iding the plans contract, anij for the construction )w Creek Park in said city at 7:00 a Base Bid action of provements limited to,1. as shown on and on the and No. and Manual and now on file in V Clerk in the Sty, Iowa, and ad by any astedpersons may aid meeting of the City the purpose of making to and comments said Project Manual or of making said isg We by order of the of the ra City, Iowa and as aw. ehlina, City Clerk Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 19-55 Resolution approving project manual and estimate of cost for the construction of the Willow Creek Park Improvements 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 account # R4322 — Willow Creek / Kiwanis Park Improvements 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 Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timety 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 2:00 p.m. on the 19' day of March, 2019. 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 7:00 p.m. on the 2"" day of April, 2019, or at a special meeting called for that purpose. Passed and approved this 19th day of February 2019. Ma or Attest: e C G 2 f S City Clerk M d by ?. L a -N -) 6? City Attorney's Office T Resolution No. 19-55 Page 2 It was moved by Salih and seconded by adopted, and upon roll call there were: Ayes: Nays: Thomas the Resolution be Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton IJSA,fl IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Willow Creek Park Improvements Classified ID: 115104 A printed copy of which is attached and made part of this certificate, provided on 02/20/2019 to be posted on the Iowa League of Cities' internet site on the following date: February 20, 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 2/20/2019 OJ, W,WLY----V Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS WILLOW CREEK PARK IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 191 day of March 2019. 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 7:00 P.M. on the 2nd day of April, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Base Bid: Construction of Willow Creek Park Improvements shall include, but not limited to, demolition of existing buildings, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, sanitary sewer, water service, electric service, restroom building, open shelter, playground installation, trails, plantings and associated work. Add Alternate No. 1: The additional work and cost for providing split face block along the base of the restroom and open shelter structure as shown on the plans. Add Alternate No. 2: The additional work and cost associated for installing the play equipment as shown on the plans. Add Alternate No. 3: The additional work and cost for providing site amenities of grills, benches, bike parking, bike repair station, dog liter receptacle, trash/recycling receptacles, and associated work as shown on the plans. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as Willow Creek Park Improvements 0100 —Pagel of 3 the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. Willow Creek Park Improvements 0100 — Page 2 of 3 The following limitations shall apply to this Project: Specified Start Date: April 15, 2019 Substantial Completion: September 30, 2019 Final Completion: October 18, 2019 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-354- 8973, Toll -Free: 800-779-0093, by bona fide bidders. A $50,00 fee plus $20.00 for shipping and handling is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City, Iowa, by bona fide bidders. The $50.00 deposit will be refunded to plan holders who return the bidding documents in good condition within 14 days after receipt of bids. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Willow Creek Park Improvements 0100 — Page 3 of 3 Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, February 21, 2019 1:34 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 2.21.18 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City Gilbert Street Intersection Improvements Iowa City Willow Creek Park Improvements A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): February 21, 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. February 21. 2019 Date President/CEO of The Construction Update Plan Room Network Cindy Adams— Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — Des Miones, Iowa 50309 (D) 515.657.4388 (0) 515-288-7339 (e) mbiplanroom-dsm@mbionline.com www.mbionline.com Proiect Information construction CLT update Ito, i `w,+ hn4d •. h•;f atvl pnlrtn.nNa•f'.envv[ • rnn Un. Zion Uid'L!11'<:'L'n[LaI RECEIVED FEB $ 0 2019 0100 NOTICE TO BIDDERS WILLOW CREEK PARK IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 P.M. on the 191" day of March 2019. 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 7:00 P.M. on the 2nd day of April, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Base Bid: Construction of Willow Creek Park Improvements shall include, but not limited to, demolition of existing buildings, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, sanitary sewer, water service, electric service, restroom building, open shelter, playground installation, trails, plantings and associated work. Add Alternate No. 1: The additional work and cost for providing split face block along the base of the restroom and open shelter structure as shown on the plans. Add Alternate No. 2: The additional work and cost associated for installing the play equipment as shown on the plans. Add Alternate No. 3: The additional work and cost for providing site amenities of grills, benches, bike parking, bike repair station, dog liter receptacle, trash/recycling receptacles, and associated work as shown on the plans. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as Willow Creek Park Improvements 0100 — Page 1 of 3 the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. Willow Creek Park Improvements 0100 — Page 2 of 3 11 Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 Resolution No. 19-97 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Willow Creek Park Improvements Project Whereas, All American Concrete Inc. of West Liberty, Iowa, has submitted the lowest responsible bid of $784,630.00 for construction of the above-named project; and Whereas, funds for this project are available in the Willow Creek/Kiwanis Park Improvements account # R4322; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above-named project is hereby awarded to All American Concrete, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 2nd day of April 2019 L Ma r pl roved b Attest : Ci Jerk City Attorney's Office It was moved by Teague and seconded by adopted, and upon roll call there were: Ayes: IN Nays: Thomas the Resolution be Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND WILLOW CREEK PARK IMPROVEMENTS CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, All American Concrete Inc. , as Principal (hereinafter the "Contractor" or "Principal") and IMT Insurance Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Seven Hundred Eighty-four Thousand Six Hundred Thirty & no/100ths---------------------------- dollars ($ 784, 630.00 ), 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 -30+~ day of Q I "2-014 (hereinafter the "Contract") wherein said Contractor undertaces and agrees to construct the following described improvements: Base Bid: Construction of Willow Creek Park Improvements shall include, but not limited to, demolition of existing buildings, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, sanitary sewer, water service, electric service, restroom building, open shelter, playground installation, trails, plantings and associated work. Add Alternate No. 1: The additional work and cost for providing split face block along the base of the restroom and open shelter structure as shown on the plans. Add Alternate No. 2: The additional work and cost associated for installing the play equipment as shown on the plans. Add Alternate No. 3: The additional work and cost for providing site amenities of grills, benches, bike parking, bike repair station, dog liter receptacle, trash/recycling receptacles, and associated work as shown on the plans. and 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. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in force but the penal sum for maintenance shall be reduced to the sum of $784,630.00 ------------------- ---- --------------- DOLLARS ($ 784.630.00------------ ), which is the cost associated with those items in the Contract that require a maintenance bond period in excess of one year. It is expressly understood and agreed by the Contractor and Surety in this bond that the following Willow Creek Park Improvements 0510 - Page 1 of 4 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 claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of Five year(s) ( 5) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to Willow Creek Park Improvements 0510 — Page 2 of 4 less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's 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. 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. Willow Creek Park Improvements 0510 — Page 3 of 4 PRINCIPAL: SURETY: All American Concrete Inc. IMT Insurance Company Co ractor . Surety Company By4j(� O� By _ Aol mt4' i�?filt Signature Signs r Attorney -in -Fact Officer 16t / YISrk4,� Title FORM APPROVED BY: aJwy"� 4 City Attorney's Office �h ri NOTE: ncy D. Baltutat Printed Name of Attorney -in -Fact Officer LMC Insurance & Risk Manaaement Company Name 4200 University Avenue #200 Company Address West Des Moines IA 50266 City, State, Zip Code 515-244-0166 Company Telephone Number 7. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Willow Creek Park Improvements 0510 — Page 4 of 4 +7 � , x � . .4 ir Al � �: � � _ i n �3,..- 'ti^;.,,� M.� ,�t..�� �- rte' '• -�ye � • , � y ;�, a." y ir�: �d O�a3 Z .:. i.F' y - y` o- a £,• f � 7'-q+i Iz iz !'-�a� "fin t: � '� i .yf � _ 3 �_''3 tr ir.; 1• � sr .. yeas - Y - - •y. yt��ly �Nrm 6. �34F .f -zi 8 Y n - yyyy{� -. • J u '3 .trSL � >'�� t�.� ,fr�'7" " 4�."'�! �.� �-. - s-: i�".u� t1 '+' _:3 y,'1; 36 -_•�{' 3 �' - " a ... .y: i� •/ aA'' .,. k _ 41 _ '� ♦ � �, � � f aa.�e'`• *� u � Y tt``,� � 3 spy' �t i r4 - � . 4�>� .. s'q! .. 1v--. � ,4_,rS ms's. � .�, a F..,>�n .., a v �' n7 � .�:� ..� £ 4. �::.. ...sae .�a8'l�u �d -A.i _ .. . • .. _ IMT INSURANCE POWER OF ATTORNEY Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of West Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Jeffrey R. Baker, Nancy D. Baltutat, Patrick K. Duff, Mark E. Keairnes, Greg T. LaMair, Joseph I. Schmit, Christopher R. Seiberling, and All Shaffer of West Des Moines and State of Iowa its true and lawful Attomey-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, under- takings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: *****Unlimited Amounts***** and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of IMT Insurance Company, and all such acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of IMT Insurance Company on December 18, 1998. ARTICLE VIII, SECTION 4. - The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and to authorize them to execute on behalf of the Company, and attach thereto the Corporate Seal, bonds, undertakings, recognizances, con- tracts of indemnity or other obligatory writings, excluding insurance policies and endorsements. ARTICLE VIII, SECTION 5. - The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power of Attorney authorizing the execution and delivery of any of the instruments described in Article VIII, Section 4 of the By -Laws. Such facsimile signature and seal shall have the same force and effect as though manually affixed. In Witness Whereof, IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 15th day of Anril 2019 •,+•*'"�­1", , IMT Insurance Company ` `�` •^ •1 111%'V/W� Il/'^P � ��� Dalene Holland, Secretary Sean Kennedy, President STATE OF IOWA ss: COUNTY OF POLK On this 15th day of April , 2019 , before me appeared Sean Kennedy,N me personally known, who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by, authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of West Des Moines, Iowa, the day and year first above written. oasETroH C &^ 76e 929 encu �14p0" Notary Public, Polk County, Iowa CERTIFICATE 1, Dalene Holland, Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY, executed by said the IMT Insurance Company, which is still in force and effect. In Witness Whereof, I have hereunto set my hand and affixed the Seal of the Company on day of SY 06 06 (01/19)��� . ` `�` •^ •1 111%'V/W� Il/'^P � ��� Dalene Holland, Secretary SY 06 06 (01/19)��� gap CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org ENGINEER'S REPORT August 20, 2020 Re: Willow Creek Park Improvements Project Dear City Clerk: I hereby certify that the Willow Creek Park Improvements Project has been completed by All American Concrete, Inc. of West Liberty, Iowa, in substantial accordance with the plans and specifications prepared by Snyder & Associates, Inc., of Iowa City, Iowa. The project was bid as a unit price contract and the final contract price is $788,778.60. There was a total of three (3) change or extra work orders for the project as follows: 1. Additional seeding and erosion control $2,836.00 2. Electrical and lighting upgrades $2,872.10 3. Water service improvements $2,040.50 TOTAL $7,748.60 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, l N cn Jason Havel- i City Engineer =a z-: r; cn Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 20-208 Resolution accepting the work for the Willow Creek Park Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the Willow Creek Park Improvements Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa dated April 30, 2019 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 Willow Creek/Kiwanis Park Improvements account # R3422; and Whereas, the final contract price is $788,778.60. 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 1st day of September 2020 TJAA� �A- May r Attest: City Jerk It was moved by Salih adopted, and upon roll call there were: Ayes: x ikr ved b l City Attorney's Office (Sara Greenwood Hektoen - 08/27/2020) and seconded by trims Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be �,F