Loading...
HomeMy WebLinkAboutSCOTT PARK NAPOLEON FAIRMEADOWS PARK IMPRVTSCOTT/NAPOLEON/FAIRMEADOWS PARK IMPROVEMENTS 18 -Feb -2020 Plans, Specs, proposal and contract, estimate of cost 18 -Feb -2020 Res 20-40, setting a public hearing 24 -Feb -2020 Notice of public hearing 03 -Mar -2020 Res 20-62, approving project manual and estimate of cost. 05 -Mar -2020 Notice to bidders 07 -Mar -2020 Res 20-88, awarding contract (All American Concrete) 19 -May -200 Res 20-130, amendment No. 1 agreement to provide engineering services 28 -May -2020 Contract, Addendum 2, Bidder Status Forms, Wage theft policy 05 -Jul -2020 Performance, payment and maintenance bond, Engineer's report 06 -Jul -2021 Res 21-185, accepting the work � r j ,r law, ,rrw®rte i cityd IOWA CITY A UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE SCOTT, NAPOLEON, AND FAIRMEADOWS PARK IMPROVEMENTS CD IOWA CITY, IOWA��.�, �'-< — co r— FEBRUARY 12, 2020 <m ­0i"�"1 - w N 0005 CERTIFICATIONS PAGE '�R � o n M r t r,i n-< I hereby certify that this Engineering Document was prepared by -� e-) me or under my direct personal supervision and that I am a duly ,,0r.SS1oy41 Licensed Professional Engineer under the Laws of the State of 2y�o Fy�� TROY A• Iowa. 4 I r J CULVER (State fiM 20165 Troy A Culver .E. Date LANDSC AAND46APrARCHITECi W License Number 20165 't� IOWA My License Renewal Date is December 31, 2021 314 PP 4( License Number 314 '�R � o n M r t r,i n-< I hereby certify that the portion of this technical submission described -� e-) below was prepared by me or under my direct supervision and responsible OF 1p�9 charge. I am a duly Licensed Professional Landscape Architect under the S�p1E Laws of the of Iowa. DONALD P. (State fiM a MARKER OId 2/12/2020 LANDSC AAND46APrARCHITECi W Donald P. Mamer, PL Date 314 PP 4( License Number 314 C A NDS�pQ Pages or sheets covered by this seal: License Expires: June 30, 2020 '�R � o n M r t r,i n-< —m -� e-) CC) �M E; � ca w fV Scott, Napoleon, and Fairmeadows Park Improvements 0005 – Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS - PART 1 AND 2 SECTION 11 68 00 PLAY EQUIPMENT AND SAFETY SURFACING Scott, Napoleon, and Fairmeadows Park Improvements 0010 — Page 1 of 1 H 0 O o n m ti n c r 'gym o v w N Scott, Napoleon, and Fairmeadows Park Improvements 0010 — Page 1 of 1 0100 NOTICE TO BIDDERS SCOTT, NAPOLEON, AND FAIRMEADOWS 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 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 Scott, Napoleon, and Fairmeadows 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 shelters, play equipment, sidewalks, plantings and associated work. Add Alternate No. 1: Napoleon Park: The additional work and cost for proposed 18'x18' shade structure as shown on plans. Add Alternate No. 2: Napoleon Park: The additional work and cost for proposed 24'x24' shade structure as shown on plans. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall Imade payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeiteito the City of Iowa City in the event the successful bidder fails to enter into a contract3Jithin fan (1 calendar days of the City Council's award of the contract and post bond satisfacto yto tP CitJ— (in the form shown in Section 0510) ensuring the faithful performance of the�*tract andy—, maintenance of said Project, if required, pursuant to the provisions of this notice �rt� thg-othe� contract documents. The City shall retain the bid security furnished by the succes*E)iiddes until-_1 the approved contract has been executed, the required Performance, Payment, anoaint&nce Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performMbe 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. Scott, Napoleon, and Fairmeadows Park Improvements 0100 — Page 1 of 3 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. Scott, Napoleon, and Fairmeadows Park Improvements 0100 — Page 2 of 3 N O N d 00 rn rn C:) D W W Scott, Napoleon, and Fairmeadows Park Improvements 0100 — Page 2 of 3 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. N O N KELLIE FRUEHLING, CITY CLERK o 0 D rn �C_> m M � 0 �� 7c w Y w CO Scott, Napoleon, and Fairmeadows Park Improvements 0100 — Page 3 of 3 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE SCOTT, NAPOLEON, AND FAIRMEADOWS 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 Scott, Napoleon, and Fairmeadows; Park Improvements in said city at 7:00 p.m. on the 3rd 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 Scott, Napoleon, and Fairmeadows 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, play equipment, sidewalks, plantings and associated work. Add Alternate No. 1 is for Napoleon Park and includes the additional work and cost for a 18'x18' shade structure. Add Alternate No. 2 is for Napoleon Park and includes the additional work and cost associated for a 24'x24' shade structure. 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. ti N Any interested persons may appear at said meeting of the O y- o W City Council for the purpose of making objections to and < _ comments concerning said Project Manual or the cost of =acs co r making said improvement.{ r— M z s This notice is given by order of the City Council of the ,,,:;r C'? City of Iowa City, Iowa and as provided by law. > w Kellie K. Fruehling, City Clerk Scott, Napoleon, and Fairmeadows Park Improvements 0110 — Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS SCOTT, NAPOLEON, AND FAIRMEADOWS 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: httns://www.leais.iowa.aov/docs/iac/chaoter/08-15-2018.875.156.odf. for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 5. Progress and Schedule: a. Contract Times: Specified Start Date: April 20, 2020 Substantial Completion: October 16, 2020 Final Completion: October 30, 2020 , Liquidated Damages: $500.00 per day o b. Work Restrictions: D—�y i. No work shall be done between 10:00 pm and 7:00 am vdtheut the approval of the Engineer, with the exception of saw cutting freshlypurdi!pconcrete. ii. Notify the Engineer four days in advance of street closiln "o ftt a press release can be issued. No street may be closed wittthe�Engineer's approval and said notification. y C. Community Events:', i. No work shall occur on University of Iowa Home Football game days. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one Scott, Napoleon, and Fairmeadows Park Improvements 0200 – Page 1 of 2 hundred percent (100%) of the contract price for a period of Five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. Taxes: Sales Tax Exemption Certificates will be issued according to Section 10201.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Scott, Napoleon, and Fairmeadows Park Improvements 0200 — Page 2 of 2 ti C=) G o < ....... �C-) 0 r o� � m s�C w 0 w w Scott, Napoleon, and Fairmeadows Park Improvements 0200 — Page 2 of 2 0400 PROPOSAL SCOTT, NAPOLEON, AND FAIRMEADOWS PARK IMPROVEMENTS CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. c o -,C-) 00 r-- r— o 1 i m CD3>' w w Scott, Napoleon, and Fairmeadows Park Improvements 0400 — Page 1 of 5 DESCRIPTION :L•FyAIL ESTIMATED AMOUNT 1 Topsoil LS 1 $ 2 Excavation, Class 10 LS 1 $ 3 Subbase, 4" LS 1 $ 4 Subdrain, Dual Wall HDPE, 6" LF 510 $ 5 Subdrain Cleanout, Type A-1, 6" EA 1 $ 6 Subdrain Outlet, 6" EA 4 $ 7 Pavement, PCC, 6" SY 360 $ 8 Pavement, PCC, 5" SY 380 $ 9 Temporary Traffic Control LS 1 $ 10 Hydraulic Seeding, Fertilizing and Mulching LS 1 $ 11 Plants, Serviceberry, Tree EA 2 $ 12 Plants, Honeylocust, Tree EA 1 $ 13 Plants, Red Oak Tree EA 1 14 Plants, White Oak Tree EA 2 15 Silt Fence LF 630 $ 16 Silt Fence, Removal LF 630 $ 17 Temporary Fence LS 1 $ 18 Construction Survey LS 1 $ 19 Mobilization LS 1 $ 20 Concrete Washout LS 1 $� 21 Demolition Work LS 1 0 ::Em N M 22 Site Electrical LS 1 23 Open Shelter LS 1 co 24 Play Equipment Installation& Surfacing LS 1 Qs $., 25 Playground PCC Edger LF 200 TOTAL BASE BID AMOUNT $ Scott, Napoleon, and Fairmeadows Park Improvements 0400 — Page 2 of 5 26 30'x30' Shade Structure LS 1 $ ADD ALTERNATE NO. 1 1 Napoleon Park -18'x18' Shade Structure LS 1 ADD ALTERNATE NO. 2 2 Napoleon Park - 24'x24' Shade Structure LS 1 The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Scott, Napoleon, and Fairmeadows Park Improvements 0400 - Page 3 of 5 N O N D =t W c -G �� co rn o x ca w Scott, Napoleon, and Fairmeadows 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. Scott, Napoleon, and Fairmeadows Park Improvements 0400 - Page 4 of 5 N O N _ � C r— rn o rn � ca Scott, Napoleon, and Fairmeadows 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. Scott, Napoleon, and Fairmeadows Park Improvements 0400 — Page 5 of 5 N O _ N y M 4ti n rn m -° W NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Scott, Napoleon, and Fairmeadows Park Improvements 0400 — Page 5 of 5 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chaoter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine ijyour company is authorized, please renew the Worksheet Authorization to Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and a-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates to Address: (mmldd/yyyy) City, State, Zip Code: Dates to Address: (mm/ddlym) City, State, Zip Code: Dates to Address: N (mm/dd/yyyy) City, State, Zip Code: o You mai- attach additional sheet(s) if needed. To be completed by non-resident bidders t C 1. Name of home state or foreign country reported to the Iowa Secretary of State: �r- rn rn 2. Does your company's home state or foreign country offer preference to bidders who are residents ❑ j;s ❑ No W 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: Scott, Napoleon, and Fairmeadows Park Improvements 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organiWion is filed in a state other than Iowa, has received a certificate of authority to transact business in Iia an"he certificate has not been revoked or canceled. !:�E S2 W �r m � C) � ca D w w Scott, Napoleon, and Fairmeadows Park Improvements 0405 — Page 2 of 2 0410 BID BOND FORM SCOTT, NAPOLEON, AND FAIRMEADOWS PARK IMPROVEMENTS CITY OF IOWA CITY , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, 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 Scott, Napoleon, and Fairmeadows 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_. — CD n M :r_-_, (Seel) Witness Principal (--)-< - I— =ic> By: <rT1 (Tit9 C) � ca v (Seal) Surety w Witness By: (Attorney-in-fact) Attach Power -of -Attorney, if applicable Scott, Napoleon, and Fairmeadows Park Improvements 0410 - Page 1 of 1 0500 CONTRACT SCOTT, NAPOLEON, AND FAIRMEADOWS PARK IMPROVEMENTS CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of , 20_, for the Scott, Napoleon, and Fairmeadows Park Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program; (Anti - Discrimination Requirements) Assurance, if applicable, puisuantgSectipn 0200, attached hereto; and > _4 W C-) -< C. Contractor's Completed Wage Theft Affidavit, if applic0an pd?guant to Section 0200, attached hereto. <r - m The above components are deemed complementary and what is calle�br y%i e shall be as binding as if called for by all. W Scott, Napoleon, and Fairmeadows Park Improvements 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY I UNIT PRICE TOTAL AMOUNT DATED this day of Citv By: City Official ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office 20 Contractor Title N O _ N QQ O ATTE4� rn Mi ;>--iCO n < co By: �r (Company al)a � w D w w Scott, Napoleon, and Fairmeadows Park Improvements 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND SCOTT, NAPOLEON, AND FAIRMEADOWS PARK IMPROVEMENTS CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor' or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Base Bid: Construction of Scott, Napoleon, and Fairmeadows 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 shelters, play equipment, sidewalks, plantings and associated work. N Add Alternate No. 1: N Napoleon Park: The additional work and cost for proposed18'x18' shade struQ15jre as�Ahow", plans. y m Add Alternate No. 2: Napoleon Park: The additional work and cost for proposed 24'x24' shade struc�as shownro ,, plans. and to faithfully perform all the terms and requirements of said Contract within, a timWAherein 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 Scott, Napoleon, and Fairmeadows Park Improvements 0510 — Page 1 of 4 a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of year(s) (_) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; o B. To keep all work in continuous good repair; and o 0 C. To pay the Jurisdiction's reasonable costs of monitoring and irWmticpo asi& that any defects are remedied, and to repay the Jurisdiction all oB_t� aFH expense incurred as a result of Contractor's and Surety's failure to remf�f an&efect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bourgZhy contract to the contrary notwithstanding, to the following provisions: 3� w A. To consent without notice to any extension of time to the Contractor it Nhich 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 Scott, Napoleon, and Fairmeadows Park Improvements 0510 — Page 2 of 4 the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed accorong to its generally accepted meaning in the construction industry; and fourth, if Oas n enerally accepted meaning in the construction industry, it shall be interpreYed2or nstrued according to its common or customary usage. ''—' Failure to specify or particularize shall not exclude terms or provisions not m e"rid IMI not limit liability hereunder. The Contract is hereby made a part of this Bond. o :�o s D w w Scott, Napoleon, and Fairmeadows Park Improvements 0510 — Page 3 of 4 PRINCIPAL: Contractor By Signature Title FORM APPROVED BY: City Attorney's Office NOTE: SURETY: M Surety Company Signature Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name Company Address City, State, Zip Code Company Telephone Number 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Scott, Napoleon, and Fairmeadows Park Improvements 0510 — Page 4 of 4 N 6 N r*m - D C-)�— .--1(-) <r- co ..o M M o� w )> W w Scott, Napoleon, and Fairmeadows Park Improvements 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 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 arEsigns or designations which are sexist in nature, such as those which state Wen Vfgrking':.gr "Flagman Ahead," and instead use gender neutral signs. w 7. All contractors, vendors, and consultants must assure that their subcoffreatoWabid2 b the City's Human Rights Ordinance. The City's protected classes are tigCo atdowa Mtt City Code section 2-3-1. � w w Scott, Napoleon, and Fairmeadows Park Improvements 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 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. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? 11 (Please print) o " rn C-)� Phone Number Street AddrO� o f City, State, Zi{7 Code',' Scott, Napoleon, and Fairmeadows 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 Print Name Title Date Scott, Napoleon, and Fairmeadows Park Improvements 0520 - Page 3 of 6 N C:> N � O rn c) -G — co r =i c-) .<r M M o�Mr w > w w Scott, Napoleon, and Fairmeadows Park Improvements 0520 - Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. o (d) Select and train persons involved in the employment proceg to ufid objective standards and to support equal employment opportunity goals: -C-) m -11 (e) Review periodically job descriptions to make sure they accurat6l�fl6& majer-job functions. Review education and experience requirements --� akjosurerey accurately reflect the requirements for successful job performar$3e: .0 (f) Review the job application to insure that only job related quest�ar"ske�sk yourself "Is this information necessary to judge an applicant's i6 toyaerfo e job applied for?" Only use job-related tests which do not aZiersel,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 Scott, Napoleon, and Fairmeadows 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: htti)://www.sterlinacodifiers.com/codebook/index.phi)?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. Scott, Napoleon, and Fairmeadows Park Improvements 0520 — Page 5 of 6 N O N _ � O D� W C:) w D w w Scott, Napoleon, and Fairmeadows 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. Scott, Napoleon, and Fairmeadows Park Improvements 0520 - Page 6 of 6 N O N O - { m M -° � w Cl) Scott, Napoleon, and Fairmeadows 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. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of�ft Wage Theft Policy it may submit a request in writing indicating that one or mori_ )of the`.PIlowir actions have been taken: `� rn ' a. There has been a bona fide change in ownership or control of the --.i co per�ea or entity; =+n co b. Disciplinary action has been taken against the individual(s) responAF4 for4he aWI giving rise to the violation(s); o C. Remedial action has been taken to prevent a recurrence of the a§s givil rise to the disqualification or default; w or d. Other factors that the person or entity believes are relevant. Scott, Napoleon, and Fairmeadows 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. Scott, Napoleon, and Fairmeadows Park Improvements 0530 — Page 2 of 3 N O N 0 7 7 ) _ r— M `� x Ct w Scott, Napoleon, and Fairmeadows Park Improvements 0530 — Page 2 of 3 STATE OF WAGE THEFT AFFIDAVIT COUNTY SS. upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in 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 before me by on 20 Notary Public in and for the State of _ N o N � T+ C -n 71 _ r r— r - M o::o _ w r Scott, Napoleon, and Fairmeadows Park Improvements 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: htti)://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: htti)://www.iowasudas.org/manuals/specs/archived figures/ArchivedFigures cfm. Scott, Napoleon, and Fairmeadows Park Improvements Page 1 of 1 PJ C7 r— m M �:X, w Y ca .r Scott, Napoleon, and Fairmeadows 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. _ N D N o CJ (7 T M C -)-G m -o g� z w � D W Scott, Napoleon, and Fairmeadows 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. Scott, Napoleon, and Fairmeadows Park Improvements Page 1 of 1 N 0 N 6 lM rri --J W �+ n � �n <r 1 �x w v W r Scott, Napoleon, and Fairmeadows 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, 1.09.6, for details on preparing a computer-generated unit price attachment. Scott, Napoleon, and Fairmeadows Park Improvements Page 1 of 1 N O �y ri i ca n -C �� CO rn �x w C13 Scott, Napoleon, and Fairmeadows 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. B. The project will be awarded on base bid amount. The Owner can select or decline any combination of add alternates identified within the project manual and plans. N 2. WORK REQUIRED o A. Work under this contract includes all materials, labor, equipment,fr3nsg9rtatiorj,1 traffic control and associated work for the construction of the Sc�4 apaleon— and Fairmeadows Park Improvements, as described in the OffidakF3ubF@atio . B. This project consists of one contract for all work described. C. Schedule and coordinate the construction work to facilitate timelj%consf*tion 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. Scott, Napoleon and Fairmeadows Park Improvements Part 1–General Requirements – SP1 - 1 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. 5. CONSTRUCTION FACILITIES A. Provide telephone numbers where Contractor's representative can be reached during work days and on nights and weekends in the event of an emergency. B. Provide and maintain suitable sanitary facilities for construction personnel for duration of work; remove upon completion of work. C. Do not store construction equipment, employee's vehicles, or materials on streets open to traffic. Location for storage of equipment by Contractors is subject to approval by the Owner and Engineer. D. The Contractor shall provide suitable storage facilities necessary for proper storage of materials and equipment. E. Contractor shall provide temporary on-site restroom facilities. 6. SUBMITTALS A. Provide construction schedule showing dates of starting and completing various portions of work. B. Provide 3 copies plus copies required by Contractor. This information shall be submitted to the Engineer at the preconstruction conference or at least 14 days prior to utilization of the particular Rem on this project. Submit the follow�g information for Engineer's review: hJ � d 1. Testing reports as outlined in Sections 8 & 9. 2. Manufacturer's data for materials that are to be permana pi incftoraled into the project. o M � M 3. Details of proposed methods of any special constructiorjrequirM. r 4. Submit purchase orders and subcontracts without prices. Scott, Napoleon and Fairmeadows Park Improvements Part 1—General Requirements — SP1 - 2 Such other information as the Engineer may request to ensure compliance with contract documents. 7. STANDARDS AND CODES A. Construct improvements with best present day construction practices and equipment. B. 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 ordinances of the City of Iowa City, Iowa. 11. Other standards and codes which may be applicable to acceptable standards of the industry for equipment, materials and installation under the contract. 8. MATERIALS TESTS A. Material testing is incidental to construction and will be completed by an,, independent testing laboratory retained by the Contractor and approvep J)y the Engineer. Testing shall meet the requirements of Iowa SUDA&,,-c Ri '' - co B. Coordinate all material testing with the Engineer. n G - m -i n < i'- r— �- C. Provide transportation of all samples to the laboratory. � D. Do not ship materials to the project site until laboratory tests have be@iafurnished showing compliance of materials with specifications. Scott, Napoleon and Fairmeadows 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. 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. B. Coordinate all field testing with the Engineer. C. If test results do not meet those specked, the Contractor shall make necessary corrections and repeat testing to demonstrate compliance with the specifications. Contractor shall pay all costs for retesting. 10. MEASUREMENT AND PAYMENT A. Contract lump sum prices are full compensation for furnishing all materials, equipment, tools, transportation and labor necessary to construct and complete each item of work as specified. No separate payment will be made for work included in this project except as set forth in the bid item reference notes. All other items of work are incidental to construction. B. Bid Item 1: Topsoil (LS) — Lump sum price includes clearing, grubbing, stripping, stockpiling and respreading topsoil to an 8" finished thickness. Measurement for payment will be based on percentage complete. C. Bid Item 2: Excavation, Class 10 (LS) - Lump Sum price includes site preparation and the construction of, embankment, fills, shoulder backfill, and backfill behind curbs, overhaul and finishing the soil surface. Measurement for payment will be based on percentage complete. D. Bid Item 3: Subbase 4" (LS) — Lump Sum price includes furnishing, placing, compacting, and trimming to the proper grade. Measurement for payment will be based on percentage complete. _ o E. Bid Item 4: Subdrain, Dual Wall HDPE. 6" (LF) — Price includes h W excavation, furnishing and placing bedding and backfill material,gpgineering g— fabric (when specified), connectors, and elbows and tees. The lerh oRlbows and tees of the pipes installed will be included in the length of pip"easured.m Measurement for payment will be based on the linear feet instalFeil rop Hy a�j measured in the field. w s F. Bid Item 5: Subdrain Cleanout. Type A-1. 6" (EA) — Price includes excavation, furnishing, fittings and installing the subdrain cleanout as per plans. Measurement for payment will be based on the quantity installed properly and measured in the field. Scott, Napoleon and Fairmeadows Park Improvements Part 1—General Requirements — SP1 - 4 G. Bid Item 6: Subdrain Outlet. 6" (EA) - Price includes pipe, non -shrink grout, coupling bands, and rodent guards for pipes 6 inches or smaller. Measurement and payment based on the percentage complete of in-place material. H. Bid Item 7: 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 of complete in-place material. Bid Item 8: Pavement, PCC 5" (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 complete of in-place material. Bid Item 9: Temporary Traffic Control (LS) - Lump Sum price includes installation, maintenance, and removal of temporary traffic control; total roadway closures with installation and removal of detour signing as shown in the contract documents; removal and reinstallation or covering of permanent traffic control devices that conflict with the temporary traffic control plan; monitoring and documenting traffic control conditions; and flaggers. When required in the contract documents, the following are also included in traffic control unless a separate bid item is provided. Measurement for payment will be based on percentage complete. K. Bid Item 10: 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. L. Bid Item 11: Plants, Serviceberry 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. N M. Bid Item 12: Plants, Honevlocust Tree (EA) - Price includes deUvery, e#avation, installation, watering, placing backfill material, mulching, wrapp-wal,staking or -TI guying, herbicide, maintenance during the establishment period] eft coo _ replacements. Measurement for payment based on each tree cQrt)Aet(S I -- -4c) r - N. Bid Item 13: Plants, Red Oak Tree (EA) - Price includes deliveMMKca bbonrn installation, watering, placing backfill material, mulching, wrapp ta&g oiO guying, herbicide, maintenance during the establishment periog- nd w replacements. Measurement for payment based on the tree complete. r O. Bid Item 14: Plants, White Oak 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 item complete. Scott, Napoleon and Fairmeadows Park Improvements Part 1 -General Requirements - SP1 - 5 P. Bid Item 15: 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. Q. Bid Item 16: 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. R. Bid Item 17: Temporary Fence (LS) — Lump Sum price includes furnishing, installing, and removing posts, fabric, ties, and fittings. Measurement for payment based on the percentage complete. S. Bid Item 18: 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. T. Bit Item 19: Mobilization (LS) — Lump Sum price includes the movement of personnel, equipment, and supplies to the project site; the establishment of offices, buildings, and other facilities necessary for the project; and bonding, permits, and other expenses incurred prior to construction. Measurement for payment based on the percentage complete. U. Bid Item 20: Concrete Washout (LS) — Lump Sum price includes providing concrete washwater containment, collection, and disposal. Measurement for payment based on the percentage complete. V. Bid Item 21: Demolition Work (LS) — Lump Sum price includes removal of the existing restroom/shelter building, existing pavements, existing utilities, and associated materials as noted to be removed on the plans. Contractor to verify demolition quantities. Measurement for payment based on the percentage complete of demolition. W. Bid Item 22: 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. MeasuremerlHor payment will be based on percentage complete. o 0 c� *� X. Bid Item 23: Open Shelter (LS) — Lump Sum price includes matATV p6Rnits,_' equipment, labor for the pre-engineered building kit of the entiresglter building including but not limited to footings, columns, roof structure-roofb finishes, hardware, electrical, ADA signage, and associated worI4gromda a functioning open shelter as shown on the plans in accordance W074 w ) manufacturer's recommendations and as specified. Measureme' for payment will be based on percentage complete. Y. Bid Item 24: Play Equipment and Surfacing installation (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 Scott, Napoleon and Fairmeadows Park Improvements Part 1—General Requirements — SP1 - 6 11 as required by the manufacturer. Measurement for payment will be based on percentage complete. Z. Bid Item 25: Playground PCC Edger (LF) — Price includes subgrade preparation, trimming, forming, adjusting fixtures, furnishing and placing concrete of the specified type, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work for the playground PCC edger. Measurement and payment based on the linear feet complete of in-place material. AA. Bid Item 26: 30'x30' Shade Structure (LS) — Lump Sum price includes work and cost for the shelter, as indicated on the plans. BB. Add Alternate No. 1: Napoleon Park, 18'x18' Shade Structure (LS) — Lump Sum price includes additional work and cost for the shelter, as indicated on the plans. CC. Add Alternate No. 2: Napoleon Park 24'x24' Shade Structure (LS) — Lump Sum price includes additional work and cost associated for the shelter, as indicated on plans. INCIDENTAL CONTRACT ITEMS A. The following list includes major items that are incidental to the project and will not be paid for as separate bid items. Other items may be designated as incidental under certain bid items. • Dewatering and handling storm water flow during construction • Temporary sheeting and shoring • Pipe and structure bedding material • Excavation, verification and protection of existing utilities • Material & field testing • Construction fencing • Temporary construction signage • Coordination and cooperation with utility companies • Coordination and cooperation with affected property owners • Coordination and cooperation with the City of Iowa City • Protection of existing utilities and light poles • Handbill notification of street closures & utility disruption to affected businesses a N • Site cleanup o 0 • Locate of existing utilities, potholing if necessary w • Maintaining postal, garbage & utility services to users _ • Monitoring weather conditions • Finish grading �M • Repair of field tiles, if encountered x • Dust control measures v co • Construction staging & phasing r • Working backfill to reduce moisture content • Curb and pavement backfill • Fixture adjustments —)l r;-- 0 Scott, Napoleon and Fairmeadows Park Improvements Part 1—General Requirements — SP1 - 7 1. 2. 3. 4. 5. 6. 7. SPECIAL PROVISIONS FOR PART 2 - SPECIAL CONSTRUCTION INDEX GENERAL 10. DEWATERING EXISTING UTILITIES 11. TRAFFIC CONTROL PROJECT SUPERVISION 12. TEMPORARY FENCES COORDINATION WITH OTHERS 13. RESPONSIBILITY OF CONTRACTOR CONSTRUCTION LIMITS 14. REMOVALS AND DISPOSAL CONSTRUCTION SCHEDULE 15. SITE ELECTRICAL CONSTRUCTION STAKING 16. FIXTURE ADJUSTMENTS SIDEWALK ACCESS 17. WORK BY OTHERS EROSION/POLLUTION PERVENTION 18. SURFACE RESTORATION GENERAL A. Procedures outlined herein are not intended to fully cover all special construction procedures but are offered as an aid to the Contractor in planning work. B. Cooperate with the Owner and the Engineer to minimize inconvenience to property owners and motorists and to prevent delays in construction and interruption to continuous operation of utility services and site access. C. The Contractor is expected to provide adequate personnel and equipment to perform work within specified time of construction. D. Install and maintain orange safety fence around all open trenches or open structures when left unattended. E. Provide surface restoration and clean up as construction progresses. 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 lingo and services located. The Contractor is responsible for excavating aDd exli&ing underground utilities in order to confirm their locations ahead cfftwCjN. � W C. Contractor is solely responsible for damage to utilities or privat"c Rullis (` property due to utility disruption. <rn v M D. The Contractor shall notify utility company immediately if utility fMk5strWure Ys� damaged during construction. r Scott, Napoleon, and Fairmeadows 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. N B. It is the Contractor's responsibility to schedule and coordinate vegrk to @Nnimize construction delays and conflicts. 5. CONSTRUCTION LIMITS C-) =a M <r— �rn A. Confine the construction operations within the construction limilsNjowRon tR� plans, consisting of public right -of way and temporary easemer+_'�' w w B. Do not store equipment, vehicles or materials within the right-of-way of -any streets open to traffic or parking areas at any time without approval of the Owner. Contractor to maintain access to the existing parking areas and existing school Scott, Napoleon, and Fairmeadows Park Improvements Part 2—Special Construction — SP2 - 2 facilities during construction. 6. CONSTRUCTION SCHEDULE A. The Contractor will prepare and submit to the Engineer for approval a project schedule that will assure the completion of the project within the time specified. Construction schedule shall be submitted at or prior to the preconstruction conference. The schedule may only be revised due to weather conditions or scheduling by the Owner. The contractor shall maintain a current construction schedule and provide to the Engineer and Owner at all times. B. The Construction schedule shall be created and coordinated with the Owner so that disruptions to the use of the adjacent school facilities are minimized. C. The Contractor shall coordinate with the Owner the placement of the proposed transformer, light fixtures, and controllers. D. The Contractor shall be required to meet the interim and final completion date as specified in the written Notice to Proceed. E. The Notice to Proceed is anticipated to be on or about April 15, 2019. F. Work on the improvements shall not begin before the date specified in a written Notice to Proceed. G. Substantial completion for the project shall mean that approximately 95% of the project is constructed and acceptable with the remaining work being minor in nature. Project completion, 100% acceptable is October 18, 2019. CONSTRUCTION STAKING A. Construction Staking will be provided by the Contractor. 8. SIDEWALK ACCESS A. Sidewalks and ramps shall be kept open to pedestrian traffic 0 _ N V ti �— wh work allows. Contractor shall install type II barricades with a g �SI3WAJ L CLOSED" when pedestrian access is not permissible. c -1-c — r' B. No materials or equipment shall be stored on sidewalks. trrri = M 9. EROSION CONTROL ca r A. Contractor is responsible for erosion control on each park site. Contractor shall comply with the erosion control requirements of the Iowa Code, and local ordinances. Protect against erosion and dust pollution on this project site and any off-site deposit or borrow area used for this project. B. Protect adjoining property including public sanitary and storm sewer systems and streets from any damage resulting from movement of earth or other debris from project site. Repair any damage immediately. Scott, Napoleon, and Fairmeadows Park Improvements Part 2 -Special Construction - SP2 - 3 10. 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. 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. 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. 2. Costs of installing and operating dewatering system are incidental G. Provide for handling surface water encountered during constraion. N 0 a rn Dc; 1. Prevent surface water from flowing into excavation, repo vomer i.. a&1' accumulates. icy M 2. Divert storm sewer flow around areas of construction.o w w Scott, Napoleon, and Fairmeadows Park Improvements Part 2—Special Construction — SP2 - 4 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. 11. TRAFFIC CONTROL A. Furnish, erect and maintain traffic control devices as specified in the construction drawings and directed by the Engineer including signs, barrels, cones, and barricades to direct traffic and separate traffic from work areas. B. Provide traffic control devices in accordance with the Iowa DOT Standard Specification, Section 2528, Traffic Control, and the latest edition of the Manual on Uniform Traffic control Devices (MUTCD). C. Adjustments to the traffic control or the addition of flaggers will be required if, in the opinion of the Engineer, undue traffic congestion occurs. D. Provide continuous access for police, fire, and other emergency vehicles. 12. TEMPORARYFENCES A. Install temporary fencing around project site to allow for open excavations and material storage areas and to prevent access of unauthorized persons to construction areas. This temporary fence shall be 6' high chain link fence with top rail. B. Provide temporary chain link safety fence with a nominal height of 48" around existing trees to be protected. Support fence securely on driven posts in vertical position. C. Temporary fencing installed around open excavations or material storage areas is incidental to construction and will not be measured for payment. D. Remove temporary fencing upon completion of construction. 13. RESPONSIBILITY OF CONTRACTOR A. Supervision of the work. ,U E O B. Protection of all property from injury or loss resulting from consbvWn Q operations. � C C. Replace or repair objects sustaining any such damage, injury or I;�s tov rrI satisfaction of Owner and Engineer. D. Cooperate with Owner, Engineer, and representatives of utilities in locWing underground utility lines and structures. Incorrect, inaccurate or inadequate Scott, Napoleon, and Fairmeadows Park Improvements Part 2—Special Construction — SP2 - 5 information concerning location of utilities or structures shall not relieve the Contractor of responsibility for damage thereto caused by construction operations. E. Keep cleanup current with construction operations. Comply with all Federal, State of Iowa, and City of Iowa City, Iowa laws and ordinances. 14. 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 specked 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. 15. SITE ELECTRICAL A. Refer to Construction Plan Sheets, for electrical improvements. N 16. FIXTURE ADJUSTMENTS N c:v A. The adjustment of any existing utility appurtenances to final grade' cidered_ incidental to the site work.co 17. WORK BY OTHERS �m -o m 0 = 0 A. The Contractor shall perform all activities necessary to properly c iAinafe the work being provided by the Owner, Utility Companies and work being pew rmed by the Subcontractors. 18. SURFACE RESTORATION A. Finish grade all disturbed areas and smooth, uniform lines without large clods, lumps or debris. Grade for positive drainage. Prepare the finished surfaces for seeding. Scott, Napoleon, and Fairmeadows Park Improvements Part 2—Special Construction — SP2 - 6 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. Scott, Napoleon, and Fairmeadows Park Improvements Part 2—Special Construction — SP2 - 7 N O N O 71 C-) r rn o� w v w r Scott, Napoleon, and Fairmeadows Park Improvements Part 2—Special Construction — SP2 - 7 SECTION 1168 00 PLAY EQUIPMENT AND SAFETY SURFACING PART 1 GENERAL 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 A. American Standards for Testing and Materials (ASTM): Playground equipment and surfacing shall comply with all relevant ASTM standards for playground equipment, components, surfacing and materials. Below is a list of ASTM technical performance standards that relate to playgrounds. rn 1. ASTM F1487 Standard Consumer Safety Performance Specificyai�onTor Playground Equipment for Public Use. 4 � °' C-) 2. ASTM F2223 Standard Guide for ASTM Standards on Playgfdi�¢ SlacitMg 3. ASTM F2049 Standard Guide for Fences/Barriers for Public, 'n[ -1q ial, and Multi -Family Residential Use Outdoor Play Areas. v W 4. ASTM D2479-12 Standard Guide for ASTM Standard on Poured-in-Ptace Playground Surfacing. Scott, Napoleon, and Fairmeadows 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. G. Safety Surfacing Installer: Installation to be completed by an instz ller aftkoved by manufacturer for installation of selected playground safety su>�kg.� _ij C-)�-- 1.4 WARRANTY _-I c-) CO r- -0 M M _,. A. Safety Surfacing Materials and Workmanship Warranty: PlaygraarRsafee Q surfacing tile installation shall be warranted for defects in materia and ' workmanship for a minimum of 10 years from date of completed installation and project acceptance. Scott, Napoleon, and Fairmeadows Park Improvements 11 68 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 F1292-13 for playground poured -in-place surfacing. B. Accessibility Confirmation: Manufacturer must submit documentation indicating compliance with: 1. Requirements of the Americans with Disabilities Act (ADA) for playground surfacing and equipment. C. Product Data: Submit manufacturer's product data, maintenance instructions and installation instructions. D. Playground Safety Surface: 1. Submit shop drawings showing proposed layout, for approval by Jurisdictional Engineer. 2. Submit color samples from manufacturer's standard color choices and of selected custom colors for review and approval. 3. Warranty documents specified herein. 4. Certification of Qualification: Submit qualification certification of the playground surfacing installer is an approved applicator of the playground surfacing system. 5. Certification of Compliance: Submit manufacturer's certificate of compliance indicating materials comply with specified requirements. 6. Test Reports: Submit certified test reports from qualified independent testing agency indicating results of the following tests for impact attenuation per ASTM F 1292: a. Minimum Test Results: i. Impact Attenuation, ASTM F 1292: a. Gmax: Less than 200. b. Head Injury Criteria (HIC): Less than 1000 m "; 7. Site Testing: Text impact attenuation of safety surface sy-Ai i uMer and— around installed playground equipment. Test to be in the*rgen(FAof Engineer and Owner within 30 days of installation. (6) Si�rtests-tq be (-'i j conducted. (2) Two tests per play area. Locations to be v4by C Engineer. W a. Test results shall have a GMAX: Less than 200 and HRC lessAan 1000 in accordance with ASTM F1292 standards. b. Test equipment and operator qualifications. Scott, Napoleon, and Fairmeadows Park Improvements 11 68 00 Play Equipment and Surfacing - 3 1.6 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. 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 CJ 1. Poured -in -Place Safety Surfacing System as provided b} aurfa AmeDg4l Inc. PO Box 157 Williamsville, NY 14231; Telephone: 921-0555r (716) 632-8413; Fax: (716) 632-8324; E-mail: info@sur meaca.ci website: www.surfaccamerica.com. -+r- CO �r v M rn � 2. Or Approved Equal. ES , Y w B. Approved Equal Status: In order to be considered as an `Approved EqudP 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: Scott, Napoleon, and Fairmeadows Park Improvements 11 68 00 Play Equipment and Surfacing - 4 2.2 1. 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. PLAYGROUND SURFACING A. Poured -In -Place Playground Safety Surfacing System, including the following: 1. A poured -in-place safety surfacing system, include the following: a. Resilient playground safety surfacing that meets ASTM and CPSC guidelines for impact attenuation and accessibility requirements b. Primer: Urethane c. Basemat: 100% recycled SBR (styrene butadiene rubber) and urethane. Thickness based on ASTM F1292 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. N O B. Surface Color and Pattern: See Drawings for surface patterns ancuolors.linal.- color selection to be approved by Owner. Submit color samples lgr�pqyal. C-" -< — C. See Drawings and associated specifications for details on concrete er,`%encl drain and concrete base construction. :� rn o� w D. See Drawings and associated specifications for storm drainage ut&ies fqj, rench drain specifications. r - Scott, Napoleon, and Fairmeadows Park Improvements 11 68 00 Play Equipment and Surfacing - 5 PART 3 EXECUTION 3.1 UNDERGROUND UTILITIES A. Contractor shall contact the appropriate utility locating service(s) and shall request that all underground utilities be marked on the ground prior to commencing work. 3.2 LOCATION A. Location: Playground equipment and playground surfacing locations are shown on the Drawings. Contractor is responsible for verifying adequate vertical and horizontal depth of safety surfacing is provided for playground equipment in accordance with specifications and playground manufacturer requirements, recommendations and specifications. 3.3 INVENTORY, STORAGE, PROTECTION AND DELIVERY A. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. B. Packing List: All shipments shall include a packing list for each skid/container, specifying the part numbers and quantities on each skid or within each container. C. Packaging: Posts shall be individually packaged in sturdy, water-resistant, mar -resistant cardboard boxes. Other components shall be individually wrapped or bulk wrapped to provide protection during shipment. Small parts and hardware packages will be placed in crates for shipment. The components and crates shall be shrink-wrapped to skids (pallets) to ensure secure shipping. D. Hardware Packages: All shipments shall include individual component -specific hardware packages. Each hardware package shall be labeled with the part number, description, a component diagram showing the appropriate component, package weight, a bar code linking the hardware package to the job number, assembler's name, date and time the package was assembled, work center number and work order number. N O N E. Storage and Protection: Store surfacing materials protected from Fmrmfulp, environmental conditions and at a minimum temperature of 40 de F M degree C) and maximum temperature of 90 degrees F (32 degrees Q. Prctt$skplarou>� equipment and surfacing from damage prior, during and after instaEpn iliitil acceptance of project. M y C570 w F. Inventory playground equipment prior to assembly, in order to ensure that l components and parts are available. Notify in writing the Owner, Owner'!F Representative, and Manufacturer's Representative of any missing components or Scott, Napoleon, and Fairmeadows Park Improvements 11 68 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 footingssAround the supporting posts / uprights. o rn 3.7 INSTALLATION -PLAYGROUND EQUIPMENT a. Installation Documentation: Manufacturer shall provide order -specific tep-*-steFn instructions for assembly of each component, including equipment assakhblL diagrams, estimated hours for assembly, footing dimensions, concre0quan4 for direct bury components, fall height information, area required information and detailed material specifications. b. Contractor is responsible for verifying location in the field. Playground equipment shall be installed with the correct horizontal and vertical alignment. Scott, Napoleon, and Fairmeadows 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. N F. Concrete Base Primer Application: Using a short nap roller or br�63o i&ly `i� manufacturer's primer, at the rate of 300 ft per 2 gal, to the conch as"nd ar— adjacent vertical barriers that will make contact with the safety suffocing`s°rrtysten (i.e. playground equipment support legs, curbs or slabs). � b G. Basemat Installation: Install basemat at a constant density of 29 pd9nds, ldnunce per cubic foot to specified thickness, using screeds and hand trowels. Cooildinate required thickness with playground manufacturer's critical fall height for specified playground equipment. Allow basemat to cure for sufficient time, in accordance with manufacturer's recommendations and requirements. Protect basement from foot traffic and equipment. H. Basemat Primer Application: Using a short nap roller or brush to apply manufacturer's primer, at the rate of 300 ft per 2 gal, to the concrete base and any Scott, Napoleon, and Fairmeadows Park Improvements 11 68 00 Play Equipment and Surfacing - 8 3.9 adjacent vertical barriers that will make contact with the safety surfacing system (i.e. playground equipment support legs, curbs or slabs). I. Top Surface Installation: Install top surface, in color specified, at a constant density of 58 pounds, 9 ounces per cubic foot to nominal thickness of '/2" (3/8" minimum and 5/8" maximum), using screeds and hand trowels. Allow top surface to cure for a minimum of 48 hours, in accordance with manufacturer's recommendations and requirements. Protect from foot traffic and equipment. J. At the end of the minimum curing periods, verify surface is sufficiently dry and firm prior to allowing foot traffic and use without damaging the surface. SUPERVISION A. Maintain constant supervision of playground equipment until concrete is sufficiently hardened and movement of supporting posts / uprights and other components is no longer possible. B. Protect the installed playground surface from damage resulting from subsequent construction activity on the site. END OF SECTION Scott, Napoleon, and Fairmeadows Park Improvements 1168 00 Play Equipment and Surfacing - 9 N d N D-+ O c)-< w Go (� C--) �rn �m � F W c!1 Scott, Napoleon, and Fairmeadows Park Improvements 1168 00 Play Equipment and Surfacing - 9 CONSTRUCTION PLANS FOR SCOTT, NAPOLEON,& FAIRMEADOWS PARKS O.,,. ArR1GNT Cm OE .Cm P S'.0 RECREI.T CEPMIMEMS MS QILWRT STREET p ACi Y IOWA=Y IMPROVEMENTS IOWA CITY, IOWA VICINITY MAP N Q W Ryry `u CL G Y Q' Q U • 1 cli Q L Q NW tlW� LL r a a LLU 06 O z cn w cn a a °� aw ZW w F- U 0 0 Lu U ~ Z U) P: N SNYDER &ASSOCIATES wol.n w. 118.N13.01 §nE�� coo Sheet Index Stllm MnM Shoat Title SuEeet 0100 TITLE SHEET L C101 PROJECT INFORMATION n -< Side EXISTING SITE SURVEY SCOTT PARK 510/ DEMOLITION PLAN SCOTT PARK 5200 DIMENSION PIAN SCOTT PARK 5300 GRADING 5 EROSION CONTROL RAN SCOTT PARK Se00 DETAILS SCOTTPARK - Se01 JOINTING PLAN SCOTT PARK N100 EXISTING SITE SURVEY NAPOLEON PARK N200 DIMENSION PLAN NAPOLEON PARK N300 OWING S EROSION CONTROL PLAN NAPOLEON PARK Ne0D DETAILS NAPOLEON PARK Ne01 JOINTING PLAN NAPOLEON PARK FIOD EXISTING SITE SURVEY FAIRMEADOWS PARK F101 DEMOLITION PLAN FAIRMEADOWS PARK F200 DIMENSION PIAN FAIRMEADOWS PARK FM OWING S EROSION CONTROL PLAN FAIRMEADOWS PARK Fe00 DETAILS FAIRMEADOWS PARK N01 I J00RNG PLM! FAIRMEADOWS PARK N Q W Ryry `u CL G Y Q' Q U • 1 cli Q L Q NW tlW� LL r a a LLU 06 O z cn w cn a a °� aw ZW w F- U 0 0 Lu U ~ Z U) P: N SNYDER &ASSOCIATES wol.n w. 118.N13.01 §nE�� coo Mr.Y �.elr tlM Vi-� • , � MAr f#1R, tlM W MtT a� � /6 weli�Y.! S,e DaNn P. • fMY�M tw %p pM� L owa r. e...., •sA laC:. . � /��• �� lldd/JJy' n -< N Q W Ryry `u CL G Y Q' Q U • 1 cli Q L Q NW tlW� LL r a a LLU 06 O z cn w cn a a °� aw ZW w F- U 0 0 Lu U ~ Z U) P: N SNYDER &ASSOCIATES wol.n w. 118.N13.01 §nE�� coo Mr.Y �.elr tlM Vi-� • , t L ere[ssige fb . � /��• �� lldd/JJy' J TROY A 1 n or CULKR L Lk.w rY,ro. mi»r C„J 2016s +ice. wlb.er er ee.r.xsi ICJI N Q W Ryry `u CL G Y Q' Q U • 1 cli Q L Q NW tlW� LL r a a LLU 06 O z cn w cn a a °� aw ZW w F- U 0 0 Lu U ~ Z U) P: N SNYDER &ASSOCIATES wol.n w. 118.N13.01 §nE�� coo f SCOTT PARK LOCATION MAP NAPOLEON PARK LOCATION MAP FAIRMEADOWS PARK LOCATION MAP PROJECT DESCRIPTION BABE BID CONSTRUCTION OF SCOTT. NAPCIEM. AND FNSHALL INCLUDE. PARK IMPROVEMENTS SINCLUDE. BUT NOT UNITED TO DEMOLITION OF EXISTING BUILDINGS. PAVEMENTS, UnURES AND ASSOCIATED WORK AS SHOWN ON ME PLANS. INCLUDES PROPOSED IMPROVEMENTS OF GRADING. SANITARY SEWER, WATER SERVICE. ELECTRIC SERVICE. OPEN SHELTER, RAY EQUIPMENT INSTALLATION. TRAILS, PLANTINGS AND ASSOCMTEO WptK ADD ALTERNATE'. NAPOLEON PARK ADD ALT. NO 1: NAPOLEON PARK. SHADE STRUCTURE: IY xM, ADD PLT, NO3: NAPOLEON PARK SHADE STRUCTURE: 2NX2f. PROJECT ITEMS Item # I Item Description Reference QTY Unit Section 2010 - Earthwork, Subgrade, and Subbase 1. OTSHALL CONSTRUCT E PROPOSED IMPROVEMENTS BASED UP ON ME CONTRACT TI 1 Topsoil 2010, 1.08, D. 1 1 LS 2 Fxcevation, Class 10 2010,1.08,E 1 1 1 LS 3 1 Subbase, 4" 2010,1.08,1 1 1 1 LS Section 4040 - Subdrains and Footing Drains IONS SHALL BE CONSTRUCTED A6 PER IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS DOCUMENTS BE CONSTRUCTED 4 1 S05Tre n, Dual Wall HDPE, 6" 4040, 1.08, A 490 LF 5 Subdrain Cleanout Type A-1, 6" 4040, 1.08, C 1 EA 6 Subdrain Outlets, 6' 14040,1.08, D 1 4 1 FA Section 7010 - Portland Cement Concrete Pavement 2. CONTRACTOR IS RESPONSIBLE FOR REPAIRS CF DAMAGE TO ANY EXISTING FEATURES DURING 7 Pavement, PCC, 6" 7010, 1.08, A 360 SY 8 IPavement, PCC, 5' 7010, 1.08, A 380 SY Section 8030 - Temporary Traffic Control u .Q 9 Temporary Traffic Control 18030, 1.08, A 1 LS Section 9010 - Seeding aS$ EXISTING FEATURES AND CONDITIONS. 10 1 Hydraulic Seeding, Fertilizing and Mulching 9010, 1.08, A 1 1 LS Section 9030 - Plant Material and Planting 4 UTILITY WARNING: THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION 11 Plants, Tree, Servicebeny 9030,1 .08, A 2 FA 12 Plants, Tree, Honeylocust 9030, 1.08, A 1 FA 13 Plants, Tree, Red Oak gim 1.08, A 1 FA 14 1 Planta, Tree, White Oak 9030,1.08, A 2 EA Section 9040 - Erosion and Sediment Control 15 Sitt Fence 9040,1.08, D. 1 630 LF 16 Sitt Fence, Removal 19040, 1.08, D. 2 630 LF Section 9080 - Fence WITH UTILITY PROVIDERS AS NECESSARY WRING CCNSTR JCTON. CONTRACTOR IS RESPONSIBLE FOR DETERMINING EXISTENCE, EXACT LOCATION AND DEPTH OF ALL U10.mE5. PROTECT A UMRY LINES 17 1 Temporary Fence JWW, 1.08, F 1 1 LS Section 11,010 -Construction Survey MD STRUCTURES NOT SHOWN FOR REMOVAL OR MOOIFICATIOH MY DAMAGES TO UTILITY MEMS HOT 18 Construction Survey 111,010, 1.08, A 1 LS Section 11,020-Moblliration E 19 jklobilization 111,020 1.08.A 1 LS Section 11,050 - Concrete Washout CENTERLINE OF STRUCTURE AND INCLUDES FLARED END SECTIONS. 20 1 Concrete Washout 111,050, 1.08, A 1 LS Special Provision Items MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES IMUTCD) WHEN CONSTRUCTION ACTIVITIESPaPaPR 22 Demolitlon Work N/A 1 LS 21 Site Electrical Service WA 1 LS 23 Open Shelter Building WA 1 LS 24 Play Equipment Installation 8 Surfacing WA 1 LS 25 Playground PCC Edger WA 200 LF 26 30'X30' Shade Structure N/A 1 LS ALT. NO. 1 18'X18' Shade Structure WA 1 LS ALT. NO. 2 24'X24' Shade Structure WA 1 LS GENERLL NOTES ; 1. OTSHALL CONSTRUCT E PROPOSED IMPROVEMENTS BASED UP ON ME CONTRACT TI E M 4 DWHICH CONSIST OF THESE PIONS AND THE PROJECT MANUAL BID DOCUMENCUMENTSS WNCL ED IN MY PROPOSED ITEMS NOT INCLUDED IN THESE AND O NSTR IONS SHALL BE CONSTRUCTED A6 PER IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS DOCUMENTS BE CONSTRUCTED $ % (sUD"LNTS ISUDMI. 2. CONTRACTOR IS RESPONSIBLE FOR REPAIRS CF DAMAGE TO ANY EXISTING FEATURES DURING CONSTRUCTION, SUCH AS. BUT NOT LIMITED TO, UTILITIES, PAVEMENT. WERE, ETC. REPAIRS SHALL BE Y EWK TO OR BETTER THAN EXISTING CONDITIONS. u .Q S. CONTTUCTOR IS RESPONSIBLE FOR CONOJCIING A SITE WSn PRIOR TO BIDDING TO BECOAE FAMILIARWITH aS$ EXISTING FEATURES AND CONDITIONS. p eS 4 UTILITY WARNING: THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION ANGOR RECORDS OBTAINED. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTILITIES SHOWN O pj COMPRISE ALL SUCH UTILITIES IN THE AREA EITHER IN SERVICE OR ABANDONED, THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES SHOWN ME IN THE EXACT LOCATION INDICATED. p VERIFY LOCATION OF NI UTILITIES BEFORE CONSTRUCTION. 5. NOTIFY UTILT' PROVIDERS PRIOR TO BEGINNING MY CONSTRUCTION ACTAITIES AND COORDINATE 4 WITH UTILITY PROVIDERS AS NECESSARY WRING CCNSTR JCTON. CONTRACTOR IS RESPONSIBLE FOR DETERMINING EXISTENCE, EXACT LOCATION AND DEPTH OF ALL U10.mE5. PROTECT A UMRY LINES 5 F Y MD STRUCTURES NOT SHOWN FOR REMOVAL OR MOOIFICATIOH MY DAMAGES TO UTILITY MEMS HOT SHON FOR REMOVAL OR MODIFICATION SHALL BE REPAREO TO ME UULm' OWNETYS SPECIFICATIONS W AT THE CONTRACTOR EXPENSE. Q E 6 6. LENGTH OF UTILITIES SHOWN ON PLANS ARE DIMENSIONED FROM CENTERLINE OF STRUCTURE TO O CENTERLINE OF STRUCTURE AND INCLUDES FLARED END SECTIONS. {qa ].ALL INTEND CONTROL SHALL BE PROVIDED IN ACCOROPNLE WITH REQUIREMENTS SET FORMIN MEq MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES IMUTCD) WHEN CONSTRUCTION ACTIVITIESPaPaPR OBSTRUCT PORTIONS OF THE ROADWAY. FIAGGERS SHAL BE PROVIDED. FIAGGERS SHALL CONFORM TO THE MUTCO IN APPEARANCE. EW IPMENTMDACT)XIS. � Q 8. CONTRACTOR SHALL NOTIFY OWNER AND ENGINEER AT LEAST 40 HOURS PRIOR TO BEGINNING WORK. 3 Z Z O g6 0. DIMENSIONS. UFFUMES AND GRADING OF THIS SITE ME WED ON AVAILABLE INFORMATION AT ME TIME OF DESIGN. DEVIATIONS MAY BE NECESSARY IN THE FIELD. ANY SUCH GRANGES OR CONFLICTS W p BETWEEN THESE PLANS AND FIELD CONDITIONS ARE TO BE REPORTED TO THE ENGINEER PRIOR TO R STARTING CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LAYOUT VERIFOAMON OF ALL SITE IMPROVEMENTS PRION TOCCNSTRUCTON. W 10. CONTRACTgN SNAIL REFER TO PINTS AND SPECIFICATIONS FOR FIGURING CF UTILITIES TO SHELTERS. ` AN CONTRACTOR SH COORDINATE ME INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO AVSD CONFLICTS AND ASSURE PROPER DEPTHS ME ACHIEVED. AS WELL AS COORDINATING WITH CITY MO O SCHEDULING FOR TIE-INS O CONNECTIONS PRIOR TO UTILITY REQUIREMENTS AS TO LOCATIONS AND M O CONNECTING EXISTING FACILITIES. IwN 11. REFER TO THE PWJS FOR EXACT LOCATIONS AND DIMENSIONS OF THE SHELTERS. SIDEWALKS, MO Ii UTILITIES. 12, CONTRACTOR TO LOAD AND TRANSPORT ALL IMTERIAS CONSIDERED TO BE UNDESIRABLE AND HOT TO _ BE INCORPORATED INTO THE PROJECT TO M APPROVED OFFSITE WASTE SITE. N 13. THE CONTRACTOR 1S RESPONSIBLE FOR CIFANING DIRT AND DEMIS FROM NEIGHBORING STREETS. DRIVEWAYS AND SIDEWALKS CAUSED BY CONSTRUCTION ACTIVITIES IN A TIMELY MANNER. THE Y CONTRACTOR SHALL KEEP IRE PROJECT SITE NEAT AND ORDERLY AT ALL TIMES MILE CONSTRUCTOR IS IN PROGRESS, ACCESS STREETS TO THE DEVELOPMENT SXAL BE KEPT CLEAN CF MUD, DEBRIS, PAPER MO WASTE MATERIAL AT AL TIMES. 14, THE ADJUSTMENT OF EXISTING UTILITY APPURTENANCES TO FINN. GRACE IS CONSIDERED INCIDENTAL IR TO THE SITE WORK. �L�//L�� O MNTANING ANY EROSION CONTROL 15. THE CONTRACTOR SI BE RESPONSIBLE FOR INSTALLING AND A MEASURES ON SIE AT THE TIME O CONBTRUCTIOI AND AS NECESSARY WRING CONSTRUCTION. y/ f V CONTRACTOR SMALL. ALSO BE RESPONSIBLE FOR MAINTAINING ANY EXISTING EROSION CON MEASURES ON SITE AT ME TIME OF CONSTRUCTION. GRADING AND SOIL EROSION CONTROL CODE REQUIREMENTS LS SHA BE MET BY CONTRACTOR. O 16. CONTRACTOR TO COORDINATE NATURAL W. ELECTRICAL- TELEPHONE AND MY OTHER FRANCHISE Q — UFILITY SERVICES WITH UTILITY SERVICE PROVIDER AND THE OWNER PRIOR TO CONSTRUCTION 17. CONTRACTOR TO VERIFY ALL UTILITY CROSSINGS AND MAINTAIN MINIMUM 1B' VERTICAL AND 10 Ea\FL�Ij XORDONTAL CLILMANCE BETWEEN UTILITIES, CONTRACTOR TO COORDINATE UTILITY FRAMING TO Uj BUILDING AND VERIFY CONNECTION LOCATIONS AND INVERTS PRIOR TO CONSTRUCTION. 18, CONTRACTOR SHALL PROVIDE CONSTRUCTION FENCING AND GATES TO SEMM ME SIM .COORDINATE WITH OHMER AND CITY CF IOWA CITY FOR LOCATION AND ADJUST AS NECESSARY DURING CONSTRUCTION . 19, CONTRACTOR SHAT PROVIDE' SIDEWALK CLOSEDSIGNAGE M REQUIRED BY TIE CITY O IOWA CITY U. AND PROJECT PLANS. 211. W NOT STORE MAMF MLS OR PLACE EQUIPMENT IN STREET OR PUBLIC RICHT#WAY. CONSTRUCTION STAGING MO EA, TO BE COORDINATED WITH CITY IOWA CITY, O 21, THE CONTRACTOR IS RESPON&SUE FOR OBTAINING ALL PERMITS. URLTY FEES. AND ASSOCLIaIjD Z y COSTS AS NECESSARY FOR CONSTRUCTION. O N CONTRACTOR SHALL BE RESPONSIBLE FOR CWSTRUCFION STAKING. Y _; F QC N 23. CONTRACTOR TO PROTECT EXISTING TREES TO REMAIN DURING CONSTRUCTIO1;n •"e�L;M OUT OF THE TREE DRIPLINE LIMITS, 1'1 Q MATERIALS AND VEHICLES al,J C 24. RAW UT TO FULL DEPTH ALL PAVEMENT TO BE REMOVED, REMOVAL LIMITS TO BE 9N ST JOINT AN REVIEAND D APPROVED BY ENGINEER O 06 25, CONTRACTOR IS RESPONSIBLE FOR PROVIDING POSITIVE DRAINAGE FOR IMPROVEM RID NOTIFY' t tz ENGINEER OF MY ISSUES FIRM TO FOUL GRAOOG, PAWING, SEEDING, ETC, "'0 LL _"r— 25. THE OWNER HAS COMPLETED A RUMUEST FOR PROPOSALS PROCESS FOR THE PLAYAQUICI ANg' ENGINEERED WORK FIBER SURFACING, MO HAS SELECTED THE EQUIPMENT AND REE, WHOM IS SHOWN IN THESE PLANE. THE OWNER WILL FORMS EQVIFMENT MD EN� W FIBER SURFACING. MO HAVE IT DELIVERED TO THE SITE. TXE CONTMCTOq I$ qE F • ASSEMBLING MO INSTALLING ME PLAY EQUIPMENT, SURFACING AND ASSOCIATED WOR SHOWN ON • O PAWS, THE PLAY EQUIPMENT MO SURFACING MATERIALS SHALL BE INSTALLED AND A1.1110VED BY A C�FIEDPLAYGROUND O M. CONSTRUCTOR SIZE SAFETY IS ME SOLE RESPONSIBILITY O TIE CONTRACTOR WHO CONTROLS THE ,yA/ a MEANS, METHODS, MO SEOUENCING O CONSTRUCTION OMHUORONS, UNDER NO CIRCUMSTANCES -" SHALL. ME INFORMATION PROVIDED HEREIN BE INTERPRETED TO MEAN THAT ME ENGINEER OR CITY OF IOWA CT' IS ASSUMING MY RESPONSIBILITY FOR CONSTRUCTION SITE SAFETY M THE CONTRACTOR'S ACTIVmES. 27. A CONCRETE WASHOUT AREA SBE UTLI2E0 BY THE CONTRACTOR MO ALL SUBCONTRACTORS. CONTRACTOR TO COORDINATE LOCATION OF CONCRETE WASHOUT WITH CITY OF IOWA CITY. GENERAL CONTRACTOR TO BE RESPONSIBLE FOR MAINTAINING THIS FEATURE MO PROPER DISPOSAL UPONON COMPLETION O PROJECT. 28. CONTRACTOR AWARDED PROJECT SHALL PROVIDE ITEMIZED BID BREAKDOWN FOR EACH O THE THREE (3) EMIRS AS A SCHEDULE OF VALUES FON USE WRING CONSTRUCTION. S N Y D E R &ASSOCIATES glen. 119.0113.01 Sheet CtO1 IIxEiazlOil FEAT EXISTING Spot ElevI,Gon Conlour Elevatlon - -60- - - Fenca(Rarbetl,Flad.Hog) Fence (C1MIn i //— Farm (Wood) -u-0— F. (Sig) F.(Sig �- TreI,lre /YWYWYI Tree Slump d Deddruus THAI Strut, n O Cannanore Tree I1 Shrvh 0 0 Communionon -'-meth--- OverHCadCOmminkPI _--Pr(y- Fiber Optic ---hav) Underground Electi ---a1M--- OAMeadElectric ---Path--- GeaMeinAMSize ---I'^Ct--- Higb Pressure Gee Man win Stai - -a Hq Water Main AM SKI, -Hi Snite,Sewe-heSave - -irai MIA Bank r61(•1 Tact Hole LOrstion Iw SUE AID $1 I') Dentes me survey Rua" serwa IaVel far wppes Sandary Memi 1• ' Starm Sesser AM Sale -»-e'snH)-»- Starm Mannas Single Storm Sewer Intake o Doi Storn Sewer Intake m Fire Hydrant A Fee Hydrant on Building sk Weser Man Value w Weer Serves, ii WNI SENLHL S utility Pde g Goy Anchor T Utility Pole wpb Light C C Utility Pole ASM Tranelon ver • SKeet LgM pG Ymd Light p a"ohn BOX (A) El. Tnnelarmer m Trod Sign Commurztion Pedestal p Communication MarMle m Communication Hendhole GO Feer Optic Mangle 0 er FeOptic HI,MIgM MAY 16.3015 ®IOWA= Gas Verve y Gas Man Na ONE CALL Gas Apparatus Farce Past or Guard Past a Undergmuntl Stioaga Tank Above Gourd Slorege Tank IPAP.H call.com Sign Sal Chat W Mailbox • Sprinkler Head + Imgafim Control Valve �.. UTILITY CONTACT INFORMATION WAWATER CITY OF IOWA CITY WATER OWISICN CH" PARIZEK S,&3566D59 tld6gNKek®uwe'eAlnAg 6 MARY SEN91 CITY OF IOWA CITY ST -STORM SEVER KRUAN LAUGHEAD / I a S1&3565166 glTwr.Lergn..alElweory.org E{LEVtMC MIDAMERICAN ENERGY AFGHGH PRESS,IRE GAS CARSON HEMPHILL GSA6 315-161,6661 9=7 BOULEVAINI CRHempi®M6arn-ca wn CLEAR CENNRYLINK 1• ' MINDI BURGETT Ooal 14=60S3E6.z0 E=31 KIM 61 Z=]66.% 720.5T65030 iii 8u1gN,MQCeraurA ink.am FOFIBERCPIIC I RENATE NETWORKS MICHAEL STEINItA6P SIDE OF PARK. +1401 NORTH OF ENTRANCE TO PARK. NORTHWEST CORNER OF SITE. AS SHOWN 618a90.pBM Mkf.eel. SltirAampQIpITUN.tOnr EXISTING SITE SURVEY Illi lI 1 \ IIII III 1 ) i % i % I� \\1 IIII 11111 / l / / O \ \ 111411/ \\\ if /(I, / i %Q i ©/ % '/ // / ;/ % \\ — iii / i l / i Ito sal 411, 1 D a lI � i I r / \) // r, Av o10 RvwT3ZSB1 .. /if 111/l Rllm-Tz[Oz I'lll I Alessi LOCATION INDICATED EXCEPT WHERE NOTED AS W.LLT' LEVEL UTILITY QUALITY SERVICE LEVELS UALI L OFU IL H A MT' HO IN ENTHESES WITH THE LTYPE AND WHEN APPLICABLE. SIZE. THE QUALITY LEVELS ARE BASED ON THE CI/PSLESBO3 STANDARD. QUALITY LEVEL 0 INFORMATION IS DERIVED FROM EXISTING UTILRY RECORDS OR ORAL RECIXIECTIONS WALIIYLEVELCMFOIL *Nl IS OBTAINED BY SURVEYING AND PLOTTING NSIBIE ABOVEGROUND UTILITY FEATURES AND USING PROFE641dF1r�JGCGMENT IN CORRELATING THIS INFORMATION WITH QUALITY D INFORMATON. 01 -EI BIINFORMATION IS OBTAINED THROUGH THE APPLICATION OF APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. QUALITY &W A- 55 HORIZONTAL AND VERTICAL POSITION OF UNDERGROUND UTILITIES OBTAINED BY ACTUAL EXINGSURE OR VERIFICATION OF ED SUBSURFACE UTIUTIE6, AS WELL AS THE TYPE. SIZE. CONDITI MATERAL, AND OTHER CHARACTERISTICS, rtI 'I / 1 111111 III) IN 'Keener Alae / / on o6veM Pee 1 / /Giles, Y lmvMF / W Pae , Ped y CONTROL POINTS / 1 IOWA STATEPLANE SOUTH COORDINATE SYSTEM p / I a NAmTIZDI1NEPocH ZDlO.ao) CORTIN DERrvED - us SURVEY FFET I I CM N=0 76%E=z1B20 QZ=MM I 1? RESAR WITH RED PLASTIC W. lyd SOUTHEAST OF NORTNSgRN SIDEWALK ALONG SOUTH 9=7 BOULEVAINI I 1 / elSO SOUTH OF PARK ENTRANCE TO PARK, SOUTHWEST CORNER OF SITE AS SHOWN ON SURVE 1• ' Ooal 14=60S3E6.z0 E=31 KIM 61 Z=]66.% 1? REBAR WITH RED PLASTIC CAP, +14 WEST OF NORTH -SOUTH SIDEWALK ALONG SOUTH SCOTT MZ BPIAb,NO` / SIDE OF PARK. +1401 NORTH OF ENTRANCE TO PARK. NORTHWEST CORNER OF SITE. AS SHOWN ONS -40 n / SENLHL S �� �A NORTH MIERIGXVERTICAL DATUA OF 1368lNAV06B. GEODIZA) T IARTNDERNED-USSUNEYPEET •� SMWt ELEV=TY265 Q T (A) RAILROAD SPIKEINUGHTPOLE, WEST OF PARK ENTRANCE IA60NOWN ON 6URVEYI DATE CP SURVEY (JI / MAY 16.3015 ®IOWA= u n ONE CALL 1200.292.8989 IPAP.H call.com H Z W W w a U) a ^ I V/ O C W LL 06 a SNYDER !ASSOCIATES Rahn xo: 118.0613.01 Sheet S100 g LL IL V 06 1,0 Q c) ~' NtoN $� �2 Mi a 00o y Q W o� w HT a 0 O W ILI a;°z / O Z � N 1 W SNYDER 1 1u/� / / Cw C01kKM Pa] l O P�q.e m: 118.0013.01 Sheet S101 a / cMl ea Q Cmcn4 d — Pae / 1 I ATIJRNSTRUCTOH NOTES 1. FFATIRE6. PROTECTTNE FOLLbMNG: N EXIITKKIP EXISTING \ /// A E%I6TWG TiEF3NEGETATON. 9MIMrm / I. EXISTING NTRACE6.OWNER TO REMOVE ANG OI6POSE OF THE FOLLOWING Cmcr°I°Pae (NOT IN O TINTRACT,: / A EXISTING 6VILOIN MSTfROOF. WP116, FOOTNGS. AND A66CCIATEO / EJ. PAVEMENT C J. FT B. G6: BEH, GRILL, AND PSSOCIiT FD G SITE FURNISHINGS CH Q Q w PAVEM ENT 6 FCGTNGJ. PAVEM G, MULD ANY ASSOLl4TEG IENT. EDGING, MI GE%I STNG PIAV EWRA W . , SUBDRAIN. C W TO REMOVE AND DI6E OF THE FIXIOWING J. CONTPOS c LIQ EM A EXI6TING TREES. TIN A B. .:.GG GRAVEL, WHERE SIgWN. Z g LL IL V 06 1,0 Q c) ~' NtoN $� �2 Mi a 00o y Q W o� w HT a 0 O O Z � N 1 SNYDER 1 1u/� BAS S OC IATES If m P�q.e m: 118.0013.01 Sheet S101 LOW VOI SHELTEF POLE CONT" WITH M DP Lei +aA E=218323)90 w m C I CONNECTION. G E -2192256.E5 LENGTH OF RUN PPPROK BSO LF. G ._ yS "i SCOTT PARK ELECTRIC CONNECTION 0 SG4E N 8 O TOEGSTINGNENREST LIGHT FDOURE. SEE NOTE TA SCOH PBN D we, Sign D IVPE KEY SC6MIFlC INMEI • I NOTES BRE 3 � MI✓.MY X. a o o a m PMW bY•M�a w.R�nY' s h 4 N V Q m� 5 o•sEb rmrrt wll Eae V FtS Z a.snr. NDAnaN. NFn Conal 3 q e ^ IVPE KEY SC6MIFlC INMEI CCMMCNNMIE I NOTES BRE 3 � MI✓.MY X. o � m PMW bY•M�a w.R�nY' TIJNNLUFILLLONCESERVICESENNY SS.ON OCGST r� t-Vl fAl V Q m� 5 o•sEb rmrrt wll Eae V FtS Z a.snr. NDAnaN. NFn Conal W e W o 0 a Y Pn LMMEN a Mem COMMSPaE rn - VZ D �\ _ O SITE LAYOUT PLAN CCNSFRUC IoN NOTES S W 1. A. 'MS.PLtOVIOETXE FglO'MNG: A 8'DEPM PCC. `� r B. SDEPTH PCC PAD. 2. PLAYGROUND. SEESNEETSND.PNOVIDETHEFCLLOWING: Z Q A. STRUCTURE PLAYGROUNDS VAN N1EN PS701q BY SUPERIOR RECREATION PRODUCTS. �4 PLAY B. SWINGS. SINGLEPOSTSWING TFROYSM BY SUPERIOR RECREATION PRODUCTS. ^) J C. SPINNER A: TEA CUP SPINNER TFRt]5C8M BY SUPERIOR RECREATION PRODUCTS. G' RECREATION PRODUCTS. tea[ a O. SPINNERS: COZY POD SPINNER SPPSACCCOS BY SUPERIOR E. ENGINEERED WOOD FIBER PLAY SURFACE PROVIDE. BY SUPERIOR RECRFATIONP UCTS. SEta W Z DETMLS O H" Wj L O 3 SH TER, ::r G TER. PROVIDE THE FOLLOWING �� �I A. 2aY3l COVERWgIXSXELTER. SEE DETAILS. O N N !!��''YL1 Z l TEMPORARYCONSTRU MFENCING.PRWMD EFIX OMW A. PROVIDES' HI GH CHAIN LINK FENCE FOR CONSTRUCTKIN FENCING WRH TCP FAIL.IPWIOE. -co �' W \� AND ADJUST LOCATIONS AS NECESSIRY DURING CONSTRUCTION- �n z 5. SITE FURNISHINGSTO BE INSTALLED BY OWNER(NOT IN CONTRACTL -<rn A. BENCH B. BIKE RACK (] Oct 6ELECTRICAL IMPROVEMENTS, PROVIDE THE FOU -MING � A ELECTRIC LINE IN CONDUIT BETWEEN NEVVSHELTERANDE%ISTINGNFARESTLIGM F�WITHIN Z •B■ iii SCOTT PMK (PLONG SIDEWALK TO DOG PARK PORTION OF SCOTT PARK) B. COCROIMTE IMPROVEMENTS WITH NO MERICM MERCY. A L IL Q IL/ N V V+ IVPE KEY SC6MIFlC INMEI CCMMCNNMIE I NOTES BRE AO MI✓.MY X. -STE,EB TIME BHT. m PMW bY•M�a w.R�nY' TIJNNLUFILLLONCESERVICESENNY SS.ON OCGST Oaa t-Vl fAl D% IES w o•sEb rmrrt wll Eae +'CAL S m a.snr. NDAnaN. NFn eae rcAi N SNYDER i ASSOCIATES PIgM3 No: 110.041].01 Sheet 3200 1 I it l / It It v I \\ I I III I I I IIIII Ifit I Z< Lu iiil iii / i / i ) R6WWAe W T onoMe Pah im c 0 ,p 1 ]26 10 V V 1 1 1 1 I I I I I i II6.BB" / / DIFOFb•PERFORATED MOPE /' 1 // a ate' ii \\ ]x.m 726.71 / / / to fir/ / ,\ I ,/ II8.85 T28.51 / wV:TYI.I / / 16 LF OF 6'NONFFRFOMTCD HDPE \ m� / j / / T26A Tze.A / / ..wm.w x. J I„ G,N Im 72575 tI ua M A /ILI INV 723 / Q a TzsBS ZJr V_` ,.' 2.05 11 to GD,. Pm ]25 O ]25 65 1 a Z IM.43Tnre � / D Q 0 7 12517 M76 rn76 1 7215 {15 /- / / /„�(�� / ��/ Z LU V � / 1 .' \ 0 O N lL 0 N y Q O p —n rn LL V Gn D—� W LU O Da OD ~NGP-ANMNERPLNOTES AOUCOIRRACTTOR TO STRIP AND STOCKPILE TOPSOIL FROM ALL AREAS./, , y 'T' W' o B. RESPREADTOWILTOA8'MINIMUMDEPTHOVERIAWNMEAS C. PRONDE EROSION CONTROL AROUND ON SITE AS NECESSARY TO CONTI /�� Q SITE EROSION. W D. SILT FENCE ROSI O �5/ (TPP.). E. HYDRAULICALLY SEED ALL AREAS DISTURBED BY CONTRACTOR BY USINOy1 W /� Ly V BONDED FIBER MATRV WITH SUDAS TPE 1 PERMANENT LAWN SEED MW. SEE Ln SUDADSDIo. F. SHREDDED HARDWOOD MULCH TO BE ACED IN 2 DMNETER CIRCLE AROUND �l L N ALL NEW TREES AT]' DEPTH. Q • ■ GRANNG PLN CONSTRUCTION NOTES F a 1. STORMSEWER.PROVIDETHEFOLLOWINO'. A. PROVIDE 6' DUAL WALL NONPERFORATED HOPE SUBDRAIN AT MINIMUM 05%SLOM O WALL PERFORATED E SUBDRN AT MINIMUM 05% B. FRONDE W DUAL HDPAI Q C. UBDRNN OUTLET. SEE SODAS DETAR ADH* 3.. U) V/ VI 1 iSNYDER &ASSOCIATES 6 p P,,INo: 119.0113.01 Sheel S300 g\ SCOTT PARK PLAY STRUCTURE: Van Allen PS -70147 by SUPERIOR RECREATION PRODUCTS $CDG SCALE: NT6 SCOTT PARK SWINGS: SINGLE POST SWING TFRO62X0(by %21 SUPERIOR RECREATION PRODUCTS scA E: NTS 0 SCOTT PARK SPINNER: TEA X31 CUP SPINNER TFR17548XX V SCALE: NTS SCOTT PARK SPINNER: COZY a POD SPINNER BSPPS-000005 SCALE: NT9 SLIDING POLE 11w oLrr000R Gone* wi LOVER CRACKTIBC TO,ORC" NDPFR CUBRENTIBCANNM Lm OF Cm BUILDING NODE STANDARDS CITY S A A WITH CITY B COORDINATE TA RAYEQUIPMENTAREA. WIDTH VARIES, ME DIMENSION RN! PLAY SURFACEISUBDRAIN SECTION SOME: NTS 12 f—, ROOF: ROYAL BLUE CEY110: PRESTAWED MIO SEALED WOOO PANELS CONTRACTOR TO dnLEr w1COVER. CONENTISD TOINSTMLANOPER CURRENT IBCpG COD ST OFKWIA cm COORDINATE CODE STANDARDS AND COORDINATE WITH Cm STAFF. TURIIIARATFFI RFAunw� FRAMING PLAN TL&BMSTEn w mw ITYP LIGHT(1)TOTAL. MODEL VROC AS MANUFACTURED BY LITHONA UGNTING.CEIUNG MOUNT CONCRETE FOOTING C ICR WTLET COVM VE0. COONTRACTOR TOO INSTALL AND PER CUT IBC ANIUDINGV OF= ND BUILDING CODESTANDARDSWTTNAND STMFD NATE wGH cm 6TAFF. TUBUE COLUMN ANCHORED INTO CONCRETE FOOTING mP( �1 24'X24' SQUARE SHELTER: COVERWORKX -STEELWORX SCALE: N s ENOINEEREO WOOD FIBER DEPTH PER MANUFACTURERS RECOMAENDATIONS. FINISH GRALEOFPLAYGFNXMDSURFACE TO GE FLUSN WITHAGJACENTPAVEMENT - NEW PCC SIGEWAU(I .) U TO %STANDARD PROCTOR COMPACTEDRI2S LIETS TONG STAND.. PROCTOR DENSm. MINIMUM B' pEPTN MppIFIEU $VBBASE NOTES: 1. INSTAWTION TO BE COMPLETED IN ACCORDANCE WRH MANUFACTURER'S SPECIFICATIONS. 2. ALL DIMENSIONS ARE CONSIDERED TRUE AND REFLECT MANUFACTURERS SPECIFICATIONS. S. DO NOT SCALE DRAWING. C CONTRACTOR'S NOTE FOR PRODUCT AND COMPANY MFORMATION VISIT �w..uoe.Mn:'—"I. REFERENCE NUMBER 4168-W5. S. ELECTRICAL IMPROVEMENTS: SEE GETNLE FOR MORE INFORMATION. I I � FOOTING PLAN 3 / C SECTIONAL CUAD ROK BEDROCK CLIMBER :rt n rl fT1 PIPE WALL W wI FEEL g\ SCOTT PARK PLAY STRUCTURE: Van Allen PS -70147 by SUPERIOR RECREATION PRODUCTS $CDG SCALE: NT6 SCOTT PARK SWINGS: SINGLE POST SWING TFRO62X0(by %21 SUPERIOR RECREATION PRODUCTS scA E: NTS 0 SCOTT PARK SPINNER: TEA X31 CUP SPINNER TFR17548XX V SCALE: NTS SCOTT PARK SPINNER: COZY a POD SPINNER BSPPS-000005 SCALE: NT9 SLIDING POLE 11w oLrr000R Gone* wi LOVER CRACKTIBC TO,ORC" NDPFR CUBRENTIBCANNM Lm OF Cm BUILDING NODE STANDARDS CITY S A A WITH CITY B COORDINATE TA RAYEQUIPMENTAREA. WIDTH VARIES, ME DIMENSION RN! PLAY SURFACEISUBDRAIN SECTION SOME: NTS 12 f—, ROOF: ROYAL BLUE CEY110: PRESTAWED MIO SEALED WOOO PANELS CONTRACTOR TO dnLEr w1COVER. CONENTISD TOINSTMLANOPER CURRENT IBCpG COD ST OFKWIA cm COORDINATE CODE STANDARDS AND COORDINATE WITH Cm STAFF. TURIIIARATFFI RFAunw� FRAMING PLAN TL&BMSTEn w mw ITYP LIGHT(1)TOTAL. MODEL VROC AS MANUFACTURED BY LITHONA UGNTING.CEIUNG MOUNT CONCRETE FOOTING C ICR WTLET COVM VE0. COONTRACTOR TOO INSTALL AND PER CUT IBC ANIUDINGV OF= ND BUILDING CODESTANDARDSWTTNAND STMFD NATE wGH cm 6TAFF. TUBUE COLUMN ANCHORED INTO CONCRETE FOOTING mP( �1 24'X24' SQUARE SHELTER: COVERWORKX -STEELWORX SCALE: N s ENOINEEREO WOOD FIBER DEPTH PER MANUFACTURERS RECOMAENDATIONS. FINISH GRALEOFPLAYGFNXMDSURFACE TO GE FLUSN WITHAGJACENTPAVEMENT - NEW PCC SIGEWAU(I .) U TO %STANDARD PROCTOR COMPACTEDRI2S LIETS TONG STAND.. PROCTOR DENSm. MINIMUM B' pEPTN MppIFIEU $VBBASE NOTES: 1. INSTAWTION TO BE COMPLETED IN ACCORDANCE WRH MANUFACTURER'S SPECIFICATIONS. 2. ALL DIMENSIONS ARE CONSIDERED TRUE AND REFLECT MANUFACTURERS SPECIFICATIONS. S. DO NOT SCALE DRAWING. C CONTRACTOR'S NOTE FOR PRODUCT AND COMPANY MFORMATION VISIT �w..uoe.Mn:'—"I. REFERENCE NUMBER 4168-W5. S. ELECTRICAL IMPROVEMENTS: SEE GETNLE FOR MORE INFORMATION. I I � FOOTING PLAN 3 O C N _ O :rt n rl fT1 �> —{ W C")"< - RAY EQUIPMENT GENENoWTES DU A. PLAY PRODUCT `W SUPERIO R R,CT PRODUCT$ POSTS: ICED CO15 %I N/ w METAL BROWN X PLASTICSNO�1: SPRIW PANELS: GREEN T� POST CAPS SRUNIGREEN W DECKS: BROWN LIP ROOF'. GREEN B. PLAYGROUND MANUFACTURER SHALPROVIDEF TING. INSTALLATION,ANDASSEMBLY (L INFORMAGOK C. RAY ELGIPMEMT TO BE INSTALLED MID INSPECTED BY CERTIFIED PLAY EQUIPMENT INSTALLER. I O 6 SNYDER •ASSOCIATES Rope w: 119.0013.01 Sheet S400 3 O U � W 0_ ¢� `W N/ w CL NN Lb (L - I O Z a Lu N Lu I Q LL I V _y w Z N �O/\ V/ W J Lu R O o otS E ? a W a G (Al N V) 6 SNYDER •ASSOCIATES Rope w: 119.0013.01 Sheet S400 §h) §\) - k Z!!! \\�} |§§§ - 4;§; � )§,§ . ;, j _ j ;r!§ § \j � §( !|\§ )§§/ ]4§! !!|( ! |`f « ■( t %/, va@ G gam G ;e>! w aala z Iia -� SCOTT, NAPOLEON, &FAIR¥EADOASPARKSIMPROVEMEN� CD �qSCOTT PAQeNrNGRmN IOWA77® /§ k� _m SNYDER & ASSOCIATES, INC. ®' w �; __��_ _: Sheet S401 ,tt m EXISTING SITE SURVEY a . _Z LEGEND FEATURES FXLSIING Spot Elevations '\\ \ \ \ \\ \\\\\ \\ \ Candour Eleetton---80----- . \ \\\ Fence(Barbed. Fai Hog) \\ \ I \\ \\\\\\\\\G\\\\\ \\ Fance(Chain Link) Fanw(Wood) Tice UneH) THIS Stamp A m Deciduous Thea n Shap Q O A \\ \\ \ \\ \ \Q COMferaus Tree \\ Shrub \`\\\ % \\\� \\\\\�\\ y�# Carnmunizatron _--1a1M--_ 1 \\\\ \\ '_\ \ "\\\\\\ \�\\\\ d Overhead Communicawn---FH(M--- 1 FdarOpdc _--Sam- -_ I\ eN•NIMe 'a\ �\\ \\\ Ill \/ \\\\\\\\\\\\� Q UndeM,.nd Eledtla Ovarhead Electric _--m(q--_ y \ O Gee Main wah Sixe---I'rhf•F--- _ ai1, High Preasa Gas Mxn wHh S¢s--rSKm(•J--- Main 11 9xaL•FI - \ `\ \ \\\\ \ Water Mawits H Size -rnp Seniory Sewer with Size - r -earl. r ` DUO Bank -i-- Test Hole Location tar SUE w4D &1 11 / \\\ i \\ ¢l ` \ P\\\\\ \\-\\\ VI Q r, 9) Geri the annary Manhole Ruelly service level ©u808es\\\\ \\ 1 \L \ 6A 1\ S`r` '\\\\\'\ Z g; Lu SNmm Seaver lS¢e-»-rmr)-»- S. MenMb ® 1 I \ / \ 0\ 1 \ \ \ v Slagle Saran Sewer Intake p 4 F L // • \ 1 \\ \1 \\ \\\\ W DOabb B.TTSewer Intake Fore Hydrant Fire Hydrant on Baedllig R NOTES / \\ p\ \ e I \ \ \\\ Water Main Valve w 1 \ \ 1)BUILDING LINES AND CORNERS ARE FOR USE INPREPMINO LMI SITE PLAN OOLULxNTS. Walar Service Valve ® BUILDING CORNERS AND BUILDING LINES SHOULD BE SPECIFICALLY VERIFIED, AS Wait ® NECESSARY. PRIOR TO DESIGN FOR CONSTRUCTION OF ANY PRCVOSED EXPANSION ORI Utility Pale $ CONNECTION OF WILDING COMPONENTS. \ Gas Anchor T 21 FOR CLARITY PURPOSES, SURVEY SPOT ELEVATIONS ARE HOT SHOWN ON THIS SURVEY, \/ \ Jzi \ ' \ \ \ BUT ARE CONTAINED WITHIN THE DIGITAL CAOD FILES. \ I 1 _�I \\ \yJ� VOIILy Pole with Light 31 FOR THE PURPOSE OF THIS SURVEY, STORM SEWER. SANITARY SEWER AND WATER MAIN / 1 \ \ \ F\\ Ui Pole with Transformer SIM LINES ARE ASSUMED TO FOLLOW A SS "GMT LINE FROM STRUCTURE TO STRUCTURE SbaBI Light Ocf aI ULM1ITYSERVICE LINES TO BUILDINGS ARE MPROAWTE ONLY. AN INTERNAL BMDINO Yard Light Q INVESTIGATION EXCAVATION ANWOR SUBSURFACE LOLATIN(YDESIGNAIING WOULD EbcNC BOX NEED TO BE PERFORMED TO DETERMINE MI E LOCATION OF SERVICES ENTERING THE I 1 \ \ \'^\\ LII 1=0 ® BUILDING _ \� a N EbcNC Transbrmer ® 5) UNDERGROUND PRE MATERNIS AND SRESARE BASED UPON VISIBLE EVIDENCE VIEWED I tt I I 1 \ \�\( \ \\\ LL Traffic Sign b FROM ACCESS MANHOLESSTRUCTURES. DUETOTHECONFIGURATIONANMR Communlcatlon Pedestal p CONSTRUCTION OF THE STRUCTURE. IT MAY BE DIFFICULT TO ACCURATELY DETERMINE..{"� ==TT Communlwlion Manhole ® THE PIPE MATERIALANDIORSUE. THE SURVEYOR WILL USE THEIR JUDGMENT AND \ \ \ \\\ .va' rn I• Comnanlcabarr Hendhde ® GxpR TO ATTEMPT TO CETERMINE, BUT WMPLETE ACCURACY CANNOT BE / \ 1 j i \\ \\ \\ �.,.� D- LL Fiber Oplk Manhole tD 61 BOUNDARY LINES SHOWN ON ME EXISTING SITE WRVFY ME TO FACILITATE DESIGN OR I \ I \\ Fiber Opfc HeMtgle Us CONCEPT SEEM AND ENABLE CREATION OF SAID CONSTRUCTION DOCUMENTS. THESE Gdy Vyvs LINES W NOTCONSTITUIE A CERTIFIED BOUNDARY SURVEYAND MISSING MONUMENTS \ Q•9� Y4TAArol Ges entrails O wlu NDreF SFT. \ Pl.rorwm aNlTkrlbsl Ges A,Perot.. ® SNV= I__-� ERUlgnent BegkU \ I / \ \ 11\\ .fir "Q Fence Past or Guard Post • :orclNe Pad Underground Storage Tank ® 64B]BI 1 \\ \ ( \ \ \\ L\ \ Above Grouts Storage Tank ® \ I \ \ \\ \ L _ \\ \ \pz\` O� 'w satellite Dish } �B$ \ \\ \\ \\ \ \ \� \\'\\1 ` W Lu 1 /a W svnlnkler Head • 1 s= \ \ `\ \ \\ \\ \ \\ �\`\ �' C..n C y' vI BENCHMARKS 44 \ \ \ is \ \ \ litigation Control VBNa ... \ \ aI W NOUN ER1VEO.4 USSU VERTICAL DATUM OF IB9B (NFVDBB GEOIDI2A) \ \ \ \ UTILITY CONTACT INFORMATION IASMIG LIED-0ssuRYFr FEET Q BMsaT ELEV455.40 \ \ \ / \/ \\ \ Q RAILROMSMEAS SIDEME, NORIHCEPoURRE%OF r�` INWATEN CRYSPARUECT'WATER DNISION GILBETSTREE. EAST SIM OF SPoLAS WEST OON Sal / \\ \ \ ` \ \\\\ I LL LXRISPARI2EK GIL9ERT$TRffT, FAST $TOE OF SIIE.lA55HCWH ON WRVEY) 318355 5058 \\ \\ \ Litift-Partarkilikei are\� y \\\ SWITMYSEWER C10FIANACITY \ \ \ \ \ \ yK,p' YAC Sr STSTORMSEWER ALLAN LAUGHEAD DATE OF SURVEY ' \ 1\P� W W N WNrHarXPsedQwfat➢W MAY N.211B \\\\ \\ \ \\ 655- \\\\\ EELECTRC MIDAk1ERSCMNENERGY CONTROL POINTS \` \ \ \ I �\ \\\ HPGHIGH FRFSSONE WS CARSON HEMP HILL G,1Q1 \ \ \ 1 \ \ I\ \ F GAS 31934481 IOWA STATE PLANE SOUTH COORDINATE SYSTEM LRIMmpnlfi®mMammran.— NAl`d l HEPOCN 201000)IARTN DERIVED - US SURVEY FEET CA2 N=8WR3.14 E-21]808$02 z=BO SO \ I \ d, I kL06 CLEAR CENTURYLINI TEMPOJRY CONTROL POINT AT EWE OF SIDEWALK, LOCATED AT THE INTERSECTION OF THE SOUTH AND \ \'✓ \\ ML MINDI FASTSIDEWAULSNORTIOFPARgNGLOT,SOJTIF/STCORNEROFSITE. (ASSHOWNONSURVEY) \ \ \\ \ \\ Q \\ Q a MNi.BugenNCaduryLiN. ¢m CPIO 1M SSITH RED PLASTIC 1/Y REWtWI1H RE0ONSlICOM,I%WEST OF SO1]H OLBERT STREET WEST 910E Ba;1(OFCUgB. T \ \ FOFIPER OPTIC UNIE STTENETWORKS NORTHEAST OF PARWNG LOT,SOUIMEAST CORNER OF SITE.(AS SHOWN ON SURVEY) \� \ �- ( PSU. I \ \ O 816-10LSTEINKAMP A 1 \ \ \ Lu SISIPoM9, CP11 N=Bo18IAN WI=21]852505 z= \ / ` Q MIUeel Slelnkemp®upnfiMr.mn OF MIDDLE WITH RED POF THREE 5'WEST IN SOUTH NORTHEAST STREET MSTITE(AOF SHOWN.AI-SUal \ �$m\•CON \ C \\ r W OF MIDClE 64LL FIELD OF THREE BALL FIELDS IN USE, NORTHEAST CORNER OF ORE. (AS SHOWN ON SURVEY) \ I WdbeS \T, r J Cost N-801015.95E4170250.4IZwGAS51 \I Se'fess, 11 ICpgy \\�\ O O 1?D OFTHE WIT1RFD Pl/STICCM, CS SIM NORTHWEST OF NOtMWEST SYL FIELD OF THEFOUR PLE%BALL FIFERS, WEST SIDE OF SIZE IAS SIICWHONSURVEY) \ VVI Z VI UTILITY WARNING THEUTNTESSHOhNNAVE BEEN LOCATED FROM FIELDWRVEY WFCgMATONPND RE DSMTNNEO. THESURVEYORMAKE$NO WPAANIEETHE THE LRILRFURFIER DOES NOT FEATURES SMNMCOMPRI$E ALL SUCH ITEMS INTHE TURES SHOWN IN INTHEOft XA ABANDONED THE 5O1VEYOR FURTHER DOES NOT WARRAIII THAT MEUTILT11E30R SUBSURFACEFEANREs 540WNARE IN THE EXACT LOCATION NdCATED EXCEPT WHERE NOTED /S OUKT'EEVELA I / / UTILITY QUALITY SERVICE LEVELS y Mmes"° Smr.bpNa� J \ W OFUTILITIESOWN) PARENTHESES WITH THE UTILITY iYPEANO WHEN APPLICABLE. SIZE. THE WPLTY LEVELS ARE ®joWA-- SMtl % - BS4EOONTMECIIASCE38-025TANDPRD. 6�� QUALITY LEVEL IS DERNEll FROM EASTING UGUTY RECORDS OR DRY RECOLLECTIONS, ONE CALL Il ` S N Y D E R QUALITY LEVEL JUDGMENT IN CORREBTaNEDBr wgvEYVION PLOTTING VISIBLE unImfFATURFS AND USNG 1 _„rj iASSOCIAiES JUDGMENT IN CORRELATING TNI$ INFCRMnTON WITX QUALITY D INFORMATION. ��//ak//ak �Naa4ak��ak�4k ��a4�• OUALITT LEVEL B INFORMATION)$ OBTAINED POSITION THE SUBSURFACE GEOPHYSICAL AETNWSiO DETERMINE i9VVt.1iV�Y) So THE}'-RISTERCCFNo APPROXIMATE HCRQONTN PoSITON OF SUBWRFACE IITILRIES, www,IOwOm•CUH,cpBl 1—� WALITY LEVEI11A''IS WR12ONTALAND VERTICAL SMONOFUNDERGROUNDMLRIESMIAINEDBYACTUALEKPOSUREORVERIfMnMOF i/�/ 1—� Proptl Xa. 118.0413.01 PIlEO1W$LYFRF85ED SUBSURFACE URLRIES, AS WELL AS THE TYPE. SIM CONDITION, MAIMIRA, AND 01 CHARACIERI5TIC3. /� / Sheet N1^^ m /� r / /� J VV \\✓ aid N Z 4 N L E 1? O 3 - d 2020 F B 18 PILI 3: 36 �' a Y � m CITY CLERK OWA CITY, IOWAWWI '^ III 9. S lN'277.5B 2A E• 5110 10 E•z1]efiDF.ID NII08.11 3iC z e < 211 E 21 9 TIE IMO N 25829 W p NG =21]BSTI.88 C 2E PAVEMENT PAVE O c W aP IB ( N= 126)8 O E 21 B -I E.- &505.00 UDI 5g? Qa qd YCC` /Bg U A N- 12WW A/ / M E•21]y] 85 5 T/ 2D ✓ / HK C 2L s R .•801125160 J .•801268.80 E•21]058i.tB E•2178585.50 18 40 2C N=00125)21 E-21]0505.09 N=8012&.15 IA IG E•21I8MAN Z O EXISTING FENCE Q ,A W Z W Q a Q LL O V EYJBTING FENCE O z z z ca SITE LAYOUT PLAN CONSTRUCTION NOTES 1. PAVEMENTS. PROVIDE THE Fg1OWING: O w 'A 0. 'DEPTH PCL. U.1 Q V' B. C WIDE PCC PIAYAREAEWER. L. PWIOE EOGfR OPEE NING FORPWRE0.1N�PlACE PLAT SURFACE TOORNN. EDGER 2. PLAT STRUCTURES AND SHADE ST(iUCNRES, PROVIDE THE FOLLOWING: O A CLIMBER, ECLIPSE CLIMBER BY LANDSCAPE STRUCTURES. SEEDETNLSFORCCLORSANDMORE a INFORMATION. B. SPINNER OMNISPIN SPINNER BY LANDSCAPE STRULTURES.SEE DETAILS FOR COLORS AND MORE INFORMATION, a C. SEES4W.WE-SAW BGPE STRUCTURES. SEE OETNLS FOR COLORS. z z D. POURED-IN-FI-ACEPYRADESRPUYRE F�EBYLNDSCAP:ORANGE. RUBBER W E. DETAILS. MID SHADE STRIICNRE BY LANDSCAPE STRUCNRE3.3NAOE COLOR: PURPLE. SEE DETAILS. F W Q S. TEMPORARY CONSTRUCTKH FENCING PROVIDE THE FOLLOWING: rL0 O PROVIDES HIGH CHAIN LINKFEE FORCCNSTRUCTION FENCINGWIIHTOP RAILWWIOE WTE3 A O S AS NECESSARY DURING CONSTRUCTION. ANDB. a PROVIDE ORANGE TR E PROTECTION FENCE, () 0. ADD ALTERNATES. PROVIDE THE FOI-- MNG: � y/ 4 �Z y/ A. ADD ALT, N0. 1:, NAPOLEON PARK IB'%18SHADE STRUCTURE: BY LANDSCAPE STRUCTURES or WATERLOO TENT B TARP or APPROVED EQUAL. SHADE COLOR: ORANGE. B. AGO ALT. NO I NAPOLEON PARK, NW4 SHADE STRUCTURE. BY LANDSCAPE STRUCNRES V WATERLOO TENT 8 TARP or APPROVED EOUAL. SHADE COLOR: ORANGE. 1 SNYDER &ASSOCIATES +o 'rr,INa: 118.0^13.01 Sheet N200 IX GRADING PLAN GENERAL NOTES /1L SNYDER 1. GENERA-NOTE6 &ASSOCIATES V /� A CONTRACTOR TO STRIP AND STOCKPILE TOPSOIL FROM ALL AREAS J \� DISTURBED. B. RE6PREADTOP601L TO AV MINIMUM DEPTH OVER -AWN AREAS. C. PROVIDE EROSION CONTROL AROUND ON SITE AS NECESSARY TO CONTROL SRE EROSION wod 1i D. SILT FENCE QYP.I. a I= GRADING PLAN CONSTRUCTION NOTES Z 2. SUBDRAIN A PROVIDE W DUAL WALL NON -PERFORATED HDPE SUBOWN AT MINIMUM 05% O • •j u SLOPEREFER TO DETAILS. F•, W Q B. PROVB>E 6 DUAL WA PERFORATED HOPE SUBDRAIN AT MINIMUM 051L FILED SLOPE, REFER TO DETAILS. C. SUBDPNN OURET.SEEUMSTDETMLASEESU I ` D. SUBDRAIN CLEANOUT.5UM5TYPE A-1, SEE SUNS iM.2321ETNL \ a z y 0 , vvv vv 2020 FEB 18 PH 3: 35 CITY CLERIK w g = IOWA CITY, 10WA r \\ I 1\ 1 1 1 X 9 \\ \\ e9.,D PSEPNFO0 .�\ 11 L Lu alRae• \ INV : B51.s \ BUBOIUMN, MIN. \\ 1 PERFORATED\ SUBDRAIN. I \I E%. BSA.��i 1 1 ° w a & 3.8 > I EX a EX 65 0 1 / 11 \ i / INV:6511 IX. 615.1 w853.85 IL NP9S188 / \` �'.BY 1 � 55533 B6 mLFOFr 85180 1 PERFORATED EX 656 1�q 1e LFao-PERFORA SLNDRPN. 1.018 asz BS �� 1 . v' / 1 SUBDRNN a / ' \ rflv:6s1 s 71v.6s1 ss / \ 1 � 653.1e � 85137 6V JD 55, 10 \ / V/ 2 SRIext^n ( &I85] 1 651.55 /�/ 653.11 \ A3 .85033 p6 30 53 i _ _ _ _ 551]0 aLFOFB NON-PERFOMTED 653 '2y INN'. 552,w \ w 650.15 �� 85300 / 85310- �— \ 1 1•L O �� 1111 652] SUBDRAIN 65180 A \ IFANpUT iB LF OF B'NONPERFOMTEp BUBORAIN 1 BN CO I I 0 V/ U) X F 8512515W) Y 1 \ � / \ '� \V 11 \ O O SlFOF6'FERFORATEp bUBDMM -�862� -� V / NCN-PERFp MD INV: 651.0 SUBDRAIN. \ 1_ \ \ O y INV 5510 -- \ x. ---- o W / Q I ---WLL --- c•i I z Z O a co U) GRADING PLAN GENERAL NOTES /1L SNYDER 1. GENERA-NOTE6 &ASSOCIATES V /� A CONTRACTOR TO STRIP AND STOCKPILE TOPSOIL FROM ALL AREAS J \� DISTURBED. B. RE6PREADTOP601L TO AV MINIMUM DEPTH OVER -AWN AREAS. C. PROVIDE EROSION CONTROL AROUND ON SITE AS NECESSARY TO CONTROL SRE EROSION wod 1i D. SILT FENCE QYP.I. a I= GRADING PLAN CONSTRUCTION NOTES Z 2. SUBDRAIN A PROVIDE W DUAL WALL NON -PERFORATED HDPE SUBOWN AT MINIMUM 05% O • •j u SLOPEREFER TO DETAILS. F•, W Q B. PROVB>E 6 DUAL WA PERFORATED HOPE SUBDRAIN AT MINIMUM 051L SLOPE, REFER TO DETAILS. C. SUBDPNN OURET.SEEUMSTDETMLASEESU O O D. SUBDRAIN CLEANOUT.5UM5TYPE A-1, SEE SUNS iM.2321ETNL a z y N SNYDER &ASSOCIATES ,o Rc•N Nv. 1IS",D1 Sheet N300 ai NER: LANDSCAPE STRUCTURES 400 —.2: NIS --------------------------- / SEAT COLOR: \ / 18&90 LIIADHOYP.) \ / \ I ) �c I I I I I C DD I 1 1 \ MET%P�ORBu/ \ META CIXAR: / \ BLACK(TYP.) / \\ i %1 WE .SAW: LANDSCAPE STRUCTURES _ 0 BCE NTS \ 50881 / \ \ L MINIMUM W DEPTH MODIFIED SUBBASE 1T DEPTH PREPARED SUBGRAL COMPACTED IN2. fi LIFTS TO 95% STANDARD PROCTOR DENSITY. MINIMUM SUBDRAIN@MIN.03%TO STREAM. WRAP \ / V 591 8HADE FABRIC COLOR ORANGE / ONNUIPIN ECLIPSE CLIMBER ARCHESC0.pF SPINNER \ 1R%• CABLES COUC : ) / BLACK(TYP.) / I i \ o 1 SALLCONNECTOR 1 1T HEIGHT COLOR. 'CLERK 1 • I I 1 I 1 I 1 k x 8HAIL ETAEEAOVIDEFD ASSEMBLY INFORMATION,gND A55EMBLV / ai NER: LANDSCAPE STRUCTURES 400 —.2: NIS --------------------------- / SEAT COLOR: \ / 18&90 LIIADHOYP.) \ / \ I ) �c I I I I I C DD I 1 1 \ MET%P�ORBu/ \ META CIXAR: / \ BLACK(TYP.) / \\ i %1 WE .SAW: LANDSCAPE STRUCTURES _ 0 BCE NTS \ 50881 / \ 18'X18' SHADE STRUCTURE: LANDSCAPE STRUCTURES (ADD ALT. NO. 1) SCALE: MS \ L MINIMUM W DEPTH MODIFIED SUBBASE 1T DEPTH PREPARED SUBGRAL COMPACTED IN2. fi LIFTS TO 95% STANDARD PROCTOR DENSITY. MINIMUM SUBDRAIN@MIN.03%TO STREAM. WRAP \ / SHADE PYRAMID 8HADE FABRIC COLOR ORANGE / / ECLIPSE CLIMBER ARCHESC0.pF / I I NET UNION(TYR) \ 1 I 1R%• CABLES COUC : ) / BLACK(TYP.) / I i \ o 1 SALLCONNECTOR 1 1T HEIGHT COLOR. 'CLERK PURPLE (TYP) \ (PYRAMID POST REpU1RE 6Y BURT) I 1 I 1 k x 8HAIL ETAEEAOVIDEFD ASSEMBLY INFORMATION,gND A55EMBLV S INFORMATION. �6 � / SHAM PYRAMID \ / 6%23' IIE\ / (PYRAMID POSTT REQUIRE SO- BURY) \ R. PLAY EQUIPMENT TO BE INSTALLED AND INSPECTED BY CERTIFIED FLAY EOUIRAENT t$j INSTALLER. x m Y € m / \ / SHADE FABRIC COLOR:ORPNGE \ 18'X18' SHADE STRUCTURE: LANDSCAPE STRUCTURES (ADD ALT. NO. 1) SCALE: MS CLIMBER: LANDSCAPE STRUCTURES 40 scALE: NTS 159BT3 SHADE PYRAMID Sv%30' 30'X30' SHADE STRUCTURE: LANDSCAPE STRUCTURES [�aud(BASE BID) —V SCALE: RTS SHADE FABRIC COLpi PURPLE 2020 FEB CIT \ L MINIMUM W DEPTH MODIFIED SUBBASE 1T DEPTH PREPARED SUBGRAL COMPACTED IN2. fi LIFTS TO 95% STANDARD PROCTOR DENSITY. MINIMUM SUBDRAIN@MIN.03%TO STREAM. WRAP \ / PLAY SURFACE/SUBDRAIN SECTION AT EDGER CURB CUT 8HADE FABRIC COLOR ORANGE / / ECLIPSE CLIMBER ARCHESC0.pF / I I NET UNION(TYR) \ 1 I 11 CABLES COUC : ) 1 1 1 1' BLACK(TYP.) / I i / ( o 1 SALLCONNECTOR 1 PCC EDGER Ea..NEW COLOR. 'CLERK PURPLE (TYP) I I ,1 I I 1 I 1 k x 8HAIL ETAEEAOVIDEFD ASSEMBLY INFORMATION,gND A55EMBLV S INFORMATION. CLIMBER: LANDSCAPE STRUCTURES 40 scALE: NTS 159BT3 SHADE PYRAMID Sv%30' 30'X30' SHADE STRUCTURE: LANDSCAPE STRUCTURES [�aud(BASE BID) —V SCALE: RTS SHADE FABRIC COLpi PURPLE 2020 FEB CIT B 24'X24' SHADE STRUCTURE: LANDSCAPE STRUCTURES (ADD ALT. NO. 2) O SEA B CLEAN BACKFILL PEAGRAVEL OR APPROVED EQUAL. S• DEPTH PCC WI BROOM FINISH WITH V MIN DEPTH GRANULAR BASE (MIN.2% SLOPE TO PERFORATED SJ IN) FINISH GRADE OF PLAYGROUND SURFACE TO BE FLUSH WITH AOIACENT PAVEMENT NEW PCC PAVEMENT 1 VARIES. SEE DIMENSION PLAN IE% MIN, SLOPE \ L MINIMUM W DEPTH MODIFIED SUBBASE 1T DEPTH PREPARED SUBGRAL COMPACTED IN2. fi LIFTS TO 95% STANDARD PROCTOR DENSITY. MINIMUM SUBDRAIN@MIN.03%TO STREAM. WRAP \ / PLAY SURFACE/SUBDRAIN SECTION AT EDGER CURB CUT 8HADE FABRIC COLOR ORANGE / EQ\ / POURED IN PLACE PLAYGROUND MIN. DEPTH GRANT SAM (MIN 2% CLEAN BURFACING 0.4 PER FLANS 3 8 I'M 3.36 1114M. GRACE OF PLAYGROUND SURFACE TO PLAY EQUIPMENT GENERAL NOTES BE FLUSH WITH ADJACENTPAYMENT PCC PAVEMENT, j_S%AMAX SLOPE PCC EDGER Ea..NEW a 'CLERK Z :ITYa IOWA C k x 8HAIL ETAEEAOVIDEFD ASSEMBLY INFORMATION,gND A55EMBLV S INFORMATION. �6 � / SHAM PYRAMID \ / 6%23' IIE\ / (PYRAMID POSTT REQUIRE SO- BURY) \ R. PLAY EQUIPMENT TO BE INSTALLED AND INSPECTED BY B 24'X24' SHADE STRUCTURE: LANDSCAPE STRUCTURES (ADD ALT. NO. 2) O SEA B CLEAN BACKFILL PEAGRAVEL OR APPROVED EQUAL. S• DEPTH PCC WI BROOM FINISH WITH V MIN DEPTH GRANULAR BASE (MIN.2% SLOPE TO PERFORATED SJ IN) FINISH GRADE OF PLAYGROUND SURFACE TO BE FLUSH WITH AOIACENT PAVEMENT NEW PCC PAVEMENT 1 VARIES. SEE DIMENSION PLAN IE% MIN, SLOPE POURED IN PLACE PLAYGROUND SURFACING AS PER PLANS (Del as PM Ma..Nd.l Rawmmerd.lana. Re,ulmmeYz and SPec?icadma) 1 PCC EDGER LAM m WBRE'NIOMIN.STEEL HIN CURBTOBEtlSRS CONTINUOUS ONDIBNRB-801L — \ L MINIMUM W DEPTH MODIFIED SUBBASE 1T DEPTH PREPARED SUBGRAL COMPACTED IN2. fi LIFTS TO 95% STANDARD PROCTOR DENSITY. MINIMUM SUBDRAIN@MIN.03%TO STREAM. WRAP 6' DEPTH MODIFIED SUBBASE PIPE IN ENGINEERING FABRIC. PLAY SURFACE/SUBDRAIN SECTION AT EDGER CURB CUT 00 SCALY: NTS 4 Sf,ALE: MS 5• DEPTH PCC WI BROOM FINISH WITH T POURED IN PLACE PLAYGROUND MIN. DEPTH GRANT SAM (MIN 2% CLEAN BURFACING 0.4 PER FLANS 3 4 1114M. GRACE OF PLAYGROUND SURFACE TO PLAY EQUIPMENT GENERAL NOTES BE FLUSH WITH ADJACENTPAYMENT PCC PAVEMENT, j_S%AMAX SLOPE PCC EDGER Ea..NEW a Z A. PLAYGROUND M1LWOTTING ER C k 8HAIL ETAEEAOVIDEFD ASSEMBLY INFORMATION,gND A55EMBLV S INFORMATION. �6 � R. PLAY EQUIPMENT TO BE INSTALLED AND INSPECTED BY CERTIFIED FLAY EOUIRAENT t$j INSTALLER. m Y € m POURED IN PLACE PLAYGROUND SURFACING AS PER PLANS (Del as PM Ma..Nd.l Rawmmerd.lana. Re,ulmmeYz and SPec?icadma) 1 PCC EDGER LAM m WBRE'NIOMIN.STEEL HIN CURBTOBEtlSRS CONTINUOUS ONDIBNRB-801L — \ L MINIMUM W DEPTH MODIFIED SUBBASE 1T DEPTH PREPARED SUBGRAL COMPACTED IN2. ` PERFORATED W DUAL WALL HDPE LIFTS TO 95% STANDARD PROCTOR DENSITY. MINIMUM SUBDRAIN@MIN.03%TO STREAM. WRAP 6' DEPTH MODIFIED SUBBASE PIPE IN ENGINEERING FABRIC. PLAY SURFACE/SUBDRAIN SECTION AT EDGER CURB CUT 00 SCALY: NTS 4 Sf,ALE: MS 5• DEPTH PCC WI BROOM FINISH WITH T POURED IN PLACE PLAYGROUND MIN. DEPTH GRANT SAM (MIN 2% CLEAN BURFACING 0.4 PER FLANS SLCPETOPERFORAT=OSUBDRAN) BACKFILL (DyNm NaManuNcwrer ReaxnmarJallonn, 1114M. GRACE OF PLAYGROUND SURFACE TO PEAGRAVEL Re ldamna. and SyclPa.) ORAPPROVED BE FLUSH WITH ADJACENTPAYMENT PCC PAVEMENT, j_S%AMAX SLOPE PCC EDGER Ea..NEW REINFORCING STEEL WITHIN CURB TOM. BARS CONTINUOUS UNDISTURBED SOIL - I \` MINIMUM S• DEPTH MODIFIED SUBBASE 1Y DEPTH PREPARED SUBGPADE. COMPACTED IN M' J ` PERFORATED 6• DUAL WALL HDPE LIMTO N% STANDARD PROCTOR DENSITY. MINIMUM SUBDRAIN®MIN .05%TO STREAM, WTUP 6•DEPTHMODIFIEDSUBBASE PIPE IN ENGINEERING FABRIC. �B\ PLAY SURFACE/SUBDRAIN SECTION 4 Sf,ALE: MS Y O Z L] _ Q co W U.1 LL a Q LL C-) °6 J O Z Q ui 0 Lu W 0 N JY Q Y0 a Q a � LZ 0 W r W Q O 0 U Q Z cn z co 9 SNYDER &ASSOCIATES lecl Na: 119, 1413.01 Sheet N400 seB CelBllc / \ / a z sae OeI.,, A a, e Z o �T � II e. •Pu1N JaNT cOMMC O©OINT (A NdnB Paeemenl Slabs) O 1oE4Xe wXN US i.h ttd W 1.ry PIjont. 102 g p 6 ITY saa DalmCLERK F ° i onl(aiJl=• 1M/A CITY, i . 4.e. ill --f N—m.1 E' 1'E%PAXBNIN JOINT j E 'O g >: Z0 W ° W o i 0 a Y a — o 0 Z F 0 w N W Q QQ J LL a od z U Z z fA JOINTING PIAN 0 E) Vi w W a J Y NOTE: CONTRACTOR TO E!RIMNGRAN UETMILING JOINT ANDCONSTRUCTIONBEOUENQNGFORENGINEERS REVIEW AND APPROVAL ,RIORTOCONSTRUCTION. FIELD VERIFY LAYOUT O NL� ca OFEPAVMENT TOINAIGNWMWNXPROOSERJOIMNG.JRIMINGBXEINA ID.O ORTOPROVIDELONGT 01IN"S NSY£RSECJOITS, O TPROENPROPoBMEMSUWIEMSp"NGRIL(AC)PMEWSURLOMRPROVIDE THICKENED EDGE(8' MINIMUM DEPTH) WHEN PAVEMENTS ARE TO BE TIED TOGHER. CONFRAN3TOR TO PROVIDE EXPANSION JOINT ADJACENT TO BUILDINGS AND AT INTERFACEOFINTEGRA- Q a sIDEWALIVORrvErtRIIE ETC. L �J Z O Lu W Q OZ U a V)z U) N SNYDER &ASSOCIATES Rqm N. 119.0413.01 Sheet N401 o � o f U- LEGEND EXISTING SITE SURVEY- I N FEATLUR eS EXISTING 6"� L E D Spot tion �.➢— i COMOYr Elevatlm---fi0----- ° Fanot (fainted, Flaw, Hag) —s jj77 % a •� Fede(Chain Link) —X 1(J20 / d Fenca(Sift) B FEB IB ! 3:36 B Fenca (Sift) —s Tree Ll /WWWVI Tree Slump b 41 �% m p5 Decitluous Tied \% Shrub Q TY 7L�ERK Comeroua Teel shrub Communleatlon ovemeatl Cairmumcaron---m1t•)--- \ Fiber Optic _-- FBI --_ Concrete rl ( / Edi \ '/ i as> e Unaer9roum Eladm——— OM(ynd- OvemaeEElechic---m(•)--_ I I I \\ / // O Gas Mein WiB1 Size---I'm(•)--- 44're High Pressure Gas Mein Mar Strs ——nmart•1- -- I I > w A S Water Mein With bite ---ern(•)--- �695�Rim=68f.]5 '//�� LUN m Sanitary Saver With S'Me — >—eM(q—> — �\ / / PWrgmud r — / L) a W Dudeank °i`M--UtX-'--_ I f9uipmenl Test HOW Localian for SUE W/ID $1 I 1 Imeke•BW.3O / O o) \ V`M > W U m F— > C) Denotes the survey quality service level W UIIINies I 11 ® I \\ ll• Z O B. I I 1 / EquIXnI ( — SanileryMenholew © I I I So ll /,\ \ 1 ,S4\ I 1 Pad / o $m Sturm Sever with Size—»-6'ngq—»— / �\ 1 1 BuikH% Shoo Manhole (0 Rim W W _/ \ D Sing le Strom Sever Intake 0 f ) 1 \ \ CUNsbps�BS.T9 / \ ` m Double Storm Sewer Intake m / 1 \ \ Pa" f ON Fire Hydrant q / 1 \ ` BNM \ �� YIN w ; �' Fire Hytlrant on Builtling x I /r\`_ 1 ` \ IN s L Water Main Valve WIaM�6@.4a 1 \ \\ \\ \ Ra M Wakell Serveo Valve ® I l \ \ \ ,� \ \ o Pan&run I, AM!" ��J � � a RimXB5.81 (_ _ -- v ` Utilitynch l ``\ 1\ \ Rimrt .. 699_��- SmN Utility Pole Wibl Light TO-�E //`\ \ \ o ` Monday" � o Sol Y,-- PO �� POlewXhTrenslormar • V, \\ \\ Wood � Comrme Pad �ri \ Street Light 04 / \ Perk GnBm _ Yard Light Q v \ \\\ \ ��`\ �1 Snell Corset Foollq \ Y Electric Box EleCpiG Tmnsbrmer ® \\\ \\\ \\ TraRC Sign Communication PoddMI p CommuniwtionManhOle Communication Hentlhole U Fiber Optic Manhole Fiber OptW Hantlhde ® I `\ \ /`��//[11'F��/�\/1 o _ Cut } Gas Valve o f o\ •C `\ Step O > Uj Gas M Apparatus Qa \ _ / Gas Apparatus Fede PpslorGuardtors, PostT.n • \\ O _ b55 RImyS6 Uq D Above Ground Sloraga Tank ® / Above Greuntl Sloraga Tank ® �5�` �_ I •I Q W LU Stellhar Chit, d \ `\O 894, ° LU Mailbox • _ Sprinkler Head + \/-�yl N r Impation Control Valve ..v //` \\ �YJ" �_ — __ — ��-ImepOocy •� m_� Pn$gn —� UTILITY QUALITY SERVICE LEVELS ° G `�_ - `-693- Z Q QUJWTY LEVELS OF UTILITIES ME SHOWN IN THE PARE NEUWrtH THE UTILITY TYPE AND WEEN ANPLICPHLE, SUE. ME OUALTY LEVELS ME BASED ON �� V _ � THE CI/ASCE 3B0]STANDARO. /\----692---�J( QUALITY LEVEL (BIT INFORMATION IS DERIVED FROM EXISTING UTNTY RECORDS CorcreW $genalµ \ W Ln OR ORAL RECOLLECTIONS. _ _ WKIIY LEVEL CI INFORMATION IS OBTAINED BY SURVEYIHGAND PLOTTING — `— -- __ _ VISIBLE ABGVEGRAND UTILITY FEATURESAND USING PROFESSIONAL ROA r� l —\X691 _ \ / / / j W JUDWENT IN LIXiREIATING THIS INFORMATION WITH WKIry DINFORMATON. am•BBB 93 I J Lakeside Drive\`// p" Y (� QUALITY LEVEL IBI INFORMATION IS OBTAINED THROUGH THE APPLICATION OF FBIN Zp APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE THE EXISTENCE Cmcmrs W AND APPROXBMTE HORIZONTAL POSITION OF SUBSURFACE VTIUTI1I �f QUALITYLEVELA ISH ZONTKMDVERTICALPOSITIONOFUNDERGROUND �l UTILITIES OBTNNED BYACTUAL HKPOSVRE OR VERIFICATION OF PREVIOUSLY O a J EXPOSED SUBSURFACE UTILITIES. AS WELL A$ THE TYPE. SIZE, CONDITION, WDERAL., AND OTHER CHMACTESSMS, a vI UTILITY WARNING Q THE UFILTRES SHOWN HAVE BEEN LOCATED FR°M FIELD SURVEY INFORMATION �J Q MIO DRRECOROSOBTAINED. THESURVEYORMAKESNOGWM RAEETHATTHE L Q • a ■ U UTTS OR SUBSURFACE FEATURES SHOWN COMPRUNEK1-3UCH ITEMS IN THE MEA. EITHER IN SERVILE ORABMDONED. THE SURVEYOR FURTHER DOES NOT Q WMRANTTEAF THE UNLITEb OR SUBSURFACE FEATURES SHOWN ARE IN THE W EXACTLOCATIONINDICA EXCEPTWHERENOTEDMQUALITYLEVELA NOTES Q 1) BUILDING LINES AND CONNERS ME FOR USE IN PREPARING CIVIL SITE RAM Z Lx DOCUMENTS. BUILDING CORNERS MD BUILDING LINES SHOULD BE SPECIFICALLY VERIFIED, AS NECESSARY. PRIOR TO DE SIGN FOR CONSTRUCTION LL OF MT PROPOSED EXPANSION OR CONNECTION OF BUILDING COMPONENTS. V� V/ ZI FOR CARRY PURPOSES, SURVEY SPOT ELEVATIONS ME NOT SHgVN ON THIS SURVEY, BUT ME CONTAINED WITHIN THE DIGITAL CAW RUES. CONTROL POINTS BENCHMARKS SI FORER WIN LINED RE ASSUMED SSUEDT STORM SEWER SANITARYIGHLINE EWER FRMMO MASTATEPIANE 50UTHLOMDINATESYBIEM NORTH AMERICAN VERTICAL DATUM OF 19BB tHAVD86-GEOIOI]A) WATER URE LINES ARE ASSUMED TO FOLLOW A STRAIGHT LINE FROM STRUCTURE IC STRUCTURE, kPO N10HN WUDOFSHE-2J WRTN BERNED-L6SVRYEY FEET IMTG DERIVED � U5 SURVEY FEET I)UOLT'$ERVICELINES TOIGATIO, EXI VATIONINGS MOAPPOR SUIMAYE RFACE. AN INTERNAL O1 N�NSAR E CONTROL POINT BMS(O ELEVt6W35 BUILDING INVEGINATIOMEXOINEED OBE PERFORMEDTE TF1.IPoRMYCLNTRM POINTAi INIIXSECTYJN OFSDEWXK$IN MKKt1H'Af$igMD0.WTCFMl4NIDRNEAND W(ESIOE DRIVE INIERSELTKW, CUT YC NORM DDEOFLWLRETE FOOTING OF LIGNTE0SPEED LIMR51GN NglIHSICE 0F1AKE51DE CRNE, ®IOWA LOCATINGDESIGNATING WOULD NEEOTO BE PERFORMED TOOETERMINE THE SWIHFA$LLgU1ERO511E IAS SHONN ON 3URJEn SOUTH O PARK,•1Kr NORTH Of LAKESIDE DRIVE NORTH BACK OF CURB, N-IIT WENT BEATEALINECf MWII LOCATION OF $ERNCE$ ENTERING TIE BUILDING DRIVE CENTERUNEOFMKESIDEDMJEIMERSECIION. PSSHUWNONSURYIIj 5) UNDERGROUND PIPE MATERIALS AND SIZES ME BASED UPON VISIBLE EVIDENCE CRO N�161a 55 E-2165MS 01 L=]013 VIEWED FROM ACCESSMANHOLESrSTRUCTMS. DUETOTHECONFIGURATION 1PREBM WITH gEORASTIL VP•I3'MgR1HN4Si OFMW.II DRNFNORIMVESi PACXOCURB, •1T 8OUIHOF HYgUNi Ng1GMWAI gYVE, 6 ONE CALL AND/OR CONSTRUCTION OF THE STRUCTURE. IT MAY BE DIFFICULT TO NORTHWESTCORNER OF SITE.(ASSXOWN ON SURVEY ACCURATELY DETERMINETIE PIPE MATERIFLMDr'ORSIZE THESURVEYORWILL DATE OF SURVEY S N Y D E R USE THEIR JUDGMENT AND EXPERIENCE TO ATTEMPT TO DETERMINE. BUT CM1 NdKF3W0JE=ZI853IOMZ-050.6] ��MM Meµ•Fs1a OOD�MO• .A COMPLETE ACCURACY CANNOT BE GUARANTEED. IAT RESOR WITH REO RASTC CAP, • 4F NORTH OF VIGSIUE DRIVE GOR OF CURB • Ur SOUTH OF EASTASESTVXESNE SHE SDENAUL p' WY14 She 1WM/i9i••�•7 B ASSOCIATES WESTO SIDEWAU(MMPGNMIRNSMC LA£SIDEgRNE,SWIHWESTCORNEROFSNE.I/SSIKMHO WRVEYI WWYAMIWOOMCdAgll PmIW=No: 119.0413.01 a RD Sheet F100 \ \ IA I I I 1 OEMCUTDON PLAN Cgi6TRUCTION NOTES 1. EXISTING FEATURES.PROTECT THE FOLLOWING: A EXISTINGPAVEMENTS. D EXISTING UTILRIES. C. EXISTINGTREESNEGETATIDN. 0 EXISTING FEATURES: SIGNAGE FURNISHINGS. ETC. R. EXISTWG FEATURES.CONT CTORTOREMOVEANODISPOSEOF THE FOLLOWING'. A MSTINGPAVEMENTS. B. EX BISTING GRILL, ASECOATED PAVEMENT S FOOTINGS. C. EXISTING SHELTER INCLUDING PAVEMENTS, FOOTINGS ETC. O. EXISTING TPAG HYDRANT. COORDINATE REMOVAL OF SERVICE AT WATER MAN WITH IOWA CITY WATER DEPARTMENT. E. EXISTING DRINgNG FOUNTAIN. COORDINATE REMOVAL OF SERVICE AT WATER MAIN WITH IOWA CNYWATERDEPARTMENT, F. REMOVE AND REPLACE CONCRETE SIDEWALK AS NECESSARY TO PERFORM WATER SERVICE REMOVAL AT WATER MAN. VERIFY LOCATION. S. EXISTING FEATURES. OWNER TO REMOVE THE FOLLOWING'. A. TRIMMING LOW TREE BRANCHES WITHIN THE CONSTRUCTION AREA THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH THE OWNER. C. EXISTING FEATURES. CONTRACTOR TO REMOVE AND RETURN TO OWNER: A EXISTING SITE FURNISHINGS. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH THE OWNER, 5. WATERSERVICES A ABANDON SERVICE LINES AND REMOVE WATER SERVICE CONNEGNON6 AT WATER MAIN IN COORDINATION WITH IOWA CITY WATER DEPARTMENT. SERWCE LINE AND WATERMAIN SHOWN IN APPROXIMATE LOCATION. CgRRACTOR TO FIELD VERIFY LOCATION AND WATERMNN. 6. TRAFFIC CONTROL A PROVIDE TEMPORARY TRAFFIC CONTROL PER SODAS BOMA01, IF NECESSARY, B. SIGNAGE DISPLAYING IHO PARKING' ARE TO BE USED IN AREAS OF CONSTRUCTION OCCURRING WITHIN R O.W. (RIGHTLFWAT). C. CONTRACTOR TO MAINTAIN ACCESS TO RESIDENTML DRIVEWAYS. D. PROVIDE'SIDEWA.K CLOSED' SIGNAGE AS NECESSARY. N SNYDER &ASSOCIATES Pmp�119.041301 m Sheet F101 >E > E O s W U <g Z W O g< W L ^L ISL l+/ Y W - � 0 U z — p Z W a Z W O F' - a P a LL J — W W Z 0 O Y cn W J W Q O n¢. ca a Q 5 W Z 0 W W 0 ¢ LL co N SNYDER &ASSOCIATES Pmp�119.041301 m Sheet F101 11 I TO EXISTING ELECTRIC FEDISTPL J f F LL ® CENTER OF 2.5' RADIUS CENTEROFISRMIUS Q N=6011AA 08 N=W181T.N E=215551]82 E=2185518.40 an 2A Evuip STt. O C m E em IA 1A 2A RC ® © /L PleWraud 4 A ` i 1A M60162GT5 E4uipn � F E=2185597,38 w4 ' TIEINTOEASHNGPAVEMENT E x=eo1s9'01 11=310 y A rt �s a a r CENTER OFR RADIUS N�601597 �1 Ez Z EQ18T PR-��Itl/ E=2i85TT2.3 RNn=]01.02 rZ e CENTER OF 2.5' RADIUS N=M IS9310 MA WT'898.81 ElW* J TE INTO EXISTING PAVE NT Lu a p 3 H d E=RiB5519.T0 ll p O a BBIMI / W Po�v590.TB ytFm8958a 4A S -Ng SMX - , 8 6C / C WP" / O Qf' N21FGA480 E=2165551.08 W. d P Gnllon 1A 4B yy2 Pb' Cp1CRb FW41g 01524EE6zzz� / ly =16H. NB0 E=2185510M9 W 8.0' 24.0' fi.0' a 1P E=8 N�1618.60 E=218581262 C TIE O N3MWQ.22 EXISTING j 1P PAVEMENT EN 1A PAV V/ EQt&582025 N�01530A1 PS NECESSARY 1P E=21850M_t9 NYN 1.1. 4B O Q^ O 3A O I.L O O 4B Z O O 0 O w aa W SITE LAYOUT PLAN CONSTRUCTION NOTES 1. PAVEMENTS. PROVIDE THE FOLLOWING: N Z A. S. DEPTH PCC. LL O 2. PLAYGROUND. CONTRACTOR TO PROVIDE THE FOLLOWNG Q APUY STRUCTURE. BY GAMETIME. SEE DETAILS. LL. B. SWINGS. %SCAIF SWINGS BY GAMETIME. SEE DETAILS. C. ENGINEERED WOOD FIBERPUY SURFACE. SEE DETNLS. `Z V 3. SHELTER. CONTRACTOR TO PROVIDE THE FOLLOWING: c C 0 O A. GIW4' COVERWORX SHELTER. SEE DETNLS. Z O — 4. TEMPORARY CONSTRUCTION FENCING PRONDE THE FOLLOWING: I A. PROVIDE WHISK CHAIN LMK FENCE FOR CONSTRUCTION FENCING WITH TOP RAIL. PROVIDE GATTS AND ADJUST LOCATIONS O / AS NECESSARY DURING CONSTRUCTION. B. PROVIDE ORANGE TREE PROTECTION FENCE. W 0 5. SITE FURNISHINGS TO BE PROTECTED WITHIN LIMITS OFWORK. A. BENL.. J Q C) J /06 6. GTE FURNISHINGS BY OWNER INOT IN CONTRACT): ly A. GRILL, B. BENCH. Q C. BIKE RACKS. O TO INSTALL AND COORDINATE WITH OWNER W T. SALVAGE AND RELOCATE ITEMS (NEW LOCATION): CONTRACTOR Q A. SALVAGE BENCH. SEE DEMOLMON PU3N. ` Q B. SALVAOEJEEPPUYEGUIPMENT.CCIXiDINATEWITHOWNERFORACOUISITIONANDFINALPUCEMENT. 2rr� W 8, ELECTRICAL IMPROVEMENTS, CONTRACTOR TO PROVIDE THE FOLLOWING: A. ELECTRIC LINE INCCNDUIT. O B. COORDINATE WORK WITH MIOAMERICAN ENERGY. Z LL co N SNYDER &ASSOCIATES F PIN.: 1190413.01 I—� Sheet F200 C / l EX. 59519 99 LF OF 8' WSM. Np4PEI0 SUBdRAIN. J�FX.6 \ / 1 RI \ 1 \ \ u V2 { FIELD T FIELD VERIFYTI`/ERT / l im I / I / I I I I I I I I I IJ I , I INV. 6936 VERIFY I I \ INV. BW S \ l 69q / JJILE( I / I PI»awna / 2020 FEB 18 PH$t 3b ® ITY CLERK EX 693.81 I A CITY, IQWAr I I 4X896.5] I I / I EX. Peh-:g P I eencn\ I \ I PM y \ _\' E9ulp EX W7.51 �� I 851 ) e 1 \ °-- �{ %a. Ea \\ I _ \ -\880.]8 RI I / J\�699-_ BNM \ \ � 1E ro- Ex SimIX 69 .80 E%. 697.81 - 1 fX OB]39 y 08).B] y/ flava I � to 6996] 09881 \ JJJ 600.33 `W MAT GRADING PIAN GENERAL NOTES O w\ w 1. GRADING PLAN CCNBTRUCTION NOTEB: / ///SMMrm I'I \ / Cawrek PFIX,� mB g6 Pvk Gnllm �Cmaela FmMq 9 SNYDER &ASSOCIATES ".. N. 119G413.01 Sheet F300 O Za Asn JJJ `W GRADING PIAN GENERAL NOTES w 1. GRADING PLAN CCNBTRUCTION NOTEB: IL Z A COMPACTOR TO STRIP AND STOCKPILE TOPSOIL FROM AREAS DISTURBED. N a B. RESPREAD TOPSOILTO A W MINIMUM DEPTH OVER IAM AREAS. Q PROVIDE EROSION CONTROL AROUND ON SITE AS NECESSARY TO CONTROL Q � a SITE ERCWpI. — 0 D. SILT FENCE (TYP.). o Z E. HYDANAUCALLY SEED SEED ALL AREAS DISTURBED BY CONTRACTOR BY w coi 2 USING BONDED FIBER MATRIX WITH SURAS TYPE 1 PERMANENT LAWN SEED W MIX. SEE SUMS Will. Z a LL 2. STMMSE .CONTRACTORTOPROVIDETHEFOLLOWMG Off\ Z A PROVIDE T DUAL WALL NGN- PERFORATED HOPE SUBDRAIN AT MINIMUM 85% :n�6E W co SLOPE. W Q Q Oa B. PROVIDE T DUAL WALL PERFORATED HOPE SUBDRAIN AT MINIMUM 0.5% CL QDC Z SLOPE. W G SUBGRAM OUTLET. SEE SURAS DETAIL 4DW.333. TE IMO EXISTING INTAKE. iD FIELDVERIFYINVERT. 9 SNYDER &ASSOCIATES ".. N. 119G413.01 Sheet F300 O Za Asn `W 0 w IL Z J N a Q � a z — 0 O o Z w coi 2 W Z a LL Off\ Z 0 :n�6E W co J W Q Q Oa od CL QDC Z G W iD N a cup 9 SNYDER &ASSOCIATES ".. N. 119G413.01 Sheet F300 OLE 4' HIGH RIBBON \ P CLIMBER \ POD I /DE END / BALANCE BEAM 0POD // \ G CATERVW CRAWL w/ HOR\\1 SUPP ROCK RAVE /ROCK GRIPS 1/ POD O C �0 o O 0 00 Q UPPER BOGY TRAINER POD O O a/ / O Oeh P. TRR SHROUD SHRWD 0 OF O 0 0 / �� PLAV STRUCTURE: LANDSCAPE STRUCTURES ODO SCME. NTB / 11MOUI000T INSTALL CONENTIBC TO IRSTALL AND PER CURRENTIBC ANMFICRY OF IOWA CRY BUILDING CWE STANDMUS AND LWROINATE WITN CITT STAFF. b 13 4� J FILED ------------------- WORM H SAIL 18 PM 3--� AA DA aBLAPE SWING COMBING Aoo WALL RDR: SGRLET IOWA CI Y.10iVA 8 EXPRESSION SWING ARCHED F 31/2" O.D. CHAIN NET 118VDUTOO TW/LDVE b ~ 90' 3 WAY 3 1/Y O.D. CONTRACTOR TOINSTTOINSTALL AND PER X -POD STEP BONGOS CURRENTIBC AN W OR LRY OF IOW A CITY BUILDING CWE STANOAflDS AND COORDINATE WITH CITY STAFF. 3' ZIP SLIDE \ (HDPE) OLE 4' HIGH RIBBON \ P CLIMBER \ POD I /DE END / BALANCE BEAM 0POD // \ G CATERVW CRAWL w/ HOR\\1 SUPP ROCK RAVE /ROCK GRIPS 1/ POD O C �0 o O 0 00 Q UPPER BOGY TRAINER POD O O a/ / O Oeh P. TRR SHROUD SHRWD 0 OF O 0 0 / �� PLAV STRUCTURE: LANDSCAPE STRUCTURES ODO SCME. NTB / 11MOUI000T INSTALL CONENTIBC TO IRSTALL AND PER CURRENTIBC ANMFICRY OF IOWA CRY BUILDING CWE STANDMUS AND LWROINATE WITN CITT STAFF. b 13 4� J FILED 18 PM 3--� AA DA aBLAPE SWING M2020PFD 7 SWING Aoo RDR: SGRLET IOWA CI Y.10iVA 8 EXPRESSION SWING ®!16'. FRESTANED ANDSEKED WLU'DPAN45 F 31/2" O.D. \ 118VDUTOO TW/LDVE b ~ 31/2- 0O. 3 1/Y O.D. CONTRACTOR TOINSTTOINSTALL AND PER CURRENTIBC AN W OR LRY OF IOW A CITY BUILDING CWE STANOAflDS AND COORDINATE WITH CITY STAFF. FRONT ELEVATION TUBIMR STEEL BEAM (TYP) STEEL COMPRESSION RING TUDUUQR Ea wxmsT(IYP) UGHTO)TOTAL. MODEL vRSC As MNAIFMNREO BY UTHONA WHTING.CEIUNO MOAT CONCRETE FOOTING 11 W OROOOR WTLET W/ LOVER. WNTRMTOR TO INSTALLANO PER CURRENT IBC ANGOR CRY OF IOWA CT' BUILDING CODE BTANDMDS AND CWRNHATEWITHCOY TUBULAR STEEL m STAFF. COLUMNANCHORED INTOCOHLRETE FOOTING MPI FRAMING PLAN Q1 SWINGS: LANDSCAPE STRUCTURES dOO SC4E: M8 NOTES: 1. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURERS SPECIFICATIONS. 2 ALL DIMENSIONS ARE CONSIDERED TRUE AND REFLECT MANUFACTURERS SPECIFICATIONS. ]. GO HOT SCALE DRAWING. 4. CONTRACTORS NOTE. FOR PRODUCT AND COMPANr INFORMATION Vi3R xMw.CADMUile.COMn10 REFERENCE NUMBER 4188-005. I I " FOOTING PLAN PLAY EOUIPMENT AREA, WIDTHVARIES,SEE DIMENSION PLAN M.NLENT EK. (i\ PLAY SURFACE/SUBDRAIN/ RETAINING WALL SECTION eoo sc.LE: NTs ENGINEERED W WD FIBER. DEPTH PER MANUFACTURERS RECOMMENDATIONS. FINISH CAME OF PLAYGRWND SURFACE TO BE FLUSH WITH MIACEM PAVEMENT � NEW PCC SIDEWALK j1YP.l Q ��Y His z 2 !GI W �e `W m 1/ w a 2 VI Y Q _ LL �2 U J �J O L_ cW cn NC W LL Q J Q LL a U Oa ICI 0 Z co O Y cA LU X J Q Q a °a z p W Z W ~ LU O U) LL 9 SNYDER d ASSOCIATES ....N.: 119.0419,01 Sheet F400 J FILED 18 PM 3--� AA DA aBLAPE SWING M2020PFD 7 SWING Aoo IOWA CI Y.10iVA EXPRESSION SWING B4i SEAT PACKAGE 3-1/V TOPRAIL, H HIGH 31/2" O.D. \ ENCLMD TOT SEATPACKAGE BELT BEAT PACKAGE / 31/2- 0O. 3 1/Y O.D. Q1 SWINGS: LANDSCAPE STRUCTURES dOO SC4E: M8 NOTES: 1. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURERS SPECIFICATIONS. 2 ALL DIMENSIONS ARE CONSIDERED TRUE AND REFLECT MANUFACTURERS SPECIFICATIONS. ]. GO HOT SCALE DRAWING. 4. CONTRACTORS NOTE. FOR PRODUCT AND COMPANr INFORMATION Vi3R xMw.CADMUile.COMn10 REFERENCE NUMBER 4188-005. I I " FOOTING PLAN PLAY EOUIPMENT AREA, WIDTHVARIES,SEE DIMENSION PLAN M.NLENT EK. (i\ PLAY SURFACE/SUBDRAIN/ RETAINING WALL SECTION eoo sc.LE: NTs ENGINEERED W WD FIBER. DEPTH PER MANUFACTURERS RECOMMENDATIONS. FINISH CAME OF PLAYGRWND SURFACE TO BE FLUSH WITH MIACEM PAVEMENT � NEW PCC SIDEWALK j1YP.l Q ��Y His z 2 !GI W �e `W m 1/ w a 2 VI Y Q _ LL �2 U J �J O L_ cW cn NC W LL Q J Q LL a U Oa ICI 0 Z co O Y cA LU X J Q Q a °a z p W Z W ~ LU O U) LL 9 SNYDER d ASSOCIATES ....N.: 119.0419,01 Sheet F400 s � D a,i�a v Sea Oaleilc Saa Datan A w B r 1 1 RWf CD aQI i rQ I LE RWNJOIM CgRRAC1pNJ0IIT v (AblRQ Pere NSlaas) QE°Y WN12MMbIa 3bMMnl o See Detae F ,Rn, 2020 FEB 18 P8 3: 31 E°"°""'as Jo 1 Liller FO4YYBd0 O P 0.8pU. CITY CLE JI_I" Nami�al „'.'j,� CITY. ti�lA E EpipTNM 1'E.YPAN610N JqM SOInN Pe] EE axano ; 8 M1 Fleece 0 CMbmR,P N8.N) j G Pvk F- DameM BMnRB H 3 PM BemA EwY puUi n Q Ui 6 Q Lu 2 R€� Itln>OJB.St Ria�0819 0 V SMrM (f W RinE8.B1 Swt run C.—. Pa / O Wtv. E m srae Paw Gnm / Cagan PaaaM a D O > O I-EB8.01 /N — o (LG GNGbp fn 3 v O 0 RFn=6%M Q g W Q JOINTING PLAN d F90) LZ NOM CONTRACTOR TO PRONDE JOINTING PIAN DETAILING JOINT TYPES ANO CONSTRUCTION SEQUENCING FOR ENGINEER5 REVIEW AND APPROVAL, PRIOR TO CONSTRUCTION. FIELD VERIFY LAYgR 06 Z O OF BASTING PAVEMENT JOINTS TO INSURE ALIGNMENT VATN PROPOSED JOINTING. JOINTING SHALL BE IN ACCORDM E WITH SUDM 2018 EDITION. CONTRACTOR TO PROVIDE LONGITUDINAL £', O i-1' JgNTS AND TRANSVERSE'C' JOINTS. CONTRACTOR TO PROVIDE 'B' JOINT WHEN PROPOSED PAVEMENT SURFACE ABUTS EXISTING TRAIL (ACC) PAVEMENT SURFACE. CONTRACTOR TO PROVIDE VI THICKENED EWE (8' MINIMUM DEPTH) MEN PAVEMENTS ARE TO BE TIED TOGETHER CONTRACTOR TO PROVIDE EXPANSION JOINT ADJACENT TO BUILDINGS AND AT INTERFACE OF INTEGRAL Z SIDEWKNNRNE/TNa4 ETC. W 0: y a a IL IL Z C W G O Z ro SNYDER 8A 550 C I ATES Iu/' Fmyu w: 119.0613.01 a w t� Sheet F401 Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5416 Resolution No. 20-40 Resolution setting a public hearing on March 3, 2020 on project manual and estimate of cost for the construction of the Scott, Napoleon, Fairmeadows 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 Napoleon, Scott, Fairmeadows Park Rehabilitation account # R4367. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 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 3rd 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 I e_ ,ea Mayor /Aiqp edby ,I Attest: City Clerk City Attorney's Office It was moved by Tnylor and seconded by sal;h the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner Std' , w4joleo ' 170%(Mcadei,o �orK trne�ev2 CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 POineadia 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 tha 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: 1 0004069649 2/24/20 02/24/20 $45.37 1 Copy of Advertisement Exhibit "A" Subsc ibed and sworn to before me by said affiant this 24th day of February. 2020 Zda 6— Notary Public Commission expires 3rELLY HORA rotary Public State of Wisconsin i V Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 20-62 Resolution approving project manual and estimate of cost for the construction of the Scott, Napoleon, and Fairmeadows 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 Napoleon, Scott, Fairmeadows Park Rehabilitation account # R4367. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The project manual and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by 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 3rd day of march _'2020. L�Attest: , City tlerk I I l City Attorney's Office M V Resolution No. 20-62 Page 2 It was moved by Bergus and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Scott, Napoleon, and Fairmeadows Park Improvements Classified ID: 124298 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 17-6� Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS SCOTT, NAPOLEON, AND FAIRMEADOWS 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 7t' 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 Scott, Napoleon, and Fairmeadows 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 shelters, play equipment, sidewalks, plantings and associated work. Add Alternate No. 1: Napoleon Park: The additional work and cost for proposed 18'x18' shade structure as shown on plans. Add Alternate No. 2: Napoleon Park: The additional work and cost for proposed 24'x24' shade structure as shown on plans. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. Scott, Napoleon, and Fairmeadows Park Improvements 0100 — Page 1 of 2 The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: 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 Scott, Napoleon, and Fairmeadows 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 1�� Date President/CEO of The Construction Update Plan Room Network l DAILY NOTICE TO BIDDERS construction RECEIVE® MAR 0 4 2020 0100 NOTICE TO BIDDERS SCOTT, NAPOLEON, AND FAIRMEADOWS 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 16r 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 Scott, Napoleon, and Fairmeadows 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 shelters, play equipment, sidewalks, plantings and associated work. Add Alternate No. 1: Napoleon Park: The additional work and cost for proposed 18'x18' shade structure as shown on plans. Add Alternate No. 2: Napoleon Park: The additional work and cost for proposed 24'x24' shade structure as shown on plans. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. Scott, Napoleon, and Fairmeadows Park Improvements 0100 - Page 1 of 2 The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: 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 Scott, Napoleon, and Fairmeadows Park Improvements uluu — rage c ui c If . ' (,,J Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)3565436 Resolution No. 20-88 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Scott, Napoleon, and Fairmeadows Park Improvements Project. Whereas, All American Concrete Inc. of West Liberty, IA, has submitted the lowest responsible bid of $411,890.00 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternate #'s 1 & 2; and Whereas, funds for this project are available in the Napoleon, Scott, Fairmeadows Parks Rehabilitation account # R4367; 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 All American Concrete, Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 7th day of April 2020 Mayor Attest:4�zL - City Jerk ed by City Attorney's Office (Eric Goers 4/2/2020) Page 2 Resolution No. 20-88 It was moved by sant and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5416 Resolution No. 20-130 Resolution approving, authorizing and directing the Mayor to execute and the City Clerk to attest Amendment No. 1 to the April 24, 2019 agreement by and between the City of Iowa City and Snyder & Associates, Inc. to provide engineering consultant services for the Scott, Napoleon, and Fairmeadows Park Improvements Project. Whereas, the City of Iowa City, hereinafter "City", entered into an Agreement with Snyder & Associates, Inc., hereinafter "Consultant", on or about April 24, 2019, to prepare construction plans and contract documents for the Scott, Napoleon, and Fairmeadows 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 Napoleon 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 Napoleon 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 Napoleon, Scott, Fairmeadows Parks Rehabilitation account # R4367; 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. Resolution No. 20-130 Page 2 Passed and approved this 19th day of May 2020. Ma r Attest: City Clerk It was moved by Salih adopted, and upon roll call there were: Ayes: jed by , 4(3�L City Attorney's Office — 05/14/2020 (Sara Greenwood Hektoen) and seconded by Weiner the Resolution be Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner Consultant Agreement Scott, Napoleon, and Fairmeadows Park Improvements Project Amendment No.1 This Amendment No. 1 to the April 24, 2019 Consultant Agreement ("Agreement") for the Scott, Napoleon, and Fairmeadows 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 Scott, Napoleon, and Fairmeadows Park Improvements Project includes shelter and playground replacement and other associated 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 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 selecting playground manufacturers and equipment for the three park sites. 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. H. 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 $6,800, calculated on a time basis at rates set forth in Attachment A attached to the April 24, 2019 Consultant Agreement, making the total compensation for services, as hereby amended, not to exceed $66,400. IV. General Terms -2 - All provisions of the April 24, 2019 Agreement not specifically amended herein shall remain in full force and effect. For the City For the Consultant -►� 11 Mit By: By: o+w Title: Mayor Title: '$IAUKV US LC,ARV= Date: 5/19/2020 Date: WL Z44 1 -PW Attest: 01 0 Approved by: �� • Q City Attorney's Office S- l3-aba0 0500 CONTRACT SCOTT, NAPOLEON, AND FAIRMEADOWS PARK IMPROVEMENTS CITY OF IOWA CITY THISCpNTRACT is made and entered into by and between the City of Iowa City, Iowa ("City'), and —Wil l Am r r c an Cor c re+e Zn c . ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the t_ day of Fe e( V� A V'I 20 'L', for the Scott, Napoleon, and Fairmeadows Park Improvements ("Project"), and �t 3&1­!E�EAS, the City publicly solicited bids for construction of said Project, and WMEI44 AS, 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 $ 4 11_1_? q 0 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 it called for by all. Scott, Napoleon, and Fairmeadows Park Improvements 0500 – Page 1 of 2 0 The names of subcontractors acknowledged by City, together with quantities, untt prices, and extended dollar amounts, are as follows (or shown on an attachment): NAME QUANTITY UNIT PRICE TOTAL AMOUNT r F— U Q DATED this —.P -WA day of MD 4,4 , 20 ;)-C C. �— Contractor 13v' �2 0t By: O ct t l �L - City Official � / fin.+ Title) V I LP Pre C I d evj- APPROVED BY: SFVµ 05/2'2�zo City Attorneys Office ATTEST: f ompany Oficial) Scott, Napoleon, and Fairmeadows Park Improvements 0500 - Page 2 of 2 SUBCONTRACTORS FOR SCOTT, NAPOLEON, FAIRMEADOWS PARK IMPROVEMENTS Bid Item & Description QUANT. UNIT PRICE TOTAL 10. Hydraulic Seeding, Fertilizing, Mulching 1 LS $9000 $9000 15. Silt Fence 630 LF $2.50 $1575 16. Silt Fence, Removal 630 LF $1.00 $630 GERARD ELECTRIC. INC. Bid Item & Description QUANT. UNIT PRICE TOTAL 22. Site Electrical 1 LS $17,500 $17,500 23. Open Shelter (Electrical portion) 1 LS $5900 $5900 UUTDOLDR REgIgagN PRODUCTS 24. RublaMzed WrfaiOA for Bid Item #24: 1 LS $47,405 $47,405 AMERICAN FEN COMPANY Bid Item & Description QUANT. UNIT PRICE TOTAL 17. Temporary Fence (1284 LF, 5 gates) 1 LS $6125 $6125 Additional fencing $1.25 per ft., $3.00 per ft. for gates Bid Item & Description QUANT, UNIT PRICE TOTAL 11. Plants, Tree, Serviceberry 2 EA. $459.79 $919.58 12. Plants, Tree, Honeylocust 1 EA. $451.79 $451.79 13. Plants, Tree, Red Oak 1 EA. $384.29 $384.29 14. Plants, Tree, White Oak 2 EA. $384.29 $768.58 ADDENDUM NO. 2 EXHIBIT A SCOTT, NAPOLEON, AND FAIRMEADOWS PARK IMPROVEMENTS City of Iowa City, Iowa March 25, 2020 0400 PROPOSAL SCOTT, NAPOLEON, AND FAIRMEADOWS 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 Fequire a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engid"r in writing. The Engineer will issue any necessary interpretation by an addendum. Nam�bf8 : All Arn�c,-4,,-Confnv1, 7Vir- co Addreik�ofbidder. I4ga 4r We[t LibL =A _rj )-'7 -7 TO: :�1ty Clerk City of Iowa City pity Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ j 0°/o oc b 1'#4 , 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 2- 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. Scott, Napoleon, and Fairmeadows Park Improvements 0400 - Page 1 of 5 BID ITEM DESCRIPTION ESTIMATED UNITS QUANTITY AMOUNT BASE BID 1 Topsoil LS 1 $ 6300 2 Excavation, Class 10 LS 1 $t 3 Subbase LS 1 $ a77do 4 Subdrain, Dual Wall HDPE, 6" LF 510 $ N570 5 Subdrain Cleanout, Type A-1, 6" EA 1 $ 96o 6 Subdrain Outlet, 6" EA 4 $ 1600 7 Pavement, PCC, 6" SY 360 $ � 1600 8 :Pavement, PCC, 5" SY 380 $ a0 500 �emiiwary Traffic Control LS 1 $ 35,00 U1 Fertilizing and Mulching LS 1 $ 10 wo t .XI COHyd"Seeding, iNantjServiceberry, Tree EA 2 $ ( 00 12 Pt nts, Honeylocust, Tree EA 1 a $ goo 13 Pfahts, Red Oak Tree EA 1 $ 80 14 Plants, White Oak Tree EA 2 $ Iwo 15 Silt Fence LF 630 $ 13,76 16 Sift Fence, Removal LF 630 $ 30 17 Temporary Fence LS 1 $ 1 1 goo 18 Construction Survey LS 1 $ 19 Mobilization LS 1 $ q(o 00 20 Concrete Washout LS 1 $ It 21 Demolition Work LS 1 $ /1000 22 Site Electrical LS 1 $ 0 700 23 Open Shelter LS 1 $9w 24 Play Equipment Installation& Surfacing LS 1 $1(0000 25 Playground PCC Edger LF 200 $ 1d000 26 30'x 30' Shade Structure LS 1 $ 1X90 TOTAL BASE BID AMOUNT $ "391 , 010 Scott, Napoleon, and Fairmeadows Park Improvements 0400 — Page 2 of 5 ADD ALTERNATE NO.1 Napoleon Park — 18'x18' Shade Structure LS 1 $ 7100 ADD ALTERNATE NO.2 2 Napoleon Park — 24'x24' Shade Structure LS 1 $ 11100 The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Scott, Napoleon, and Fairmeadows Park Improvements 0400 — Page 3 of 5 �L �o c w W J? U tt N ? U N O N Scott, Napoleon, and Fairmeadows 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: Advred Ekcf r1C 0 w NOTE: All subcontractors are subject to approval by City of Iowa City. Scott, Napoleon, and Fairmeadows 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: ,C- 0 Gl o "1 . O Failurelo provide said Registration Number shall result in the bid being read under advisement. .A:contWd 4A not be executed until the Contractor Is registered to do business in the State of gpbtryva. L' co C' A l l C o n (' KeA-e- TVA C Bidder's Name Signature 3a �1 010 Printed Name vice WeSldt Title Street dress City, State, Zip e ig -� ,5 - 50- 1 Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Scott, Napoleon, and Fairmeadows Park Improvements 0400 — Page 5 of 5 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per To be completed by all bidders Part A 2"Tes ❑ No My company is authorized to transact business in Iowa (7'o help you determine tf your company is authorized please review the Worksheek Authorization to Transact Business). C'Yes ❑ No My company has an office to transact business in Iowa. Cal es I] No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ka'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. 9/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 co 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. vates 1 0" to to beeseerf' Address: 14U �'Y'tjt%7Wtcs,� (mm/awyyyy) -=- City, State, Zip Code: W f I')' L; b t.A , MA .5;7_7¢ Dates to ___.. Address: (mm1dd/yy)y) Dates 0 (mm/dd/yyyy) City, State, Zip Code: Address: City, State, Zip Code: You may arach additional sheet(s) if needed. To be completed by non-resident bidders part G 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 stare or foreign country and the appropriate legal citation. You may attach additional sheet(s) ifneeded. To be completed by all bidders 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: All Ai' r;cn,1^. Con Vdet r—,,C Signature: Scott, Napoleon, and Fairmeadows Pari( Improvements Date: 4 -I -aa 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. 2 es ❑ 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. R es ❑ 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. ❑ Les DNo Mybusiness is a corporation whose articles of incorporation are filed in a state other than Iowa, the-c-6rporatton ,4mreceived a certificate of authority from the Iowa Secretary of State, has filed its most recent biOnNal report %ri{l�the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state ncloadEft-authority revoked. ❑ Yes It -No My business is a limited liability partnership which has filed a statement of qualification in this state and Ihg statement has not been canceled. ❑ Yes 0 No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. Scott, Napoleon, and Fairmeadows 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.) 1. -The contractor will not discriminate against any employee or applicant for employment and 4will 'Make 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, �t p9t_be limited to the following: employment, promotion, demotion, or transfer; ,recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of t ompensation; 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? a�n ou✓Q ce i -As posed on 4 e walla in -l-ke emyolyt{ee%✓eakroon-) i4r ppsg+eA lvLk. 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) f i o d I 1� I M 0 Y x401 --( al - 22aG 11480) Nwt1 to Phone Number S`'freet Address Wes+ U,ber,,�, MA- 5a-7-76 City, State, Zip Code Scott, Napoleon, and Fairmeadows 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? T+- is 5 0n owr a a10lI'ccL+"0Y)S, a�',Q 0,11Q hey, LA) 0, V ep( ad ✓e r+ S i Y)6i +0,4 W. d p The above responses are true and correctly reflect our Equal Employment Opportunity policies. , Y/Im�✓+c hConGr =nC. 3 Iq — GD7- DDa(A c3 13usiness Name Phone Number r/Q�o4u Vice President 1 Signature Title Print Name H-15-010 Date Scoff, Napoleon, and Fairmeadows Park Improvements 0520 — Page 3 of 6 M Main Off we 319 627.2226 Phone 319.627.7235 Fax office@aaconcreteinc cam •ir o PC) loEINL�, u 1489 Htgh%✓ay 6 'Nest Liberty. IA 52776 EQUALEMPLOYMENT OPPORTUNITY POLICY TJ dat47/22[2910 r Tq !1ll Eq`�aployees of All American Concrete, Inc. A. Oferating Statement * Estimating 319.627.2221 Phone 319.627.2227 Fax It is the policy of All American Concrete, Inc. to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, color, national origin, age, disability, creed, gender identity, marital status or any other classification protected by federal, state, or local laws. Such action shall include: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre apprenticeship, and/or on job training. 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 All American Concrete, Inc. is: Name: Address: Telephone Number: Jodi Simon L489 Highway 6 West Liberty, Iowa 52776 319-627-2226 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 155-364 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 fivei) years from the date of the last conviction, entry of plea, administrative finding or -admission cif.giflt. (hereinafter "Wage Theft Policy") I. on. The Wage Theft Policy applies to the following: 8 ontracts in excess of $25,000 for goods, services or public improvements. b5 7.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. IV. Waivers. If a person or entity Is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. Scott, Napoleon, and Fairmeadows 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 wan -anted 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. Scott, Napoleon, and Fairmeadows Park Improvements 0530 — Page 2 of 3 CO �c t ,¢ "LJ jr J 00 U� 1 N 7 v o N - O N Scott, Napoleon, and Fairmeadows Park Improvements 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT STATE OF Seura M ss: uscaCOUNTY ► I, V Oct; J f mor) , upon being duly sworn, state as follows: 1. Iamthe Vitt frcSideJ4 [position]ofIfOhtXrfc,Snr- ["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.Alt ArAtMrarl. CDAV f t -rnC. [contracting entity] nor any person or entity with ran owriershlp!6terest of more than 25% of said contracting entity has been adjudicated guilty ~pr,liabfjn anyjudicial or administrative proceeding of committing a repeated or willful violation vf.the Jgwa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair _labor ftindards Act or any comparable state statute or local ordinance, which governs the paymedt-of wages in the last 5 years. Signature This instrument was acknowledged before me by on 412.1 2026 Notary Public in and for the State of PAL NICOLE B POLITO Commission Number 780888 My Commission Expires Is i1— 161. Scott, Napoleon, and Fairmeadows Park Improvements 0530 — Page 3 of 3 ENGINEER'S REPORT June 30, 2021 City Clerk Iowa City, Iowa RE: Scott, Napoleon, Fairmeadows Park Improvements Project Dear City Clerk: �r t ®�.� rlll� � CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org I hereby certify that the Scott, Napoleon, Fairmeadows Park Improvements Project has been completed by All American Concrete, Inc., of West Liberty, Iowa, in substantial accordance with the plans and specifications prepared by Snyder & Associates, Inc., of Iowa City, Iowa. The project was bid as a unit price contract and the final contract price is $409,988.25. There were a total of three (3) change or extra work orders for the project as described below: 01 Add repairs to a damaged unmarked electrical box at $2,530.00 Napoleon Park 02 Add manhole removal at Fairmeadows Park and $5,755.00 temporary seeding at all three parks 03 Change wired shelter light to a solar light at Scott Park ($10,186.75) Total ($1,901.75) I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, P.E. City Engineer C) >Z7 r m m Prepared by: Marri VanDyke, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 21-185 Resolution accepting the work for the Scott, Napoleon, Fairmeadows Park Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the Scott, Napoleon, Fairmeadows Park Improvements Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa, 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 Napoleon, Scott, Fairmeadows Park Rehabilitation account # R4367; and Whereas, the final contract price is $409,988.25. 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 6th day of July 2021 Ma 1 Attest: % " �k i C Ll) City Jerk Approved by G City Atto ey's Office (Sara Greenwood Hektoen - 07/01/2021) It was moved by Taylor and seconded by Weiner the Resolution be adopted, and upon roll call there were: Ayes x Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner