Loading...
HomeMy WebLinkAboutCITY PARK BALL FIELD IMPROVEMENTS .-, --1 ii t SI , o if�g ' - Johnson County, Iowa .,,� IIjj -� MAR 0 2.2021 -- MIA •I. City Clerk ' - Iowa City, Iowa CITY OF IOWA CITY "d DEPARTMENT of PUBLIC WORKS City Park Ball Field Improvements Location Map Index --1 • / 1 ••,..,• 'tY" f^-._.... -` . It 1 Cover IOWA CITY A gI �` 2 Legend and General Information ,. ,, �r^at:'t 1.7", i " ----, -- t , 3 General Notes and Details ENGINEERING -.DAFT SP. .E:. .,•i i 4 Fields #1 and #6 • `,,„,i ----- `' 5 Fields #2 and #3 o /' `, 6 Fields #4 and #5 7 Fields #7 and #8 ` I 8 Staging Plan DIVISION — 410 East Washington Street—319-356-5140 k,. I e • ��p� + \ CITY OF IOWA CITY ENGINEERING DIVISION o • Fact • � � APPROVED c S , ^4s\'''� 66 6tRtDGE AVE City Park ot.,/_ / 2- 24 2- - ... cc .wILLIS DR 0 \ CITY ENGINEER DATE v > . LL �E, • GOULC?Sl b _ z ._7 a. I hereby certify that this engineering document was prepared by me 4. [0•> o '� * I O V1�A ONE CALL Do Not ,,,`o i_S S/041,,,, Icensed Professional Engineerr under my direct supervision der the laws of the State of Iowa. < - �K-',RD; V. �i � PARK ,RD — �I�liii :�,Q� •' '••9l ': Signed: Date: o :o �- -�,, 800-292-8989Scale :W. { s , a n : SCOTT K. �� e tFREE =Z SOVERS z- 1 w ' GROVE II t - ( TOLL v 17141 .5 ...„....„1"--1......Z.... ..._ 2.(2co (z ' t t N.' CALL BEFORE YOU DIG ' . bwo License No. 17141 *•, ,••*� S Ti { SOVERS, .r. w _ °', !OWN — 'rrrrnnrm"`''```, My licensed renewal date is December 31,2021 kiB Pages or sheets covered by this seal: ALL ? to z _ i a Project Date File# Sheet City Park Ball Field Improvements 2-24-21 1 CONTACTS GENERAL NOTES GENERAL LEGEND THE FOLLOWING UTILITY COMPANIES MAY HAVE 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE EDGE OF PAVEMENT MANHOLE 0 MH FACILITIES IN PROXIMITY TO THE PROJECT: WITH THE IOWA STATEWIDE URBAN DESIGN AND RIGHT OF WAY(ROW) - - CATCH BASIN ❑ CB GAS&ELECTRIC MID AMERICAN ENERGY CO. SPECIFICATIONS(SUDAS)STANDARD 1630 Lower Muscatine Rd. SPECIFICATIONS,CITY OF IOWA CITY CENTERLINE - CLEANOUT CO Iowa City, Iowa 52240 SUPPLEMENTAL SPECIFICATIONS AND SPECIAL 1+ GUY WIRE > PROVISIONS UNLESS OTHERWISE SPECIFIED BY TREE,DECIDUOUS 4 JOE RETEK-GAS DETAILS AND NOTES SHOWN IN THE PLANS. TREE,CONIFEROUS FIRE HYDRANT )j CULVERT F Phone:319-341-4457 2. CONSTRUCTION ADMINISTRATION AND SURVEY HEDGE/TREE COVER-, JASON WARREN-ELECTRIC WILL BE PERFORMED BY THE CITY OF IOWA CITY. DRAINAGE LINE .---- Phone: 319-341-4425 THE CONTRACTOR SHALL NOTIFY THE CITY FENCE o o x o GAS MAIN — — — G — — — SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF RETAINING WALL BURIED TELEPHONE CABLE — — — T — — — NECESSARY STAKING. A a BUILDING BURIED TELEVISION CABLE —TV— — — CENTURY LINK 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON 9 ik. BURIED ELECTRIC — — — E — — — 615 3rd Avenue SE THE PROJECT PLANS. THE CONTRACTOR SHALL bi b.� BACK OF CURB TO BACK OF CURB B-B OVERHEAD ELECTRIC OE Cedar Rapids, IA 54201 GET AUTHORIZATION FROM THE ENGINEER PRIOR PORTLAND CEMENT CONCRETE PCC TO PERFORMING ANY WORK ON PRIVATE OR 02.2I� HOT MIXASPHALT HMA WATER MAIN W— — — DAVID KIRKEBY PROPERTY. THE CONTRACTOR SHALL CONFINE FIBER OPTIC CABLE — — —FO— — — Phone:319-206-9056 ALL ACTIVITIES TO WITHIN THE LIMITS OF \ C`ef\( MAILBOX MB — —SAN— — — CONSTRUCTION,UNLESS AUTHORIZED BY THE C'�1 10`Na SIDEWALK SW SANITARY SEWER ENGINEER AND/OR PRIVATE PARTIES IN WRITING. Wa WATER METER WM GM, STORM SEWER — — ST— — — CABLE TELEVISION MEDIACOM 10 546 Southgate Avenue DUCTILE IRON PIPE DIP LIGHT POLE 0-0 Iowa City, Iowa 52240 4. ALL TREES WITHIN THE LIMITS OF CONSTRUCTION UTILITY BOXES REINFORCED CONCRETE PIPE RCP © QP KEVIN FOUNTAIN SHALL REMAIN IN PLACE.THE CONTRACTOR SHALL WATER VALVE WV Phone:319-351-0408 x3701 PROCEED WITH CONSTRUCTION ACTIVITIES IN SIGNS o 4 GAS VALVE GV Mobile: 319-621-8466 SUCH A MANNER TO INSURE THE SAFETY OF ALL POWER POLE ) t PP TREES AND SITE FEATURES WHICH WILL REMAIN IN WATER SHUT OFF 4Oo PLACE. A.T.&T. 1425 Oak Street g Kansas City, MO 64106 UTILITY NOTES Estimated Project Quantites co LENNY VOHS M Phone: 816-275-4014 1. IOWA CODE 480,UNDERGROUND FACILITIES ITEM NO. ITEM CODE DESCRIPTION UNITS EST. QUANTITY " Mobile: 770-335-8244 INFORMATION,REQUIRES VERBAL NOTICE TO c IOWA ONE CALL, 1-800-292-8989,NOT LESS THAN 48 HOURS BEFORE EXCAVATING,EXCLUDING - IOWA NETWORK SERVICES WEEKENDS AND LEGAL HOLIDAYS. 1 9060-A Chain Link Fence, Galvanized, 6 Ft LF 1902 r Jeff Klocko Z Phone: 515-240-2544 2 9060-A Chain Link Fence, Galvanized, 8 Ft LF 796 gi Mobile: 515-830-0445 W 3 9060-A Chain Link Fence, Galvanized, 12 Ft EA 68 0 CITY ITY OF IOWA S CITY 4 9060-B Gates, Galvanized, 4'x6', Single EA 12 ON -ti Phone: 319-356-5160 5 9060-B Gates, Galvanized, 16'x 6', Double EA 6 8. UNIVERSITY OF IOWA 6 9060-E Removal of Fence LF 1444 GEORGE STUMPF 7 9060-G Back StopRemoval EA 7 A Phone: 319-335-2814 5 IMON 8 9060-H Back Stop Installation EA 7 - Randy Schoon 9 9060-I Foul Pole Removal EA 14 8 Phone:319-261-4630 ' Mobile: 319-553-1176 10 9060-J Foul Pole Installation EA 14 e. a UTILITY LOCATING CREW "ONE CALL" 11 11,020-A Mobilization LS 1 8. Phone: 1-800-292-8989 E & CITY WATER DEPARTMENT Jon Durst .t Phone:319-356-5160 0 CITY SEWER DEPARTMENT JESSE EISTER S Phone:319-631-1144 CITY TRAFFIC ENGINEERING BROCK HOLUB S Phone:319-356-5482 v 8 CITY PARKS&FORESTRY TYLER BAIRD Z Phone:319-356-2069 W ili H SCALE: 1"=40' DESIGN: EY Project ENGINEERING r. CITY OF IOWA CITY DIVISION V SCALE: N/A DRAWN: JEH City Park Baseball Field Improvements General Notes and Quantities 2 DATE: 2-24-21 Place fence fabric on roadway side of post.For certain curves, Ornamental--..stream , Attach at approximately ,Knuckled Selvedge Post Top �.Variable Post -..._ 10'-0"Top Rall T p to fabric on the side ifis,or other e in the away fromthe roadwaycations,the Contractor has the PDon Top Rail CI mp_---,. =1�•I■ :.:.::.:♦:::.:.. .:.:..detail) Top Reit- ' ;e or clamp 'Bottom Top Rail vi •S _._.�. s t 12• Spacing Spacing 01 Fabric width as specified In the contract documents. �"' Tension I • MOX.can:,> Wire Fence Pull Post Pull Posb- 2 For fence heights greater than8feet,thedepthofthefence ��MD / o, `Ce Fabric- -Post Cap Fence Fabric 0 ♦������������♦ TOS Rap I` post footing Is 3 feet plus 3 inches for each 1 foot In height I -Rep ������������� Poet Cap 4`/�` z.,---Steel Post I -Brace Reil I over 8 feet v,/41k- T. / 7— - il Attach as Bottom Tension Wire Iiii..... .-R..rio4d1T Chain Link--- 4r,.,►, ' , 7I I _ 3 Insall the fence on the roadwa side of the ' hGot-ova when Fabric •► Approx.1 •directed. s 0 Y right-of-way arm j �, /``\/``/ Grade Ground Line specified in the contract documents. Angle Comer MMn Attach at �e����' t -/ - •rovide knuckled selvedge " ^- -_''' or End Post- ♦��� approximately --_, ����� � et and bottom 1"Cie,: I '.., I �:-+— I.�♦�.�.���. 1 "intervals. ��,��j1jr of encefabric. Y Tides J b����♦ ♦1P.►1► Tightening Devices comm������������ ������►� AND KNUCKLED SELVEDGE v-111'• BOTTOM TENSION WIRE GOngr jie 1 _ t...—�cr��������� • I1► Brace Encasement _ _;� 1 III'I����������� Rail Encasements Brace Rail lampPOST INSTALLATION PULL POST NSTALLATION 15' •max. �►���������� Top Rain--- Clamp to top rail. Truss Rod e Ground Wire Brace Post- "--Stretcher Bar "Fence Fabric, Brace Post Brace Rail CIIII MMIIIC/ Truss Rod-.. --Brame FENCE POST FOOTING DEPTH AND DIAMETER / Brace Post mi . -Conned twice to Fabric - Rail Top Rail•- ' Bottom fence fabric. • Terson FENCE HEIGHT Stretches- ` , gle or. Wire 4'-0•and less Over 4'-0'to 8%0' Over V-0' i.'� Bottom I Bars- -. Comer I� USE IN FENCE X Y X Y X Y / I Tension Clamp to bottom -► \ ` Pas i -Ground Lock Ground Line Ground Wire tenslonwire. Line Line and Blade Poets 0-0' 3'-0• 0'-10• 3'-0' f•-0• Q2 uss Rad I / — .Turnbuckle or Truss Rod I_-.- Line- . / Terminal Post* V-10' 3'-0' V-0• 3'-0• V-4" © C: - Tightening Device --Clamp ground wire > Trues 'Includes comer,angle,end,and pull pasta. �r=o, Bottom Tension Wire to ground owl. Ground Rod p :, •Rod 1 Rod ..-'. :r e. — me -�: 1, s:4,,,,,,,,,,,,\\ ? r Approx.`�j --Ground Line '— GROUND ROD INSTALLATION '--Concrete Encasements Truss Rod 59Property Side Footing Pos ala c TightMUNNening i • `,.Fencing N.. Itautt ie Fabric of Top Rai BRACE POST ASSEMBLY I. jw+sir \'0b, oA 9060.101 a ,Concrete . 9060.101 \ „---- emu Approx.12' Encasement. c emu le/2 $ Reif or every third sleeve, sir 2r 2 ''',..ie,---' + �--R.O.W.Line4111W Sleeve provide spring-loaded co m Roadway Side expansion type. la ANGLE OR CORNER POST INSTALLATION Roadway OF FENCE ANGLE,CORNER,OR RAIL SLEEVE END g CHAIN LINK FENCE ro DPOST ASSEMBLY CHAIN LINK FENCE ^ Is N 2 rn P Co ff Post Cap ,LiA orJ 'OD, I� la 20' In' 8'Max. --.{ 8'max. A A -•"' - 1•- tO Double swing gate is required only for widths greater than 16 -" 111r. `�4 �,�„" ,«�„� .:._.�,.�,r�-¢.�. _ feet.Exact details of gate design are subject to approval of the `.. M II 0 _ I Engineer.Furnish gate with approved stop,latch,and means u� o ___ JJ� � ,�I for loddng.Install es recommended by the manufacturer. � ` - 'Is ae `1a �/ II h.\ „ End post used to terminate run of fence H no gate a proposed. cii �I �, -�(� Alpe'�,� I I 30 Horizontal members are required only H the fabric height is 8 l I I feet or greater. HOOD PIPE INSERT SECTION %.' � .4 8'AND LESS OVER S'UP TO 16' OVER 18'UP TO 18' L7 II *0.0. -6L FRAME PATTERNS FOR VARIOUS GATE OPENINGS _ ��oo FIGURE 6,1 t3 �1 HOOD BRACKET \ Gate WdtlO C7 1 Chain Link Fence r J/f a,'D• _-_. Gate Leaf Width_ -� _ MAR 0 t,2021 gFIGURE 1.1 Comply with Figure 9060.101. S (11 PLAN VIEW OF PROJECT THIS PROJECT IS THE CONSTRUCTION OF 7 BASEBALL 0 1 3/16'= 1'-0• BACKSTOP FENCES AT IOWA CITY PARK. 7.i..--St.3tcher = I � �.� � :'Vertical / Bar, - I A. CilA� C�@TI( o, FOUL POLES to i:) NOTE: ALL MANUFACTURER'S TAGS MUST BE ATTACHED TO Fence Gate Member _ Gate THE WIRE AND PIPES,AND MUST BE VIEWED BY THE CITY OF Fabric .- o IOWA CITY OR THEIR REPRESENTATVE BEFOR REMOVAL �Braoa Rail Post©+.• • Drop Ba: Q Post �_ vl l j I I O VY a FOUL POLES TO BE INSTALLED OF APPROVED �j - Gate MATERIALS AND ARE TO BE SUBMITTED �/� �' Height L°oK PRIOR TG INSTALLATION. — MATERIAL SPECIFICATIONS Truss Rod scratcher- _ �I�__ ;",I �Brece Post Bars-- .. m r '� +• POST/RAILS: MUST MEET OR EXCEED SPECIFICATIONS v � lit FOR ALUED SS40 PIPE. Bottom Terson Wires m - a BACK STOP I ,mw�„m,�mnmavnra.�mnmavnm. — it c. POSTS 4' O.D. AWED SS40 trirnsi igAa�i�wi�vri ne.�crio.�via�wia�csna�vnm.�cr i �I.>, HOOD 2• 0.0. ALLIED SS40 Greund LL r. m © CROSS RAILS t r 0.0. ALLIED 5540 Line Y Concrete �� Concrete% -Footing ►'�► WIRE Footing Approved canter ga?o stop, a �- BACK STOP ALUMINIZED 2•MESH J Installed according to _ - •- - I ® BOTTOM SECTION 6 WAGE — fabricator's instnlctioos I /%'/r ts • Y1 4 m ® TOP SECTION 9 GAUGE GATE POST FOOTING DEPTH AND DIAMETER GATE INSTALLATION .,x_ .Q OVERHANG/HOOD BACK STOP 9 GUAGE 9 GUAGE 1 GATE HEIGHT GATE LEAF WIDTH X m Y N„ . o \\\\\ -t 1 roofless 4'-0•orless 0'-1c 3'-0• FIGURE 7.1 II 11 II 2 �71 FOOTING DETAIL i i ii II N i if'-0•or lees over 4'-0•to 10'-0• 0•-12• 3'-0' 9 '4►II CONCRETE: 3000 PSI AT FOOTINGS AND ALL FOOTINGS ARE �1 J J/8•-1'-0• I I 11 11 11 TO BE INSPECTED BEFORE CONCRETE IS POURED. —(79 8'•M Or less over 10'-0'b t8'-0' t'-? 9'-0' �r 1 a 1 ., ii. Mn. AL i over e'-0• _tr-Cr or less 7-17 3•-0' • _ ALL MATERIAL SUBJECT TO REVIEW AND ANY CHANGES WILL y BE MADE ONLY ON APPROVAL OF THE CITY OF IOWA over f'-0” over V-0'to1T-0• 1'-0• y-0• — -- FIGURE 2.1 CIY. overtr� over,T-0-to18%0' i- s-r 8 (TN BACK STOP ELEVATION $ over V-0' ewer l8'-0'to24'-0• t'a 4'-0• CHAIN LINK GATE zj) 3/16'=1'-0' w A ENGINEERING H SCALE: 1"=40' DESIGN: EY Project: St CITY OF IOWA CITY DIVISION VSCALE: N/A DRAWN: JEH City Park Baseball Field Improvements Details 3 DATE 2-24-21 INSTALL 29 LF OF 6'FENCE 0 40' ` INSTALL 27 LF OF A\ 6'FENCE REMOVE AND REPLACE / 28 LF OF S'FENCE / INSTALL 16'X 6' REMOVE EXISTING POLE REMOVE EXISTING BACKSTOP DOUBLE GATE AND REPLACE WITH A INSTALL 38 LF INSTALL 40 LF, 20'FOUL POLE. OF 6ft FENCE 16'TALL BACKSTOP WITH 6'OVERHANG INSTALL 4'X 6' SEE DETAIL \/ GATE INSTALL 4'X 6' REMOVE EXISTING POLE7 REMOVE EXISTING BACKSTOP GATE INSTALL 40 LF, j AND REPLACE WITH A •� f 20'FOUL POLE16'TALL BACKSTOP �- WITH 6'OVERHANG REMOVE AND REPLACE SEE DETAIL 45 LF OF 8'FENCE INSTALL 16'X 6' a DOUBLE GATE m Q N REMOVE AND REPLACE �i EMOVE AND REPLACE f FIELD#1 48LFOF ' 8'FENCE �,, 45 LF OF 8'FENCE *k (\\ o rf a \�'�— GATE INSTALL 4'X 6' a W C3LQ 1 12 S i /\ FIELD#6 / REMOVE AND REPLACE \ 9 28 LF 8'FENCE E N REMOVE AND REPLACE 48 LF OF 8'FENCE M n re INSTALL 4'X 6' ✓ GATE INSTALL 68 LF OF MAR 0 2.?OZl 6'FENCE REMOVE EXISTING POLE AND REPLACE WITH A > 20'FOUL POLE. I_ l,•, if O R O REMOVE EXISTING POLE ��-- AND REPLACE WITH A -E''' 20'FOUL POLE z r' ENGINEERING 13 H SCALE: 1"=40' DESIGN: EY Project Sheet Title: File# Sheet CITY OF IOWA CITY DIVISION V SCALE: N/A DRAWN: JEH City Park Baseball Field Improvements Fields #1 and #6 2-2 DATE: 2-24-21 ND IT POLE LE ANDREPLACE E LOCEWITH A I V ��� 0'FOUL POLE I \\\.. 0 40 EMOVE EXISTING POLE FIELD#Z AND REPLACE WITH A NO FENCE WORK, EXAMPLE'FIELD 20'FOUL POLE I ' /REMOVE EXISTING POLE /AND REPLACE WITH A '/ 20'FOUL POLE -- ` 1 FIELD#3 N. N \ . "' INSTALL 149 LF \ It OF6'FENCE �\ ,�� f \ EMOVE EXISTING POLE 9 _ AND REPLACE WITH A �I - \ 20'FOUL POLE �. a \ - ci INSTALL 20 LF ,`' O OF 6'FENCE -•-.,„ 1 N 0 INSTALL 4'X 6' INSTALL 79 LF GATE OF 6'FENCE - _ INSTALL 16'X 6' DOen UBLE GATE z . REMOVE AND REPLACE 28 LF ®_ REMOVE AND REPLACE 45 LF _ E OF 8'FENCE OF 8'FENCE - y & - MAR 0 i u INSTALL 4'X 6' • GATE , E REMOVE EXISTING BACKSTOP . . • ! • INSTALL 40 LF, REMOVE AND REPLACE 28 LF I / / 16'TALL BACKSTOP OF 8'FENCE - '� i '' WITH 6'OVERHANG \ s SEE DETAIL \ ./ 4 g ', REMOVE AND REPLACE 45 LF '' OF 8'FENCE G z CITY OF IOWA CITY ENGINEERING H SCALE: N/A DESIGN: Project: Sheet Title: Filo# Sheet DIVISION VSCALE: N/A DRAWN: JEH City Park Baseball Field Improvement Field #2 and #3 5 DATE 2-24-21 \t•Q _ , REMOVE EXISTING BACKSTOP 40 16'TALL BACKSTOP MAR 02. TALL 40 LF, X011 WITH 6'OVERHANG , SEE DETAIL --- -_-„N t; -'C REMOVE EXISTING BACKSTOP REMOVE AND INSTALL 4'X 6' REPLACE 45 LF J INSTALL 40 LF, GATE 16'TALL BACKSTOP OF 8'FENCE REMOVE AND REPLACE WITH 6'OVERHANG 28 LF OF 8'FENCE SEE DETAIL.—--. REMOVE AND REPLACE — 28 LF OF 8'FENCE j INSTALL 4'X 6' %• INSIALL4'X6' N GATE GATE �. i / i INSTALL 4'X 6' GATE % r REMOVE AND INSTALL 73 LF INSTALL 60 LF 1 REPLACE 45 LF INSTALL 128 LF OF 8'FENCE ��OF 6'FENCE OF Eft FENCE OF bit FENCE t a INSTALL 20 LF g OF 6'FENCE FIELD#5 I, M e-, i. o N INSTALL 16'X 6' AND REPLACE WITH A en 20'FOUL POLE DOUBLE GATE INSTALL 16'X 6' REMOVE AND REPLACE 288 LF DOUBLE GATE OF Eft FENCE 0 FIELD#4 INSTALL 68 LF INSTALL 20 LF OF 12'FENCE V,„,....,OF 6ft FENCE ,,- a INSTALL / 'EMOVE j 85 LF // EXLES EXISTING ` OF 6' FENCE REMOVE 320 AND REPLACE o LF OF 6' WITH 3 FENCE 20'FOUL AND REPLACE POLES o WITH 252 LF OF6'FENCE \' \ cc \N V \ 'EMOVE EXISTING POLE AND REPLACE WITH A -/` 20'FOUL POLE / / z- 12, / 0 a` 0 ENGINEERING HSCALE: 1"=40' DESIGN: EY Project: Sheet Title: File# Sheet CITY OF IOWA CITY VSCALE: N/A DRAWN: JEH City Park Baseball Field Improvements Field #4 and #5 6 DIVISION 2-24.21 DATE: I \ 01 /' REMOVE 78 LF OF EXISTING.8'FENCE. EXISTING DUGOUT TO BE REMOVED BY t J .� / ;`- OTHERS. `'` I \'` . " \•�/R .REMOVE 78 LF OF EXISTING 8'FENCE: REMOVE EXISTING STOP .....S.- . f.,--- ;EXISTING DUGOUT TO,BE REMOVED BY / . .Ary s ALL 40 LF. ,rte .., —1, —_--� •'TALL BACKSTOP \,�.,. °' OTHERS. �/ - WITH 6'OVERHANG REMOVE EXISTING BACKSTOP IN NEW LOCATION. I TALL 58 LF ,/�' INSTALL 40 LF, SEE DETAIL OF 8'FENCE ✓' 16'TALLBACKSTOP, . ' -,.." WITH 6'OVERHANG - J - REMOVE AND'REPLACE 45 LF - /- 5EE DETAIL, OF 8'FENCE t \ ;" -----„L-'''1"--............,_..--- - -"��� , , • �, REMOVE AND REPLACE 28 LF - :✓' REMOVE AND REPLACE 45 LF , + , OF 8'FENCE INSTALL 58 LF - -, ''� ° OF 8'FENCE �, OF 8'FENCE FIELD#8 TO BE RE-ORIENTATED AS HOWN REMOVE AND REPLACE 28 LF -4, OF 8'FENCE / MAR 0 .�LQY I 'g INSTALL4'X6' %'' GATE - Ci: : Clock m -11: `� rr.. Pi,' ...7 Le'Lr. Ivvlc�. 'INSTAL.L S2 LF • ri OF 6'FENCE en FIELD#7 u ' INSTALL 16'X 6' - DOUBLE GATE - W .� 4a' INSALL lj '"'ca FENCE INSTALL127 LP . . 0 ° . ,. ' OF 6''FENCE _. M .` ✓. MOVE EXISTING POLE g - - AND REPLACE WiTHA '' 20'FOUL POLE m .. REMOVE AN - .. � REPLACE.32D7 cl LF.OF.6' a . .: .r TI) w - FENCE. �r __ 1 MOVE EXISTING POLE - \1. I AND REPLACE WITH A _ _ 20'FOUL POLE t ' t� s Lc g 8 rom:. P` 3 1 ,w; k, " ' 1 8 i r, a f • ^ " CITY OF IOWA CITY ENGINEERING H SCALE: 1"=4d DESIGN: EY Project: Sheet Title: FlIeH Sheet ti - DIVISION VSCALE: N/A DRAWN: JEH City Park Baseball Field Improvements Field #7 and #8 DATE: 2-24-21 'IN) . 0 40 i l / 11/A I I lift I ' '' r , 1( n , .8 ViC ,._ . ‘,. . . 0. STAGING AREA TO BE COORDINATED WITH OTARNS DEPT. NEED TO MAINTAIN ACCESS TO BIKE PATH 01)1/4 .. . 1°0 . ' 137ork L., ed.< ... ........, . __ _ 1., . 1,_ . . . I 4 - .73 - a w a t Z.. _ .i. ,.., , trk 0 w .' . 1 .� N�Ait 0 .')071 .1 ....„,, g. . .,,,.,., 6 .._ 3 a.; CITY OF IOWA CITY ENGINEERING H SCALE 1"=40' DESIGN EY PmJed: SheetTtle: File Sheet DIVISION VSCALE: N/A DRAWN: JEH City Park Baseball Field Improvements STAGING PLAN 8 DATE: 2-24-21 ...., 1 MAR 0 2.2021 I O curv, ` City Clerk Iowa City, Iowa .7 eir iNal gICEr CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL CITY PARK BALL FIELD IMPROVEMENTS PROJECT IOWA CITY, IOWA March 1 , 2021 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. oESSION �1/4, s SCOTT K. 1. Date 1 SOVERS 17141 License Number: P17141 • tr ........,. 'tt' My license renewal date is December 31, 20 21 "iinpit Nt��� `°NPages or sheets covered by this seal: Entire Bound Document MAR 0 2.1021 City Clerk Iowa City, Iowa City Park Ball Field Improvements Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL MAR 0 2 2021 0405 BIDDER STATUS FORM City Clerk Iowa City, Iowa 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS PLANS City Park Ball Field Improvements Project 0010 — Page 1 of 1 0400 PROPOSAL CITY PARK BALL FIELD IMPROVEMENTS PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk U City of Iowa City City Hall MAR 02.2021 410 East Washington Street Iowa City, Iowa 52240 City Clerk Awa City, Iowa 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. City Park Ball Field Improvements Project 0400 — Page 1 of 4 BID ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNITS QUANTITY PRICE AMOUNT Chain Link Fence, 1. Galvanized, 6 Ft LF 1902 Chain Link Fence, 2. Galvanized, 8 Ft LF 796 Chain Link Fence, 3. Galvanized, 12 Feet LF 68 Gates, Galvanized 4. 4'x6', Single EA 12 Gates, Galvanized, 5. 16'x6', Double EA 6 6. Removal of Fence LF 1444 7. Back Stop Removal EA 7 8. Back Stop Installation EA 7 9. Foul Pole Removal EA 14 10. Foul Pole Installation EA 14 11. Mobilization LS 1 TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. MAR 0 2.2021 City Clerk Iowa City, Iowa City Park Ball Field Improvements Project 0400 — Page 2 of 4 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS NOTE: All subcontractors are subject to approval by City of Iowa City. 1 r: D MAR 0 2.2021 City Clerk Iowa City, Iowa City Park Ball Field Improvements Project 0400— Page 3 of 4 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name _ - Title MAR 02 2021 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. City Park Ball Field Improvements Project 0400— Page 4 of 4 0405 BIDDER STATUS FORM MAR 02.2021 All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa AdminiM sati\r( ude Chapter 156. To be completed by all bidders Part A 0 Yes 0 No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized,please review the Worksheet:Authorization to Transact Business). 0 Yes 0 No My company has an office to transact business in Iowa. 0 Yes 0 No My company's office in Iowa is suitable for more than receiving mail,telephone calls,and e-mail. ❑Yes 0 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 0 No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered"Yes"for each question above,your company qualifies as a resident bidder.Please complete Parts B and D of this form. If you answered"No"to one or more questions above,your company is a non-resident bidder.Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: Dates: to Address: (mm/dd/yyyy) City,State,Zip Code: You may attach additional sheet(s)if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? 0 Yes 0 No 3. If you answered"Yes"to question 2,identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: City Park Ball Field Improvements Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes El 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. El 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. O 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. O 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. I MAR 0 2 202 City Clerk Iowa'City, Iowa City Park Ball Field Improvements Project 0405— Page 2 of 2 0410 BID BOND FORM CITY PARK BALL FIELD IMPROVEMENTS PROJECT CITY OF IOWA CITY , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for City Park Ball Field Improvements Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of , A.D., 20 (Seal) Witness Principal By: (Title) I4dt (Seal) Surety By: Witness (Attorney-in-fact) Attach Power-of-Attorney, if applicable City Park Ball Field Improvements Project 0410— Page 1 of 1 0500 CONTRACT CITY PARK BALL FIELD IMPROVEMENTS PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 26th day of February 2021, for the City Park Ball Field Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti- Discrimination Requirements)Assurance, if applicable, pursuant to Section 0200, attached hereto; and c. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. I MAR 0 2.2021 City Clerk Iowa City, Iowa City Park Ball Field Improvements Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): NAME OF APPROXIMATE SUBCONTRACTORS TYPE OF WORK COSTS - - i MAR 1)2.2021 City Clerk Iowa City, Iowa DATED this day of , 20 (The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official Printed Name of Contractor Officer Title of Contractor Officer ATTEST: ATTEST: By: By: City Clerk (for Formal Projects only) (Company Official) APPROVED BY: City Attorney's Office City Park Ball Field Improvements Project 0500— Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND MAR 0 2011 CITY PARK BALL FIELD IMPROVEMENTS PROJECT CITY OF IOWA CITY I3,.'a 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: Removing and installing backstops and fences to enclose each field to improve safety, with gates for player and equipment entrances, improvements to foul poles, and removal and replacement of the batting cage. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the City Park Ball Field Improvements Project 0510 — Page 1 of 4 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 one year (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to u less than one year(1) after the acceptance of the work under the Contract the right ���� to sue on this Bond. ' MAR 0 E. That as used herein, the phrase "all outlay and expense" is not to be limited in any �ierk way, but shall include the actual and reasonable costs and expenses incurred by C ` the Jurisdiction including interest, benefits, and overhead where applicable. Iowa C;ity, Iowa Accordingly, "all outlay and expense"would include but not be limited to allcontract 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. City Park Ball Field Improvements Project 0510— Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. MAR 0 2.2021 City Clerk Iowa City, Iowa City Park Ball Field Improvements Project 0510— Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney-in-Fact Officer Title of Contractor Officer Printed Name of Attorney-in-Fact Officer Company Name of Attorney-in-Fact Company Address of Attorney-in-Fact City, State, Zip Code of Attorney-in-Fact Telephone Number of Attorney-in-Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. City Park Ball Field Improvements Project 0510 — Page 4 of 4 MAR 0 2.2021 c, C crk 0520 C;ty, Iowa CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. It is the City's intention to assist employers, who are City contractors, vendors 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 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. City Park Ball Field Improvements Project 0520— Page 1 of 6 MAR 02 Z021 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment;3 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 will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations(see generally 29 U.S.C. § 1608 et seq.)and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code City Park Ball Field Improvements Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions)that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date MAR 0 2.2021 c1c1 \ City Park Ball Field Improvements Project 0520— Page 3 of 6 -- SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES NM 0% 2021 1. COMPANY POLICY C Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices, In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself"Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of City Park Ball Field Improvements Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment can be found at: http://www.sterlinqcodifiers.com/codebook/index.php?book id=953. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. MAR 0 2.2021 C, , LIcrk City Park Ball Field Improvements Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, 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. MAR 0 2.2021 C:`' C: ,[k I3Via City Park Ball Field Improvements Project 0520— Page 6 of 6 } ) MAR 02.n21 0530 C,t7 Clerk WAGE THEFT POLICY ,,,., City, Iowa. 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") I. 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. Il. 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); City Park Ball Field Improvements Project 0530 — Page 1 of 3 c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. MAR 0 2.2021 City Clerk Iowa City, Iowa City Park Ball Field Improvements Project 0530— Page 2 of 3 WAGE THEFT AFFIDAVIT , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. I am the [position] of ['contracting entity") and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [`contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature NW\ t)c '112 City Park Ball Field Improvements Project 0530— Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.orq/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.org/archived-specifications/. MAR 0 2 1011 City Park Ball Field Improvements Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.orct/supplemental-specifications/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. MAR 02.2021 1 ;'a City Park Ball Field Improvements Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2020 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: https://www.iowa- city.orq/weblink/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. If City Hall is closed to the public due to the health and safety concerns from COVID-19, arrangements for public examination will need to be made with the City Engineering Division Office by telephone at (319) 356-5140. / iN r, • D MAR 0 2.2021 City Clerk City, Iowa City Park Ball Field Improvements Project Page 1 of 1 PLANS MAR °2.7.011 G'�l `-'\"rka \ViaCA\i' low City Park Ball Field Improvements Project Page 1 of 1 • l CITY OF IOWA CITY 410 East Washington Street Iowa City,Iowa 52240- 1826 (319)356-5000 (319)356-5009 FAX www.icgov.org ENGINEER'S ESTIMATE March 1, 2021 City Clerk City of Iowa City, Iowa Re: City Park Ball Fields Improvements Dear City Clerk: The engineer's estimate of probable construction cost for the City Park Ball Fields Improvements Project is $147,000. Sincerely, MAR 02 2021 Scott Sovers, P.E. Assistant City Engineer City Clerk Iowa City, Iowa Prepared by:Ethan Yoder,Engineering Division,410 E.Washington St,Iowa City,IA 52240,(319)356-5145 k Resolution No. 21-57 Resolution setting a public hearing on March 16, 2021 on project manual and estimate of cost for the construction of the City Park Ball Field 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 City Park Ball Field Improvements account #R4373. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above-mentioned project is to be held on the 16thday of March, 2021, 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. City Hall is currently closed to the public because of the coronavirus. If City Hall remains closed to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at 319/356-5043. 3. 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. 4. 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 2nd day of March , 2021 or Ap a ro e• by Attest: - �; - ' ,& -41 . / City lerk City Attorney's Office—02/25/2021 It was moved by Taylor and seconded by Salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus % Mims X Salih x Taylor x Teague x Thomas x Weiner PLam 0110 NOTICE OF PUBLIC HEARING MAR 02.2021 City Clerk NOTICE OF PUBLIC HEARING ON PROJECT MANUAL Iowa City, Iowa AND ESTIMATED COST FOR THE CITY PARK BALL FIELD IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the City Park Ball Field Improvements in said city at 7:00 p.m. on the 16th day of March, 2021, 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.orq/councildocs or telephone the City Clerk at (319) 356-5043. The replacement of ball field fencing at City Park. 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling(&,iowa-citv.orq. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said Project Manual or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk City Park Ball Field Improvements Project 0110 — Page 1 of 1 la PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST This is not an invoice IOWA CITY IA 522401825 #of Affidavits1 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: Ad No. Start Date: Run Dates: Cost: 0004628708 3/9/21 03/09/2021 $42.94 Copy of Advertisement Exhibit"A" Subscribed and worn to before me by said affiant this 9 day of March. 2021 k Notary"tic 515'3 Commission expires NANCY HEYRMAN Notary Public State of Wisconsin NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING — - ON PROJECT MANUAL AND ESTIMATED COST FOR THE IRENBPCSINMPOVMETSBALL THE CITY OF IOWA CITY,IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED Pub Public is hereby given that the City Council of the City of lawo City, Iowa, will conduct a Manuals he Including tthe P plans, specifications, contract, and estimated oyst for the construction otem. on In sold city March,017:000 2021,sold the tday held Ih Emma J. Harvat Holl in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, of the next meeting of theppas CityCouncily thereafter as Hail�Is bylosed City olithe public If to the health and safety concerns from COVID-19, the council meeting will be on electronic meeting using the Zoom Meetings. For Information on how to participate In the electronic meeting, see www.Icgay.org/councildocs or teleFphone the City Clerk of (3191 The replacement placemPnt of boll field fencing of City Pork. Said Protect Manual and estimated office costff e City now in the City Hall In Iowa City,, Iowa, and may be Inspected by any Interested persons. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk of(319) 3545043 or emailing kel lie.frueh l ingetowa-city.org. Any Interested persons may appear at sold meeting of the City Council for the purpose of making oblections to and comments concerning said Proiect Manual or the cost of making said Improvement. This notice is given by order of the City Council of the City of Iowa City,Iowa and as provided by law. Kelle K.Fruehling,City Clerk 1011 I V. Prepared by:Ethan Yoder,Engineering Division,410 E.Washington St,Iowa City,IA 52240,(319)356-5145 Resolution No. 21-69 Resolution approving project manual and estimate of cost for the construction of the City Park Ball Field 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 City Park Ball Field Improvements account #4373. 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 3:00 p.m. on the 13'h day of April, 2021. 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 201° day of April, 2021, or at a special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at 319/356-5043. 5. City Hall is currently closed to the public because of the COVID-19. If City Hall remains closed to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. For information on how to participate in the electronic meeting, see www. Icgov.org/councildocs or telephone the City Clerk. Resolution No. 21-69 Page 2 Passed and approved this 16th day of March , 2021. M��br / App•.v-d by Attest: ill • !WA City Clerk City a ttomey's Office-03/08/2021 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 0100 MAR 0 2702 NOTICE TO BIDDERS Clerk CITY PARK BALL FIELD IMPROVEMENTS PROJECT iti' Iowa Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 13th day of April 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356- 5140. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 20th day of April 2021, or at special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.orq/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following The replacement of ball field fencing at City Park. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at(319) 356-5043 or emailing kellie-fruehlinq(a iowa-citv.orq. 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. City Park Ball Field Improvements Project 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 one (1) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: L I Specified Start Date: July 12, 2021 Substantial Completion Date: July 30, 2021 MAR 0 2202 Final Completion Date: August 13, 2021 Liquidated Damages: $250.00 per day City Clerk Iowa City, Iowa All of the bid items listed in Section 0400—Proposal shall be completed by the Substantial Completion Date except Foul Poles. 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq c(D.iowa-city.orq. A$30.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK City Park Ball Field Improvements Project 0100 — Page 2 of 2 0200 INSTRUCTIONS TO BIDDERS City Park Ball Field Improvements PROJECT 1. Optional Pre-Bid Meeting: a. Time, Date, and Location: Date: April 6, 2021 at 10:00 am Location: Zoom Meeting If City Hall is closed to the public due to the health and safety concerns from COVID-19, this meeting will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 2. Bid Submittals: a. Time, Date and Location: Tuesday April 13, 2021 at 3:00 pm City Clerk's Office MAR 02.2021 410 East Washington Street Iowa City, Iowa 52240 City Clerk b. Submittals include two separate sealed envelopes: Iowa City, Iowa 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. d. If City Hall is closed to the public due to the health and safety concerns from COVID-19,the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356-5140. 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: https:/lwww.leq is.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. c. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. City Park Ball Field Improvements Project 0200 — Page 1 of 3 5. Progress and Schedule: a. Contract Times: MAR 0 2 2021 Specified Start Date: --July 12, 2021 Substantial Completion Date: --July 30, 2021 City Clerk Final Completion Date: --August 13, 2021 Iowa City, Iowa Liquidated Damages: $250.00 per day All of the bids listed in Section 0400 — Proposal shall be completed by the Substantial Completion Date except Foul Poles. b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. c. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. Many events are being postponed or cancelled due to the COVID-19 Pandemic. The Contractor should make sure their activities are not impacting community events. iii. Coordinate with the Community Calendar for Community Events. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of one (1) year 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. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the successful bidder shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0530. 11. References: City Park Ball Field Improvements Project 0200— Page 2 of 3 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. f' [7"' 71) I MAR 0 2 202 C;ty Clerk Iowa City, Iowa City Park Ball Field Improvements Project 0200 — Page 3 of 3 Ag.i.„4"1 IOWA LEAGUE Qf CITIES 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 City Park Ball Field Improvements Project Classified ID: 131368 A printed copy of which is attached and made part of this certificate, provided on 03/17/2021 to be posted on the Iowa League of Cities' internet site on the following date: March 18 , 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 3/17/2021 CULL". W ,-76--kAr Alan Kemp, Executive Director NOTICE TO BIDDERS CITY PARK BALL FIELD IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 13th day of April 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356- 5140. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 20th day of April 2021, or at special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following The replacement of ball field fencing at City Park. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling@iowa-city.orq. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract. and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s)from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 12, 2021 Substantial Completion Date: July 30, 2021 Final Completion Date: August 13, 2021 Liquidated Damages: $250.00 per day All of the bid items listed in Section 0400—Proposal shall be completed by the Substantial Completion Date except Foul Poles. 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinq(c�iowa-city•org. A$30.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, March 18, 2021 7:35 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 03.18.21 Notice To Bidders.pdf RISK Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files. Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President/CEO of the CU Network, and that as such President/CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City- 2021 Tree Planting Project Iowa City-Asphalt Resurfacing 2021 Project Iowa City-City Park Ball Field Improvements Project Iowa City—Collector Well Nos. 3 And 4 Rehabilitation Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): March 18, 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. CAN4-4( March 18, 2021 Date President/CEO of The Construction Update Plan Room Network Cindy Adams—Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street—Des Moines, Iowa 50309 (D)515.402-9858(0)515-288-7339 (e) cuhelp@MBI.Build 1 DAILY NOTICE TO BIDDERS construction C update NOTICE TO BIDDERS CITY PARK BALL FIELD IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 13th day of April 2021. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall. 410 East Washington Street, Iowa City. Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, the bid opening will be an electronic meeting using the Zoom Meetings. Information for this meeting will be distributed by the City Engineering Division to prospective bidders on the Project Plan Holders List. For information on how to participate in the electronic meeting, please contact the City Engineering Division at (319) 356- 5140. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 20th day of April 2021, or at special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, the council meeting will be an electronic meeting using the Zoom Meetings. For information on how to participate in the electronic meeting. see www.icaov.orq/councildocs or telephone the City Clerk at (319) 356-5043. The Project will involve the following The replacement of ball field fencing at City Park. All work is to be done in strict compliance with the Project Manual prepared by City of Iowa City, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehling@a iowa-city.org. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed. the required Performance, Payment,and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City. and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract. and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and alter its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: July 12, 2021 Substantial Completion Date: July 30, 2021 Final Completion Date: August 13, 2021 Liquidated Damages: $250.00 per day All of the bid items listed in Section 0400 Proposal shall be completed by the Substantial Completion Date except Foul Poles. 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. If City Hall is closed to the public due to the health and safety concerns from COVID-19, copies are available by telephoning the City Clerk at (319) 356-5043 or emailing kellie-fruehlinqPiowa-city.orq. A$30.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities. unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Prepared by:Ethan Yoder,Engineering Division,410 E.Washington St.,Iowa City,IA 52240(319)356-5145 Resolution No. 21-100 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the City Park Ball Field Improvement Project Whereas, Century Fence Co. of Pewaukee, Wi, has submitted the lowest responsible bid of $164,082.66 for construction of the above-named project; and Whereas, funds for this project are available in the City Park Ball Field Improvements account # R4373; 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 Century Fence Co., 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 20th day of April , 2021 S(14,1.4-A-- M 74-71-52" App v by Attest : Qf.N✓/ krAL City Clerk City ttorney's Office-04/15/2021 It was moved by sa 1 ih and seconded by Taylor 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 anion 1 CITY OF IOWA CITY 410 East Washington Street Iowa City,Iowa 52240- 1826 (319)356-5000 (319) 356-5009 FAX www.icgov.org ENGINEER'S REPORT April 12, 2022 Re: City Park Ball Field Improvements Project Dear City Clerk: I hereby certify that the City Park Ball Field Improvements Project has been completed by Century Fence Co. of Pewaukee, Wisconsin, in substantial accordance with the plans and specifications prepared by the City of Iowa City. The project was bid as a unit price contract and the final contract price is $173,994.66. There was a total of one (1) change or extra work order for the project as described below: 1) Design Change for Fields 1, 2, 4, and 5 $9,911.99 I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer a Prepared by:Ethan Yoder,Engineering Division,Public Works,410 E.Washington St., Iowa City,IA 52240(319)356-5145 Resolution No. 22-96 Resolution accepting the work for the City Park Ball Field Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the City Park Ball Field Improvements Project, as included in a contract between the City of Iowa City and Century Fence Co. of Pewaukee, WI, dated May 25, 2021, 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 City Park Ball Field Improvements account # R4373; and Whereas, the final contract price is $173,994.66. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 19th day of April , 2022. orera— Approved by Attest: _ ! �� . City lerk , City Attorney' Office (Sue Dulek-04/12/2022) It was moved by Weiner and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Alter X Bergus X Harmsen X Taylor X Teague X Thomas Weiner 4 Surety Bond No. CA3216910 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND CITY PARK BALL FIELD IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Century Fence Company, 1300 Hickory Street, Pewaukee, WI 53072 , as Principal (hereinafter the "Contractor" or"Principal") and Great American Insurance Company,301 E 4th Street,Cincinnati,OH 45202 , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of One Hundred Sixty Four Thousand, Eighty Two and 66/100 dollars ($ 164.088.66 ), 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: Removing and installing backstops and fences to enclose each field to improve safety, with gates for player and equipment entrances, improvements to foul poles, and removal and replacement of the batting cage. To faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the City Park Ball Field Improvements Project 0510—Page 1 of 4 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 one year (1) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding,to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20%of the total contract price,and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed,whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than one year(1)after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly,"all outlay and expense"would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. City Park Ball Field Improvements Project 0510—Page 2 of 4 In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s)or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal,as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work,term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. • City Park Ball Field Improvements Project 0510—Page 3 of 4 PRINCIPAL: Century Fence Company SURETY: Mic g',,Grzybo ki Great American Insurance Company Pri ed N me of ntract r Officer Surety Company Name By By ,,s...• Signature of Contra or Officer ignature of omey-in-Fact Officer Vice President - Fence Division Todd Looker, Attorney-in-Fact Title of Contractor Officer Printed Name of Attorney-in-Fact Officer Robertson Ryan &Associates, Inc. Company Name of Attorney-in-Fact 20975 Swenson Drive, Suite 175 Company Address of Attorney-in-Fact Waukesha, WI 53186 City, State, Zip Code of Attorney-in-Fact 414-221-0394 Telephone Number of Attorney-in-Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in Ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. • City Park Ball Field Improvements Project 0510- Page 4 of 4 GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No.0 20850 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power ROBERT E.FLATH ALL OF ALL TODD LOOKER MILWAUKEE,WISCONSIN $100,000,000 GARY BURTON This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 3RD day of JUNE 2020 . Attest GREAT AMERICAN INS NCE COMPAN a at, • 3 /id top e Assistant Secretary Divisional Senior Vice President STATE OF OHIO,COUNTY OF HAMILTON-ss: MARK VICARIO(877.377-2405) On this 3RD day of JUNE , 2020 ,before me personally appeared MARK VICARIO,to me known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. SUSAN A KOHORST -41(°-".'" Notary Public State Ohio1v - % My Comm. Expires i `k / May 18,2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9,2008. RESOLVED: That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisonal Assistant Vice Presidents,or any one of them,be and hereby is authorized,from time to time,to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds,undertakings and contracts ofsuretyship,or other written obligations in the nature thereof;to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond undertaking,contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9,2008 have not been revoked and are now in full force and effect. Signed and sealed this 30th day of April , 2021 . .! • .),1 a e •• • Y • Assistant Secretary S1029AH(03/20)