Loading...
HomeMy WebLinkAboutGLENDALE PARK IMPROVEMENTS PROJECT/2021 GLENDALE PARK IMPROVEMENT S/202 1 GLENDALE PARK IMPROVEMENTS 15-Jun-2021 Plans, Specs, proposal and contract, estimate of cost 15-June-2021 Res 21-170, setting public hearing 21-Jun-2021 Notice of Public Hearing 06-Jul-2021 Res 21-194, approving project manual and estimate of cost 08-Jul-2021 Notice to bidders 27-Jul-2021 Res 21-205, awarding contract(McComas-Lacina Construction) 25-Aug-2022 Engineers Report 06-Sept-2022 Res 22-220, accepting the work 09-Sept-2022 Performance, Payment and Maintenance Bond FILED 1117.1 JU U 15 PN 2: 08 1 dt CITY CLERK �Of1 CITY, IOWA tigiWjargill1111141;11111111 MIa # CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL GLENDALE PARK IMPROVEMENTS PROJECT IOWA CITY, IOWA MAY 26, 2021 It r— 0005 CERTIFICATIONS PAd I JU d 15 PM 2: 08 CITY CLERK !n ern �.f i.^'�; �,� k I hereby certify that the portion of thisitech cal submission r.,i OF ''>i ' described below was prepared by me or under my direct ''{;w �14; supervision and responsible charge. I am a duly Licensed * CONAL F. '12('i Professional Landscape Architect under the Laws of the State of MA.RNER Iowa. r=; LANDSCAPE , °",ro ARCH IWV `. ' ' NO.` '77 314 Date -*oat I ANDSC-,,c, {417 License Number 314 License Expires: Pages or sheets covered by this seal: July 31, 2022 All Sheets and Pages Glendale Park Improvements Project 0005 - Page 2 of 1 F 0010 TABLE OF CONTENTS Z VI JUN I5 Psi 2; 08 PROJECT MANUAL CITY CLERK 0005 CERTIFICATIONS PAGE IOWA CITY, IOWA 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS Glendale Park Improvements Project 0010 — Page 3 of 1 0100 NOTICE TO BIDDERS 1i7.1 .J1.111 15 PM 2: 03 GLENDALE PARK IMPROVEMENTS PROJECT v CLERK, LCr\K, Sealed proposals will be received by the City Clerk of the City of IovWa' aty;fgvv4,1 Unti►'w3:00 p.m. on the 21th day of July, 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 27th day of July, 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 Base Bid: Construction of Glendale Park Improvements shall include, but not limited to, demolition of existing play areas and proposed improvements of grading, pavements, shelter, seeding and associated work. Add Alternate No. 1: The additional cost for Contractor to install play equipment and play surfacing as shown on plans. Add Alternate No. 2: The additional cost for widening the sidewalk from 5' to 6' width. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. 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-fruehlinqiowa-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 Glendale Park Improvements Project 0100 — Page 4 of 3 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 aid 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 prpviisions qf hi .notce,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; Perforrrrane, Payment, and Maintenance Bond (as shown in Section 0510) has been file'by the i Werigyaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: August 9, 2021 Substantial Completion Date: October 31, 2021 Final Completion Date: November 12, 2021 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-3548973, Toll-Free: 800-779-0093, by bona fide bidders. 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.orq. 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. Glendale Park Improvements Project 0100— Page 5 of 3 The City reserves the right to reject any or all proposals, and also reserves:the!right-to,waive technicalities and irregularities. ».. Li Posted upon order of the City Council of Iowa City, Iowa. 11I Jun 15 PH 08 KELLIE FRUEHLING, CITY CLERK CITY Y CLERK IOWA CITY. IOWA Glendale Park Improvements Project 0100 — Page 6 of 3 • a 0110 NOTICE OF PUBLIC HEARINdZ1 JUN 15 PH 2: 08 CiTY CLERK NOTICE OF PUBLIC HEARING ON PROJECT MA iAL INL.', 10WA ESTIMATED COST FOR THE GLENDALE PARK IMPROVEMENTS IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the Glendale Park Improvements in said city at 6:00 p.m. on the 15th day of June, 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. This project includes a Base Bid consisting of construction of Glendale Park Improvements and shall include, but not limited to, demolition of existing play areas and proposed improvements of grading, pavements, shelter, seeding and associated work. Add Alternate No. 1 includes the additional cost for Contractor to install play equipment and play surfacing as shown on plans. Add Alternate No. 2 includes the additional cost for widening the sidewalk from 5' to 6' width. 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-fruehlinq(a�iowa- citv.org. 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 Glendale Park Improvements Project 0110 — Page 7 of 1 I 0200 INSTRUCTIONS TO BIDDERS Ti ,i"'J 15 p1.l 2. 08 GLENDALE PARK IMPROVEMENTS PROJECT CLERK 1. Optional Pre-Bid Meeting: IliWA CITY, IOrt':, a. Meeting to be held July 14, 2021 at 2:00 p.m. at the Engineering Conference Room in City Hall located at 410 E. Washington Street, Iowa City, Iowa. b. 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: July 21, 2021, 3:00 p.m. City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal c. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 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://www.legis.Iowa.qov/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. Glendale Park Improvements Project 0200 — Page 8 of 3 5. Progress and Schedule: 1 wb, I:: 1 J a. Contract Times: Specified Start Date: August 9, 2021 Zn11 JUG �'! Substantial Completion Date: October 31, 2021 ` 2: 08 Final Completion Date: November , CITY Liquidated Damages: $500.00 per12 day2021 IOtAtF XCITY, )Ltd#f'� ERK 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. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of Five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 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. Glendale Park Improvements Project 0200— Page 9 of 3 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. CY Is co .�. u7 F _v cD ti Glendale Park Improvements Project 0200— Page 10 of 3 0400 PROPOSAL 2"?I J N 15 PM 2: 09 GLENDALE PARK IMPROVEMENTS PROJECT CLERK ter_ CITY OF IOWA CITY (_.I Y IOWA CITY, ! Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern. Glendale Park Improvements Project 0400 — Page 11 of 4 BID !EST EXTENDED ITEM DESCRIPTION UNITS ' QTY AMOUNT BASE BID 7 7 ,V.1 15 PM 2: 09 1 Topsoil CIF ' CLEM $ 10 W 1TY, 10VA 2 Excavation, Class 10 L 1' $ 3 Subdrain, Dual Wall HDPE Perforated, 6" LS 1 $ Subdrain, Dual Wall HDPE Non-Perforated, 4 6" LS 1 $ 5 Subdrain Outlet, 6" LS 1 $ 6 Pavement, PCC, 6" LS 1 $ 7 Pavement, PCC, 5" LS 1 $ 8 PCC Edger LS 1 $ 9 Hydraulic Seeding, Fertilizing and Mulching LS 1 $ 10 Silt Fence LS 1 $ 11 Silt Fence, Removal LS 1 $ 12 Temporary Fence LS 1 $ 13 Construction Survey LS 1 $ 14 Mobilization LS 1 $ 15 Concrete Washout LS 1 $ 16 Demolition Work LS 1 $ 17 Open Shelter LS 1 $ 18 Limestone LS 1 $ TOTAL BASE BID AMOUNT = $ ADD ALTERNATE NO. 1 1 Play Equipment Installation LS 1 $ ADD ALTERNATE NO. 2 2 Additional 1' Sidewalk Width LS 1 $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. Glendale Park Improvements Project 0400 — Page 12 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 apprdrximate dollar amount of the subcontract, are as follows: Z021 JU 13 P `1 2: Q, NAME OF SUBCONTRACTORS TYPE OF WORK APPROXIMATE COSTS 10 'A CITY, fOWA NOTE: All subcontractors are subject to approval by City of Iowa City. Glendale Park Improvements Project 0400 — Page 13 of 4 t The undersigned Bidder is a/an: __ ❑ Individual, Sole Proprietorship ❑ Partnership lfli JUN 15 Pit 2: 09 ❑ Corporation ❑ Limited Liability Company CITY CLERK ' F 1 ��r 1 ❑ Joint venture ' " �'� Y. ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE:The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Glendale Park Improvements Project 0400— Page 14 of 4 0405 BIDDER STATUS FORM �� t I s�a All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. Y CL Ef:i an in 15 F' Rare ► To be completed by all bidders ❑ Yes El No My company is authorized to transact business in Iowa. f� (To help you determine if your company is authorized,please review the Worksheet:Authot+ r''t tcfr rt, c€ f flness). l }' ❑Yes 0 No My company has an office to transact business in Iowa. ❑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: Glendale Park Improvements Project 0405 — Page 15 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes R 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 orcanceled. Lr) nC? CD r=-a Glendale Park Improvements Project 0405— Page 16 of 2 F E 0410 BID BOND FORM 7121 JU ► ' GL'ENDALE PARK IMPROVEMENTS PROJECT CITY OF IOWA CITY Ic CITY, fil_4 �_� , 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 Glendale Park 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) (Seal) Surety By: Witness (Attorney-in-fact) Attach Power-of-Attorney, if applicable Glendale Park Improvements Project 0410 — Page 17 of 1 ' ; 1_ E IG?i 15 PH 2: 1 0500 CONTRACT ' 4 GLENDALE PARK 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 day of , 20 , for the Glendale Park Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti- Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and c. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. Glendale Park Improvements Project 0500 — Page 18 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 pf subcontracted work and approximate dollar amount of the subcontract, are agAll<A,Vs (1a st bwrnbrl 6n attachment): NAME OF APPROXIMATE SU14CONTtRACTORS TYPE OF WORK COSTS 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 Glendale Park Improvements Project 0500 — Page 19 of 2 w 1�. 0510 PERFORMANCE, PAYMENT, AND MAINTENINGE'BQN 2: I GLENDALE PARK IMPROVEMENTS PROJECT CITY OF IOWA CITY I' CLERK 10PA CITY, lOWA KNOW ALL BY THESE PRESENTS: That we, , as Principal (hereinafter the "Contractor" or "Principal") and , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Base Bid: Construction of Glendale Park Improvements shall include, but not limited to, demolition of existing play areas and proposed improvements of grading, pavements, shelter, seeding and associated work. Add Alternate No. 1: The additional cost for Contractor to install play equipment and play surfacing as shown on plans. Add Alternate No. 2: The additional cost for widening the sidewalk from 5' to 6' width. 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 Glendale Park Improvements Project 0510 — Page 20 of 4 employees furnishing materials or providing labor in the performance of the Contract. 7. ) t , n f, 2. PAYMENT: Tile Contractor, and:tfe.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 gi'err,' irrciuding but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of year(s) (_) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less than year(s) (_) 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 Glendale Park Improvements Project 0510— Page 21 of 4 t ' -Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are P,.,.q 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 2021 JL`j 15 t accijurht of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract Ci I '' Li- -and Contract Documents, in approved change orders, and in this Bond will be IO WA CIT `fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. Glendale Park Improvements Project 0510— Page 22 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 iv City, State, Zip Code of Attorney-in-Fact r 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. Glendale Park Improvements Project 0510 — Page 23 of 4 0520 Z Zt CONTRACT COMPLIANCEr hf SECTION I - GENERAL POLICY STATEMENT. ! �H 2' ? Vim, It is the policy of the City of Iowa City to require equal employment '0661104' 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. Glendale Park Improvements Project 0520 — Page 24 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of l ,1sati,s actory Equal Employment Opportunity Program which will be reviewed for acceptability.'PLELASE1 RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT-PRIOR TO THE EXECUTION OF THE CONTRACT. a ' r = r (;l 1 Y 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 age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex, or sexual orientation. 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 Glendale Park Improvements Project 0520— Page 25 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. 70Z1 r rrs 6. How does your business currently inform applicants, employee,`,Ond+ recruitment sources (including unions) that you are an Equal Employment Opportunity,kn' loyer?.. The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date Glendale Park Improvements Project 0520 — Page 26 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY 15 pp 2= 1( Determine your company's policy regarding equal employment opporti.nJties. Document the policy and post it in a conspicuous place so that it is known'tb.alt your,employees. Furthermore, disseminate the policy to all potential sources of employees '6nd 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. Glendale Park Improvements Project 0520— Page 27 of 6 Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection pr7rd rers and use non-biased promotion, transfer and training policies to increase acid/or frrnprova the diversity of your workforce representation. Companies must make sure prodeduirts for selecting candidates for promotion, transfer and training are.based,upon a fair assessment of an employee's ability and work record. Furrtherniore;;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 City Code which prohibits certain discriminatory practices in employment can be found at: https://codelibrary.amlegal.com/codes/iowacityia/latest/iowacity ia/0-0-0-631#JD 2-3-1. 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. Glendale Park Improvements Project 0520 — Page 28 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY : To all employees of loll ' uN is P, 2: f ,- E-t ► ('r ~R. This Company and its employees shall not discriminate against any employee o'r applidant for employment based on his or her age, color, creed, disability, gender identity, marital status, national origin, 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 Equal Employment Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs of your company. Glendale Park Improvements Project 0520— Page 29 of 6 Y 6c.'r EL 0530 ill $ WAGE THEFT POLICY Ply 2; i C It is the policy of the City of Iowa City, as expressed by City Council Resolution r No 13 364 adopted on November 10, 2015, not to enter into certain contracts with, or provide aisoretiopary 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. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); Glendale Park Improvements Project 0530 — Page 30 of 3 c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or 7 fev d. Other factors that the person or entity believes are re{ewa I) 1 2: The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted;dfitt Aefermihe 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. Glendale Park Improvements Project 0530— Page 31 of 3 WAGE THEFT AFFIDAVIT 1 ?RV „PA 15 PH 2: 10 I, , 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 Glendale Park Improvements Project 0530 — Page 32 of 3 SUDAS STANDARD SPECIFICAT19NS The City of Iowa City has adopted the SUDAS Standard Specifications for us� in 1 public improvement projects and construction within the public right-of-way..- The, SUDAS Standard Specifications are incorporated herein by reference. Copies of th6 durrerit;'version of the SUDAS Standard Specifications Manual can be obtained from the SODAS 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.orq/archived-specifications/. Glendale Park Improvements Project Page 33 of 36 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for�us �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.orq/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. Glendale Park Improvements Project Page 34 of 36 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2021 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. Glendale Park Improvements Project Page 35 of 36 SP c,IAL PROVISIONS P+7 2: � Ri t•S 'i 5 15 fa The City of Iowa City allows bidders to submit a computer-generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.B, for details on preparing a computer-generated unit price attachment. This project includes several additional modifications to the SUDAS Standard Specifications beyond the Supplemental Specifications referenced earlier in this Project Manual. Glendale Park Improvements Project Page 36 of 36 .'.1, .1nrl,.CiiOt 6.1)IO{,fitte 0,0Mbfbr1 SM.'MS 6111!V TnWYA.416 M.4/1O1 Mlle.!,D ICY f N.%S00l6I -411m � a ' � r 0 ,. �4\ ra m i r.W -�. y4. ip . —< 0 0 ..r . ,,, n',4=, �1G,',rr;','h -•i-.... i ,,..G� DUDWUC 3T.' o � a,; , H > 3° To, 'DODGIEST 117- , �L' C (2t n _I i j rc = O D 7 z z t ' y F:1 Asti 'i O r k, w; ! ; Z —D D 0 33 Ci) zo . .ve , , 1 < 7:j 0 71 .r:e \ 1 5 -- E : , , - y -, 0 ' * m ..,. D .. z ,, , . i, -, - i ., ,., i) IC , . — 0 o 0 0 0 REEidast 11� O /D 1�!y�yG nnA 1 S T % 1 ,✓ STI� 3 1! C O P R re 1 g # ; �—" ' # g � Iv N cn N GLENDALE PARK IMPROVEMENTS Pe 9 MARK RCV13 ON WT 0y O" TITLE SHEET IOWA CITY,JOHNSON COUNTY, IOWA Pe El 2 v ingnoon-._ ,,,..By DPM B..:1'_ leceMden RIB Deter 95/26R921 Til-S TTNi10ite S', ~m SNYDER & ASSOCIATES , INC . 6BO`�: oW G m,•' I DiDAR ItAYNli IOWA 5%elle m Protect'.t21.clui�.u1 Sheet C100 cp 319 362'J394 NV/W.69T49f-86bOG3lB6.:Om e 8 _ __ �•X GENERAL NOTES el CCNSIRUCTIONO.L:LENUALE"AHI(All-NOVEANN 1 s SMALL INCLUDE.BUT NUT LINT I EU IU,UEMOiTION OF L; C CJ EXISTING PLAY AREAS AND PROPOSED IMPROVEMENTS OF GRADING,PAVEMENTS,SMELTER,SEEDING AND • CONTRACTOR SHALL CONSTRUCT THE PROPOSED IMPROVEMENTS BASE)JP CC TEE Z V" , * ASSOCIATED WORK. CONTRACT DOCJNENTS WM CM CONSIST CF THESE FLANS AND THE PROJECT MANuAl k I.. i'°'•u PROPOSED TECHNICAL Y YF .ROCHESTER AVE. W AXJALIEftNATENCI., jf"�` WHICH CONTAINS.BID INFORMATKEIN ITEMSSTATEWIDE INCLUDED NCLURB DEN IN THE DOCUMENTS AND SPECITICATICNSSHALL a SPECIE CONSTRUCTED ASPER IOWA .g 4 _ R I> 4. ' - •+ale 'ff .- et COSTF02CONTRACTOR70INSTALLPIAVEOUPMENT h^0- - _ACE 2 ORCISDRESPONSIBLE =0RDREPAIRS 0=EDA1NK'EI TO ANY EXISTING UDAS. �t .;_ - A IMPROVEMENTS DURING INSTRUCTION.SUCH AS,BUT NOT LIMITED TO, UTILITIES, 4 TH ADDITIONALRF AS a ADO ALTERNATE N0.2 a.I� PAVFMI-NI SINIPM1(,. CA-BRti, FI1: RFPAIILS NI-Al HI-F(NJAI 1D(IR FFTIFH THAN - A. - . - THE ADDITIONAL COST FOR WDENNG THE SIDEWALK FROM gyp\MDjp{" EXISTING COI'CITCNS AT CONTRACTOR'S EXPENSE € `3 yC/ �AJJtL9�((J! l� E J ', • , - y 15 P 5. CONTRACTOR S RESPONS CAC TOR CONDUCTING A CITE VISIT PRIOR TO B,DDTNG TO • _. 1' a Ai [ i .,. . 1 r(77 C• I / BECOME FAMILIAR WITH EXISTING FEATURES AND CONDITIONS. ( pi, j ,_ k I a Ci.� 4. UTILITY'NARNING:THE JTILTIES SFOLVN NAVE BEEN LOCATED FROM FIELD SURVEY +. I i L T Y w iv� • - 1 � { ' I I4An DesulDliull J j t„ s I ORR INFUMWI IION ANIMA RS:ONOR(M 1 AIM-I;.!HI-SHWA-YOH MAXI-S NO GUAHAN I FF IRA I {^ -� T J' r,,T Ts,yl,..yl,,, afar i T� J( THE UTILITIES 9F10WN'CONJPRISE All SUCH JTIIITIES N THE AREA.EIT ER N SER'✓'CE OF • Section 2010•Earthwork.SubOgde.and$LAN.s* �' t Y� (✓ AEANDONE).T E SUftVEVCR Fl1RTT+EP.DOES NOT 11'ARRANT THAT Tt1E UTMJTES SHOWN i •- _.,} `�-. } _. ,4k A -2`1# ++----ff r T f I •i ARE IN THE EXACT LOCATION INDICATED.VERIFY LOCATION OF ALL U IUTE:S BEFCFE I �:. I 1 ToUI 20'0,1.OB.D.t 1'-• `ti LS CONSTRUCT ON ■ _. 1 ` j � ei 1+ Em.evatiun,CWSS 10 20.0 1,30,E 1 L$ < F i Q 3 ubbase,4" r °� t d Z %: ;-..A, 3` Section 4040•Subdrain and Footing Drains 20'0.1:35,I 1 LS S. DEPTH ACTOR ISI RESPONSIBLE PROTECTBBFOIL DETERMINING LINES ANDSTRUC GT.JRESNOTIFY UTILITY PROVIDERS PRIOR TO SEGINN NG ANY O LOC CONSTRUCTION AM I N ACT VITIES AND 2 Ji Q C• w y c e Subdra n,Dual Wat HDPE.W 4040,1.08,A 1 LF REMOVAL OR MODIFICATION.ANY DAMAGES TO UTILITY ITEMS NOT SHOWIN FOR REMOVAL >` OR MODIICATON B 4Al_DC RCPAIRCD TO TI IE UTILITY OWNERS SPEC!,CATIONS AT T C ii- {} j T 9ubdran Owsa,P 4040,1.08,D 1 L3 CONTRACTORS ExPENSE. 0 m} Q r.. Ply•• SecUw17010-Portland Cement Cu.cots Pavement ?: • C` .-j. � .R Ic - r.111 _. 6 AI I TRAFFIC CON THOI til-AI I RI-PI4INDFIl IV AIDD'JHDANCF MR NF(NIaa-NFNIS SF I 'T .. g PeIement ACC,B' 70'0,1.0 A 1 LS FORTH N THE MANUAL ON CNIFORM TRAFFIC CONTRAS DEVICES (YUTCDI WHEN F. r `A E JEFFERSON S T. Rut 10 Pavement.ACC,S 70'0,1.O8,A 1 LS CONSTRUCT ON ACTIVTES CESTRUCT PORTIONS O=THE ROADWAY,F_AGGERS S-IAL-EE Z w • t0 PROVIDED FL43GER3 SHALL CONFORM TO THE MUTED N APPEARANCE,EQUIPMENT PhD = om r - _ ' `` ( Section 0010-Beodng ACTIONS 0 • c • �y `�/ I Hydra lie Scalps,Fertifzin0 and U a Y.,. t "�D� `.'�l - 12 g0<0,1.OB,A 1 LS CONTRACTOR SHALL NCTIF�OWNER ANO ENGINEER AT LEAST 49 HOURS FfiIOR TG Z C 1t '�I Muldl ng BEGINNUIG WORM. Z m i _ IN Section$040-Erosion end Sediment Control 0 rraa R� • -.; _ ` B. DIMENSIONS UTILITIES AND GRADING CF THIS STE ARE BASED ON AVAILABLE (n N(y I, 16 Sit Fence 9040,1.08,D,1 1 LE INFORMATION AT THE TIME OF CESIGII DEVIATICNS MAY BE NECESSARY IN TEE FIELD.M\ Z aiSS.. o a'r't S L. b _ _ 17 Sit Fcno°,Mamma 9040,1.08,0,2 1 LF 3LCH CHANGES CR CONFLICTS BETWEEN THESE PLANS AND FIELD CNDIT 0E3 ARE TO CC O ` 'a. -• - ;,,'..T‘ - - �" a REPORTED TO THE ENGINEER PRIOR TO STARTING CONSTRUCTION.THE CONTRACTOR '` Section t0i0-Fence SMALL BE RESPONSIBLE FOR LAYOUT VERIFIC,4T ON OF ALL SITE MPROVE✓ENTS PRIOR TC ' n .*` it ITanporari Fence 19060,1-08.F 1 I LS CONSTRUCT ON 0- Section 11,010-Construction Survey 9 REFER TO THE PLANS FOR EXACT LOCATIONS AND DIMENSIONS OF THE BUILDINGS- F- 4 r • SIDEWALKS,ANC UTIJTIES. I 'ar" A, A Jam'LT�'T�� 19 I Con4lNctidt SUlvay 111 A10,I DO.A 1 I LS V ' "" Section 11,020-Mobilization -0. CONTRACTOR TO LOAD AND TRANSPORT ALL MATERIALS CONSIDERED TO EE CC UNDESIRABLE AND NOT TO BE INCORPORATED INTO THE PROJECT TO AN APPROVED PROJECT LOCATION MAP 20 IMobiizabon I11,0201.0E,A 1 I LS OFF-SITE WASTE SITE 0 Section 11,050-Cencroto Washout — -1. THE CONTRACTOR IS RESPONSIELE FOR CLEAHNG DIRT AND DEBRIS FROM NE131-EORFA, 21 !Control*Washout I11,050,ILK A 1 I LS STREETS. DRAEW.AYS, AND $DEWALKS CAUSED BY CONSTRUCTION ACTIVATES N A TME-Y MANNER.TTE CONTRACTOR SHALL STOP THE PROJECT SITE NEAT AND ORDERLY special ProWehn Rama AT ALL TIMES WHILE CONSTRUCTION IS IN PROCFESS.ACCESS STREETS TO THE PROJECT 22 Dams'iNor Wo.t NIA 1 LS SITE E ALL BE KEPT CLEAN OF MUD,DEBRIS,PAPER AND'HASTE MATERIAL AT ALL TIMES. 24 Opal Stoller FL'A 1 LS '2 THE ADJUSTMENT OF EXISTING UTi.ITV APPURTENANCES TO FINAL GRADE IS CDNSIOFRF.O Add All.N0.1 Play Equipment Installatial NIA 1 LS INCOEN7AL TO THE SITE YYCAIK. — Add AIL Nc3 Additlanal 1'Sidewalk Width NIA 1 LB '3. THE CONTRACTOR SMALL BE RESPONSIBLE FOR INSTALLING AND MAINTAINING ANY EROSION CONTROL MEASURES ON SITE AT THE TINE or CONSTRUCTION AND AC NECESSARY DURING CONSTRUCTION CONTRACTOR SHALL ALSO BE RESPON$,BLE FOF MMNTAINING ANY EXISTING EROSS'ON CONTROL MEASURES ON Sr E A-THE TIME OF v C(1NS-RIM CT ON GRADING AND Sill EROSKIN CONTROL COOP RFOUIRFLRNTS SHA.I FF. MET BY CONTRACTOR /� •4. CONTRACTOR TO VERIFY ALL UTILITY CROSSINGS ANC MAONTAN MINIMUM Is•'/ERT CAL V .4. AND IC HORIZONTAL CLEARANCE BETWEEN UTLITIES.CONTRACTOR TO COORDNATC II UTILITY ROUTING TO BUILDING AND VERIFY CONNECTION LOCATIONS AND INVERTS PRICE .- TO CONSTRUCTION Z '^ 'S L:ON'KAC1 OR SHALL WADY'TE EM"OHARY EFSLING AND GA FS MIRING CX NSIRUCTK,N W TO SECURE THE SITE COORDINATE WITH OWNER AND CITY OF'OWE CITY FOR LOCATION CLu AND ADJUST AS NECESSARY DUPING CONSTRUCTION. ADJUSTMENTS DURING L CONSTRUCTON AIRE INCIDENTS.,TO TH'S RD ITEM. W •6. CONTRACTOR SHALL PROVIDE'SICEWALK CLOSED'SIGNIAGE AS REQUIRED BY THE CITY OF > IOWA are AND FRO_ECT PANS O '7. DO NOT SICRE MATERUtS OR PLACE EQUIPMENT IN STREET OR PUBLIC RIGHT-OF-WAY A/ 1 CONSTRUCT ON STAGING AREA TO BECOORDIMATED WITH THE OWNER Li. C.) L •6. THE CONTRACTOR IS RESPONSIBLE FOR OBTANINO AL PERMITS.U IUTY FEES,AND CO L. ASSOCIATED COSTS AS NEOSSARY FOR CONSTRUCTION z a -M (:(INN HM:I ANC ILI PRO IFCI FXISI NG INttS 0 NEWIIN IU,BNG IXDCIIHt CLAN AND O A SMALL KEEP MATERIALS AND VEHICLES OUT O=THE TREE DRFLINE L MITS. A/ Cr) I 20 CONTRACTOR ID RESPONSIBLE FOR PROVIDING POSITIVE DRAINAGE FOR MPROATEMCNTS AND NOTIFY ENCINER OF ANY ESL ES PRIOR TO FINAL GRADING PAVING,SEEDINC,ETC. < S 2-. THE OWNER HAS COMPLETED A REOUEST FOR FROPOSA_S PROCESS FCR THE PLAY �/A FOUI"MFNT AND FNl)IIFFRFD WORK =IRFR SURFACING. AN'l HAS %EIECTFO IHF a,_ C EQUIPMENT ANC MANUFACTURER WHICH IS SHOWN IN THESE TANS.THE OWNER WILL s.s. PURCHASE ECLIPLENT AND ENGINEERED'ME FIBER SJRFACING, AND NAVE T W 0LL CEUVERED-O THE SITE.IN E SASE BID.THE CITY IS RESPONSIBLE FOR ASSEMBLINGce p AND INSTALLING THE "-AY COLIPLCNT, ENINEERC)WOOD FIBER SURFACING AND J Z ASSOCIATED WORK AS SHOWN ON PANS IN THE EASE BC, THE CONTRACTOR S -I z LLI RESPONSIBLE FOX THE NSTALLATION OF THE SUBDRA�N AND SUBDRAN BEDDING.THE I— Pi AY FIJ.APMFNI AND S(IHFACN(:MA IFRIA'S HUAI I II-INIIIM I F1 AND APPRO'JFI I H"A CI r CERTIFED PLA"GROLNO INSTALLER. V' CI 2 22 CONSTRUCT ON SITE SAFE-"IS THE SOLE RESPONSIBILTY CF THE CONTRACTOR WHO Z '' CONTROLS ME MEANS,METHODS,AND SEQUENCING Or CONSTRUCTION OPERATIONS 2 TODMEAN THAT-HE EER NO NGINEER CR CITY OF IOWA ES SHALL THE INFORMATION CIT�ISOAA.SSUMING ANYIDED 1INTERPRETEDN BE RESPONSIBL TV C FCR CONSTRUCTION SITE SAFETY OR THE CONTRACTOR'S ACTVTTES. 0 a Cr) UTILIZEDI3. A CONCRETE WASHOUT AREA SHALT BE UTILIZED BY THE CONTRACTOR AND ALL I I SUBCONTRACTORS.CONTRACTCR TO COORDINATE LOCATION CF CONCRETE WASHOUT WITH GIN OF 10VJA CITY GENERAL CONTRACTOR TO BE RESPON213_E FOR MAINTAINING iTHIS FEATURE AND PROPER DISPOSAL UPON COMPLETION OF PROJECT. § S a 1 SNYDER &ASSOCIATES '1 S ..I n„ 121.0234 U' 8 Sheet C101 N m P) O ' CD r U r ; N Li., o5 LEGEND NOTES /UJ JUN 15 I I Jfri r Chan Lnk Fenn o Senitary Ml4- .../ _ FEATURES FOUND 1. FOR CLARITY PURPOSES,SURVEY SPOT ELEVATIONS ARE NOT SHOWN 2_ t Rim 667 99 :/ e a m Sadist Corner ON THIS SURVEY,BUT ARE CONTAINED WITHIN THE DIGITAL CARD FILES. f'h Im.e656 75 24'RCP N cn 1;2•Reber,Cap#11579 ■ (,� �/ JO `p (Unless Otherwise Noted) till ( CL F,i K ROW Marker ■ 2. FOR THE PURPOSE OF THIS SURVEY.STORM SEWER.SANITARY SEWER / hry-858 ip 27'RCP S S7 ROW Mai X AND WATER MAIN LINES ARE ASSUMED TO FOLLOW A STRAIGHT LINE t j- r j Grass, ROW Pdm FROM STRUCTURE TO STRUCTURE. (�!T y l 1( - . Bench Mark S 3. UNDERGROUND PIPE MATERIALS AND SIZES ARE BASED UPON VISIBLE 1 O � - --- Wood Timber - ysF$ - Rotted Distance P EVIDENCE VIEWED FROM ACCESS MANHOLES/STRUCTURES,DUE TO / Edf#g w i Measured Bearing 8 Distance M THE CONFIGURATION AND/OR CONSTRUCTION OF THE STRUCTURE,r Playground Area • '� V Renamed As R MAY BE DIFFICULT TO ACCURATELY DETERMINE THE PIPE MATERIAL ......... PAOLO r Deed Distance D AND/OR SIZE.THE SURVEYOR WILL USE THEIR JUDGMENT AND Calculated Distance C EXPERIENCE TO ATTEMPT TO DETERMINE.BUT COMPLETE ACCURACY (` a Fa Minimum Protection SIevabon WIPE " 'IT ( j H CANNOT BE GUARANTEED. Centerline - it Weed Tonne• j ( O . — 1, Section 4. BOUNDARY LINES SHOWN ON THE EXISTING SITE SURVEY ARE FROM v ;„ 1;4 1/d Section Lirle THE JOHNSON COUNTY GIS PARCEL DATA AND ARE TO FACILITATE Edging >- 0 o 04 114enl Lion DESIGN OR CONCEPT NEEDS AND ENABLE CREATION OF SAID tl ^f'1• CONSTRUCTION DOCUMENTS.THESE LINES DO NOT CONSTITUTE A Playground Area -- ' Z m T FEATURES EXISTING CERTIFIED BOUNDARY SURVEY AND MISSING MONUMENTS WILL NOT BE 0 1 Mukfi Gass '(.. -4-. D i'�6 p, Spol Elevation j= •a. Q n Contour Elevation FFFT Sanitary MH " - - ./Topof eel Bark u Fence(Baked,Field.Hog) RIm=66 35 ) ✓Ee of eter Z w i Fence(Chain Link) ,..-. _. Inv.=658 5Z^24'RCP N (r S . y L C 0 ,O Fence(Wood) J_.. __ Im.e658 S2,j!d`RCP S, .- : - -/ U) is -IT- Fence(sin' v-.- _-. Z CONTROL POINTS ;.-see w y MH q Tree Line - ... ' I. Rim-669.02 = eTI Tree Stump ,)-_^� Inv=66T..03 IT ACE N / 0 IOWA REGIONAL COORDINATE SYSTEM ZONE 10(CEDAR RAPIDS) ' Ormuors Tree a Shrub ?' NAD83(20119EPOCH 2010.00)IARTN DERIVED-US SURVEY FEET _ Inv=ss1.97 B'VCP S ^ f; Coniferous Tree V Shrub ,(.:..‘,II 1 1- DP70 N=7937566.15 E=20541226.41 2=670.42 _..... ......... r CUT'X'ON BACK OF CURB(AS SHOWN ON SURVEY) I C.)Communication ......._ct.;_._.. ......... ., Overhead Communication nc(•) 71QP11 CUT IT (AS SHW ON U Wire Fence �f"'S a Fiber Optic _._.FN.;...__.._._.. CUT'XI ON INTAKE(AS SHOWN ON SURVEY) �r a I Underground Electric ...__.Et•:_._..._.._ i Y Overhead Electric .......CEQ:.._......._. CP12 N.7937488 90 E=20541519 44 Ze670.33 O— Gas Man web Size ....__C,.'_— ____ CUT'X ON RACK OF CURB(AS SHOWN ON SURVEY) ` r- HghPressureGasManwenSon•- nFLX'I___ -- - Water Maln with Size _.._..-N..;..._.___.. Sanitary Sewer wth SW ....-. Dad Bank OF SURVEY Test Hde Location For SUE V ID DATE.IL' , ` (')Denotes the survey quaky service level for Mates MARCH 24,2021 - Sanitary Manhole 0 • �YPaMK1 - Storm Sewer with Siva ... Fdrldt ? - - �kr Storm Manhole 0 •. I - •Gress - Q" Single Store Sewer Intake t n, ...... Wire Fence V . Double Storm Sewer Intake .... - - ♦� Fire Hydrant = —_.. WoodTimller A? y� Fire Hydrant on Budding - Water Main Valve Egg I l ' Water Service Valve H �Q Wee Z Utility Pole :OP_ Guy Anchor Ulglty Pole with Light C )' W Utility Pole with Transformer _-t� Street Light .a )<°,et° Y W l Ylard Light x 7 UTILITY CONTACT INFORMATION ;;-` '' ,g` _ ." Electric Transformer 61 UTILITY CONTACT FOR MAPPING INFORMATION SHOWN AS RECEIVED FROM . 0 Tram Sign THE IOWA ONE CALL DESIGN REQUEST SYSTEM,TICKET NUMBER 552101450. ? v+ Communication Pedestal ID Grass fV 1 Communication Manhole ;C•% LL V Communication Hendheie CO W (/' a Fiber Optic Manhole 63 MIDAMER-GAS CD 4 Fiber Optic Handhole .�I Contact Name:Carson HempNll C i Gas Valve a Contact Phone.3,91414461 Z .... r> c Contact Email:ahemphig@sddarnedpn.com W .__ ,- S Gas Manhole () 7 V/ Gas Apparatus E2 Q , W Fence Posl or Guard Post • CENTURYUNK N /, --- i R Contact Name:SADIE NULL Perk Sa > Underground Storage Tank Z WN lei Contact Phone:edieho0747 �. Iris Above Ground Storage Tank '." O a Conrad Email"sedk Mi®lumen.mm fn Grassi -i CC d SO MailboxSatellite Dish r CITY OF IOWA CITY Q r �, a Ma Ibox • Senimry MH I kkx Hand Contact Name:Jude Moss a I �. y Senn R r.669.52 E W = Im9abon Control Valve , Contact Phone:3193666163 Im.7n55.96 24'RCP N 1 W t Contact Email:judo-moss�iovacty.org _ !f —J I♦"/�' Ce a IM(NJ COMMUNICATK)NS,LLC _ 4" A W A UTILITY QUALITY SERVICE LEVELS Contact Name EngneenngGrorq P,� -- Spoils:: -- -- ---- COMacI Phone-3'92007740 Stone Make ��'� R QUALITY LEVELS OF UTIUTIES ARE SHOWN IN THE PARENTHESES WITH THE UTILITY Canted Email:englneennggkeen net Rtm'688.69 �.,' Cy ACC CI Z Ci TYPE AND WHEN APPLICABLE,SIZE.THE QUALITY LEVELS ARE BASED ON THE Cl/ E JEFFERSON STREET Ft.=665.a1 I)VCPN Z — ASCE 38-02 STANDARD. MIDAMER-ELEC QUALITY LEVEL(DU INFORMATION IS DERIVED FROM EXISTING UTILITY RECORDS OR Contact Name I JASON WARREN a ORAL RECOLLECTIONS. Contrtl Phone'.3193414425 ' \ g QUALITY LEVEL IC)INFORMATION IS OBTAINED BY SURVEYING AND PLOTTING Contact Emel:jAY•�.ean X 6 VISIBLE ABOVE-GROUND UTILITY FEATURES AND USING PROFESSIONAL JUDGMENT :'' Ill \ i Cl)V 5 IN CORRELATING THIS INFORMATION WITH MEDIACOM IOWA CITY - _ 04 5 QUALITY D INFORMATION. Contact Name:Cad Norton I ���--�_, FNp y B QUALITY LEVEL(Bi NFORMAT ON IS OBTAINED THROUGH THE APPLICATION OF Contact Phone;3195946201 `� �F j APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE THE EXISTENCE Contact Email:arpnonanwdienomuc.wrn 'TOAD fli. AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. QUALITY LEVEL(Al.5 HORIZONTAL AND VERTICAL POSITION OF UNDERGROUND UTILITIES OBTAINED BY ACTUAL EXPOSURE OR VERIFICATION OF PREVIOUSLY `7REP2 EXPOSED SUBSURFACE UTILITIES.AS WF1L AS THE TYPE,SIZE.CONDITION, MATERIAL AND OTHER CHARACTERISTICS ' e� 9 UTILITY WARNING @ I OWA ••i ONE CALL SNYDER THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY • INFORMATION AND/OR RECORDS OBTAINED.THE SURVEYOR MAKES NO &ASSOCIATES S GUARANTEE THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN 1-800-292-8989 M COMPRISE AU.SUCH ITEMS IN THE AREA EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES OR `s'r'A'"bw'aa^•catl'oom "_� SUBSURFACE FEATURES SHOWN ARE IN THE EXACT LOCATION INDICATED Pro,en No. 121.0239.01 N EXCEPT WHERE NOTED AS QUALITY LEVEL A. 1 Sheet C102 / `\\\ ?�, C o/ 11,4 / // / �( III ~� } 7 _.... \ 1m s pr / / / ., 4 / / '► 4 O ii 14 ��/', / / / Ok , ..., / / 1 r "1'., a K \/ /'// / A , 6 V / r.\ la, \ \ l'-\I\ na}6\� OT ;'� rv'• \. 1 % 1 , I /v ` �:� V Ali . \ i'..,,i \ , \ , \ IA 1 ,14.i , / \ SS \ / y \ g \ r�` / a \ \ y...,,,, ,., , • CI -'c' \ ' \ \ -, :.,0 9y \ \ - / '4. op .y, A \ \ /� / vai0 'it�...,4 \ \ r`. \ •``�y�..... / •4,111114 \ \ 5 \ > \ \ \ l/ \ . , \ \ \ / \ •ram\ , \ \\ � i' / \ .\ i ) / \N '3,‘) rli CNV-230.* ' ' \ . \1. - l/if \ \ •-, '..,. -'-'-... -- \ ., , -I Y s-i 1 l] IY.R `vim, I/ \ J b �\ 1 \® `J \ / 0 Y / r. o \ ='ti / �/ \ r Hr _---- N \ 1\ / N - \\ -- \ i tp oa> opms.gg \ / I,1 yy /r9a aa�,r, =y aa%ii pxXN X�XXZ� \ If. gggc6 OOiS_il \\ gg 77 yyyy jr/ Ei<m O%Z`n cigli0 \ / iZp W u yO 1 R , -, m x, . \ / ''...::t.".C) CZ: C� ig 1 it i > ti 6 R 6 , Gs \ / <7)-.< _ 0 — —i C'? ( l 40 ' 7 -,r--- i 6.x-' nc C7 F. o r> _ 3 w z 3 O g I, 2 �f 44111. m .1 yZ GLENDALE PARKIMPROVEMENTS R 9 N A1ARk: RCVI]ON OAT= U� o'' DEMOLITION PLAN IOWA CITY,JOHNSON COUNTY,IOWA n ; v 4 Ergrom:_- Ctncted Sy DMA Sub:11- D IecnNdan:HAS Dab:O5/26/2021 T43-6:TTN-ROW-D: SNYDER & ASSOCIATESINC. 310E PRENT99TREET h -f W C N� I N)'A'AI:IIY,1(1'A'Ati%%411 Nromar,G121 U39.01 SheetC103 310 350 75T01 NW W.BOpder-eeso0idte6.CAT 3 o / \\\ a , 4 N 9 CO 1,-- / / u, N=r93,anse•� \\ 4 \ ?I'‘ 2 _ \ 1 - • / / CENTER OF CIRCLE I \\\ iO ' OA 15 W,1137874.40, \ jy 1% C�28511 .57 \ / / "J=791i 5d0.95 'A4 � �X c L {. Ee2riif AeA81. e. % ,h \'.. \ ` t s t ,V \\ \( ICr_YFER OF COLUMNS Q I _,off` �. \\ !P / \ l/` / N=79379P85 '\- ,Ar C'YTBt OF Cljt9l� \ z / E-20041542B9 1' N=9379BB.B0 ,\ \ / N-T937913.14� \E4206,11513.42 : / '\. ` . -� \ \ � ` . / \\ \ � CO_UN \ i 4e, - \ \ \ \ cd• w / / 'N.,.\ Na78J338 / E=46154S5E _ i,..,1\,\'' \ C \ E./05414199T 1 \ Q / Z m\ / U 5w793793343J i v < \ !" /\ Cr 5 il \\ \ \ / f\ •I,/ / % \ / / OAS _ \\ \ " \_ -/ ,\ / \� � / ` . Nary37BT5.07 C..)E=205415?BSB YN :', \ • qA 1'\ ' � / /r\\ i / O \ \ A \ / \ /v / -.N.. \\\ \\\� _ p� \ f�f „f'.0/ 1A LEGEND \\\\. 7 �/ ,� Y �` I FORTLAND CEMENT CONCRETE(E'CCI — 1 \\ j / , / s `\ // \\\\�\ - / %j`/ ��� T ` CNGf�RCD MOOD FIBER SURFACING • r / / / Ea20aA1J12.39 \\\ �/ PPO'ECi E)<ISTNG fR=Ej /! '�/ylay V ` //7 — LIJ \\�\\ ; // ./ \ A ITEMS SHOWN TO DC REMOVED ON DEMOLITION PLAN IUVC BC=N RCFAONLC FROM TUG PLAN FOR \\�\ / / r/ "1 / ............. CLARI-T OF PROPOSED WPRO'JENENTS, \\\ \\ / // -�1 • J/( \\ SITE LAYOUTITS.PROVSTRIIDE THE�CTIONNOTES /O/ r�� \ / \4( �• !• A B.IFPTH PCc LLB Z r/ 8 \ / I/// / ,-mot / B. 8'A'.X 18'D.PCC PLAYGROUND EDGER a Q s �\ / / / / �yY 2. PLAYGROUND ANC PLAY EQUIPMENT,PROVIDE THE FOU.OVVI O: J O y \\\/ / // -r A. MY EQUIPMENT.CLIMBER.(MANUFACTURER:GAMETIMC.MODEL F11V21C3 IT.LL MOON WI BASICAL. 2 f- /` COLOR:EAR-H TONES 95 5CTED BY OWNER).CONTRACTOR TO TO INSTALL SUBOR4N AO SUBDRA N Z 8 �\ / ! , ,/ \ / BEDDING 7TY TO PURC-IASE AND INSTALL>�1Y EQUPMENT MC FOOTINGS,AS NECESSARY,AND V CO b• \ ENGINEERED VV000 FIBER SURFACING,Sff DETALS.ADD ALTERNATE IS FOR CONTRACTOR TO INSTALL i O \ fY' \ NAY L{]U541ENI IWU FOOTINGS.ANO ENGhEEHEO WOO:J FIBcK SDRFAC N[i //��LL// \ Li.\ EX.PARK SIGN \ \ / �. B. PLAY EQUIPMENT:SWING SET.'MAN.FACTURER.GNAT ME.MODEL.AiOFED SWING FRAME WRF:(2) CO \ / / / �' BELT It)TOT,AND(I)GENERATION SWINGS.CDLCR EARTH TONES SELECTED BY OWNER.). Q z I \ / A, 4f • / - CONTRACTOR TO SLBDRAN AND SJEDRAIN BEDDING.CITY TO PURCHASE AND INSTALL SWINGS SET /^� ( \\ AND FOOTINGS AS NECESSARY AND ENCINEERED WCOD FIBER SURFACING.`SEE DETALS ORIENT 1.1� W w / / / SWINGS TO FACE 71IEE)(COORDINATE ORIENTATION'WITH ENGINEER AND OWNER. C a ``'rJ \\\ 7��3.20\ / / / 3 R(II(.IMIaS.PR(WCF TN)'FT/ROWING. C ��'\ / . ! A 24'X24.COVERWOR2 SQUARE SHE'_TER WITH CU>C LA AND V/000 PANEL CEILING:CENTERED IN PCC �. IM-AM!SM ,f//"` / / SLAB.SEE DETALS < W \ E=20541358.23 \ c\ /i / _ / 4. CREEK ACCESS ILISROVEMENTS PROVIDE THE FOLLOWING Q �. St N4f037507.'2 �' NF N=T9FMWS 3SJ A CREEK ACCESS WITN L MESTONE STEPS AVD BLOCKS PROVIDE Y TH17[LIMESTONE;FLAGSTONE ca _ (°"�'a,14 Ea21Y5413L19.73, E EA/0S4113N3.18 / IRREGUAR SHAPE,M NIMLM SZE/8',18'i0UANTITY FIFTEEN)WHERE SHOWN WITH GRASS FRILL Z s F 4,LP - A / pINIV111F(:J.AN'IIIY(KTWFNTY91)))S)!a'(x7HS,HHRFGIIARSHAPFI',MFSrowRIOCKAI W O 1 S J, ., , 11 / EMBANKMENT WHERE SHOWN. Ll>, _! S 'V------tr t� �: / UTUTIE3 PROVIDE THE FOLLOWING. /� Q i \\\ �l \ '•793'581.05 / / A SLEDT(AIV SCE C3CG V V/ 3 \-\ DEGNNING OF SCCWALK TO PLAYO. LINO • -. E (i414I6.66 / /`\ E. PROVIDE TEMPORARY FENCING WITH GATES TO ALLOW FOP,xNSTRUCTICN.COORDINA-E LOCATION WIT).\\\\ E 46 937536.61 ``E 7799J 1 63 / \\\\ OWNER AND ADJUST LOCATION AS NECESSARY(SPINS CONSTRUCTION , 1 YA G �, SNYDER &ASSOCIATES n m liMm11� A P.1,,,N., 121.0239 U' i Sheet C200 ..,u.me„C.,0,ums'inarseMt,.y,a:na,a.arnr enw+a 6 10,16 COM,MS(RAN.hlibtl.♦N,14.x+rw ausn a x ear Z.CO MO..) / \ s 04140 / \ ( 1 / si .347 / / - y.. ' / 1P Of -- / / / / s p. \N��� // ; \ AO � • m `` \ \ . ' \ , , \ ', �l / / ---•.\ — `‘ \ fi Vf , ,11�` b \ \ \ , \ , A l `� / // \,\ y \ .-N , \ . ___, /1/ \ / , 44<-` sr), \ '- \ co i. 3 �C •rIKR• 1 N / w� — '� p / N+'tiF V \ \ J\ ♦e / \ . __ --\ \ 1 . I 69- l \\\ \ \ \ I\ \ y Q@Q@ { y \ / t% n m >�fi ^mpo pnI \\ / O7rAii ,Ori Om<i< m< 3an0 F_ _ p m i 3 L y L R i `l g O \ ''-""n.0 2R \ r m,-•3 2 r =91 =a'gz i ! Oil M o 9 !!K !. // ":.../ g A ; 8 a Co F� sr -'0M8 1 "� w ism �P —.� m S1t N h trig r og oz= rfl L1� ... m u O� ti O g.5 T,O c .yyD D J. p m ..F, i Y gip# _ . S2 < 1 4 4J ! frill wm will a+`Z n U Cs 1 O P. + a a " u Cif 3 �N GLENDALE PARK IMPROVEMENTS >Z o GRADING & EROSION CONTROL PLAN IOWA CITY,JOHNSON COUNTY,IOWA MURK RCVIS ON DAT: ST ^ A.' A v 1111 Eng Moor._.- CI:¢ted y DPM Scale:I'- W ^ -1 5C06 BO\VL:NO STREET S W IecoMel•n:N1S Dete:OS/26/2021 Tdb:.TM•RRWEG y S N Y D E R & ASSOCIATES , I N C. CI-OAR04o Rawly IOWA!OCRYro,9CINml21.I •01 Sheet C300 3fo 36203W Nviwsnyder-associates.com o �� ���� �/�i COVERWORX RECREATIONAL a ' t v \\` E17VERWOI 'f ARCHITECTURE �r L �/ \� 'D 11800 EAST NINE MILE ROAD ,, Tn \\ Hec-eational Architecture WARREN,MI 48089 / ' (4- \I TOLL FREE:1-800-657-6118 o // I x„An_ ir. . I PH :: ( I PHONE:(586)486-1088 �i j/- I� �� �. � _ FAX (586)754-9130 2 o , o _ J1 f�__ji j lb ariaNU REFERENCE www,coverworx.com ' Z' P NOTES: �. ��_^.--� / _ I. INSTALLATION TO SE COMPLETED N AxORDANCE _ COL0R9 WI IF WW1 FACTURFRN VPFCFICAT PUNS / 1 7COF CHAMMONE 2. ALL ONENSICNS ARE CONSIDERED TRUE A`43 ♦ 1 dp METAWC H 1 REFLECT WWLFACTURERS SPECIFICATIONS. .• i .THY / �i 2. -RANE-.ASH GREY 3 DO NOT 3CA-E DRAWING. , 1 MUMS.PRESTAAEO AND4 CONTRACTOR'S S :roll'RCDUC'AND COMPANY Q E // SEALED YOOD PANELS INFORMATION VISIT"ew.CADOoo In.00rrin/P QI / O ITUBULAR STEEL UI /,'' (04.• 41* ..*el � �'�� IP JOIST(TIT) IMIaR III lYAYOTYJ I i /• \I STFR.COMPRE/7 I-i---Al SSION RN[: 1- 1,410/ < �� it /����� y� � CONCRETE=OCTING—�� Li / r 4.. \ TUBULAR STEII. ,.i . / /7 +4_I. ............_ ______. _.____. COLUMN / `� AVCT ONCINTO _ III, CONCRETE IFOOTING;TiP) . /1 ._I.-_ ......_...__. KI k C.) ® FRAMING PLAN FOOTING PLAN Z . I 0 L /7I SHELTER ~ Cl) /`C400 NOT TO SCALE W ,� JOINTING PLAN ENLARGEMENT �' W � �— r-lo W I — o Q Ce V a Co E Cl) co 1 a 9 aots J Ce Q W Z -' 0 a W Q 2 —J w t 0 0 Cr) Y f, 4 S i 1 SNYDER i &ASSOCIATES 'c P.nI„I I., 121.0234 0' Sheet C400 C cr' 7 . / t...-.. L.) N... • J_ " " � I " 1� 1 ,�PNrsW�os \� G o-. '> ., >. � � s CREEK ACCESS VIA LIMESTONE BLOCK - I � \ \\,, \c,..,, .. , , < I II (ILLUSTRATING LIMESTONE BLOCK / T►�fq /1- PLACEMENT) // /1 /////::::d <� ; r ` CC44011 j NOT TO SCALE w _ j1 11 0 Vi ''' / /' ODz < m,' • :> II 7,/' aE aIa vur J/ fiEN-.airmen \\ p N-T93"940.95 \ , —CENTER OF FOU ZING '{ ' E-2C541587.81 N=T53T901.33 \ E i0St1582.8L >' ... .. .• , - l fir ` �` / a CREEK ACCESS VIA LIMESTONE BLOCK I "- '+°',.. `` y `� •%1, �1k / / (ILLUSTRATING LIMESTONE BLOCK \� T � ,� ; PLACEMENT) t 41!pa�0:` / ii \ �� V \ i ` � ., fin 4',` / L.6'WIDE FCC EGGER.SEE DETAILS G101 NOT TO SCALE yL " I / ; a..,Fw �F� 1 i �/ d / / v/ // UJ CO A-IGN STRUCTURE AS SHOWA / , �� / �\ PERPENCICULAR W TH SHELTER \ /// UJ �., ,\ ,K, \'1 /- PLAY STRUCTURE FALL ZONE(TfP) / O Ce Cam) SUBDRAIN(TYP).SEE GRADN RAN ,Qf� r as 3 ' PLAYEQUIPMENT AREA ENLARGEMENT g O FEET 'C401 1"5' co Ce Q ea ENGINEERED A'OOD FIBER.DEPTH PER I NC.NrrRFN W(X)D EIRFK I I-PI R PEN By oa E T.-AY EQUIPMENT,SEEI A' r MANUFACTURERS RECOMMENDAT.ONS.IA NIMUN 15' K16TH VARIES, AREA PLAN / AA ROAR(TY) PLAY EQUPMENT AREA. r MANUFACTJfifFS RExNMENDA710N6 MINIMUM 15'. FINISH GRADE OF PLAYGROLND SURFACE TO MOE-I MARES SEE DIMENSION PLAN i 1'N"'Eix--t FINISH(WADI-OF P AV[a1(111N(1`II.HEACI-1;1 J / BE RUSH 1NTN AC.IACET�T PA'/EMETT .� �\ 'yIt / y `BE FLUSH'AITH ADJACENT PAV�JJENT Q W PCC SIOEVlALY, 1.5%MN SLOPE / / 9'PC..E0G=_4 LAWN;SLOPE VARIES. \\ I 6'PCC EDGER — — LAWN S-OPEVARIES. 1 \\ 1.5%M'N SLOP[ t/ LAWN SLOPE VPRIE6. — -_ f - ,.., /�/ � =fill-19__. s1 / J 0 _.. ... III IIIIII� ISLOPEI I II�IIII` �A4 REBAR(TYP) J �- �I =I 1 I��- III - IIIIl=11�= -11111- _ z r II -, II I ----11I1=1111=_ ;___ 1L -1111 - - _ II iii i^u�i=uui=���� ���, - �� i iii 1111 I IIf 11111 1111�1y .. E 0U' o C/) �>; , \ PERFORATED 8"DUAL Nl.LL HOPE `-^-- PERFORATED 6`DUAL WALL HOPE F SUBDRAIN @ MIN.0.5%SLOPE \ ) \ SUBDRAIN @ MIN.O 5%SLOE. ti PEAG i \ OR APPROVED EQUALRJ__ \\ `T T FAN Rio:NFILI,PEAGRAVFI h / \ OR APPROVED EOUAI. p LNDIDrJF+f]L:D SOIL / \, 12'DEPTH PREPARED U60RAD°COMPACTED IN 2{" \\�1I OE'Ti PREPARED SUBGRADE.COMPACTED IN 2d' S N Y D E R _I(TS'O 95'A STANOATEG PROCTOR JE9EI' MNIMJM UNDISTURBED SOIL [DETAIL EXAGGERATE[TOR CLARITY.] 6'DEPTH MODIFIED SUBBASE JETS TO 90%3TANMFD PROCTOR DENSIT+'.MINIMUM &ASS 0 C I A T E S v - - I`DETA.L EXAGGERATED''OR CLARITY.I 6'DEPTH MOCIFIEC SUBDASS= 7 CD4 PLAY AREA CROSS SECTION A-A' 6` PLAY AREA CROSS SECTION B-B' „I,.11,� 121.0239W ! C401 NTS — .A01 NTS Sheet C401 Prepared by:Ethan Yoder,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-5145 Resolution No. 21-170 Resolution setting a public hearing on July 6, 2021 on project manual and estimate of cost for the construction of the Glendale Park Improvements Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Glendale Park Improvements account # R4366. 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 6th day of July, 2021, at 6:00 p.m. in the Assembly Room at The Center, 28 S Linn Street, 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. If City Council does not meet in person 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. 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 15th day of June , 2021 May Approved by Attest: Z City Clerk City Attor ey's Office (Sara Greenwood Hektoen -06/08/2021) It was moved by Salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner e is PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY CLERK CITY OF IOWA CITY tCPD 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: 0004785530 6/21/21 06/21/2021 $50.15 Copy of Advertisement Exhibit "A" Subscribed and sworn to before me by said affiant this 21 day of June, 2021 461a. Notary Public Commission expires KATHLEEN ALLEN Notary Public State of Wisconsin NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING - - - - ON PROJECT MANUAL AND ESTIMATED COST FOR THE GLENDALE PARK THERC CITY IMPROVEMENTS PROJECT 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 Monual, including the plans, specifications, contract, and estimated cost for the construction of the Glendale Park Improvements in said city at 7:00 p.m. on the 3rd day of July, 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 www`cgov.org/councildocs seeng, Of telephone the City Clerk at (319) 356-5043. This project includes a Base Bid consisting of construction of Glendale Park Improvements and shall include, but not limited to, demolition of existing play areas and proposed improvements of grading, pavements shelter, seeding and associated work. Add Alternate No.1 includes the additional cost for Contractor to install play equipment and play surfacing as shown on plans. Add Alternate No. 2 includes the additional Cost for widening the sidewalk from 5'to 6'width. Said Project Monual 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 kel l ie-f ruehlingOiowa-city.org. 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 lowo and as provided by law. Kellie K.Fruehling,City Clerk l • Prepared by:Ethan Yoder,Engineering Division,410 E.Washington St.,Iowa City,IA 52240,(319)356-3156 Resolution No. 21-194 Resolution approving project manual and estimate of cost for the construction of the Glendale Park Improvements Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the project manual and estimate of cost for the above- named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Glendale Park Improvements account # R4366. 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 21st day of July, 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 Assembly Room at The Center, 28 S Linn Street, Iowa City, Iowa, at 6:00 p.m. on the 27th of July, 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. If City Council does not meet in person 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. Resolution No. 21-194 Page 2 Passed and approved this 6th day of July , 2021. l May Approved by Attest: City lerk City Att ney's Office (Sue Dulek—06/30/2021) It was moved by Salih and seconded by Mims the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor Teague x Thomas x Weiner � of IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Glendale Park Improvements Classified ID: 133269 A printed copy of which is attached and made part of this certificate, provided on 07/07/2021 to be posted on the Iowa League of Cities' internet site on the following date: July 8 , 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 7/7/2021 AV :76-tr Alan Kemp, Executive Director 0200 INSTRUCTIONS TO BIDDERS GLENDALE PARK IMPROVEMENTS PROJECT 1. Optional Pre-Bid Meeting: a. Meeting to be held July 14, 2021 at 2:00 p.m. at the Engineering Conference Room in City Hall located at 410 E. Washington Street, Iowa City, Iowa. b. 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: July 21, 2021, 3:00 p.m. City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal c. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 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: ***********.legis.iowa.qov/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. Glendale Park Improvements Project 0200— Page 8 of 3 5. Progress and Schedule: a. Contract Times: Specified Start Date: August 9, 2021 Substantial Completion Date: October 31, 2021 Final Completion Date: November 12, 2021 Liquidated Damages: $500.00 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 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. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of Five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 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. Glendale Park Improvements Project 0200 — Page 9 of 3 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Glendale Park Improvements Project 0200— Page 10 of 3 • • Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, July 8, 2021 9:33 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 07.08.21 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-Glendale Park Improvements Iowa City- Petsel Place Storm Sewer Improvements Iowa City-2021 Summer Sidewalks Repair 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): July 8, 2021 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. CLt L( July 8, 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@MBl.Build (w) https://MBI.Build 1 DAILY NOTICE TO BIDDERS construction C� update 0200 INSTRUCTIONS TO BIDDERS GLENDALE PARK IMPROVEMENTS PROJECT 1. Optional Pre-Bid Meeting: a. Meeting to be held July 14, 2021 at 2:00 p.m. at the Engineering Conference Room in City Hall located at 410 E. Washington Street, Iowa City, Iowa. b. 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: July 21, 2021, 3:00 p.m. City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal c. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 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://www.legis.iowa.Qov/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. Glendale Park Improvements Project 0200—Page 8 of 3 5. Progress and Schedule: a. Contract Times: Specified Start Date: August 9, 2021 Substantial Completion Date: October 31, 2021 Final Completion Date: November 12, 2021 Liquidated Damages: $500.00 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 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. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of Five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. c. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 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. Glendale Park Improvements Project 0200— Page 9 of 3 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Glendale Park Improvements Project 0200— Page 10 of 3 s Prepared by:Ethan Yoder,Engineering Division,410 E.Washington St.,Iowa City,IA 52240(319)356-5145 Resolution No. 21-205 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Glendale Park Improvements Project Whereas, McComas-Lacina Construction LC of Iowa City, Iowa has submitted the lowest responsible bid of$178,000.00 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternate#2; and Whereas, funds for this project are available in the Glendale Park Improvements account # R4366; 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 for the base bid plus #2 is hereby awarded to McComas-Lacina Construction LC, 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 the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 27th day of July , 2021 Mays Approved by Attest: L City lerk City Att ney's Office-07/22/2021 It was moved by Taylor and seconded by Salih the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner I I CITY OF IOWA CITY 410 East Washington Street Iowa City,Iowa 52240- 1826 (319)356- 5000 (319) 356- 5009 FAX www.icgov.org ENGINEER'S REPORT August 25, 2022 Re: Glendale Park Improvements Project Dear City Clerk: I hereby certify that the Glendale Park Improvements Project has been completed by McComas- Lacina Construction LC of Iowa City, Iowa, in substantial accordance with the plans and specifications prepared by Snyder and Associates, Inc. The project was bid as a unit price contract and the final contract price is $178,000.00. There were no change or extra work orders for the project. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer Bond Number: CMB9282803 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND GLENDALE PARK IMPROVEMENTS PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, McComas-Lacina Construction, L.C. as Principal (hereinafter the "Contractor" or "Principal") and Fidelity and Deposit Company of Maryland , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of One Hundred Seventy Eight Thousand and No/100 dollars ($ 178,000.00 ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the I`l `' day of AuqA.s+ '1.v21 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Base Bid: Construction of Glendale Park Improvements shall include, but not limited to, demolition of existing play areas and proposed improvements of grading, pavements, shelter, seeding and associated work. Add Alternate No. 1: The additional cost for Contractor to install play equipment and play surfacing as shown on plans. Add Alternate No. 2: The additional cost for widening the sidewalk from 5' to 6' width. 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 Can1ractor 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 Glendale Park Improvements Project 0510 —Page 1 of 4 Bond Number: CMB9282803 employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of one year(s) (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 thaflimits to less than one year(s) (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 Glendale Park Improvements Project 0510—Page 2 of 4 Bond Number: CMB9282803 Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s)or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. .-tea ci r`t Glendale Park Improvements Project 0510—Page's of 4 Bond Number:CMB9282803 PRINCIPAL: McComas-Lacina Construction, L.C. SURETY: j`W� Fidelity and Deposit Company of Maryland P -+e of Contactor Officer Surety Company Name By By ( l/ ✓./.. Signature ontractor Officer Sign Lure of Attorney-in-Fact Officer Vice President Joseph I.Schmit Title of Contractor Officer Printed Name of Attorney-in-Fact Officer LMC Insurance&Risk Management Company Name of Attorney-in-Fact 4200 University Ave.,Ste.200 Company Address of Attorney-in-Fact West Des Moines, Iowa 50266 City, State, Zip Code of Attorney-in-Fact (515)244-0166 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. r,.,r C.r"1 — 0 : t �,o . r Glendale Park Improvements Project 0510—Page 4 of 4 • Bond Number: CMB9282803 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint,Nancy D. BALTUTAT,Patrick K. DUFF, Jeffrey R. BAKER, Greg T. LAMAIR,Jill SHAFFER, Joseph I.SCHMIT and Christopher R. SEBERLING, all of West Des Moines, Iowa, EACH, its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 5th day of March,A.D.2019. }'0 J°quo;r� c)31". 1ltb ^l tii wr .sh 00 hit.wM 1ST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 5th day of March, A.D.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the saidprporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation4Z-4 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. e 4.h.4:44,‘ of ntDr1Y`•� (�,yy�f it, IA •ifiie /� Cf iv. ..., yptrt~'.�'a Constance A.Dunn,Notary Public At�;i••i{iia``; My Commission Expires:July 9,201 a+nur, !7 • Bond Number: CMB9282803 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of _r71 : i: b Michael C.Fay,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 `'/a ;mot www.reportsfclaims(cizurichna.com 800-626-4577 Co '11 'r, Prepared by: Ethan Yoder Engineering Division,Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5145 Resolution No. 22-220 Resolution accepting the work for the Glendale Park Improvements Project Whereas, the Engineering Division has recommended that the work for construction of the Glendale Park Improvements Project, as included in a contract between the City of Iowa City and McComas-Lacina Construction LC of Iowa City, IA, dated August 17, 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 Glendale Park Improvements account#R4366; and Whereas, the final contract price is $178,000.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 6th day of septPmher , 2022 ( ...Q.-1)'S/t/t Approved by Attest: 11 1; 4 City lerk City Attorney' Office (Sara Greenwood Hektoen — 08/26/2022) It was moved by Taylor and seconded by Weiner 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 x Weiner I kiZrtartilit,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 February 14, 2022 City Council Iowa City, Iowa Re: Fuel Facility DEF System Project Dear City Council: I hereby certify that the Fuel Facility DEF System Project has been completed by All American Concrete, Inc. of West Liberty, Iowa in substantial accordance with the plans and specifications prepared by Shive-Hattery, Inc. of Iowa City, Iowa. The project was bid as a lump sum contract and the final contract price is $71,900. There were no change or extra work orders for the project. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer • 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND FUEL FACILITY DEF SYSTEM PROJECT CITY OF IOWA CITY Bond Number SY99767 KNOW ALL BY THESE PRESENTS: That we, All AmPrican CnncrPtP Inc , as Principal (hereinafter the "Contractor" or "Principal") and IMT Insurance Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Seventy One Thousand Nine Hundred Dollars 8 00/100 dollars ($ 71,90000 ), 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 27th day of August 2021 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Diesel Exhaust Fluid (DEF)dispenser, FuelMaster pedestal and related appurtenances at the City of Iowa City Fuel Facility located at 520 McCollister Blvd. at the south end of the Public Work Facility. 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 Fuel Facility DEF System 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 two year(s) (2)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 two year(s) (2) 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. Fuel Facility DEF System 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. Fuel Facility DEF System Project 0510— Page 3 of 4 • • PRINCIPAL:AD American Concrete Inc SURETY: JO a( v I ryl 0 IMT Insurance Company Printed Name of Contractor Officer Surety Company Name By a(,t. By gnature of Contractor Officer , ignature of A ey-in- act Officer v i c,c I YeS t Jill Shaffer Title of Contractor Officer Printed Name of Attorney-in-Fact Officer LMC Insurance&Risk Management Company Name of Attorney-in-Fact 4200 University Avenue#200 Company Address of Attorney-in-Fact West Des Moines,IA 50266 City, State, Zip Code of Attorney-in-Fact 515-244-0166 Telephone Number of Attorney-in-Fact NOTE: 1. These notes will be deleted for the executed copy of the contract documents. 2. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 3. This bond must be sealed with the Surety's raised, embossing seal. 4. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 5. 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. Fuel Facility DEF System Project 0510— Page 4 of 4 IM1> INSURANCE POWER OF ATTORNEY Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of West Des Moines,County of Polk,State of Iowa,hath made,constituted and appointed,and does by these presents make,constitute and appoint Jeffrey R.Baker,Nancy D.Baltutat,Patrick K.Duff,Mark E.Keairnes, Greg T.LaMair,Joseph I.Schmit,Christopher R.Seiberling,and Jill Shaffer of West Des Moines and State of Iowa its true and lawful Attorney-in-Fact,with full power and authority hereby conferred in its name,place and stead,to sign,execute,acknowledge and deliver in its behalf as surety any and all bonds,under- takings,recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: *****Unlimited Amounts***** and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of IMT Insurance Company,and all such acts of said Attomey-in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of IMT Insurance Company on December 18, 1998. ARTICLE VIII,SECTION 4.-The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and to authorize them to execute on behalf of the Company,and attach thereto the Corporate Seal,bonds,undertakings,recognizances,con- tracts of indemnity or other obligatory writings,excluding insurance policies and endorsements. ARTICLE VIII,SECTION 5.-The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power of Attorney authorizing the execution and delivery of any of the instruments described in Article VIII,Section 4 of the By-Laws.Such facsimile signature and seal shall have the same force and effect as though manually affixed. In Witness Whereof,IMT Insurance Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed,this 1st day of October , 2021 n IMT Insurance Company . �C�%r P C►�l i.. T^ • Sean Kennedy,President STATE OF IOWA ss: COUNTY OF Dallas P^K 1 On this 1st day of October , 2021 ,before me appeared Sean Kennedy,to me personally known, who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the foregoing instrument,and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of West Des Moines,Iowa,the day and year first above written. & i 4 TAMI M SODA-GOOD �a / o Commission Number 816649 771. 0. - • 124 My C miss r�Ex_pi►es ,a,,P 4/1,Z 1O. 2., Notary Public,Dallas County,Iowa CERTIFICATE I,Dalene Holland,Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY,executed by said the IMT Insurance Company,which is still in force and effect. In Witness Whereof,I have hereunto set my hand and affixed the Seal of the Company on 1st day of October , 2021 .7. iL-a111-1U2- V. 1 Dalene Holland,Secretary ,..=^ •::`:�.•�^ SY 06 06(Ol/19) /TIT 1 `•'