Loading...
HomeMy WebLinkAbout2023 PARK RENOVATIONS PROJECT2023 PARK RENOVATIONS PROJECT 03-FEB-2023 Plans, Specs, Project Manual, Estimate of cost 07-Feb-2023 Res No. 23-36: Setting a public hearing 13-Feb-2023 Notice of Public Hearing 21-Feb-2023 Res No. 23-50: Approving project manual, estimate of cost, & notice to bidders 23-Feb-2023 Notice to bidders 21-Mar-2023 Res No. 23-73: Awarding Contract 06-Apr-2023 Performance, Payment, and Maintenance Bond 29-Jul-2024 Engineer's Report 06-Aug-2024 Res No. 24-203: Accepting the work 03 February 2023 City Clerk's Office 410 East Washington Street Iowa City, Iowa, 52240 I r I CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 3S6-5000 (319) 356-SO09 FAX www.icgov.org Subject: Opinion of Estimated Construction Cost for the 2023 Park Renovations Project Dear City Clerk, The engineer's opinion of estimated construction cost for the upcoming 2023 Park Renovations Project is $865,000. Sincerely, ,,�� , ` Marri VanDyke Civil Engineer 7 Zil FED,`v i ;, 5= j CITY of IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL 2023 PARK RENOVATIONS PROJECT IOWA CITY, IOWA FEBRUARY 3, 2023 0005 CERTIFICATIONS PAGE "71 E'E-P —. I 0 l ,a= 1 I hereby certify that the portion of this technical submission OF Jdescribed below was prepared by me or under my direct S q supervision and responsible charge. I am a duly Licensed CLAY R. 4 Professional Landscape Architect under the Laws of the State of SCHNECKLOTH Iowa. LANDSCAPE 02/03/2023 try ARCHITECT J, No. �? Clay R. SchneckAh, PLA Date 512 ���ql (ANDSCaQ�'�Q License Number 512 Pages or sheets covered by this seal: All License Expires: June 30, 2023 2023 Park Renovations Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 7973 FEB -3 PVi 3= 11 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS PLANS 2023 Park Renovations Project 0010 — Page 1 of 1 t , 0100 4! NOTICE TO BIDDERS 2023 PARK RENOVATIONS PROJECT 7wn F E Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa 64143 00` p�Ys { on the 151" day of March. 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harval Hall at 6:00 P.M. on the 21 st day of March , 2023, or at special meeting called for that purpose. Construction of the 2023 Park Renovations Project shall include: Base Bid: Construction of Kiwanis Park, Hunter's Run Park, and Happy Hollow Park shall include, but not limited to demolition of existing features and proposed improvements of grading, utilities, play equipment installation, sidewalks, seeding, and associated work. Add Alternate No. 1: Construction of Hickory Hill Park shall include, but not limited to demolition of existing features and proposed improvements of grading, utilities, restroom, shelter, sidewalks, seeding, and associated work. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of Five (5) year(s) from and after its completion and formal acceptance by the City Council. 2023 Park Renovations Project 0100 —Page 1 of 2 The following limitations shall apply to this Project:'" 4 Late Start Date: April 3'd, 2023 Substantial Completion Date: September 301h, 2023 Final Completion Date: October 13th, 2023 71173 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 2023 Park Renovations Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING 1n73 FEB _3 PF1 3' 1 1 NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2023 PARK RENOVATIONS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the 2023 Park Renovations in said city at 6:00 p.m. on the 21st day of February, 2023, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes playground replacement and sidewalk and accessibility improvements at Kiwanis, Hunter's Run, and Happy Hollow Parks in Iowa City. The project may also include restroom and shelter improvements at the Conklin Lane entrance to Hickory Hill Park. Said Project Manual and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. 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 2023 Park Renovations Project 0110 — Page 1 of 1 - s 0200 INSTRUCTIONS TO BIDDERS f-cn, _3 Pr ?: 12 2023 PARK RENOVATIONS PROJECT Optional Pre -Bid Meeting: a. Meeting to be held March 1, 2023 at 2:00 p.m. at the Engineering Conference Room in City Hall located at 410 E. Washington Street, Iowa City, Iowa. 2. Bid Submittals: a. Time, Date and Location: March 15, 2023, 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. 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: httas://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 5. Progress and Schedule: a. Contract Times: Late Start Date: April 3rd, 2023 Substantial Completion Date: September 30th, 2023 Final Completion Date: October 13th, 2023 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 2023 Park Renovations Project 0200 — Page 1 of 2 conflicts with planned construction activities and schedule. ii. 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. 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. 12. Contract Documentation: a. The Contractor must demonstrate an active subscription to Doc Express (program by Info Tech, Inc.) is maintained. Doc Express will be used to process documentation, including, but not limited to, contract documents, change orders, shop drawings, certificates, equipment lists, progress payments, and other electronic submittals. b. Record documentation is required on all project in accordance with Section 1090, 1.08.E of the Supplemental Specifications. Liquidated damages will be considered if adequate record documentation is not submitted by the Final Completion date. 2023 Park Renovations Project 0200 — Page 2 of 2 INSERT IN ENVELOPE 2 0400 PROPOSAL r? Fi: t 2023 PARK RENOVATIONS PROJECT CITY OF IOWA CITY; Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , and , and to do all work at the prices set forth herein. The undersigned bidder further proposes to do all "Extra Work" 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. 2023 Park Renovations Project 0400 — Page 1 of 5 INSERT IN ENVELOPE 2 BID ITEM DESCRIPTION EST. UNITS QTY UNIT COST EXTENDED AMOUNT BASE BID Section 2010 — Earthwork, Subgrade, and Subbase 1 Topsoil 2 Excavation, Class 10 LS LS 1 1 $ $ $ $ Section 4040 — Subdrains 3 Subdrain, Dual Wall HDPE, 6" 4 Subdrain Outlet, 6" LF EA 355 1 $ $ $ $ Section 7010 — Portland Cement Concrete Pavement 5 Pavement, PCC, 6" 6 Pavement, PCC, 5" SF SF 2,809 32 $ $ $ $ Section 9010 — Seeding 7 Hydraulic Seeding, Fertilizing and Mulching LS 1 $ $ Section 9040 — Erosion and Sediment Control 8 Filter Sock 9 Filter Sock, Removal LS LS 1 1 $ $ $ $ Section 11,010 — Construction Survey 10 Construction Survey LS 1 $ $ Section 11,020 — Mobilization 11 Mobilization LS 1 $ $ Section 11,050 — Concrete Washout 12 Concrete Washout LS 1 $ $ 2023 Park Renovations Project 0400 — Page 2 of 5 INSERT IN ENVELOPE 2 Special Provision Items 13 Demolition 7"73 FE3 -312 LS 1 14 Site Electrical Service LS 1 15 Play Equipment Installation & Surfacing LS 1 16 Playground PCC Edger LS 1 17 Limestone and Boulders LS 1 18 Fencing LS 1 19 RCP Pipe Tunnel LS 1 TOTAL BASE BID AMOUNT ADD ALTERNATE NO. 1 ADD1 Hickory Hill Park LS 1 $ $ The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. Contractor shall verify quantities prior to submitting the bid. Quantities shown are estimated. 2023 Park Renovations Project 0400 — Page 3 of 5 INSERT IN ENVELOPE 2 The names of those persons, firms, companies or other parties with whom we intend to enter into, a subcontract, together with the type of subcontracted work and approximate dollar amount of "the subcontract, are as follows: w,-n r -n n f'U �; j 2 'A NOTE: All subcontractors are subject to approval by City of Iowa City. 2023 Park Renovations Project 0400 —Page 4 of 5 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship W L— D ❑ Partnership ❑ Corporation `73 - 12 ❑ Limited Liability Company ❑ Joint venture - ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.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. 2023 Park Renovations Project 0400 — Page 5 of 5 INSERT IN ENVELOPE 1 0405-� BIDDER STATUS FORM :. ..f All bidders must submit the following completed form to the governmental body requesting bids per 87 Iowa Administ ative Code ha ter 156. 1,11 ' i- 2")1 i v' To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization t6 Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To 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/yy)y) 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? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: 2023 Park Renovations Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 1 WORKSHEET: AUTHORIZATION TO TRANSACT BUS INESSIZ This worksheet may be used to help complete Part A of the Resident Bidder Status fpp._If atrlgaA one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.' ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 2023 Park Renovations Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 BID BOND FORM 2023 PARK RENOVATIONS PROJECT-, FEB _3 PH 3� 12 CITY OF IOWA CITY as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the 2023 Park Renovations 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. of The Principal and the Surety hereto execute this bid security this , A.D., 20_ Witness Witness A M Principal Su rety (Attorney -in -fact) Attach Power -of -Attorney, if applicable _ day (Seal) (Title) (Seal) 2023 Park Renovations Project 0410 — Page 1 of 1 0500 CONTRACT 7171 FEB -3 PH 3, 12 2023 PARK RENOVATIONS 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 2023 Park Renovations 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. 2023 Park Renovations Project 0500 — Page 1 of 2 3 The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): i? DATED this day of 120 (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 ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST: (Company Official) 2023 Park Renovations Project 0500 — Page 2 of 2 0510 j ILED PERFORMANCE, PAYMENT, AND MAINTENANC,EBB9N h 3.12 2023 PARK RENOVATIONS PROJECT CITY OF IOWA CITY ;,} } ` CLERK CITY, 1- 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: Construction of the 2023 Park Renovations Project shall include: Base Bid: Construction of Kiwanis Park, Hunter's Run Park, and Happy Hollow Park shall include, but not limited to demolition of existing features and proposed improvements of grading, utilities, play equipment installation, sidewalks, seeding, and associated work. Add Alternate No. 1: Construction of Hickory Hill Park shall include, but not limited to demolition of existing features and proposed improvements of grading, utilities, restroom, shelter, sidewalks, seeding, and associated work. 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: 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 2023 Park Renovations Project 0510 —Page 1 of 4 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 five year(s) (5) 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 c• elapsed and the liquidated damage penalty is being charged against the Contractor. X) That no provision of this Bond or of any other contract shall be valid that limits to `y Tess than five year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. That as used herein, the phrase "all outlay and expense" is not to be limited in any cm 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 2023 Park Renovations Project 0510 — Page 2 of 4 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. •n rw+n+v.n Cn 2023 Park Renovations Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney -in -Fact Officer Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. w r.. r� 2023 Park Renovations Project 0510 — Page 4 of 4 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to 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: 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. �-AII contractors, vendors, and consultants must refrain from the use of any signs or -j:lesignations which are sexist in nature, such as those which state "Men Working" or _ "Flagman Ahead," and instead use gender neutral signs. F 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. 2023 Park Renovations Project 0520 — Page 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their 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) cn M - Phone Number W a U-j Street Address City, State, Zip Code 2023 Park Renovations Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date c� a ...,... r . el. L+- C: �r 2023 Park Renovations Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. 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'(c) Analyze and review your company's recruitment procedures to identify and _ eliminate discriminatory barriers. ti `_(d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. Review periodically job descriptions to make sure they accurately reflect major job LL, w functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. -{f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job -related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased 2023 Park Renovations Project 0520 — Page 4 of 6 and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https://codelibraEy.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. ._ e,lr c� ..wn..,r!.n M W. r^i cw. 0520 —Page 5 of 6 2023 Park Renovations Project SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, 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. .. <C _%. _ c') - aa 2023 Park Renovations Project 0520 — Page 6 of 6 w k 1 0530 WAGE THEFT POLICY w It is theolicy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted'bn November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. 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); 2023 Park Renovations Project 0530 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. LL r•- ."' 2023 Park Renovations Project 0530 — Page 1 or S WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither ["contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature c� [rwJ c'ra 2023 Park Renovations Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: https://iowasudas.org/archived-specifications/. 2023 Park Renovations Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https://iowasudas.org/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. CL- r M c:1 2023 Park Renovations Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2023 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.org/weblink/O/edoc/1845668/CIC%2OSupi)lemental°/o20SPecs.pdf or are available in the City Engineering Division Office. c1 ��51T yy 2023 Park Renovations Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, 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. M 1 V W O r n 2023 Park Renovations Project Page 1 of 1 PLANS (UNDER SEPARATE COVER) Ln ce) U-1 06- U-1 f-:, C) 2023 Park Renovations Project Page 1 of 1 SPECIAL PROVISIONS FOR PART 1 - GENERAL REQUIREMENTS ►fi�NW14 1. DEFINITION AND INTENT 6. SUBMITTALS 2. WORK REQUIRED 7. STANDARDS AND CODES 3. SALVAGE OF MATERIALS AND 8. MATERIALS TESTS EQUIPMENT 9. FIELD TESTS 4. PLANS AND SPECIFICATIONS 10. MEASUREMENT AND PAYMENT 5. CONSTRUCTION FACILITIES 11. INCIDENTAL CONTRACT ITEMS DEFINITION AND INTENT A. The Technical Specifications that apply to the materials and construction practices for this project are defined as follows: 1. The 2023 edition of the Iowa Statewide Urban Specifications for Public L0 Improvements (SUDAS), except as modified by these Special Provisions to the Technical Specifications. cL The intent of the Technical Specifications is to describe the construction desired, performance requirements, and standards of materials and construction. a. Engineer: Snyder & Associates, Inc., 320 E. Prentiss Street, Iowa City, Iowa 52240; Phone (319) 359-7676. B. The project will be awarded on base bid amount. The Owner can select or decline any combination of add alternates identified within the project manual and plans. 2. WORK REQUIRED A. Work under this contract includes all materials, labor, equipment, transportation, traffic control and associated work for the construction of the 2023 Park Renovations Project, as described in the Official Publication. B. This project consists of one contract for all work described. C. Schedule and coordinate the construction work to facilitate timely construction of the improvements. 3. SALVAGE OF MATERIALS AND EQUIPMENT A. City of Iowa City retains first right of refusal for retaining any existing materials removed by the contractor during the course of construction. 2023 Park Renovations Project Part 1—General Requirements — bP1 - 1 B. The Contractor shall carefully remove, in a manner to prevent damage, all materials and equipment specified or indicated to be salvaged. The Contractor shall protect and store items as specified. C. Any items damaged in removal, storage, or handling through carelessness or improper procedures shall be replaced by the Contractor in kind with new items. 4. PLANS AND SPECIFICATIONS A. Provide one set of plans and specifications for each foreman and superintendent in charge of each crew on the job. 5. CONSTRUCTION FACILITIES A. Provide telephone numbers where Contractor's representative can be reached during workdays and on nights and weekends in the event of an emergency. B. Provide and maintain suitable sanitary facilities for construction personnel for duration of work; remove upon completion of work. C. Do not store construction equipment, employee's vehicles, or materials on streets open to traffic. Location for storage of equipment by Contractors is subject to approval by the Owner and Engineer. D. The Contractor shall provide suitable storage facilities necessary for proper storage of materials and equipment. E. Contractor shall provide temporary on -site restroom facilities. 6. SUBMITTALS A. Provide construction schedule showing dates of starting and completing various portions of work. B. Provide 3 copies plus copies required by Contractor. This information shall be submitted to the Engineer at the preconstruction conference or at least 14 days prior to utilization of the particular item on this project. Submit the following information for Engineer's review: 1. Testing reports as outlined in Sections 8 & 9. 2. Manufacturer's data for materials that are to be permanently incorporated u-) into the project. 3. Details of proposed methods of any special construction required. 4 Submit purchase orders and subcontracts without prices. M ^.� Such other information as the Engineer may request to ensure 7:� 7:� compliance with contract documents. ti 2023 Park Renovations Project Part 1—General Requirements — SP1 - 2 7. STANDARDS AND CODES A. Construct improvements with best present day construction practices and equipment. B. Conform with and test in accordance with applicable sections of the following standards and codes. American Association of State Highway and Transportation Officials (AASHTO). 2. American Society for Testing and Materials (ASTM). 3. Iowa Department of Transportation Standard Specifications (Iowa DOT). 4. American National Standards Institute (ANSI). 5" ` American Water Works Association (AWWA). American Welding Society (AWS). Cn -• T. ­) Federal Specifications (FS). w 8., Iowa Occupational Safety and Health Act of 1972 (IOSHA). 9. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 10. Standards and Codes of the State of Iowa and the ordinances of the City of Iowa City, Iowa. 11. Other standards and codes which may be applicable to acceptable standards of the industry for equipment, materials and installation under the contract. 8. MATERIALS TESTS A. Material testing is incidental to construction and will be completed by an independent testing laboratory retained by the Contractor and approved by the Engineer. Testing shall meet the requirements of Iowa SUDAS. B. Coordinate all material testing with the Engineer. C. Provide transportation of all samples to the laboratory. D. Do not ship materials to the project site until laboratory tests have been furnished showing compliance of materials with specifications. E. Provide gradation and materials certifications for all granular materials. Certify that sources of Portland Cement and aggregates are Iowa DOT approved. 2023 Park Renovations Project Part 1—General Requirements — SP1 - 3 F. Certify that materials and equipment are manufactured with applicable specifications. 9. FIELD TESTS A. Field testing is incidental to construction and will be completed by an independent testing laboratory retained by the Contractor and approved by the Engineer. Testing shall meet the requirements of SUDAS. B. Coordinate all field testing with the Engineer. C. If test results do not meet those specified, the Contractor shall make necessary corrections and repeat testing to demonstrate compliance with the specifications. Contractor shall pay all costs for retesting. 10. MEASUREMENT AND PAYMENT A. Contract lump sum prices are full compensation for furnishing all materials, equipment, tools, transportation, and labor necessary to construct and complete each item of work as specified. No separate payment will be made for work included in this project except as set forth in the bid item reference notes. All other items of work are incidental to construction. B. Bid Item 1: Topsoil (LS) — Lump sum price includes clearing, grubbing, stripping, stockpiling and respreading topsoil to an 8" finished thickness and associated work. Measurement for payment will be based upon percentage complete. C. Bid Item 2: Excavation, Class 10 (LS) — Lump sum price includes site preparation and the construction of, embankment, fills, shoulder backfill, and backfill behind curbs, overhaul and finishing the soil surface and associated work. Measurement for payment to be based upon percentage complete. D. Bid Item 3: Sanitary Sewer Pipe (LF) — Price includes trench excavation, furnishing and placing bedding, connection to existing pipe, furnishing new pipe, backfill materials, compaction, testing, inspection, and associated work. Measurement for payment to be based upon percentage complete. �. Bid Item 4: Sanitary Sewer Cleanout (EA) — Price includes materials, fittings, riser pipe, cap with screw plug, casting, concrete casting encasement and associated work. Measurement and payment to be based on percentage .. complete. F. Bid Item 5: Subdrain, Dual Wall HDPE, 6" (LF) — Price includes trench excavation, furnishing and placing bedding and backfill material, engineering L - fabric (when specified), connectors, elbows, tees, perforated and non -perforate pipe and associated work. Measurement for payment to be based upon percentage complete. G. Bid Item 6: Subdrain Outlet, 6" (EA) — Price includes pipe, non -shrink grout, coupling bands, rodent guard and associated work. Measurement and payment to be based upon percentage complete. 2023 Park Renovations Project Part 1—General Requirements — SP1 - 4 Ln H. Bid item 7: Water Service (LS) — Lump sum price includes trench excavation, dewatering, furnishing and placing bedding material, installation of tracer wire °- system, pipe material, valves, yard hydrants, backfill material, testing and m associated work. Measurement and payment to be based upon percentage complete. CM P Uj BidItem8: Pavement, PCC, 6" (SF) — Price includes final trimming of subgrade, integral curb, bars and reinforcement, concrete, joints and sealing, surface curing and pavement protection, safety fencing, testing, and associated work. The pre- cast parking barriers, paint lines and handicap parking sign are incidental to this bid item. Measurement and payment to be based upon percentage complete. Bid Item 9: Pavement, PCC 5" (SF) — Price includes final trimming of subgrade, integral curb, bars and reinforcement, concrete, joints and sealing, surface curing and pavement protection, safety fencing, testing and associated work. Measurement and payment to be based upon percentage complete. K. Bid Item 10: Hydraulic Seeding Fertilizing and Mulching (LS) — Lump sum price includes removal of rock and other debris from the area, repairing rills and washes, preparing the seedbed, furnishing, and placing seed, furnishing, and placing fertilizer and mulch, and furnishing water and associated work. Measurement for payment to be based upon the percentage complete. L. Bid Item 11: Filter Sock (LS) — Lump sum price includes all materials, labor and equipment required to protect the project site from erosion via filter sock silt and comply with the pollution prevention plan shown in the plans and associated work. Measurement for payment to be based upon percentage complete. M. Bid Item 12: Filter Sock Removal (LS) — Lump sum price includes restoration of the area to finished grade and off -site disposal of filter sock and accumulated sediment and associated work. Measurement for payment to be based upon percentage complete. N. Bid Item 13: Construction Survey (LS) — Lump sum price includes the costs of equipment, trips to the site, setting project control points, staking, any additional staking or re -staking and associated work. Measurement for payment to be based upon the percentage complete. O. Bid Item 14: Mobilization (LS) — Lump sum price includes the movement of personnel, equipment, and supplies to the project site; the establishment of offices, and other facilities necessary for the project; and bonding, permits, and other expenses incurred prior to construction. Measurement for payment to be based upon the percentage complete. P. Bid Item 15: Concrete Washout (LS) — Lump sum price includes providing concrete washwater containment, collection, disposal, and associated work. Measurement for payment to be based upon the percentage complete. Q. Bid Item 16: Demolition (LS) — Lump sum price includes removal of existing pavements, fencing, granular surfacing, soils, and associated work. Measurement for payment to be based upon the percentage complete. 2023 Park Renovations Project Part 1—General Requirements — SP1 - 5 R. Bid Item 17: Site Electrical Service (LS) — Lump sum price includes installation of the electrical service, coordination with local electrical utility, connection to existing service, installation of electrical service, wiring, conduit, panels, appurtenances, and associated work. Measurement for payment to be based upon percentage complete. S. Bid Item 18: Play Equipment, Installation and Surfacing (LS) — Lump sum price includes work and cost for assembly and installation of the proposed playground equipment including surfacing and associated work as shown on the plans and as required by the manufacturer and associated work. Measurement for payment to be based upon percentage complete. T. Bid Item 19: Playground PCC Edger (LS) — Lump sum price includes subgrade preparation, trimming, forming, adjusting fixtures, furnishing, and placing concrete of the specified type, vibrating, finishing, curing, protecting, saw cutting, joints, testing and associated work. Measurement and payment based upon percentage complete. U. Bid Item 20: Limestone and Boulders (LS) — Lump sum price includes work associated with providing and installing limestone steps and relocating boulders. Measurement and payment based upon percentage complete. V. Bid Item 21: Fencing (LS) — Lump sum price includes work associated with fencing and post as shown on plans. Measurement and payment based upon percentage complete. W. Bid Item 22: RCP Pipe Tunnel (LS) — Lump sum price includes work associated with providing and installing the pipe and flared end sections as par the plans. Measurement for payment to be based upon percentage complete. X. Bid Item 23: Shelter (LS) — Lump sum price includes materials, equipment, permits, labor for construction of the pre-engineered building kit of the entire open shelter building including but not limited to footings, columns, roof structure, roof, finishes, hardware, electrical, and associated work to provide a full functioning open shelter as shown on the plans in accordance with manufacturer's recommendations and as specified. Measurement for payment to be based upon percentage complete. a.. Y. 4;':Bid Item 24: Restroom (LS) — Lump sum price includes permits, materials, Ci equipment, labor for the assembly of the pre-engineered structure, excavations, Y w footings, rebar, columns, roof structure, roof, finishes, hardware, electrical, U_ plumbing, ADA signage, interior fixtures, and associated work for a fully functional restroom facility. Measurement for payment to be based upon percentage complete. 11. INCIDENTAL CONTRACT ITEMS A. The following list includes major items that are incidental to the project and will not be paid for as separate bid items. Other items may be designated as incidental under certain bid items. 2023 Park Renovations Project Part 1—General Requirements — SP1 - 6 Tr c�a C CIO U- • Dewatering and handling storm water flow during construction • Temporary sheeting and shoring • Pipe and structure bedding material • Excavation, verification, and protection of existing utilities • Material & field testing • Construction fencing where not shown on plans • Temporary construction signage • Coordination and cooperation with utility companies • Coordination and cooperation with affected property owners • Coordination and cooperation with the City of Iowa City • Protection of existing utilities and light poles • Handbill notification of street closures & utility disruption to affected businesses • Site cleanup • Locate of existing utilities, potholing if necessary • Maintaining postal, garbage & utility services to users • Monitoring weather conditions • Finish grading • Repair of field tiles, if encountered • Dust control measures • Construction staging & phasing • Working backfill to reduce moisture content • Curb and pavement backfill • Fixture adjustments �>: 2023 Park Renovations Project Part 1—General Requirements — SP1 - 7 SPECIAL PROVISIONS FOR PART 2 - SPECIAL CONSTRUCTION INDEX 1. GENERAL 10. DEWATERING 2. EXISTING UTILITIES 11. TRAFFIC CONTROL 3. PROJECT SUPERVISION 12. TEMPORARY FENCES 4. COORDINATION WITH OTHERS 13. RESPONSIBILITY OF CONTRACTOR 5. CONSTRUCTION LIMITS 14. REMOVALS AND DISPOSAL 6. CONSTRUCTION SCHEDULE 15. FIXTURE ADJUSTMENTS 7. CONSTRUCTION STAKING 16. WORK BY OTHERS 8. SIDEWALK ACCESS 17. SURFACE RESTORATION 9. EROSION/POLLUTION PREVENTION GENERAL A. Procedures outlined herein are not intended to fully cover all special construction procedures but are offered as an aid to the Contractor in planning work. B. Cooperate with the Owner and the Engineer to minimize inconvenience to property owners and motorists and to prevent delays in construction and interruption to continuous operation of utility services and site access. C. The Contractor is expected to provide adequate personnel and equipment to perform work within specified time of construction. D. Install and maintain orange safety fence around all open trenches or open structures when left unattended. E. Provide surface restoration and clean up as construction progresses. 2. EXISTING UTILITIES A. Location of utility lines, mains, cables and appurtenances shown on plans are from information provided by utility companies and records of the Owner. B. Prior to construction, contact all utility companies and have all utility lines and services located. The Contractor is responsible for excavating and exposing underground utilities in order to confirm their locations ahead of the work. C M z w W. Contractor is solely responsible for damage to utilities or private or public property due to utility disruption. CD The Contractor shall notify utility company immediately if utility infrastructure is '-.damaged during construction. 2023 Park Renovations Project Part 2—Special Construction — SP2 - 1 F. Utility services are not generally shown on plans; protect and maintain services during construction. Notify Owner and affected property owners 48 hours prior to any planned utility service interruptions. G. If utility work does occur during the construction period, work schedules from the contractor and from the utility companies will be submitted to the Engineer for coordination to obtain mutual acceptable schedules, if possible. H." Existing utilities shall remain in substantially continuous operation during 6' ,Construction. Select the order and methods of construction that will not interfere LLJt with the operation of the utility systems. Interrupt utility services only with approval of Owner and Engineer. R Cr7 I.co No -claims for additional compensation or time extensions will be allowed to the LA. Contractor for interference or delay caused by utility companies. 3. PROJECT SUPERVISION A. The Prime Contractor shall be represented in person at the construction site at all times that construction operations are proceeding by a qualified superintendent or other designated, qualified representative capable of providing adequate supervision. The superintendent or representative must be duly authorized to receive and execute instructions, notices and written orders from the Engineer. B. Issues that arise during construction relating to traffic control, construction staging, resident notifications, mail service, garbage service, access to residences, etc. are the responsibility of the Prime Contractor. C. A meeting with the Contractor, Engineer and Owner will be held at the project site before construction to coordinate the construction work. D. Refer to Division 1 — General Provisions and Covenants for additional requirements. 4. COORDINATION WITH OTHERS A. Cooperate and coordinate construction with the Owner, adjacent businesses, utility companies, affected property owners and other contractors working in vicinity of this project. B. It is the Contractor's responsibility to schedule and coordinate work to minimize construction delays and conflicts. 5. CONSTRUCTION LIMITS A. Confine the construction operations within the construction limits shown on the plans, consisting of public right -of way and temporary easements. B. Do not store equipment, vehicles or materials within the right-of-way of any streets open to traffic or parking areas at any time without approval of the Owner. 2023 Park Renovations Project Part 2—Special Construction — SP2 - 2 Contractor to maintain access to the existing parking areas and existing school facilities during construction. 6. CONSTRUCTION SCHEDULE A. The Contractor will prepare and submit to the Engineer for approval a project schedule that will assure the completion of the project within the time specified. Construction schedule shall be submitted at or prior to the preconstruction conference. The schedule may only be revised due to weather conditions or scheduling by the Owner. The contractor shall maintain a current construction schedule and provide to the Engineer and Owner at all times. B. The Construction schedule shall be created and coordinated with the Owner so that disruptions to the use of the adjacent school facilities are minimized. C. The Contractor shall coordinate with the Owner the placement of the proposed transformer, light fixtures, and controllers. D. The Contractor shall be required to meet the interim and final completion date as specified in the written Notice to Proceed. L, 1E. The Notice to Proceed is anticipated to be on or about March 7, 2023. i S Work on the improvements shall not begin before the date specified in a written Noi tice to Proceed. 'Substantial completion for the project shall mean that approximately 95% of the project is constructed and acceptable with the remaining work being minor in nature. Project completion, 100% acceptable is October 13, 2023. 7. CONSTRUCTION STAKING A. Construction staking shall be provided by the Contractor. 8. SIDEWALK ACCESS A. Sidewalks and ramps shall be kept open to pedestrian traffic at all times when work allows. Contractor shall install type II barricades with a sign "SIDEWALK CLOSED" when pedestrian access is not permissible. B. No materials or equipment shall be stored on sidewalks. 9. EROSION CONTROL A. Contractor is responsible for erosion control at the park site. Contractor shall comply with the erosion control requirements of the Iowa Code, and local ordinances. Protect against erosion and dust pollution on this project site and any off -site deposit or borrow area used for this project. B. Protect adjoining property including public sanitary and storm sewer systems and 2023 Park Renovations Project Part 2—Special Construction — SP2 - 3 streets from any damage resulting from movement of earth or other debris from project site. Repair any damage immediately. C. Prevent accumulation of earth or debris on adjoining public or private property ..,;� from project site. Remove any accumulation of earth or debris immediately. Prevent repetition of any instance where earth or debris moves from project site `L- to adjoining public or private property. D Provide erosion control measures necessary to protect against siltation and erosion from the flow of storm water. Maintain continuous operation of the storm m sewer system throughout the construction period. r--r E. Use filter socks and other means at all drainage courses, swales and storm sewer system inlets and outlets to protect against siltation and erosion as shown in the construction drawings or directed by the Engineer. F. The Contractor will be fully liable for all damages to public and private property caused by their action or inaction in providing for handling of storm water flow during construction. 10. DEWATERING A. Perform all construction work in dry conditions. B. Submit dewatering methods to the Engineer for review. Obtain the Engineer's approval on methods prior to construction. C. Groundwater levels are subject to variation. No additional compensation will be permitted due to high groundwater conditions. D. If excavation encounters only cohesive soils with no wet sand seams or layers, it may be possible to control water seepage by draining groundwater to temporary construction sumps and pumping it outside the perimeter of the excavation. E. Do not pump water from open excavation in sand and gravel below the natural ground water level. F. Maintain water levels 2 feet or more below the bottom of excavations in saturated cohesionless (sand and/or gravel) soils to prevent upward seepage, which could reduce subgrade support. 1. Install dewatering system (well points or shallow wells) when working in cohesionless soils. 2. Costs of installing and operating dewatering system are incidental. G. Provide for handling surface water encountered during construction. Prevent surface water from flowing into excavation, remove water as it 2023 Park Renovations Project Part 2—Special Construction — SP2 - 4 accumulates. 2. Divert storm sewer flow around areas of construction. 3.: = Do not use sanitary sewers for the disposal of trench water. -1 CL- H. M Backfill pipe and structures prior to stopping dewatering operations. Do not lay a i pipe or construct concrete structures on excessively wet soils. ..,. m w I. The costs of handling both surface water and groundwater are incidental. m 11. TRAFFIC CONTROL 12. 13 A. Furnish, erect and maintain traffic control devices as specified in the construction drawings and directed by the Engineer including signs, barrels, cones, and barricades to direct traffic and separate traffic from work areas. B. Provide traffic control devices in accordance with the Iowa DOT Standard Specification, Section 2528, Traffic Control, and the latest edition of the Manual on Uniform Traffic control Devices (MUTCD). C. Adjustments to the traffic control or the addition of flaggers will be required if, in the opinion of the Engineer, undue traffic congestion occurs. D. Provide continuous access for police, fire, and other emergency vehicles. TEMPORARY FENCES A. Install temporary fencing around project site to allow for open excavations and material storage areas and to prevent access of unauthorized persons to construction areas. This temporary fence shall be 6' high chain link fence with top rail. B. Temporary fencing installed around open excavations or material storage areas is incidental to construction and will not be measured for payment. C. Remove temporary fencing upon completion of construction. RESPONSIBILITY OF CONTRACTOR A. Supervision of the work. B. Protection of all property from injury or loss resulting from construction operations. C. Replace or repair objects sustaining any such damage, injury or loss to satisfaction of Owner and Engineer. D. Cooperate with Owner, Engineer, and representatives of utilities in locating 2023 Park Renovations Project Part 2—Special Construction — SP2 - 5 14. 15 16 17 FF M a :a... E. n- underground utility lines and structures. Incorrect, inaccurate or inadequate information concerning location of utilities or structures shall not relieve the Contractor of responsibility for damage thereto caused by construction operations. Keep cleanup current with construction operations. F. Comply with all Federal, State of Iowa, and City of Iowa City, Iowa laws and Cn w ordinances. U- r'" R[�A%IOVALS AND DISPOSAL A. Remove from project site and dispose of vegetation, excess soil excavation, rubbish, concrete, granular materials and other materials encountered as shown on plans and as specified for removal. B. Dispose of materials in accordance with applicable laws and ordinances. Disposal sites are subject to the review and approval of the Engineer. Burning of brush and other debris is not permitted. Contractor responsible for selecting disposal site. 2. Dispose of broken concrete, asphalt, granular material, rubble, excess or unsuitable excavated material. Contractor is responsible for selecting disposal site. 2. Cooperate with all applicable City, State and Federal agencies concerning disposal of materials. 3. The Owner has the first right to any excess materials from construction. FIXTURE ADJUSTMENTS A. The adjustment of any existing utility appurtenances to final grade is considered incidental to the site work. WORK BY OTHERS A. The Contractor shall perform all activities necessary to properly coordinate the work being provided by the Owner, Utility Companies and work being performed by the Subcontractors. SURFACE RESTORATION A. Finish grade all disturbed areas and smooth, uniform lines without large clods, lumps or debris. Grade for positive drainage. Prepare the finished surfaces for seeding. B. Repair any areas disturbed by construction activities. 2023 Park Renovations Project Part 2-Special Construction - SP2 - 6 C. Protect existing turf and pavement. Any damage to turf or pavement to be repaired by the contractor to the owner's specifications. Cn c� L.4- r 2023 Park Renovations Project Part 2—Special Construction — 6P2 - 12 co OWNER / DEVELOPER CITY OF IOWA CRY PARKS AND RECR=ATKIN DEPARTMENTS 22J S. GILBERT STREET IOWA CRY. IOWA SM40 CONSTRUCTION PLANS FOR 2023 PARK RENOVATIONS PROJECT IOWA CITY, IOWA VICINITY MAP Sheet List Table BASE 810 C100 TITLE SHEET C101 PROJECT INFORMATION KP100 KIWANIS PARK- EXISTING SITE SURVEY KP101 KIWANIS PARK- DEMOLITON PLAN KP200 KIWANIS PARK- SITE LAYOUT PLAN KP300 KIWANIS PARK -GRADING & EROSION CONTRCL PLAN KP400 KIWANISPARK- DETAILS PR100 HUNTER'S RUN PARK- EXISTING SITE SURVEY HR101 HUNTER'S RUN PARK- DEMOLITION PLAN HR200 HUNTER'S RUN PARK- SITE LAYOUT PLAN HR303 HUNTERS RUN PARK- GRACING & EROSION CONTROL PLAN HR40D HUNTER'S RUN PARK -DETAILS HAH103 HAPPY HOLLOW PARK- EXLSTING S(TF SURVFY HAH101 HAPPY HOLLOW PARK- DEMOL'TION PLAN HAH2O0 HAPPY HOLLOW PARK- SITE LAYOUT PLAN HAH30J HAPPY HOLLOW PARK- GRADING & EROSION GUN I ROL PLAN ADD ALTERNATF 91- HICKORY Hit L PARK HI1-1100 ADC ALTERNATE #1- HICKORY HILL PARK- EXISTING SITE SURVEY HIH101 ADO ALTERNATE *1- HICKORY HILL PARK. DEMOLITION PLAN FIH2O0 ADD ALTERNATE 41- HICKORY HILL PARK- SITE LAYOUT AND UTILITY PLAN FIH300 ADD ALTERNATE #1- HICKORY HILL- GRADING & EROSION CONTROL P�UI HIH400 ADD ALTERNATE #1- HICKORY HILL PARK -DETAILS F 114401 ADD ALTERNATE 10- HICKORY -ILL PARK- DETAILS HIH402 ADD ALTERNATE #1- HICKORY HILL PARK- DETAILS CRY OF KIWACT EN3NEER1KDVS10N OP�Podcn ,:I,� eenNe=R Ineroey carcfr mauve pono�ml-.e recnr�mi sasnssan aeutitea cel�v vas prepares py me a uncer my sires asc resx ble 1 F ; pnf 1w•ge. I am a Arty I dnseE Prolesscnal c.anasr�sro t.rcneom ,rAar Inc lavo aFmo StptE 3'ab �I IOM. * CLAY R s $ SOHIIE^„Y.LOTH r, ua:nrruT -• s 512 !�C'; �l(.A.1D CS GE J— 3 . 2323 Jux ]p, 2)2� 3- AO4 oxmm Cwv Sd-Id lh. PLA Dee rr-.e,N,Namlw s1z PegoeadxWa—wMagic H U z W NO cn I.i. W a � U) < Z O V `a o Z Q Lu 06 N ~ W Q w uj a. V 0 M W N Z N I- cn 9 SNYDER & ASSOCIATES P-Pd Ne 122.1191.01 Sheet C100 LOCATION MAPS N KIWANIS PARK I "sT.yM! * A. wA 4 HUNTER'S RUN PARK �O 2 $ y PROJECT AREA BROWN ST z z RONALDS ST g N A CHURCH ST HAPPY HOLLOW PARK HICKORY HILL PARK (ADD ALTERNATE #1) PROJECT DESCRIPTION BASE BID: CONSTRUCTION OF KIWANIS PARK, HUNTER'S RUN PARK AND HAPPY HOLLOW PARK SHALL INCLUDE. BUT NOT LIMITED TO DEMOLITION OF EXISTING FEATURES AND PROPOSED IMPROVEMENTS OF GRADING, UTILITIES, PLAY EQUIPMENT INSTALLATION, SIDEWALKS, SEEDING, AND ASSOCIATED WORK. ADD ALTERNATE #V CONSTRUCTION OF HICKORY HILL PARK SHALL INCLUDE, BUT NOT LIMITED TO DEMOLITION OF EXISTING FEATURES AND PROPOSED IMPROVEMENTS OF GRADING, UTILITIES, RESTROOM, SHELTER, SIDEWALKS, SEEDING, AND ASSOCIATED WORK. BASE BID PROJECT ITEMS Item # I Item Description Reference QTY I Unit Section 2010 - Earthwork, Subgrade, and Subbase 1 Topsoil 2010 1 LS 2 Excavation, Class 10 12010 1 1 LS Section 4040 - Subdrains 3 Subdrain, Dual Wall HDPE, 6" 14040 355 1 LF 4 Subdrain Outlets, 6" 14040 1 1 EA Section 7010 - Portland Cement Concrete Pavement 5 Pavement, PCC, 6" 17010 2,809 1 SF 6 Pavement, PCC, 5" 17010 32 SF Section 9010 - Seeding 7 1 Hydraulic Seeding, Fertilizing and Mulching 19010 1 LS Section 9040 - Erosion and Sediment Control 8 Filter Sock 9040 1 LS 9 1 Filter Sock, Removal 19040 1 LS Section 11,010 - Construction Survey 10 1 Construction Survey 11,0101 1 LS Section 11,020 - Mobilization 11 Mobilizaton 11,020 1 LS Section 11,050 - Concrete Washout 12 Concrete Washout 11,050 1 LS Special Provision Items 13 Demolition N/A 1 LS 14 Site Electrical Service N/A 1 LS 15 Play Equipment Installation & Surfacing N/A 1 LS 16 Playground PCC Edger N/A 1 LF . 17 Limestone and Boulders N/A 1 LS 18 Fencing N/A 1 LS 19 RCP Pipe Tunnel N/A 1 LS 3' ADD ALTERNATE #1- HICKORY HILL PARK PROJECT ITEMS Item # Item description Reference QTY Unit 1 Topsoil, Excavation Class 10, Sanitary Sewer N/A 1 LS Pipe, Sanitary Sewer Clean Out, Water Service, PCC Pavement 6", PCC Pavement 5", Hydraulic Seeding, Fertilizing, and Mulching, Filter Sock, Filter Sock Removal, Construction Survey, Mobilization, Concrete Washout, Demolition, Site Electrical Service, Shelter and Restroom 1 3CD CD GENERAL NOTES11Z U 1. CONTRACTOR SHALL CONSTRUCT THE PROPOSED IMPROVEMENTS BASED UP ON THE CONTRACT - iq y DOCUMENTS WHICH CONSIST OF THESE PLANS AND THE PROJECT MANUAL WHICH CONTAINS BID N INFORMATION AND TECHNICAL SPECIFICATIONS. ANY PROPOSED ITEMS NOT INCLUDED IN THESE L Cl) DOCUMENTS SHALL BE CONSTRUCTED AS PER IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) AND AS AMENDED BY THE IOWA CITY SUPPLEMENTAL SPECIFICATIONS. i 2. CONTRACTOR IS RESPONSIBLE FOR REPAIRS OF DAMAGE TO ANY EXISTING FEATURES DURING ZO a o CONSTRUCTION, SUCH AS, BUT NOT LIMITED TO, UTILITIES, PAVEMENT, CURBS, ETC. REPAIRS SHALL BE _ a EQUAL TO OR BETTER THAN EXISTING CONDITIONS. H 3. CONTRACTOR IS RESPONSIBLE FOR CONDUCTING A SITE VISIT PRIOR TO BIDDING TO BECOME FAMILIAR WITH EXISTING FEATURES AND CONDITIONS. chi o i 4. UTILITY WARNING: THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND/OR RECORDS OBTAINED. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTILITIES SHOWN a Z N COMPRISE ALL SUCH UTILITIES IN THE AREA, EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES SHOWN ARE IN THE EXACT LOCATION INDICATED. VERIFY LOCATION OF ALL UTILITIES BEFORE CONSTRUCTION. 5. NOTIFY UTILITY PROVIDERS PRIOR TO BEGINNING ANY CONSTRUCTION ACTIVITIES AND COORDINATE WITH UTILITY PROVIDERS AS NECESSARY DURING CONSTRUCTION. CONTRACTOR IS RESPONSIBLE FOR DETERMINING EXISTENCE, EXACT LOCATION, AND DEPTH OF ALL UTILITIES. PROTECT ALL UTILITY LINES AND STRUCTURES NOT SHOWN FOR REMOVAL OR MODIFICATION. ANY DAMAGES TO UTILITY ITEMS NOT SHOWN FOR REMOVAL OR MODIFICATION SHALL BE REPAIRED TO THE UTILITY OWNERS SPECIFICATIONS E R AT THE CONTRACTOR'S EXPENSE. O m 6. LENGTH OF UTILITIES SHOWN ON PLANS ARE DIMENSIONED FROM CENTERLINE OF STRUCTURE TO } a 10CENTERLINE OF STRUCTURE AND INCLUDES FLARED -END SECTIONS, UNLESS OTHERWISE NOTED.. m m 7. ALL TRAFFIC CONTROL SHALL BE PROVIDED IN ACCORDANCE WITH REQUIREMENTS SET FORTH IN THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). WHEN CONSTRUCTION ACTMTIES Q y 3 v Z g c OBSTRUCT PORTIONS OF THE ROADWAY, FLAGGERS SHALL BE PROVIDED. FLAGGERS SHALL CONFORM TO THE MUTCD IN APPEARANCE, EQUIPMENT AND ACTIONS. 3 Z O NY 8. CONTRACTOR SHALL NOTIFY OWNER AND ENGINEER AT LEAST 48 HOURS PRIOR TO BEGINNING WORK. S 9. DIMENSIONS, UTILITIES AND GRADING OF THIS SITE ARE BASED ON AVAILABLE INFORMATION AT THE TIME `� OF DESIGN. DEVIATIONS MAY BE NECESSARY IN THE FIELD. ANY SUCH CHANGES OR CONFLICTS BETWEEN THESE PLANS AND FIELD CONDITIONS ARE TO BE REPORTED TO THE ENGINEER PRIOR TO STARTING CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR LAYOUT VERIFICATION OF ALL SITE IMPROVEMENTS PRIOR TO CONSTRUCTION. '^ 10. CONTRACTOR SHALL REFER TO PLANS AND SPECIFICATIONS FOR ROUTING OF UTILITIES TO RESTROOM AND SHELTER. CONTRACTOR SHALL COORDINATE THE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO AVOID CONFLICTS AND ASSURE PROPER DEPTHS ARE ACHIEVED, AS WELL AS COORDINATING WITH CITY AND UTILITY REQUIREMENTS AS TO LOCATIONS AND SCHEDULING FOR TIE-INS AND CONNECTIONS PRIOR TO CONNECTING EXISTING FACILITIES. 11. REFER TO THE PLANS FOR EXACT LOCATIONS AND DIMENSIONS OF THE STRUCTURES, SIDEWALKS, AND UTILITIES. 12. CONTRACTOR TO LOAD AND TRANSPORT ALL MATERIALS CONSIDERED TO BE UNDESIRABLE AND NOT TO BE INCORPORATED INTO THE PROJECT TO AN APPROVED OFF -SITE WASTE SITE. 13. THE CONTRACTOR IS RESPONSIBLE FOR CLEANING DIRT AND DEBRIS FROM NEIGHBORING STREETS, DRIVEWAYS, AND SIDEWALKS CAUSED BY CONSTRUCTION ACTIVITIES IN A TIMELY MANNER. THE CONTRACTOR SHALL KEEP THE PROJECT SITE NEAT AND ORDERLY AT ALL TIMES WHILE CONSTRUCTION IS IN PROGRESS. ACCESS STREETS TO THE DEVELOPMENT SHALL BE KEPT CLEAN OF MUD, DEBRIS, PAPER AND WASTE MATERIAL AT ALL TIMES. 14. THE ADJUSTMENT OF EXISTING UTILITY APPURTENANCES TO FINAL GRADE IS CONSIDERED INCIDENTAL TO THE SITE WORK. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR INSTALLING AND MAINTAINING ANY EROSION CONTROL MEASURES ON SITE AT THE TIME OF CONSTRUCTION AND ADJUST AS NECESSARY DURING t' CONSTRUCTION. CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR MAINTAINING ANY EXISTING EROSION CONTROL MEASURES ON SITE AT THE TIME OF CONSTRUCTION. GRADING AND SOIL EROSION CONTROL I�i.i CODE REQUIREMENTS SHALL BE MET BY CONTRACTOR. _ 16. CONTRACTOR TO COORDINATE NATURAL GAS, ELECTRICAL, TELEPHONE AND ANY OTHER FRANCHISE O"� UTILITY SERVICES WITH UTILITY SERVICE PROVIDER AND THE OWNER PRIOR TO CONSTRUCTION. 0 w s CONTRACTOR TO ALL UTILITY CROSSINGS AND MAINTAIN MINIMUM 18" VERTICAL AND 10' LL9 17. VERIFY HORIZONTAL CLEARANCE BETWEEN UTILITIES. CONTRACTOR TO COORDINATE UTILITY ROUTING TO ^ BUILDING AND VERIFY CONNECTION LOCATIONS AND INVERTS PRIOR TO CONSTRUCTION. 18. CONTRACTOR TO PROVIDE PAVEMENT JOINTING PLAN FOR ENGINEERS REVIEW AND APPROVAL. 19. CONTRACTOR SHALL PROVIDE'SIDEWALK CLOSED' SIGNAGE AS REQUIRED BY THE CITY OF IOWA CITY O AND PROJECT PLANS. 20. DO NOT STORE MATERIALS OR PLACE EQUIPMENT IN STREET OR PUBLIC RIGHT-OF-WAY. CONSTRUCTION �... STAGING AREA TO BE COORDINATED WITH CITY OF IOWA CITY. FOR OBTAINING ALL PERMITS, UTILITY FEES, V 21. THE CONTRACTOR IS RESPONSIBLE AND ASSOCIATED COSTS AS NECESSARY FOR CONSTRUCTION. / O 22. CONTRACTOR SHALL BE RESPONSIBLE FOR CONSTRUCTION STAKING. O Z 23. CONTRACTOR TO PROTECT EXISTING TREES TO REMAIN DURING CONSTRUCTION AND SHALL KEEP MATERIALS AND VEHICLES OUT OF THE TREE DRIPLINE LIMITS. Z TO BE REMOVED. REMOVAL LIMITS TO BE TO NEAREST o 24. SAW -CUT TO FULL DEPTH ALL PAVEMENT JOINT AND REVIEWED AND APPROVED BY ENGINEER. 25. CONTRACTOR IS RESPONSIBLE FOR PROVIDING POSITIVE DRAINAGE FOR IMPROVEMENTS AND NOTIFY ILL ENGINEER OF ANY ISSUES PRIOR TO FINAL GRADING, PAVING, SEEDING, ETC. 26. THE OWNER HAS COMPLETED A REQUEST FOR PROPOSALS PROCESS FOR THE PLAY EQUIPMENT AND Q `Z r HAS SELECTED THE EQUIPMENT AND MANUFACTURER, WHICH IS SHOWN IN THESE PLANS. THE OWNER � 0 U Q WILL PURCHASE EQUIPMENT, AND HAVE IT DELIVERED TO THE SITE. THE CONTRACTOR IS RESPONSIBLE LU FOR ASSEMBLING AND INSTALLING THE PLAY EQUIPMENT, PROVIDING AND INSTALLING SURFACING AND ASSOCIATED WORK AS SHOWN ON PLANS. THE PLAY EQUIPMENT AND SURFACING MATERIALS SHALL BE INSTALLED AND APPROVED BY A CERTIFIED PLAYGROUND INSTALLER. N Q IW 27. CONSTRUCTION SITE SAFETY IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR WHO CONTROLS THE MEANS, METHODS, AND SEQUENCING OF CONSTRUCTION OPERATIONS. UNDER NO CIRCUMSTANCES N a Cn SHALL THE INFORMATION PROVIDED HEREIN BE INTERPRETED TO MEAN THAT THE ENGINEER OR CITY OF IOWA CITY IS ASSUMING ANY RESPONSIBILITY FOR CONSTRUCTION SITE SAFETY OR THE CONTRACTOR'S ACTIVITIES. 28. A CONCRETE WASHOUT AREA SHALL BE UTILIZED BY THE CONTRACTOR AND ALL SUBCONTRACTORS. CONTRACTOR TO COORDINATE LOCATION OF CONCRETE WASHOUT WITH CITY OF IOWA CITY. GENERAL CONTRACTOR TO BE RESPONSIBLE FOR MAINTAINING THIS FEATURE AND PROPER DISPOSAL UPON COMPLETION OF PROJECT. 29, CONTRACTOR AWARDED PROJECT SHALL PROVIDE ITEMIZED BID BREAKDOWN FOR EACH OF THE FOUR(4) PARKS AS A SCHEDULE OF VALUES FOR USE DURING CONSTRUCTION. S N Y D E R 30. THIS PLAN SET SHOWS EXISTING CONDITIONS ON BOTH EXISTING SITE SURVEY AND DEMOLITION & A S 5 O C I AT E S SHEETS. THE DEMOLITION SHEETS SHOWS ITEMS TO BE REMOVED. FOR LEGIBILITY PURPOSES, THE PROPOSED SITE LAYOUT AND GRADING SHEETS DO NOT SHOW THE ITEMS CALLED OUT TO BE REMOVED ON THE DEMOLITION SHEETS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING REMOVAL ITEMS AND LIMITS IN THE FIELD. Protect N. 122.1191.01 Sheet C 101 FEATURES FOUND Section Comer 1/2' Reber, Cap N 11579 (Unless Otherwise Noted) ROW Marker ■ ROW Rail % Control Print G P Bench Mark Platted Distance P Measured Bearing & Distance M Recorded As R Deed Distance D Calculated Distance C Minimum Protection Elevation MPE Centerline Section Li — — 1/4 Section Line — — — — 1/41/4 Section Line --'— Easement Line — — - FEATURES EXISTING Spot Elevation Contour Elevation X 1225.25 �. Fence (Barbed. Field, Hog) Fence (Chain Link) Farm (Wood) O Fence (Silt) Tree Line Tree Slump 0-�- O Deciduous Tree N Shrub Coniferous Tree V Shrub Communication (•)— Overhead Communication —oC(•)— — Fiber Optic —FO(•) — Underground Electric —E(•)-- Overhead Electric —OE(*) — — Gas Main with Size —0(')— — High Pressure Gas Main wit Size—HPG(') — — Water Main with Size —wC)— — SanitarySewerwithSize —S(')— — Duct Banit —DUCT(•) — Test Hole Location for SUE w/ID $ (') Denotes the survey quality service level for utilities Sanitary Manhole O Storm Sewer with Size —ST(•) — — Storm Manhole (2 Single Storm Sewer Intake =1 Double Storm Sewer Intake m Fire Hydrant A Fire Hydrant on Building +q Water Main Valve • Water Service Valve Well Utility Pole Guy Anchor T Utility Pole with Light 0-4 UBlity Polewith Transformer � Street Light o- E Yard Light A Elechric Box Electric Transformer Traffic Sign a Communication Pedestal Communication Manhole Communication Handhole GD Fiber Optic Manhole Fiber Optic Handhole EO Gas Valve c� Gas Manhole Gas Apparatus ID Fence Post or Guam Post • Underground Storage Tank Above Ground Storage Tank Sign T Satellite Dish R Mailbox • Sprinkler Head + Irrigation Control Valve .w.v UTILITY QUALITY SERVICE LEVELS DUALITY LEVELS OF UTILITIES ARE SHOWN IN THE PARENTHESES WITH THE UTILITY TYPE AND WHEN APPLICABLE, SIZE. THE QUALITY LEVELS ARE BASED ON THE Cl / ASCE 38-02 STANDARD. QUALITY LEVEL (D) INFORMATION IS DERIVED FROM EXISTING UTILITY RECORDS OR ORAL RECOLLECTIONS. QUALITY LEVEL (C) INFORMATION IS OBTAINED BY SURVEYING AND PLOTTING VISIBLE ABOVE -GROUND UTILITY FEATURES AND USING PROFESSIONAL JUDGMENT IN CORRELATING THIS INFORMATION WITH QUALITY D INFORMATION. QUALITY LEVEL (B) INFORMATION IS OBTAINED THROUGH THE APPLICATION OF APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE THE EXISTENCE AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. QUALITY LEVEL (A) IS HORIZONTAL AND VERTICAL POSITION OF UNDERGROUND UTILITIES OBTAINED BY ACTUAL EXPOSURE OR VERIFICATION OF PREVIOUSLY EXPOSED SUBSURFACE UTILITIES, AS WELL AS THE TYPE, SIZE, CONDITION, MATERIAL, AND OTHER CHARACTERISTICS. UTILITY WARNING THE UTILITIES SHOWN RAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND/OR RECORDS OBTAINED. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN COMPRISE ALL SUCH ITEMS IN THE AREA, EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN ARE IN THE EXACT LOCATION INDICATED EXCEPT WHERE NOTED AS QUALITY LEVEL A NOTES 1. BUILDING LINES AND CORNERS ARE FOR USE IN PREPARING CIVIL SITE PLAN DOCUMENTS. BUILDING CORNERS AND BUILDING LINES SHOULD BE SPECIFICALLY VERIFIED, AS NECESSARY, PRIOR TO DESIGN FOR CONSTRUCTION OF ANY PROPOSED EXPANSION OR CONNECTION OF BUILDING COMPONENTS. 2. FOR CLARITY PURPOSES, SURVEY SPOT ELEVATIONS ARE NOT SHOWN ON THIS SURVEY, BUT ARE CONTAINED WITHIN THE DIGITAL CADD FILES. 3. FOR THE PURPOSE OF THIS SURVEY, STORM SEWER, SANITARY SEWER AND WATER MAIN LINES ARE ASSUMED TO FOLLOW A STRAIGHT LINE FROM STRUCTURE TO STRUCTURE. 4. UTILITY SERVICE LINES TO BUILDINGS ARE APPROXIMATE ONLY. AN INTERNAL BUILDING INVESTIGATION, EXCAVATION AND/OR SUBSURFACE LOCATINGIDESIGNATING WOULD NEED TO BE PERFORMED TO DETERMINE THE LOCATION OF SERVICES ENTERING THE BUILDING. 5. UNDERGROUND PIPE MATERIALS AND SIZES ARE BASED UPON VISIBLE EVIDENCE VIEWED FROM ACCESS MANHOLES/STRUCTURES. DUE TO THE CONFIGURATION AND/OR CONSTRUCTION OF THE STRUCTURE, IT MAY BE DIFFICULT TO ACCURATELY DETERMINE THE PIPE MATERIAL AND/OR SIZE. THE SURVEYOR WILL USE THEIR JUDGMENT AND EXPERIENCE TO ATTEMPT TO DETERMINE, BUT COMPLETE ACCURACY CANNOT BE GUARANTEED. 6. BOUNDARY LINES SHOWN ON THE EXISTING SITE SURVEY ARE TO FACILITATE DESIGN OR CONCEPT NEEDS AND ENABLE CREATION OF SAID CONSTRUCTION DOCUMENTS. THESE LINES DO NOT CONSTITUTE A CERTIFIED BOUNDARY SURVEY AND MISSING MONUMENTS WILL NOT BE SET. CONTROL POINTS IOWA REGIONAL COORDINATE SYSTEM ZONE 10 (CEDAR RAPIDS) NAD83(201I XEPOCH 2O10.00) IARTN DERIVED - US SURVEY FEET NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88 - GEOIDI2A) IARTN DERIVED - US SURVEY FEET CP10 N=7931063.90 E=20526727.D9 Z=676.92 r IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) CPI N=7930779.31 E=20526820.72 Z=675.73 )S' IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) CP12 N=7930914.15 E=20526631.19 Z=678.47 JQ IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) CP13 N=7930926.67 E=20526914.59 Z=675.92 )i' IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) SEPTEMBER 16, 2022 I®WA! OlJ LI N \JL.r-i1M 1-800-292-8989 wvvw.lowaonecall.com I UTILITY CONTACT INFORMATION UTILITY CONTACT FOR MAPPING INFORMATION SHOWN AS RECEIVED FROM THE IOWA ONE CALL DESIGN REQUEST SYSTEM, TICKET NUMBER 552205922. MIDAMER-GAS Contact Name : Carson Hemphill Contact Phone: 3193414461 Contact Email: crhemphill@midamerican.com CENTURYLINK Contact Nam: SADIE HULL Contact Phone: 91/15470147 Contact Email: sadie.hull@lumen.com IOWA CITY, CITY OF Contact Nam: Jeff Salm Contact Phone: 3193565163 Contact Email: je8-calm@iowa-dty.org IMON COMMUNICATIONS, LLC Contact Name : Engineering Group Contact Phone: 3192007740 Contact Email: imonengineering@imon.net MIDAMER-ELEC Contact Name: LINDSAY HOUSTON Contact Phone: 3193414419 Contact Email: lindsay.houston@midamedcan.com MEDIACOM IOWA CITY Contact Name: Cad Norton Contact Phone: 3195946201 Contact Email: cnonon@mediacomcc.win EXISTING SITE SURVEY 01710 Grass PC an PCC Pad , M3 FEB-3 FIFA 3: ( % N r W ON w CO W Ids W a N Oct Z w _ 0_ I~^ V 0 C) Q Z W O NCn Z X Q LLI W W Y NOld Y •rr� a W a`� o M Q N Z N Y Cn 6 SNYDER &ASSOCIATES Protect N. 122.1191.01 Sheet KP100 DEMOLITION PLAN GENERAL NOTES DEMOLITION PLAN CONSTRUCTION NOTES - ' 3A 18 \ e i \ �.. A. F EXCAVATED SOILS ARE FREE OF DEBRIS, THEY CAN BE PLACED ON 1. EXISTING FEATURES TO REMAIN, PROTECT THE FOLLOWING: k 0 \ 3A SITE WITH GRADING ACTIVITIES. ALL AREAS DISTURBED TO HAVE A. TREESIVEGETATION. '--' --- mil- TOPSOIL RE SPREAD, UNLESS OTHERWISE NOTED B. PAVEMENT. gq � � _ __ _ .SAY /,'..- ♦-_-------------__,""�- // '--'--K C. STRUCTURE/FEATURE. rTi L B. EXISTING MULCH AND ENGINEERE{3FIBER RFACItJG iJ 7£Q 70 BE � S! 1 , r \I ' '�� - ~'\ REMOVED, SHALL L PROPERLY pISPQS D OF f S TE jAT AN 2. EXISTING FEATURES, CONTRACTOR TO REMOVE AND DISPOSE OF ' a ------- - _ } ,1 6.y_ _ �,♦ APPROVED DISPOSAL LOCATION F THE FOLLOWING: M I / - - - `_ `ba' \` \ i \7 - Y I - �� _ .o A. VEGETATION. z as N ��.• B. TREE STUMPS. * / e�� �""/�� �}� • C. TIMBER STAIRS/EDGER. m m q 1 yy��• D. TIMBER WALLS. w $ o I �R 'na? 1 2H 1A � „� , a 4 DIY E. SAND. if s 1 b•,. - �' ` \ i + 1A .y�< \ 1 r 1,73 1 '- i H 3+ 1 ` F. PLAY EQUIPMENT, STRUCTURES AND FOOTINGS. \ G. MEMORIAL BENCH. CONTRACTOR TO COORDINATE WITH CITY ON pl l r r 2D \ / S/ ZA (( 1 SALVAGING BENCH AND ITS RELOCATION. / 4", ' • / / \ ZK ' T\j` H. OVER -EXCAVATE EXISTING GRADE TO 6' DEPTH IN AREAS i cJ 3A �; 2H V 1A \ ` 1 rf. j SHOWN AND DISPOSE OF MATERIAL. EDGE TO BE VERTICALLY Z l _ / CUT. FOR FURTHER DETAIL ON EXTENTS, REFER 70 THE w c r I I • f 1 ' 11\ '.,..\ \ �. i //� / �_/" ��- / K -1 \ \ ♦ ♦ . ;,. ; (l ( E k rl / *; GRAPHICS LEGEND BELOW. Q - /' !(( // r ♦ I \1 ! s s - # - ` I. OVER -EXCAVATE EXISTING MATERIAL TO 15" DEPTH IN m - - �i t f 2N } \ ♦ PROPOSED SAND AREA AND DISPOSE OF MATERIAL. FOR s w 1< - _ /a ',3 \ ♦ ♦ FURTHER DETAIL ON EXTENTS, REFER TO THE GRAPHICS \ LEGEND BELOW. 1A/\)�•jl ZJ // j 2D - '`,� 3A / / r♦ \ \ \ \ J. OVER EXCAVATE EXISTING GRADE TO 15' MINIMUM DEPTH IN 2F ` ,� } 1E r ♦ AREAS OF PROPOSED PLAY EQUIPMENT AND FALL ZONE AREAS, > a u / 1A \ ♦ ,AS PER MANUFACTURERS RECOMMENDATION] AND DISPOSE OF1. I 2A 1 y. / , I\ ` w` / / �, r f. ' \ \ \ MATERIAL. FOR FURTHER DETAIL ON EXTENTS, REFER TO THE �� - GRAPHICS LEGEND BELOW. FOR MORE INFORMATION ON THE o T . J PLAYGROUND EQUIPMENT, REFER TO SHEETS KP200 AND KP400. > O h �� '( ��,,"_., \ \ K. OVER -EXCAVATE AROUND EXISTING BOULDERS TO 6' DEPTH 20 2F7 .�.__._ -, ` _ - _ _ 2� _ \ AND DISPOSE OF MATERIAL , ♦ ♦ L. PAVEMENTS V o < v t= M. PEDESTRIAN BRIDGE CROSSING STRUCTURE. Q z 1A p �� t ��1� l N. SALVAGE EXISTING RAILING ABOVE TUNNEL AND REMOVE POSTS `j V I / ZA , �, 1� �'� .� - _ - _ , �a �1 AND FOOTINGS. SEE DETAIL BELOW. 3 w ; _ Ilk-, 1 3. EXISTING BOULDERS, RELOCATE AS FOLLOWS: N o 3A A. RELOCATE EXISTING BOULDER. SEE SHEET KP200 FOR NEW r I I 20 1A 1 tf/ - •� J ID `• Apr I 1 LOCATIONS. ALL RELOCATIONS TO BE APPROVED BY OWNER AT 2J i , ^ 1 SITE. T - - 1 1 3A A /Y 2F zM--��^r� 2H i", F T`k��!$ 21 15 '2A�/ 1A i LEGEND - (' _-__--- f 3A • " 1 • / ` OVER -EXCAVATION LIMITS 3A 1 1 i I • 680 - ♦ 20 y. ! - \ ..,.. 4, y,... / yl'� \ l-•.� I I 1 ® 15' DEPTH OVER -EXCAVATION, MINIMUM ,:%.. i 2H ' . t > I 1 I 2L I�. ` 1 K 3A r . f ' I I 1 ® 6' DEPTH OVER -EXCAVATION, MINIMUM i TVP_ ' /., �• r I 2J ED �>` 2J 1B I V Z I / Lu I / / '^_ I� I 1A zA \\ w^ W { I / , , I 1 1 / / / / \ SALVAGE EXISTING RAILINGS Ii I • / s \ 1B \ '\ ' tc i ; 1B 1A // �� RAILING ABOVE TUNNEL Z a Q KP701 NO SCALE • 2A O Z U — — 2A 2A 1 \ A ♦ O v J \\ a 5( z W a / — ♦ A� I \ 1 B UJ S(D) od I 1B / -------- � -- ern -- - - ------ 1c N Y s ' a � / ' SNYDER &ASSOCIATES n _ / FEET Project No: 122.1191.01 Sheet KP101 4, it _*_ --- — - r SITE LAYOUT PLAN CONSTRUCTION NOTES 1. PLAYGROUND, SEE SHEET KP400. OWNER TO PURCHASE EQUIPMENT AND DELIVERED TO SITE. CONTRACTOR TO INSTALL EQUIPMENT AS PER MANUFACTURER'S RECOMMENDATIONS WHICH INCLUDES THE FOLLOWING: A. THE CUBE. B. THE SHACK. }» j C. THE HAMMOCK, QUANTITY OF (2). D. SHORT SLIDE. It k E. LONG SLIDE. �n F. PLAYGROUND SURFACING TO BE PROVIDED AND INSTALLED BY CONTRACTOR. MATERIAL TO BE ENGINEERED -WOOD FIBER, AS APPROVED BY OWNER. FOR FURTHER DETAIL ON EXTENTS AND THICKNESS, REFER TO THE GRAPHICS LEGEND BELOW. TG. L SAND MATERIAL TO BE COURSE SAND, AS APPROVED BY OWNER 2 STEPS, PROVIDE THE NG. AS PER DETAIL: ^j} SEVEN LIMESTONE 3TILOCATION • LIMESTONE STEPS. ADJLUE B. (8) TO MATCH FINAL GRADING. C. (6) SIX LIMESTONE STEPS. i' ,J ji i �. + 1 i, ipf-x 3. BENCH. OWNER WILL PROVIDE AND INSTALL. (,i �� 10 I {.rA� 4. PROVIDE S X8' POO PAD AT 5' DEPTH. 5. PROVIDE A QUANTITY OF (2) 48- DIAMETER RCP FLARED -END SECTIONS AND 8' SECTION OF 48' PIPE WHERE SHOWN. SEE DETAIL. 6. PROVIDE 4' HIGH DECORATIVE FENCE WITH 8' LONG SECTION. FENCE PRODUCT TO BE 'MONTAGE PLUS', AS MANUFACTURED BY AMERISTAR. STYLE TO BE'MAJESTIC' WITH BROWN COLOR POWERCOATING. PLACE ON 4Y DEPTH FOOTINGS. OWNER TO APPROVE. 7, OWNER TO REFINISH (2) EXISTING RAILINGS. CONTRACTOR TO PROVIDE (4) NEW STEEL POSTS WITH 42' DEPTH PCC FOOTINGS AND ATTACH RAILING TO POST. PAINT COLOR FOR RAILINGS AND POSTS TO BE BROWN, AS APPROVED BY OWNER. 8. OWNER TO DELIVER TO PROJECT SITE (12) TWELVE BOULDERS, SIMILAR TO EXISTING BOULDERS ONSITE, FOR CONTRACTOR TO PLACE. A TOTAL OF 39 BOULDERS TO BE PLACED WHERE SHOWN. COORDINATE WITH OWNER ON FINAL PLACEMENTS. ENGINEERED -WOOD FIBER LIMITS 15' DEPTH ENGINEERED -WOOD FIBER, MINIMUM 6' DEPTH ENGINEERED -WOOD FIBER F U U Z W O cn a a Lu I— N a Q z O :3 t� P: Q ° a O u) O w zLu Q Y od Y � � IL W EL z M Q CD z N `.0 c/3 N ESheetocKP200 R ES 0 0 FEET 1.01 GRADING PLAN GENERAL NOTES m i o ¢ M A. THE OVERALL INTENT OF THE PROPOSED GRADING FOR THE SITE, ONCE WALLS - k Y AND STRUCTURES ARE REMOVED, IS TO SHAPE THE EMBANKMENTS WITH SOILS ON SITE. IT IS EXPECTED THAT TOPSOIL AND FILL AROUND RCP TUNNEL WILL BE y HAULED IN TO SITE AND PLACED. B. STRIP, STOCKPILE, AND RESPREAD TOPSOIL TO W DEPTH TO MATCH FINISHED GRADES AND PLACE IN AREAS TO BE SEEDED. >��• _ - - _M- \ # _ «.,� fff C. FILL IN HOLES AND VOIDS CAUSED BY REMOVALS OF STRUCTURES ON SITE. N j I.,' - - saJ - - - _ • �� GRADING PLAN CONSTRUCTION NOTES r ;ef:. ,► - ��' - _� 3 FEB E'= ! 7 CONTRACTOR TO PROVIDE SOILS AS FOLLOWS: > > / // A. SOILS AROUND AND OVER RCP PIPE TUNNEL. c9 8' DEPTH TOPSOIL OVER AREAS GRADED AND TO BE SEEDED = �\ / I . l xt .} 2. GRADE EMBANKMENT SLOPES UTILIZING EXISTING SOILS WITH MAXIMUM r+ I 1 ��.. �. c .201 \ \ I i 'gym \ C - / -�'/" / > V `-, t .� 1 k r p1 tY SLOPES AS FOLLOWS: a - \ A. 3:1 SLOPE w If ! 1 II ---1 /,!� \ \�>>> >� \ B. 5:I SLOPE. 3. EXCAVATED SOILS, IF FREE OF DEBRIS, IN AREAS OF PROPOSED PLAY Q E EQUIPMENT, CAN BE PLACED ON NEW EMBANKMENTS, PRIOR TO PLACEMENT OF I 1 I1 /! li 5 '\ \ _ _ 4 - � I 1 \\ \ \ TOPSOIL OR ENGINEERED -WOOD FIBER. O a> 4. PROVIDE FILTER SOCK WHERE SHOWN. ADJUST LOCATIONS AS NECESSARY TO o 'D �' / 1 ,,.-\ ♦ \ �0 - 5� / > \ \ CONTROL EROSION DURING CONSTRUCTION. %' > o 18 o // j`, 879-- 3 - - I / (] , „ �1' \ 5. HYDRAULICALLY SEED ALL AREAS DISTURBED BY CONSTRUCTION NOT SHOWN TO HAVE ENGINEERED WOOD FIBER, USING BONDED -FIBER MAXTRIX MULCH. 3 'o SEED MIX SHALL BE TYPE 1 PERMANENT LAWN. FOR MORE INFORMATION, REFER >Q Z TO SUDAS 9010. > > \ I1 5 1 I / // - - / / 3 - �, • '>, \ 111���\ 11 n�333 {. i I 4 TYP. 4 TYP / a � ._ l i i 1 I'= / o TYP 4/ I 1 J i N 2A - - - - - - - - - -LLI V / , II I ' 1 I' � / /' I � � V I I tit II/ 1 I I I , / / ,cn $ I I I iy 1 I I I I o LaL p Lu 1 e / c/) pLLI Q 2 ` - - - ' O i _ ---I-----' I / oa e �1► O a Z cl) cn —s O / �- D, _ / / W Y/ -6r9 Lu ' o - _ S(°'— ----------------- ,a' �� CI Z N Y Cn / m � i / / SNYDER &ASSOCIATES FEET Proiecl No: 122.1191.01 g Sheet KP300 I I I I ,• r I I I I I I I I I r r I I I I \ I \ / 14.3' 6.0' 26.3' NOTES: INSTALL CUBE 1_'PLAY STRUCTURE AS PER MANUFACTURER'S RECOMMENDATIONS. VERIFY ALL DIMENSIONS, SURFACE SAFETY DEPTH, AND INSTALLATION REQUIREMENTS. MANUFACTURER IS BERLINER. CONTACT LARRY RIFE, ABCREATIVE, PHONE 515-333-9800. CLIMBING CUBE KP400 NO SCALE / \ "D 4,X4=1 I I \ 14.4' / NOTES: INSTALL SHACK 3.01 AS MANUFACTURED BY BERLINER, AS PER THEIR REQUIREMENTS VERIFY DIMENSIONS AND SAFETY SURFACE DEPTH. z SHACK KP400 NO SCALE NOTES: INSTALL (2) HAMMOCKS IN LOCATIONS SHOWN ON PLANS. INSTALL AS PER BERLINER MANUFACTURER REQUIREMENTS. VERIFY DIMENSIONS AND SAFETY SURFACE MATERIAL DEPTH. 6.0' l "1 6.0' 22.r / I M73 FED -3 PM 3• I WA � I � I ----J 6.0' 1"' 17.6' 4 LONG SLIDE 7 BOULI KP400 NO SCALE NOTES: INSTALL SLIDE IN LOCATION SHOWN ON PLAN. INSTALL AS PER KP400 NO SCALE BERLINER MANUFACTURER REQUIREMENTS. VERIFY DIMENSIONS. CONTACT LARRY RIFE, PHONE 515-333-9800. NOTES: INSTALL SLIDE IN LOCATION SHOWN ON PLAN. INSTALL AS PER BERLINER MANUFACTURER'S REQUIREMENTS. VERIFY DIMENSIONS. BACKFILL WITH / EXCAVATE APPROX. NATIVE SOIL f &INCH DEPTH PRIOR TO AROUND BASE OF BOULDER PLACEMENT. BOULDER UNDISTURBED SOIL FLARED END PLACE GRANULAR SUBBASE AT 4' DEPTH TO SET PIPE. PIPE TO BE PLACED 4' BELOW EXISTING GRADE. SHORT SLIDE RCP PIPE TUNNEL KP400 NO SCALE KP400 NO SCALE T 3 4 LIMESTONE STEPS KP400 NO SCALE 18'-24', TYP. — 6'-W THICK LIMESTONE STEPS GENERAL NOTES A SEE PLAN FOR QUANTITY AT EACH LOCATION. B. WIDTH OF STEPS TO VARY BETWEEN V-6% C. PLACEMENT OF STEPS TO BE REVIEWED AND APPROVED BY OWNER. D. LIMESTONE TO BE PROVIDED BY WEBER STONE COMPANY, ANAMOSA, IA OR APPROVED EQUAL. COMPACTED GRANULAR SUBBASE COMPACTED SUBGRADE. 95% STD PROCTOR DENSITY RAILINGS ENGINEERED -WOOD FIBER PATH - TOPSOIL BACKFILL - FLARED -END EXISTING GRADE ` PUKE ENGINEERED -WOOD FIBER IN BOTTOM OF PIPE. r V ^W O cn w W a U a Z 0 t_> a co o J v, Q Z w Q � Y � Y � � a W a - o M Q 0 N Y U) 9 SNYDER & ASSOCIATES HAMMOCK KP400 NO SCALE Protect No: 122.1191.01 Sheet KP400 LEGEND FEATURES FOUND Section Comer A 1/2" Reber, Cap # 11579 • (Unless Otherwise Noted) ROW Marker ■ ROW Rail z Contrd Point Bench Mark �P Platted Distance P Measured Bearing 8 Distance M Recorded As R Deed Distance D Calculated Distance C Minimum Protection Elevation MPE Centerline —"-------- Section Line — — — 1/4 Section Line — — — 1/41/4 Section Line ----- Easement Line — — - FEATURES EXISTING Spot Elevation X 122625 Contour Elevation i Fence (Barbed, Field, Hog) —X Fence (Chain Link) Fence(Wood) —0 Fence (Silt) �— Tree Line Tree Stump �$ 0 Deciduous Tree A Shrub Coniferous Tree \\ Shrub Communication (•)— — Overhead Communication —0C(•)— — Fiber Optic — FO(•) — — Underground Electric —E(•)— — Ovemead Electric —OE(*) — — Gas Main with Size —C(•)— — High Pressure Gas Main with Size—HPOh) — — Water Main with Size— SanitarySewerwlthSizeDuct Bank —DUCT(•) — — Test Hole Location for SUE w8D A6 (') Denotes the survey quality service level for utilities Sanitary Manhole O Storm Sewer with Size —ST(•) — — Storm Manhole 0 Single Storm Sewer Intake O Double Storm Sewer Intake m Fire Hydrant A Fire Hydrant on Building R Water Main Valve •• Water Service Valve Well Utility Pole Guy Anchor m Utility POI: with Light O-* Utility Pole with Transformer Street Light D-a Yard Light ):( Electric Box m Electric Transformer Traffic Sign a Communication Pedestal Communication Manhole Communication Handhole Fiber Optic Manhole Fiber Optic Handhole Gas Valve c. Gas Manhole Gas Apparatus IM Fence Post or Guard Post • Underground Storage Tank Above Ground Storage Tank Sign a Satellite Dish B Mailbox • Sprinkler Head + Irrigation Control Valve ."xv UTILITY QUALITY SERVICE LEVELS QUALITY LEVELS OF UTILITIES ARE SHOWN IN THE PARENTHESES WITH THE UTILITY TYPE AND WHEN APPLICABLE, SIZE. THE QUALITY LEVELS ARE BASED ON THE Cl / ASCE 38- 12 STANDARD. QUALITY LEVEL (D) INFORMATION IS DERIVED FROM EXISTING UTILITY RECORDS OR ORAL RECOLLECTIONS. QUALITY LEVEL (C) INFORMATION IS OBTAINED BY SURVEYING AND PLOTTING VISIBLE ABOVE -GROUND UTILITY FEATURES AND USING PROFESSIONAL JUDGMENT IN CORRELATING THIS INFORMATION WITH QUALITY D INFORMATION. QUALITY LEVEL (B) INFORMATION IS OBTAINED THROUGH THE APPLICATION OF APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE THE EXISTENCE AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. QUALITY LEVEL (A) IS HORIZONTAL AND VERTICAL POSITION OF UNDERGROUND UTILITIES OBTAINED BY ACTUAL EXPOSURE OR VERIFICATION OF PREVIOUSLY EXPOSED SUBSURFACE UTILITIES. AS WELL AS THE TYPE, SIZE, CONDITION, MATERIAL, AND OTHER CHARACTERISTICS. UTILITY WARNING THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND/OR RECORDS OBTAINED. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN COMPRISE ALL SUCH ITEMS IN THE AREA, EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN ARE IN THE EXACT LOCATION INDICATED EXCEPT WHERE NOTED AS QUALITY LEVEL A. NOTES 1. BUILDING LINES AND CORNERS ARE FOR USE IN PREPARING CIVIL SITE PLAN DOCUMENTS. BUILDING CORNERS AND BUILDING LINES SHOULD BE SPECIFICALLY VERIFIED, AS NECESSARY, PRIOR TO DESIGN FOR CONSTRUCTION OF ANY PROPOSED EXPANSION OR CONNECTION OF BUILDING COMPONENTS. 2. FOR CLARITY PURPOSES, SURVEY SPOT ELEVATIONS ARE NOT SHOWN ON THIS SURVEY, BUT ARE CONTAINED WITHIN THE DIGITAL CADD FILES. 3. FOR THE PURPOSE OF THIS SURVEY, STORM SEWER. SANITARY SEWER AND WATER MAIN LINES ARE ASSUMED TO FOLLOW A STRAIGHT LINE FROM STRUCTURE TO STRUCTURE. 4. UTILITY SERVICE LINES TO BUILDINGS ARE APPROXIMATE ONLY. AN INTERNAL BUILDING INVESTIGATION, EXCAVATION AND/OR SUBSURFACE LOCATINGIDESIGNATING WOULD NEED TO BE PERFORMED TO DETERMINE THE LOCATION OF SERVICES ENTERING THE BUILDING. 5. UNDERGROUND PIPE MATERIALS AND SIZES ARE BASED UPON VISIBLE EVIDENCE VIEWED FROM ACCESS MANHOLES/STRUCTURES. DUE TO THE CONFIGURATION AND/OR CONSTRUCTION OF THE STRUCTURE, IT MAY BE DIFFICULT TO ACCURATELY DETERMINE THE PIPE MATERIAL AND/OR SIZE. THE SURVEYOR WILL USE THEIR JUDGMENT AND EXPERIENCE TO ATTEMPT TO DETERMINE, BUT COMPLETE ACCURACY CANNOT BE GUARANTEED. 6. BOUNDARY LINES SHOWN ON THE EXISTING SITE SURVEY ARE TO FACILITATE DESIGN OR CONCEPT NEEDS AND ENABLE CREATION OF SAID CONSTRUCTION DOCUMENTS. THESE LINES DO NOT CONSTITUTE A CERTIFIED BOUNDARY SURVEY AND MISSING MONUMENTS WILL NOT BE SET. CONTROL POINTS IOWA REGIONAL COORDINATE SYSTEM ZONE 10 (CEDAR RAPIDS) NAD83(2011)(EPOCH 2O10.00) IARTN DERIVED - US SURVEY FEET NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88 - GEOIDI2A) IARTN DERIVED - US SURVEY FEET CP14 N=7932799.90 E=20520721.80 Z=731.52 X" IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) CP15 N=7932833.55 E=20520572.61 Z=729.41 X- IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) CP16 N=7932957.83 E=20520616.78 Z=720.61 PROPERTY CORNER - %- IRON ROD (AS SHOWN ON SURVEY) DATE OF SURVEY SEPTEMBER 16, 2022 IOWA— oa� c�Qaa 14KO292-8989 Wwwcbwaon%all.corn IV•� �� UTILITY CONTACT INFORMATION UTILITY CONTACT FOR MAPPING INFORMATION SHOWN AS RECEIVED FROM THE IOWA ONE CALL DESIGN REQUEST SYSTEM, TICKET NUMBER 552205921. MIDAMERICAN-GAS Contact Name: Carson Hemphill Contact Phone: 3193414461 Contact Email: orhemphill@midamerican.cem CENTURYLINK Contact Name: SADIE HULL Contact Phone: 9185470147 Contact Email: sadie.hull@lumen.com IOWA CITY. CITY OF Contact Name: Jeff Salm Contact Phone: 3193565163 Contact Email: je8-salm@iowacity.org WON COMMUNICATIONS, LLC Contact Name: Engineering Group Contact Phone: 3192007740 Contact Email: imonengin%ring@imon.net MIDAMERICAN-ELEC Contact Name: LINDSAY HOUSTON Contact Phone: 3193414419 Contact Email: lindsay.houston@midamerican.com METRO FIBERNET, LLC Contact Name: Korie Nellis Contact Phone: 8122131050 Contact Email: 811 design@metronot com ONEOK NORTH SYSTEM L.L.C. Contact Name : SARAYA OYLER Contact Phone: 4054331046 Contact Email: SARAYA.OYLER@ONEOK.COM MEDIACOM IOWA CITY Contact Name: Cad Norton Contact Phone: 3195946201 Contact Email: cnorton@mediaccmcc.am EXISTING SITE SURVEY, , ' t 1 ?3 FEB -3 P11 3: 17 h _ PCC [['� j p� A t1 tatY c!.F tt i!t (3 s`��{A J I I ACC� / � ryO / Grass ACC 1 \ /G�WM� 1 \\ it H 1 \ led Did (Sop 1 \ (BottaDown) •1 V♦MI.�J v_ / Gam' 1 `'✓\ / / ACC / III 14— I/ lance Ring Structure / Carousel Bounce Structure /�_-- r°x;Mulch \ �\ Grass �\ Mulcn//$tidal Timber Landscape Edging 1 1 Swingst /e'1 f_ I �T r Landscape Edging 1 / 1 F. =7 5.49 4' P FE: �\ \ Grass '••� \ \ \ ♦ —me" I O UR\ c F1.-716.8324" \ DID NOT SURVEY INSIDE TREE LINE Pipe is Buned r� \ .p>\ \ \ \ \ ♦� — \ \ \ ♦ ♦ ♦ ♦ _ I — — — — — — — \ Lacey Sagn on P6;C— PHurllee Rin,;ark0 ♦ _ — _ ,^'� ��♦♦\♦♦� —� — ♦ ACC`; ♦ — _ _ PCC ''- 00P15 �C _I_ — SanBary MH Rim=727.78 Inv.=714.34 8" VCP S Inv .=714.17 8' CIP7 W Inv .=714.13 8" VCP N Storm Intake Rim=728.73 F.L. 719.61 18" RCP S F.L: 719.27 18' RCP N PCCY ��Sig�-Park Info 0 Sign -'Speed Limit 25' I \ / F.L. 7 32A' ACC�.� J" v ACC 1Gross / ACC N1 5 0 20 FEET NIA K 0 4 S K � w 2 0 0 S a� m L 0 Of fV z' a i W ,~+ U > Z W _ W In Cn 0 LU ~ W a co) Ilia- 0,,^^ Q Z z_ O_ V Q IP V, O f` > W C:\ IO Y C!) Z a a z Q w W a 0 M W H Z N = Cn 6 SNYDER &ASSOCIATES Project No: 122.1191.01 Sheet HR100 11 \\ v✓ / / " 1 \ � ' y DEMOLITION PLAN CONSTRUCTION NOTES Sanitary MH 11 \\ Rim=719.14 . / 1. EXISTING FEATURES TO REMAIN, PROTECT THE FOLLOWING: b S K IY _ \ (Bolted Down) 1 / — �/ A. TREESNEGETATION. _ — B. PAVEMENT. 1 \\ 3 / C. UTILITIES. L {'4 2. EXISTING FEATURES, OWNER TO REMOVE AND DISPOSE OF THE ~ U% FOLLOWING: A. PLAY EQUIPMENT. 1 tie:.= B. EXISTING TREEW VEGETATION. i o a 1 \\ / / 1B 3. CONTRACTOR TO REMOVE AND DISPOSE OF THE FOLLOWING: 1C _ A. EXISTING TIMBER EDGER AND MULCH. o B. EXISTING GRAVEL. C. IXISTING BENCH. if m 0 0 3t� D. EXISTING TREE. m [ w 1A - ' ' 9A " I ? E I ' 2B— 1A I 1A } 36 'I $ \ - U w / \ 4? 1 Q z 0 r 3AI o I / .. , yg •\\�I\ . \\ ♦ 3A I �1 �� I _ \ L. II \ m f � V Z W� Z \ i Q J cn s1A \\ �----- a Z W / 1q / \ 26 Z p J o — V W 0 V Y cn Z Q Q F.L=716.9324' PFES / o W ,A \ \I W F.L.=716.8324'RCP \ \ 1A ` 36 a w Q - \ \ I V-- ch � \ \I N Z Z o ; \ \ F N 2 cn � � 1B �\ .\ SN wP ODER 10 — T Pipe is Buried wJ" — — — FEET • Prot No.:HR:10:11' \ i� Sheet SITE LAYOUT PLAN CONSTRUCTION NOTES a N 1 \ / 1. PAVEMENTS, PROVIDE THE FOLLOWING: 1 \A.\ B. PCC EDGER, 6' WIDTH X 5' DEPTH WITH #5 REBAR. CENTERED. 1 \ / / 2. PLAYGROUND, SEE SHEET HR400, OWNER TO PURCHASE AND CONTRACTOR TO INSTALL THE L /V(/rail// ., FOLLOWING: N 1 / f`' ° { A. PLAY EQUIPMENT: STRUCTURE (MANUFACTURER: GAMETIME; MODEL: VISTASTAR 2 1 / * .e. - (HYBRID); COLOR: AS SELECTED BY OWNER). 1 'c\\ / / / ° i��= '•" B. SWINGS STRUCTURE (MANUFACTURER: GAMETIME; MODEL: 2-BAY SINGLE -POST; COLOR: 1 / AS SELECTED BY OWNER). z o C. PLAYGROUND SURFACING TO BE ENGINEERED -WOOD FIBER MATERIAL. 0v-i . 4 3. SITE AMENITIES. OWNER TO PROVIDE AND INSTALL THE FOLLOWING: rc .. i}` i A. BENCH13 . 8 p / a � v �0\J. W - 1B i E > �NT 2A a z o c z 5 Y T2 `\ <� 2C R26-V \ \ I \ J \ O113 11 / to \ \ �� _3A to / \ \ uJ Z / \ o IL a w - co O Z Q \ Q H 0 cl) /1A- Y cn J ` Q ' - \ S. \ a w a Lu C ZIA Z 04 ' � J SNYDER &ASSOCIATES ' co� FEET Pi°lecl N. 122.1191.01 g `, 1 Sheet H R200 m in o 1 \ SanitaryMH cM 1 \ Rim=719.14 / / f GRADING PLAN GENERAL NOTES o Q. 1 \\ (Bolted Down) / �f A. CONTRACTOR TO STRIP AND STOCKPILE TOPSOIL FROM ALL AREAS DISTURBED. G 1 B. RE -SPREAD TOPSOIL TO A 6' MINIMUM DEPTH OVER LAWN AREAS. N GRADING PLAN CONSTRUCTION NOTES ~ e It 718,19) n m 1. PROTECT EXISTING SANITARY SEWER SYSTEM. VERIFY LOCATION. o // 2. STORM SEWER SUBDRAIN, SEE DETAIL AND PROVIDE THE FOLLOWING: m r S / / ATLOPE. 73 FEBr. }' �� � • S. PROVIDE W DUAL WALL PERFORATED DPE SUBDRAIN AT MINIMUM 0.5%SLOPEua 1 \ t ( \ C. SUBDRAIN OUTLET IN DRAINAGEWAY. SEE SUDAS DETAIL 4040.233. INCLUDE RODENT 18.40 pa' ( R GUARD. O rn 1 \ / it j D. APPROXIMATE LOCATION OF HIGH POINT IN SUBDRAIN TO SLOPE AROUND PLAY AREA. � -1 3. PROVIDE FILTER SOCK WHERE SHOWN AND ADJUST AS NECESSARY DURING w ri / / I 1 I , / /--��`'••., (. i -"{- ` 7 .-i CONSTRUCTION. I 1 I l / i ' \ \.� t " * 4. HYDRAULICALLY SEED ALL AREAS DISTURBED BY CONSTRUCTION, USING ¢ m ' / \ BONDED -FIBER MAXTRIX MULCH. SEED MIX SHALL BE TYPE 1 PERMANENT LAWN. FOR 28 MORE INFORMATION, REFER TO SUDAS 9010. / ..-�` - I 5. PLACE TOPSOIL OVER AREA WHERE GRAVEL IS TO BE REMOVED, PRIOR TO SEEDING. Q E 719.1 119:20.. �'' D 7 i $ ( 03T a I =sN 7 4 60 Z '\ — / '`•✓ .'' INV = 917.05 \ i \ I - 28 ... /, 4 f 00 \ \ F.L.t7.1 24" RCP FES z 11 I ```f` \\ • ' 1 t'70 • \ \ Q 719.61 2C —1 a w `1 / \ , / `. 2B , r e \ 0 / z 719.7071�4 _ Fee 719.30 z w ----- 719�10 \ [' z / 9 \ \ \ULI 8 \ R / / \ 719. 19.40 O 0 cn \ ' \ \ \ w W fy \ 5 a xs f-- \ cn Q z z O 719. ° �Q/ U ,o V♦ 0 z Y CO a Q i \}1\ �t9.60 a 9 \\ 19.70 \ \ �F.L=7169324" PFES / LLI z 2 / I W \I Q F.L.=716.83 24' RCP \ \ \ — Lu N Z Z N 2 \ , i19.95) 201\ SNYDER &ASSOCIATES ti ` ((4777 Pepe i5 8urietl FEET 1 J\�• / \ Protect No. 122.1191.01 \ Sheet H R300 a�ttn aaac aam+ STM 2 (HY81M) NOTES 1. CONTRACTOR TO INSTALL PLAY EQUIPMENT AS PER MANUFACTURER'S REQUIREMENTS. 2. PLAY EQUIPMENT COLOR TO BE EARTH TONES AS APPROVED BY OWNER. 7113 FEB -3 P • eme lime A • _ �A,��^ 150 Pla Core Drive SE Y Fort Payne, AL e5967 vrvvw.gametime.Com I S 0 g O 0 1 cenT,v_eo • aari^� IMPORTANT: Soft resilient surfacing This I Minimum Area Required: should be Drawn By: "City of Iowa City pay placed in the use zones of all y y equipment is equipment, as specified for each type of CR/HS Hunters Run Park, Revised recommended equipment, and at depths to meet the Date: Srale: IOWa CI , IA for children ages critical fall heights as specified by the U.S. 01 /06/2023 This drawing can be Representative consumer Product Safety Commission, 5-12 scaled only when in Drawing Name: ASTM standard F 1487 and Canadian Cunningham Recreation an 11" x 17" format Standard CAN/CSA-Z-614 163172-01-02 LARGE PLAY STRUCTURE AND SWINGS 400. NO SCALE PLAY EQUIPMENT AREA, WIDTH VARIES. SEE DIMENSION P CLEAN ENGINEERED WOOD FIBER aKFILL .-• I - DEPTH PER NEW PCC MANUFACTURERS APPROVED SIDEWALK 15"DEPTH MINIMUM. 12'DEPTH PREPARED r.�.. v...... SUBGRADE, COMPACTED IN STANDARD PROCTOR DENSITYDEPTH MODIFIED 11=11 11-11=11 II n=a=u irn= nDUAL — It=11-II=11=1 L _PERFORATED UNDISTURBED SOIL..111=U=II=1f.• NWALL HD CROSSIL PLAY AREA • ••• FIBER PLAY SURFACE HR400 NO SCALE N V U W O a W U) �, a Z J O a V f— ~ O � o Cn z CIO a a Z 06 Y � � cn W a W o a O Z Z N 2 CIO 9 SNYDER &ASSOCIATES Project No 122.1191.01 Sheet HR400 LEGEND FEATURES FOUND Section C."A 1/2" Rebar, Cap k 11579 • (Unless Otherwise Noted) ROW Marker ■ ROW Rail i Control Point Bench Mark �P Platted Distance P Measured Bearing & Distance M Recorded As R Deed Distance D Calculated Distance C Minimum Protection Elevation MIRE Centerline --- Section Line — - — 1/4 Section Line — - - - 1/41/4 Section Line ----- Easement Line — — - FEATURES EXISTING Spot Elevation X 122525 Contour Elevation Fence (Barbed, Fiald, Hog) —X Fence (Chain Link) Fence(Wood) —O Fence (Sit) Tree Line Tree Stump O Deciduous Tree A Shrub Coniferous Tree \1 Shrub Communication •)— — OvemeadCommunication —OC(•)— — Fiber Optic —FO(•)-- Underground Electric —E(•)— — Overhead Electric —OE(•) — — Gas Main with Size —C(•)— — High Pressure Gas Main with Size —HPG(•) — — Win r Main with Size —w(')— — SanitarySewerwithSize —S(')— Duct Bank -DUCT(•) — - Test Hole Location for SUE wIID $ (') Denotes the survey quality service level for utilities Sanitary Manhole EI Storm Sewer with Size —ST(•) — — Storm Manhole 0 Single Storm Sewer Intake 0 Double Storm Sewer Intake m Fire Tit Ct Fire Hydrant on Building R Water Main Valve « Water Service Valve Wall Utility Pole Guy Anchor T Utility Pole wth Light O� Utility Pole wiwithTransformer Street Light o-=E Yard Light ):( Electric Box Electric Transformer m Traffic Sign a Communication Pedestal IM Communication Manhole Communication Handhole CID Fiber Optic Manhole Fiber Optic Handhole Gas Valve o Gas Manhole Gas Apparatus 13 Fence Post or Guard Post • Underground Storage Tank =D Above Ground Storage Tank Of Sign Satellite Dish f Mailbox S. Sprinkler Head + Irrigation Control Valve «x:v UTILITY QUALITY SERVICE LEVELS QUALITY LEVELS OF UTILITIES ARE SHOWN IN THE PARENTHESES WITH THE UTILITY TYPE AND WHEN APPLICABLE, SIZE. THE QUALITY LEVELS ARE BASED ON THE Cl / ASCE 38-02 STANDARD. QUALiTY LEVEL (D) INFORMATION IS DERIVED FROM EXISTING UTILITY RECORDS OR ORAL RECOLLECTIONS. QUALITY LEVEL(C) INFORMATION IS OBTAINED BY SURVEYING AND PLOTTING VISIBLE ABOVE -GROUND UTILITY FEATURES AND USING PROFESSIONAL JUDGMENT IN CORRELATING THIS INFORMATION WITH QUALITY D INFORMATION. QUALITY LEVEL (8) INFORMATION IS OBTAINED THROUGH THE APPLICATION OF APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE THE EXISTENCE AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. QUALITY LEVEL (A) IS HORIZONTAL AND VERTICAL POSITION OF UNDERGROUND UTILITIES OBTAINED BY ACTUAL EXPOSURE OR VERIFICATION OF PREVIOUSLY EXPOSED SUBSURFACE UTILITIES, AS WELL AS THE TYPE, SIZE, CONDITION, MATERIAL, AND OTHER CHARACTERISTICS. UTILITY WARNING THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY INFORMATION AND/OR RECORDS OBTAINED. THE SURVEYOR MAKES NO GUARANTEE THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN COMPRISE ALL SUCH ITEMS IN THE AREA, EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN ARE IN THE EXACT LOCATION INDICATED EXCEPT WHERE NOTED AS QUALITY LEVEL A. CONTROL POINTS IOWA REGIONAL COORDINATE SYSTEM ZONE 10 (CEDAR RAPIDS) NAD83(2011XEPOCH 2O10.00) IARTN DERIVED - US SURVEY FEET NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88 - GEOIDIZA) IARTN DERIVED - US SURVEY FEET CP14 N=7940579.29 E=20539056.79 Z=724.31 V IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) CP15 N=7940883.87 E=20538888.56 Z=718.63 )i" IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) Sanitary MH y,' EXISTING S,.URV:E'� Rim=717.88 _ Inv.=710.4718' DIP NE Inv.=710.37 18' DIP SW � - - _ / - _ - WRmTntaTe - - _ , ----- - ihP.- I = Ran 115.35 -, / i 11Cii 7.7924"RCP LiW �'''.\... _`�♦ +ri �r lj�1! / r' - ,- ♦ `.> {0 Y. is `s sir 4� - 'Large PCC Seymartud li+ook Yvali I l.' 1 r CP16 N=7940867.96 E=20539237.03 Z=721.09 )4/ ♦ ! i 1 1 ' IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEIL -------- 1jKt r�ndscape Edging \ DATE OF SURVEY /� �'`� - - - - Swings: G iss / O- NOVEMBER22,2022 / &orntgtlyi-' / -✓ I 1— I -=- I / /Rim-716.47 P CMulch ! I �loor D�jin I I \ /F,L=707.522CP NB I. ^\ Graee ! Playgrou` 1 rp Silo e I I) I I \ �'- ` Equipment G I Ri y-- I _ / / ' ' \ \ ♦ / I FL =714. 44' AD NE i Grass I Mowed Edge ` �` �- Shel[e�nTcture \ I � I I I ) I \ �\ -'..♦ PC ! t w Gnus \ ♦ ♦:♦_ t \ ♦ I \ \ i Overhang J \ �n�� ♦ Storm IntalleOA I ' O�� _ _-.._..� \ J Grass / I © \ Well 7119.07 ) k, OLJ LI ���� I Grass / _ J 1 Q / / 1 Bbadhere Well= Dirt, 1 I I I'; `�\% Full of Dirt, I'� O i \t I No Pipes Visible I / \ � v I 1 I I 1 1400-292-8989 1 yr I I IthChain Link Backstop I UTILITY CONTACT INFORMATION UTILITY CONTACT FOR MAPPING INFORMATION SHOWN AS RECEIVED FROM ~ THE IOWA ONE CALL DESIGN REQUEST SYSTEM, TICKET NUMBER 552207967. I / I I- / / Itt \\\ (�\\� Bench Grass MIDAMERICAN-GAS I h I I Chain Link Backstop Contact Name : Carson Hemphill ( !' ♦ \ I 1 I 1 Contact Phone: 3193414461 ( t I ♦ 1 \ \ 1 I; Contact Email: crhemphill@midamerican.com I ( Grass \ I \ 1 CENTURYLINK Contact Name: SADIE HULL Contact Phone: 9185470147 Contact Email: sadie.hull@lumen.com IOWA CITY, CITY OF Contact Name: Jet Salm Contact Phone: 3193565163 Contact Email: jet-salm@iowa-cftywg IMON COMMUNICATIONS, LLC Contact Name: Engineering Group Contact Phone: 3192007740 Contact Email: imonengineering@imon.net MIDAMERICAN-ELEC Contact Name : LINDSAY HOUSTON Contact Phone: 3193414419 Contact Email: Iindsay.houston@midamedcan.com MEDIACOM IOWA CITY Contact Name: Cad Norton Contact Phone: 3195946201 Contact Email: morton@mediacomcc.com NOTES 1. BUILDING LINES AND CORNERS ARE FOR USE IN PREPARING CML SITE PLAN DOCUMENTS. BUILDING CORNERS AND BUILDING LINES SHOULD BE SPECIFICALLY VERIFIED, AS NECESSARY, PRIOR TO DESIGN FOR CONSTRUCTION OF ANY PROPOSED EXPANSION OR CONNECTION OF BUILDING COMPONENTS. 2. FOR CLARITY PURPOSES, SURVEY SPOT ELEVATIONS ARE NOT SHOWN ON THIS SURVEY, BUT ARE CONTAINED WITHIN THE DIGITAL CADD FILES. 3. FOR THE PURPOSE OF THIS SURVEY, STORM SEWER, SANITARY SEWER AND WATER MAIN LINES ARE ASSUMED TO FOLLOW A STRAIGHT LINE FROM STRUCTURE TO STRUCTURE. 4. UTILITY SERVICE LINES TO BUILDINGS ARE APPROXIMATE ONLY. AN INTERNAL BUILDING INVESTIGATION, EXCAVATION AND/OR SUBSURFACE LOCATING/DESIGNATING WOULD NEED TO BE PERFORMED TO DETERMINE THE LOCATION OF SERVICES ENTERING THE BUILDING. 5. UNDERGROUND PIPE MATERIALS AND SIZES ARE BASED UPON VISIBLE EVIDENCE VIEWED FROM ACCESS MANHOLESISTRUCTURES. DUE TO THE CONFIGURATION AND/OR CONSTRUCTION OF THE STRUCTURE, IT MAY BE DIFFICULT TO ACCURATELY DETERMINE THE PIPE MATERIAL AND/OR SIZE. THE SURVEYOR WILL USE THEIR JUDGMENT AND EXPERIENCE TO ATTEMPT TO DETERMINE, BUT COMPLETE ACCURACY CANNOT BE GUARANTEED. 6. BOUNDARY LINES SHOWN ON THE EXISTING SITE SURVEY ARE TO FACILITATE DESIGN OR CONCEPT NEEDS AND ENABLE CREATION OF SAID CONSTRUCTION DOCUMENTS. THESE LINES DO NOT CONSTITUTE A CERTIFIED BOUNDARY SURVEY AND MISSING MONUMENTS WILL NOT BE SET. / 1 I I \\\ (♦ Grass M_ I ` E 1 I \ t St Intake l \ 1 \ 1 Rr=719.43 1 \ 1 \ 1 F.L=715.136'VCPS 1 j F.0:715.03 6"VCP N 1 \ \ / F.L.=V14.90 10'VCP? W 1 / G\g\ a — I ` / Gila. h ` �♦ 51(o) N ♦1 1 F hlSIM SIM \ / 1 ♦� / I StormMH —j (D) � \ ♦ / I Rim=7105♦ ! 1 FuII ST L1.bn's,/ I Storm MH \ \ 1 No Pipes Visible Sanitary MH Rim=714.11 Rim=713.52 F.L.=709.81 8" VCP? E Inv. 706.52 24' VCP NE F.L.=709.81 12' RCP W Inv =706.44 24' CMP S FEET LLI U Z U W v! O W co W t= w li Ilia— Z Z_ O_ U V H X O W CO > Y W C'^ a Q Ca Q O LU a � o M a CD Q cV = CO 6 SNYDER &ASSOCIATES Project No 122.1191.01 Sheet HAH100 1 �\ 1 1 \ , \ I 1B I I ---I- —� -�-� I �oor Drain 1 I \ I .? \ I I I I I 1 \ �- 1 T I Sloan I 1 \In F.L.=71 P ADS N I I Well=71\ I I I I I I I I I 1B I I I I 7---'.6 2A I E I I I 1 I I I I I I I I I I I \ \ f / / I / I / / , , 1 1 1 , y 1 \ I I I I I I I I I I I 1 1 \ 1 1 Q 1, 1 DEMOLITION PLAN CONSTRUCTION NOTES 1. EXISTING FEATURES TO REMAIN, PROTECT THE FOLLOWING: A. TREESIVEGETATION. B. PAVEMENT. C. STRUCTURE/FEATURE. 2. EXISTING FEATURES, CONTRACTOR TO REMOVE AND DISPOSE OF THE FOLLOWING: A. CURB. SEE SHEET HAH2O0. B. PLAY EQUIPMENT, STRUCTURES AND FOOTINGS. C. PAVEMENT. SAW -CUT TO FULL DEPTH. 3. OVER -EXCAVATE SOIL TO 54NCH DEPTH AND PREP FOR BASEBALL INFIELD INSTALLATION. EDGE TO BE 5' VERTICAL -CUT. 4. SITE AMENITIES: PROVIDE THE FOLLOWING: A. RELOCATE BLEACHERS TO LOCATION ON SHEET HAH2O0. B. RELOCATE BENCH TO LOCATION ON SHEET HAH2O0. S. CONTRACTOR TO BACKFILL ALL HOLES ONCE PLAY EQUIPMENT AND ✓FOOTINGS HAVE BEEN REMOVED IN PLAY AREA. 1 GO, 1 1 \ 1 \ Storm Intake Rim=7;1.07 4A We11=7t9.07 / Full of _�t - I I No Pip e$ Visible I 1 L\ I I 11 1 � 1 I � 1 I 1 I 1 I / ` \ I I I I \ \ \ \ I I 1 \ I I I I I o I G I I I I I 1 \ I \ ` 1 I I \ II \ \ I I ` \ I 1 I \ I N=7940760.09 \ I I E=20539190.22 1 \ I \ I 1 I I I I 1 I �N 1 1 I \ Stonn Intake I \ RIm=719.43 t \ F.L=716. 136'VCP S I \ F.L.=715.03 6' VCP N \ f.L =714.90 10' VCP? W I \ FEET I \ � I r V Z W Q O a Cn a o LL.1 z O Q O L U W O i Y un W � o � J Q = W a } o m a o a Z N 2 Cn SNYDER &ASSOCIATES Project No: 122.1191.0 1 Sheet HAH101 I 1 / / / 1 I I I I 1 I I 1 1 1 1 I 1 1 I I 1 1 1 I 1 1 1 I I I I I I I 1 I I I I I I 1 1 1 1 1 1 1 1 I 1 l T`♦ I 1 I I I I I I I 1 \ \ \ 1 I I I I I I I 1 1 I 1 I I \ \ \ \ \ \ ` 1- �',Ft C1TY_ I I I I I I I I I I J I I I , I 1 / 1 I 1 ,1 / 1 / 4A 1 I 46 I 1 I I /\ c I 1 1 1 1 I / SITE LAYOUT PLAN CONSTRUCTION NOTES 1. OWNER TO PROVIDE AND INSTALL PLAY EQUIPMENT AND PLAY AREA SURFACING FOR AREA SHOWN. CONTRACTOR TO COORDINATE WITH OWNER FOR CONSTRUCTION AND ELEVATIONS IN PLAY AREA. 2. PAVEMENTS, PROVIDE THE FOLLOWING: A. W DEPTH PCC. B. PCC EDGER, 6' WIDTH X 5' DEPTH WITH #5 REBAR, CENTERED. 3. PROVIDE BASEBALL INFIELD MATERIAL AT 5' DEPTH. MATERIAL TO BE AS PROVIDED BY FLEX -A -CLAY® AND APPROVED BY OWNER. 4. SITE AMENITIES. PROVIDE THE FOLLOWING: A. RELOCATED BLEACHER. B. RELOCATED BENCH, AS APPROVED BY OWNER. 5. CONTRACTOR TO INSTALL HOME PLATE, AS PER MANUFACTURER'S RECOMMENDATION. OWNER TO PROVIDE HOME PLATE. 1 . GCP 1 I \ 1 I 1 I 1 I \ Stormyntake I I Rim=7J1.07 I 1 We0=7 9.07 I I Full of rt, No Pipe Visible I 1 1 I 1 y I I1 I I I 1 I 1 I I I 1 I I 1 I = 1 I I I 1 , 1 , 1 \ I I I , \ I , a I \ II I \ \ II I \ I I 1 I I I \ I I , I I , 1 I , I I \ 1 I 1 I 1 / I I II 1 1 \ Storm Intake \I I \ Rim=719.43 1 \ F1,715.136'VCPS I , \ \ F.L.=715.036'N F.L.=714.90 10' "VCVCP7 W 0�-1,e I; \ , FEET \ 1 I: \ F t Rlo) i r F— c.0 U Z w Q J a o w Z Q o L c� a � o cn Y W a Q O J a = w a o m aCD �- Z N 2 � 6 SNYDER & ASSOCIATES Project No: 122.1191.01 Sheet HAH2O0 �Lol VOT / I (CM'yY i� GRADING PLAN GENERAL NOTES A CONTRACTOR TO STRIP AND STOCKPILE TOPSOIL FROM ALL AREAS DISTURBED. B. RESPREAD TOPSOIL TO A 6' MINIMUM DEPTH OVER LAWN AREAS. C. PROVIDE EROSION CONTROL AROUND ON SITE AS NECESSARY TO CONTROL SITE EROSION, USING FILTER SOCK. D. HYDRAULICALLY SEED ALL AREAS DISTURBED BY CONSTRUCTION. USING BONDED -FIBER MAXTRIX MULCH. SEED MIX SHALL BE TYPE 1 PERMANENT LAWN. FOR MORE INFORMATION, REFER TO SUDAS 9010. GRADING PLAN CONSTRUCTION NOTES 1. CONTRACTOR TO OVER -EXCAVATE PLAY AREA BELOW SIDEWALK AT 15' DEPTH IN CENTER TO 18. DEPTH AT PERIMETER. IN COORDINATION WITH OWNER. NO SUBDRAIN TO BE INSTALLED. 2. HYDRAULICALLY SEED ALL AREAS DISTURBED BY CONSTRUCTION, USING BONDED -FIBER MATRIX MULCH. SEED MIX SHALL BE TYPE 1 PERMANENT LAWN. FOR MORE INFORMATION, REFER TO SUDAS 9010. \ 1 1 \ 1 � 1 I OCP \ 1 1 Y { \ 1 1 1 1 1 1 \ StortnYntake I Rim=7�1.07 ,'p 1 Well=7t9.07 ^,0 I Full of DYt. I I No Pipes Visible I 1 m 11 I ,0 1 -1 It 1 1 I I I \ ` I I \ \ I I H I I I I I I = I 1 1 1 I � I , 1 It I \ \ \ I \ r 1 I I I \ \ \ 1 1 \I { \ 1 \ Stom Intake 1 1 I \ 1 \ Rim=719.43 \ I F.L.=715.13 6' VCP S 1 \ / \ F.. 7L.=715.03 6' VCP N 1 0�10 F.L14.90 10' VCP? W FEET oIN z G a O m 4 �o K � wa �5 M d N U) 0 rn N Z Q a J w I— Z — O 0 V V O Z_ O w W LLI a 06 z a z — O Q U ~ Lr. O a 0 > Y '� N v, L.L zLLI a Q o 06 J a = LLI ch a �- CD Z N = Cn 6 SNYDER &ASSOCIATES Project No. 122.1191.01 Sheet HAH300 NOTES LEGEND FEATURES FOUND 1. BUILDING LINES AND CORNERS ARE FOR USE IN PREPARING CIVIL SITE Section Comer T . PLAN DOCUMENTS. BUILDING CORNERS AND BUILDING LINES SHOULD BE SPECIFICALLY VERIFIED, AS NECESSARY, PRIOR TO DESIGN FOR 1I2' Reber, Cap # 11579 (Unless Otherwise Noted) CONSTRUCTION OF ANY PROPOSED EXPANSION OR CONNECTION OF BUILDING COMPONENTS. ROW Marker ■ ROW Rail = 2. FOR CLARITY PURPOSES, SURVEY SPOT ELEVATIONS ARE NOT SHOWN Control Point Bench Mark �p ON THIS SURVEY, BUT ARE CONTAINED WITHIN THE DIGITAL CADD FILES. Plated Distance P 3. FOR THE PURPOSE OF THIS SURVEY, STORM SEWER, SANITARY SEWER Measured Bearing It Distance M AND WATER MAIN LINES ARE ASSUMED TO FOLLOW A STRAIGHT LINE Recorded As R FROM STRUCTURE TO STRUCTURE. Deed Distance D Calculated Distance C 4. UTILITY SERVICE LINES TO BUILDINGS ARE APPROXIMATE ONLY. AN \ ° Minimum Protection Elevation Cenledine MPE ------- --- INTERNAL BUILDING INVESTIGATION, AND/OR SUBSURFACE TO \ Section Line — — — BE PER LOCATING/DESIGNATING WOULD NEED TO BE PERFORMED TO D \ \ 1/4 Section Line _ _ — DETERMINE THE LOCATION OF SERVICES ENTERING THE BUILDING. 1A 114 Section Line —"-- 5. UNDERGROUND PIPE MATERIALS AND SIZES ARE BASED UPON VISIBLE All Easement Line — — — EVIDENCE VIEWED FROM ACCESS MANHOLES/STRUCTURES. DUE TO FEATURES EXISTING THE CONFIGURATION AND/OR CONSTRUCTION OF THE STRUCTURE. IT MAY BE DIFFICULT TO ACCURATELY DETERMINE THE PIPE MATERIAL t Spot Elevation X 1225.25 AND/OR SIZE. THE SURVEYOR WILL USE THEIR JUDGMENT AND / Contour Elevation —"% — EXPERIENCE TO ATTEMPT TO DETERMINE, BUT COMPLETE ACCURACY o / Fence (Barbed. Field, Hog) —X CANNOT BE GUARANTEED. Fence (Chain Link) Fence (Wood) —O 6. BOUNDARY LINES SHOWN ON THE EXISTING SITE SURVEY ARE TO Parking BI Fence (Silt) —� FACILITATE DESIGN OR CONCEPT NEEDS AND ENABLE CREATION OF Tree Line SAID CONSTRUCTION DOCUMENTS. THESE LINES DO NOT CONSTITUTE A Tree Stump CERTIFIED BOUNDARY SURVEY AND MISSING MONUMENTS WILL NOT BE O-a. O SET. Deciduous Tree \\Shrub Coniferous Tree \\ Shrub 0 ' I — Cemmenicawn —c(#•)— — CONTROL POINTS ACC \ Overhead Communication _CC(.)_ — Fiber Optic —FO(•) — — IOWA REGIONAL COORDINATE SYSTEM ZONE 10 (CEDAR RAPIDS) Underground Electric —Q.)-- NADa3(201I XEPOCH 2O10.00) IARTN DERIVED - US SURVEY FEET Sign-ADI Overhead Electric —OE(*) — — NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88 - GEOID12A) Gas Main with Size —G(•)— — IARTN DERIVED - US SURVEY FEET High Pressure Gas Main with Size—HPG(•) —w(')— CP23 N=7941387.95 E=20541295.06 Z=774.54 Water Main with Size Sanitary Sewer with Size —W(9-- MAG NAIL IN ACC DRIVE (AS SHOWN ON SURVEY) Duct Bank —DUCT(•) — — & CP24 N=7941116.60 E=20541533.49 Z=759.80 — Test Hole Location for SUE w/ID & IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) _ — _ —ACC- (*) Denotes the survey quality service level for utilities CP25 N=7941413.08 E=20541569.44 Z=765.85 — J4' IRON ROD WITH RED CONTROL CAP (AS SHOWN ON SURVEY) _ ♦ — — Sanitary Manhole © — — — / L — — — 8' Ston[ Storm Sewer with Size Stoml Manhole —9T(•) 0 DATE OF SURVEY — — — Single Storm Sewer Intake l� Double Stoma Sewer Intake m NOVEMBER 22, 2022 Fire Hydrant A / Fire Hydrant on Building R Water Main Valve — — Water Service Valve 6 — — Well Utility Pole ° — Guy Anchor T > Utility Pole with Light O� Utility Pole with Transtonner 4= Street Light O-4 Yard Light X( — Electric Box ® — ElectricTransformer E Traffic Sign _ Communication Pedestal Communication Manhole Communication Handhole Its Fiber Optic Manhole Fiber Optic Handhole Gas Valve Gas Manhole w Qc Gas Apparatus IM O' O�� Fence Post or Guard Post • Underground Storage Tankra O>m ^ /'\ Above Ground Storage Tank ® OHM VLUI w Sign Satellite Dish F ' ps O n9a$989 �vswi7i Y7 Mailbox Sprinkler Head • + W W W.Iowcwineccdl.com Irrigation Control Valve UTILITY QUALITY SERVICE LEVELS UTILITY CONTACT INFORMATION QUALITY LEVELS OF UTILITIES ARE SHOWN IN THE PARENTHESES WITH THE UTILITY UTILITY CONTACT FOR MAPPING INFORMATION SHOWN AS RECEIVED FROM TYPE AND WHEN APPLICABLE, SIZE. THE QUALITY LEVELS ARE BASED ON THE Cl / THE IOWA ONE CALL DESIGN REQUEST SYSTEM, TICKET NUMBER 552207966. ASCE 38-02 STANDARD. QUALITY LEVEL (D) INFORMATION IS DERIVED FROM EXISTING UTILITY RECORDS OR ORAL RECOLLECTIONS. MIDAMERICAN-GAS QUALITY LEVEL IC) INFORMATION IS OBTAINED BY SURVEYING AND PLOTTING Contact Name: Cancan Hemphill VISIBLE ABOVE -GROUND UTILITY FEATURES AND USING PROFESSIONAL JUDGMENT Contact Phone: 3193414461 IN CORRELATING THIS INFORMATION WITH Contact Email: crhemphill@midamerican.com QUALITY D INFORMATION, QUALITY LEVEL (a) INFORMATION IS OBTAINED THROUGH THE APPLICATION OF IOWA CITY, CITY OF APPROPRIATE SURFACE GEOPHYSICAL METHODS TO DETERMINE THE EXISTENCE Contact Name : Jet Salm AND APPROXIMATE HORIZONTAL POSITION OF SUBSURFACE UTILITIES. Contact Phone: 3193565163 OUAUTV LEVEL (A) IS HORIZONTAL AND VERTICAL POSITION OF UNDERGROUND Contact Email: jefl-salm@iava-tlry.org UTILITIES OBTAINED BY ACTUAL EXPOSURE OR VERIFICATION OF PREVIOUSLY EXPOSED SUBSURFACE UTILITIES, AS WELL AS THE TYPE, SIZE, CONDITION, MIDAMERICAN-ELEC MATERIAL, AND OTHER CHARACTERISTICS. Contact Name: LINDSAY HOUSTON Contact Phone: 3193414419 UTILITY WARNING Contact Email: lindsay.houston@midamerican.com M M IOWA CITY THE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY tact N Contact Name : Cad Norton INFORMATION AND/OR RECORDS OBTAINED. THE SURVEYOR MAKES NO Contact Phone: 3195946201 GUARANTEE THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN Contact Email: moron@madiacomcc.com COMPRISE ALL SUCH ITEMS IN THE AREA, EITHER IN SERVICE OR ABANDONED. THE SURVEYOR FURTHER DOES NOT WARRANT THAT THE UTILITIES OR SUBSURFACE FEATURES SHOWN ARE IN THE EXACT LOCATION INDICATED EXCEPT WHERE NOTED AS QUALITY LEVEL A. EXISTING SITE SURVEY FLE-3 Pt 3= t \ '\ Owss ♦ \ \ ♦ ♦ ♦ ``Li \ \ \ \and ykiran C 1` \ \ \ ♦ ♦ Grey ♦ ar,, �eJ \ -qq ♦ � ♦ ma`s, `.,♦ ♦ ♦ ` ♦ \ ♦ \ ` ♦ ♦ \'770\ ♦ ♦ ♦ EOw Along Edge \ \ \ ♦ ♦ — — ♦ \ ♦ ♦ ♦ \ king � ♦ � ` � � 4irB — ♦ ` � ♦ ♦ ♦ ♦ \ ♦ \ '•. / 8'SWM1a Wall J ♦ ♦ ♦ ♦ \ Bents on PCC Pad 's 1 \ ♦ \ � \ ♦ ♦ ♦ ♦ ♦ \ \ \ ,•. PCC �gM500 t \_ — \ \ ♦ ♦ ♦ ♦ \ \ L Sign -Trail ap ♦ ♦ ` \ \ \ \ ♦ ' ♦ ♦ ♦ \ \'•, — With PCC ootin9 � \ \ \ ♦ ♦ \ \'•. — — — Sign- arkkAWe\Grass ♦ ' ♦ ♦ ♦ ♦ \ ♦ ♦ \ ` \\ ,'� _ ♦♦ ♦ ♦ \ 9111 C ♦ ♦ \ \ \ \ \ Restrooms ♦ \ \ \ ..w.'°' Win, :"\ y„wln \ \ \ `�s '� ` Grass\ v \ \ 1 \ \ \ rasp_ \ PCC t, Memorial Boulder \ Gras1 ss i \ N �—r W Li I1J f� V Z — X V UJ Z 1 O e Cn w Is W a J � a Z _ O o V Y O Cn Z all Y Z w W a J 0 M a 0 C4 a u� 6 SNYDER &ASSOCIATES Project Na: 122.1191.01 Sheet HIH100 OCP24 Wren DEMOLITION PLAN CONSTRUCTION NOTES w \\ \ �♦ ♦ �, `\ `�` i \ \ ` ` `` ` ♦ o ` \ ♦ \ 1. EXISTING FEATURES TO REMAIN, PROTECT THE FOLLOWING: _ IL( \ ♦ ♦ ♦ ♦ ` ♦ A. TREES/VEGETATION. vi \ ♦ ♦ ♦ ♦ ♦ ♦ \ _ B. PAVEMENT. 6J e ♦ ` J ♦ \ ` ` ♦ \ ♦ \ ♦ ♦ - i �� C. STRUCTURE/FEATURE. ,- ♦ f 1 \ \\ \ \ \ ` ` c` ` \ \ ♦ \ ` ♦ ` ♦ \ ` ? asr� 2. EXISTING FEATURES, CONTRACTOR TO REMOVE AND DISPOSE OF ♦ \ ♦ �'�' ` ♦ ♦ ` ♦ \ ` ♦ ` ` ` THE FOLLOWING: `` W(9j\ \ ♦ ♦ ` ` \ A. PAVEMENT. a ♦ \\ ♦ ♦ ` \ ♦ ` \ ♦ \ "F; B. BUILDING AND FOOTINGS. G ` ` ♦ \ ♦ ♦ /�q 1 C. LANDSCAPE BED AND EDGING. y N fr \ \ ♦ ♦ ` ♦ -, 7 _ VV 3. SALVAGE EXISTING FEATURES AND REINSTALL AT LOCATIONS $ / `♦ BJ W(9� ♦ \ \ ♦ ` �♦ ♦ \ \ "" SHOWN ON SHEET HIH2O0. ` om ♦ \ \`.,, ♦ ♦ \ \ \ O 3_ f A. GRILL. rn B. TRAIL SIGN. ` \ \ ` \ ♦ ♦ '4 1 ` t / tC \ \' ' 4. EXISTING WATER SERVICE, PROVIDE THE FOLLOWING: w 77 .. A. DISCONNECT THE EXISTING SERVICE LINE APPROXIMATE 5' FROM _ z \ \ (BJ \ ♦ ♦ ♦ ` I.1 i +♦ 1 HYDRANT AND ABANDON AS PER CITY REQUIREMENTS. y 8, - a^r \ ` ` ♦ �'` 5. EXISTING ELECTRIC LINE, PROVIDE THE FOLLOWING: w `\ 6J \\ `♦ `♦ `♦ \ `` !l\ \\ '-�• A. DISCONNECT THE ELECTRIC SERVICE LINE TO THE EXISTING Y \ \ \ \ \ ♦ ♦ ♦ ♦ am\ �••, SHELTER BUILDING. REMOVE LINE AS NECESSARY FOR ♦ \ \ ♦ ♦ \ ` ` ` \ �-- CONSTRUCTION. a E ` \ l MI- `\ \ \ �Ec ` \ ` ♦ ` ♦ `� 6. EXISTING SANITARY SEWER SERVICE. INVESTIGATE SERVICE _ - - - I \ \ ` ` \ \ ` ♦ ` ` ♦ \ ♦ \ LOCATION AND DISCONNECT IN COORDINATION WITH OWNER. 0 T — — — _ ` I 5A \ \ \ ` ` \ ♦ ` ♦ ` \ ` \ EXISTING LOCATION SHOWN IS FROM AVAILABLE MAPPING. EXISTING o T _ _ _ — ♦ \ \ ` ♦ •/70. ` ` ♦ \ ` ♦ ` SEPTIC IS TO BE PROTECTED FOR REUSE. J e, y ic s z IwrmJ ♦ ♦ \ ♦ ♦ ° ♦ ♦ ` ♦ Z \ O IA \ ` ` ` . \ ` ` \ ic W Y $ I \\ 16 r\\ \ `� �\ \ \\ `\ ` �\ \ \` a cn / \ \� ♦ \ ` �\ \ \ \\ a W \ o C3 _ , \ 2B 1 \ \ ` ` \ \ s\ ` \ , ` U V V I W W \ \ 1B J `` 1A `\\\� \\ \\ \ N �\ SNYDER &ASSOCIATES FEET,o Pm;ecl No. 122.1191.01 Sheet HIH101 SITE LAYOUT PLAN CONSTRUCTION NOTES \ \ ♦ \ \ �' \ \ 1. PAVEMENTS, PROVIDE THE FOLLOWING: A. 6' DEPTH PCC. ♦ \ \ \ \ \ ` \ B. 5' DEPTH PCC. 6J ` \ \ `` \ ♦ \ ` \ ` \ `\.9 $ 2. ARCHITECTURAL STRUCTURES, PROVIDE THE FOLLOWING'. A. RESTROOM, SEE DETAILS. B. SHELTER, SEE DETAILS. # \ \ \\ `• \ ♦ ♦ `\ \ ` \ \ \ s_ 3. SITE FEATURES, PROVIDE THE FOLLOWING: ♦ \ \ ` \ \ \ A. OWNER WILL PROVIDE AND INSTALL GRILL. X \ `\ `\ \ `\ ` ` \ \ \ \ ♦ R B. RELOCATE TRAIL SIGN TO LOCATION SHOWN. / `\ reJ KY9J ♦ \` ` \ \ `\ `\ `\ FEB �`+ 4. WATER SERVICE, PROVIDE THE FOLLOWING: / \ \ �, ♦ \ \ \ o A. CONNECT TO WATER MAIN WITH TAPPING VALVE AND SLEEVE. B. PROVIDE NEW 2' POLYETHENE PIPE, CLASS 200. WATER SERVICE FROM / \ \ \ \ \ \ ♦ \ \ ` S� \ ` \ \ - / yy Z 4' CURB STOP TO NEW RESTROOM BUILDING. INSTALL TRACING WIRE. / \ \ \ \ \ \ \ ♦ ` \ '�. is C. PROVIDE CURB STOP, AS PER CITY REQUIREMENTS. ♦J#+jr D. PROVIDE DRAINAGE CURB STOP FOR WINTERIZATION DRAIN DOWN P, PIPING, AS PER CITY REQUIREMENTS. LOCATE OUTSIDE OF RESTROOM \ fr \ \ `\ `\ `\ \ \ . ` \ \ \ \ \ ;•$ t ` BUILDING, AS DIRECTED BY OWNER. 9J \ \ \ ` ` ♦ \ ` 5. ELECTRICAL SERVICE, PROVIDE THE FOLLOWING: \ \ ♦ \ ♦ ' \ \ \ ocp\ \ . A. COORDINATE WITH UTILITY OWNER FOR ELECTRICAL SERVICE. CONNECT \ \ �'•. TO EXISTING METER. \ \ \ ♦ \ . ` \ \ ;, B. INSTALL 2' CONDUIT AND ELECTRICAL SERVICE LINE FROM EXISTING METER TO RESTROOM BUILDING. - I 4A ` \ \ ` ` \ \ C. INSTALL 2' CONDUIT AND ELCTRICAL SERVICE FROM RESTROOM TO _ _ - - - - - \ 1 / \ \ \ \ ` \ ` \ ` \ \ \ \ \ \ ''. SHELTER FOR OUTLETS. \ 6. SANITARY SEWER SERVICE, PROVIDE THE FOLLOWING: 1�, \ \ \ \ \ \ \ \ ` \ \ \ ♦ ♦ A. NEW 6' PVC SERVICE LINE LINE RESTROOM BUILDING. VERIFY FLOW Is \ 31.3' \ 46 \\ \.� \ `. `\ `\ \ `♦ \ LINES. \` B. CLEANOUT. / 1A 4C \ \ \ _ - \ \ \ ` \ \ `♦ \ ` C. EXISTING SEPTIC TANK ` ` ` _ \ \ ` \ ♦ ` \ D. EXISTING LEACH FIELD. E. DOUBLE CLEANOUT. \\ - 4D �\ \ •_______ \\ \ `\ `\ \ \ /SA ` \ 6A \ INV=T68.32 \ ♦ \ \ \ ',♦ (CONTR)WTOR VERIFY) \ \ \ \ ••,\ kkk 5.0, \ 6C . kkk to \ \ \ \ \ \\ o U Z W 0 w a z 0 I Q I 0 Z W Y a I a M N N 6 SNYDER &ASSOCIATES F--' FEET Project No. 122.1191.01 Sheet H I H2O0 Wr Wr20iZ11]].1191.01V'MD�SP ttf.1191 HICNORYlOLIFMK-0RD. KE%MCNWNEY MDNTEWNTE •1NNALORYNF.LO INOBEROSION CONTROL P—,]03==. 10Y9 Mt, MCN FALL BLEED jM 00 XL001NCNE3 I 1 I / 1 / e o O ' / /el. 91 41 23 10 / I / r le 6x.z A � =mOO gjO oC� Z. 0mz.0 O Z rn 22 Z O f— // :Yl NOy 0p 0 S � Z m cz Z / FFF OImT A� Z m N In mT Z 1 M p m yy' m0 v N Z O N a D mp D yyy ; m0 z? m m r 5 N to D �1 y% 2023 PARK RENOVATIONS PROJECT CD y ` 0 ADD ALTERNATE #1-HICKORY HILL- GRADING & EROSION CONTROL PLAfQw,a CITY, iow,a MARK REVISION GATE BY Nn v Engineer. ENGR COecketl ey: DPM I Scale: 1' =10' D Technic,an:AJM I Dare: 02-03-2023 T-RS: UN-RRW-SS W m m 2727 S.W. SNYDER BLVD y SNYDER & ASSOCIATES INC. ANKENY,IDWA_ass ,rDaDIND Sheet HIH300 O T I i 122.1191.01 /y �515-964-202o I www.snyder-associates.com O � O C = rc d v t Cn WALL TYPE OCHEMLE L•LVA W90*Rr IXDGK MN I.rxrAta nurtw. i mnlrFl-r.�[x o � D `�" ALL [si r. F:•14Y116 L�J YITfLT`A, j[� 1{�} l5, jj''� s w,1- Y�wAPYAP�sTEC'W1�P9�E0BfiA +CMS ~ V \' N m O iW TP_ �UtJJY1S. ALL ,'[ATLpg AND � k5,,.� tt�� �'MP-T+9�TE {aCYM [fli T1+�E MYFiMNIIT' C�/W. itN6@t PJ,FTB�6 � 36Y{. U O O � w ONNYhi'3 HAY OR NA'f PDT a FAILT „T TNI! I fil7ff R FA FRFTT�+Z Tn'PF {lYF:F9}TY _� y'� i` I YYdL hOMIGhfTC,T'(f3:V hLGTt!JF XFFt". t U t - OY 1 ' 7NleeK I i w .. III II wmU*VE-,Kwea545i > Y _ a 7 g. 7 o u \ NOTE: CONTRACTOR TO MEET WITH OWNER AT WILLOW CREEK PARK AND •�i > 3 REVIEW MECHANICAL ROOM UTILITY ARRANGEMENT AND FIXTURE LOCATIONS _ PRIOR TO CONSTRUCTION. fr-- /, ^V.TElKM2VGE NTu' 11iFl K.liY. FAVFl 4FFIYa T(l F¢ '• 1. r.FxphT zPfiiil9FAJY( 518TB�LCI-FV+B N ' ?YtDN•: CGw}^F+Yet' CL[AK tY PHTCt Lw[i✓T: 6.5'@T %` 6'?MBc } ��� ABL iEMti.LNQWTIE FANEl.97 : I ' ram. Dr n� v,Na. ND rwraa u.=_; � w rPsw t, l;w� ce. AnvLx rANn_ I NUFEG Toe' APE LV[GB)E'i TE 5 - tfi+Q,91d.9 fM0�'G6J �G0/=.' /, vGp. tvK wTp 6t'N:E S11lTr O [.or-at0r an0C. A ma' 1-u crw r 1 FLOOR PLAN cl) �x vd',ro c ELEVATION VEW n NOTE: SEE PLANS FOR BUILDING ORIENTATION U d.� RESTROOM- FLOOR PLAN HIH400 NO SCALE ELFffr VIEW v �xt v.•. rr C:RESTROOM- ELEVATION VIEW HIH400 NO SCALE WORK WITH MANUFACTURER TO PROVIDE METAL FASCIA TO MATCH BUILDING _ ADA Y wcAL coves L� RESTROOM- ELEVATION VIEW HIH400 NO SCALE RESTROOM BUILDING NOTES: CONTRACTOR SHALL COORDINATE ORDERING, PURCHASING, AND SCHEDULING OF DELIVERY OF ROMTEC PRE-ENGINEERED BUILDING KIT WITH MANUFACTURER. CONTRACTOR TO INSTALL AS PER MANUFACTURER'S RECOMMENDATIONS, REQUIREMENTS, AND SPECIFICATIONS. COLUMN CEDAR TIMBER POST TO SLAB SIDING CEMENT FIBER BOARD TO SLAB COLOR INTELLECTUAL GRAY DOORS/FRAME COLOR TO BE URBANE BRONZE. DOOR LOCK TO BE COORDINATED WITH OCCUPANCY SENSOR AND TIMER; COORDINATE WITH IOWA CITY PARKS DEPARTMENT. NO LOWER AT DOOR. METAL ROOF COLOR TO BE MEDIUM BRONZE, UNA-CLAD, AS MANUFACTURED BY FIRESTONE. HAND TOWEL DISPENSER TORKMATIC BLACK HAND TOWEL ROLL DISPENSER SUPPLIED BY ECO-CARE SUPPLY, PHONE: (319_ 800-9162 STRUCTURAL THE FOLLOWING ITEMS RELATIVE TO THE STRUCTURAL COMPONENTS SHALL BE SUPPLIED BY THE CONTRACTOR: 1. ALL MATERIALS, EQUIPMENT AND LABOR FOR FOOTINGS, INTERIOR AND EXTERIOR SLABS, AND SIDEWALKS. 2. LATEX EPDXY PAINT WALL FINISH. 3. CONCRETE SEALING. 4. MASONRY (CONCRETE)GROUT AND REBAR. 5. NOTE: THE CONTRACTOR MAY BE REQUIRED TO NOTCH CMU BLOCK FOR BOND BEAMS AND CUT FULL BLOCKS TO CREATE HALF BLOCKS. ROMTEC IS NOT RESPONSIBLE FOR ANY COST OR CONSTRUCTION DELAYS ASSOCIATED WITH THIS WORK. 6. SEALANT FOR ALL EXPOSED WOOD. 7. TYPICAL FASTENERS SUCH AS NAILS, STAPLES, AND SCREWS. 8. INTERIOR FLOOR SLAB SHALL INCLUDE EPDXY COATED REBAR 9. EXPOSED MASONRY BLOCK TO BE PAINTED, INSIDE AND OUTSIDE OF BUILDING. STANDARD COLOR AS SELECTED BY OWNER. CHANGING TABLE STAINLESS STEEL DIAPER CHANGING STATION, MODEL 100SSE-SM, SURFACE -MOUNT AS SUPPLIED BY FOUNDATIONS, PHONE: (330) 788-5033 MIRROR MIRROR WITH STAINLESS STEEL CHANNEL FRAME, B-165 SERIES, AS MANUFACTURED BY BOBRICK, PHONE: (818) 764-1000 TOILET TISSUE DISPENSER BOARDWALK JUMBO TWIN TOILET TISSUE DISPENSER, 20 1/4• X 12 1/4•, COLOR: BLACK, AS SUPPLIED BY ECO-CARE SUPPLY, PHONE (319) 800-9162 HAND SOAP DISPENSER ADX-12 HYGIENE SERIES, 1,250 .1, MANUAL, LIQUID, COLOR: BLACK, AS SUPPLIED BY ECO-CARE SUPPLY, PHONE: (319) 800-9162 LIGHTING LIGHT FIXTURES TO BE LED, MOTION ACTIVATED CONTROLS, FIXTURE H12, AS PROVIDED BY EATON. DRINKING FOUNTAINS DOUBLE FOUNTAIN WITH BOTTLE FILLER, BI-LEVEL, WALL MOUNTED, AS MANUFACTURED BY ELKAY, PHONE: (800) 3753403 N L W W 1 Qcn J W ,,a J V! Z O o C� / C = n °z a w Z Q W W a J 0 M Q i— N o Z cV Q Cn 6 SNYDER &ASSOCIATES Project No122.1191.01 Sheet H I H400 WALL TYPE 5GHEDULE TM .,oKT,le ,o�KTb. 5- CONL SU8 w 9 'E9e[�KLO� CKiBNOM1 YMII T,9eV. {"-xS !. t � � yy' ] G-W6M ! GONGRRe wA•Awlr &.00s rM4 S t t-{1�1 rA Tv.x ___ � :..._ Tr,Ce r„w v1e,..w eevnTla+wwvuo.•uw rrEi.H.M+uer .wewzcnnaJ�. IesRcze.r.,ria+ or TI,E IktIDrt.6. ns e*+o.sure. rew+lnes.rm eoHrole,tia seew a+T«me nes.mruJcv "I viur.Nee HY,Y OR HOr EC rueT T„e Ri—Rmr BLRRTO TIB'eLQi Cr LAZY D 3 A1�5OCVGGY LCTIR PFOVm®WfK YQ1R QUOTE rpc WnITG9 rrOr09tSJ 9COrOOr e,A�r, IXIERIQt IYI.LL a ExTERti^w YV.LLI tzse or CGHGI[C2 LM � , b MIDIKTF YMLL , S I i J i EOHE CE e GOwGRER %/b NTERBFLTK>K or cu vvai '; PI D(iCROR IN�� �� I I rRNIGY YMLL 5Pf 6O,BW- •� DID OrGW NOIE5 R+EIEEfS , EurEKLdi arTux caeca or e,neenR n+u v ._—.— cw rw.� cdlTnc� .lox' EXAMPLE FOUNDATION 1 9Gu t Vr . TO RESTROOM-FOUNDATION HIH401 NO.- 7 reBna rea CETM.. ,: � Gr1 B,ocic,vu KiERW,TG�M�e,� � I, - A��•� Ta .uarcw veKT�KIa�e1a I wrolcT.la BI'D w rea ✓4LL ac+m.�.s r eol+e x.•rJ w 9 Rm,ue a Ib- I� � � 9 RrnNa eonnwe,m a b+•oEv-a�.-e' eramam rn,,, K/.TM 50. ole rpy —+ • ca.rrcTm ro rO+r. T sa 'I THICKENED 5LA8 AT INTERIOR WAL1-5 SC E: I•, ,'4' SEE FLOOR PLAN FOR INTERIOR Y4ALL LOCATIONS, 5HEE7 4 S'CQG.LMwbltO (]I 9 R�•R GLM'f NJM Ye'F,QR 9 R®M FT.EH 61tImE �pRW�i, g y rRGM 8LD5- • V,' T i.110 b. `ca+rncTly Fu Lj �IMINE L01 EDGE OF GONG SLAB 2 �1•.TI•..-0• z RESTROOM-FOUNDATION DETAILS HIH401 NO SCALE EXTERIOR WALL FOUNDATION5 - CHOOSE ONE OF THE FOLLOWING SEE FLOOR PLAN FOR EXTERIOR YVALL LOCATIONS, SHEET 4 OR '- I' .. r®/R P@i OGTNL VT ' Ib tJG fiY ✓)YGl 6' EKbR,FS¢® rKi e'Ca1G L1Bw9 IaeBNee,e'oc ov K �.- C L •� � �• � ovea e- er6iKmam ru 3 cc•.'r�G*m ru f l iy � •' •� Ia�Ut r0l OLTIJI ^ . ice. - a I F a -�, T. y. � Ir «n A i"1 KTEIcwR ruoFs nro +�-� a/ 9 RtBAR 40KT KmNa rpa OGT1W. vaoTn+e yr Eae rw.• scKe�n.s f879 GOl1ThU® a � MONOLRHK" KTp[KI.R MOOcS %,+,s OPTION KTo roorFe yr CONCRETE rER /'MLL 3GwFDv'LE STEM nALL rcanNG OPTION BLOCK FOR STEP WALL SUFKIEO BY NUAUER EXTERIOR WALL FOUNDATION DETAIL OPTION5 ^LrYE ,' •T•O GENERAL NOTES: • r1HEd U51N6 ERHER STEM YVALL OPTION RECEft STEM WALL THE THIC.KI.1E99 OF 5LAS AT DOOR THRESHOLD • PFwACY FULLS SHALL HAVE A 30" YaDE x 12' DEEP FOOTING • CMU STEM NULL OPTION. GMU BLOCK 15 SY NSTA"M • VERTICAL RESAK N SLAB/STEM MALL TO MATCH VERTICAL MALL RENFORGEMENT LAP PER YVALL SCHEDULE RESTROOM-FOUNDATION DETAILS HIH40, NO SCALE n co- s • vs.. �BBm9. MN. �11vi0E aem.eoas L,KL IIaaL RGiM rslvn rIJCO+Cfr rOK: u�.; ~9p�ppOTu,169 -M7JCCY.. I.,-:IiE PBINi.,ED >L,' .TOr GGM4E OFGW nLL1 r�, •,Rm.R,,Bo+a.BL.a+ roree,.o ssooe xcTUR z,aT cvTbme a. n.0 � OPEromtl - KOR� R(&R YeTALItD /b rB[ ACJ SHOD •owrion,W a'o' 91®.x •r. n.g ra,m•nY v� �nolxv °neo'"• eeYam °°°" om+sles I � 1"1C0•``�`°" "" , ""w a.»w. �m �\ 8" GMU REBAR PLACEMENT fL 9I1®xa •Tra eaax `�R Y } I".�.s.Tae+lwwn.s :.x..rzo �: IlJii2GMTK R®/V[ TO 60� �•i.On.a r+[ TVPKw. wars it®.0 sam.T.0 u.Rwab. P Km.le Berm ur rm+uTlelK.rR+em �.Ipaz Iemua To eao a�n+,ro � wn�is ra� rAau � v � �yz Rseae rea oBTw vnsw I ' I �1III - GwMaUsrx.rMu�:vLBAniaRvKa1rrV+',LXoxcKEHEe.L„•T BK KNr,,�zCcAw,�YeI,^,//¢eiRM,*,RaK�r!®l,�&rxL�N.ARe!' ioeYemaOwwxV.ltaTr..DETAIL. ETAIaL .wMA, S. ONwR _ ta�4lr) rVo�—EaE�R TrI, MORTAR ORTAR JOIN-T ERSECTIONB�9! DETAIL TV�R°wZm Y PILA5T• H5��a DETAIL MORTAR JOINT n GMU CORNER DETAIL J IL !vim .. Paal.�,.a L•elcae.ao.rm - - - a_ 9Frl/+IT EIOIN SCES TrrCK 11 W[iKx.� �' rEK GlTwll l.wS., i W _ _ rLa DCr,L vH♦ I Twn 9Y BdD .EN.. YFIM 4TBtN/.TKG N' Eb.O I Q MORTAR JOINT MORTAR JOINT GMU CONTROL JOINT DETAIL GMU WALL END DETAIL euac ,., a l RESTROOM- STRUCTURAL WALL DETAILS NO SCALE S M, SNYDER &ASSOCIATES Project N. 122.1191.01 Sheet HIH401 N w CD 3 T 3 s S_ k = cn y m 4 � � O "?3 FEB -3= 3: 1 K N l _C w ySl -F' 1, is '1 < Q E u REFERENCE NUMBER 4168-005. O m 24'-0' m 7 GENERAL NOTES: CONSTRUCTION NOTES: r j N w A. SHELTER TO BE COVERWORX PRODUCT. FOR 1. CONCRETE FOOTING. PRODUCT AND COMPANY INFORMATION VISIT w CADOBtails.coriVin,o 2. TUBULAR STEEL COLUMN ANCHORED INTO Q O c 12 CONCRETE FOOTING. 4� B. INSTALLATION TO BE COMPLETED IN ACCORDANCE ; z WITH MANUFACTURER'S SPECIFICATIONS. 3. TUBULAR STEEL HIP JOIST. y Y C. ALL DIMENSIONS ARE CONSIDERED TRUE AND 4. TUBULAR STEEL BEAM. 20.7 REFLECT MANUFACTURER'S SPECIFICATIONS. 5. STEEL COMPRESSION RING. D. CEILING AND SHELTER TO BE COMPRISED OF PRE -STAINED AND SEALED WOOD PANELS. 6. 110V OUTDOOR OUTLET W/COVER. CONTRACTOR TO �\ INSTALL AND COMPLY WITH CURRENT IBC AND/OR v' E. PAINT FOR STEEL SHALL BE FACTORY -FINISHED. CITY OF IOWA CITY BUILDING CODE STANDARDS. COORDINATE WITH CITY STAFF. F. COLOR FOR ROOF TO BE DEEP RED/ MAROON AND POST TO BE SAND. COLOR SAMPLE TO BE PROVIDED 7. SQUARE CUPOLA IS NOT TO BE INCLUDED WITH THE FRONT ELEVATION FOR OWNER REVIEW AND APPROVAL. SHELTER. '4 .................... 3 TVP. . 0 4 TYP. Lu ~ U 1 TYP. W i cn 8 \ i 2 TYP. O a 0 I � J w w ....................................................... n/ ;? 24'-0' 6 TYP. FRAMING PLAN 2Y-0" v FOOTING PLAN O R Q U cn 0 cn w w Q YIlk P od p Y z SHELTER Q W LU 7 HL-2 NO SCALE Q M Q N 0 Z 4 SNYDER &ASSOCIATES ti g Protect No: 122.1191.01 Sheet HIH402 Prepared by: Marri VanDyke, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 Resolution No. 23-36 Resolution setting a public hearing on February 21, 2023 on project manual and estimate of cost for the construction of the 2023 Park Renovations 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 Kiwanis, Hunter's Run, Happy Hollow, and Hickory Hill Park accounts, account #'s R4359, R4375, R4371, and R4365 respectively. 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 21st day of February, 2023, at 6:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the project manual and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 7th day of February , 2023 C0 AV M Approved by Attest: City Clerk City Attorney' Office - 02/02/2023 { It was moved by Taylor and seconded by Bergus the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401826 State of Wisconsin County of Brown, ss.: Q�n o me...dia PRESS -CITIZEN MEDIA PARTOFTHE USATODAY NETWORK This is not an invoice # of Affidavits: 1 AFFIDAVIT OF PUBLICATION The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Cost: 0005589435 2/13/23 02/13/2023 $41.91 Copy of Advertisement Exhibit "A" ffLCJ�,s t Subscribed and sworn to before me by sai&affiant this 11th day of May 2023 Notary Public Commission expires LATf ILEENALLEN Notary Publictate of 011SCansin�c P� � �, a Prepared by: Mard VanDyk, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5044 Resolution No. 23-50 Resolution approving project manual and estimate of cost for the construction of the 2023 Park Renovations 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 Kiwanis, Hunter's Run, Happy Hollow, and Hickory Hill Park accounts, account #'s R4359, R4375, R4371, and R4365 respectively. 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 15th day of March, 2023. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 6:00 p.m. on the 21st day of March, 2023, or at a special meeting called for that purpose. Passed and approved this 21st day of February , 2023. May r o em '! Approved by Attest: City Jerk City Attor y's Office (Sara Hektoen - 02/16/2023) Resolution No. 23-50 Page 2 It was moved by Harmson adopted, and upon roll call there were: and seconded by Dunn the Resolution be Ayes: Nays: Absent: X Alter x Bergus x Dunn x Harmsen x Taylor x Teague x Thomas AL 1I I IOWA LEAGUE °fCITIES 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 2023 Park Renovation Project Classified ID: 111677165809 A printed copy of which is attached and made part of this certificate, provided on 02/23/2023 to be posted on the Iowa League of Cities internet site on the following date: 2023-02-23 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 02/23/2023 a� W , -kk-tll Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS 2023 PARK RENOVATIONS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 15th day of March 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 21st day of March, 2023, or at special meeting called for that purpose. Construction of the 2023 Park Renovations Project shall include: Base Bid: Construction of Kiwanis Park, Hunter's Run Park, and Happy Hollow Park shall include, but is not limited to demolition of existing features and proposed improvements of grading, utilities, play equipment installation, sidewalks, seeding, and associated work. Add Alternate No. 1: Construction of hickory Hill Park shall include, but is not limited to demolition of existing features and proposed improvements of grading, utilities, restroom, shelter, sidewalks, seeding, and associated work. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. 2023 Park Renovations Project Page 1 of 2 The following limitations shall apply to this Project: Late Start Date: April 3rd, 2023 Substantial Completion Date: September 20th, 2023 Final Completion Date: October 13th, 2023 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 2023 Park Renovations Project Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, February 23, 2023 8:29 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 02.23.23 Notice To Bidders.pdf i RISK ** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or attachments. ** 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 — 2023 Park Renovations 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): February 23, 2023 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. February 23, 2023 Date President/CEO of The Construction Update Plan Room Network Cindy Adams C C da Lead Project Information Specialist Construction Update Network M (515) 402-9858 1 E CAdamsOMSI,Suiid W www,lowaCorstrvctionUociate.rom DAILY NOTICE TO BIDDERS construction update Cu 0100 NOTICE TO BIDDERS 2023 PARK RENOVATIONS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 151h day of March 2023. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 21s' day of March, 2023, or at special meeting called for that purpose. Construction of the 2023 Park Renovations Project shall include: Base Bid: Construction of Kiwanis Park, Hunter's Run Park, and Happy Hollow Park shall include, but is not limited to demolition of existing features and proposed improvements of grading, utilities, play equipment installation, sidewalks, seeding, and associated work. Add Alternate No. 1: Construction of hickory Hill Park shall include, but is not limited to demolition of existing features and proposed improvements of grading, utilities, restroom, shelter, sidewalks, seeding, and associated work. All work is to be done in strict compliance with the Project Manual prepared by Snyder & Associates, Inc., of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City (in the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. 2023 Park Renovations Project Page 1 of 2 The following limitations shall apply to this Project: Late Start Date: April 3r', 2023 Substantial Completion Date: September 201h, 2023 Final Completion Date: October 131h, 2023 Liquidated Damages: $500.00 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK 2023 Park Renovations Project Page 2 of 2 E Prepared by: Marri VanDyke, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 Resolution No. 23-73 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2023 Park Renovations Project. Whereas, All American Construction, Inc. of West Liberty, Iowa has submitted the lowest responsive, responsible bid of $338,288 for construction of the above -named project; and WhereasJunds for this project are available in the Kiwanis, Hunter's Run, and Happy Hollow Park account #'s R4359, R4375, and R4371. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project is hereby awarded to All American Construction, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above -named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above -named project. Passed and approved this 21st day of March , 2023 May r Approved by Attest: I'L 0 0 :V City Clerk City Attorney' Office - 03/20/2023 It was moved by Taylor and seconded by Dunn the Resolution be adopted, and upon roll call there were: Ayes: Gs 00 X X X x x Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas Bond Number: SYA2694 0510 A,M " 2023PERFORMANCE, PAYMENT, AND MAINTENANCE BOND City Clerk 2023 PARK RENOVATIONS PROJECT Iowa City, Iowa CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, All American Concrete Inc. , as Principal (hereinafter the "Contractor" or "Principal") and IMT Insurance Company as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum Of Three Hundred Thirty Eight Thousand Two Hundred Eighty Eight & No/100 dollars ($ 338,288.00 ), 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 (afh day of A I; I , 2023 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Construction of Kiwanis Park, Hunter's Run Park, and Happy Hollow Park including but not limited to demolition of existing features and proposed improvements of grading, utilities, play equipment installation, sidewalks, and seeding. 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: 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 improvement, but the Contractor and Surety shall not be liable to said persons, firms, or 2023 Park Renovations Project 0510 - Page 1 of 4 corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of five year(s) (5) 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 five year(s) (5) 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. OR 0 ,, 2023 cil✓ cis:"k 2023 Park Renovations 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. AN C► � 2023 City Clerk Iowa City, Iowa 2023 Park Renovations Project 0510 - Page 3 of 4 PRINCIPAL: All American Concrete Inc. LIA) �imbiq Printed Name of Contractor Officer By S&Aature of Contractor Officer V i t e ?(e5-'I d Title of Contractor Officer SURETY: IMT Insurance Company Surety Company Name By nt Sigoture of Attorney -in -Fact Officer Juliana Bartlett, Attorney -in -Fact Printed Name of Attorney -in -Fact Officer AssuredPartners Great Plains, LLC 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 AM 0 � M3 r 2023 Park Renovations Project 0510 - Page 4 of 4 .r IMT INSURANCE APR 0 p 2P23 City Clerk POWER OF ATTORNEY Iowa CiiV, lowa 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, E. A. von Harz, Brandon Horbach, Greg T. LaMair, Joseph I. Schmit, Courtney Meyer and Juliana Bartlett 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 day of IMT Insurance Company Sean Kennedy, President s /► --'ti = STATE OF IOWA` COUNTY OF Dallas '' %4 I% On this day of , 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. �tAxl Cs CAROL A SPAHN x° a Commission Number 836794 My Qommissjon Expires - i0M, / 2d 2O Notary Public, Dallas County, Iowa CERTIFICATE I, Brad Buchanan, Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY, executed by said the IMT Insurance Company, which is still in force and effect. In Witness Whereof, I have hereunto set my hand and affixed the Seal of the Company on day of SY 06 06 (04/22) &4x &1.424-4--- Brad Buchanan, Secretary �� 1 CITY OF ►OWA CITY 410 Fast WashWpa Strut Iowa City, Iowa 52240 -1826 (31.9) Sat - 5000 (319) 356 - 5009 FAX ENGINEER'S REPORT w1sPvraay.��i July 29, 2024 City Council Iowa City, Iowa Re: 2023 Park Renovations Project Dear City Council: hereby certify that the 2023 Park Renovations Project has been completed by All American Concrete, Inc. of West Liberty, Iowa, in substantial accordance with the Project Manual developed by Snyder and Associates, Inc. The project was bid as a unit price contract and the final contract price is $350,054.00. There were two (2) change orders on this project, as follows: 1. Additional topsoil at Hunter's Run Park $1,600.00 2. Additional backfill and subdrain at Happy Hollow Park, and mulch removal and backfill at Kiwanis Park $10,166.00 Total: $11,766.00 I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, Jason Havel, PE City Engineer Prepared by: Alin Dumachi, Sr. Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5143 Resolution No. 24-203 Resolution accepting the work for the 2023 Park Renovations Project Whereas, the Engineering Division has recommended that the work for 2023 Park Renovations Project, as included in a contract between the City of Iowa City and All American Concrete, Inc., of West Liberty, Iowa, dated April 6th, 2023, 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 Kiwanis, Hunter's Run, and Happy Hollow Park accounts, account numbers R4359, R4375, and R4371; and Whereas, the final contract price is $350,054.00. 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 August , 2024 M Attest:1 4C -1-L-P 1��e . City Clerk It was moved by Dunn adopted, and upon roll call there were: Ayes: ►41 and seconded by Nays: Approved by G . City Attor y's Office (Sue Dulek - 08/01 /2024) Moe the Resolution be Absent: Alter Bergus Dunn Harmsen Moe Salih Teague