Loading...
HomeMy WebLinkAboutWETHERBY PARK IMPROVEMENTSWETHERBY PARK IMPROVEMENTS 18 -Feb -2020 Plans, Specs, proposal and contract, estimate of cost 18 -Feb -2020 Res 20-41, setting a public hearing 24 -Feb -2020 Notice of public hearing 03 -Mar -2020 Res 20-63, approving project manual and estimate of cost. 05 -Mar -2020 Notice to bidders 07 -Mar -2020 Res 20-87, awarding contract (Peak Construction) 19 -May -2020 Res 20-132, attest amendment No. 1 to agreement engineering consultant services 28 -May -2020 Contract, Addendum No 2, bidder status form 10 -Jun -2021 Engineer's report 11 -Jun -2021 Performance and Payment bond 15 -Jun -2021 Res 21-162, accepting the work � r 1 ��fr pL th - cilya(lOWA CITY A UNESCO CITY Of LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE N _ CJ o N i"J WETHERBY PARK IMPROVEMENTS 2 ;q -r IOWA CITY, IOWA �m v m FEBRUARY 12, 2020 i N 0005 CERTIFICATIONS PAGE I hereby certify that this Engineering Document was prepared by me or under my direct personal supervision and that I am a duly Q�,pFEss/oyq� Licensed Pro --- ..-A—, '~^ '_aws of the State of Iowa. TROY A.�« CULVER 20165 Troy A Culver, .._. 7 Date IOWA �c License Number 20165 My License Renewal Date is December 31, 2021 E5 I hereby certify that the portion of this technical submission described OF below was prepared by me or under my direct supervision and responsible / charge. I am a duly Licensed Professional Landscape Architect under the S�p1E DONALD P. �` Lim the State of Iowa. II MARNER d A� 02/12/2020 oT LANDSCAPE ti m ARCHITECT _ Donald P. Mamer, PLA ✓� N0. ? PQ Date (AN14 License Number 314 License Expires: Pages or sheets covered by this seal: June 30, 2020 Cn E5 0 UD n G {r co -p g�-p 1 °a rn >> N Cn Wetherby Park Improvements 0005 - Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS - PART 1 AND 2 0 N C b SECTION 11 68 00 PLAY EQUIPMENT AND SAFETY S A(MG y� w rn E5 70 x w N CO Wetherby Park Improvements 0010 — Page 1 of 1 FILED 2010 FEB 18 PM 3: 28 CITY CLERK IOWA CITY. IOWA 0100 NOTICE TO BIDDERS WETHERBY PARK IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 p.m. on the 1" day of April, 2020. 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 7'h day of April, 2020, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Base Bid: Construction of Wetherby Park Improvements shall include, but not limited to, demolition of existing structures, play equipment, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, electric service, open shelter, restroom, play equipment, sidewalks, plantings, and associated work. Add Alternate No. 1: Swing area — Rubberized surfacing. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the cLVtract and maintenance of said Project, if required, pursuant to the provisions of this notice ahS the other contract documents. The City shall retain the bid security furnished by the succfsssfAidder until the approved contract has been executed, the required Performance, Payment. air d I�intenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing erfarmance of the contract, and the contract and security have been approved by the Citk—The6City'sj7all promptly return the checks or bidder's bonds of unsuccessful bidders to the rs:s soon -as the successful bidder is determined or within thirty days, whichever is sooner.,- w +'' N The successful bidder will be required to furnish a Performance, Payment, and Mainte[%nce 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. Wetherby Park Improvements 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: April 20, 2020 Substantial Completion: October 16, 2020 Final Completion: October 30, 2020 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-354- 8973, Toll -Free: 800-779-0093, by bona fide bidders. A $50,00 fee plus $20.00 for shipping and handling is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City, Iowa, by bona fide bidders. The $50.00 deposit will be refunded to plan holders who return the bidding documents in good condition within 14 days after receipt of bids. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the ri'Nt to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK N co Wetherby Park Improvements 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE WETHERBY PARK IMPROVEMENTS IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Wetherby Park Improvements in said city at 7:00 p.m. on the 3`d day of March, 2020, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes a Base Bid consisting of construction of Wetherby Park Improvements and shall include, but not limited to, demolition of existing structures, play equipment, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, electric service, open shelters, restroom, play equipment, sidewalks, plantings and associated work. Add Alternate No. 1 includes swing area rubberized surfacing. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk Wetherby Park Improvements 0110 — Page 1 of 1 N Q N _ rn o r� � co Wetherby Park Improvements 0110 — Page 1 of 1 (This page intentionally left blank) co rn tm � v� w v iv m 0200 INSTRUCTIONS TO BIDDERS WETHERBY PARK IMPROVEMENTS Optional Pre -Bid Meeting: a. Meeting to be held March 18, 2020, at 2:00 p.m. at the Engineering Conference room in City Hall located at 410 E. Washington Street, Iowa City, Iowa. 2. Bid Submittals: a. Bid submittals to be received by the City Clerk until 2:00 p.m., April 1, 2020, at City Clerk's Office located at 410 East Washington Street, Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (73A), found at the following website: httos•//www legis iowa oov/docs/iac/chapter/08-15-2018 875156 pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete descriptio' n of the bid security requirements. o o n _ rA 5. Progress and Schedule: co a. Contract Times: �� � r Specified Start Date: April 20, 2020 �� , rn Substantial Completion: October 16, 2020 t Final Completion: October 30, 2020 0� w Liquidated Damages: $500.00 per day c� b. Work Restrictions: a I. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. C. Community Events: i. No work shall occur on University of Iowa Home Football game days. Wetherby Park Improvements 0200 — Page 1 of 2 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) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 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 projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. N N U n 4 rn J W .� �r M o� � w �O Wetherby Park Improvements 0200 — Page 2 of 2 0400 PROPOSAL WETHERBY PARK IMPROVEMENTS CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. CD0 The undersigned bidder states that this proposal is made:3nfcgity with - the Contract and agrees that, in the event of any discrepancies or differences be eQn thavaricrs- items included in the Contract, Supplemental Specification Section 1040,1.03T ofLgrn. S' N �O Wetherby Park Improvements 0400 — Page 1 of 5 BID ITEM DESCRIPTION 1 Topsoil 2 Excavation, Class 10 3 Subbase, 4" 4 Sanitary Sewer Service Replacement 5 Sanitary Sewer Cleanout 6 Subdrain, Dual Wall HDPE, 6" 7 Subdrain Outlet, 6" 8 Water Service 9 Pavement, PCC, 6" 10 Pavement, PCC, 5' 11 Temporary Traffic Control 12 Hydraulic Seeding, Fertilizing and Mulching 13 Plants, Hackberry Tree 14 Plants, Beech Tree 15 Plants, Red Oak Tree 16 Silt Fence 17 Silt Fence, Removal 18 Temporary Fence 19 Construction Survey 20 Mobilization 21 Concrete Washout 22 Demolition Work 23 Site Electrical 24 Open Shelter 25 Restroom 26 Play Equipment and Surfacing ESTIMATED UNITS QUANTITY LS 1 $ LS 1 $ LS 1 $ LS 1 $ EA 1 $ LF 180 $ EA 1 $ LS 1 $ SY 600 $ SY 125 $ LS 1 $ LS 1 EA 3 $ EA 2 $ EA 5 $ LF 370 $ LF 370 $ LS 1 $ LS 1 $ LS 1 $ LS 1 a ori$ —n � LS 1 C-) +c-� =Gr$q M LS 1$ w LS 1 $ LS 1 TOTAL BASE BID AMOUNT Wetherby Park Improvements 0400 — Page 2 of 5 ADD ALTERNATE NO. 1 Swing Area — Rubberized Play Surfacing & Installation LS The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Wetherby Park Improvements 0400 — Page 3 of 5 a N a rri im C-) —r � �x W y N Wetherby Park Improvements 0400 — Page 3 of 5 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City of Iowa City. Wetherby Park Improvements 0400 — Page 4 of 5 0 Q N O c� rn D co co� �r -'DM c:)� ZKM W lD Wetherby Park Improvements 0400 — Page 4 of 5 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Wetherby Park Improvements 0400 — Page 5 of 5 N Q N U r*i C)"� 4r--.0 r7l rn 3: y N %D NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Wetherby Park Improvements 0400 — Page 5 of 5 (This page intentionally left blank) N O N O D::� C->-< c r -�� r ..fis m m v N �,o 0405 BIDDER STATUS FORM All bidders must submit the following completed forth to the govemmental body requesting bids per 875 Iowa Administrative Code Chapter 156 To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company it authorized, please review the Worksheet Authorization to Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form- To ormTo be comDleted by resident bidders Part B Dates (mm/dd/yyyy) Dates (mm/dd/ M) Dates to to to Address: City, State, Zip Code: Address: City, State, Zip Code: Address: (mmlWyyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. N CD CD _T1 fir- -o To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Wetherby Park Improvements 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited other than Iowa, has received a certificate been revoked or canceled. liability company whose certificate of authority to transact business i n rg of organizon is filed in a state logia ante certificate has not cc W..1,. , <r - M o� � ryko Wetherby Park Improvements 0405 - Page 2 of 2 Wetherby Park Improvements 0405 - Page 2 of 2 0410 .-!LED BID BOND FORM WETHERBY PARK IMPROVEMENTS=320FE8 18 PM 3:29 CITY OF IOWA CITY CITY CLERK as IO'WrngVaY IOVIA 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 Wetherby Park Improvements. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of , A.D., 20_ Witness 0 im Witness Principal Surety (Attorney-in-fact) (Seal) (Title) (Seal) Wetherby Park Improvements 0410 — Page 1 of 2 Attach Power -of -Attorney, if applicqWe �E-D 2020 FEB 18 PN 3: 29 CITY CLERK IOWA CITY, IOWA Wetherby Park Improvements 0410 — Page 2 of 2 3 ED 0500 CONTRACT 2020 FEB 18 I'M 3: 29 WETHERBY PARK IMPROVEMENTS CITY CLERK CITY OF IOWA CITY 11'1'"', C! y, !t'R<<.%, 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 Wetherby Park Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to 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. Wetherby Park Improvements 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRI(2fZ CITY CLERK '=VI i CITY, lov;H DATED this City City Official ATTEST: day of By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office (Title) 20 Contractor ATTEST: By: (Company Official) Wetherby Park Improvements 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANC9990)18 PH 3:29 WETHERBY PARK IMPROVEMENTS CITY CLERK CITY OF IOWA CITY `C,"{A CITY. IJ4,� KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor' or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction'), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Base Bid: Construction of Wetherby Park Improvements shall include, but not limited to, demolition of existing structures, play equipment, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, electric service, open shelter, restroom, play equipment, sidewalks, plantings, and associated work. Add Alternate No. 1: Swing Area — Rubberized play surfacing and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in force but the penal sum for maintenance shall be reduced to the sum of DOLLARS ($ ), which is the cost associated with those items in the Contract that require a maintenance bond period in excess of one year. It is expressly understood and agreed by the Contractor and Surety in this bond that the following 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 Wetherby Park Improvements 0510 — Page 1 of 4 materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corp��yy�istty yi ials for or performing labor in the performance of the Contract on accoun d iC i Bond is given, including but not limited to claims for all amounts dugifpf qp rR atenals, lubricants, oil, gasoline, repairs on machinery, equipment, and Mft�r�sy /fir used by the Contractor or any subcontractor, wherein the same are not satisfied ou`t of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of year(s) (_) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Wetherby Park Improvements 0510 — Page 2 of 4 Jurisdiction. It is intended the Contractor and Surety will defend and inor pify�the _.% Jurisdiction on all claims made against the Jurisdiction on account of or h= s� , failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contra2t is approved change orders, and in this Bond will be fulfilled, and that t e n ,ctFA 3' 29 will be fully indemnified so that it will be put into the position it would ""ffrpp. had the Contract been performed in the first instance as required. IOWA CITY, IOWtk 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. Wetherby Park Improvements 0510 — Page 3 of 4 PRINCIPAL: Contractor By Signature Title FORM APPROVED BY: City Attorney's Office NOTE: SURETY: By CITY CLERK Signature Att"dm - - edV gcer Printed Name of Attorney -in -Fact Officer Company Name Company Address City, State, Zip Code Company Telephone Number 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Wetherby Park Improvements 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE 2020 FEB 13 Pit 3• c SECTION I - GENERAL POLICY STATEMENT 2. It is the policy of the Cit of Iowa Ci to require equal employmentopportunity! v i I�Y C P Y Y City q q YfTl� `C��F� work. This policy prohibits discrimination by the City's contractors, consultants and vend 'r 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. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. Wetherby Park Improvements 0520 — Page 1 of 6 SECTION II -ASSURANCE OF COMPLIANCE,,.--, I L E The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLfTll, P,t4C�S 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPART 7 R HE EXECUTION OF THE CONTRACT. CITY CLERK IOWA CITY With respect to the performance of this contract, the contractor, consultant or venaofpMees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 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 Wetherby Park Improvements 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date ti C:) H C-) r - -<r- N 1p Wetherby Park Improvements 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. 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, o6ischarge employees or are involved in such actions should be trained and requi -" cpTply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT r - (a) Let potential employees know you are an equal opportunity empl yT T carpA pA done by identifying yourself on all recruitment advertising as "an "gal opportu employer". ry (b) Use recruitment sources that are likely to yield diverse applicaw pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect majorjob 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 Wetherby Park Improvements 0520 - Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: htta://www.sterlingcodifiers.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. l� N Q N 71 n� �n co r— r- M -o m o� w 3a N Wetherby Park Improvements 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, 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. Wetherby Park Improvements 0520 — Page 6 of 6 N O _ N -� co ...+. r— c ru �D Wetherby Park Improvements 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. N IV. Waivers. If a person or entity is ineligible to contract with the City asp resuwof the Wage Theft Policy it may submit a request in writing indicating that one o, 15?e of* he following actions have been taken:' a. There has been a bona fide change in ownership or control d4N ineligible person or entity;<rr b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); 4' C. Remedial action has been taken to prevent a recurrence of the ac"iving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. Wetherby Park Improvements 0530 — Page 1 of 3 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is 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. Wetherby Park Improvements 0530 — Page 2 of 3 ti O o ^+ ra --4C) C r r— f c.' (� N �o Wetherby Park Improvements 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT STATE OF ss: COUNTY I, 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 anyjudicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged on 20 before me by N 0 0 0 vy W f'j -1 Cl) w I Notary Public in and for the State F -0 o -- Tr y N lD Wetherby Park Improvements 0530 — Page 3 of 3 F1LED 2020 FEB 18 PM 3: 29 CITY CLERK IOWA CITY, IOWA SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: http://www.iowasudas.org/manuals/manual.cfm?manual=specifications. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: http://www.iowasudas.org/manuals/specs/archived figures/ArchivedFigures.cfm. Wetherby Park Improvements Page 1 of 1 N O N p t� a m D� W -in m _ r r � m "D m o 0 D G) O Wetherby Park Improvements Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: http://www.iowasudas.org/manuals/specs/ supplemental spec/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Wetherby Park Improvements Page 1 of 1 r.e 0 ti Q o � n � r- rn o;:o g _ w w 0 Wetherby Park Improvements Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2019 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: or are available in the City Engineering Division Office. Wetherby Park Improvements Page 1 of 1 N 0 r.� p o C-)-<e.. ::� (-.) co r '— �m -.0 m o � � w 0 Wetherby Park Improvements Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer-generated unit price attachment. Wetherby Park Improvements Page 1 of 1 N O N 0 `' C m J1 D � W I - m m o w D w 0 Wetherby Park Improvements Page 1 of 1 SPECIAL PROVISIONS FOR PART 1 - GENERAL REQUIREMENTS INDEX 1. DEFINITION AND INTENT 6. SUBMITTALS 2. WORK REQUIRED 7. STANDARDS AND CODES 3. SALVAGE OF MATERIALS AND 8. MATERIALS TESTS EQUIPMENT 9. FIELD TESTS 4. PLANS AND SPECIFICATIONS 10. MEASUREMENT AND PAYMENT 5. CONSTRUCTION FACILITIES 11. INCIDENTAL CONTRACT ITEMS DEFINITION AND INTENT A. The Technical Specifications that apply to the materials and construction practices for this project are defined as follows: The 2019 edition of the Iowa Statewide Urban Specifications for Public Improvements (SUDAS), except as modified by these Special Provisions to the Technical Specifications. 2. The intent of the Technical Specifications is to describe the construction desired, performance requirements, and standards of materials and construction. a. Engineer: Snyder & Associates, Inc., 320 E. Prentiss Street, Iowa City, Iowa 52240; Phone (319) 359-7676. N 0 0 B. The project will be awarded on base bid amount. The Owner carNgectj "i I decline any combination of add alternates identified within the project manual and plans. _ c �r-J --0 rn 2. WORK REQUIRED o _ ca A. Work under this contract includes all materials, labor, equipment, transf?�rtation, traffic control and associated work for the construction of the Wetherby Park Improvements, as described in the Official Publication. B. This project consists of one contract for all work described. C. Schedule and coordinate the construction work to facilitate timely construction of the improvements. 3. SALVAGE OF MATERIALS AND EQUIPMENT A. City of Iowa City retains first right of refusal for retaining any existing materials removed by the contractor during the course of construction. Wetherby Park Improvements Part 1—General Requirements — SPI -1 4. B. The Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment specified or indicated to be salvaged. The Contractor shall protect and store items as specified. C. Any items damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by the Contractor in kind with new items. PLANS AND SPECIFICATIONS A. The Owner will furnish 5 sets of plans and specifications to the Contractor after award of the contract. The Contractor shall compensate the Owner for printing costs for additional copies required. B. Provide one set of plans and specifications for each foreman and superintendent in charge of each crew on the job. CONSTRUCTION FACILITIES A. Provide telephone numbers where Contractor's representative can be reached during work days and on nights and weekends in the event of an emergency. B. Provide and maintain suitable sanitary facilities for construction personnel for duration of work; remove upon completion of work. C. Do not store construction equipment, employee's vehicles, or materials on streets open to traffic. Location for storage of equipment by Contractors is subject to approval by the Owner and Engineer. D. The Contractor shall provide suitable storage facilities necessary forArol storage of materials and equipment. b= r,i ^� E. Contractor shall provide temporary on-site restroom facilities. - in m j'- 6. SUBMITTALS o? Z rn C.) Q A. Provide construction schedule showing dates of starting and completingvarious portions of work. B. Provide 3 copies plus copies required by Contractor. This information shall be submitted to the Engineer at the preconstruction conference or at least 14 days prior to utilization of the particular item on this project. Submit the following information for Engineer's review: Testing reports as outlined in Sections 8 & 9. 2. Manufacturer's data for materials that are to be permanently incorporated into the project. 3. Details of proposed methods of any special construction required. 4. Submit purchase orders and subcontracts without prices. Wetherby Park Improvements Part 1—General Requirements — SPI - 2 5. Such other information as the Engineer may request to ensure compliance with contract documents. STANDARDS AND CODES A. Construct improvements with best present day construction practices and equipment. Conform with and test in accordance with applicable sections of the following standards and codes. American Association of State Highway and Transportation Officials (AASHTO). 2. American Society for Testing and Materials (ASTM). 3. Iowa Department of Transportation Standard Specifications (Iowa DOT). 4. American National Standards Institute (ANSI). 5. American Water Works Association (AWWA). 6. American Welding Society (AWS). 7. Federal Specifications (FS). 8. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 9. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 10. Standards and Codes of the State of Iowa and the ordinarie of &p City of Iowa City, Iowa. 11. Other standards and codes which may be applicable to aee abfz' standards of the industry for equipment, materials and ins€�1iorCUndern the contract. ca 8. MATERIALS TESTS y o A. Material testing is incidental to construction and will be completed by an independent testing laboratory retained by the Contractor and approved by the Engineer. Testing shall meet the requirements of Iowa SUDAS. B. Coordinate all material testing with the Engineer. C. Provide transportation of all samples to the laboratory. D. Do not ship materials to the project site until laboratory tests have been furnished showing compliance of materials with specifications. Wetherby Park Improvements Part 1—General Requirements — SP1 - 3 E. Provide gradation and materials certifications for all granular materials. Certify that sources of Portland Cement and aggregates are Iowa DOT approved. F. Certify that materials and equipment are manufactured with applicable specifications. 9. FIELD TESTS A. Field testing is incidental to construction and will be completed by an independent testing laboratory retained by the Contractor and approved by the Engineer. Testing shall meet the requirements of SUDAS. N O B. Coordinate all field testing with the Engineer. o sn rn C. If test results do not meet those specified, the Contractor shall rAkii,ne` ssa corrections and repeat testing to demonstrate compliance with Qtsgecp atio Contractor shall pay all costs for retesting. `r -o o� w 10. MEASUREMENT AND PAYMENT i w 0 A. Contract lump sum prices are full compensation for furnishing all materials, equipment, tools, transportation and labor necessary to construct and complete each item of work as specified. No separate payment will be made for work included in this project except as set forth in the bid item reference notes. All other items of work are incidental to construction. B. Bid Item 1: Topsoil (LS) — Lump sum price includes clearing, grubbing, stripping, stockpiling and respreading topsoil to an 8" finished thickness. Measurement for payment will be based on percentage complete. C. Bid Item 2: Excavation, Class 10 (LS) - Lump Sum price includes site preparation and the construction of, embankment, fills, shoulder backfill, and backfill behind curbs, overhaul and finishing the soil surface. Measurement for payment will be based on percentage complete. D. Bid Item 3: Subbase. 4" (LS) — Lump Sum price includes furnishing, placing, compacting, and trimming to the proper grade. Measurement for payment will be based on percentage complete. E. Bid Item 4: Sanitary Sewer Service Replacement (LS) — Price includes removal of existing pipe, trench excavation, furnishing new pipe and bedding material, placing bedding and backfill material, connection back to existing service, compaction, testing, and inspection. Measurement for payment will be based on the quantity percentage complete in the field. F. Bid Item 5: Sanitary Sewer Cleanout (EA) — Price includes plug at the end of the main, fittings, riser pipe, cap with screw plug, casting, and concrete casting encasement. Measurement for payment will be based on the quantity installed properly and measured in the field. Wetherby Park Improvements Part 1—General Requirements — SP1 - 4 G. Bid Item 6: Subdrain, Dual Wall HDPE. 6" (LF) — Price includes trench excavation, furnishing and placing bedding and backfill material, engineering fabric (when specified), connectors, and elbows and tees. The length of elbows and tees of the pipes installed will be included in the length of pipe measured. Measurement for payment will be based on the linear feet installed properly and measured in the field. H. Bid Item 7: Subdrain Outlet. 6"(FJ\) — Price includes pipe, non -shrink grout, coupling bands, and rodent guards for pipes 6 inches or smaller. Measurement and payment based on each item complete. Bid Item 8: Water Service (LS) — Price includes trench excavation, boring, dewatering, furnishing bedding material, installation of tracer wire system for non- metallic service pipe, pipe material, valves and placing bedding and backfill material and associated work. Measurement and payment based on the percentage complete of in-place material. J. Bid Item 9: Pavement, PCC, 6" (SY) — Price includes final trimming of subgrade or subbase, integral curb, bars and reinforcement, joints and sealing, surface curing and pavement protection, safety fencing, concrete for rigid headers, boxouts for fixtures, and pavement smoothness testing. Measurement and payment based on the square yards in-place material. N 0 N K. Bid Item 10: Pavement, PCC 5" (SY>— Price includes final trimming of s4rade.ri or subbase, integral curb, bars and reinforcement, joints and sealing,Su[Yce curing and pavement protection, safety fencing, concrete for rigidAeaders, `— boxcuts for fixtures, and pavement smoothness testing. Measure> a1W m payment based on the square yards of in-place material. crn a o� L. Bid Item 11: Temporary Traffic Control (LS) — Lump Sum price incruQes installation, maintenance, and removal of temporary pedestrian traffic cofpl; Measurement for payment will be based on percentage complete. M. Bid Item 12: Hydraulic Seeding. Fertilizing and Mulching (LS) — Lump Sum price includes removal of rock and other debris from the area; repairing rills and washes; preparing the seedbed; furnishing and placing seed, including any treatment required; furnishing and placing fertilizer and mulch; and furnishing water and other care during the care period, unless these items are bid separately. Measurement for payment based on the percentage complete. N. Bid Item 13: Plants, Hackberry Tree (EA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on each tree complete. O. Bid Item 14: Plants, Beech Tree (EA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on each tree complete. P. Bid Item 15: Plants, Red Oak Tree (FA) — Price includes delivery, excavation, installation, watering, placing backfill material, mulching, wrapping, staking or Wetherby Park Improvements Part 1—General Requirements — SP1 - 5 guying, herbicide, maintenance during the establishment period, and replacements. Measurement for payment based on each tree complete. Q. Bid Item 16: Silt Fence (LF) — Includes all materials, labor and equipment required to protect the project site via silt fence and comply with the pollution prevention plan shown in the plans. Measurement for payment will be based on the linear feet complete. R. Bid Item 17: Silt Fence, Removal (LF) — Price includes restoration of the area to finished grade and off-site disposal of silt fence and accumulated sediment. Measurement for payment based on the linear feet complete. S. Bid Item 18: Temporary Fence (LS) — Lump Sum price includes furnishing, installing, and removing posts, fabric, ties, and fittings. Measurement for payment based on the percentage complete. T. Bid Item 19: Construction Survey (LS) — Lump Sum price includes the costs of resetting project control points, re -staking, and any additional staking requested beyond the requirements of this section. Measurement for payment based on the percentage complete. U. Bit Item 20: Mobilization (LS) — Lump Sum price includes the movement of personnel, equipment, and supplies to the project site; the establishment of offices, buildings, and other facilities necessary for the project; and bor4ng, permits, and other expenses incurred prior to construction. Meawremm for payment based on the percentage complete. CD -71 —ii A w V. Bid Item 21: Concrete Washout (LS) — Lump Sum price includes�x8vidr,Qg concrete washwater containment, collection, and disposal. MeasUrrQnen for �m rn payment based on the percentage complete. _° �T W W. Bid Item 22: Demolition Work (LS) — Lump Sum price includes removal the existing restroom/shelter building, existing pavements, existing utilities, and associated materials as noted to be removed on the plans. Contractor to verify demolition quantities. Measurement for payment based on the percentage complete of demolition. X. Bid Item 23: Site Electrical (LS) — Lump Sum price includes installation of the electrical service as per the plans and specifications, including coordination with local electrical utility, connection to existing service, installation of electrical service and conduit, appurtenances, and associated work. Measurement for payment will be based on percentage complete. Y. Bid Item 24: Open Shelter (LS) — Lump Sum price includes materials, permits, equipment, labor for the pre-engineered building kit of the entire open shelter building including but not limited to footings, columns, roof structure, roof, finishes, hardware, electrical, ADA signage, and associated work to provide a full functioning open shelter as shown on the plans in accordance with manufacturer's recommendations and as specified. Measurement for payment will be based on percentage complete. Wetherby Park Improvements Part 1—General Requirements — SP1 - 6 11 Z. Bid Item 25: Restroom (LS) — Lump Sum price includes materials, permits, equipment, labor for the pre-engineered building kit of the entire restroom building including but not limited to footings, columns, roof structure, roof, finishes, hardware, electrical, ADA signage, and associated work to provide a full functioning restroom as shown on the plans in accordance with manufacturer's recommendations and as specified. Measurement for payment will be based on percentage complete. AA. Bid Item 25: Play Eauioment and Surfacing (LS) — Lump Sum price includes work and cost for assembly and installation of the proposed playground equipment including surfacing and associated work as shown on the plans and as required by the manufacturer. Measurement for payment will be based on percentage complete. BB. Add Alternate No. 1: Swing Area — Rubberized Surfacing (LS) — Lump Sum price includes additional work and cost for PCC slab and rubberized play surfacing as shown on plans. Measurement for payment will be based on percentage complete. INCIDENTAL CONTRACT ITEMS A. The following list includes major items that are incidental to the project and will not be paid for as separate bid items. Other items may be designated as incidental under certain bid items. • Dewatering and handling storm water flow during construction • Temporary sheeting and shoring • Pipe and structure bedding material • Excavation, verification and protection of existing utilities • Material & field testing • Construction fencing • Temporary construction signage H • Coordination and cooperation with utility companies �C--) — `� e • Coordination and cooperation with affected property own4g ED • Coordination and cooperation with the City of Iowa City 2 � • Protection of existing utilities and light poles -< r— • Handbill notification of street closures & utility disruption tcta businessesx w • Site cleanup Y' w • Locate of existing utilities, potholing if necessary C) • Maintaining postal, garbage & utility services to users • Monitoring weather conditions • Finish grading • Repair of field tiles, if encountered • Dust control measures • Construction staging & phasing • Working backfill to reduce moisture content • Curb and pavement backfill • Fixture adjustments Wetherby Park Improvements Part 1—General Requirements — SPI - 7 FILED 2020 FEB 18 PM 3: 30 CITY CLERK IOWA CITY, IOWA (�uelQ )jal AIleuollua;ul aSed slyl) SPECIAL PROVISIONS FOR PART 2 - SPECIAL CONSTRUCTION INDEX 1. GENERAL 10. DEWATERING 2. EXISTING UTILITIES 11. TRAFFIC CONTROL 3. PROJECT SUPERVISION 12. TEMPORARY FENCES 4. COORDINATION WITH OTHERS 13. RESPONSIBILITY OF CONTRACTOR 5. CONSTRUCTION LIMITS 14. REMOVALS AND DISPOSAL 6. CONSTRUCTION SCHEDULE 15. SITE ELECTRICAL 7. CONSTRUCTION STAKING 16. FIXTURE ADJUSTMENTS 8. SIDEWALK ACCESS 17. WORK BY OTHERS 9. EROSION/POLLUTION PERVENTION 18. SURFACE RESTORATION GENERAL A. Procedures outlined herein are not intended to fully cover all special construction procedures but are offered as an aid to the Contractor in planning work. B. Cooperate with the Owner and the Engineer to minimize inconvenience to property owners and motorists and to prevent delays in construction and interruption to continuous operation of utility services and site access. C. The Contractor is expected to provide adequate personnel and equipment to perform work within specified time of construction. D. Install and maintain orange safety fence around all open trenches or open structures when left unattended. E. Provide surface restoration and clean up as construction progresses. 2. EXISTING UTILITIES A. Location of utility lines, mains, cables and appurtenances shown on plans are from information provided by utility companies and records of the Owner. B. Prior to construction, contact all utility companies and have all utility lines and services located. The Contractor is responsible for excavating and exposing underground utilities in order to confirm their locations ahead of the work. C. Contractor is solely responsible for damage to utilities or private or public utility disruption. d �'a 1113 =Contractor shall notify utility company immediately if utility infrastructure is Doe'£ drina54"Construction. Wetherby Park Improvements Part 2—Special Construction — SP2 - 1 F. Utility services are not generally shown on plans; protect and maintain services during construction. Notify Owner and affected property owners 48 hours prior to any planned utility service interruptions. G. If utility work does occur during the construction period, work schedules from the contractor and from the utility companies will be submitted to the Engineer for coordination to obtain mutual acceptable schedules, if possible. H. Existing utilities shall remain in substantially continuous operation during construction. Select the order and methods of construction that will not interfere with the operation of the utility systems. Interrupt utility services only with approval of Owner and Engineer. No claims for additional compensation or time extensions will be allowed to the Contractor for interference or delay caused by utility companies. 3. PROJECT SUPERVISION A. The Prime Contractor shall be represented in person at the construction site at all times that construction operations are proceeding by a qualified superintendent or other designated, qualified representative capable of providing adequate supervision. The superintendent or representative must be duly authorized to receive and execute instructions, notices and written orders from the Engineer. B. Issues that arise during construction relating to traffic control, construction staging, resident notifications, mail service, garbage service, access to residences, etc. are the responsibility of the Prime Contractor. C. A meeting with the Contractor, Engineer and Owner will be held at the project site before construction to coordinate the construction work. D. Refer to Division 1 — General Provisions and Covenants for additional requirements. 4. COORDINATION WITH OTHERS A. Cooperate and coordinate construction with the Owner, adjacent businesses, utility companies, affected property owners and other contractors working in vicinity of this project. B. It is the Contractors responsibility to schedule and coordinate work to minimize construction delays and conflicts. 5. CONSTRUCTION LIMITS A. tA166 iEidJJhlyA9)struction operations within the construction limits shown on the Iaca$#gtmg of public right -of way and temporary easements. B�� '£ fi�lncQ ktf gEWEW )ment, vehicles or materials within the right-of-way of any streets open to traffic or parking areas at any time without approval of the Owner. Wetherby Park Improvements Part 2—Special Construction — SP2 - 2 Contractor to maintain access to the existing parking areas and existing school facilities during construction. 6. CONSTRUCTION SCHEDULE A. The Contractor will prepare and submit to the Engineer for approval a project schedule that will assure the completion of the project within the time specified. Construction schedule shall be submitted at or prior to the preconstruction conference. The schedule may only be revised due to weather conditions or scheduling by the Owner. The contractor shall maintain a current construction schedule and provide to the Engineer and Owner at all times. B. The Construction schedule shall be created and coordinated with the Owner so that disruptions to the use of the adjacent school facilities are minimized. C. The Contractor shall coordinate with the Owner the placement of the proposed transformer, light fixtures, and controllers. D. The Contractor shall be required to meet the interim and final completion date as specified in the written Notice to Proceed. E. The Notice to Proceed is anticipated to be on or about April 15, 2019. F. Work on the improvements shall not begin before the date specified in a written Notice to Proceed. G. Substantial completion for the project shall mean that approximately 95% of the project is constructed and acceptable with the remaining work being minor in nature. Project completion, 100% acceptable is October 18, 2019. 7. CONSTRUCTION STAKING A. Construction Staking will be provided by the Contractor. 8. SIDEWALK ACCESS A. Sidewalks and ramps shall be kept open to pedestrian traffic at all times when work allows. Contractor shall install type II barricades with a sign "SIDEWALK CLOSED" when pedestrian access is not permissible. B. No materials or equipment shall be stored on sidewalks. 9. EROSION CONTROL k01 -A9or{trqptor is responsible for erosion control on each park site. Contractor shall 3483193rin �wtth the erosion control requirements of the Iowa Code, and local ordi aces. Protect against erosion and dust pollution on this project site and any 0£ 'C Ind gff t$ depisit or borrow area used for this project. dvo B .Protect adjoining property including public sanitary and storm sewer systems and t Wetherby Park Improvements Part 2—Special Construction — SP2 - 3 streets from any damage resulting from movement of earth or other debris from project site. Repair any damage immediately. C. Prevent accumulation of earth or debris on adjoining public or private property from project site. Remove any accumulation of earth or debris immediately. Prevent repetition of any instance where earth or debris moves from project site to adjoining public or private property. D. Provide erosion control measures necessary to protect against siltation and erosion from the flow of storm water. Maintain continuous operation of the storm sewer system throughout the construction period. E. Use silt fence and other means at all drainage courses, swales and storm sewer system inlets and outlets to protect against siltation and erosion as shown in the construction drawings or directed by the Engineer. F. The Contractor will be fully liable for all damages to public and private property caused by their action or inaction in providing for handling of storm water flow during construction. 10. DEWATERING A. Perform all construction work in dry conditions. B. Submit dewatering methods to the Engineer for review. Obtain the Engineer's approval on methods prior to construction. C. Groundwater levels are subject to variation. No additional compensation will be permitted due to high groundwater conditions. D. If excavation encounters only cohesive soils with no wet sand seams or layers, it may be possible to control water seepage by draining groundwater to temporary construction sumps and pumping it outside the perimeter of the excavation. E. Do not pump water from open excavation in sand and gravel below the natural ground water level. F. Maintain water levels 2 feet or more below the bottom of excavations in saturated cohesionless (sand and/or gravel) soils to prevent upward seepage, which could reduce subgrade support. 1. Install dewatering system (well points or shallow wells) when working in cohesionless soils. �M01 'A J JZ) x,140osts of installing and operating dewatering system are incidental. 10 AIIJ 0c:C Provide for handling surface water encountered during construction. � �(d 911 j 1 833 p�� �] p1. 9event surface water from flowing into excavation, remove water as it "°'lam Wetherby Park Improvements Part 2—Special Construction — SP2 - 4 11 12. 13. accumulates. 2. Divert storm sewer flow around areas of construction. 3. Do not use sanitary sewers for the disposal of trench water. H. Backfill pipe and structures prior to stopping dewatering operations. Do not lay pipe or construct concrete structures on excessively wet soils. The costs of handling both surface water and groundwater are incidental. TRAFFIC CONTROL A. Fumish, erect and maintain traffic control devices as specked in the construction drawings and directed by the Engineer including signs, barrels, cones, and barricades to direct traffic and separate traffic from work areas. B. Provide traffic control devices in accordance with the Iowa DOT Standard Specification, Section 2528, Traffic Control, and the latest edition of the Manual on Uniform Traffic control Devices (MUTCD). C. Adjustments to the traffic control or the addition of flaggers will be required if, in the opinion of the Engineer, undue traffic congestion occurs. D. Provide continuous access for police, fire, and other emergency vehicles. TEMPORARY FENCES A. Install temporary fencing around project site to allow for open excavations and material storage areas and to prevent access of unauthorized persons to construction areas. This temporary fence shall be 6' high chain link fence with top rail. B. Provide temporary chain link safety fence with a nominal height of 48" around existing trees to be protected. Support fence securely on driven posts in vertical position. C. Temporary fencing installed around open excavations or material storage areas is incidental to construction and will not be measured for payment. D. Remove temporary fencing upon completion of construction. ti 0 RESPONSIBILITY OF CONTRACTORE D� m A. Supervision of the work. C -) -< r- rn B. Protection of all property from injury or loss resulting from con o:tio = operations. 0 v w CIO 0 Wetherby Park Improvements Part 2 -Special Construction - SP2 - 5 14. 15. 16 17 C. Replace or repair objects sustaining any such damage, injury or loss to satisfaction of Owner and Engineer. D. Cooperate with Owner, Engineer, and representatives of utilities in locating underground utility lines and structures. Incorrect, inaccurate or inadequate information concerning location of utilities or structures shall not relieve the Contractor of responsibility for damage thereto caused by construction operations. E. Keep cleanup current with construction operations. F. Comply with all Federal, State of Iowa, and City of Iowa City, Iowa laws and ordinances. REMOVALS AND DISPOSAL A. Remove from project site and dispose of vegetation, excess soil excavation, rubbish, concrete, granular materials and other materials encountered as shown on plans and as specified for removal. B. Dispose of materials in accordance with applicable laws and ordinances. Disposal sites are subject to the review and approval of the Engineer. 1. Burning of brush and other debris is not permitted. Contractor responsible for selecting disposal site. 2. Dispose of broken concrete, asphalt, granular material, rubble, excess or unsuitable excavated material. Contractor is responsible for selecting disposal site. 2. Cooperate with all applicable City, State and Federal agencies concerning disposal of materials. 3. The Owner has the first right to any excess materials from construction. SITE ELECTRICAL A. Refer to Construction Plan Sheets, for electrical improvements. 0 N FIXTURE ADJUSTMENTS G' rn - j ✓� W A. The adjustment of any existing utility appurtenances to final grade -6 ccuiderrd- incidental to the site work. m m s Q WORK BY OTHERS A. The Contractor shall perform all activities necessary to properly coordinate the work being provided by the Owner, Utility Companies and work being performed by the Subcontractors. Wetherby Park Improvements Part 2 -Special Construction - SP2 - 6 18. SURFACE RESTORATION A. Finish grade all disturbed areas and smooth, uniform lines without large clods, lumps or debris. Grade for positive drainage. Prepare the finished surfaces for seeding. B. Repair any areas disturbed by construction activities. C. Protect existing turf and pavement. Any damage to turf or pavement to be repaired by the contractor to the owner's specifications. Wetherby Park Improvements Part 2—Special Construction — SP2 - 7 N _ a-_ m 7 i Y � � { m v rn W O Wetherby Park Improvements Part 2—Special Construction — SP2 - 7 FILED 2020 FEB 18 PH 3' 30 CITY CLERK( 0' i'A CITY, IOWA SECTION 1168 00 PLAY EQUIPMENT AND SAFETY SURFACING 171: IiCeI�1►MJ:7:]IN 1.1 SECTION INCLUDES A. Drawings and general provisions of contract, including general and supplementary conditions and Division 1 Specification Sections, apply to this section. B. Section includes the installation of new playground equipment and surfacing as identified on the drawings. 1.2 PRODUCT DESCRIPTION A. Playground equipment and surfacing shall have a proven track record of durability, high - quality, structurally sound and suitable for safe play, each complete piece of which shall be manufactured and designed by a single manufacturer. Assemblages or combinations of products from two or more manufacturers in one piece of equipment will not be accepted. Playground equipment shall contain the components and be designed in accordance with the components and layout shown on the Drawings. B. Playground surfacing shall be resilient poured -in-place surfacing installed in the areas shown on the Drawings. C. Standards: Playground equipment and surfacing shall be designed to meet all current and relevant standards. 1.3 QUALITY ASSURANCE N O fV A. American Standards for Testing and Materials (ASTM): Playgro6b�,equigment.i_, and surfacing shall comply with all relevant ASTM standards for�Og Qid equipment, components, surfacing and materials. Below is a list 6f ASTM technical performance standards that relate to playgrounds. —' n rn �m o 1. ASTM F1487 Standard Consumer Safety Performance SpeciF 'ion Or Playground Equipment for Public Use. :�' w 2. ASTM F2223 Standard Guide for ASTM Standards on Playground Surfacing. 3. ASTM F2049 Standard Guide for Fences/Barriers for Public, Commercial, and Multi -Family Residential Use Outdoor Play Areas. 4. ASTM D2479-12 Standard Guide for ASTM Standard on Poured -in -Place Playground Surfacing. Wetherby Park Improvements 11 68 00 Play Equipment and Surfacing - 1 5. ASTM F 1292 Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. 6. ASTM F1951 Standard Specification for Determination of Accessibility of Surface Systems Under and Around Playground Equipment. 7. ASTM E303 Standard Test Method for measuring Surface Frictional Properties Using the British Pendulum Tester. 8. ASTM D2859 Standard Test Method for Flammability of Finished Textile Floor Covering Materials. 9. ASTM D2047 Standard Test Method for Static Coefficient of Friction of Polish -Coated Floor Surfaces as Measured by the James Machine. 10. ASTM D624 Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 11. ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers -Tension. C. Americans with Disabilities Act (ADA): Playground equipment and surfacing shall comply with the requirements of the Americans with Disabilities Act (ADA), as understood by most recent administrative and judicial rulings and clarification(s) at the time of this specification. D. Consumer Products Safety Commission (CPSC): Playground equipment and surfacing shall comply with the recommended guidelines of the U.S. Consumer Products Safety Commission (CPSC) set forth in the latest version of the Public Playground Safety Handbook and the CPSC's Consumer Products Safety Improvement Act (CPSIA). E. Manufacturer's Experience: Playground equipment and surfacing shall be furnished by a manufacturer with a minimum of ten (10) years' experience in the design, fabrication, and assembly of specified systems. Installer shall be approved and trained by the manufacturer of the playground surfacing being provided. F. Installer's Experience: Playground equipment and surfacing shall be installed by a contractor with a minimum of five (5) years' experience in the assembly and installation of the specified systems. o 0 G. Safety Surfacing Installer: Installation to be completed by an instaipp@ved .l by manufacturer for installation of selected playground safety surf B19.\ - �- -� r— M 1.4 WARRANTY o s �X w A. Safety Surfacing Materials and Workmanship Warranty: Playground safety surfacing tile installation shall be warranted for defects in materials and workmanship for a minimum of 10 years from date of completed installation and project acceptance. Wetherby Park Improvements 1168 00 Play Equipment and Surfacing - 2 B. Safety Surfacing Performance Warranty: Playground safety surfacing installation shall be warranted to meet drop height performance requirements of ASTM F 1292 for a minimum of 10 years from date of completed installation and project acceptance. 1.5 SUBMITTALS & TESTING A. Certification: IPEMA Certification for playground surfacing shall be submitted indicating compliance with: 1. Requirements of ASTM F 1292-13 for playground poured -in-place surfacing. B. Accessibility Confirmation: Manufacturer must submit documentation indicating compliance with: 1. Requirements of the Americans with Disabilities Act (ADA) for playground surfacing and equipment. C. Product Data: Submit manufacturer's product data, maintenance instructions and installation instructions. D. Playground Safety Surface: 1. Submit shop drawings showing proposed layout, for approval by Jurisdictional Engineer. 2. Submit color samples from manufacturer's standard color choices and of selected custom colors for review and approval. 3. Warranty documents specified herein. 4. Certification of Qualification: Submit qualification certification of the playground surfacing installer is an approved applicator of the playground surfacing system. 5. Certification of Compliance: Submit manufacturer's certificate of compliance indicating materials comply with specified requirements. 6. Test Reports: Submit certified test reports from qualified indepement testing agency indicating results of the following tests forct-�n --1 attenuation per ASTM F 1292: = "'w a. Minimum Test Results:[— i. Impact Attenuation, ASTM F 1292: M a. Gmax: Less than 200. -;:o a b. Head Injury Criteria (HIC): Less than 1000. g:x 7. Site Testing: Text impact attenuation of safety surface syst&n undw and around installed playground equipment. Test to be in the presence of Engineer and Owner within 30 days of installation. (6) Six tests to be conducted. (2) Two tests per play area. Locations to be approved by Engineer. a. Test results shall have a GMAX: Less than 200 and HIC less than 1000 in accordance with ASTM F1292 standards. b. Test equipment and operator qualifications. Wetherby Park Improvements 11 68 00 Play Equipment and Surfacing - 3 i. National Recreation and Parks Association/National Playground Safety Institute (NRPA/NPSI) certified playground safety inspector (CPSI). ii. Trained in the proper operation of Triax 2010 test equipment by competent agency. 1.6 MANUFACTURER'S REVIEW A. Play Surfacing Substrate Review: Playground surfacing substrate and trench drain shall be reviewed by Manufacturer's representative to verify the substrate conditions are suitable for installation of the playground surfacing system prior to installation of surfacing. Any concerns of the Manufacturer shall be brought to the Contractor, the Owner and the Owner's Representative's attention. Do not proceed with installation until unsuitable conditions are corrected. B. Manufacturer's representative shall be trained and certified as a Playground Safety Inspector (CPSI) and shall note any items which are not in conformance with the playground equipment's or surfacing specifications or instructions for installation, and which must be corrected before the playground equipment or surfacing can be safely used, or which must be corrected in order for the manufacturer's warranties to be in effect. C. Annual Review: Playground equipment and surfacing shall undergo a one-time annual review to occur one year after installation. PART 2 MATERIALS 2.1 ACCEPTABLE MANUFACTURERS The following pre -approved products and manufacturers have been reviewed and determined to meet all specified requirements. However, said products and manufacturers must still demonstrate they meet all specified requirements. A. Playground surfacing: (Playground Surfacing must meet up to a 12' fall height) N O 1. Poured -in -Place Safety Surfacing System as provided bj5surfaUAmerica, Inc. PO Box 157 Williamsville, NY 14231; Telephone:_ 9W055Tj (716) 632-8413; Fax: (716) 632-8324; E-mail: info(& i an erJcaxme; website: www.surfaceamerica.com. --+� co �m -V M 2. Or Approved Equal. w B. Approved Equal Status: In order to be considered as an `Approved Equal' product manufacturer, the Bidder shall submit the following materials for review 10 days prior to the Bid Opening date for review by the City and Engineer: Wetherby Park Improvements 11 68 00 Play Equipment and Surfacing - 4 I . Listing of exact components to be substituted for the corresponding components called out on the plans; 2. Product data for each component showing conformance with the selected components; 3. A layout plan of the proposed structure or component, with component labels, colors and locations; 4. Other information as requested by the City or Engineer to ensure conformance with the specified product(s). The City and Engineer will review the material and identify `Approved Equal' product status through an addendum for those products that qualify. 2.2 PLAYGROUND SURFACING A. I3 �11Ol ',(1I0 C. 11x370AIto I (8 :£ Nd 8! 83d �ZOl Poured -In -Place Playground Safety Surfacing System, including the following: A poured -in-place safety surfacing system, include the following: a. Resilient playground safety surfacing that meets ASTM and CPSC guidelines for impact attenuation and accessibility requirements b. Primer: Urethane c. Basemat: 100% recycled SBR (styrene butadiene rubber) and urethane. Thickness based on ASTM F 1292 requirements for critical fall height. Coordinate with Drawings and Playground Manufacturer. 1) Mix: 16 + % Urethane, 86% Rubber (Based on entire rubber & urethane mix) d. Top Surface: Blend of recycled ethylene propylene diene monomer (EPDM) rubber and aliphatic urethane binder meeting the following requirements: 1) Mix: 22% Urethane, 82% Rubber (Based on entire rubber & urethane mix) 2) Dry Static Coefficient of Friction (ASTM D2047): 1.0. 3) Wet Static Coefficient of Friction (ASTM D2047): 0.9. 4) Dry Skid Resistance (ASTM E303): 89. 5) Wet Skid Resistance (ASTM E303) 57. Surface Color and Pattern: See Drawings for surface patterns and colors. Final color selection to be approved by Owner. Submit color samples for approval. See Drawings and associated specifications for details on concrete edger, trench drain and concrete base construction. See Drawings and associated specifications for storm drainage utilities for trench drain specifications. Wetherby Park Improvements 1168 00 Play Equipment and Surfacing - 5 fiF.", IirwW4111 41ANd 3.1 UNDERGROUND UTILITIES A. Contractor shall contact the appropriate utility locating service(s) and shall request that all underground utilities be marked on the ground prior to commencing work. 3.2 LOCATION A. Location: Playground equipment and playground surfacing locations are shown on the Drawings. Contractor is responsible for verifying adequate vertical and horizontal depth of safety surfacing is provided for playground equipment in accordance with specifications and playground manufacturer requirements, recommendations and specifications. 3.3 INVENTORY, STORAGE, PROTECTION AND DELIVERY A. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. B. Packing List: All shipments shall include a packing list for each skid/container, specifying the part numbers and quantifies on each skid or within each container. C. Packaging: Posts shall be individually packaged in sturdy, water-resistant, mar -resistant cardboard boxes. Other components shall be individually wrapped or bulk wrapped to provide protection during shipment. Small parts and hardware packages will be placed in crates for shipment. The components and crates shall be shrink-wrapped to skids (pallets) to ensure secure shipping. D. Hardware Packages: All shipments shall include individual component -specific hardware packages. Each hardware package shall be labeled with the part number, description, a component diagram showing the appropriate component, package weight, a bar code linking the hardware package to the job number, assembler's name, date and time the package was assembled, work center number and work order number. E. Storage and Protection: Store surfacing materials protected from harmful environmental conditions and at a minimum temperature of 40 degrees F (4 degrees C) and maximum temperature of 90 degrees F (32 degrees Q. Protect playground equipment and surfacing from damage prior, during and after installation until acceptance of project. VM 01 'lk 110 V,'A 01 0 mate Wayground equipment prior to assembly, in order to ensure that all 1 •£ �n ndd arts are available. Notify in writing the Owner, Owner's j j epr sepp Ir Manufacturer's Representative of any missing components or `.r��l Wetherby Park Improvements 1168 00 Play Equipment and Surfacing - 6 parts. Do not proceed with assembly or installation until all components and parts are available. 3.4 LAYOUT A. Contractor is responsible for verifying layout prior to installation. Layout playground equipment and surfacing within play area, indicating locations for footings and other components which are supported by concrete footings. Confirm all playground equipment has safety surface within required safety fall zones. 3.5 FOOTINGS — PLAYGROUND EQUIPMENT A. Depth of Supporting Posts / Uprights: Depth of supporting posts / uprights below grade shall be per the manufacturer's detail drawings. B Size and Depth of Footings for Supporting Posts / Uprights: Supporting posts / uprights shall be cast into a minimum 36" depth concrete footing, width per the manufacturer's drawings. 3.6 ASSEMBLY — PLAYGROUND EQUIPMENT A. Playground equipment shall be assembled strictly per the manufacturer's specifications, drawings, instructions, and recommendations. Assemble all components and parts, with parts loosely fastened, in order to ensure that playground equipment can be completely assembled. B. Place loosely assembled playground equipment in excavated holes for footings, in order to ensure that layout matches playground equipment dimensions. C. Level and align playground equipment per the manufacturer's specifications, drawings, instructions, and recommendations. Brace, shim, and otherwise stabilize playground equipment such that it is not displaced from its correct horizontal and vertical alignment when concrete is poured in the footings around the supporting posts / uprights. 3.7 INSTALLATION -PLAYGROUND EQUIPMENT a. Installation Documentation: Manufacturer shall provide order -specific, step-by-step instructions for assembly of each component, including equipment assembly WA 01 `A 11 Jdpis, estimated hours for assembly, footing dimensions, concrete quantity for N d 3 1 0 Miett bury components, fall height information, area required information and i `£ Hd 8 Idetai) material specifications. V -Tib. Contractor is responsible for verifying location in the field. Playground equipment (331 Ishall be installed with the correct horizontal and vertical alignment. Wetherby Park Improvements 11 68 00 Play Equipment and Surfacing - 7 C. Pour concrete in footings to a minimum 36" depth around supporting posts / uprights and other components supported by concrete footings. Tighten clamps and all fastening hardware while concrete is setting, to ensure that the playground equipment is maintained in its correct horizontal and vertical alignment by the hardened concrete. 3.8 INSTALLATION & PREPERATION - PLAYGROUND SAFETY SURFACING A. Install playground surfacing and associated substrate in accordance with manufacturer's specifications, requirements and recommendations. Complete installation recommendations are available from the manufacturer. B. Do not proceed with playground surfacing installation until all applicable site work, utility, playground equipment installation and other relevant work, has been completed. A Manufacturer's Review of the playground equipment must be performed prior to installation of the playground surfacing and associated concrete base material. C. Environmental Requirements: Install materials between a minimum ambient temperature of 40 degrees F (1 degree C) and a maximum temperature of 90 degrees F (32 degrees Q. Do not install safety surfacing during rain events or if rain events are anticipated within the next 24 hour period. D. Keep area clear of dust and loose debris. E. Concrete Base: 5" depth PCC, 3500psi min. The brushed finish concrete base shall be uniformly sloped with construction joints spaced at 8' max. See Section 32 1313 Concrete Paving for additional specifications. Allow concrete to fully cure — up to 10 days prior to installation of safety surfacing. Concrete surface shall be clean of all dust, dirt and debris which may prevent proper adhering of safety surface materials. F. Concrete Base Primer Application: Using a short nap roller or brush to apply manufacturer's primer, at the rate of 300 ft per 2 gal, to the concrete base and any adjacent vertical barriers that will make contact with the safety surfacing system (i.e. playground equipment support legs, curbs or slabs). G. Basemat Installation: Install basemat at a constant density of 29 pounds, 1 ounce per cubic foot to specified thickness, using screeds and hand trowels. Coordinate re wired thickness with playground manufacturer's critical fall height for d cWiik4 bund equipment. Allow basemat to cure for sufficient time, in �Wrl"a Wth manufacturer's recommendations and requirements. Protect I £ a t traffic and equipment. Pnmrf X13- H. Basemat Primer Application: Using a short nap roller or brush to apply (@w3fa rer}s primer, at the rate of 300 ft per 2 gal, to the concrete base and any Wetherby Park Improvements 1168 00 Play Equipment and Surfacing - 8 adjacent vertical barriers that will make contact with the safety surfacing system (i.e. playground equipment support legs, curbs or slabs). I. Top Surface Installation: Install top surface, in color specified, at a constant density of 58 pounds, 9 ounces per cubic foot to nominal thickness of %2" (3/8" minimum and 5/8" maximum), using screeds and hand trowels. Allow top surface to cure for a minimum of 48 hours, in accordance with manufacturer's recommendations and requirements. Protect from foot traffic and equipment. At the end of the minimum curing periods, verify surface is sufficiently dry and firm prior to allowing foot traffic and use without damaging the surface. 3.9 SUPERVISION A. Maintain constant supervision of playground equipment until concrete is sufficiently hardened and movement of supporting posts / uprights and other components is no longer possible. B. Protect the installed playground surface from damage resulting from subsequent construction activity on the site. END OF SECTION MAOI 'A110 V'",01 )1'U1310 A111 I £ :£ h'd 81 833 ozgz (M I Wetherby Park Improvements 11 68 00 Play Equipment and Surfacing - 9 b— 4LED 2920 FEB 18 PK 3: 31 CITY CLERK 10VIA CITY, IOWA (juel9 ual AIleuollua;ul aSed slyl) i � O CONSTRUCTION PLANS FOR s WETHERBY PARK IMPROVEMENTS ' 'LED Y a� -3EEB 18 PIi 3: 31 CITY OF IOWA CITY, g ITY CLERK{ JOHNSON COUNTY, IOWA :',� CITY, Io`;=r, a - _ o ` SHM IRaX ,C.T. LO- CATION `rted F_6 snm xumw sneerme � Z CI00 TITLE SHEET 0C101 PROJECT INFORMATION C10EXISTING SRE SURVEY z c103 DEMOLITION PLAN c3osREurourPLANm rOp C201 DIMENSION PLAN 0300 GRADING PIAN m SURNSAVEC400 SHELTER DETAR9 CWt RESTROOM DETAILS MORMBLVDRESTROOM DETAILS O O GDETAILS 4U G0JOINTINGDETaIS PROJZ0 UZ_aj_ _ z,, i — w N '� *•'a(Ep1N°uxl6.ySv0 ":'�` Er .NF,e��mr•���..<wr I�nr.NYy�a.>.�ar.�+.m..�r �.o�a .umrnner..Re m, wa Fx 06fOcHQW1/n3 .03W wo VICINITY MAP aaf Lu Ww LL Zco SNYDER BASSOCIATES 17777777 ede hecloo 1 LOCATION MAP PROJECT DESgtIpTHNI B $E BID: CONSTRUCTNNJ OF, NETMERBY PARK IMPROVEMENTS SW4I INCLUDE, BUT NOT UNITED TO DIENCI 110N OF EXISTING WRDINGS, PAVEMENTS. UDLmUT ES MR) ASSOCED WORK AS KNOWN ON ME PLANS. INCLUDES PROPOSED IMPROVEMENTS OF GRADING. SANTIARY SEWER, WATER SERVICE, ELECTRIC SERVICE. OPEN SHELTER, REKTROp1 BUILDING, PLAY EQUIPMENT INSTALLATION. TMYG MUMMINGK AND ASSOCWTED WORK ADD ALTERNATE N0. I: THE ADDITIONAL COST FOR PROVIDING RUBBERIZED SURFACING IN ME SWING PRAY MEA PROJECT ITEMS Item # Item Description Reference QTY I Unit Section 2010 - Earthwork, Subgrade, and Subbase S PURCHASE PND ENGINEERED WORK FIBER SURFACING, MO HAVE IT 1 Topsoil 2010,1.08, D. 1 1 LS 2 Excavation, Class 10 2010. 1.08. E 1 LS 3 Subbase, 4" 2010,1.08, I 1 1 LS Section 4010 - Sanitary Sewers D OF THEE AN CONTRACT DOCUMENTS WHICHFORMA CONSIST OF THESE PUNS AND TNN PROJECT MWUAL INTERPRETED TO MEAN THAT ME ENGINEER OR CITY OF IOWA CITY IS ASSUMING MV 4 Sanitary Sewer Service Replacement 4010,1.08, F 1 LS 5 Sanitary Sewer Cleanout 14010,1.08.1 1 1 1 EA Section 4040 - Subdrains and Footing Drains CT. BE ITEM$ NET INCLUDED W THESE DOCUMENTS SHALL BE CONSTRUCTED AS PER IOWA THEE DO PER IOWA 6 Subdreln, Dual Wall HDPE, 6' 4040,1.08, A 180 LF 7 Subdreln Outlets, 6" 4040,1.08, D 1 EA SNetion 5010 - Pipe and Fittings CONTACTOR IS RESPONSIBLE FOR REPURS OF DAMAGE TO ANY EXISTING 8 Water Service 5010,1.08, E,1 I 1 I LS Section 7010 - Portland Cement Concrete Pavement 9 Pavement, PCC, 6" 7010, 1.08, A 600 BY 10 1 Pavement, PCC, 5" 7010, 1.08, A 125 BY Section 8030 -Temporary Traffic Control La 11 1Temporary Traffic Contrd 8030, 1.08, A 1 1 LS Section 9010 - Beetling + 12 1 Hydraulic Seeding, Fertilizing and Mulching 9010,1.08, A 1 LS Section 9030 - Plant Material and Planting b' 13 Plants, Tree, Hackberry 9030,1.08, A 3 EA 14 Plants, Tree, Beech 9030,1.08, A 2 EA 15 Plants, Tree, Red Oak 9030, 1.08, A 5 EA Section 9040 - Erosion and Sediment Control e A T1NF[yYM IiMt TH� LITI B B OWN COMPRISE ALL SUCH UPIRIES IN THE AREA EITHER IN 16 Silt Fence 9040, 1.08, D. 1 1 370 1 LF 17 1 Sift Fence, Removal 911.08, D. 2 370 1 LF Section 9060 - Fence UTILITIES SHOWN I/{ EXACT LOCATION INDICATED. VERIFY LOCATKNN OF AL 18 ITemponary Fence 19060, 1.08, F I 1 I LS Section 11,010 - Construction Survey E 19 Construction Survey 111,010, 1.08, A 1 LS Section 11,020 - Mobillzatlon 20 Mobilization 111,020 1.08, A 1 1 1 LS Section 11,050 - Concrete Washout y {I y 21 1 Concrete Washout 11,050, 1.08, A I 1 LS Special Provision Items 22 Demolition Work WA 1 LS 23 Site Electrical Service WA 1 LS 24 Open Shelter Building WA 1 LS 25 Restroom Building WA 1 LS 26 Play Equipment Installation & Surfacing WA 1 LS Add Alt. INDIA Swing Area- Rubberized Play Surfacing & Installation N/A 1 LS GENERAL NOTES EQUIPMENT AND ENGINEERED WORK FIBER SURFACING, AND HAS SELECTED THE is ENGINEERED SHOWN INT PLANS ME OWNER WILL EQUIPMENT ANDMANUFACTURER.AND S PURCHASE PND ENGINEERED WORK FIBER SURFACING, MO HAVE IT TO MES IS FOR ASSEMBLING AND DELIVERED TO ME SRO. THE NI SURFACING AND ASSOCIATED INSTALLING ME PRAY EQUIPMENT. SURFACING MO MSCCIASHA WORN AS SHOWN ON W PIANS. PLAY EQUIPMENT ANO SURFACING MATERIALS SHALL BE INSTALLED AND 1. CONTRACTOR SHALL CONSTRUCT MET IMPROVEMENTS BASED UP ME M CONSTRUCTION ANDD ME, E N9 METHODS SEQUE.PUNGBOF CONSTRUCTIONOPERATIONSS N Y D E R UNDER NO CIRCUMSTANCES SHALL ME INFORMATION PROVIDED HEREIN BE D OF THEE AN CONTRACT DOCUMENTS WHICHFORMA CONSIST OF THESE PUNS AND TNN PROJECT MWUAL INTERPRETED TO MEAN THAT ME ENGINEER OR CITY OF IOWA CITY IS ASSUMING MV a AND TECHNICAL ANY WHICH CONTAINS BIO LIN CONSTRK (� CT. BE ITEM$ NET INCLUDED W THESE DOCUMENTS SHALL BE CONSTRUCTED AS PER IOWA THEE DO PER IOWA f SrAIEVIICE URBAN DESIGN AND SPECIFICATCN5151/OAS). p "y 2 CONTACTOR IS RESPONSIBLE FOR REPURS OF DAMAGE TO ANY EXISTING 4 IMPROVEMENT a URINU.CONSTRUCTION, SUCH AS. BUT NOT LIMITED TO, UTILIT Do TABIES, PAY ELM, SAPIN CURBS. ETC. REPAIRS SNAI BE EQUAL TO OR BETTER UN ', EXI511Ng CON[�IIUIBI T CONTRACTOR'S EXPENSE. La ]. L CM&CTOR IS RESPONSIBLE FOR CONDUCTING A SITE VISIT PRIOR TO BIDDING TO + BECOME FAMILIAR WITH EXISTING FEATURES AND CONDITIONS. b' A <. UTILITY WARNING UT1L}LE HAVE BEEN LOCATED FROM FIELD SURVEY IND gN�TTDJ��apEC9RD AIRED. ME SURVEYOR MAKES NO GUARANTEE e A T1NF[yYM IiMt TH� LITI B B OWN COMPRISE ALL SUCH UPIRIES IN THE AREA EITHER IN L` 'SERVICE OR MMWNEO THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES SHOWN I/{ EXACT LOCATION INDICATED. VERIFY LOCATKNN OF AL % UTIyrIESB�FGR9csp(11rlou. E 1 Lei Lt-- 444 �^ 5 nptfrT� CQI(S�PR�IMTO BEGUILING ANY CONSTRUCTION ACTIVITIES M0 y {I y ONS ''CCtla�1 ICER$ rEL=N WRING CONSTRUCTION .-LOH#Ac IS RESPONSIBLE FOR DETERMINING IXIST ENACT T ANO MI D STRUCTURES H SH OEPrH OF ALL LINES MOITEMSHOT NOT sN LLIFSMOI PRTION WN FOR OR NY AMAG ITEMS NOT FOR FOR REMOVAL OR MODIFICATION. ANY DBE Q Y REPAIRED TO THE UTILITY OWNERS REMOVAL SHALL REP IR D TO E IO ATTHE CONT X SPECIFICATIONS ATTXE CONTRACTOR'S EXPENSE. E O g S. LENGTH OF UTILITIES SHOWN ON PUNS ARE DIMENSIONED FROM CENTERLINE OF STRUCTURETO CENTERLINE OF STRUCTURE AND INCLUDES FLARED END SECTIONS. F 7. ALL TRAFFIC CONTROL SHALL BE PROVIDED IN ACCORDANCE WIN REQUIREMENTS SET Xpp FORTH IN ME MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). WREN ' rROADWAY, CONSTRUCTION ACTIVITIES OSHALL SHC F Q CC BE PROVIDED. FUGGERSS OCONORMTO MEMI IN APPEARANCE. EQUIPMENT AND ACTIONS. U 2 6 W C 9. CONTRACTOR SHALL NOTIFY OWNER MO ENGINEER AT LEAST 0 HWRS P M TO BEGINNING WORN. y .� 9. DIMENSIONS, UTUMES AND GRADING OF THIS SITE ME BASED ON AVAILABLE = j INFORMATION AT THE TIME OF DE NIGN. DEVIATIONS MAY BE NECESSARY IN ME FIELD. Q JR ANY SUCH CHANGES OR CONFLICTS BETWEEN THESE PIANS AND FIELD CONOTN)NS ME TO BE REMINDED TO ME ENGINEER PRIOR TO STARTING CONSTRUCTION. ME ^ CONTRACTOR SHALL BE RESPONSIBLE FOR LAYOUT VERIFICATION OF ALL SITE ti IMPROVEMENTS PRIOR TO CONSTRUCTION. F 10, CONTRACTOR SHALL REFER TO PLANS AND SPECIFICATIONS FOR LOCATION OF ALL C: UTILITY ENTRANCES INTO BUILDINGS. CONTRACTOR SHALL COORDINATE ME Q INSTALLATION OF UTILmES IN SUCH A MANNER AS TO AVOID CONFLICTS AND ASSURE -j PROPER DEPTHS ME ACHIEVED, AS WELL AS COORDINATING WUX CITY AND UTILITY �J REQUIREMENTS AS TO LO KP NS AND SCHEDULING FOR TIE-INS AND CONNECTIONS C_ PRIOR TO CONNECTING EXISTING FACILITIES, 11. REFER TO ME PWIS FOR ENACT LOCATIONS MD OAENSNNNS OF ME BUILDINGS. SIDEWALKS. AND UTILIUES. 12. CONTRACTOR TO LOAD AND TRANSPORT AIL MATERIALS CONSIDERED TO BE UNDESIRABLE AND MOT TO BE INCORPORATED INTO ME PROJECT TO AN APPROVED OFF -SIZE WASTE SITE. 13, THE CONTRACTOR IS RESPONSIBLE FOR CLEANING DIRT AND DEBRIS FROM NEIGHBORING STREETS. DRIVEWAYS. AND SIDEWALKS CAUSED BY CONSTRUCTION ACTMTIES IN A TIMELY MANNER. ME CONTRACTOR SHALL KEEP ME PROJECT SITE NEAT MIO ORDERLY AT ALL TIMES "ILE CONSTRUCTION IS IN PROGRESS. ACCESS STREETS TO ME PROJECT SITE SHALL BE KEPT CLEAN OF MUD. DEBRIS. PAPER AND WASTE MATERIAL AT NL TIMES. N 1A. THE ADJUSTMENT OF EXISTING UM -MY APPURTENANCES TO FINAL GRADE IS CONSIDERED INCIDENTAL TO ME SITE WKWOO r Z 15. ME CONTRACTOR SHALL SE RESPONSBLE FOR INSTALLING AND MAINTANING MV EROSION CONTROL MEASURES ON SITE AT ME TME OF CONSTRUCTION ANO AS W N NECESSARY WRING CONSTRUCTION. CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR MAINTAINING ANY EXISTING EROSION CONTROL MEASURES ON SITE AT THE TIME OF CONSMUCTN)N. GRADING AND SOIL EROSION CONTROL LOVE REQUIREMENTS SHALL BE MET BY CONTRACTOR. LU 16. CONTRACTOR TO COORDINATE NATURAL GAS, ELECTRICAL TELEPHONE AND MY ` / OMER FRANCHISE UTILITY SERVICES WITH UIILIiY SERVICE PROVIDER AND THE O OWNERPRIORTOCONSTRUCTON. 17. CONTRACTOR TO VERIFY Y AUTILITY CROSSINGS AND MNTAN MINIMUM W VERTICAL '� AND IO IIOU20NTAL CLEARANCE BETWEEN ULUUTIES. CONTRACTOR TO COORDINATE a v UTILITY FOOTING TO BUILDING AND VERIFY CONNECTION LOCATORS AND INVERTS paaRTO wnsmucnal. O Z vI IS. CONTRACTOR SHALL PROVIDE TEMPORARY FENONG AND GALES WRING CON TRUCRON To SECURE ME SITE. COM^ DINIME WITH OWNER AND Cm OF IOWA Y O CITY FOR LOCAT IN AND ADJUST AS NECES ARY DURING CONSTRUCTION. V I ADJUSTMENTS WRING CONSTRUCTION ME INCIDENTAL TO THIS BIO ITEM. 19, CONTRACTOR SHALL PROVIDE 'SIDEWALK CLOSEDSIGNAGE AS REQUIRED BY THE CITY Q OF IOWA CRY AND PROJECT PLANS. IN 2O. DO NOT STORE MATERIALS OR PLACE EQUIPMENT IN STREET OR PUBLIC RIGHT -0F -WAY. O CONSTRUCTION STAGING ME TO BE COORDINATED VCM ME OWNER 21 ME CONTRACTOR IS RESPONRBLE FON OBTAINING ALL PERMITS, UTILITY FEES, AND W Z ASSOCIATED COSTS AS NECESSARY FOR CONSTRUCTION. N YS. CONTRACTOR TO PROTECT EXISTING TREES TO AIRMAN WRING CONSTRUCTION AND LL LU F SHALL KEEP MATERIALS AND VEHICLES GOT OF ME TREE ONIPINE LIMITS. Q 2 A. SAW�CUT TO FULL DEPTH AL PAVEMENT TO BE REMOVED. REMOVAL LIMITS TO BE TO r O }, WED ANDADPROVED BY EN NEAREST MNNTAND REVIEWEDGINEER. W 24. CONTRACTOR IS RESPONSIBLE FOR PROVIDING POSITIVE DRAINAGE FOR 0 IMPROVEING.MENTSANDWORRY2WORRY ENGINEER OF MY ISSUES PUM TO FINAL GRADING. a co 25. ME OWNER HAS COMPLETED A REQUEST FOR PROPOSALS PROCESS FOR THE PLAY EQUIPMENT AND ENGINEERED WORK FIBER SURFACING, AND HAS SELECTED THE ENGINEERED SHOWN INT PLANS ME OWNER WILL EQUIPMENT ANDMANUFACTURER.AND S PURCHASE PND ENGINEERED WORK FIBER SURFACING, MO HAVE IT TO MES IS FOR ASSEMBLING AND DELIVERED TO ME SRO. THE NI SURFACING AND ASSOCIATED INSTALLING ME PRAY EQUIPMENT. SURFACING MO MSCCIASHA WORN AS SHOWN ON PIANS. PLAY EQUIPMENT ANO SURFACING MATERIALS SHALL BE INSTALLED AND PL APPROVED BY A CERTIFIED PLAVG0.WNO INSTALLER. ED CERTIFIED M CONSTRUCTION ANDD ME, E N9 METHODS SEQUE.PUNGBOF CONSTRUCTIONOPERATIONSS N Y D E R UNDER NO CIRCUMSTANCES SHALL ME INFORMATION PROVIDED HEREIN BE ASSOCIATES INTERPRETED TO MEAN THAT ME ENGINEER OR CITY OF IOWA CITY IS ASSUMING MV RESPONSIBILITY FOR CONSTRUCTION SOLE SAFETY OR THE CONTRACTOR'S ACTIVmES. D. A CONCRETE WASHOUT AREA SHALL BE UTILIZED BYTXE CONTRACTOR MD ALL SUBCONTRACTORS. CONTRACTOR TO COORDINATE LOCATION OF CONCRETE Iwpn Nu: 1MG513.01 WASHOUT WITH CITY OF KAVA CITY. GENERAL CONTRACTOR TO BE RESPONSIBLE FOR - NJUNTNNINGTHISFEATUREANDPROPERDISPOSALUPONCOMPLETIONOFPROJECT. Sheet C101 � 3 N gni � LEGEND EXISTING SITE SURVEY U k FEATURES USTING Spot Elevaish 'BI Contra, Essalion 60 FenceCheiLink) twa (BBNn Link)ltl, Hag)—p--p--�� Oc✓JO Ferce(// To. (Silt) Tree Line /WVWyV\ Tree Stump Diaduous TIn ree a Shrub O - -I �1--(-' CoMfemus Trod \\Shrub Vt-- AaPhea siaewaR _\ i � 4 Communication Ov Meatl Communicagon---cm(9 Feer Op3c -FOw(y UnaeMouna ElecMc---ue(•)--- -- \ / �� �\ OverM1eatl Electric ---m(•)--- O _ \\ _� Blue BeekeW1 / Gas Main with 5'¢e---i'm('�-- \ / /�.� \\ 1 Cora j E High Pressure Gas Main witM1 Slxo---e'wc(•F-- j \ Dy Be/ _` \ l` i O g Water Ma in with Sao -- -ew(-) - - _ b SeM �\ \ \ �\ / / i Sanitary Sewer with Size ->-IS(•)->- Nee \ \ \\ ) / Dud Bank sCv"v un, --_ A \ \ \\ \\ \ L $ Test Hole Loc04on for SUE WAD $t MMeI3Mp \ Z a (')Danes the survey 9uslity sellae keel for utiliGee - - - - - Ung wnn \ /� — \ \ R.'EqurouR ��\ 0 IyIg Sanaery Manhole f on__- _ \` -- g Cannan Pa] \ / .�____� z Storm SaWerwith S¢a-»-'snpl-»- ___- p ¢b a \EF E.=T13L5 \\` Sat'BM \\ ` `\\�� Vi M"C Sbml Mann ale F Single Stonn Sewer Intake O \I Rlm=Tt195 ^\- \ \ = d Douala St.. Sewer Intake m Lam_ Calnw/mye / 9MypMgBtlnae °P \ O File Hyalant A O _ Fire Hydrant on Building a _ - 210` WMer Main Valve Water Service Valve S _ ° H Well `(((GkUP 00O 1- U Utility Pole T '! _ \ \ \ Q Guy Anchor T __-- UtilityPolewahLight 0� ^\ __ - _ O 3 Utility Pole with Transformer s Armed \ RiSS1353 O Sheet Light}� B°JEem in eg __ -30Btm Gp Yard Li9M1t Eledrb Box Electric Trermfomar m \ IMb• 20.4 .� \ T2MC Sign Communicatlon Pedestal Cammun anon Mannde IS \ 712UM / ShearxHn gym'. _ Communication HanaMle AD \\ \/ CP Fiber Optic Menlwle ® >\ \ .P __----_ Fibro Op0c HalNbole Gas Valve Gas Manhole ® \\ \\ \\ U Gas ApparatHs © \ \ Fence Post or Guard Pod as \ leaeh and � Raw GA '^ Untlxgreuntl Storage Tank ® \ It Above Ground Storage Tank ® \� �aK- _ passw� / Sign B° A - _-'212 gn park LYNI Satellite Dian f -- 1 Z w Mailbox 1 w N SPNnMsr Head + Irrigation Control Valve .Kv SMe ork \ W UTILITY QUALITY SERVICE LEVELS \ \ _ \\,- '\ W .ITUFYy LEVEL5AAMNOF IUESARES,SIM. TIEPMENLLEASWNXTHE \ --_ \\ > QUALITY LEVLSGWNENTIESA ESHO NINTH PARENTHESES MEBISEGON _ \ � O THE CI(ASCE 36x3 STON= \ �- OVALINLEVELIOINFORMATIONISDERIVESFROMEXISTING URLITY RECORDS \� 310 �/ ♦ 1 OR ORPI RECOLLECTIONS, ``\ VI ALIIYLEVEL C)INFORMATB)NISCBTNNEDBYSURVEYINGANO%ATTINO VSIBLE ABOVEGROUND UTILITY FEATURES AND USING PROFESSIONAL JUOGMFNT IN CORRELATING THIS INFORMATION WITH P\ \ \ DUALITY O INFORMATION. DUALITY LEVEL (B) NFORMAMON I50BTAINED THROUGH THE APPLICATION OF ` ` \ ` APPROPRIATE OAMAREACEZONTAL METHODS TODETERMINE UTILTHSEXISTENCE \\��_� \ \\ `��\ _� LU VI ANOA➢PROXLUSITE HORIZONTALL POI AND TI ALPOINUON FUNDER QUATITY OBTAINED YACTUATALANS REONAENIFIG0NOFUNRERIOUSLY ° -� ---- --- __ \\� \\ \\\ W V� UTILITIES SUBSURFACE UOLFTEXPOSULL ON VHEIIISI CONDIIW6LY - �2 `\\ \\ LL N EXPoSEL. AND OTHER CHARACTERISTICS WELL AS THE III SIM CON01110N. \ �� �� _ \ LL MATERIAL. AND OTHER CXAPACIERISTICS. -` _ UTILITYWARNING THE UTILITIES SHOWN IUVE BEEN LOCATED FROM FIELD SURVEY EAT MIOIOR RECORDS OBTAINED. THE SURVEYOR MANES NO GUAGUARANTEETEE THTHTHAT 1HE VTUTES OR SUBSURFACE FEATURES SHOWN COMPRISE ALL SUCH ITEMS IN THE m AREA. EITHER IN SERVICE OR Ad CONED. THE SURVEYOR FURTHER DOES NOT WAMANT THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN ARE IN THE W EXACT LOCATION INDICATED EXCEPT WHERE NOTED AS WPLIIY LEVEL A. W NOTES Z 1) SLA G LINES AND CORNERS ARE FOR USE IN PREPARING CIVIL SITE PIAN DIN DOCUMENTS. BUILDING CORNERS AND BUILDING LINES SHOULD BE BENCHMARKS ~ SPECIFICALLY VERIFIED AS NECESSARY. PRIOR TO DESIGN FOR CONSTRUCTION CONTROL POINTS (n Z OF ANY PROPOSED EXPANSION OR CONNECTKKI OF BUILDING COMPONENTS. NORTH AMERICAN VERTICAL DATUM OF 19M M0M AV-GEOID1iA) W X 2)FOR CWET'PURPOSES, SURVEY SPOT ELEVATIONS ARE NOT SHOWN ON THIS ARRN DERIVED -US SURVEY FEET IOWA STATE PLAINS SOUCOORDINATE SYSTEM SURVEY BUT ARE CONTAINED WITHIN THE DIGITAL CABS FILES, NADB](Z I EPOCH 2010 00) DERIVED - US SURVEY FEET i W '^ 3) FOR THE PURPOSE OF THIS SURVEY, STORM SEVER, SANNANY SEWER AND SM5p2 ELEV-70.aa LP30 N=<01T00.53 E-21S20aaM DTO8s3 > vI WATER MAIN LINES ARE ASSUMED TO FOLLOW A STRAIGHT LINE FROM RAILROAD SPIKE IN LIGHT POLE, NORTH OF PARKING LOT ON 1R'REBPR WITH RED PtASTICCM,H-tU WEST OF WEST STRUCTURE TO STRUCTURE. NORTH SIDE OF PARK, -1 -IT NORTH GF NORTH PARKING LOT 4)UTWTYSERVICE LINES TO BUILDINGSARE APPROXIMATE ONLY, ANINTERNAL. EDGE.(AS SHOWN ON SURVEY) PARKING LOT EDGE. NORTHWEST CORNER OF SIM, (AS SHOWN NO INVESTIGATION EXW VATIDN ANNOR SUBSURFACE ON SURVEY) LO CATINGNESIGNATING WOULD NEED TO BE PERFORMED TO DETERMINE THE CP31 Nb0151733 E=01835]1.0] Z'71361 ®'OWA� LOCATION OF SERVICES ENTERING THE BUILDING. DATE OF SURVEY 1IY REBAR WITH REO PLASTIC W. -1-15' OF SOUTHEAST N 5) UNDERGROUND PIPE MATERIALS AND SIZES ARE BASED UPON VISIBLE EVIDENCE ASPHpLTSIDEWALK MG, 5CUIHEASTCORNER OF SITE pS VIEWED FROM ACCESS MANHOLES/STRUMRES. DUETOTHECONFIGURATION AL 2019 SHOWN ON SURVEY) ONE CALL ANNOR CONSTRUCTION OF THE STRUCTURE, R MAY BE DIFFICULT TO ACGURAMLY DETERMINE THE PIPE 1MTERIALAND/OR SIZE. THE SURVEYOR WILL USE THEIRJUDGMENT AND EXPERIENCE TOATIEMPTTO DETERMINE. BUT COMPLETE ACCURACY CANNOT BE GUARr1N1EED. 1'806292.8989 WWW.IoNvaonaacal.00m S N Y D E R BAS S OC I ATES mol=e No 119,0513.01 'EST Sheet C902 GENERAL DEAIOLRpH NOTE& A CONIRACTORB OIELDLOCATE.VERIFY. DEMOLITION PLAN CONSTRUCTION NOTES 1, EXISTING FEATURES. PROTECT THE FOLLOWING: A EXISTING PAVEMENTS. B. EXNNG URLITIES, C C(RUNGTREESNEGETATION. O. EXISTING FEATURES: SIGNAGE, FURNISHINGS, ETC, 2 EXISTING FEATURES, CONTRACTOR TO REMOVE AND DISPOSE OF THE FOLLOWING. A EXISTING PAVEMENTS, B, EXISTING BUILDING. ROOF. WALLS, FOOTINGS. AND UTILITIES, ETC ELECTRIC LINE AS SHOWN IS FORILLUSTRATIVE PURPOSES ONLY, CONTRACTOR TO COORDINATE WITH MIDAMERICAN ENERGY IN ORDER TO FIELD LOCATE THE ELECTRIC LINE; REMOVE AS NECESSANY, O. EXISTING PLAY EQUIPMENT FOOTING, EDGING. MI AMID, AND ANY ASSOCIATED SUBDRAINS, O. EXISTING ORILL ASSOCWTED PAVEMENT S FOOTINGS. E. EXISTING CURB. P EXISTING METAL STEPS AND ASSOCIATED FOOTINGS, G. EXISTING TREES. 3. EXISTING FEATURE TO BE REMOVED AND REINSTALLED BY CONTRACTOR IN A LOCATION ON SUE SELECTED BY OWNER: A OLSTING BOULDERS AND STEPPING ATONES. B. EXISTINGSIGNAGE. C E%ISNNG LIGHT POE, A, MID -AMERICAN ENERGY COMPANY WILL COMPLETE THE FOLLOWING WORN: A. DISCONNECT ELECTRIC CONNECTION TO EXISTING SHELTEWRESTROOM AND IJGHT POLE WHIM LIMITS OF WORK ELECTRIC LINE AS SHOWN IS FOR ILLUSTRA➢V£ PURPOSES ONLY, CONCO TRACTOR TO ORDINATE WITH MIOAMERICAN ENERGY IN ORDER TO FIELD LOCATE THE ELECTRIC LINE. B. EXISTING UTILINES TO BE LOCATED, DISCONNECTED, END PROTECTED, AND RECONNECT TO FUTURE REMO IA: A, WATER SERVICE. FIELD VERIFY LOCATION AND SIZE. COORDINATE DISCONNECT WITH IOWA CITY WATER DEPARTMENT. 0 SANITARY SEWER SERVICE. FIELDVERIFY LOCATION AND SIZE. - - - BlA \l. \\ m MMWI \ \\\\ \ I LI 13 Ooud CITY CLERK \\ANe Iii#tCIT y \ x Am I \ \ \ (a12DD \ \ 1AxM Sbp = \ \ — —\ ____i a � — r / BIWdM Blorgs.----•\ \ __ \000 / L \ yT ------------------- --- A6°tlLB \ RIm=713E — ' Bo..S. � n �30 Bme Gp —XI3� LiR eM CMenup SI, Pen slpn 1. \ e / / I I E I VL! r W N 2 W Lu H o a CL 0 N N Q Z Q CL a ad co z at w O W W_ O �-- w W Z In N 5 SNYDER &ASSOCIATES PmRcl Ho, 119,051301 11 GENERAL NOTES A ITEMS SHOWNTO BE REMOVED ON DEMOLITION PLAN HAVE BEEN REMOVED FROM THIS PIAN FORCIARRT OF PROPOSED IMPROVEMENTS. SITE LAYOUT PAN CONSTRUCTION NOTES 1. PAVEMENTS. PROVIDETHEFIXLOMNG: A WDEPTHPOC. B. SDEPIHPCC. 2. PLAYGROUND, PROVIDE THE FOL -MING: A PLAYGROUND AREA INSTILL PUY EQUIPMENT. SUBDRAIN. AND ENGINEERED WOOD FIBER SURFACING. SEE DETAILS. B. SWINGS AREA.INBTALL SWINGS. SUZERAIN, AND ENGINEERED WOOD FIBER SURFACING. ENGINEERED WOOD FIBER IS BASE SID. SEE DUN", C. LINE SHOWN IS APPROXIMATE SAFETY ZONE FOR PLAY EQUIPMENT. CONTRACTOR TO VERIFY SAFETY ZONE LIMOS MEETS REQWREMENTS DURINGTHE INSTALLATION PROCESS. D. ADD ALTERNATE I: PROVIDE POURENN-PUCE RUBBERIZED PLAY SURFACE, COLOR: RED 3. BUILDINGS, PROVIDE THE FOLLOWED A BURRED RESTROOM WITH PCC FLOOR. RESTROOM DOOR ORIENTED TOWARD PARKING LOT. SEE DETAILS, B. ROMTEC SHELTER; CENTERED IN PCC SLABSEE DETAILS. 0, TEMPORARY FENCING FOR CONSTRUCTION IMPROVEMENTS, PROVIDE THE FOLLOWING: A. PROVIDE BHIGH CHAIN LINK FENCE FOR CONSTRUCTION FENCING WITH TOP RAIL. PROVIDE GAGES WITH LOCKS. ADJUST LOCATIONS AS NECESSARY DURING CONSTRUCTION. 5, FUTURE SITE FURNISHINGS BY OWNER INET IN CONTRACT(: A. GRILL. B. BENCH. C. BIKE RACK Q ELECTRICAL IMPROVEMENTS. CONTRACTOR TO PROVIDE THE FOLLOWING. UNLESSOTHERNISENOTED: A ELECTRIC SERVICE LINE IN CONDUT. CONNECT TO NEW SHELTER AND RESTROCId. R ELECTRIC PECESTAL', SUPPLIED AND INSTALLED BY CONTRACTOR COORDINATE WITH MIDAMERICAN ENERGY. C. ELECTRIC METER CONNECTED TO PEDESTAL, SUPPLED AND INSTALLED BY MIOAMERICAN. COORDINATE WITH MIDAMERICAN ENERGY. D. FIELD VERIFY EXISTING DISCONNECTED ELECTRIC SERVICE LINE AND CONNECT TO NEW PEDESTAL. COORDINATE WITH MIDMIERCAN ENERGY. E. ASSISI LOCAPCN GF EXISTING SERVICE LINE FROM EXISTING TRANSFORMER) ELECTRIC BOX (NOT SHOWN) HGETH OF EXISTING PARKING LOT. ]. STORM SEWER IMPROVEMENTS, SEE GPADING PLAN. B. SANITARY SEWER IMPROVEMENTS. PROVIDE THE FOLLOWING: A CONTRACTORTOLOCATEANDREMOVEEXISTIM38ANRMYSEWERSERVICE LINE FROM EXISTING BUILDING, B. PROVIDE BPVC SANITARY SEWER SERMCE LINE TO NEW RESTROOM BUILDING AS NECESSARY. 3uiWlnB on . nate PaE RE=112Ae LEXISTING NSFORMIRIELECTF = SHOWN), NORTH OF PARKING LOT, G WITH MIDAMERICAN ENERGY, BE AII'Ke SMen'alk w � ` ECCE OF SHELTER 2{S �S Ile SHELTER B. WATERCE. PROVIDE THE FOLLOWING: A CONTRACTOR TO LOCATE AND REMOVE EXISTING WATER SERVICE FROM KEY SCIENTIFIC NAME COMMON NAME NOTES EXISTING BUILDING. EKSTS CO Ceks acdtlenlelM COMMON HACKEBERRY B&B B. PROVIDE NEWWATERSERVICE FROM EXISTINGUNETONEWRESTROOM. FS Fpin syNBtlre \ p0F OR QVBICIB rubra NORTHERN RED OAT( B&B Lu 2C 2D \ / Q 0 SAREAS Ca C ,A O 8 / w / N SIX/ \I a a IA =]1283 / ca m F STING W SP SH W P Q 0 IRMIM-712.81 OBB O9B w L Z RESTROOM 3r � cn 6A IN BenoN PIANTSCHEDULE TYPE KEY SCIENTIFIC NAME COMMON NAME NOTES CO Ceks acdtlenlelM COMMON HACKEBERRY B&B U pIS FS Fpin syNBtlre EUROPEAN BEECH B&B p0F OR QVBICIB rubra NORTHERN RED OAT( B&B 3d 202Q FEB 18 Piiw3 BS311 ORB\CITY CLERK K tnwA CIT Y. 100, ' rye rae I x / I 00-80 OOOO O 00 I ® � I o 00 O \ O O� D OO p 00 O / PLAY AREA ,A � AcggH SN - E I, o Z Lu2 Lu Q 0 Ca C O w Y N a a a CL a ca m F W 0 W Q 0 w L Z 3r � cn N SNYDER D &ASSOCIATES P.B,,Nm 119D51301 FES I Sheet C200 GENERPL NOTES A ITEMSSi TOBEREM BE DEMOLITIONpIA MN EBEEN REMOVED FRgA TXIB PWI FOR CLNItt OF PROPOBEO IAPROVEMEHIS. 0 .W W W.6 F.. I_II E=1192W991 N60t119.98 n-77 1TT �F=318210].TI IN IN 10 AWW15�6exalF V I�q XN=601728.66 r 'F E -21821t]82 RES 62.0 PLL 6 NMOIMQ E=2162110.13 38.8'ROOFLINE E- N -17 2182 2182111)08 366 0' SHELTER �II II L--- --77 N=90t661.06 / Ea21B2126.T0 N601fi]fi.fi$ 5.0' E=31821<0.16 IE_2,8211589 �e E=218212541 Ee21B21618] / \ 4 1 1 �S I / / RESTROOM w 1UI 8.22 E=2 2182188.22 m E=2182M0T� R8 lE 1�-1�SB�3t b b E=2182191.19 FEB 18 Ply 3� 31 BWtBuxero611 CITY CLERK- AA CITY, wO CENTER OF 3Y RRDIVB N�t%651 E=2182211N 8 P I rata I 0000 0 / I o° ® ° t 11 °o o ° ]8, Nb1611.01 ° E.21B3228,81 O RM` 0 O °O O PW AREA II 1 NMOIBMB2 E=21822B1]8 w R Jo m A W N 2 W W > a 0 tY V a O w N a a a a ca m a w0 W 2 c W W E N /ice' N SNDERY N Y CI ATEB 0 �e P�oreN xn. 118.0513.01 Sheet C201 GENER NOTES m A ITEMS SHOWN TO BE REMOVED ON DEMOLITION PLAN HAVE SEEN REMOVED FROMTHISPL FORCWi OFPROPOSEDIMPROVEMEMS. GRAD LO NIRACTCR TO NI TRIP NOEANDSTOCKPILEFROMKLMEAB OI5NRBE0, B. RESPREAD TOPSOIL TO A S' MINIMUM DEPTH OVER MEAS SXgYN. �\ \_ $ R4 m FX ]08.11 $ L G PROVIDE ION. N CONTROL AROUND ON SM PS NECESSARY TO CONTROL — \ — — — gypLell Sitlewalk SITE EROSION. E%, )06,19 — —`\ .\ ' GRADING PLAN GENERAL GONBTRUCTION NOTES EX708.39 LSTORMSEWERIMPROVEMENTS. PROVIDE THE FOLLOWING: _ _ e �� EK 707.67 A PROVIDE 6' DUAL WALL NON -PERFORATED HDPE SUBDRAIN AT MINIMUM 0.5% \ 0 PEOVIDE W DUAL WALL PERFORATEO HWE SUBL IN AT MINIMUM 0.5%SLOPE �rvQ SLO 8. PR -- 7W 3 --_ —" __ \ a REFER TO DETNLs. --_/^ 708 26 2 z / / 1 CSU BDRNNOUTLET.SEESUDASDETAILb .233. D l—""—_ / —`\�\` I 2874 FEB 2. SILT PENCE(TYP.1 \` q \\ ( o 100l� E z \)10 T1.% 30 11025 ` "]1050 \ — — — Z ---\ _ B iM 6 on _ / //CmPNe24 \ 71 65 711.50 \ � ___ Z F.F.E.-712 \ ]1065 � � ` `\ -- ____ C'O d 0 0 m.w mA0 � INV. : ]we � \ "___ )ta� \ n /^\ " / r \ \ 71+01 \ � 1" ¢ — U ---I 711 Q wm=71191 71t70 — _ mao O 711 39 m.)s � — 711,55 — •]11.93 ]1196 712,151 ]119. 0 X71200 712W IIN.: ]11.65 7119P �\ ]12 W \ p// IB ]12.00'C/ ]11.93 •nv0 71zm — � \ \ n W INV 719.es T,2as •123 o INv.mo35 �../ (712,11 1230 EX 712.0 ]12.15 712w 71130 ` -- — Z � � n12sD — ____ \\ �� � 712m .. Lu W G a \ eb Ex. nz.9B — M.W emt2ea STING 71275 — — _ - 5 H \\\\\ it2w6 OQ _\ �. LL U PA I \ �rzea _ 71265 11298 710.00 71300 71285 —N `\ I 71265 ---- Y w \ ]10.00 ]13W \ //J 71308 \\\ �( )12.60 Z w 2 ---a uC ` ]12]0 71000 naW � W \ w 712 W (7 ` \\ � 1311 71330 —L Q V IiI1y V 7t22W 0p ]1269 \ _ " W Q / itz.W )law 71aA0 ' tz� 712.12I > U2 N v \v �! E% )118] — E%. 712.15 71159 \ \ `-- M71 63 \ EX 71212 \\ u � �XSiSewelk \ n �G ]SheetC300 WEATHER 6FaM METAL CONDI 6EINSTALL CC LIGHT (2) TOTAI MODEL MW A: MANUFAMRED BI LtTHOM: LIGHTtµ^a.[ENI MOVNI }XBE vuN VIEIV nrvv --A— P, vPN'Iwbs ARE w U 1RE1lM-h ARGXIOAL REAe6P'TPTW GF W ME BNLOiN6.ALL GIMtTL5VM4. 1£1T:RE5 NJD LGNPLNEN55HOVIIl qi T11CC rt2CLMINARY LRAWNG5 MPT OR MAY FYII BE RT OF TIE 0.YTE. PLJ. REFEN TOTM YQEL£1RPLY N1(.1DYVM Y0.R (LOR xgBCP 9LPPLY. /-�� A 1FLff PLAN D 0 scu5ne. roro' c 1 SHELTER -FLOOR PLAN SCALE:N S 1 3 SHELTER -FOUNDATION srALe: Nrs xmoar BRAciffr 6W W1 RAFlBL BE4f, M 6 XIOG9i BRIGKEf1 A ILWMN, M 6 Xm[ipl BeAG[ET ELEVATI�I VIEW bWWIR EEEAMmm . l W Luo 6 T CaNL SL..B 1'V e5 REBNts tC Q'EW Q9L �e 6LU4AM G`2 EEMI, M U g i( I�� �l B'FSW MEEREpFLL ra.J 1 F .'a x5 iLl %'-0' EWILDMb U IYLN BLO6.R 1/6':1r IM'J � 0 M BRCM6. ALL DIMdSGTIs. FEANREB µp 3a 8y N4 - IQIPQIEM95XMY QI TXEiE PRFLMQQM�PAi{RLY�PL�T� fiGTEP MAY GR MAY NOI BE pyLT MM aDIE ANV 5ER Le2yi�,gC.g-�^. �[,y O pGR 9G(pE OP• -Y. E— 6WLAM taMM,M(elB w WrM RERF fin .•,. Y CLERK otf 4WMNs, CITY, IOWA �h tow"k W e bC °� � �g,° ° I � M.FMRi6 �4 •a+. �� � ° °�° FILL LLI M >_ 9 I I 0E o =—T= roC1.=Ar xAB 1.]'x 5/Bw FFILL va/ ,r // FLATNE^�'L 5F1F LPJELM6 POLTLRCMANG 3PAVNT G S RB3M[M5VH A5 FWE 6faNL. D PER SXEET AS.F L I I I I p I I xF I I I � I I I I L42 ®--------------- ® F 0 � -.I°- ----------------- ------------------ �e# .a STltRL._RB'cc Y x` A 1 TML®OLFM6 (GNOFETE FMAYIN5NM6. ��9�9 � 100TI -L B CUSTOM A pg24 e rmeerAL I I I FOUNDATION EXAMPLE B�. � Sq A t� .4 M 3 SHELTER -FOUNDATION srALe: Nrs xmoar BRAciffr 6W W1 RAFlBL BE4f, M 6 XIOG9i BRIGKEf1 A ILWMN, M 6 Xm[ipl BeAG[ET ELEVATI�I VIEW bWWIR EEEAMmm . l W Luo (319 R®Nt VAl! 10/10 WMI LR 5 R®AR O �e 6LU4AM G`2 EEMI, M F-1 6W VN SB-BGM. M ra.J 1 F .'a x5 � T1.Cl RW VIBV��l A��R A U IYLN BLO6.R 1/6':1r IM'J fRBR1MPRr PRGXIIFLP-FAL R@RE'@RPl OF 0 M BRCM6. ALL DIMdSGTIs. FEANREB µp ^ / N4 - IQIPQIEM95XMY QI TXEiE PRFLMQQM�PAi{RLY�PL�T� fiGTEP MAY GR MAY NOI BE pyLT MM aDIE ANV 5ER Le2yi�,gC.g-�^. �[,y O pGR 9G(pE OP• -Y. E— 6wwXPosT WrM RERF fin .•,. Y CLERK otf 4WMNs, CITY, IOWA �h tow"k W @ ELEVATION VIEW SHELTER -ELEVATIONS SCALE. NTS PO5T FOOTING DETAIL xx3: r.ro• SHELTER- DETAILS scALE: Nrs Li a II W V/ W Luo (319 R®Nt VAl! 10/10 WMI LR 5 R®AR O `2 ,6'OfBi LGl1RILTGTi4 F. 6RALE LPR'JH, � G2 AWAY � U IYLN BLO6.R 1/6':1r IM'J 0 — °—'— h h •�• .6/a E— 6wwXPosT WrM RERF fin .•,. J otf W 0 W MORTLRE BNFRBt BEIY�HDI CGWMN A:0 bC °� � �g,° ° Pure Br �xsnua •a+. �� � ° °�° FILL LLI >_ 9 6RGVT TO FlLL VGm BY I1BTN19[ �(LAAP.\OTm \�� T+ eorceRa JOMr.M �eF TBGIO o =—T= roC1.=Ar xAB 1.]'x 5/Bw FFILL va/ ,r // FLATNE^�'L 5F1F LPJELM6 POLTLRCMANG 3PAVNT G 1?FPGM TOP 6'AIH RB3M[M5VH A5 OF GONG 5LA5f D PER SXEET AS.F L x.Nx r.ra' @#3E 4 ` ?. MMtfl SNCVr F ILL CffiW � -.I°- No X NT POLR. FILL T E✓1PNDIN64 .tlMT COMPOAVO. AT WSTALLEtS .I 1 � ' A 1 .a STltRL._RB'cc Y x` A 1 TML®OLFM6 (GNOFETE FMAYIN5NM6. -L rmeerAL I I I B�. � Sq t� .4 M W VERTIGLB.Rc: I a �. I I A)s BARS En MMPAcrEVFLL f ��� A I PO5T FOOTING DETAIL xx3: r.ro• SHELTER- DETAILS scALE: Nrs Li a II W V/ W Luo `2 � U CL G 0 a - J otf W 0 W L Lu LLI >_ 9 N � ISNOYDERI &ASSOCIATES wolacl w. 1190513.01 Sheet ;400 BYlEOL DESLRF'P� Inw WALL TYPE SCHEDULE i— METAL 12q^iF ; aAHTITM� "FC cm eeer.� MANOHAY ! 1 IX,H.gR NMLL LI5N3 9 .. WALL PYM MLRTA Y,I`E l l/ SAI M,FKJIL WALL LI6Nn , APOV,EO.P1L. wMNING jTl Q PRELI I,in WGX^�,ELTureaA REv2�wrA�q lF^ 1r _�l� yp y d M,911LR GCIl1&WM5 t BR,D rATICiN. ��1 9 I,. THE DZINb, /iL OMEN 5FEAILRES M'D f =z A 4 L 0 RaR D ] THEY PUH VB'I nNv ELEJATION GRN'Yv64 APE n C� CQnTpMENTs 3XOWN ON T, FRE{JM — gs (n �. PMLL HttMV? , TIDE BLILOHb. ALL pMEN5LOIl. FEANR� MIDN C ORM^vMbs M CR MAr NOr 6e dnW TIE .� mrnE FLErse EFER ro rNe SCG r 5 _ U '.w IWLL FILLET 1 p Mm EERVILeb'LeiIER PROJIIJED „IIiH f1 iiijjB3 F LLMFONe1ry y,OWi ON THESE PRELJMMARY ( I ',. FOR FUMIELS PRET AFD �iLLTe OF BUPPLY. /�� O-ELT"L L , OLYJ,E PLEMABE^Y^Y R�6EeYO�� VPPLr a J 31 % i m M[T a TiDn T1"U ROLL 1P DEPB�6eA , Nm.LAVK.6' LEiIEt FROJfiED PT, Y0.R tiG,E LLJ __ Yi LLJ Gal FLR RLMIEL9 MLGP6a9 Ef/JPE 6 EIPPLY. p JIE HAHOEANrt,ZER r — 2Q2QFE8 18 PIS 3° a ,� CLELiFUL EI(XAUST FAN , -y CLERK `� O F PAH ET FAN TOLFrA - it Inw CITYH10 A ` Je 3 1 tlp ELEVATON VIEW 3.�R tlg O 1 `fi, g3 v I ELALE,., ..1 g UNISEX i€ o i€ i 0 �m LPIPT FEQ BOMO.MTT [ O �t5 _ BIPN6 FAf-L' P' H S y N = MECH • nMeER POST, BE.ws. fi oL < Fv DF covcRwE W�ix yy@ RAFl>3'S 3I ® (err WsrALLaU p°' eEMwT FBEe Ur oven T pg [ Ip 2 . LF (jQ�y Aa LONLRE,E N TyA o+ LONLREIE WVX y6 G rAT,GPry N6 �9 MY IBT.LLLOPU gggg EFb F gg Y A @@ @ FLOOR PLAN n e o8 .lE G NATION VIEW q@ �. 2 RESTROOM- FOUNDATION DETAILS RESTROOM- FOUNDATION DETAILS CO SLALE: NTS 0 SCALE: NTS V Z WALL TYPE SCHEDULE U s — s T,�' Gy.. �•YO,Dc ® Q NOTES: Z CONYMI MLRTAA JOMTB.6OF KC O L i z ROMIECCPREENG REEKED SWILLING KIT WITH MANUFACTURERTOR SHALL COORDINATE ORDERING. PURCHASMG, . CONTRACTOR TO INSTALD SCHEDULING OF L PER W tOLIO ALL LEI -LE RLHNM6 EON0 E— ilii MANUFACTURER'S RECOMMENDATKNIS, REQUIREMENTS, AND SPECIFICATIONS. C tl tl ■ E(I�V'R WALL FATTBPH_ tl G Lid f'CgNL gL.Ie Py,y COLUMN W A e,bM 'E6iE0 FLLL B LCR,CRE,E MA5ONRY LGLK Y4LL L3L�BASE BID vT,MptTArt. HID,bROv!® i J —CE6RR TIMBER POST TO SLAB Q 9OI.m,W.LFIL9 RUNNINb BOHG Ld O SIDING —/ ` LL BASE BID' v FIBER BOARD TO SLAS a 1 THBE PLSH vlew PND EFynTldl oICAWNGS Nee A COLOR: INTELLECTUAL GRAY O r~ FRELIM1N ty PR4NITELTVRAL RFFEADITAMM OF DOORSIFRAME THE WILDMb. ALL OIMIXSIOrv9, FPA,MtC AND �� �E URBANE BRONZE. DOOR LOCK TO BE COORDINATED WITH OCCUPANCY SEN BCR ANOcn .FOHE+T55HOVN LN THEE FRH,M. TIMER COORDINATE WITH IOWA CITY PARKS DEPARTMENT. DRFWN65 MArGR MAY NOT EE PART OP THE Y I I pq2 rLPA9e rte,HC TO THE SIGPEIi hRLY 6B4YY METAL RMF BE MEDIUM BRONZE,UNA.CLAO, Ab MANUFACTURED BY FIRESTONE. B s AHD secvreLET,eL PFOlIDI9 rvrtHrarcamestlp J ILR ROiMTPLS PBGICSm Y/R LF S'IFTLY. ,5 RAND DRYER EXfefILR YW.I- ; Ez,esvR WUL N py{C BLAPE V HANG DRYER, XU@ SPMYEO NICKEL. 120 VOLT Q ] SE2 THE FOLLOWING ITEMS RELATIVE TO THE STRUCTURAL. COMPONENTS SHALL BE SUPPLIED BY THE H 06 O VY COMRACTOR W t. qLL MATERWB, EQUIPMENT AND LABOR FOR FOOTINGS, INTERIOR AND EXTERIOR SUBS. AND UMIJPGlE 5V8 t PAW p 1ytl� SIDEWALKS. M a Imo/ A nav[ .SgS 2. LATEX EPDXY PAINT WALL FINISH. LY G LZ� L E eI0K WALL M vLLsy S. CONCRETE SEALING /Xy tE <, MASONRY(CONCREITIGROUTANDREBAR y� O W 5. NOTE: THE CONTRACTOR MAY BE REQUIRED TO NOTCH CMU BLOCK FOR BOND BEAMS AND CUT B / 6 �E 6 Z B FULL BLOCKS TO CREATE HALF BLOCKS . ROMTEC IS NOT RESPONSIBI£ FOR MY COST CA CONSTRUCTION O Q T LLNGETE RUND S, SEAUOSEDWOCO. N FOR. E%PO WITI TRIS WORK T N r. TYPICALFASIENER8 bULH AS WJLS, STAPLES, AND BLRkIYb. B. INTERIOR FLOOR BLAB SHALL INCLUDE EPDXY COATED REBAR r 2 W Z " EXTetKM W.LL :� � w '�{pQO co EMefGR WALL J. CV OF LMI PRNILY YNLL� beiRAl. �Pj IN '/ WKL h7l6 qi eXEETS /jp$9 B ti ] 1 TME®t TRLYa T B B EVTEH51LlIOAIOH ��900��/16 LQCVpI GF PXIQIGTx YILL.I _• LMu r4LL LLMR0. J'JMi EXAMPLE FOUNDATION TM S N Y D E R SfMP V,' • 1'd' 3 RESOOM-FOUNDATION F,�l=a No: 118.0513.01 0 SCALE: MTRS Sheet 0401 EXTERIOR WALL FOUNDATIONS - GHOO5E ONE OF THE FOLLOWING SEE FLOOR PLAN FOR EKTERIOR NWLL LOCATIONS, SHEET 4 BtGGK oehV�x91 /\ :r"m°u�R �` /�`:/`' •TrBMaGrm O \\%r\ 1 I . • ' - F 1�KRT� T�EF� + R®ARF G AL Z LL � RI FS R®M LGHT. RB3AR P9L DETALL F£R YYLL • N •• In m - B.. f91 x5 tlMPNu® 1] SGiEG11E .LLTBtNATE XGacs ]a x lB).s rcmmuFv MONOLITHIC SLAB OPTION °TD x°16 LwP CONCRETE STEM WLL AFOOTINS OPTION CMU STEM WALL OPTION PB2 WALL�� BLDGR FOR STEM WALL SUPPLIED BY INSTALLER EXTERIOR MALL FOUNDATION DETAIL OPTIONS 1 I Bcue P • ra' GENERAL NOTES: • WHEN USING EITHER 5TEM WALL OPTION RECESS 5TEM WALL THE THICKNESS OF 5LAS AT DOOR THRESHOLD • MIVP Y WALLS 5HA I- HAVE A SO" WIDE x 13" DEEP FOOTING • GMU 5TEM WALL OPTION, GMU BLOCK 5 BY INSTALL • VERTICAL REBAR IN SLAB/STEM W TO MATCH VERTICAL WALL REINFORCEMENT LAP PER WALL SCHEDULE 1 RESTROOM- FOUNDATION DETAILS SLAIE: NTS 5 RB3AR Pa[ DETNL 4/1 CEN1FR®N r„I-L B r ` O RB'vxR FEt CET.VL,/T , '._. GMU BLOCK WAIL I.LT@L1ATE XCCICS INTO B4B ApFRp,'( yb' LEJ6N6 v W TO MATGX VERTKALR®IA MLRTNIE® � yjj FI LAP Pat WALL 9GX6UIG 2iC W (9)SREHAR GQTWIPl � $'� WaV OJO[ bINEiAEO FILL _.III I �rc I -� MbBELOW MALR (s3 d' WDFJ rf, XLRPRJTK 4 REB4[ � BYcc PEHAR µL51GEa OF GPBIMG5 a •. / NATNC ^AIL pL PILL O[i GG1nrr,G,mwsor 'I��'I � UpF�e THICKENED 5LA5 AT INTERIOR WALL5 w1ur .K PBt PU 091 05FLTYM] t.�X, FzI'F£ SFE PLOOR PLAN PGR MTERIOR WALL LOCATIONS. SHEEP 4 3� vFFFaS�g TT P�1BT BUME62®FLL l'{ 19 (L 9RBi^R VJNT iJ'/,O ✓a°f"OR9RCBAlte IB' GGBV GPIIRAGTG1Ly FW FN9X BRALE OPIGN. 6LLPB NWY O Z 6 PPGTI BLC6.R Va':,S LNO S GMU REBAR PLACEMENT h1.S REBAR eTGP CQMSE fGRr9t � _ PO r'� @ mF ' OJ@t 6'B16N�!®FRE 1101 • ••�• AO' /n`CQPILTm FY1 �e£c •'![-. NARGUND roRCEME11rL �� W2 rOOP,B � ���!! �Xaea l.. n EDGE OF GONG 5LAB VEaTDnL�Ren+F WTI STANDARD BENv wT PLL WRNERS ANDIILRZ REBAR TO WIAND L �A� BON-e:r-ra 1H �6 pqKSq {, ^ ATIV tM `/�R/TI�C�A�L REBPR wT ALL OFEN N6 j,J\ 1TypGgL �/ . \ GM A�IXE PKaE jY C1 -El i"� 1YpQ REB4C PCf RTAL 1/AJ.4 F9(LETA1,/AS,� 1-9EE SPLKE NO2 1 FHt AIL 1/A5.9 �'�a Ol@ �COMPKI®FLL 0 BtGGK oehV�x91 /\ :r"m°u�R �` /�`:/`' •TrBMaGrm O \\%r\ 1 I . • ' - F 1�KRT� T�EF� + R®ARF G AL Z LL � RI FS R®M LGHT. RB3AR P9L DETALL F£R YYLL • N •• In m - B.. f91 x5 tlMPNu® 1] SGiEG11E .LLTBtNATE XGacs ]a x lB).s rcmmuFv MONOLITHIC SLAB OPTION °TD x°16 LwP CONCRETE STEM WLL AFOOTINS OPTION CMU STEM WALL OPTION PB2 WALL�� BLDGR FOR STEM WALL SUPPLIED BY INSTALLER EXTERIOR MALL FOUNDATION DETAIL OPTIONS 1 I Bcue P • ra' GENERAL NOTES: • WHEN USING EITHER 5TEM WALL OPTION RECESS 5TEM WALL THE THICKNESS OF 5LAS AT DOOR THRESHOLD • MIVP Y WALLS 5HA I- HAVE A SO" WIDE x 13" DEEP FOOTING • GMU 5TEM WALL OPTION, GMU BLOCK 5 BY INSTALL • VERTICAL REBAR IN SLAB/STEM W TO MATCH VERTICAL WALL REINFORCEMENT LAP PER WALL SCHEDULE 1 RESTROOM- FOUNDATION DETAILS SLAIE: NTS 5 RESTROOM- FOUNDATION DETAILS 5CALE: NTS RB3AR Pa[ DETNL 4/1 CEN1FR®N r„I-L B r ` O RB'vxR FEt CET.VL,/T , '._. GMU BLOCK WAIL I.LT@L1ATE XCCICS INTO B4B ApFRp,'( yb' LEJ6N6 v W TO MATGX VERTKALR®IA MLRTNIE® � yjj FI LAP Pat WALL 9GX6UIG 2iC W (9)SREHAR GQTWIPl � $'� WaV OJO[ bINEiAEO FILL _.III I �rc I -� MbBELOW MALR (s3 d' WDFJ rf, XLRPRJTK 4 REB4[ � BYcc PEHAR µL51GEa OF GPBIMG5 a •. / NATNC ^AIL pL PILL O[i GG1nrr,G,mwsor 'I��'I � UpF�e THICKENED 5LA5 AT INTERIOR WALL5 2' A e" .K PBt PU 091 05FLTYM] t.�X, FzI'F£ SFE PLOOR PLAN PGR MTERIOR WALL LOCATIONS. SHEEP 4 3� vFFFaS�g TT P�1BT Y ONG SLAB FV 6xb l'{ 19 (L 9RBi^R VJNT iJ'/,O ✓a°f"OR9RCBAlte IB' GGBV GPIIRAGTG1Ly F� a k FN9X BRALE OPIGN. 6LLPB NWY O Z 6 PPGTI BLC6.R Va':,S LNO S GMU REBAR PLACEMENT h1.S REBAR eTGP CQMSE fGRr9t � _ PO r'� @ mF •° tl. op 0° 1101 • ••�• AO' /n`CQPILTm FY1 �e£c •'![-. NARGUND roRCEME11rL �� W2 rOOP,B � ���!! �Xaea l.. n EDGE OF GONG 5LAB VEaTDnL�Ren+F WTI STANDARD BENv wT PLL WRNERS ANDIILRZ REBAR TO WIAND L �A� BON-e:r-ra 1H �6 {, ^ ATIV tM `/�R/TI�C�A�L REBPR wT ALL OFEN N6 j,J\ 1TypGgL �/ . \ GM A�IXE PKaE jY C1 -El i"� RESTROOM- FOUNDATION DETAILS 5CALE: NTS \/ 9Wt1'a l'O Fy(R'JTLNMBIGN'.K h)VERTGI.4 bNea F9R RBMl FEgAR DONT BIB0Tne1T rrrrx xwlz RBBA4 Palx ro° eem Doran '4u P�vErN. vAB.a MORTAR JOINT GMU WALL END DETAIL 'i'RE I" • Tb' Qz RESTROOM -STRUCTURAL WALL DETAILS 0 SCALE: NTS MKAL VB[TIGALR®AR PCt DEiNLt/AB.1 TT'K�L NORIL RCBAR C PER L1tAll1/A54 9PLGE LV WRX 91'a 9/B' DPPNSL YMf B4CJCHtRW AVv SEALIJIT BOIN 5GF5 — _ MKAL (]) VBRY✓L RB3aR PER DETAIL I/PSp MIGLI✓-RIiR®N2 I WIIDm6 PR. Fac vEruL vuz.a IW,X KTTNATMB M• B91R1 MORTAR JOINT /1 CMU CONTROL JOINT DETA I V lI/ HLLI —/ `W Vi 0 Q ^w^ U ICL O C V, Y cl) a^ (L ~ W L W W 0 LJJ 2 0 LU y Ix w 9 SNYDER &ASSOCIATES ampd no- 110.0513.01 Sheet C402 GMI RE94t HOILS. 'F4R1 RBLA REBPR PLaLP1g.'T FOR: - U JBt11LAL4 RB3/R 13Yac - � � -BB.93 HM M510E BEND RApU95XILL PI NOTLLA fd AS PER I -� MbBELOW MALR (s3 d' WDFJ rf, XLRPRJTK 4 REB4[ � BYcc PEHAR µL51GEa OF GPBIMG5 a •. kl'JYJdB 3FLltA' 11156 -9PLIL6IM WLIC6 PRE PBtMT® 1 , 9Y.1' ,. TCR fGURVE OF GMU VYlI LL -1 E— (y 4REBAR wBCNE tBBGW MAtlR OPEN N65 (rYO rvGEa�r 2' A e" .K PBt PU 091 05FLTYM] t.�X, mmrc OF W4L� OUi5CE GWR GPB1 NGS, n)W%1YJ11PL ed°.S REHNt TT P�1BT n MST Cdli IHE�9N� 'NFA® NOI£R8AR M5rN1®Na PHtIG 99?OB exrBav]a'Ba'ONv vcwt OPp1MG9 p E Al S GMU REBAR PLACEMENT h1.S REBAR eTGP CQMSE fGRr9t � NID TB PCR LCCA 4 SGPLE'1'al0 • m CW YMLL ELBE Y•4RPPkPp Y11M:0R� rAFe 33 ,,, R�Pn NARGUND roRCEME11rL �� NNLverNL � ���!! �Xaea l.. VEaTDnL�Ren+F WTI STANDARD BENv wT PLL WRNERS ANDIILRZ REBAR TO WIAND . L RFEAR BE110 UP ` FF ,? TMµ YUiX ALTERYATMb 9Y TTGAL VLll"LREBAR {, ^ ATIV tM `/�R/TI�C�A�L REBPR wT ALL OFEN N6 j,J\ 1TypGgL �/ . \ GM A�IXE PKaE jY C1 -El i"� 1YpQ REB4C PCf RTAL 1/AJ.4 F9(LETA1,/AS,� 1-9EE SPLKE NO2 1 FHt AIL 1/A5.9 �'�a Ol@ \/ 9Wt1'a l'O Fy(R'JTLNMBIGN'.K h)VERTGI.4 bNea F9R RBMl FEgAR DONT BIB0Tne1T rrrrx xwlz RBBA4 Palx ro° eem Doran '4u P�vErN. vAB.a MORTAR JOINT GMU WALL END DETAIL 'i'RE I" • Tb' Qz RESTROOM -STRUCTURAL WALL DETAILS 0 SCALE: NTS MKAL VB[TIGALR®AR PCt DEiNLt/AB.1 TT'K�L NORIL RCBAR C PER L1tAll1/A54 9PLGE LV WRX 91'a 9/B' DPPNSL YMf B4CJCHtRW AVv SEALIJIT BOIN 5GF5 — _ MKAL (]) VBRY✓L RB3aR PER DETAIL I/PSp MIGLI✓-RIiR®N2 I WIIDm6 PR. Fac vEruL vuz.a IW,X KTTNATMB M• B91R1 MORTAR JOINT /1 CMU CONTROL JOINT DETA I V lI/ HLLI —/ `W Vi 0 Q ^w^ U ICL O C V, Y cl) a^ (L ~ W L W W 0 LJJ 2 0 LU y Ix w 9 SNYDER &ASSOCIATES ampd no- 110.0513.01 Sheet C402 - _ ,�C�"1yi�cav���,rmv�s�ia�rij�l"s�c✓'mae - � � 2' A e" CC \/ 9Wt1'a l'O Fy(R'JTLNMBIGN'.K h)VERTGI.4 bNea F9R RBMl FEgAR DONT BIB0Tne1T rrrrx xwlz RBBA4 Palx ro° eem Doran '4u P�vErN. vAB.a MORTAR JOINT GMU WALL END DETAIL 'i'RE I" • Tb' Qz RESTROOM -STRUCTURAL WALL DETAILS 0 SCALE: NTS MKAL VB[TIGALR®AR PCt DEiNLt/AB.1 TT'K�L NORIL RCBAR C PER L1tAll1/A54 9PLGE LV WRX 91'a 9/B' DPPNSL YMf B4CJCHtRW AVv SEALIJIT BOIN 5GF5 — _ MKAL (]) VBRY✓L RB3aR PER DETAIL I/PSp MIGLI✓-RIiR®N2 I WIIDm6 PR. Fac vEruL vuz.a IW,X KTTNATMB M• B91R1 MORTAR JOINT /1 CMU CONTROL JOINT DETA I V lI/ HLLI —/ `W Vi 0 Q ^w^ U ICL O C V, Y cl) a^ (L ~ W L W W 0 LJJ 2 0 LU y Ix w 9 SNYDER &ASSOCIATES ampd no- 110.0513.01 Sheet C402 /-- - - - -- / F0JR- THE -WIN PANEL \ SLIDE B SOLVE PANEL INSERT KCROTLX \ INSERT KC WCK ]+a]1S'LJ5 / 710-71s207 71555 71555 714565p-sO 710555 On—TO INTERACPVE PANEL INTERACTIVE PANEL — — FRAME FRAME ✓ — 5-10.716-X6 ]14]15-20B \ BONWIPE�1 \ \ / LOOP23 PANIC AJAR RIDGE CLIMBER RCC1(WNL UMBER,0 / 475-2-3 SECTION \ 019 BsyµCEREM LINK20RBS 1 ]10.913 1 BONGO PERCH no-nz.t uNKZ ORM 475GI 1. nsG+ t• { 1 1 FIJPFLOP eoNcO PERCH aILmMR I 714-712-1 ISI ' CHIN Y TREKKER TARPNTUTA I i+4B31 CLIMBER BONGO PERCH 45&+ 1 ita77z-+ 1. BONGO PER 1 iio-na+ 1• '144191 Q\\P A�— 24 \\ '.T BONGO PERCH / 7+o-549-4 71*772-1 1• 12AF / 1. (yo ONGOBPERPAG(-CH 71a72-1 1' PE4(CLIMBER \ BONGO PERCH WMANDWllL / INTERA%ION 714]]5-1 1' .4532 BRIDGE 4333 \ 710.95949 \ \ DNACLIMB�RRWITH ROPE 7RISE ADA STEPS 1 ` \ HURRICAMEROUR5' \ DECKTO GROUNND I \ L ROCK CK OOKOUT / / / ]t64]2 SOEUARE ` \ LTCLO LONE / \ 491-106 SOLLARE TRANSFER \ BASECLIMBER \ / I WAVE ROOF 396'1 / \ _ _ 714BB94L CRUNCH 714473 \\ / STATO \ / / 710.]8 — LARGE 4,54-1 CROSSWAY 3 71WAW 1 / \ CLIMBER5 WEDGE 7 \ I DECK WALL KER ENCL 71481% / LAAGE45a1 714517 1 I 1\ CROSSWAY CLIMBER LII]•DECK 710.5029 JAY RIgR \ \ 35'DECK]L558Pb \ TEN / \ — \ HIT AVAUNCH 4E \ 7144M ]14 DS -5 / SQUARE WAVE ROOF 1. IT CPS D P°' nau80 REINFORCING STEEL WITHIN CURB TO BE #5 SAM CONTINUOUS UNDISTURBED SOIL J I t54 at l Tt4s4at 7W5491 ]ua9t c 714449-1 dB r145a9­+ SUBERAN IS MIN. 05% TO STREAM. WRAP S' DEPTH MODIFIED SUBBASE PIPE IN ENGINEERING FABRIC. PLAY AREA CROSS SECTION- RUBBERIZED PLAY SURFACE CID\ 1 PLAYGROUND EQUIPMENT Q�BELT/ 5 MANUFACTURER: MIRACLE FEET REINFORCING STEEL WITHIN CURB TO BE #5 SAM CONTINUOUS UNDISTURBED SOIL J I \tMWIMUM6F PTANCOIFIEDSURIMSE tY DEPTH PREPARED SUBGRADE, COMPACTED IN 2B J ` PERFORAZWDUALWAHDPE LL ILE SUBERAN IS MIN. 05% TO STREAM. WRAP S' DEPTH MODIFIED SUBBASE PIPE IN ENGINEERING FABRIC. PLAY AREA CROSS SECTION- RUBBERIZED PLAY SURFACE CID\ Y CLEili Q�BELT/ 1_0� 1 �1 SWING AREA EQUIPMENT p MgNUFACTURER: MIRACLE FEET V DEPTH PCC W BROOM FINISH WITH B' MIN. DEPTH GRANULAR BASE IMIN.2% CLEAN POURED IN PLACE PLAYGROUND 3URFACINGASPERPLANS SLOPf TO PERFORATED SUBpRgINj BACKFILL FINISX GRADE CF PLAYGflOUND SURFACE TO PEAGRAVEL (CeplM1 as Pm Ma-nad—, R.m.,d doq ReAulremenls 0.71E Bpaifiratims) BE FLUSH WIT A ADJALEMPAVEMENT ORAPPROVEO EOUPL' NEW PCL PAVEMENT 8'FCCEWER REINFORCING STEEL WITHIN CURB TO BE #5 SAM CONTINUOUS UNDISTURBED SOIL J I \tMWIMUM6F PTANCOIFIEDSURIMSE tY DEPTH PREPARED SUBGRADE, COMPACTED IN 2B J ` PERFORAZWDUALWAHDPE LL LIFTS T095% STANDARD PROCTOR DENSITY. MINIMUM SUBERAN IS MIN. 05% TO STREAM. WRAP S' DEPTH MODIFIED SUBBASE PIPE IN ENGINEERING FABRIC. PLAY AREA CROSS SECTION- RUBBERIZED PLAY SURFACE PLAYEGUIPMENTAREA. WIOTH VARIES, SEE DIMENSION PW! ENGINEERED WOOD FIBER. DEPTH PER MANUFACTURERS RECOMMENDATONS. FINISH GRADE OF PLAYGROUND SURFACETO BE FLUSH WITH ADJACENT PAVEMENT - Am mc SIGE'NAUR ITYP.I IT DEPTH PREPARED SUBGRPDE, COMPACTED IN 21 UNITS TO 95% STANDARD PROCTOR DENSITY, MINIMUM 5' DEPTH MODIFIED SUBBASE Q) PLAY AREA CROSS SECTION- ENGINEERED WOOD FIBER PLAY SURFACE V` r! Z W a `W N/ LL a Y Q a } m W (� = J i-- Q W LU 0 V Z S SNYDER &ASSOCIATES 1,LNm 119.0513.01 Sheet 0403 See DedllG O e O T vwxJOlxr IAbu81n9 Perelrem sMml 1QEdge w'M 118111 bol MkrgM afloat See Detail A on B 1 .kr..ew..�e., wxrRAcnox Jaxr See Detail F r4Itient . a Join[ Flller O.Ee O. �1`I" Nominal E' PEXPANSIOx JOINT JOINTING PLAN Z 0000�o A Z o° o W co L W 00 o 0 W F-- a 19 o 0 oo 00 0_ d cn E i a a cd w p W LLI LLJ (9 Z O / 1 F O Vn SNYDER NOTE: CONINPCTOR TO PROVIDE JOINTING PUN DETAILING 411 TYPES AND CONSTRUCTION SEOUENOING FOR ENGINEER'S REVIEW AND APPROVAL, PRIOR TO CONSTRUCTION. FIELD VERIFY UTOUT OF EXISTING PAVEMENT JOINTS TO INSURE ALIGNMENT WITH PROPOSED JOINTING. JOINTING SH BE IN ACCORDANCE WITH SUDASPB &ASSOCIATES CONTRACTOR TO PROVIDE LONGITUDINAL F. TRANSVERSE C' JOINTS. CONTRACTCA TO PROVIDE 9 JOINT WHEN PROPOSED PAVEMENT SURFACE ABUTS EXISTING TRAIL (ACC) PAVEMENT SURFACE CONTRACTOR TO PROVIDE THMI@NED EDGE (S' MINIMUM DEPTH) WHEN PAVEMENTS ARE TO BE TIED TOGETHER. CONTRACTOR TO PROVIDE E PANBIONJOINT ADJK'ENT TO BUILDINGS AND AT INTERFACE OF INTEGRAL SIDEWKI49RNNIA/JL, ETC. Rujen No: 119.0513.01 7 Sheet C4O4 Prepared by: Jason Reichart, Public Works, 410 E. Washington Sl., Iowa City, IA 52240, (319)356-5416 Resolution No. gn_t,1 Resolution setting a public hearing on March 3, 2020 on project manual and estimate of cost for the construction of the Wetherby Park Improvements 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 Wetherby Restroom, Shelter & Playground Upgrades account # R4349. 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 31 day of March 2020, 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 18th day of February _'2020 r ,Alp qZ7� by Attest: a — / -.) - a U City Clerk City Attorney's Office It was moved by Taylor and seconded by Salih adopted, and upon roll call there were: Ayes: X X X X X Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be Wpb Po'a 'fMf 11 CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 P&eadia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK This is not an invoice # of Affidavits 1 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and the 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: u;ost: 0004069667 2/24/20 02/24/20 $41.27 Copy of Advertisement Exhibit "A" A U- Subsc bed and sworn to before me by said affiant this 24th day of February. 2020 otary Public Commission expires HELLY HORA ;rotary Public State of Wisconsin Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 20-63 Resolution approving project manual and estimate of cost for the construction of the Wetherby Park Improvements Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above- named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Wetherby Restroom, Shelter & Playground Upgrades account # R4349. 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 2:00 p.m. on the 1st day of April 2020. 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 7th day of April 2020, or at a special meeting called for that purpose. Passed and approved this Attest: 3rd day of March 2020. City Attorney's Office a-�tL -;tv Resolution No. 20-63 Page 2 It was moved by Thomas adopted, and upon roll call there were: Ayes: and seconded by Weiner the Resolution be Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner Q A-ro-Alfl 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 Wetherby Park Improvements Classified ID: 124299 A printed copy of which is attached and made part of this certificate, provided on 03/04/2020 to be posted on the Iowa League of Cities' intemet site on the following date: March 5 , 2020 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 3/4/2020 0j" W,Wur Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS WETHERBY PARK IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 p.m. on the 15' day of April, 2020. 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 71 day of April, 2020, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Base Bid: Construction of Wetherby Park Improvements shall include, but not limited to, demolition of existing structures, play equipment, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, electric service, open shelter, restroom, play equipment, sidewalks, plantings, and associated work. Add Alternate No. 1: Swing area — Rubberized surfacing. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as 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. Wetherby Park Improvements 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: April 20, 2020 Substantial Completion: October 16, 2020 Final Completion: October 30, 2020 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-354- 8973, Toll -Free: 800-779-0093, by bona fide bidders. A $50,00 fee plus $20.00 for shipping and handling is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City, Iowa, by bona fide bidders. The $50.00 deposit will be refunded to plan holders who return the bidding documents in good condition within 14 days after receipt of bids. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Wetherby Park Improvements 0100—Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, March 5, 2020 2:18 PM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: 03.05.20 notice to bidders.pdf RISK Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network') is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City — Water Distribution East Pressure Zone Project Iowa City— Wetherby Park Improvements Iowa City — Scott, Napoleon, And Fairmeadows Park Improvements A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): March 5, 202 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. March 5. 2020 Date President/CEO of The Construction Update Plan Room Network DAILY NOTICE TO BIDDERS construction RECEIVED 0100 MAR 0 4 2020 NOTICE TO BIDDERS WETHERBY PARK IMPROVEMENTS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:00 p.m. on the 15t day of April, 2020. 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 71 day of April, 2020, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Base Bid: Construction of Wetherby Park Improvements shall include, but not limited to, demolition of existing structures, play equipment, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, electric service, open shelter, restroom, play equipment, sidewalks, plantings, and associated work. Add Alternate No. 1: Swing area — Rubberized surfacing. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted In a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as 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. Wetherby Park Improvements 0100—Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: April 20, 2020 Substantial Completion: October 16, 2020 Final Completion: October 30, 2020 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-354- 8973, Toll -Free: 800-779-0093, by bona fide bidders. A $50,00 fee plus $20.00 for shipping and handling is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City, Iowa, by bona fide bidders. The $50.00 deposit will he refunded to plan holders who return the bidding documents in good condition within 14 days after receipt of bids. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Wetherby Park Improvements 0100— Page 2 of 2 Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5436 Resolution No. 20-87 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Wetherby Restroom Shelter, and Playground Upgrades Project. Whereas, PEAK Construction Group, Inc. of North Liberty, IA, has submitted the lowest responsible bid of $496,843.00 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternate #1; and Whereas, funds for this project are available in the Wetherby Restroom, Shelter, & Playground Upgrades account # R4349; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to PEAK Construction Group, Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 7th day of April Attest : 4��t L_�) City lerk It was moved by salih and seconded by adopted, and upon roll call there were: Ayes: Nays: 2020 City Attorney's Office (Eric Goers - 4/2/2020) for Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be (,, . G 0500 CONTRACT WETHERBY PARK IMPROVEMENTS CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and &@!k Co4rm4i� Crwb.�p ".%c_• ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the i2 day of FA"A(Zy , 201-o, for the Wetherby Park Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ Hi G , 8143"Ca which sums are incorporated herein by this reference. _ o 2. This Contract consists of the Contract,PocumerZts, as,defined im%S6� W �15� 1.03, and the following additional -componertt:par[s which are ilBof} o ed hFrein by reference: �m a rn a a. Contractor's Completed Bidder Status Form; attached tSYo; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractors 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. Wetherby Park Improvements 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT app DATED this 0 N day of , 'f 20 -:�–O . City r— BW _ N = City Official c L N O N APPROVED BY: SF4u os/2-Z��-o City Attorney's Office Contractor B: (Title) (%lctPKS+J–� ATTEST: Bv: /r=te - (Company Official) Wetherby Park Improvements 0500 – Page 2 of 2 Item 11 21 2; 2? 24 25 26 Weatherby Park N =reeman Construction-, Veumiller Electric C> Quantity Unit Price Total C� Co Topsoil 1 8500 8,500 Excavation class 10 1 6500 6,500 not used � 0 Sanitary Sewer Service Replacement 1 2500 2,500 Sanitary Sewer Cleanout 1 500 500 Subdrain Dual Wall HDPE 6" 180 15 2,700 Subdrain Outlet 6' 1 1000 1,000 Water Service 1 2000 2,000 Pavement 6' 600 49.5 29,700 Pavement 5" 125 60 7,500 Temporary traffic control 1 500 500 Seeding 1 5500 5,500 Plants Hackberry Tree 3 455 1,365 Plants Beech Tree 2 550 1,100 Plants Red Oak Tree 5 430 2,150 Silt Fence 370 2.5 925 Silt Fence Removal 370 1.5 555 Temporary Fence 1 6600 6,600 Construction survey 1 2500 2,500 Mobilization Sustainable Landscape Solutions 1 775 775 Freeman Construction 1 5000 5,000 Concrete washout 1 750 750 Demolition work 1 7300 7,300 Site electrical 1 6145 6,145 Open shelter Freeman Construction 1 4399 4,399 Advanced Builders 1 7400 7,400 Stransky 1 4800 4,800 Neumiller Electric 1 2447 2,447 Romtec 1 79977.73 79,978 Restroom Freeman 1 3540 3,540 Advanced Builders 1 5600 5,600 Pipe Pro 1 10000 30,000 Stransky 1 4000 4,000 JR Painting 1 3587 3,587 Frickson Masonry 1 12480 12,480 electrical 1 3462 3,462 Romtec 1 74021.01 74,021 Play Equipment and Surfacing Freeman 1 7567 7,567 Boland Rec 1 38720 38,720 Stransky Concrete 1 0 0 Alt 1 0 Freeman Construction 1 1320 1,320 Boland Recreation 1 17680 17,680 Stransky Concrete 1 6930 6,930 Freeman Construction Freeman Construction Freeman Construction Freeman Construction Freeman Construction Freeman Construction Freeman Construction Stransky Concrete 5transky Concrete Freeman Construction Stephens Erosion Control Sustainable Landscape Solutions Sustainable Landscape Solutions Sustainable Landscape Solutions Stephens Erosion Control Stephens Erosion Control AN Fence 4xiom Sustainable Landscape Solutions 'reeman Construction Stephens Erosion Control N =reeman Construction-, Veumiller Electric C> C� Co =reeman Construction""1 4dvanced Builders '� rr7 5transky Concrete O :X Veumiller Electric: r tomtec � =reeman Construction 4dvanced Builders ripe Pro 5transky Concrete iR Painting =rickson Masonry Veumiller Electric 3omtec =reeman Construction 3oland Recreation ;transky =reeman Construction 3oland Recreation itransky Concrete ADDENDUM NO. 2 EXHIBIT A WETHERBY PARK IMPROVEMENTS City of Iowa City, Iowa March 25, 2020 0400 PROPOSAL WETHERBY PARK IMPROVEMENTS CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidde TO: City Clerk City of Iowa City ' - �-< W City Hall 410 East Washington Street <m Iowa City, Iowa 52240 0- he undersigned bidder submits herewith bid security in the amount op, $ in accordance with the terms set forth in the Project Manual. M 0 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 pe orm the Project as described in the Project Manual, including Addenda and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Wetherby Park Improvements 0400 - Page 1 of 5 Ill BID ESTIMATED ITEM DESCRIPTION UNITS QUANTITY MI 1 Topsoil LS 1 $ oQ 2 Excavation, Class 10 LS 1 $ VI.S00 3 Subbase, 4" L9 4 $ 4 Sanitary Sewer Service Replacement LS 1 $-=�L_ — -J 5 Sanitary Sewer Cleanout EA 1 $aEr� _115 6 Subdrain, Dual Wall HDPE, 6" LF 180 $ %0 ,boo 7 Subdrain Outlet, 6" EA 1 $ UTS 8 Water Service LS 1 $ 5,500 9 Pavement, PCC, 6" SY 600 $ 00 10 Pavement, PCC, 5 SY 125 $ I ,Sao 11 Temporary Traffic Control LS 1 $ 'ISD 12 Hydraulic Seeding, Fertilizing and Mulching LS 1 IS 145c)O 13 Plants, Hackberry Tree EA 3 14 Plants, Beech Tree EA 2 15 Plants, Red Oak Tree EA 5 -<IZ�SO 16 Silt Fence LF 370 17 Silt Fence, Removal LF 370 $ CJ J 18 Temporary Fence LS 1 $ rjC70 19 Construction Survey LS 1 $ SCv 20 Mobilization LS 1 $ 1 1 21 Concrete Washout LS 1 $ fl 22 Demolition Work LS 1 $ I SO C) 23 Site Electrical LS 1 $ UNO 24 Open Shelter LS 1 $ I 0q I 1>Lc)' 25 Restroom LS 1 $ 021 M 1 26 Play Equipment and Surfacing LS 1 $ 34 (1 TOTAL BASE BID AMOUNT $ Wetherby Park Improvements 0400 - Page 2 of 5 X10197-109A1,W/rll:11111,09[0111111' Swing Area — Rubberized Play Surfacing & 1 Installation LS 1 $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Wetherby Park Improvements 0400 - Page 3 of 5 N N O :J p¢ C 3 < N =Gm CO a rn � o� 3 .. y Wetherby Park Improvements 0400 - Page 3 of 5 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NAME OF SUBCONTRACTORS S . YlCjrrG�4�- TYPE OF WORK I APPROXIMATE COSTS 'YW -- {3v#ten00 NOTE: All subcontractors are subject to approval by City of Iowa City 1t3qJop , R►tH $1 800 l-oo S0, 00D Wetherby Park Improvements 0400 — Page 4 of 5 N O N O o Wetherby Park Improvements 0400 — Page 4 of 5 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership 0' 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: �� 5 5 1-1 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 PrintName j � cre-s -d'-4 Title Street Addre N ir)(+ , �--4 btrjtj I f City, State, Zip Cilde 3 ► 5 -��3 -��}l� Telephone Number N O N O NOTE: The signature on this proposal must be an original signature in ink, copies, facsimiles, or electronic signatures will not be accepted. Wetherby Park Improvements 0400 – Page 5 of 5 n-< NCA �c) <rn a m p� 3 ;X NOTE: The signature on this proposal must be an original signature in ink, copies, facsimiles, or electronic signatures will not be accepted. Wetherby Park Improvements 0400 – Page 5 of 5 0405 BIDDER STATUS FORM All bidders must submit the following completed forth to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A L9'V'es O No My company is authorized to transact business in Iowa. (To help you determine if your company it authorized. please review the Worksheet: Authorization to Transact Business). R'Yes O No My company has an office to transact business in Iowa. ff'Yes O No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. [vires O No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Wr'�es O No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. (mm/dd/yyyy) City, State, Zip Code: Dates 161 (mm/ddjo") Dates to (mm/dd/yyyy) You may attach additional sheet(s) if needed. Address: City, State, Zip Code: Address: City, State, Zip Code: 1. Name of home state or foreign country reported to the Iowa Secretary of State: O 2. Does your company's home state or foreign country offer preference to bidders who are residents? 7C 13 �s O No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheets) if needed. To be completed by all bidders Part D I certify that the statements made on this document are We and complete to the best of my knowledge and I know that my failure to provide accuratc.Ind truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Wetherby Park Im1x v)Wents 0405 — Page 1 of 2 N 0 0 O 2. Does your company's home state or foreign country offer preference to bidders who are residents? 7C 13 �s O No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheets) if needed. To be completed by all bidders Part D I certify that the statements made on this document are We and complete to the best of my knowledge and I know that my failure to provide accuratc.Ind truthful information may be a reason to reject my bid. Firm Name: Signature: Date: Wetherby Park Im1x v)Wents 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 �fNo My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes �dNo 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. XYes ❑ 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 notfiled articles of dissolution. ❑ Yes I�: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 oo My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. M1 N ❑ Yes )<No My business is a limited liability partnership which has filed a statement of g4ification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statemeri f c�cellation has not been filed. �-< � 2n ❑ Yes No My business is a limited partnership or limited liability limited parFip*ich `ht filed a certificateo limited partnership in this state, and has not filed a statement of terminates ❑ Yes 3CriNo My business is a limited partnership or a limited liability limited partnership wise 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 p44o My business is a limited liability company whose certificate of organization is filed in a state other than owa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. Wetherby Park Improvements 0405 — Page 2 of 2 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 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. d 0 3. Provide a copy of your written Equal Employment Opportunity policy statement. 1 r, `:J Where is this statement posted? trn =. M �D What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) S` ey, filen SN -SST -34-7y Phone Number (o(ad (.15er{ti, (,JQ.,,, (Q1.; , Stre Addres� — rJr-h, L,*�� 2,4 . 5231: City, Stat , Zip Code Wetherby Park Improvements 0520 – Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print ame Phone Number V tct, PfeS tc�� Title S/ Date U' 0 n 00 �rn a %U = o:r _ 77 Wetherby Park Improvements 0520 - Page 3 of 6 EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of Peak Construction Group Inc., Peak Construction Group Inc. 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 Peak Construction Group Inc. is: Peak Construction Group, Inc. Name: Steve Oyen Address: 660 Liberty Way Unit C. North Liberty, IA 52317 Telephone: 319-383-3474 N O N n-< N co r DC7 ma m rn x = a � 660 660 Liberty Way Unit C North Liberty Iowa, 52317 WAGE THEFT AFFIDAVIT STATE OF R13 =il � m. COUNTY I, qtp—, aj2r. upon being duly sworn, state as follows: 1. I am theyur er Qtcs, �a 4 [position] of $ealL Cnr> ,o �r`c• ["contracting entity"] and have the authority to execute this affidavit on behalf of aid contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither iC-' CZ^6Xb6gu a" T -r, [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in anyjudicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature Thi trum�ent^ was acknowledged before me by �..I]� � 1�11 oKRISTOFER R CHYKO on l�`�' 202A. =w �:LAmmissl4r Number 814700 -lAy Cgmmission Expires JspW 22, 2022 Notary Public in and for the State of " =L,a Wetherby Park Improvements 0530 — Page 3 of 3 h rl r Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5416 Resolution No. 20-132 Resolution approving, authorizing and directing the Mayor to execute and the City Clerk to attest Amendment No. 1 to the June 7, 2019 agreement by and between the City of Iowa City and Snyder & Associates, Inc. to provide engineering consultant services for the Wetherby Park Improvements Project. Whereas, the City of Iowa City, hereinafter "City", entered into an Agreement with Snyder & Associates, Inc., hereinafter "Consultant", on or about June 7, 2019, to prepare construction plans and contract documents for the Wetherby Park Improvements Project; and Whereas, the City Manager approved the original Consultant Agreement per the City's Purchasing Policy; and Whereas, the total amount now exceeds the City Manager's approval authority; and Whereas, the size and scope of the playground was increased after initial staff and public review in order to provide additional play value at the park; and Whereas, the City desires to have the Consultant provide additional services associated with preparing proposals and reviewing submittals for playground manufacturers and equipment for the park; and Whereas, the City and Consultant have negotiated Amendment #1 to the Agreement to provide said additional consulting services; and Whereas, it is in the public interest to enter into said Amendment #1 to the Agreement with Consultant; and. Whereas, funds for this project are available in the Wetherby Restroom, Shelter & Playground Upgrades account # R4349; Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. Amendment No. 1 to the Agreement, attached hereto, is in the public interest and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Amendment #1. 3. The City Manager is authorized to execute future amendments to this contract as they may become necessary. Passed and approved this 19th day of May , 2020 Resolution No. gn_iz9 Page 2 Mayor ell Attest: City Jerk fgel by ,4.( City Attorney's Office — 05/14/2020 (Sara Greenwood Hektoen) It was moved by salih and seconded by Weiner adopted, and upon roll call there were: Ayes: w.my��um�a.,grep.ao� Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner the Resolution be Consultant Agreement Wetherby Park Improvements Project Amendment No. 1 This Amendment No. 1 to the June 7, 2019 Consultant Agreement ("Agreement") for the Wetherby Park Improvements Project ("Project") by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City, and Snyder & Associates, Inc., of Iowa City, Iowa hereinafter referred to as the Consultant, is made and entered into this 19th day of May .2020. Whereas, the Wetherby Park Improvements Project includes restroom, shelter, and play area improvements as identified in the 2017 Parks Master Plan; and Whereas, the City hired the Consultant to prepare construction plans and contract documents for the Project based on their qualifications and experience with other parks projects; and Whereas, the City desires to increase the size and scope of the playground after initial staff and public review identified a need to provide additional play value at the park; and Whereas, the City desires to have the Consultant provide additional services associated with preparing proposals and submittals for playground manufacturers and equipment for the park; and Now Therefore, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. Scope of Services Section 1, Paragraph A "Preliminary Design Services and Site Survey" of the Agreement is hereby amended to add the following additional services: 11. Prepare proposals for multiple playground manufacturers, prepare exhibits and electronic CAD files, respond to submittal questions, process submittals, review designs and cost comparisons, and coordinate with the selected vendor for final playground documents. This item also includes plan modifications associated with the increased playground budget and larger playground area, which includes site layout plan, dimension, and grading plan. II. Time of Completion The Consultant shall complete the following phases of the Project in accordance with the schedule shown. Work to be completed by May 15, 2020 III. Compensation for Services In consideration for performance of the above-described additional Scope of Services, the Consultant's hourly not -to -exceed fee is increased by $8,700, calculated on a time basis at rates set forth in Attachment A attached to the June 7, 2019 Consultant Agreement, making the total compensation for services, as hereby amended, not to exceed $62,100. -2 - IV. General Terms All provisions of the June 7, 2019 Agreement not specifically amended herein shall remain in full force and effect. For the City By: Title: Mayor Date: 5/19/2020 Attest: For the :1 Consultant By: .0 P, Mmw1 Title: *5%AS( 6S$ UNIT L kph Date: lNeE(L. M 2020 Approved by: City Attorney's Office S-/3-aoa-b Date -tea...._ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org ENGINEER'S REPORT May 26, 2021 Re: Wetherby Restroom, Shelter, and Playground Upgrades Project Dear City Clerk: I hereby certify that the Wetherby Restroom, Shelter, and Playground Upgrades Project has been completed by Peak Construction Group, Inc. of North Liberty, Iowa, in substantial accordance with the plans and specifications prepared by Snyder and Associates, Inc. The project was bid as a unit price contract and the final contract price is $528,731.28. There was a total of four (4) change or extra work orders for the project as described below: Water Service $22,780.62 Splash Pad Electrical $4,402.16 Additional Construction Survey $892,67 Underground Site Electrical3 8$ 12.83 TOTAL $31,888.28 I recommend that the above -referenced improvements be accepted by the City of Iowa City 0 N_ Sincerely, o �C-1 �i�.l o I� Jason Havel cC-) .�rrr, a M City Engineer C) r 0 Bond No. 54230834 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND WETHERBY PARK IMPROVEMENTS CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Peak Construction Group, Inc. (hereinafter the "Contractor" or "Principal') and United Fii as Surety are held and firmly bound unto City of Iowa City, to as "the Jurisdiction"), and to all persons who may be conditions of this Bond in as Principal Iowa, as Obligee (hereinafter referred injured by any breach of any of the the penal sum of IgurHundredNine Six Thousand, Eiaht Hundred Forty Thr dollars ($ 498,84 .0 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Base Bid: Construction of Wetherby Park Improvements shall include, but not limited to, demolition of existing structures, play equipment, pavements, utilities and associated work as shown on the plans. Includes proposed improvements of grading, electric service, open shelter, restroom, play equipment, sidewalks, plantings, and associated work. Add Alternate No. 1: Swing Area — Rubberized play surfacing N O and to faithfully perform all the terms and requirements of said Contract within abe timeAherein specified, in a good and workmanlike manner, and in accordance with the Contffid]QoLvment4 Provided, however, that one year after the date of acceptance as complete of thew*k ctiider the.. above referenced Contract, the maintenance portion of this Bond shall continui*14rce..but t��i penal sum for maintenance shall be reduced to the sum of Four Hundred Ninety six Thousand,.Fig"undred Foq T nd 001100 DOLLARS ($ $496,843.00 ) which is the cost associated with those itemEimth ontrM that require a maintenance bond period in excess of one year. D ca It is expressly understood and agreed by the Contractor and Surety in this bond that thAbllowing 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 Wetherby Park Improvements 0510 — Page 1 of 4 materials or providing labor in the performance of the Contract. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of year(s) (_) from the cv date of acceptance of the work under the Contract, by reason of defects in work nanship or materials used in construction of said work; B. r> T ep all work in continuous good repair; and OC. z Trpay the Jurisdiction's reasonable costs of monitoring and inspection to assure thaRmy defects are remedied, and to repay the Jurisdiction all outlay and expense = in'irud as a result of Contractor's and Surety's failure to remedy any defect as �. requyed by this section. 4. GENWAL: every Surety on this Bond shall be deemed and held bound, any contract to the dtrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, `all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Wetherby Park Improvements 0510 — Page 2 of 4 Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the low Code; third, if not defined in the Iowa Code, it shall be interpreted or construedE�!ccor % to its generally accepted meaning in the construction industry; and fourth, if it FvMSno dwerally� accepted meaning in the construction industry, it shall be interpreted" yr construed according to its common or customary usage. — Failure to specify or particularize shall not exclude terms or provisions not menfiGand shal 7 not limit liability hereunder. The Contract is hereby made a part of this Bond. ' w —' a _ N Wetherby Park Improvements 0510 — Page 3 of 4 PRINCIPAL: SURETY: Peak Construction Group, Inc. Unit F & Ca alty Company ,Co-ntractor S ty Company By T�7� By Signatureture Attomey-in-Fact Officei 0141 Anne Crowner Title Printed Name of Attorney -in -Fact Officer FORM APPROVED BY: Holmes, Murphy and Associates, LLC Company Name 2727 Grand Prairie Parkway _- ,City Attorney's Office Company Address �3-1CD w.— Waukee. IA 50263 City, State, Zip Code Q, (515)223-6800 Company Telephone Number 0 N NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-FacUOfficer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Wetherby Park Improvements 0510 - Page 4 of 4 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE &INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE w1m FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company - See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEUNERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, SHIRLEY BARTENHAGEN,'DIONE R. YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY. AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. unnlu IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its mow, w��wll "". •."";+,,y HF�� liNS�'�, vice president and its corporate seal to be hereto affixed this 15'" day of January, 2014 i coaeours s„• r',e z UNITED FIRE &CASUALTY COMWY srpi s suE =; Iws : = UNITED FIRE & INDEMNITY CONMANY ���`;+,..I.,c+'8O� �"%o`,,;•F:,..\.� �` y��� <�• FINANCIAI. PACIFIC INS CE &,QMPAIi-� 111111"\P\`\\ 1/IIIIIIIIHx IpII,11,1p,\\N"" �\ ^+._. By. +�.......- State of Iowa, County of Linn, ss: v --i n Vimrpresid t On IS'" day of January,2014, before me personally came Dennis J. RichmanI— to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; tha 6eYlkla V' Preside - f UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vicent o2INAN. PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows a of corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Boa7dof Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said co�r`poorrationS�[�(�)t'��� Jp•Ee� Judith A. Jones A W., Iowa Notarial Seal fill!! Commission number 173041 Notary Public W. My Commission Expires 04/23/2021 My commission expires: 0423/2021 1, Mary A. Bertsch, Assistant Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the ropy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the seid originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this day of ` INS , x�.,, 'l.'+r";';;wy ,00`\f I 6kj % 1 r l TC l6dUaf"i " 5� coaeoun Zaa �,° wvrov..E ': _ 7[ 004 .o`== B s$ << �-J SEAL 6 - sLLL YE �Z'`.O '9eB /'',�na' tWN`� `` ''9�•s,nE f,,NP•t IFOP %•••"ullllnoo :,nnlllllusl° '"",,,, Assistant Secretary, OF&C & OF&I & FPIC BPOA0049 0913 Prepared by: Ethan Yoder, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 21-162 Resolution accepting the work for the Wetherby Restroom Shelter, and Playground Upgrades Project. Whereas, the Engineering Division has recommended that the work for construction of the Wetherby Restroom Shelter, and Playground Upgrades Project, as included in a contract between the City of Iowa City and Peak Construction Group, Inc. of North Liberty, dated May 28, 2020, 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 Wetherby Restroom, Shelter, and Playground Upgrades account # R4349; and Whereas, the final contract price is $528,731.28. 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 15th day of Mafof Attest: #� Y City Clerk 2021 Approved by City Attorney's Office (Sara Greenwood Hektoen — 06/08/2021) It was moved by salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: M Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner