Loading...
HomeMy WebLinkAboutRIVERFRONT CROSSING PARK PHASE 4 PROJECT 2019RIVERFRONT CROSSINGS PARK, PHASE 4 PROJECT 2019 4 -Jun -2019 Plans, Specs, proposal, contract, opinion of cost 4 -Jun -2019 Res 19-144, Setting a public hearing 11 -Jun -2019 Notice of public hearing 18 -Jun -2019 Res 19-164, approving, plans, specs, form of agreement and estimate of cost. 19 -Jun -2019 Notice to bidders 16 -Jul -2019 Res 19-181, awarding contract (All American Concrete, Inc.) 29 -Jul -2019 Contract 28 -May -2021 Performance and payment bond, Engineers report 01 -Jun -2021 Res 21-147, accepting the work 0ViY1---.��Gv I U - CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT IOWA CITY, IOWA JUNE 3, 2019 .o �-� r -in m r m s > o rn 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. FESSION D, CQ- Date: (�/r FC CLYDE .HAL CLYDE J. HALE m License No. 13075 13075 a My renewal date is December 31, 2019 ` 0 /0 W A , Pages or sheets covered by this seal: �n CD E000, E100 z Cm a m .L;l CD T Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0005 — Page 1 of 1 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that 1 am a duly licensed Landscape Architect under the laws of pNµn Wk, th Stat f OF 0 y "_`T— ••�',•PATRICK R��,y ATRI KR.ALVO r- ALVORD UW gSCAPE : w 'p License No. # 577 C rn ; ARCHITECT t- sy u : NO.577 �: BirQ My renewal date is JUNE 3&, 2020 F� �•• Phi' ••••• p '9NDSCApE Pages or sheets covered by this seal: hl�Bp�1N/N�� A100, 8100.8300, H100, H400-14405, K100, L100, L400, E101, E102 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. FESSION D, CQ- Date: (�/r FC CLYDE .HAL CLYDE J. HALE m License No. 13075 13075 a My renewal date is December 31, 2019 ` 0 /0 W A , Pages or sheets covered by this seal: �n CD E000, E100 z Cm a m .L;l CD T Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS APPENDICES Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0010 —Page 1 of 1 0 O :o L "� �C-) rn �r O a i p C=) m Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0010 —Page 1 of 1 0100 NOTICE TO BIDDERS RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9th day of July 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 161h day of July, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: site work and installation of Kenneth Snelson sculpture "Four Modular Piece" at Riverfront Crossings Park, 1001 South Clinton Street, Iowa City, Iowa 52240. Work includes installing new concrete pavement, subbase and drain tile; concrete sculpture columns, exterior sculpture lighting; and landscaping. All work is to be done in strict compliance with the Project Manual prepared by Confluence, of Cedar Rapids, 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 cr tract and maintenance of said Project, if required, pursuant to the provisions of this nl8ce ane ther cr contract documents. The City shall retain the bid security furnished by the su,3ful`�ddern it the approved contract has been executed, the required Performance, Payment"aji Mainten#Ree Bond (as shown in Section 0510) has been filed by the bidder guaranteeing tgpprfdiman f the contract, and the contract and security have been approved by the City hexcity I promptly return the checks or bidder's bonds of unsuccessful bidders to the b' 4s 2Esoodcii the successful bidder is determined or within thirty days, whichever is sooner. *;X c y O ON 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: July 22, 2019 Final Completion: November 15, 2019 Liquidated Damages: $250 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. A $50.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0100 — Page 2 of 2 N 0 C-) >� ` ,1 rn E5= = o D C an Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Riverfront Crossings Park - Phase 4 Sculpture Relocation in said city at 7:00 p.m. on the 18"' day of June, 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 installing the Kenneth Snelson sculpture "Four Modular Piece" and associated site work including new concrete pavement, subbase and draintile; concrete sculpture columns, exterior sculpture lighting; and landscaping and is located at Riverfront Crossings Park_ 1001 South Clinton Street, Iowa City, Iowa 52240. o Dn_ Said Project Manual and estimated cost are now on fil"-< in the office of the City Clerk in the City Hall in Iowa City;74p Iowa, and may be inspected by any interested persons. =gym o� Any interested persons may appear at said meeting o the City Council for the purpose of making objections to an? 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 Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0110 —Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS Riverfront Crossings Park - Phase 4 Sculpture Relocation PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: 1:30 PM, Thursday, June 27, 2019 City Hall Helling Conference Room 410 E. Washington Street, Iowa City, IA 52240 2. Bid Submittals: a. Time, Date and Location: 3:00PM, Tuesday, July 9, 2019 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chanter 156 (73A), found at the following website: hNne•/AAAA, ioniQ inwn nnv/dnrc/iar/rhanter/08-15-2018.875.156.per2 for assistance in completing the form. o )> Z 4. Bid Security: n -<— a. Use the Bid Bond Form included in Section 0410. mac - b. Submit in accordance with 0200.2.b above. -<m a C. Bid security is 10% of the total bid, including all added alterF§ (d�not ©uct the amount of deducted alternates). � d. See Section 1020, as may be supplemented, for a complete Ascripf?h of the bid security requirements. 5. Progress and Schedule: a. Contract Times: Specified Start Date: July 22, 2019 Final Completion: November 15, 2019 Liquidated Damages: $250 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0200 — Page 1 of 2 C. Community Events: i. none noted 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of Five (5) years 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. Taxes: Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the 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 project�cluding at least one municipal reference. Award of the bid or use of specum subcontractors may be denied if sufficient favorable references are not verifiedi 5aaA ! on pas# experience on projects with the City of Iowa City. -- b. References shall be addressed to the City Engineer and include tb4(f�pme; adder and phone number of the contact person, for City verification. ;<m a rn � Q g� o D o M Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0200 - Page 2 of 2 0400 PROPOSAL RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" whic§may �=—requir� to complete the work contemplated, at unit prices or lump sums to be agreed uQc y wSitingto starting such work. :::i C-) C- -< a M The undersigned bidder certifies that this proposal is made in gong@th,3nd v(!3put collusion or connection with any other person or persons bidding on the worNE' 0 m 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0400 — Page 1 of 4 Bid Z accordance3iiy tW SpeUiall �r m a m Item Name Qty Unit Unit Cost Item Total Remarks 1 Mobilization 1 LS Includes footing excavation and fill for 2 Earthwork 1 LS bermin 3 PCC Curb Removal 70 LF Includes cut and removal 4 PCC Paving 1008 1 SY I Includes pedestrian ramps PCC Paving - Colored + Includes to be tan color and flagstone 5 Stam ed 135 SY stamped finish Modified Subbase for Includes to be tan color and flagstone 6 PCC Pavement 1195 SY stamped finish 64 LF, height varies 2'-4'tall x 1' wide, 7 PCC Sin Wall 21 CY includes footing & ca Sign Wall Letters and Includes 22 qty. Halo -lit letters, conduit 8 Lighting 1 LS and raceways 9 PCC Footings for Reinforced spread footing 5'x 5'x 1' Sculpture 11 CY depth 10 Reinforced column, 2' Dia. tapered to Concrete Columns 22 CY 1.5' dia., smooth finish Avg. depth 4", 2 1/2" dia, Washed River 11 River Rock Mulch 3 TON Rock + Geo -Fabric 4" dia. perforated tile. and associated 12 Drain Tile 480 LF geo-fabric. 13 Drainage Rock 48 TON Avg, depth: 1'-80, 3/4' dia. washed 14 Aluminum Edging 4 LF Sculpture Accent Includes 12 light fixtures, wiring, and 15 Liahtina 1 LS installation 16 Ornamental Grasses 4250 EA 2 gallon containers 17Native Seed Mix 10230 SF Dry Forb Enhancement Mix 18 Sod 12050 SF includes waterin throw h establishment 0 Total The Bidder may submit computer-generated unit price table in Provisions. n D� Z accordance3iiy tW SpeUiall �r m a m D o M Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0400 — Page 2 of 4 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: Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0400 — Page 3 of 4 NOTE: All subcontractors are subject to approval by City of Iowa City. �� z �m = M � 0 D o M Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0400 — Page 3 of 4 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 N O Printed Name c nC r Title r p o� _ o D p rn 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0400 — Page 4 of 4 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. Bidder Status Form To be completed by all bidders PartA Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the neat page). ❑ 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 receiting mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question abo%e, your company qualifies as a resident bidder. Please complete Parts B and D of this tone. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: o .v Dates: // to / _/ — Address: City, State, Zip: n r Dates: // to / _/ _ Address: City, State, Zip: :<r—n Dates: _/_/ to ) / Address:CD You may attach additional sheet(s) if needed. City, State, Zip: D CD 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 stale or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to protide accurate and truthful information may be a reason to reject my bid. Finn Name Sionatum Date Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ 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. o .o ❑ Yes ❑ No My business is a limited liability partnership which has filek"ta�amenibj qualification in a state other than Iowa, has filed a statement of foreign qualificatian=xi I(Wa ands statement of cancellation has not been filed. C-) < F � r ❑ Yes ❑ No My business is a limited partnership or limited liability limited prs9p wh"ehrt has filed a certificate of limited partnership in this state, and has not filed�-;5tatiPient o termination. o Qm ❑ 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0405 — Page 2 of 2 0410 BID BOND FORM RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT CITY OF IOWA CITY , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Riverfront Crossings Park - Phase 4 Sculpture Relocation Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the forth 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 a o nt of the obligation stated herein. :n o By virtue of statutory authority, the full amount of this bid security shall be forttt*Owne" the event that the Principal fails to execute the contract and provide the security, as prrin the Pro+eet Manual or as required by law.F �r The Surety, for value received, hereby stipulates and agrees that the obligations'ofPid S&ety its security shall in noway be impaired or affected by any extension of the time within whi2Ke Owner may accept such Bid or may execute such contract documents, and said Surety does herelplwaivqcDotice of any such time extension. m The Principal and the Surety hereto execute this bid security this , A.D., 20_ Witness Witness By: Principal day of (Seal) (Title) (Seal) Surety By: (Attorney-in-fact) Attach Power-of-Attomey, if applicable Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0410 — Page 1 of 1 0500 CONTRACT RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of , 20_, for the Riverfront Crossings Park - Phase 4 Sculpture Relocation ("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 N O 1. The Contractor hereby agrees to perform the Project for thec-5ums 48ted in -its Proposal including the total extended amount of $ �n c 1 which sums are incorporated herein by this reference. � � r- c� F 2. This Contract consists of the Contract Documents, as defined in Ae-Seojjon 1 S1V, 1.03, and the following additional component parts which are incur ralb hei'€oi by reference: ::�-: :�r o `v o rn 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 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 Signature of City Official Printed Name of City Official ATTEST: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office 20 Contractor By: Signature of Contractor Officer Printed Name of Contractor Officer N O Title of Con% pr Z icer -- c _ D—s � ATTf=P:R -<n m <m B oW — (Compan fficiag Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such contract with the Jurisdiction, bearing date the , (hereinafter the "Contract") wherein construct the following described improvements: that whereas said Contractor entered into a day of said Contractor undertakes and agrees to .o Site work and installation of Kenneth Snelson sculpture "Four Modular %ee" i-Riverltdnt Crossings Park, 1001 South Clinton Street, Iowa City, Iowa 52240. Work incMdes in-dFallin w concrete pavement, subbase and draintile; concrete sculpture columns, exteriCR!r6Ip*e lig ting; and landscaping -<r- ,,. rn r��-9y and to faithfully perform all the terms and requirements of said Contract with��e timJ e then specified, in a good and workmanlike manner, and in accordance with the CAr act D@fluments. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 -Page 1 of 4 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 (5) 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 bend, 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 released as to such excess increase; and E5 C. To consent without notice that this Bond shall remain in full fan&%ffecttr til the Contract is completed, whether completed within the speci Oontiact qW, within an extension thereof, or within a period of time after the gq8act9:period has elapsed and the liquidated damage penalty is being chaKp WainsMe Contractor. o;0 a D. That no provision of this Bond or of any other contract shall be:*Ad t at limns to less that five years after the acceptance of the work under the C$ntract3e 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 Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 — Page 2 of 4 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 — Page 3 of 4 N O_ E C-)-< i r r xp m v o Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 — Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer By By Signature of Contractor Officer Title of Contractor Officer NOTE: SURETY: Surety Company Name Signature of Attorney -in -Fact Officer Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 — Page 4 of 4 N O_ E5 �O .7 C-)�r �� <r m � M �x z o Q o J Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to 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: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. N O 5. Contracting departments are responsible for answering questioF8 aboa contractor, consultant and vendor compliance during the course of the contract W#bth�£ity. ` 6. All contractors, vendors, and consultants must refrain from the 86,�of Ainy sifjns or designations which are sexist in nature, such as those which star�penxWorksng" or "Flagman Ahead," and instead use gender neutral signs. M -- o o 7. All contractors, vendors, and consultants must assure that their subcentracWs abide by the City's Human Rights Ordinance. The City's protected classes are listed-dt Iowa City City Code section 2-3-1. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their 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 at seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. N 3. Provide a copy of your written Equal Employment Opportunity polic&tatement. Where is this statement posted? C.) -eJrr �n rT1 y O 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 Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Print Name Title Date Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0520 — Page 3 of 6 N O E5 bC --<< m til rn C:) p O J Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer.$is can be done by identifying yourself on all recruitment advertising asapeq�qualtport[Ifi"i employer". Sc, y (b) Use recruitment sources that are likely to yield diverse'P50icant pods Word-of-mouth recruitment will only perpetuate the current co "i idFi of ym workforce. Send recruitment sources a letter annually whicffi y4�r� commitment to equal employment opportunity and requests th(S sis nce'M� helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures W Iden% 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 Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 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: http://www.sterlinqcodifiers.com/codebook/index.php?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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0520 — Page 5 of b N n-71 C-) <nx- _ M M o� � .. 0 J Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0520 — Page 5 of b 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, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. .n C) G ,,n k Z F n� � O Y _t Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in 1y judicial or administrative proceeding of committing a repeated or willful violation g6the IL*a Wane Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor$flndgs ActTJ any comparable state statute or local ordinance, which governs the payment of�y es, �vithirtQ five (5) year period prior to the award or at any time after the award, such violati alWonsti uta a default under the contract. ;<m a i� OZ7 S IV. Waivers. If a person or entity is ineligible to contract with the City as a rejtofiL Wage Theft Policy it may submit a request in writing indicating that one or morl?of thecl§llowing 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 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 warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0530 — Page 2 of 3 0 D.� c -n C-)-< �n x r �._. �rn = Rl n c J Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0530 — Page 2 of 3 STATE OF WAGE THEFT AFFIDAVIT COUNTY SS: upon being duly sworn, state as follows: 1. 1 am the [position] of ['contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. N O_ E5 �O Signatur _ � z j rR This instrument was acknowledged before :{fie = E5= o on 20_ v -- Notary Public in and for the State of Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: hftps://iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: hfti)s://iowasudas.org/archived-specifications/. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 N O r m Jr s m :1 o D O Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: hftos://iowasudas.org/suoolemental-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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 N O ..O �r � r J Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 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: https://www.iowa- city ora/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 N O �rn a 2 rn D O co Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.B, for details on preparing a computer-generated unit price attachment. {INSERT OTHER SPECIAL PROVISIONS IF NEEDED} Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 N O 0 q ♦O C. �''�''9 � 1 C.) r =gym = m Z5;0 o v o co Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 PLANS P o c! e m O � O yY 0 ro Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 APPENDICES {INSERT APPENDICES, IF NEEDED} Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 N O eO D --) Z rn a S m D O Riverfront Crossings Park - Phase 4 Sculpture Relocation Project Page 1 of 1 IPE 'F 'O■ IT C OZaI■ I r� : w� ; 4 C E R T I F I C A T I O N um my an. m.Pm- uy ma ,r Mmioml sumxtbn ane Ma, am a duty Icenseel 40 Pc. 0-o,... 0 IMe SbR at laws 4 wInLRR'., •L ?_: uvDRO y a: Uw I w R l A0.CHRECT HRECT : s C s:- osn iw My mrmranmsn $y10 ••., � ' P M My lten5a renewal tlala is Jum 30 2018. .1w0°11.1sed, •+' Bnestsmysmtl Ey NY seal H10D,H4MW5.K1W,l-lDDL4W. Elo1,E103 CITY OF IOWA CITY IOWA CITY, IOWA 2019 LOCATION MAP STATE OF IOWA lar iONT CROSSING PARK PHASE rto -- ' PHASE 4 PROJECT EXTENTS \ - •' RIR -K Nfl O D - A -VE • ♦ JOHNSON COUNTY se s COUNTY E 1 F P m seW �IOWAM es IL ONE MALL 1.800-292-8989 www.iowaonecoll.com , v _ z1ctM Recreation r CITY OF IOWA CITY 1001 SOUTH CLINTON STREET 52240 conFLUEncE LANDSCAPE ARCHITECT CONFLUENCE 9002M STREET SE, SURE 104 CEDAR RAPIDS. M 53401 PH: 319A 1J 01 CIVIL ENGINEER HR GREEN INC 0710 EARHART IANE SW CEDAR RAPIDS, M 52404 PH: 319AM1 CONTACT:IAURENO-NEE ELECTRICAL ENGINEER HR GREEN INC. 8710 EARRART UNE SW CEDAR "PDS, "52404 PH: 319MIAM CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC. 004L000STSTREET, SURE202 DES MOLES, 1A50300 PH: 5152T9.3900 CONTACT: BRAD STORK I nmstq cenry Vm1 a yonbn of Nb mwmam waa proPmed by me A100 wuneermyeFact PmsomAisu n bnanemaLlamaeuy ,q Ilan sa a a Uehe ws of the leu NYN < d c/)w = Cn d v7 VIM �TE CLYDE J. CLYDE E HALE 0 t 1]m5 Llan Number, 13075 U MY �nae,n,aw-al Qate c DecerMer 31, 2019, a10W � Sl,eeb covere05y NY wl: E000. E100 CITY OF IOWA CITY IOWA CITY, IOWA 2019 LOCATION MAP STATE OF IOWA lar iONT CROSSING PARK PHASE rto -- ' PHASE 4 PROJECT EXTENTS \ - •' RIR -K Nfl O D - A -VE • ♦ JOHNSON COUNTY se s COUNTY E 1 F P m seW �IOWAM es IL ONE MALL 1.800-292-8989 www.iowaonecoll.com , v _ z1ctM Recreation r CITY OF IOWA CITY 1001 SOUTH CLINTON STREET 52240 conFLUEncE LANDSCAPE ARCHITECT CONFLUENCE 9002M STREET SE, SURE 104 CEDAR RAPIDS. M 53401 PH: 319A 1J 01 CIVIL ENGINEER HR GREEN INC 0710 EARHART IANE SW CEDAR RAPIDS, M 52404 PH: 319AM1 CONTACT:IAURENO-NEE ELECTRICAL ENGINEER HR GREEN INC. 8710 EARRART UNE SW CEDAR "PDS, "52404 PH: 319MIAM CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC. 004L000STSTREET, SURE202 DES MOLES, 1A50300 PH: 5152T9.3900 CONTACT: BRAD STORK COVER SHEET CONFLUENCE PROJECT ND: 151063 A100 Z ° LL of LJ > NYN < d c/)w = Cn d v7 - a 0 LL 0 . N U 0 t C= U Z SUB DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION COVER SHEET CONFLUENCE PROJECT ND: 151063 A100 conFLUEncE LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET SE. Sun 01 CEDAR RAPUS. N 5201 PH319095101 CIVIL ENGINEER HR GREEN INC 8110 EARHARTLANE SW CEOAR RAPIDS. N R`RM PH: 319,&Il O C AGT:LAURENOTEL ELECTRICAL ENGINEER HR GREEN INC. 8710 EARHART LME SW CEDARRAPOS, M 52101 PH: 319511A CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC 801 LOCUST STREET. SURE= DES MONES, 1A50308 PH: 515m 39 0 0 CONTACT: BRAD STORK ISSUED FOR BID SET NOT FOR CONSTRUCTION um I ml 3HEET INDEX, LEGENDS & SYMBOLS CONFLUENCE PROJECT NO 15106 3 A200 Y ~ Q Zn O� v v a L O N o Z= LL LLI `a� c>Ix U I � a 0 o rn SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION um I ml 3HEET INDEX, LEGENDS & SYMBOLS CONFLUENCE PROJECT NO 15106 3 A200 o l EXISTING CONDITIONS a_ %� 19[I'Mnv SSW \ sr � a- �9a. CD I \A \ I sal D � e / SCALE:1 30' 60' conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 109 CEDAR RAPIDS, IA 52401 PH: 319409.5901 CIVIL ENGINEER HR GREEN INC. 8710 EARHART LkNE SW CEDAR RAPIDS. IA 52409 PH: 319841.9000 CONTACT IAUREN ONEIL ELECTRICAL ENGINEER HR GREEN INC. 8710 EARHART W ESW CEDAR RAPIDS, IA 52901 PH: 319.841.400 CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC. 6041 OCUST STREET, SUITE 202 DES MOINES, IA W309 PH: 515.2>9390 CONTACT BRAD STORK Y Z a U Lu LL U) 3 C= Q Z LL Lu CL >_{n �7 U 0�3 SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION EXISTING CONDITIONS CONFLUENCE PROJECT NO: 15106J A300 MARKED 'LIGHTING' wnawk stllA6ule T DOSE. 2 -FOIE CIRCUIT BPFAKEI6 GROUND HANDHOLE. RUSH HH9 t)501MN FI) HH10 iD(3IX24 DISHHll Q 1TX3IX24 is D9 DECORATNE UGHT C] POINT OF CONNECTION SECTION OPEN BOTTOM BOX RUSH WITH FINAL GRADE TYPICAL CONDUIT ENTRY. EXTEND INTO HANDHOLE, 6' MINIMUM 5/4' TOCK M EXTEND L Y.H11NG HANDHOLE NOTE 1. BOX k UD: CONTRACTLIR FURNISHED/CONTMCTOR INSTALLED 2. GRAVEL BARE ! MO'TEX FABRIC: CONTRACTOR FURNISHED/CONOUCIOR INSTALLED 1 HANDHOLE DETAIL SCA ' NONE 5/29/2019 3:49:19 PM J:\2017\10150111.01\CAD\Dwge\P1YSE 4\E000 GENERAL INFORIMI'10 vg TO TYPE WL1 TO ME SLI R TO TYPE SLI 6: ENTIN" SIGN SL2 UGHT SL2 LIGHT LETTERS. (VDRFY FIXTURES FIXTURES IAYDIR AND NUMBER OF LETTER CONNECTIONS) NOTES: (D 2-012+012 @O. 1' C. (M O 4) Q 2-012+012 GAO. I' C. (M O 6) ENTRY SIGNAGE k SCULPTURE 2 LIGHTING SCHEMATIC SONE NONE A DOT SPEC WOVEN FABRIC MATERIAL ELECTRICAL MATERIALS 1. TRNOUII: EXPOSED CONDUR AND ELBOWS: GALVANIZED RIGID STEEL (CRS) u. WITH THREADED FITTINGS. b. BURIED CIRCUIT CONDUITS: ER/UL LISTED, HOPE CONTINUOUS CONDUIT. BLACK WITH RED STRIPE SCHEDULE 40 IN GRASS AREAS AND SCHEDULE 60 UNDER PI AND DRIVEWAYS. 2. WR k I UL LISTED, STRANDED COPPER. XHHW AND XHHW-2 INSULATION, INTEGRAL JACKET COLOR FOR ALL SAES (NO COLOR TAPES). 3. LIGHTING CONTROLLER EK511NG FROM PREVIOUS PHASE 3 PROJECT. 4. ilIMNAIRE AS USTED-NO SUBSTIMES. 5. HANDHOLE QNA n POLYMER -CONCRETE. MARKED 'LIGHTING', GREEN COLOR, TIER ? RATED WITH EXTRA HEANY DUTY COVERS. REFER TO DETAIL ON DRAWINGS AND HANDHOLE SCHEDULE 6. PSI 5/6' WIDE, 1500 LB RATED. POLYESTER MD. DISTANCE WALKED PULL TAPE. T. WARNING TAPE: 3 -INCH WIDE DETECTABLE POLYESTER ELECTRICAL WARNING TAPE (RED COLOR) WITH SUBSURFACE GRAPHICS. 1. CONTACTOR SHALL COORDINATE ROUTING AND IN TALIATION OF CONDUIT SYSTEM WITH EXISTING AND PROPOSED UTILITIES. STRUCTURES AND EQUIPMENT. CONTRACTOR SHAL BE RESPONSIBLE TO OBTAIN LOCATES ON ALL UNDERGROUND UDLIIIES AND VERIFY CLEARANCES BEFORE BORING, TRENCHING OR EXCAVATION. 2. CONTRACTOR SHA2L PROVIDE SUBMITTALS FOR THE FOLLOWING MATERWS/EQUIPMEM. a. LUMINAIRE. b. WIRE AND CABLE. C. CONNECTORS. 6. CONDUIT A. HANDHOLLS. I. PULL TME AND WARNING TME LIGHTING. & POWER CIRCUITS 1. INSTALL UGHDNG CIRCUIT CONDUITS 36 -INCHES BELOW FINISHED CRAOE AND PROVIDE 3 -INCH WIDE DETECTABLE PLASTIC 'ELECTRIC WARNING TAPE ABOVE ALL CONDUIT AT 1'-6' BELOW RNISHED GRADE. 2. WIRING INSTALLED IN CONDUIT SHALL BE SINGLE -CONDUCTOR COPPER STRANDED TYPE XHHW- OR XHHW-2: FOR PHASE, NEUTRAL AND GROUND CONDUCTORS. INTEGRAL. JACKET COLOR (NO COLOR TAPES). 3. UNLESS OTHERWISE INDICATED, CONDUIT SHALL BE CONTINUOUS LENGTH 2 -INCH SCHEDULE 40 HOPE UL/ER LISTED, SMOOTH WALL INSIDE/OUTSIDE. BLACK WITH RED STRIPE. USE SCHEDULE SO HOPE CONDUIT UNDER PAWING AND/OR ORNEWpS. 4. COORDINATE CONDUIT ROUTING WITH WlUSCAPE PLANTINGS. DO NOT LOCATE UNDER TREES 5. ALL LIGHTING UNITS. HANDHOLLS AND LIGHTING CONTROLLERS SHALL BE CONNECTED TO THE GROUNDING STEM. PLACE GROUND RODS AND EACH LIGHTING POLE AND LIGHTING CONTROLLER; REFER TO DRAWING DEVI B. ALL LIGHTING LOADS SHALL BE CONNECTED 206 -VAC "UNE -III -UNE'. J. TOUCH-UP ALL PARTED SURFACES WITH FACTORY SUPPUED TOUCH-UP PAM. B. HANDHOLES SHAJL BE AS INDICTED: REFER TO DRAWING DETAIL KEY NOTES:O 17 HANDHOLF 9A YHH91l NEW HANDHOLE FOR CIRCUIT CONNECTIONS TO TYPE WI -1 FRONT ENTRY INIERNIJ.LY ILLUMINATED SIGN LETTERS. 15 HANDHOL bin 1HH101 NEW HANDHOLE FOR CIRCUIT CONNECTIONS TO TYPE SO AND SU SCULPTURE LIGHT FIXTURES MOUNTED ON NEW CONCRETE COLUMNS 19 HANOHOL[ /11 (NH11) NEW HANDHOLE FOR CIRCUIT CONNECTIONS TO TYPE SLI AND SU SCULPTURE UGHT FIXTURES MOUNTED ON NEW CONCRETE COLUMNS. 20 �HOIE CONOLICTOR CONNECTIONSCONOLICNTR CONNECTIONS: PRONDE AND INSTALL BURNDY DIRECT BURIED/SUBMERSIBLE UNRRA SINGIE-SIDED CONNECTORS FOR PHASE, NEURAL AND GROUND CONDUCTORS (WIRE ROUGE /12 - 350KCMIL), APPLY WITH RECENTLY CALIBRATED TORQUE WRENCH TO VALUES AS RECOMMENDED BY THE MANUFACTURER. SIX (6) UNRRA CONNECTORS PER KARDHOLE (2 -PER PHASE, NEUTRAL h GROUND) WITH /e AWG CONDUCTORS BETWEEN CONNECTOR PAIRS. LEGEND ---- UNDERGROUND CONCUR DOSE. 2 -FOIE CIRCUIT BPFAKEI6 GROUND HANDHOLE. RUSH 8 LIGHTING CONTROLLER CABINET C1 ?P KEY NOTE PHOTO 01 UTIIRY POLE Q POLE UG OFF PANEL DECORATNE UGHT C] POINT OF CONNECTION SECTION ISRNC COMMON 2' CONDUIT W/NEW CONDUCTORS EXISTING LIGHTING CONTROL CABINET (2)-08+0B GND LCI (EACH) IXISf. PULL BOX ONLY, 6'-0' H SERVK:E LOOPS. (NO SPLICES) N2ER R(m TO SHEET E102 CONDUIT LAYOIR, O 5) 5/29/2019 3:49:19 PM J:\2017\10150111.01\CAD\Dwge\P1YSE 4\E000 GENERAL INFORIMI'10 vg TO TYPE WL1 TO ME SLI R TO TYPE SLI 6: ENTIN" SIGN SL2 UGHT SL2 LIGHT LETTERS. (VDRFY FIXTURES FIXTURES IAYDIR AND NUMBER OF LETTER CONNECTIONS) NOTES: (D 2-012+012 @O. 1' C. (M O 4) Q 2-012+012 GAO. I' C. (M O 6) ENTRY SIGNAGE k SCULPTURE 2 LIGHTING SCHEMATIC SONE NONE A DOT SPEC WOVEN FABRIC MATERIAL ELECTRICAL MATERIALS 1. TRNOUII: EXPOSED CONDUR AND ELBOWS: GALVANIZED RIGID STEEL (CRS) u. WITH THREADED FITTINGS. b. BURIED CIRCUIT CONDUITS: ER/UL LISTED, HOPE CONTINUOUS CONDUIT. BLACK WITH RED STRIPE SCHEDULE 40 IN GRASS AREAS AND SCHEDULE 60 UNDER PI AND DRIVEWAYS. 2. WR k I UL LISTED, STRANDED COPPER. XHHW AND XHHW-2 INSULATION, INTEGRAL JACKET COLOR FOR ALL SAES (NO COLOR TAPES). 3. LIGHTING CONTROLLER EK511NG FROM PREVIOUS PHASE 3 PROJECT. 4. ilIMNAIRE AS USTED-NO SUBSTIMES. 5. HANDHOLE QNA n POLYMER -CONCRETE. MARKED 'LIGHTING', GREEN COLOR, TIER ? RATED WITH EXTRA HEANY DUTY COVERS. REFER TO DETAIL ON DRAWINGS AND HANDHOLE SCHEDULE 6. PSI 5/6' WIDE, 1500 LB RATED. POLYESTER MD. DISTANCE WALKED PULL TAPE. T. WARNING TAPE: 3 -INCH WIDE DETECTABLE POLYESTER ELECTRICAL WARNING TAPE (RED COLOR) WITH SUBSURFACE GRAPHICS. 1. CONTACTOR SHALL COORDINATE ROUTING AND IN TALIATION OF CONDUIT SYSTEM WITH EXISTING AND PROPOSED UTILITIES. STRUCTURES AND EQUIPMENT. CONTRACTOR SHAL BE RESPONSIBLE TO OBTAIN LOCATES ON ALL UNDERGROUND UDLIIIES AND VERIFY CLEARANCES BEFORE BORING, TRENCHING OR EXCAVATION. 2. CONTRACTOR SHA2L PROVIDE SUBMITTALS FOR THE FOLLOWING MATERWS/EQUIPMEM. a. LUMINAIRE. b. WIRE AND CABLE. C. CONNECTORS. 6. CONDUIT A. HANDHOLLS. I. PULL TME AND WARNING TME LIGHTING. & POWER CIRCUITS 1. INSTALL UGHDNG CIRCUIT CONDUITS 36 -INCHES BELOW FINISHED CRAOE AND PROVIDE 3 -INCH WIDE DETECTABLE PLASTIC 'ELECTRIC WARNING TAPE ABOVE ALL CONDUIT AT 1'-6' BELOW RNISHED GRADE. 2. WIRING INSTALLED IN CONDUIT SHALL BE SINGLE -CONDUCTOR COPPER STRANDED TYPE XHHW- OR XHHW-2: FOR PHASE, NEUTRAL AND GROUND CONDUCTORS. INTEGRAL. JACKET COLOR (NO COLOR TAPES). 3. UNLESS OTHERWISE INDICATED, CONDUIT SHALL BE CONTINUOUS LENGTH 2 -INCH SCHEDULE 40 HOPE UL/ER LISTED, SMOOTH WALL INSIDE/OUTSIDE. BLACK WITH RED STRIPE. USE SCHEDULE SO HOPE CONDUIT UNDER PAWING AND/OR ORNEWpS. 4. COORDINATE CONDUIT ROUTING WITH WlUSCAPE PLANTINGS. DO NOT LOCATE UNDER TREES 5. ALL LIGHTING UNITS. HANDHOLLS AND LIGHTING CONTROLLERS SHALL BE CONNECTED TO THE GROUNDING STEM. PLACE GROUND RODS AND EACH LIGHTING POLE AND LIGHTING CONTROLLER; REFER TO DRAWING DEVI B. ALL LIGHTING LOADS SHALL BE CONNECTED 206 -VAC "UNE -III -UNE'. J. TOUCH-UP ALL PARTED SURFACES WITH FACTORY SUPPUED TOUCH-UP PAM. B. HANDHOLES SHAJL BE AS INDICTED: REFER TO DRAWING DETAIL KEY NOTES:O 17 HANDHOLF 9A YHH91l NEW HANDHOLE FOR CIRCUIT CONNECTIONS TO TYPE WI -1 FRONT ENTRY INIERNIJ.LY ILLUMINATED SIGN LETTERS. 15 HANDHOL bin 1HH101 NEW HANDHOLE FOR CIRCUIT CONNECTIONS TO TYPE SO AND SU SCULPTURE LIGHT FIXTURES MOUNTED ON NEW CONCRETE COLUMNS 19 HANOHOL[ /11 (NH11) NEW HANDHOLE FOR CIRCUIT CONNECTIONS TO TYPE SLI AND SU SCULPTURE UGHT FIXTURES MOUNTED ON NEW CONCRETE COLUMNS. 20 �HOIE CONOLICTOR CONNECTIONSCONOLICNTR CONNECTIONS: PRONDE AND INSTALL BURNDY DIRECT BURIED/SUBMERSIBLE UNRRA SINGIE-SIDED CONNECTORS FOR PHASE, NEURAL AND GROUND CONDUCTORS (WIRE ROUGE /12 - 350KCMIL), APPLY WITH RECENTLY CALIBRATED TORQUE WRENCH TO VALUES AS RECOMMENDED BY THE MANUFACTURER. SIX (6) UNRRA CONNECTORS PER KARDHOLE (2 -PER PHASE, NEUTRAL h GROUND) WITH /e AWG CONDUCTORS BETWEEN CONNECTOR PAIRS. LEGEND ---- UNDERGROUND CONCUR ® GROUND HANDHOLE. RUSH 8 LIGHTING CONTROLLER CABINET O KEY NOTE Nt UTIIRY POLE FD POLE UG + DECORATNE UGHT Q5 POINT OF CONNECTION ABBREVIATIONS: GND GROUND CONDUCTOR GRS GALVANIZED RIGID STEEL HDPE HIGH DENSITY POLYERTYLENE LC LIGHTING CONTROLLER CD t D P R E L I M I N A R Y NOT FOR CONSTRUCT)ON conFLUEnc LANDSCAPE ARCHRECT CONFLUENCE DDO 2ND STREET SE, SUITE IN CEDAR RAPIDS , A52401 PH: 3194W,. l CIVIL ENGINEER HR GREEN INC 8710EARHARTLPNESW CEDAR RAPIDS. N 52404 PH: 319.&1.4000 CONTACT: LAUREN OTEL ELECTRICAL ENGINEER HR GREEN INC. 6710EARHARTIAfESW CEDAR RAPIDS, M 52404 PH: 319.841.4000 CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC III LOcusT STREET, SURE 202 DEB MOSES, M SNOB PH: 515.M3000 CONTACT: BRAD STORK Lr LL t.o L Ln.L L) X- Z Q LL LL c U m SUBMITTAL DATES ANNE ISSUED FOR BID SET NOT FOR CONSIRUCTNDN GENERAL INFORMATION CONFLUENCE PROJECT NO: 15106L3 E000 pit 4 1 \ 1\ \ wim kill t �I \ I 1 \ �\yi 11 lk !' ------------------------------------ \\ \ \\ \\ I 5/29/2019 2:3:02 PM J:\2017\,0150,11.01\CAD\D.96\PHASE ♦\EIM i L IAVOUT.d" urour 6 � 6 // ■122W Y41 �_� LV_■ conFLUEncE LANDSCAPE ARCHITECT CONFLUENCE M 2ND STREET SE, SUIE 101 CEOM R K)S, w 52101 PH: 310.0 .SW1 CIVIL ENGINEER HR GREEN INC ST,U EMHMT LAZE SN PH: RMpS, w52001 PH: J19Nt.0000 CONTACT: UUREN OTEI STRUCTURAL ENGINEER KPFF ENGINEERS, INC 600 LOCUST STREET. SURE 202 IES MONES, w 50305 PH: 515.m.3500 CONTACT. SRAD STORK ELECTRICAL ENGINEER E100 HR GREEN INC. 6110EMHARTU M CEDAR RMDS. "2C PH: 3MMI. 000 �> C01?ACT: JOHN HALE Z a. _ STRUCTURAL ENGINEER KPFF ENGINEERS, INC 600 LOCUST STREET. SURE 202 IES MONES, w 50305 PH: 515.m.3500 CONTACT. SRAD STORK MKrOtM MIN IMiCHUNE E102 P R E L I M I N A R Y NOT FOR CONSTRUCTION ENTRY SITE LAYOUT CONFLUENCE PROECT NO: 15106_3 E100 Y Z a. _ LLI U O C o = >a � �' r ofO I�j U _ rn O CO SUBMITTAL DATES MKrOtM MIN IMiCHUNE E102 P R E L I M I N A R Y NOT FOR CONSTRUCTION ENTRY SITE LAYOUT CONFLUENCE PROECT NO: 15106_3 E100 conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 8002ND STREET SE, SUITE IM CEDM RAPIDS.IASMH PH 319M S10I CIVIL ENGINEER HR GREEN INC 8710 EARHART W E SN CEDM RAPIDS, IA 5]401 PH, 318.841.4000 CONTACT: uUREN "8L ELECTRICAL ENGINEER HR GREEN INC. 8710 EARHART LANE SW CMM MRDS, IA 52MM PH: 319.841. CONTACT: JOHN NATE STRUCTURAL ENGINEER KPFF ENGINEERS, INC 601 LOCUST STREET. SUITE 202 DES MOINES, IA 50308 PH 616.]]8.5800 CONTACT: BRAD STORK SUBMITTAL DATES I:j LIGHTING LAYOUT PLAN CONFLUENCE PROJECT NO 15173 E101 1 conFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 90D 2ND STREET SE, SUTE IM DS CEDAR RAH, IA 53001 PR J19.19.511 CIVIL ENGINEER HR GREEN INC 8710 EMHART LANE SW CEDAR RAPIDS IA 5N PH 319&tA CONTACT: LAUREN OTIEIL ELECTRICAL ENGINEER HR GREEN INC. 8710EARHARTUINESW CEDAR RANDS IA 52 0 PH: 319.841.b 0011TACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC. 800 LOCUST STREET. SUTE M DES MOINES, M 50009 PR 5152M3900 CONTACT: BRM STORK Y H Z d a, (9 U v LL cr-g /A O 2 LL w -fA >� a ° t D U U 0 SUBMITTAL DATES LIGHTING LAYOUT PLAN CONFLUENCE PROJECT Na. 1518] E102 =FLUMCE IDSCAPE ARCHITECT )INFLUENCE IIID STREET M. SUTE 106 wR RAROS, uubst 31s.bas.saol 'IL ENGINEER IGREENINC I EARHARTLNIEM IM RAPIDS, IA 521W ITACTaAUREN O'NDL EC7RICAL ENGINEER t GREEN INC. 1 EMHART LINE S 'AR RARDS, IA 52101 319.ML4" ITACT JOHN HALE iUCTURAL ENGINEER 'FF ENGINEERS, INC LOCUST STREET, E iOR NpNES.IA 50308 512 RACT BRAD STORK Y Z 0- O v a LOuwi0 1 W- _ LL LLI W - (L v O SUBMITTAL DATES 1:1 LAYOUT PLAN NFLUENCE PROJECT NQ 15105_3 H100 9 PCL WN%. BEE �urour NANPOR DETALB, TYP. lvH TYP. PCG PAVFD. TYPE 1 r."P ZN PMCOFEDSUHEMSE CCMPACIEDSUBORILE. A45PEL'FED. SEE SPECML 107E uwsTUReeo suBGRADE SPECIAL NOTES: -THE CONTRACTOR 6 RESPONiELE FOR MMPACTMi ANY D6NRSED SUBGRADE TO BS%STD. PROCTOR PROR TO AM CpBTRUCTON, HBO PLAN ENLARGEMENT: ADA RAMP H co SECTION: PROPOSED PCC PAVEMENT AT EXISTING CURB Him SECTION: SAW CUT JOINT, TYP. Nwm SECTION: TYPE 1 PCC PAVEMENT PROFILE, TYP. 8.5% MAX SLOPE 0 Fc F GIRB. TYP EXPAN MXNT. ME DETAL MM00 SLOPETOpUNTO0 tray' DETECTANLE WARMG RATE TYP. HEAW BNOCM FNEN PERPEFDWLM TO OF TRAVEL NP. . tlT V I I¢IlY SFAUJIf PAVING TYPE IT M»DFTEx rEDP. Jr. 0 dU. O WRH. CEPM Itg0 �gfiv Iwo, ✓moi-_lI I .1! PCG PAVFD. TYPE 1 r."P ZN PMCOFEDSUHEMSE CCMPACIEDSUBORILE. A45PEL'FED. SEE SPECML 107E uwsTUReeo suBGRADE SPECIAL NOTES: -THE CONTRACTOR 6 RESPONiELE FOR MMPACTMi ANY D6NRSED SUBGRADE TO BS%STD. PROCTOR PROR TO AM CpBTRUCTON, HBO PLAN ENLARGEMENT: ADA RAMP H co SECTION: PROPOSED PCC PAVEMENT AT EXISTING CURB Him SECTION: SAW CUT JOINT, TYP. Nwm SECTION: TYPE 1 PCC PAVEMENT PROFILE, TYP. 8.5% MAX SLOPE 0 Fc F GIRB. TYP EXPAN MXNT. ME DETAL MM00 SLOPETOpUNTO0 tray' DETECTANLE WARMG RATE TYP. HEAW BNOCM FNEN PERPEFDWLM TO OF TRAVEL NP. . tlT V I I¢IlY NDTE T. SUB THCIDESS FUGSTOIE FNBH x.tic_�ati1.L SWATFFOR9 NESTON CCKOk OR COMPACTED SUBGPACE, .1 � -THE CO mores: -THE CONTRACTOR TNGCTOR6TURMDSELEFCR COMP ACrw MPR BED 0AGRACE DDNSTSr Cft OCTcrOR PRCRTOPN' LONSTRUCTFNI H' PLAN ENLARGEMENT: ADA RAMP AT CURVED CURBLINE H1Bao SECTION: PROPOSED PLANT BED AT EXISTING CURB, TYP.Hoo SECTION: EXPANSION JOINT, TYP. HO SECTION: TYPE 2 PCC PAVEMENT PROFILE, TYP. DETECTABLE WARNM SURFACES: SFAUJIf PAVING TYPE IT M»DFTEx rEDP. Jr. 0 dU. O WRH. CEPM U K Y GENERALDEMCTABIEWARMIaSEHALLCOFbET .T' �'• XEAW BROOM FINCH JT.SEA3TCFStli . R. SEALER OR SNIAR. OF A SURFACE OF TRUNCATED DOES Al-DNEDN PCC SUB. SEE pM PERPENDC ARTO UYOUTPUNFOR FILER TYPE I THEIGESS DNECTCNOFTMA TYP. SEALANT TRA E TR NDTE T. SUB THCIDESS FUGSTOIE FNBH x.tic_�ati1.L SWATFFOR9 NESTON CCKOk OR COMPACTED SUBGPACE, .1 � -THE CO mores: -THE CONTRACTOR TNGCTOR6TURMDSELEFCR COMP ACrw MPR BED 0AGRACE DDNSTSr Cft OCTcrOR PRCRTOPN' LONSTRUCTFNI H' PLAN ENLARGEMENT: ADA RAMP AT CURVED CURBLINE H1Bao SECTION: PROPOSED PLANT BED AT EXISTING CURB, TYP.Hoo SECTION: EXPANSION JOINT, TYP. HO SECTION: TYPE 2 PCC PAVEMENT PROFILE, TYP. DETECTABLE WARNM SURFACES: PAVING TYPE 0 dU. O 5Q%SASE D W MN U GENERALDEMCTABIEWARMIaSEHALLCOFbET 65% SAM DA MOJI. XEAW BROOM FINCH Y OF A SURFACE OF TRUNCATED DOES Al-DNEDN PERPENDC ARTO ASOUAREGRCPATTERNWRHTHEDNECTCNCF DNECTCNOFTMA TYP. SEALANT TRA E TR o TRU&.. MM: RED. D L_Q 1 WE. TRUNUTED DOMES NCETECTA CAST-� PERS WMNN SURFACE SHALL HAVE A SASE DMMETER OF DS LACHES TO I I FCIIES MAXMUM. A TOP O.0 MN 1A•MAX, COY STANDARDS , OMMETER OF F0% OF THE BASE DIAMETER BIDE VEW REINFORCED UP. JOM. MMUM To 65% OF THE BASE ONMUER 8.5%MA< SEE CETAL"06 DM MAXMUM, AND A HECHT OF 0A FDHES. LF MN LF MN �N UR2V FILER 3A WDESREMOVE TMOFAND WDE OF GUIDER AT NA DEMETABLE RAMP U LURE DAMP LOfiITCYb. T W. W,TRUNCATED&MS DETECTABLE WARNC ACING OF IS PU NEVE A CEMU'ARCEA ER SKATES £ O WHEAMA)UMU MNMUMAND2ANCHES MA,MUNANDA BASE -URE BPMNG Of LACHES MUM. _r% �1 /,�_ (\QT]/} {�(�/} {ti(3/) Y f ROOFED BUBBASE.TT. MOST EBETWEEN THE MOST AQIACEM Op.ES Y. COMPACTED SUBGRADE, TYP. ON THE ON THE 9WME GRID. Z wt F DETECTABLWARNSURFACSSHALL EXTEND EUM CTCOF Y TRAVEL AND THE FUU WIDTH OF THE CURB RAMP. IANDNG.OR BLENCEO TRHER[Ml CURB RAMPS ND BLENCED TRANSRUNS. THE NR< �/{j�%\} �/�\J' (/��J -� �� �+ UETECTA THAEDGEACE SHALL , LSO THAT THE EDGENEAREST STTHE CU HECU SPUME PATTERN IOW LlNEmfLAHES.lNlAUMAND8NEGNAXMUM (PAL KGNMEM) FROM THE CURB CFE. / MMIMADEPTH ALUM. GRAY LUN.GPAY MAJERO35MLM M ar,TSLPOVhFl WRH UPARSONNRE.FOC CENTER NCO CRETE PCC SUB, ME LAYOUT PLAN FORTYPEATHCIGESS A ADJACENT SURFACE VARES. SEE LAYOUT PIAN 114' RADARS TOOLED EDGE. TYP. PCC WKI(TYP. CUVACTED AGGREGATE MSE COMPACTED SU9GRADE iJ1 MAL CR068.9LOPE WDTH VME8, 9EE UYOUf PIAN H ao 1 TRUNCATED DOME DETAILS, NP. _ I � H9 1 SECTION: ADA RAMP, TYP. __ I � H uo I SECTION: REINFORCED EXPANSION JOINT, TYP. I � H3 1 SECTION: PCC WALKWAY, TYP. ConFLUMCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SURE 1M CEDAR RAPIDS. M 52M11 PH: 319A .5101 CIVIL ENGINEER HR GREEN INC. STIOEARHARTIA EBW CEDAR RAPIDS, IA 52MM PH: 319.141.1000 CONTACT: LAUREN OYEZ ELECTRICAL ENGINEER HR GREEN INC. 1171D EARHARTIANE SW CEDAR RAPIDS, W 52, M PH: 319.841AM) CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC. SOL LOCUST STREET. SURE M2 DES MOLES, M 50309 PER: 515.279.3900 CONTACT: BRAD STORK SUBMITTAL DATES ISSUED FOR BID SET NGT FOR CONSTRUCTION PAVING DETAILS CONFLUENCEPROJECTNO: 15IM-3 H400 Z � sp a At 0 dU. O U U SUBMITTAL DATES ISSUED FOR BID SET NGT FOR CONSTRUCTION PAVING DETAILS CONFLUENCEPROJECTNO: 15IM-3 H400 CWFLUEME LANDSCAPE ARCHITECT CONFLUENCE 900 2ND STREET BE, SURE 106 CEDAR RAPIDS, N 52401 PH: 319M9.5401 CIVIL ENGINEER HR GREEN INC 0]10 FARHAPT LVJE SW PH: 318.8841 CEDAR41. NSZ406 CONTACT: LAUREN OWL ELECTRICAL ENGINEER HR GREEN INC. 0710 EARHARTLNIE SW CEDAR RAFM. W 52404 PH: 319.841.4000 CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC B04 LOCUST STREET, SUITE= DES MONI PM 515.279.3900 CONTACT: ORAD STORK 0 F lql U W fn p IL = LL �C a of 0 U U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION WALL DETAILS H401 TURF. TYP, SKATE DETERRENTBIME AT CAP MWTS, TYP. SEE DETAL 21MY1 -� \ WALL CAP BLOCK -PEDMONTE CAP BY TECHNO9BQW M. SKATE DETERRENT GP MOMS, 1V x W x2 1' LP EA SDE OF WALL �. \ 1N'TNK:K-STARLESS $TEEL.3161MR1E GRADE SS ST E GRA POLISH ALL FACES. EASE ALL EWES COLOR:ROCKGARDEN NEEDED LEVELN3 OROM, AS FEEOEO BOTTOM OF BLADE SHOULD BE LEVEL TOACHEVEUNFORMTOPOFCAPS 63'-6' BOTTOM OF CAP BLOCK WALLWBLOCN-PEDMONTEC.AP 1'V AGGREGATE BACKER!_ TYP. /�—_ TECHNOBLW, W. I4'. 30' x 2I', V LP EASE OF WALL SMOO�IE PCC LANDSCAPE WPII \� COLOR: ROCK GARDEN BROWN 3{' DK WASHED RNER ROCK MULCH, �\ ON DN. HOLES,CWMFRSNf ON ONE SDE,h VDEPTH, TYP. .�PREORLLCAPS /JU6EWRE w11H w BA WEEDBARRERFABRK:.TYP. e%n - 1N' xb114'TAPCONCOFLRETEANCHORS a PCC PAVEMENT. TYP. _ .j, TO i0 ACHENE UNFORM TCPOF GPS UNWOR TOPOF 1'-0" 2'-0' MODFEDSUB,9ASE.TYP. N6 VERTCAL REBNt 4D 15'O.C. IXETNGFW WALL L MN 3' CLEARANCE. TYP. COMPACTED SUBGRADE NG "HORMCONTMOUS / COMwOUs T£N OF ALL U OF wALL G MN 3'CLEARMLE. TYP. . / PCC FWTNG. TTP. ] ��yY UNDISTURBEDSUBGRADE, TYP, NN \ - v 1K LIXAPACTED AGGREGATE p.g^ 6UBBASETTP. / y,\ COMPACTED SUBGRADE PLAN ENLARGEMENT: CAST -IN-PLACE PCC SIGN WALL SECTION: SKATE DETERRENT BLADE AT CAP JOINTS, TYP. SECTION: PCC SIGN WALL, TYP. Hw1 Hw1 Hao1 HALOiR SDN LETTERS TO BE r DEPTH FABRICATED METAL TETTERS AT 17 HEIGHT. MADE FROM A- 315 MARNEORADE STANLESS STEEL, PANTED COLOR MP10161 CHOCOTATEBLES, 1{' STANDOFFS STUD#MOUNTED TO CONCRETE SDWALL. 9NATE DETERRENT BLADEN /n CONTRACTOR TO PROVIDE SHOP DRAWNGS FOR RENEW AND AT CAP JOINTS, TYP. V' APPROVALPRIOR TO FABRICATDN. SEE DETAL2 l STANLESS STEEL P3R LOGO CUTOUT 114' THICK STAINLESS STEEL WALL CAP BLOCK-PFDMONIE CAP i' STANDOFF STUD#MOUNTED TO PCC WALL, SYTECHNOBLOC NC. COLOR: 3130 WRANWIC BRONZE TO O W x 3P x2i,1- LP EA SDE OF WALL MATCH DUSTING SIGN COLOR < COLOR ROCK GARDEN BROWN CONTRACTOR TO PROVIDE SHOP ORAWNG FON RENEW AND VL CAST-NACE PGC SDN WALL, APPROVALPRIORTO FABRICATION. SMOOTH FINISH, TYP. o °4 d ° e %.n�s Park ° ° Crod z % d ° 4 d d d° d FNRHrRAGE 63'b' F 'I ELEVATION: SIGN WALL .1,01 N4 VERTICAL REBAR ®1S O.C.. MN 3' CLEARANCE, TYP. B4 HORQONTALREBAR ®1T O.C., CONTINUOUS LENGTH OF WALL, MN 3' CLEARANCE, TYP. _ -- -----------�r' I i n i ' ___ id;_d. -�—-- t d I I b—} __-_* _ _�__y_._..Q ��._-f---____y-------- -___a-.-«—.�--a �d---j'_-_"!_--6T------�---� ---T--mow--- __"'-_--_.T_..-_-i-a— _ ____________ _ _ _ d 4--4 i.- a H I_ I�.a.. i ^ —T ----i —----- —7.-.... , ! ?At i T1 'I {_ T________ I---"--'------»6 ° fi------ Hi --- _? •, f a a -ti-r• 4 d ;-- .7 { l I I = I I I m aI d I° zi SECTIONIELEVATION: SIGN WALL - FOOTINGS Ii REBAR LAYOUT CWFLUEME LANDSCAPE ARCHITECT CONFLUENCE 900 2ND STREET BE, SURE 106 CEDAR RAPIDS, N 52401 PH: 319M9.5401 CIVIL ENGINEER HR GREEN INC 0]10 FARHAPT LVJE SW PH: 318.8841 CEDAR41. NSZ406 CONTACT: LAUREN OWL ELECTRICAL ENGINEER HR GREEN INC. 0710 EARHARTLNIE SW CEDAR RAFM. W 52404 PH: 319.841.4000 CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC B04 LOCUST STREET, SUITE= DES MONI PM 515.279.3900 CONTACT: ORAD STORK 0 F lql U W fn p IL = LL �C a of 0 U U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION WALL DETAILS H401 h rt1 ]-p HORQOMK. AT A'O.C..L. LDNT FNTURE-DLL T .G nADH To FIXTURE MR MD LOPATpN ATTAGI TO MTAUCOLM PER IMMIFFC TIONS FST.WATpN SPELFGTpb. ROUND JUNDDON BOX TO WTLH FWURE BASE PLATE, EMBEDDED WO CONCRETE COLUMN SEE E102 FOR FIXTURE LOCATIONS I- OW PVC ff TO RIXRE POWER TO Fp1URE, TYP, SOME COLUMNS RECEIVE 100 FIXTURESA D RWNJ. TAPERED, SMWTH FFSH. MOR GMY, CONTRACTOR TO SUBMR MCR SJWPLES FOR REVEW PRM TO POURNG, S -n ME VERTCM SEE DETAL5 2FOR SPAGMa BEEN OF CO WMN TAPER. TYP FFSH GRAD. TYP. m RESM HORGO TA ITO.C. V PVC CONJUR FOR POWER SUPPLY TO LGMFIX RES. SEE E 101 FOR CONNJR LAYOUT. WRH 90' HOO. MATCH VERTIC REBAR LOLATDIS. TYP. 1'-6- SCULPTURE CONNECTOR BRACKETS, SEE SHEET H401 TO BE FABRICATED BY OTHERS AND NRTALLED BY ODNTRACTCR. FIXNRE. SEE DECTRG SHEETS ? EKPAIS"JONr WITH? DEPTH SEALER NODFED SU6BASF TYP. 95% STANDARD PROCTOR COMPACTED SUBGRADE T STAMMROPROCTOR COMPACTED BACKFLL, AS SPECIFIED UNISTURBED SOL. TYP. 3 ' g PCC SPREAD FOOTING, I 5-R REBAR EACH WAY, ° n s PCL SPREAD) FOOTM 515'SQUARE , TYR A TOP L BOTTOM d a a COMPACTED AGGREGATE S1 BBASE, TYP. •t a " a ' 5 5L CO MPACTEQSURRASE. dd° As sPECFLO L� P Lioz SECTION/ELEVATION: SCULPTURE COLUMN & FOOTING a• • e ap a e • d e d ° d d d °a ° SCULPTURE CONNECTOR BRACKETS, SEE SHEET H401 TO BE FABRICATED BY OTHERS AND NRTALLED BY ODNTRACTCR. FIXNRE. SEE DECTRG SHEETS ? EKPAIS"JONr WITH? DEPTH SEALER NODFED SU6BASF TYP. 95% STANDARD PROCTOR COMPACTED SUBGRADE T STAMMROPROCTOR COMPACTED BACKFLL, AS SPECIFIED UNISTURBED SOL. TYP. 3 ' g PCC SPREAD FOOTING, I 5-R REBAR EACH WAY, s PCL SPREAD) FOOTM 515'SQUARE , TYR a a ° 9 e d ' TOP L BOTTOM a COMPACTED AGGREGATE S1 BBASE, TYP. •t a " a ' 5 5L CO MPACTEQSURRASE. As sPECFLO L� SECTION: REINFORCED PCC COLUMN, TYP. Lioz SECTION/ELEVATION: SCULPTURE COLUMN & FOOTING conFLUEncE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SURE 101 CEDAR RAPIDS, M SN01 PH: 319.40S 5401 CIVIL ENGINEER HR GREEN INC. 0710 EARKART LANE SW CEDAR RAPUS, N 52001 PH: 319JM1A GONTACT:IAJRURENOTEL ELECTRICAL ENGINEER HR GREEN INC. 8710 EARHART LME SW CEDAR RAPOS, A 52101 PHI 91RS41.000 CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINE=ERS, INC. 801 LOCUST STREET, SURE m DES PONES, N 50209 PH: 515.219.9900 CONTACT: BRAD STORK ' y ` %� of Ogg � Tr Z U � in U1 3 LL U) O_ z = LL Lu O > cii a� 0 U U SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION COLUMN DETAILS COELUENCE PROJECT ND: 151OU H402 DILL VB' WEEP HOLE DRLL VB' WEEP HOLE gYLl1IB'Y/EEpIpE SHOP GS SQ 1H'EW TOCMMTE. 14 WELDTOCYLIDER SHOP ORAYYINGS 1N'ALUMNIM PLATE. REQUIRED ELD TO CYLIAIE. WELD TO LVIIDER SHOP DRAWINGS REQUWEO WELD TO CYLINDER � REOUIREO ALUMNI&CYLBDER a _ ALUMWMCYLIGF.R ALUMINUM LYUDER ONMETER AID DNMETERND wAUTHDNIEss TN) LL WALLTHGKIFss TBD wN.l TMCIOF36TW O_ 1(I ON t8'LOIC LMRwGE BCIr. Ill DN.CLONG fNMwGEB0.t. UTDNxB'LOIDC W3E3RT. LOWPROWITMIRON Q LOW PROFIE BURONALLEIJ BOLT HEAD. LEBJUIRELNT WITH LOVIiRKIf BARREL Wf LOWfROWIT WITH LOW-PROFLE BARREL NR LOWTPNLENSCITHEAD, WITH LOWi4-ALUROF BARRELITT S4'ALUMHDM PLATE. POO SPREAD FOOT NO ,Yx'ALUMN)MPLATE. WELDED TO CYLINDER BOTH SIDES, &a' ALUMINUM RATE H WELDED TO CYLBDER BOTH SEES, WELD BOTH MM EMNSLkB TO PLATE 0. wEIDEDTOCVUDERSOTH5EF9, I WELD BOTH ARM EY4L'W broPIATE wELD BOTH AAM IXTENsnNs io PLATE PCC COLUMNw TAPER —. �1 69 DREBM HptQONfAL e a IR xb 50.4 4 IS A4 6 A 8-24 REBAR VERTIC, CLFPRE FRpA 3' MN NC Fyl' 0 EDGE OF C01 -1-W I O REB& WILL TAPER TO �M I- FOLLOW SHPPE OF COLUMN IXGTNi CAP TO SCULPTURE IXGTID CM TO SCULPTURE E%GTNG CAP TO SCULPTURE 3V' ALUMINUM &TES. SN' ALUI NIM PMTES, EACH 5DE OF GUSSET PATE L -ALUMILM PLATES, EACH SEE OF GUSSET MTE OF EACH $EE CF GVSBET PLATE YYDw STEELPN J 301 __ 3ROVIDE STEEL _ __ __ __ IDSTEELPN pETWE E PLASTE SHIN I _ PROVCE PIASib SH %!TWEE PLASTIC SHA BETYEEN PLATE BETW£ENGU65ET PLATE -- ALT ARM E%TF18bIb. BETWEEN GUSSET PLATE ME NtM EXTEI8bN3. _ j--_°--------� '-----°-------� AIT ARM EATENSDI6. , SECTION: SCULPTURE CONNECTION - 4' TUBES SECTION: SCULPTURE CONNECTION - 6- TUBE u01 SECTION: SCULPTURE CONNECTION - 6- TUBE PLAN: GUSSET CONNECTION ON COLUMN L'bl LioH LW4 SROP DRAWINGS SHOP DRAWINGS SHOP DRAWINGS REQUIRED REQUIRED REQUIRED $CUPIWELE s. YA'STEELPATES. SHOP DNAY/INGS BDTTOM EIXiE OFCQINM YVSIEELRATES. EACH SEE OF GUSSET PLATE REQUIRED EACH SDE OF GUSSET PLATE CCMELTEN DUAL SEE UHI01 CONECTDNDETALSEETMIW W DN STEELPN L4' ON STEEL PN TCp EOOEOFCUUMI PROVIDE PLASTID SH" y PROVIDE PLASTESHM A BEIN'EEN GUSSETRATE BETWEEN GUSSET PLATE Sa 9 AND THE SCULPTURE&TES. NT THE SCULPRNE RATES. 4 b 1 V' ON STEEL RATE, lk "T SCULPNRE LEG '' =OAT. �. POWLERCOAT. TYP, _ -• a 14'Dw STEEL PN TO& COLOR-LGHTGMY �.'-" • Q ' PTOVIDEPUkSTICSNM _ _____________ __ BETWEENGUSSET U41 TE AIDTHE SCU41 RwiE9. __ ________ _ O O m SCULPTURE ra 8. 1W xC LCT!' y 6 1•C WVGu55ETPLTE v4•GusSEf RATE Y4 -GUSSET RALE 4 Si I Ib STUDA4CH0K FOWLER CAAr-LIGHTGRAv PoWDERCWT.UGHT CRAY POWDER COAT - LIGHT GAW N E GKVANBED. TYP. 6 __ Y4'a IWDNSTIEl RATE L4' x 1V' DN STEEL PLATE SEE DETAIL S'IN04 __ __ __ POWTERCOAT-LGHTGINY PoWOERCOAT-LGHTGRW` 6 __ __ __ __ W4•xi'J'DNSTEELRATE t b O O __ __ __ __ LOMRACTORTO PROVGE POWOERCOAT-LGHTGRAV COIfIROLTOR iO RIMCE NOP DRAWINGS SHOP DRAWINGS COMMCTOR TO PROVIDE Q Y4'al'-V STEEL GUSSETRATE . _� ____ SHOP DRAWINGS POWCERLIGHT TW. EXPN6EN WTERMLTW ----- Q i____ a________Q� EMPMEDNMATERNL. TBO -fi OR 1M101 i REFEREIDE S-UTx QLON3 O 3-i,T W LONG I O E%PNSbNIMlERRL.IBD FOR ORIENTATION 4__ _ __________Q. J x �___. HEAWYWTYSTUW __________ HEAvr DUTrSN0.9 t________________1 __y e-1rz•.r LpO WENEDTOSTEELPLATE, i WELDED TO STEEL PLATE, 8 I NERVY DUTY STUDS ° i d GALVM D, TYP. B ; a. GALVM D, TYP. e b d LWDT057EELMTE. GA GALWAIIIE'D.,W. c SECTION: GUSSET CONNECTION TO COLUMN -4" TUBE SECTION: GUSSET CONNECTION TO COLUMN - 6" TUBE SECTION: GUSSET CONNECTION ON COLUMN - 8' TUBE PLAN: GUSSET CONNECTION ON COLUMN - 6" TUBE Lio4 L4°N L Lb1 4• SHOP DRAWINGS A'DM.6CULPTURE LUBE gpTiip,I EDGE OF WLUIM S O0. SCULPTURE NBE 9' OK SCULPNRE NBE REQUIRES BOTTON EWE OF COLUMN BOTTOM EDGE CP COLUMN BOTTOM EDGE OF CIX,UMN TOP EDGEURCOLUW iOPmOEOFLOLLNW O TOP EDGE OF COLUMN TOP EWEOF COLUMN O W x 1 V' Dw. STEELMTE. SV' x 1'J' DN STEELMTE. POwDEflN:OAT, TVP. y4' x 1 V' Dw. STFELPLATE. PoWOERLWT TYP. W. 1 V• DN. STEEL RATE, POWDER -CWT, TYP. b COLOR-LGHTGMY CgLpi-L4R GRAY POWDERCOAT. TW. COLOR-LGHigNY COLOR. LGHTGMY 14• x 1'-0' STEEL OUSSETRATE LL'KUMWMRATES. O Q POWOER{;WT, 1YP 11'ALUMWMRAlF3. COLOR -LIGHT MAY FAG! SDE OF GU49Ef PIAIE EACH SIDE OFGUSSEf RALE REFEREKE 101101 B -10 x W CON' ND SND ANMOR. HA § ? FOR OREMATDN 3MDLA STEELPN 4 GKVAN�D, TYP. L4•Dw MEL PH Y4' Ow STEEL PH SEE DUAL YHMII PROVIDE PLASTIC MM \ 1 PILOVENIGUSTCSNM \./BRETWEENWSSETMTE BET b Q Q TENGUSSEmE PL BEMEENGUSSEiPLAIE YYYAND THE SCULPTURE&TES. AND THE 9CIAPTURE PLATES. C AHOTHE SCULPNRE %ATEa. Y4'ALUMWNPLANES. 124'i 1'O'STEEL GUSSET RATE SV'x IY STEEL GUSSET RATE EACH SOE OF GU39ETRATE PoWDERL T. TYP. PDWOER TTIP. COLM-LGHT GRAY COLOR -LGM GRAY REFERENCE 1M101 14'a I' STEEL GUSSET PLATE !MIDI FOR ORIENTATION PoWGERCOAT. TIP. FOR ORIENTATION COLOR - LIGHT GRAY REFERENCE 1rt FOR MENTATION SHOP DRAWINGS SHOP DRAWINGS SHOP DRAWINGS I REQUIRED REQUIRED I REQUIRED 4. PLAN: SCULPTURE TO COLUMN CONNECTION -4' TUBE PLAN: SCULPTURE TO COLUMN CONNECTION - 6' TUBE PLAN: SCULPTURE TO COLUMN CONNECTION - 6- TUBE PLAN: GUSSET CONNECTION ON COLUMN -4" TUBE L'WH Lw' LWI Lao conFLUEncE LANDSCAPE ARCHITECT CONFLUENCE CEDAR STREEt SE, SURE 101 CED& RAPIDS, N 50101 PH: 319A09SW1 CIVIL ENGINEER HR GREEN INC 8710EARHWTTIAAEE W CEDAR RAPIDS, "2401 PH: 319.841.0000 CONTACT:IAURENO'NEL ELECTRICAL ENGINEER HR GREEN INC. 8710EARHARTIANESW CEDAR RAPES, N 5001 PH: 3MW.000 CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC 801 LOCUST STREET. sunza DEs CONES, N503W PH: 515.979.3900 CONTACT: BRAD STCRL SUBMITTAL DATES 121 CONNECTOR DETAILS CONFLUENCE PROJECT N0: 1510813 no MKA 'ZM NY�/ p 3A. c: LL Ly fn O_ N LJ\\ Q UL U SUBMITTAL DATES 121 CONNECTOR DETAILS CONFLUENCE PROJECT N0: 1510813 no MKA 'ZM EX: 643.59 - �� - - 644.05 / 646.40 - \ 646.38 646.35-.. ,646.50 - ' EX: 646.03 - / EX: 646.16 EX: 646.42 - / 646 64 TOC '{,j EX: 647.52 - \ \ EX: 647.48 - \ \11 11 1 1 II ( ( 646.92 646.89 / 647.00 / 649.11 TW 647.11 BW 647.02 �66,4,,771.17 647146 - 647.61 // 650 669 648.20 ( U 648.32 648.17 1 648.12 \ \ sas \ 647.69 4" PERFORATED DRAIN TILE, \ REFER TO SUDAS STANDARD \ SUBDRAIN DETAILS, TYP. e 646.30 EX: 645.15 i 1 EX:645.24 646.35 o EX: 644.96 / 646.41 \ 646.20 EX: 646.09 646.47 EX: 646.27 g 646.73 TOC ♦��♦ EX: 646. 15 ' EX: 646.41 EX: 644 6.35 646.85 TOC EX: 6 646.83 TOC ;w , i 646.85 -- - �\ 647.03 \ sa - D 649.11 TW \ 646.94 647.11 BW \ 647.06 646.96 647.02 �s Bw 647.08 647.96 647.17 648 - y Ip 647.46 4 b . 647.61 6� 648.35 - 648.35 , 648.52'649.56 648.52 648.20 648.74 k-)649.41 648.74 5 �0 l 1 649.40 649.40 648.32 647.35' 6�471a J , \ -648.59 1 649.25 648.59 648.17 -648.37 64k25 648.37.. 648.12 -648.27 648.27 156 &w 650.00 HP / -647.84 647.84 669 y°/ro SS \ .4" I \ 647.15 \ 647.00 1 \ \ 646.76 TOC 1 \� 01 GRADING PLAN 647.50 647.50 / -647.33 1647.33 Soo 647.00 647.00 647.35 647.18 PM EX: 647.39 E, 4" PERFORATED DRAIN TILE, \ / REFER TO SUDAS STANDARD SUBDRAIN DETAILS, TYP. c� / \ TEX: 647.15 647.00 646.96646.71 TO646.77 X: 646.80 SCALE:1 "=30' ORAOHO NOTES 1. ALL SPOT ELEVATIONS ARE AT THE TOP OF FLASHED SURFACES. SPOT ELEVATIONS SHOWN N PARKING ME AT THE BOTTOM OF CUM ADD W TO COMFUTE TOP OF CURB ELEVATION 2. PRIOR TO ANY SITE EXCAVATION THE CONTRACTOR SHALL EXAMINE ANY APPLICABLE DRAW NO.. AVALABLE FROM THE OWNER MDI OR LANDSCAPE ARCHITECT. AND CONSULT WITH OWNER'S REPRESENTATNES TO DETERMFE POSSIBLE UTILITY LOCATIONS Aro DEPTHS. NO COMPENSATION WILL BE ALLOVIED FOR DAMAGE RESLLTNG FROM FALURE TO COMPLY WITH THE; REOLREMENT. 3. INSTALL SILT FENCEPERMANENT STORM SEWER NND NETS PALL SLOPES FOR EROSION CONTROL. SLT PENCE SWALL BE GROUNDED UNR ESTABLIBHMENT OF PEAMANEM GROUND COVER OR A FNLLBERMSHAPETOAPPROVEDBYONTER S. ALL DEBRIS SHALL BE PICKED UP BY THE CONTRACTOR AT THE END OF EACH WORK DAY. & CONTRACTOR TO FEW ADJUST ALL E)STNO BRE UTILITIES TO NEW FINISHED GRADES. EXISTING UTLRES INCLUDE, BUT ME NOT LIMITED TO. FRE HYDRANTS. MAMOLE RMS. NETS. WATER VALVES. AND LIGHT BASES, 7. BACK FILL TO TOP OF CURB & THE CONTRACTOR SHALL BE RESPONSIBLE FOR POSITIVE SURFACE DRADMGE N ALL AREAS. UNLESS OTHERWISE NOTED, ALL NEWLY GRADED GROUND SURFACES SHALL BE FLASHED TO UNIFORM GRAOES AND SLOPED N SUCH A MANNER TO BE FREE OF DEPRESSIONS THAT CAUSE AREAS OF STANDING WATER THE CONTRACTOR SHALL REPORT ANY CONFLCTS WITH THE REQUIREMENT TO THE LANDSCAPE ARCHITECT FOR RESOLUTION PRIOR TO FINAL GRADING OPERATIONS. B. MERE PROPOSED GRADES MEET EXISTING, BLEND GRADES TO PROVIDE A SMOOTH TRANSITION BETWEEN THE NEW WORK AND ID STING WORK PONDING AT JOOUS WILL NOT BE ACCEPTED. 10. CONTRACTOR RESPOFSIBIE FOR ALL PRNAM LOCATES NOT COVERED BY THE aWAOE CALL SYSTEM. 0 a ConFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE M MSTREET BE. SUITE 104 CEDAR RMDS, M SM01 PK 319.609SM01 CIVIL ENGINEER HR GREEN INC CEDAR RMID LANE SW PH: 31 RMDS, M 5xa0M PH: TACT; .DW CONTACT: LAUREN O'NEL ELECTRICAL ENGINEER HR GREEN INC. STto EMHART LMS SW CEDAR RMDS, M 526N PH: 319.N1 MOOD CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC SON LOCUST STREET, SUITE202 DES MODES. M SOSOB PH: S1SR79� CONTACT: BRAD STORK SUBMITTA DATES ISSUED FOR BID SEf NOT FOR CONSTRUCTION GRADING PLAN CONFLUENCE PROJECT ND: Y K100 Z d 01- U W 3 N LN -,L/ LL LLJ U) � O Q IL CL L i U) }C}• F � !V r TTI �S 0 ii 0 SUBMITTA DATES ISSUED FOR BID SEf NOT FOR CONSTRUCTION GRADING PLAN CONFLUENCE PROJECT ND: 151OU K100 / 132 SF -RIVER ROCK MULCH / 2 }' DIA. V DEPTH TYP. �\ ♦ 1 M -UP 2450 SF G - PD 509 -! G- KF 509 iff \\ 2710 SF \ NAL 562 \G - KF 562 PLANTING PLAN i rr *VG I I J M / 27 PLANT SCHEDULE - PHASE 4 Y------------- PERENNIAL GRASSES & GROUND COVERS GIG 2.142 a amagtos f x acu i o is / 132 SF -RIVER ROCK MULCH / 2 }' DIA. V DEPTH TYP. �\ ♦ 1 M -UP 2450 SF G - PD 509 -! G- KF 509 iff \\ 2710 SF \ NAL 562 \G - KF 562 PLANTING PLAN i rr *VG I I J M / 27 PLANT SCHEDULE - PHASE 4 KEY IQTY.1 BOTANICAL NAME I COMMONNAME SIZE I SPACING& REMARKS PERENNIAL GRASSES & GROUND COVERS GIG 2.142 a amagtos f x acu i o is FEATHER REED GRASSES In GAL 20' o.G SPACING I/ bPo 2.1Q Sporobolus hetetolepis Tata' PRAIRIE DROPSEED TAFW 1rz GAL 20'o.c. SPACING 0 500GR0WERNPLUS MTF Turf Seed mix TURF SEED MIX ASVUL SLUEGRA YEGRASS M% eYUNTEDSEEM.ING "PUPWildflower seed mix WILDFLOWER SEED MIX � GftTFENHPNCEMENT MXBYSN Mo GSTAR MUL ConFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 500 2ND STREET SE. SATE 101 CEDM RAPIDS, IA 5201 PH 319.408.5101 CIVIL ENGINEER HR GREEN INC. 8110 FARHMT LANE SW CEDM RAPIDS. U 524 PN 319.841.4000 CONTACT: LAUREN OABL / AN NOTES: ELECTRICAL ENGINEER N 1. SPED ALL AREAS WITHIN CONTRACT LIMITS, HR GREEN INC. NOT COVERED BY PAVING, BUILDINGS, OR 87101A RTLMESW PLANTING BEDS, UNLESS OTHERWISE NOTED. CMMRARDS,IA524M PH 319.841.40x0 / 2. PLANT QUANTITIES ARE FOR INFORMATION CONTACT. JOHN HALE ONLY; DRAWING SHALL PREVAIL IF CONFLICT OCCURS. STRUCTURAL ENGINEER 3. NOTIFY LANDSCAPE ARCHITECT AFTER KPFF ENGINEERS, INC. STAKING IS COMPLETED AND BEFORE PLANT 804 LCCUST STREET. PITS ARE EXCAVATED. SUTE 202 DES NCINES.IA SaKe 4. KIND, SIZE AND QUALITY OF PLANT MATERIAL PR 515 2 8 39 0 0 SHALL CONFORM TO AMERICAN STANDARDS CONTACT. eRAn s7oR% FOR NURSERY STOCK ANSI 260-1992 OR MOST -UP / 10 SF 562 / N / SCALE: 1"=30' RECENT EDITION. 5. THE CONTRACTOR SHALL REPORT SUBSURFACE SOIL OR DRAINAGE PROBLEMS TO THE LANDSCAPE ARCHITECT. 6. THE CONTRACTOR SHALL SHOW PROOF OF PROCUREMENT, SOURCES, QUANTITIES AND VARIETIES FOR ALL SHRUBS, PERENNIALS, ORNAMENTAL GRASSES, AND ANNUALS WITHIN Y - 21 DAYS FOLLOWING THE AWARD OF CONTRACT. TIMELY PROCUREMENT OF ALL PLANT MATERIAL IS ESSENTIAL TO THE ¢ y �.� SUCCESSFUL COMPLETION AND INITIAL Z 2N F ACCEPTANCE OF THE PROJECT. O 7. SUBSTITUTIONS SHALL ONLY BE ALLOWED W j WHEN THE CONTRACTOR HAS EXHAUSTED ALL .D rn 0 SOURCES FOR THE SPECIFIED MATERIAL.AND HAS PROVEN THAT THE SPECIFIED MATERI NOT AVAILABLE. THE CONTRACTOR M G ��y�'� = 0 PROVIDE NAME AND VARIETY OF SUBSTIT rl a TO THE LANDSCAPE ARCHITECT F t APPROVAL PRIOR TO TAGGING OR PLANTN SUBSTITUTIONS SHALL BE NEARESy{ EQUIVALENT SIZE OF VARIETY OF PLANT �. @.. HAVING SAME ESSENTIAL CHARACTERISTICS. ST t B. ALL PLANT MATERIAL SHALL BE NURSERY GROWN, SOUND. HEALTHY, VIGOROUS AND (J FREE FROM INSECTS, DISEASE AND INJURIES, WITH HABIT OF GROWTH THAT IS NORMAL FOR THE SPECIES. SIZES SHALL 8E EQUAL TOOR NT EXCEEDING SIZES INDICATED ON THE PLANT ANT LIST. THE CONTRACTOR SHALL SUPPLY PLANTS IN QUANTITY AS SHOWN ON THE DRAWINGS. SUBMITTAL DATES \ / 9. STAKE OR PLACE ALL PLANTS IN FIELD AS INDICATED ON THE DRAWINGS OR AS DIRECTED BY THE LANDSCAPE ARCHITECT FOR \. APPROVAL BY THE OWNER PRIOR TO / PLANTING. / \I / l ISSUEU FOR BID SET NOT FOR CONSTRUCTION PLANTING PLAN CONFLUENCE PROJECT NO 15108] L100 I/ ConFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 500 2ND STREET SE. SATE 101 CEDM RAPIDS, IA 5201 PH 319.408.5101 CIVIL ENGINEER HR GREEN INC. 8110 FARHMT LANE SW CEDM RAPIDS. U 524 PN 319.841.4000 CONTACT: LAUREN OABL / AN NOTES: ELECTRICAL ENGINEER N 1. SPED ALL AREAS WITHIN CONTRACT LIMITS, HR GREEN INC. NOT COVERED BY PAVING, BUILDINGS, OR 87101A RTLMESW PLANTING BEDS, UNLESS OTHERWISE NOTED. CMMRARDS,IA524M PH 319.841.40x0 / 2. PLANT QUANTITIES ARE FOR INFORMATION CONTACT. JOHN HALE ONLY; DRAWING SHALL PREVAIL IF CONFLICT OCCURS. STRUCTURAL ENGINEER 3. NOTIFY LANDSCAPE ARCHITECT AFTER KPFF ENGINEERS, INC. STAKING IS COMPLETED AND BEFORE PLANT 804 LCCUST STREET. PITS ARE EXCAVATED. SUTE 202 DES NCINES.IA SaKe 4. KIND, SIZE AND QUALITY OF PLANT MATERIAL PR 515 2 8 39 0 0 SHALL CONFORM TO AMERICAN STANDARDS CONTACT. eRAn s7oR% FOR NURSERY STOCK ANSI 260-1992 OR MOST -UP / 10 SF 562 / N / SCALE: 1"=30' RECENT EDITION. 5. THE CONTRACTOR SHALL REPORT SUBSURFACE SOIL OR DRAINAGE PROBLEMS TO THE LANDSCAPE ARCHITECT. 6. THE CONTRACTOR SHALL SHOW PROOF OF PROCUREMENT, SOURCES, QUANTITIES AND VARIETIES FOR ALL SHRUBS, PERENNIALS, ORNAMENTAL GRASSES, AND ANNUALS WITHIN Y - 21 DAYS FOLLOWING THE AWARD OF CONTRACT. TIMELY PROCUREMENT OF ALL PLANT MATERIAL IS ESSENTIAL TO THE ¢ y �.� SUCCESSFUL COMPLETION AND INITIAL Z 2N F ACCEPTANCE OF THE PROJECT. O 7. SUBSTITUTIONS SHALL ONLY BE ALLOWED W j WHEN THE CONTRACTOR HAS EXHAUSTED ALL .D rn 0 SOURCES FOR THE SPECIFIED MATERIAL.AND HAS PROVEN THAT THE SPECIFIED MATERI NOT AVAILABLE. THE CONTRACTOR M G ��y�'� = 0 PROVIDE NAME AND VARIETY OF SUBSTIT rl a TO THE LANDSCAPE ARCHITECT F t APPROVAL PRIOR TO TAGGING OR PLANTN SUBSTITUTIONS SHALL BE NEARESy{ EQUIVALENT SIZE OF VARIETY OF PLANT �. @.. HAVING SAME ESSENTIAL CHARACTERISTICS. ST t B. ALL PLANT MATERIAL SHALL BE NURSERY GROWN, SOUND. HEALTHY, VIGOROUS AND (J FREE FROM INSECTS, DISEASE AND INJURIES, WITH HABIT OF GROWTH THAT IS NORMAL FOR THE SPECIES. SIZES SHALL 8E EQUAL TOOR NT EXCEEDING SIZES INDICATED ON THE PLANT ANT LIST. THE CONTRACTOR SHALL SUPPLY PLANTS IN QUANTITY AS SHOWN ON THE DRAWINGS. SUBMITTAL DATES \ / 9. STAKE OR PLACE ALL PLANTS IN FIELD AS INDICATED ON THE DRAWINGS OR AS DIRECTED BY THE LANDSCAPE ARCHITECT FOR \. APPROVAL BY THE OWNER PRIOR TO / PLANTING. / \I / l ISSUEU FOR BID SET NOT FOR CONSTRUCTION PLANTING PLAN CONFLUENCE PROJECT NO 15108] L100 gEFER TO PLANfFG PLANFOR N1f11 TYPEb. WAMREb,AW IAYpUTOF MATERRL MAX of 1(YABOVE TO. IFAHRC US GRADE.AS SPECIFIED SUB GRADE SPECIAL NOTE: - FINISHED SURFACE OF THE COMPACTED SUB GRADE UNDER TRAP ROCK 6 TO SLOPE AWAY FROM WALLS TOWARD THE SPECFED EDGM Ai A MN SLOPE OF R% Y HERE EDGING LEETS ANY PCC PAMNG THE TOP OF THE EOGNG SIXIULOBE FLUSH WITH TOP OFPAVING AREA THAT TH 'ANY AT 6 TO HAVE E ROCK MULCH 6 REND PEDEO TNTO HAVE wEfD BARER FAERC PLACE01ME1ER AIL ROCK Lim DETAIL: NOT IN USE uTao SECTION: ALUMINUM EDGING, TYP. Lim SECTION: TURF AT PAVEMENT EDGE, TYP. uuo I SECTION: TYPICAL TURF PROFILE BEE SHEET Lt FOR PLANT g1ANFRY SPECIES. AND IAWMR OF MATERIAL � HYORQSEEDEO WITH WE➢FLOWER SEED MIX. AS SPECIFIED. NO MULCH N PLANT SE XL B' Lira DETAIL: NOT IN USE DETAIL: NOT IN USE Lim SECTION: PLANT BED AT PAVEMENT EDGE, TRP. 8 6 A SPECIALNOTE: Au SPECESOF BAHT MATERIAL MODIFIED SUBBASE. AS SFECFED. Z PLUGS ARE TO BE PLATED AFTER THE SUE BASE TO EXTENDA MNAl1M MULCH OR PTUGS A HAS BEEN BEEN NSTALLEO THE RUGSTOBE OFFPASTEDGEOFPCC. GH INSTALLED %YOPFRLY THROUGH THE COMPACTED SUBGRADE. j , AS SPECIFIED ft TOP SOL, ASSPECFED B' Lira DETAIL: NOT IN USE DETAIL: NOT IN USE Lim SECTION: PLANT BED AT PAVEMENT EDGE, TRP. 8 6 A SPECIALNOTE: Au SPECESOF BAHT MATERIAL + PLUGS ARE TO BE PLATED AFTER THE MULCH OR PTUGS A HAS BEEN BEEN NSTALLEO THE RUGSTOBE GH INSTALLED %YOPFRLY THROUGH THE MULCHUTHCF WE CONTAINER SOL FLUSH WITH WE FINISH GRAM. PLAN A' NDTE: X• DBTAKE SPECFED WDHNPLWT 9CMEUhE Y• OBTNCE X ANLTR®BY YB RK FABRIC, AS SPECD SPECIAL NOTES: -THE CONTRACTOR 6 RESPONSBLE FOR CCMPACTNG My DISTURBED SUBOUOE TO R5% SM. PROCTOR PRIOR TO ANY CONSTRUCTION. L3 1 SECTION: RIVER ROCK MULCH, TYP. ConFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 90D 2NO STREET SE SURE 101 cEOAR RAPos, a s2ao1 PH: 31S.A03.50H CIVIL ENGINEER HR GREEN INC 8710 EARHART IAIE sw CEDAR RAPIOS, a 52NM PH: .WW CONTACT: LAURENONEL ELECTRICAL ENGINEER HR GREEN INC. 8710 EARHART IAPE SW CEDAR WOE, a %AN PH: 31S.SAI.0 CONTACT: JOHN HALE STRUCTURAL ENGINEER KPFF ENGINEERS, INC. 800 LOCUMIT STREET, SURE 202 DES MOLES, A 50305 PH: 515.2]8.38..'0 CONTACT: BRAD SMAX SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION LANDSCAPE DETAILS CONFLUENCE PROJECT ND: 15106_3 L400 Y Z d U LU a In O iT LL LL 0 V ! D_ �V' t U 7c N O SUBMITTAL DATES ISSUED FOR BID SET NOT FOR CONSTRUCTION LANDSCAPE DETAILS CONFLUENCE PROJECT ND: 15106_3 L400 Prepared by: Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5436 Resolution No. 19-144 Resolution setting a public hearing on June 18, 2019 on project manual and estimate of cost for the construction of the Riverfront Crossings Park, Phase 4 Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Riverfront Crossings Riverbank/Park Development account # R4185. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above-mentioned project is to be held on the 181h day of June 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 project manual and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 4th day of June / 2019 G. M yor Attest: It was adopted, and upon roll call there were: Ayes: X x Nays: Approved by & /dW"q W"7 46V_' City Attorney's Office' 3d / q ;conded by the Resolution be Absent: Cole Mims x Salih Taylor Teague Thomas Throgmorton J'� 41 PRESS -CITIZEN MEDIA PART OFTHE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA622401825 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: 0003613047 6/11/19 06/11/19 $39.13 Copy of Advertisement Exhibit"A" Subs ribed an m to bef�me by said affiant this 11th day of June 2019 1�L Aliygr,••, U No(afy�ublic . .............. yGi • �pTARy `: III �(� vL GW•4 = Commission expires 's d `•. PUBLIC ''�i�9%�.'•............. Ci, N ofAtTidavim / rrrOFIIWks \\`\ N )tice is hereby given that Council of the City of y, Iowa, will conduct a iearing on the Project including the plans ons, contract, an cost for the construction ver2nt Crossings Park - Sulpture Relocation in at 7:00 p.m. on the 18th me, 2019 said meeting to in the Emma J. Harvat the Citv Hall. 410 East This project includes installingg the Kenneth Snelson sculpture "Four Modular Piece" and p associated site work including new concrete pavement, subbase and draintile; concrete sculpture, columns, exterior sculpture lighting• and landscaping and is located at Riverfront Crossings Park 1001 South Clinton Street, Iowa City, Iowa 52240. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City (Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement; This notice is given by order of the Citv Council of the Citv of Iowa r Prepared by: Ben Clark, Public Works, 410 E. Washington St., lova City, IA 52240, (319) 356-5436 Resolution No. 19-164 Resolution approving project manual and estimate of cost for the construction of the Riverfront Crossings Park, Phase 4 Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above- named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Riverfront Crossings Riverbank/Park Development account # R4185. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 9'^ day of July, 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 16'" day of July, 2019, or at a special meeting called for that purpose. Passed and approved this 18th day of June _'2019 M or Approved b/y,/ /� Attest: G ' 6&" ✓dtea�wrMud' City• lerk City Attorney's Office //, y'/ ) i a. Resolution No. 19-164 Page 2 It was moved by Teague adopted, and upon roll call there were: Ayes: X X and seconded by Nays: Thomas Absent: Cole the Resolution be Mims x Salih Taylor Teague Thomas Throgmorton &O-IL0 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 - Riverfront Crossing Park Phase 4 Sculpture Relocation Project Classified ID: 118354 A printed copy of which is attached and made part of this certificate, provided on 06/19/2019 to be posted on the Iowa League of Cities' internet site on the following date: June 19, 2019 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 6/19/2019 0J, W,ILLY-7 Alan Kemp, Executive Director NOTICE TO BIDDERS RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9th day of July 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 16"' day of July, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: site work and installation of Kenneth Snelson sculpture "Four Modular Piece" at Riverfront Crossings Park, 1001 South Clinton Street, Iowa City, Iowa 52240. Work includes installing new concrete pavement, subbase and draintile; concrete sculpture columns, exterior sculpture lighting; and landscaping. All work is to be done in strict compliance with the Project Manual prepared by Confluence, of Cedar Rapids, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 22, 2019 Final Completion: November 15, 2019 Liquidated Damages: $250 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. A $50.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 Julie Voparil From: Kelsey Hutchison <khutchison@mbi.build> Sent: Thursday, June 20, 2019 2:01 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 6.20.19 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 Asphalt Resurfacing 2019 Project in Iowa City Riverfront Crossing Park Phase 4 Sculpture Relocation in Iowa City Rochester Avenue Sidewalk Infill Project in Iowa City A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): June 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. June 20. 2019 ((- 11 Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant • Project Information Specialist 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [o] 515.288.8904 [e] khulchison�mbi.build • [w] www.rnbi.build [Plan Room] www.iowaconstructionu�ate cornco n 91 ®6© (X" (�i Rscj,��,VF JowI 92019 Q NOTICE TO BIDDERS RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 9th day of July 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 161 day of July, 2019, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Projectwill involve the following: sitework and installation of Kenneth Snelson sculpture "Four Modular Piece" at Riverfront Crossings Park, 1001 South Clinton Street, Iowa City, Iowa 52240. Work includes installing new concrete pavement, subbase and draintile; concrete sculpture columns, exterior sculpture lighting; and landscaping. All work is to be done in strict compliance with the Project Manual prepared by Confluence, of Cedar Rapids, 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 falls 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 bidders bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown In Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 22, 2019 Final Completion: November 15, 2019 Liquidated Damages: $250 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. A $50.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. 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 101 Prepared by: Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 Resolution No. 19-181 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Riverfront Crossings Park, Phase 4 Project Whereas, All American Concrete, Inc. of West Liberty, Iowa, has submitted the lowest responsible bid of $501,065 for construction of the above-named project; and Whereas, funds for this project are available in the Riverfront Crossings Riverbank/Park Development account # R4185. 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. 3. The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Passed and approved this 16th day of July 2019 ,�� - /� �6� Ma or /p Approvedby Attest: ! ` 4 _/ t—� I City Clerk City Attorney's Office It was moved by Mims and seconded by Teague the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Cole X Mims X Salih X Taylor X Teague X Thomas X Throgmorton 0500 CONTRACT RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and All American Concrete, Inc. ("Contractor"). WHEREAS Confluence has prepared certain Plans, Specifications, Proposal and Contract dated the 3rd day of June 2019, for the Riverfront Crossings Park Phase 4 Sculpture Relocation Project ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $501,065, 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 b"ne shall be as binding as if called for by all. L ` rC i e Lo r— rn � o� PT; C-) .y rn w Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0500 — Page 1 of 2 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 Stevens Erosion Control $19,000 Sustainable Landscape $50,000 Solutions Neumiller Electric $58,000 DATED this a4 day of LA.1 20 R Ci Contractor B: Bv. Ott 44.., Signature of City Official Signature of Contractor Officer Scan e -SA, -T% r rrnortor) Printed Name of City O icial ATTEST: B : )� Ci y Clerk (for For al Projects only APPROVE BY: ��� `)--"� 9 -) 1 City Attorney's Office �J C A ` l vy) Dr) Printed Name of Contractor Officer V Cc I" reS rd 2rj- Title of Contractor Officer ATTEST: N t9 W C3 un W Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0500 — Page 2 of 2 "mom 's CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 ENGINEER'S REPORT (319) 356 - 5009 FAX www.icgov.org June 1, 2021 City Clerk Iowa City, Iowa Riverfront Crossings Park, Phase 4 Project Dear City Clerk: I hereby certify that the construction of the Riverfront Crossings Park, Phase 4 Project has been completed by All American Concrete, Inc. of West Liberty, Iowa, in substantial accordance with the plans and specifications prepared by Confluence, Inc. of Des Moines, Iowa. The project was bid as a unit price contract and the final contract price is $520,036.85. N O There was a total of two (2) change or extra work orders for the project as de cribebelow;_, Bronze Dedication Plaques ,400co "w Quantity Adjustments 0885 a ' 'i Total W w I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P.E. City Engineer 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND RIVERFRONT CROSSINGS PARK PHASE 4 SCULPTURE RELOCATION PROJECT CITY OF IOWA CITY Bond Number SY94196 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 Five Hundred and One Thousand Sixty Five dollars ($501,065), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the 24 day of _-3140/ '10 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Site work and installation of Kenneth Snelson sculpture "Four Modular Piece" at Riverfront Crossings Park, 1001 South Clinton Street, Iowa City, Iowa 52240. Work includes installing new concrete pavement, subbase and draintile; concrete sculpture columns, exterior sculpture lighting; and landscaping and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 6 N 1. PERFORMANCE: The Contractor shall well and faithfully observQ*orf% fulfill, and abide by each and every covenant, condition, and part of said Contradk 4 reftence made a part hereof, for the above referenced improvements, and shallLmd2mot$i and save harmless the Jurisdiction from all outlay and expense incurredgie Jt3?isdiction by reason of the Contractor's default of failure to perform as required., Caatractor, shall also be responsible for the default or failure to perform as required r thAontract and Contract Documents by all its subcontractors, suppliers, agents, or=__ .pnploy%s furnishing materials or providing labor in the performance of the Contract. `-ri 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firths, 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 Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 - Page 1 of 4 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 (5) 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 specked contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contra(Whe right to sue on this Bond. o _ E. That as used herein, the phrase "all outlay and expense" is not tae Ijlited in any way, but shall include the actual and reasonable costs and e""ses"fncurred by the Jurisdiction including interest, benefits, and overhea rt ere -,applicable. Accordingly, "all outlay and expense" would include but not beJigtltedall contract or employee expense, all equipment usage or rental, mater' — g, oul5ide experts, attorneys fees (including overhead expenses of th�a&risfttion'"aff attorneys), and all costs and expenses of litigation as they%ttre ingUfred by the Jurisdiction. It is intended the Contractor and Surety will defend and "damnify 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. Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 – Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Q .r co....vx Un co Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 — Page 3 of 4 PRINCIPAL: All American Concrete Inc Printed Name of Contractor Officer By S gnature of Contractor Officer V('Ge f resp' Title of Contractor Officer NOTE: SURETY: IMT Insurance Surety Company Name By �f] 9t ci7a�! Y1L{ke( Signata f Attorney -in -Fact Officer Nancy D. Baltutal Printed Name of Attorney -in -Fact Officer LMC Insurance & Risk Management Company Name of Attorney -in -Fact 4200 University Avenue #200 Company Address of Attorney -in -Fact West Des Moines IA 50266 City, State, Zip Code of Attorney -in -Fact 515-244-0166 Telephone Number of Attorney -in -Fact 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 enxgred on this bond must be exactly as listed on the Certificate or tower —Of Attgmey CD = accompanying this bond. �n a 1' N C') 00, Cn (tet l m s t� o -:,c y? Co Riverfront Crossings Park - Phase 4 Sculpture Relocation Project 0510 — Page 4 of 4 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. Keairues, 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-Attomey 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 Vlll, 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 S. - 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 day of '2019 IMT Insurance Company i Sean Kennedy, President C- i •,Y — : ,r STATE OF IOWA } as: n � '�•:..'^ COUNTY OF POLK n r30. On this day of 2019 , before me appeared S �ee to mew onally known, who being by me duly swom did say that he is President of the IMT Insurance Company, the co Mlion cribed to the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation an at the EW instrument was signed and sealed in behalf of said Corporation by, authority of its Board of Directors. CA 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. SETH i • 'M os� 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 2019 Dalene Holland, Secretary_ft j._ `,moi: t/►Me��r i SY 06 06 (01/19) Prepared by: Ben Clark, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 Resolution No. 21-147 Resolution accepting the work for the Riverfront Crossings Park, Phase 4 Project Whereas, the Engineering Division has recommended that the work for construction of the Riverfront Crossings Park, Phase 4 Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa, dated July 24, 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 Riverfront Crossings Riverbank/Park Development account # R4185; and Whereas, the final contract price is $520,036.85. 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 June or 1I Attest:ftc'8 Y City Clerk It was moved by Thomas and seconded by adopted, and upon roll call there were: Ayes: Nays: 2021 Approved by City Attorney's Office — 05/26/2021 Ta Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be