Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
STURGIS FERRY PARK IMPROVEMENTS & SOUTHSIDE RECYCLING CENTER PROJECT 2023
STURGIS FERRY PARK IMPROVEMENTS & SOUTHSIDE RECYCLING CENTER PROJECT 2023 27-July-2023 Plans, specs, engineers estimate 01-Aug-2023 Res No. 23-220: Setting public hearing 07-Aug-2023 Notice of public hearing 15-Aug-2023 Res No. 23-233: Approving project manual and estimate of cost 17-Aug-2023 Notice to bidders 19-Sept-2023 Res No. 23-259: Awarding contract (Streb Construction Co.) 26-Jun-2025 Engineer's report 08-Jul-2025 Res No. 25-162: Accepting the work 10-Jul-2025 Performance, payment & maintenance bond ENGINEER'S ESTIMATE July 27, 2023 City Clerk City of Iowa City, Iowa Re: Sturgis Ferry Park Improvements and Southside Recycling Center Project Dear City Clerk: The engineer's estimate of probable construction cost for the Sturgis Ferry Park Improvements and Southside Recycling Center Project is $785,000. Sinc y, Bryan Dannen, P.E. Senior Engineer �c- � 1 pw ANN MR f / i �T CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER PROJECT IOWA CITY, IOWA August 11, 2023 CITY 0F'10WA CITY UNESCOCITY OF LITERATURE PUBIC WORKS DEPARTMENT / ENGINEERING DIVISION PROJECT MANUAL FOR THE / FORMAL STURGIS FERRY PARK IMPROVEMENTS PROJECT IOWA CITY, IOWA ,,', July 24, 2023 r, 0005 CERTIFICATIONS PAGE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. 08/11 /2023 Dave A. Panos Date License Number: 15579 My license renewal date is December 31, 2024 Pages or sheets covered by this seal: Entire Bound Document Except for the Electrical I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. �� e,- �*,� e 08/11/2023 Jake J. Henkle Date License Number: 12668 My license renewal date is December 31, 2024 Pages or sheets covered by this seal: Electrical C.01 Sturgis Ferry Park Improvements Project 0005 — Page 1 of 1 0005 CERTIFICATIONS PAGE I hereby certify that this enginee ' g document was �FESSIpN prepared by me or under my dire personal supervision OQ� • • • ' �9�����i' under th�eand that lam a duly la s of the State SeIowaofessional Engineer ��; m 07/24/2023 U DAVE PANOS m = Dave Panos Date = J • P15579 70 — License Numb 15579 '.,Z • • • • • ' ���My license r newal date is December 31, 20 24 //0; A*������``` Pages or heets covered by this seal: Entire Round Document Except for the Electrical `\\WII11l11i1//// I hereby certify that this engineering document was r prepared by eor under direct supervision Q�QFESS/p��l ��tt�•.' • F'li� ed Professional o fesnalEngineer and thatt II ama dulyen •. under the laws of the State of Iowa. JAKE 07/26/2023 _v. - HENKLE = Jake J. Henkle Date •• 12668 License Number: 12668 ������� My license renewal date is December 31, 20 24 • . • • ' • �,�,�'� >>� Pages or sheets covered by this seal: i'fa�c 11, Electrical C.01 Sturgis Ferry Park Improvements Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS 27 0500 TELECOMMUNICATIONS OUTSIDE PLANT EQUIPMENT AND MATERIALS PLANS A.01 COVER SHEET A.02 LEGEND AND SUDAS STANDARD DETAILS - A.03 UTILITY CONTACTS AND GENERAL NOTES B.01 - B.02 TYPICAL SECTIONS AND DETAILS ry C.01 - C.03 QUANTITIES D.01 SITE PLAN-' E.01 ELECTRICAL SITE PLANo E.02 ELECTRICAL PHOTOMETRIC PLAN `'i E.03 ELECTRICAL DETAILS F.01 GRADING PLAN F.02 JOINTING PLAN J.01 TRAFFIC CONTROL PLAN L.01 - L.02 LANDSCAPE PLAN M.01 - M.02 STORM SEWER PLAN AND PROFILE Sturgis Ferry Park Improvements Project 0010 — Page 1 of 2 M.03 FLARED END SECTION OUTLET REPAIR M.04 DRKINING FOUNTAIN AND SANITARY SEWER DETAILS Q.01 - Q.03 EROSION AND SEDIMENT CONTROL PLAN R.01 REMOVAL PLAN N) Sturgis Ferry Park Improvements Project 0010 — Page 2 of 2 0100 NOTICE TO BIDDERS STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER PROJECT'^73 AVC 14 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12th day of September 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. The City Council will act upon proposals at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 19th day of September 2023 or at a special meeting called for that purpose. The Project will involve the following: Construction of new park amenities, including a park pavilion, paved access, and parking lot at Sturgis Ferry Park, located at 1700 South Riverside Drive. The project improvements include general site grading and shaping, stormwater detention, landscaping, site fencing, paving, and electrical. All work is to be done strictly with the Project Manual prepared by Shive-Hattery, Inc., of Cedar Rapids, Iowa, approved by the City Council and is 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 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. Sturgis Ferry Park Improvements Project 0100 — Page 1 of 2 0100 NOTICE TO BIDDERS STURGIS FERRY PARK IMPROVEMENTS PROJ Sealed proposals will be received by the City Clerk of the City of Iowa 9fy, Iowa, until 3:00 P.M. on the 12th day of September 2023. Sealed proposals will be ope d immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" or purposes of this Project. Proposals received after this deadline will be returned to the bid r unopened. The City Council will act upon proposals at a meeting to bgAeld in the Emma J. Harvat Hall at 6:00 P.M. on the 19th day of September 2023 or at a specAl meeting called for that purpose. The Project will involve the following: Construction of new park amenities, including a Sturgis Ferry Park, located at 1700 South Rive general site grading and shaping, stormwater,�Ei electrical. pavilion, paved access, and parking lot at Drive. The project improvements include )n, landscaping, site fencing, paving, and All work is to be done strictly with the Pr fect Manual prepared by Shive-Hattery, Inc., of Cedar Rapids, Iowa, approved by the City C00 0 cil and is on file for public examination in the Office of the City Clerk. Each proposal shall be completed ,6n a form furnished by the City and must be submitted in a sealed envelope. In addition, 4/separate sealed envelope shall be submitted containing a completed Bidder Status Form ayfd a bid security executed by a corporation authorized to contract as a surety in the State of low , in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER F THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the eve t the successful bidder fails to enter into a contract within ten (10) calendar days of the City ouncil's award of the contract and post bond satisfactory to the City (in the form shown in ection 0510) ensuring the faithful performance of the contract and maintenance of said Pr ject if required, pursuant to the provisions of this notice and the other contract documents. e City shall retain the bid security furnished by the successful bidder until the approved contra has been executed, the required Performance, Payment, and Maintenance Bond (as shown in ection 0510) has been filed by the bidder guaranteeing the performance of the contract, and he contract and security have been approved by the City. The City shall promptly return a checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful Oidder 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 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 harf'nless 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) ye r(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: October 16, 2023 Sturgis Ferry Park Improvements Project 0100 — Page 1 of 2 Final Completion Date: May 17, 2024 Liquidated Damages: $500 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 Shive-Hattery, Inc., 222 Third Avenue SE, Suite 300, Cedar Rapids, Iowa 52406-1803. 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 W IW Sturgis Ferry Park Improvements Project 0100 — Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER 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 Sturgis Ferry Park Improvements and Southside Recycling Center Project in said city at 6:00 p.m. on the 15th day of August 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 canceled, at the next meeting of the City Council thereafter as posted by the City Clerk. This project includes constructing new park amenities, including a park pavilion, paved access, and parking lot at Sturgis Ferry Park, located at 1700 South Riverside Drive. The project improvements include general site grading and shaping, stormwater detention, landscaping, site fencing, paving, and electrical. 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 to make 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 w the City of Iowa City, Iowa, and as provided by law. r- Kellie K. Fruehling, City Clerk �4 .n Sturgis Ferry Park Improvements Project 0110 — Page 1 of 1 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT M UAL AND ESTIMATED COST FOR THE STURGIS ERRY PARK IMPROVEMENTS PROJECT IN THE ITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY IOWA CITY, IOWA, AND TO OTHER INTERESTEDPERSONS: Public notice is hereby given tha he City Council of the City of Iowa City, Iowa, will condu a public hearing on the Project Manual, including the pla s, specifications, contract, and estimated cost for the cort9truction of the Sturgis Ferry Park Improvements Projects 'n said city at 6:00 p.m. on the 15th day of August 2023, aid meeting to be held in the Emma J. Harvat Hall in t e City Hall, 410 East Washington Street in said city, or if aid meeting is canceled, at the next meeting of the City C uncil thereafter as posted by the City Clerk. This project/ificludes constructing new park amenities, including a pa pavilion, paved access, and parking lot at Sturgis Ferry ark, located at 1700 South Riverside Drive. The project, -improvements include general site grading and shaping, stormwater detention, landscaping, site fencing, paving, �(nd electrical. 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 to make 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 Sturgis Ferry Park Improvements Project 0110 — Page 1 of 1 INSERT IN ENVELOPE 2 0200 INSTRUCTIONS TO BIDDERS STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER PROJECT Optional Pre -Bid Meeting: None 2. Bid Submittals: a. Time, Date and Location: 3:00 P.M., September 12, 2023 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: https://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 descriptio'h,10f the bid security requirements. 5. Progress and Schedule: a. Contract Times: _ The following limitations shall apply to this Project: Specified Start Date: October 16, 2023 ' Final Completion Date: May 17, 2024 Liquidated Damages: $500 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. Sturgis Ferry Park Improvements Project 0400 — Page 1 of 7 INSERT IN ENVELOPE 2 0200 INSTRUCTIONS TO BIDDERS STURGIS FERRY PARK IMPROVEMENTS PROJECT Optional Pre -Bid Meeting: None 2. Bid Submittals: a. Time, Date and Location: 3:00 P.M., September 12, 2023 City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelo Envelope 1: Bid Security and Bidder S Envelope 2: Proposal C. See Section 1020, as may be supplementedc requirements and conditions. J� 3. Bidder Status: a. Use the Bidder Status Form included b. Submit in accordance with 0200.2. < C. See Section 0405 for the Works e assistance in completing the)brm. Form complete descriptions of proposal Section 0405. Authorized to Transact Business and 875 i6 (73A), found at the following website: aoter/08-15-2018.875.156.odf. for 4. Bid Security: a. Use the Bid Bond Form ' cluded in Section 0410. b. Submit in accordance ith 0200.2.b above. C. Bid security is 10% f the total bid, including all added alternates (do not deduct the amount of ded cted alternates). d. See Section 102 , as may be supplemented, for a complete description of the bid security requir ents. 5. Xisq ule: Imes: e following limitations shall apply to this Project: ecified Start Date: October 16, 2023 al Completion Date: May 17, 2024 uidated Damages: $500 per day trictions: work shall be done between 10:00 pm and 7:00 am without #File approval the Engineer, with the exception of saw cutting freshly poured concrete. tify the Engineer four days in advance of street closings so that a press lease can be issued. No street may be closed without the 'Engineer's proval and said notification. C. Community Events: Sturgis Ferry Park Improvements Project 0400 — Page 1 of 7 INSERT IN ENVELOPE 2 C. Community Events: i. The Contractor should look at community calendars to determine potential conflicts with planned construction activities and schedule. ii. The Contractor should make sure their activities are not impacting community events. iii. No work shall occur on University of Iowa Home Football game days. 6. Performance, Payment, and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of five (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements.$. 8. Taxes: -- a. Sales Tax Exemption Certificates will be issued according to Section f620, 1.08 of the Supplemental Specifications. , h 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 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 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. Sturgis Ferry Park Improvements Project 0400 — Page 2 of 7 INSERT IN ENVELOPE 2 i. The Contractor should look at community calendars to determine potential 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 gam0ays. 6. Performance, Payment, and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an am nt equal to one hundred percent (100%) of the contract price for a period of fi (5) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Forrh included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, fora complete description of the bonding requirements. 7. Insurance Requirements: a. The City of Iowa City is to be listed on the req,*ed insurance certificate as an additional insured on a primary and non ;contributory basis. Review this requirement with your insurance broker prior tp" bidding. b. See Section 1070, Part 3, as may be supplented, for a complete description of the insurance requirements. 8. Taxes: a. Sales Tax Exemption Certificates wi 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 successfL#bidder and all its subcontractors are required to submit at least four (4) days priol'to award three (3) references involving similar projects, including at least one rp Iunicipal reference. Award of the bid or use of specific subcontractors may be #enied if sufficient favorable references are not verified or based on experie ce on projects with the City of Iowa City. b. Referefnces shall be addressed to the City Engineer and include the name, address, and phone number of the contact person, for City verification. 12. Contra 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 grders, shop drawings, certificates, equipment lists, progress pagrrtents''and .other electronic submittals. 00 0400 Sturgis Ferry Park Improvements Project 0400 — Page 2 of 7 INSERT IN ENVELOPE 2 0400 PROPOSAL STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER 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. 5 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. Sturgis Ferry Park Improvements Project 0400 — Page 3 of 7 INSERT IN ENVELOPE 2 PROPOSAL STURGIS FERRY PARK IMPROVEMENTS PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specific ns. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alteration , additions, or deletions are allowed. If the Bidder notes a requirement in the contract docume s that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder ust immediately notify the Engineer in writing. The Engineer will issue any necessary inter etation 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 suPfnits herewith bid security in the amount of $ , in qtcordance with the terms set forth in the Project Manual. The undersigned bidder, h ing examined and determined the scope of the Contract, hereby proposes to provide the re ired labor, services, materials, and equipment and to perform the Project as described in the roject Manual, including Addenda and and to do all work a the prices set forth herein. The undersigned bid er further proposes to do all "Extra Work" which may be required to complete the work contem ated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. The undersigno bidder certifies that this proposal is made in good faith, and without collusion or connectioA with any other person or persons bidding on the work. The under 'gned 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 ontract, Supplemental Specification Section 1040, 1.03 shall gove. 6 s CO BID ITEM I ITEM CODE ITEM I UNIT I ESTIMATED UNIT PRICE I EXTENDED AMOUNT Sturgis Ferry Park Improvements Project 0400 — Page 3 of 7 INSERT IN ENVELOPE 2 BID ITEM ITEM CODE ITEM UNIT ESTIMATED CITY UNIT PRICE EXTENDED AMOUNT 1 2010-13-0 Clearing and Grubbing AC 1 2 2010-D-1 Topsoil, Offsite CY 662 3 2010-E Excavation, Class 10 CY 3548 4 2010-F Below Grade Excavation (Core Out) CY 200 5 2010-G Subgrade Preparation, 12" SY 3892 6 2010-1 Subgrade Treatment, Geogrid SY 3794 7 2010-J Subbase, Modified,12" SY 3794 8 4010-H Removal and Replacement of Storm Sewer, RCP, 30" LF 20 9 4020-A-1 Storm Sewer, Trenched, RCP, 15" LF 61 10 4030-B Pipe Apron, RCP, 15" EA 1 11 4030-B Pipe Apron, RCP, 42", Remove and Reinstall EA 1 12 4040-A Water Fountain Outflow pipe, PVC, 1.5" LF 57 13 4040-A Subdrain, Case B, Type 1, 6" LF 767 14 4040-C Subdrain Cleanout, Type B, 24" EA 5 15 5010-E-1 Water Service Pipe, Copper, 1" Type K LF 175 16 5010-1 Most Dependable Fountains Model 10155 SM Drinking Fountain EA 1 17 5020-A Meter and Back Flow Enclosure EA 1 18 6010-A Manhole, SW-401, 60" EA 1 19 6010-B Manhole, SW-401, 72" EA 1 20 6010-B Intake, SW-512, Type 1 EA 1 21 6010-E Manhole Adjustment, Minor EA 1 22 7010-A-1 Pavement, PCC, 8" CSUD SY 3868 23 7030-E Sidewalk, PCC, 4" CSUD SY 24 24 7040-B Subbase Over -excavation TON 150 25 7040-H Pavement Removal SY 83 26 8020-B Painted Pavement Markings, Solvent/Waterborne LS 1 r" 27 8030-A Temporary Traffic Control LS 1 28 8040-A Type A Sign, Sheet Aluminum SF 10 29 8040-B Steel 2" x 2" Perforated 14-Gauge Square Tubing Post LF 48 30 8040-C Removal of Signs and Posts EA 3 31 8999-5P-1 Site Electrical LS 1 32 9010-A Conventional Seeding, Fertilizing, and Mulching AC 1 33 9020-A Sod SQ 79 34 9030-A Overstory Trees EA 8 Sturgis Ferry Park Improvements Project 0400 — Page 4 of 7 INSERT IN ENVELOPE 2 1 2010-B-0 Clearing and Grubbing AC 1 2 2010-D-1 Topsoil, Offsite CY 662 3 2010-E Excavation, Class 10 CY 3548 4 2010-F Below Grade Excavation (Core Out) CY 200 5 2010-G Subgrade Preparation,12" SY 3892 6 2010-1 Subgrade Treatment, Geogrid SY 3794 7 2010-J Subbase, Modified,12" SY 3794 8 4010-H Removal and Replacement of Storm Sewer, RCP, 30" LF 20 9 4020-A-1 Storm Sewer, Trenched, RCP, 15" LF 61 10 4030-B Pipe Apron, RCP, 15" EA 1 11 4030-B Pipe Apron, RCP, 42", Remove and Reinstall EA 1 , 12 4040-A Water Fountain Outflow pipe, PVC, 1.5" LF X7 13 4040-A Subdrain, Case B, Type 1, 6" LF 767 14 4040-C Subdrain Cleanout, Type B, 24" EA 5 15 5010-E-1 Water Service Pipe, Copper, 1" LF 175 16 5010-1 Most Dependable Fountains Model 10155 SM Drinking Fountain 1 /EA 1 17 5020-A Meter and Back Flow Enclosure EA 1 18 6010-A Manhole, SW-401, 60" EA 1 19 6010-B Manhole, SW-401, 72" j EA 1 20 6010-B Intake, SW-512, Type 1 EA 1 21 6010-E Manhole Adjustment, Minor EA 1 22 7010-A-1 Pavement, PCC, 8" CSUD SY 3868 23 7030-E Sidewalk, PCC, 4" CSUD SY 24 24 7040-B Subbase Over -excavation TON 150 25 7040-H Pavement Removal SY 83 26 8020-B Painted Pavement Markings, Solvent/Waterborne LS 1 27 8030-A Temporary Traffic Control LS 1 28 8040-A Type A Sign, Sheet Aluminum SF 10 29 8040-B Steel 2" xZ" Perforated 14-Gauge Square Tubing Post LF 48 - 30 8040-C Removal of Signs and Posts EA 3 31 8999-SP-1 Site Electrical LS 1 32 9010-A Conventional Seeding, Fertilizing, and Mulching AC 2 _ ~� 33 9020-A Sod SQ 86 34 9030-A Overstory Trees EA 8 35 9030-A Large Screening Shrubs EA 137 36 9030-A Perennials EA 385 37 9035-SP-1 Woodchip Mulch SF 13300 38 '9035-SP-2 Metal Edging LF 920 Sturgis Ferry Park Improvements Project 0400 — Page 4 of 7 INSERT IN ENVELOPE 2 35 9030-A Large Screening Shrubs EA 130 BID ITEM ITEM CODE ITEM UNIT ESTIMATED CITY UNIT PRICE EXTENDED AMOUNT 36 9030-A Perennials EA 385 37 9035-SP-1 Woodchip Mulch SF 13680 38 9035-SP-2 Metal Edging LF 850 39 9040-A-2 SWPPP Management LS 1 40 9040-D-1 Filter Sock, 8" LF 1300 41 9040-E Temporary RECP, Type 2 SY 1600 42 9040-J Rip Rap, Type B TON 117 43 9040-N-1 Silt Fence LF 930 44 9040-SP-1 Bioretention Cell LS 1 45 9060-A Chain Link Fence, 8 Ft. LF 444 46 9999-SP-1 Coverworx; Square Shelter with Vented Top - 18'; Model SQVT-18-SW LS 1 47 10,010-A Demolition Work LS 1 48 11010-A-1 Construction Survey LS 1 49 11020-A-1 Mobilization LS 1 50 SPECIAL Park Sign Installation and Footing EA 1 51 SPECIAL Storm Sewer Outlet Revitalization EA 1 TOTAL EXTENDED AMOUNT = The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. ��i..+=+� C W� Sturgis Ferry Park Improvements Project 0400 — Page 5 of 7 INSERT IN ENVELOPE 2 BID ITEM ITEM CODE ITEM UNIT ESTIMATED CITY UNIT PRICE EXTENDED AMOUNT 39 9040-A-2 SWPPP Management LS 1 40 9040-D-1 Filter Sock, 8" LF 1300 41 9040-E Temporary RECP, Type 2 SY 1600 42 9040-J Rip Rap, Type B TON 117 43 9040-N-1 Silt Fence LF 930 44 9040-SP-1 Bioretention Cell LS 1 45 9060-A Chain Link Fence, 8 Ft. LF 434 46 9999-SP-1 Coverworx; Square Shelter with Vented Top - 18'; Model SQVT-18-SW LS 1 47 10,010-A Demolition Work LS 1 48 11010-A-1 Construction Survey LS 1 49 11020-A-1 Mobilization LS 1 50 SPECIAL Park Sign Installation and Footing EA 1 51 SPECIAL Storm Sewer Outlet Revitalization EA 1 TOTAL EXTENDED AMOUNT = The Bidder may submit computer -generated unit price table in accordance with the Special Provisions. r coo t0 Sturgis Ferry Park Improvements Project 0400 — Page 5 of 7 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: NOTE: All subcontractors are subject to approval by City of Iowa City. i E CO Sturgis Ferry Park Improvements Project 0400 — Page 6 of 7 INSERT IN ENVELOPE 2 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 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 !j 90 NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Sturgis Ferry Park Improvements Project 0400 — Page 7 of 7 INSERT IN ENVELOPE 1 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156 To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheets Authorization to Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and a -mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates: to Address: (mnVdd/yyyy) City, State, Zip Code: Dates: to Address: (mm/d&/ yyy) City, State, Zip Code: Dates: to Address: (mmldd/yyyy) City, State, Zip Code: You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: .1 ty 2. Does your company's home state or foreign country offer preference to bidders who are resi07 c.,.0 Yes- ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's h tateri 5 forei c=ountry and the appropriate legal citation. : co 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: Sturgis Ferry Park Improvements Project 0405 — Page 1 of 2 INSERT IN ENVELOPE 1 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of State that the application for a 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 termination statement. ❑ 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, an(h� he certificate has not been revoked or canceled. Sturgis Ferry Park Improvements Project 0405 — Page 2 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER PROJECT CITY OF IOWA CITY , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Sturgis Ferry Park Improvements Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a security for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid security this day of A.D. , 20. Witness 0 0 Witness Sturgis Ferry Park Improvements Project (Seal) Principal (Title) (Seal) Surety Attorney -in -fact) 0410 — Page 1 of 2 INSERT IN ENVELOPE 1 0410 BID BOND FORM STURGIS FERRY PARK IMPROVEMENTS PROJECT CITY OF IOWA CITY , as Principal, and , as Surety declare that we are held and are firmly bound unto the City Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further omise and declare that these obligations shall bind our heirs, executors, administrators, id successors jointly and severally. This obligation is conditioned on the Principal submisetsrProject. of the accompanying bid, vem dated for Sturgis Ferry Park Impro NOW, THEREFORE, (a) If said Bid shall be rejected, or in the (b) If said Bid shall be accepted and the Zpal ncipal shall execute and deliver a contract in the form specified, and the Pri shall then furnish a security for the Principal's faithful performance of id Project, and for the payment of all persons performing labor or furnishing terials in connection therewith, and shall in all other respects perform the Pro' ct, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Othe se this obligation shall remain in full force and effect, provided that the liability of the Surety f r any and all claims hereunder shall, in no event, exceed the amount of the obligation stated h ein. By virtue of statutory autho ty, the full amount of this bid security shall be forfeited to the Owner in the event that the Prin ipal fails to execute the contract and provide the security, as provided in the Project Manual r as required by law. The Surety, for value/received, hereby stipulates and agrees that the obligations of said Surety and its security shal /in no way be impaired or affected by any extension of the time within which the Owner may ac /pt such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. of The Principal the Surety hereto execute this bid security this clay y _ A. D. , 20 �-j (Seal) Witness Principal By: = ' (Title) �.o (Seal) Surety By: Witness (Attorney -in -fact) Attach Power -of -Attorney, if applicable Sturgis Ferry Park Improvements Project 0410 — Page 1 of 1 INSERT IN ENVELOPE 1 Attach Power -of -Attorney, if applicable r� 4� { r M Sturgis Ferry Park Improvements Project 0410 — Page 2 of 2 0500 CONTRACT STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER 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 11th day of August, 2023, for the Sturgis Ferry Park Improvements ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project; and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200. attached hereto. The above components are deemed complementary, and what is called for by one shall be as binding as if called for by all. w fw� Sturgis Ferry Park Improvements Project 0500 — Page 1 of 2 0500 CONTRACT STURGIS FERRY PARK IMPROVEMENTS PROJE CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between th City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifi tions, Proposal and Contract dated the 24th day of July, 2023, for the Sturgis Ferry Park Imp vements Project ("Project"), and WHEREAS, the City publicly solicited bids for construdion of said Project; and WHEREAS, Contractor submitted a bid on /eer ject described in said Project Manual; and WHEREAS, the parties hereto now wish toto this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agr s to perform the Project for the sums listed in its Proposal including the to ,extended amount of $ , which sums are in/goadditional ed herein by this reference. 2. This Contract cone Contract Documents, as defined in the Section 1010, 1.03, and the follocomponent parts which are incorporated herein by reference: a. Contrac(or's Completed Bidder Status Form; attached hereto; and b. Con actor's Completed Contract Compliance Program (Anti - Di rimination Requirements) Assurance, if applicable, pursuant to Section 0 00, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, attached hereto. The abovh components are deemed complementary, and what is called for by one shall be as b' ding as if called for by all. r; r r- -� Sturgis Ferry Park Improvements Project 0500 — Page 1 of 2 3 The names of those persons, firms, companies or other parties, acknowledged by the City, with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows (or shown on an attachment): DATED this day of ,20 ( The City of Iowa City will date this Contract after all signatures are obtained) City Contractor By: By: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: By: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor OfRer �.,.. ATTET; .,.a t c BY : (Company Official)r., Sturgis Ferry Park Improvements Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and , as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Construction of new park amenities, including a park pavilion, paved access, and parking lot at Sturgis Ferry Park, located at 1700 South Riverside Drive. The project improvements include general site grading and shaping, stormwater detention, landscaping, site fencing, paving, and electrical. To faithfully perform all the terms and requirements of said Contract within the specified time, 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;Qt: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above -referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction because 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 Sturgis Ferry Park Improvements Project 0510 — Page 1 of 4 0510_ PERFORMANCE, PAYMENT, AND MAINTENANCE BON,,, STURGIS FERRY PARK IMPROVEMENTS PROJECT/` CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we. (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, to as "the Jurisdiction"), and to all persons who may b conditions of this Bond in the penal sum of dollars ($ ), lawful money of a United States, for the payment of which sum, well and truly to be made, we bind ourselves, ur heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are uch that whereas said Contractor entered into a contract with the Jurisdiction, bearing d e the day of , (hereinafter the "Contract") herein said Contractor undertakes and agrees to construct the following described improv ments: as Principal *a, as Obligee (hereinafter referred njured by any breach of any of the Construction of new park amenities, 'ncluding a park pavilion, paved access, and parking lot at Sturgis Ferry Park, located at 1700 outh Riverside Drive. The desired services include general site grading and shaping, stormw er detention, landscaping, site lighting, paving, and electrical. To faithfully perform all the terP's and requirements of said Contract within the specified time, in a good and workmanlike ma er, and in accordance with the Contract Documents. It is expressly understood �nd agreed by the Contractor and Surety in this bond that the following provisions are a part oft s Bond and are binding upon said Contractor and Surety, to -wit: PERFORMAN E: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each nd every covenant, condition, and part of said Contract, by reference made a part here for the above -referenced improvements, and shall indemnify and save harmless t Jurisdiction from all outlay and expense incurred by the Jurisdiction because of the Co ractor's default of failure to perform as required. The Contractor shall also be responsi a for the default or failure to perform as required under the Contract and Contrac Documents by all its subcontractors, suppliers, agents, or employees furnishing materi s or providing labor in the performance of the Contract. 2. PA ENT: The Contractor and the Surety on this Bond hereby agreed to pay all just cl ms submitted by persons, firms, subcontractors, and corporations furnishing materials or 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 Sturgis Ferry Park Improvements Project 0510 — Page 1 of 4 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 s4*cljl 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 because 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 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. 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, attorney's fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against Sturgis Ferry Park Improvements Project 0510 — Page 2 of 4 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=rode, 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 agr e, at their own expense: A. To remedy any and all defects that may develop in or re It from work to be performed under the Contract within the period of five ye s) (5) from the date of acceptance of the work under the Contract, by reason 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 mo toring and inspection to assure that any defects are remedied, and to repay th urisdiction all outlay and expense incurred because of Contractor's and Sure 's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall a deemed and held bound, any contract to the contrary notwithstanding, to the followin provisions: A. To consent without notice to any xtension of time to the Contractor in which to perform the Contract; B. To consent without notice to y change in the Contract or Contract Documents, which thereby increases th otal contract price and the penal sum of this bond, provided that all such ch ges do not, in the aggregate, involve an increase of more than 20% of the tot contract price, and that this bond shall then be released as to such excess incr se; and C. To consent without tice that this Bond shall remain in full force and effect until the Contract is com eted, whether completed within the specified contract period, within an extensio thereof, or within a period after the contract period has elapsed and the liquidat damage penalty is being charged against the Contractor. D. That no provi ' n of this Bond or of any other contract shall be valid that limits to less than fiv year(s) (5) after the acceptance of the work under the Contract the right to sue on this Bond. E. As used erein, the phrase "all outlay and expense" is not to be limited in any way but sh include the actual and reasonable costs and expenses incurred by the Juris ' tion including interest, benefits, and overhead where applicable. Acc dingly, "all outlay and expense" would include but not be limited to all contract or mployee expense, all equipment usage or rental, materials, testing, outside perts, attorney's 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 OD 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. Inabe event the Jurisdiction incurs any "outlay and expense" in defending itself against arW.;cla m as to which the Contractor or Surety should have provided the defense, or in the erift`rcement of the promises given by the Contractor in the Contract, Contract Documents, oC�approved change orders, or in the enforcement of the promises given by the Contractor Sturgis Ferry Park Improvements Project 0510 — Page 2 of 4 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. 2 Sturgis Ferry Park Improvements Project 0510 — Page 3 of 4 and Surety in this Bond, the Contractor and Surety agree that they will a the Jurisdiction whole for all such outlay and expense, provided that the Surety' 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 th' Bond, the parties agree that the venue thereof shall be Johnson County, State of I a. If legal action is required by the Jurisdiction to enforce the provisions of this Bond 94to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Co ntr or and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and pense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the risdiction hereunder shall be cumulative and not alternative and shall be in addition to II rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction m proceed against surety for any amount guaranteed hereunder whether action is brou t against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obli tion is such that if said Principal shall faithfully perform all the promises of the Princi I, as set forth and provided in the Contract and in this Bond, then this obligation shall b null and void; otherwise it shall remain in full force and effect. When a work, term, or phrase is used as defined in this Bond and the Contr shall be interpreted or const/Ce, third, if not defined in the Iowgenerally accepted meaning accepted meaning in the caccording to its common or c irylhis Bond, it shall be interpreted or construed first ct; second, if not defined in the Bond or Contract, it defined in applicable provisions of the Iowa Code; it shall be interpreted or construed according to its nstruction industry; and fourth, if it has no generally on industry, it shall be interpreted or construed 1 usage. Failure to specify or partic9tarize shall not exclude terms or provisions not mentioned and shall not limit liability her. nder. The Contract is hereby made a part of this Bond. �J C p') M Sturgis Ferry Park Improvements Project 0510 — Page 3 of 4 PRINCIPAL: Printed Name of Contractor Officer Signature of Contractor Officer Title of Contractor Officer NOTE: SURETY: Surety Company Name By Signature of Attorney -in -Fact 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 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. V r.� --i C-) " r.... rn 4aw-.md' Sturgis Ferry Park Improvements 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. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men orking" or "Flagman Ahead," and instead use gender neutral signs. r ' w 7. All contractors, vendors, and consultants must assure that their subcorntraqtgrs abide by the City's Human Rights Ordinance. The p � City's protected classes ar Usted~ht Iowa City City Code Section 2-3-1. ` r co CA Sturgis Ferry Park Improvements 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: Federally funded contracts 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, 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) c am Phone Number Street Address City, State, Zip C04e Sturgis Ferry Park Improvements Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date El ` ca Sturgis Ferry Park Improvements Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY c Determine your company's policy regarding equal employment opportu iit bs.�docuront the policy and post it in a conspicuous place so that it is known to all your employs. Furthermore, disseminate the policy to all potential sources of employees aiia to r subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. Regarding dissemination of this policy, this can be done, for exampte', through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review job descriptions periodically to ensure they accurately reflect major job functions. Review education and experience requirements to accurately reflect the requirements for successful job performance. (f) Review the job application to ensure only job -related questions are asked. Ask yourself, "Is this information necessary to judge an applicant's ability to perform the applied job?" Only use job -related tests that do not adversely affect any group. (g) Monitor interviews carefully. Prepare interview questions in advance to ensure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of Sturgis Ferry Park Improvements Project 0520 — Page 4 of 6 discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. For your information is a copy of Section 2-3-1 of the City Code which prohibits certain discriminatory practices in employment can be found at: https:Hcodelibrary.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 must abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. F • - i i kCO CA M Sturgis Ferry Park Improvements Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, 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�mplcent Opportunity (EEO) officer or legal counsel to formulate a policy which specifically me the'neords of your company.,, i CD Sturgis Ferry Park Improvements Project 0520 — Page 6 of 6 r.p 0530 WAGE THEFT POLICY N It is the policy of the City of Iowa City, as expressed by City Council ResoOton No. 15„ 4 adopted on November 10, 2015, not to enter into certain contracts with, or provide disetiohy economic development assistance to, any person or entity (including an owner of rnore��han � % of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in 46y 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); Sturgis Ferry Park Improvements Project 0530 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. ram= r- q ` C)D CA t`J Sturgis Ferry Park Improvements Project 0530 — Page 2 of 3 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: I am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither ["contracting entity"] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature N h.J f-> --•l Cr a :x CO 4 «. Sturgis Ferry Park Improvements Project 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: https://iowasudas.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/. c b Sturgis Ferry Park Improvements Project Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: https:Hiowasudas.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. r-J N way 00 Sturgis Ferry Park Improvements Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2022 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/0/edoc/1845668/CIC%20Supplemental%20Specs.pdf or are available in the City Engineering Division Office. r-4 CD- �,;2 rz --4Mrs M ;W9 Sturgis Ferry Park Improvements Project Page 1 of 1 PLAN Mix !"'"gyp a d CO crt Sturgis Ferry Park Improvements Project Page 1 of 1 _ SECTION 27 0500 TELECOMMUNICATIONS OUTSIDE PLANT EQUIPMENT AND MATERIALS PART 1 ' GENERAL 1.1— Section Includes A.' HDPE duct HDPE mechanical coupling ., Duct plug D. Pull tape E. Handhole and cover F. Ground bar and termination hardware G. Geotextile materials H. Locate / tracer wire 1.2 - Code Compliance A. All work and materials shall comply with the most recent rules, codes, and regulations, including but not limited to the following: 1. Occupational Safety and Health Act Standards (OSHA) 2. NFPA 70 - National Electrical Code (NEC) 3. ANSI/IEEE C-2, 1997 National Electrical Safety Code 4. All other applicable Federal, State, and local laws and regulations 1.3 - Submittals A. Submit product data for each of the following: 1. HDPE duct 2. HDPE mechanical coupling 3. Duct plug 4. Pull tape 5. Handhole and cover 6. Ground bar and termination hardware 7. Geotextile materials 8. Locate / tracer wire B. Submittal Procedures 1. Within five working days after receipt of the Contract and prior to the pre -construction conference or any payments, the Contractor shall submit to the Owner for timely review a schedule of submittals listing each required submittal as identified in Paragraph 1.03-A. 2. Submit the following information for approval prior to ordering and installation into the project. a. Manufacturer name b. Manufacturer part number c. All relevant specification and description information necessary for the Owner to validate that the material submitted is in fact the material specified. 3. Transmit each submittal with transmittal letter indicating: date, project title, and contractor's name and address. Sturgis Ferry Park Improvements Project Page 1 of 5 SECTION 27 0500 TELECOMMUNICATIONS OUTSIDE PLANT EQUIPMENT AND MATERIALS PART1 GENERAL 1.1- Section Includes A. HDPE duct B. HDPE mechanical coupling C. Duct plug D. Pull tape E. Handhole and cover F. Ground bar and termination hardware G. Geotextile materials H. Locate / tracer wire 1.2 - Code Compliance A. All work and materials shall co ply with the most recent rules, codes, and regulations, including but not limited to the f lowing: 1. Occupational Safety an ealth Act Standards (OSHA) 2. NFPA 70 - National Ell ctrical Code (NEC) 3. ANSI/IEEE C-2, 19 National Electrical Safety Code 4. All other applica 1 Federal, State, and local laws and regulations 1.3 - Submittals A. Submit product ata for each of the following: 1. HDPE d t 2. HDPE echanical coupling 3. Duct lug 4. PuVtape 5. ndhole and covers-� 6. round bar and termination hardware -~ 7 Geotextile materials 00 Locate / tracer wire B. Submittal Procedures _ 1. Within five working days after receipt of the Contract and prior to the pre -construction conference or any payments, the Contractor shall submit to the Owner for timely review a schedule of submittals listing each required submittal as identified in Paragraph 1.03-A. 2. Submit the following information for approval prior to ordering and installation into the project. a. Manufacturer name b. Manufacturer part number c. All relevant specification and description information necessary for the Owner to validate that the material submitted is in fact the material specified. 3. Transmit each submittal with transmittal letter indicating: date, project title, and contractor's name and address. 4. Apply Contractor's stamp. Sign or initialed submittal certifying that review, verification of products required, and dimensions are in accordance with the requirements of the work and Contract Documents. 4. Apply Contractor's stamp. Sign or initialed submittal certifying that review, verification of products required, and dimensions are in accordance with the requirements of the work and Contract Documents. 5. Submit the number of copies that the Contractor requires, plus three (3) copies that will be retained by the Owner. Mail or deliver submittals to: City of Iowa City Attn: Trent Hansen 410 East Washington Street Iowa City, IA 52240 4: 6. Submittals will be reviewed by the Owner and returned to the Contractor either approved as submitted, approved with comments, or rejected with comments. If rejected, Contractor shall correct and resubmit as required, identifying all changes made since previous submittal. 7. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.4 - Manufacturer's Instructions A. When specified in specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, adjusting, and finishing, in quantities specified for Shop Drawings and materials brochures. B. Unless otherwise stated, where installation requirements identified in the Standards conflict with the manufacturer's recommendations, the more restrictive shall be applied. C. Notify Engineer of conflicts between manufacturers' instructions and Contract Documents. 1.5 - Quality Assurance A. Full compliance with engineered design and specifications is required. Performance criteria included in the references shall be met. Test data shall verify system performance. PART2 PRODUCTS 2.1 - Materials A. HDPE Duct 1. Acceptable Manufactures: Endot, Arnco, Carlon, Dura-line, or approved equal. 2. Product Description: High Density Polyethylene (HDPE), ASTM D 3035, SDR 11. UL Listed, smooth interior and exterior wall. Non -plenum rated. 3. Nominal Size: 2" (nominal) controlled outside diameter, for underground installations. 4. Color: orange; solid color. 5. Fittings and Duct Bodies: Manufacturer's recommended fittings and components to make the system work. B. HDPE Mechanical Coupling or Fusion 1. NOTE: Ducts may also be field -joined using approved fusion methods. Recommended 2. Acceptable Manufactures: ETCO 3. Product Description: Mechanical coupling, double E-Loc coupling for HDPE-to-HDPE connections in restrained and unrestrained installation locations. Threaded end caps with nylon compression bushing. 4. Nominal Size: Sized for 2" HDPE, SDR 11. Sturgis Ferry Park Improvements Project Page 2 of 5 Microsoft Word - Estprop.Txt Project Page 2 of 5 5. Submit the number of copies that the Contractor requires, plus three (3) copies t will be retained by the Owner. Mail or deliver submittals to: City of Iowa City Attn: Trent Hansen 410 East Washington Street Iowa City, IA 52240 6. Submittals will be reviewed by the Owner and return to the Contractor either approved as submitted, approved with comments,Y rejected with comments. If rejected, Contractor shall correct and resubmit a required, identifying all changes made since previous submittal. 7. Distribute copies of reviewed submittals to ncerned parties. Instruct parties to promptly report any inability to comply wi provisions. 1.4 - Manufacturer's Instructions A. When specified in specification Sectio delivery, storage, assembly, installatic Shop Drawings and materials brochyf submit manufacturers' printed instructions for adjusting, and finishing, in quantities specified for B. Unless otherwise stated, where i tallation requirements identified in the Standards conflict with the manufacturer's recom endations, the more restrictive shall be applied. C. Notify Engineer of conflicts b een manufacturers' instructions and Contract Documents. 1.5 - Quality Assurance A. Full compliance with eng' eered design and specifications is required. Perfgrmc ce criteria included in the referen s shall be met. Test data shall verify system performanc z j PART PRODUCTS 2.1 - Materials A. HDPE Duct • 1. Acceptab Manufactures: Endot, Arnco, Carlon, Dura-line, or approved equal 2. Produc escription: High Density Polyethylene (HDPE), ASTM D 3035, SDR 11. UL Listed smooth interior and exterior wall. Non -plenum rated. 3. No -al Size: 2" (nominal) controlled outside diameter, for underground installations. 4. C or: orange; solid color. 5. Rings and Duct Bodies: Manufacturer's recommended fittings and components to make the system work. B. PE Mechanical Coupling or Fusion . NOTE: Ducts may also be field -joined using approved fusion methods. Recommended 2. Acceptable Manufactures: ETCO 3. Product Description: Mechanical coupling, double E-Loc coupling for HDPE-to-HDPE connections in restrained and unrestrained installation locations. Threaded end caps with nylon compression bushing. 4. Nominal Size: Sized for 2" HDPE, SDR 11. C. Duct Plugs 1. Product Description: Expandable blank duct plug for 2" HDPE, SDR 11. Solid, elastomeric-gasket with pull -rope loop. C. Duct Plugs 1. Product Description: Expandable blank duct plug for 2" HDPE, SDR 11. Solid, elastomeric-gasket with pull -rope loop. D. Pull Tape 1. Composition: Woven polyester. a. Pulling Strength: minimum of 1250 lbs. b. Pull tape shall have permanent sequential footage markings. E. Handholes 2. Acceptable Manufactures: Hubbell Quazite or approved equal. 3. Product Description: a. Handhole box: polymer -concrete, ANSI Tier 22, open bottom. b. Handhole cover: polymer concrete, ANSI Tier 15, heavy duty, two-piece, two bolts, logo to read "Fiber Optics". Cover bolts shall be 3/8" stainless steel, penta-head - with washers. 4. Nominal Size: Nominal handhole size shall be 30" wide x 48" long x 36" deep. 5. Color: gray. F. TGround Bar and Termination Hardware 1. Acceptable Manufactures: Harger or approved equal 2. Product Description: Copper ground bars with dimensions measuring 1/4" x 1" x 9" shall be furnished and installed with telecommunication handholes. The ground bars shall have 5 1/4 — 20 tapped holes with insulators and panhead torx screws. 3. Acceptable Manufactures: Thomas & Betts or approved equal 4. Blackburn, Copper connector, Type-L copper, single conductor one 14 AWG thru No.4 AWG. G. Geotextile Materials 1. Product Description: Woven geotextile, polypropylene resin fiber material shall be furnished and installed with telecommunication handholes. Minimum Average Roll \ nhunc /KAAR\/l chall ha ac fnlinwc- MARV PROPERTY TEST METHOD ENGLISH MECHANICAL Tensile Strength (Grab) ASTM D-4632 200 Ibs Elongation ASTM D-4632 12% Puncture ASTM D-4833 90 Ibs CBR Puncture ASTM D-6241 700 Ibs Mullen Burst ASTM D-3786 400 psi Trapezoidal Tear ASTM D-4533 75 Ibs ENDURANCE UV Resistance (% Retained at 500 hrs) ASTM D-4533 70% HYDRAULIC Apparent Opening Size (AOS) ASTM D-4751 40 US Std. Sieve Permittivity ASTM D-4491 0.05 sec Water Flow Rate ASTM D-4491 4 gpm/ft Sturgis Ferry Park Improvements Project Page 3 of 5 Microsoft Word - Estprop.Txt Project Page 3 of 5 D. Pull Tape 1. Composition: Woven polyester. a. Pulling Strength: minimum of 1250 lbs. b. Pull tape shall have permanent sequential footage markings. E. Handholes a; 1. Acceptable Manufactures: Hubbell Quazite or approved a al. C-) N) 2. Product Description: � `'J a. Handhole box: polymer -concrete, ANSI Tier 22 pen bottomr b. Handhole cover: polymer concrete, ANSI T* r 15, heavy duty, twn-piec%two iGTI logo to read "Fiber Optics". Cover bolts sh be 3/8" stainless steel, perm -head with washers. - 3. Nominal Size: Nominal handhole size shal a 30" wide x 48" long x 36" deep. 4. Color: gray. F. Ground Bar and Termination Hardware 1. Acceptable Manufactures: Harger or ap oved equal 2. Product Description: Copper ground rs with dimensions measuring 1/4" x 1" x 9" shall be furnished and installed wi telecommunication handholes. The ground bars shall have 5 1 /4 — 20 tapped holes wit insulators and panhead torx screws. 3. Acceptable Manufactures: Thom s & Betts or approved equal 4. Blackburn, Copper connector,Type-L copper, single conductor one 14 AWG thru No.4 AWG. G. Geotextile Materials 1. Product Description: Poven geotextile, polypropylene resin fiber material shall be furnished and installO with telecommunication handholes. Minimum Average Roll Values (MARV) shall a as follows: MARV PROPERTY TEST METHOD ENGLISH MECHANICAL Tensile Strength (Grab) ASTM D-4632 200 Ibs Elongation ASTM D-4632 12% Puncture ASTM D-4833 90 Ibs CBR Puncture ASTM D-6241 700 Ibs Mullen Burst ASTM D-3786 400 psi Trapezoidal Te ASTM D-4533 75 Ibs ENDURANC UV Resist ce (% Retained at 500 hrs) ASTM D-4533 70% HYDR ULIC App ent Opening Size (AOS) ASTM D-4751 40 US Std. Sieve Perinittivity ASTM D-4491 0.05 sec Water Flow Rate ASTM D-4491 4 gpm/ft Locate / Tracer Wire 1. Acceptable Manufactures: Pro -Pak Industries, Pro -Trace or Approved equal 2. Product Description: Copper conductor, 45 MIL thick HDPE jacket, 12 AWG (or 10 AWG) solid copper conductor, designed for direct bury, orange in color. PART 3 EXECUTION 3.1 - HDPE Duct Installation A. HDPE duct shall be installed at a depth of 36" to 42" of cover below grade. Minimum cover shall be 36" unless otherwise noted. Crossings of known and identified utilities and obstructions require variance to maximum and minimum depths specified. When a depth of 36" to 42" cannot be maintained notify the Owner's representative to determine maximum allowable depth. Provide additional cover as required by State, City, other utilities and authorities having jurisdiction where applicable or as necessary to traverse other utilities. B. Maintain a minimum 12" horizontal separation between other communication utilities and piped fluids. Maintain a minimum 3" horizontal separation from power and foreign conduits. Maintain a minimum 60" horizontal separation from water mains. At crossings provide a minimum vertical separation of 6" from conduits, ducts, cable and piped fluids. Notify Owner's representative for variances. C. Contractor is required to maintain positive drainage along the route throughout the duration t: of the project. All necessary dewatering shall be provided at no additional cost to the Owner. D. Provide pull tape in each HDPE duct in each segment of the route. Secure pull tape to duct plug at each end. E. HDPE duct shall extend into handholes and turn up. See detailed drawings for handhole installation. F. HDPE duct shall be installed using the industry standard installation equipment and methods. G. A site survey of the installation of the duct shall be made by the Contractor prior to beginning work. H. Cut duct square using a saw or pipe cutter; de -burr cut ends. I. Duct shall be field -joined by either fusion methods or mechanical couplings. Use only those mechanical couplings specified. As -built markups shall reflect the station number of coupled joints. J. Plug both ends of unused duct using approved duct plugs. Protect installed duct against entrance of dirt and moisture before and after installation. K. Manufacturer's recommended installation tension shall not be violated. L. Damaged HDPE duct shall be replaced with new. M. Test each segment of new HDPE duct for excessive deflection and collapse using a test mandrel no smaller than 80% of inside diameter of the duct. The test shall be conducted after the trench has been backfilled and compacted to the required finished grade according to project specifications. City inspector must be present for test. 3.2 - Handhole Installation A. Refer to the detailed drawings for handhole installation details. B. Unless otherwise noted, handholes shall be installed level with grade, flush and parallel to streets and sidewalks. If necessary, slope the area around the handhole, within a few feet, to direct drainage away from the handhole. Provide fill around handhole and compact near to 90% modified standard proctor density using a vibrating rammer compaction machine with appropriate sized foot and compacting around handholes in 8" to 12" lifts. Sturgis Ferry Park Improvements Project Page 4 of 5 Microsoft Word - Estprop.Txt Project Page 4 of 5 H. Locate / Tracer Wire 1. Acceptable Manufactures: Pro -Pak Industries, Pro -Trace or Approved equal 2. Product Description: Copper conductor, 45 MIL thick HDPE jacket, 12 AWG (or 10 AWG) solid copper conductor, designed for direct bury, orange in color. PART 3 EXECUTION 3.1 - HDPE Duct Installation A. HDPE duct shall be installed at a depth of 36" to 42" of cover below grade. Minimum cove shall be 36" unless otherwise noted. Crossings of known and identified utilities and obstructions require variance to maximum and minimum depths specified. When a d th of 36" to 42" cannot be maintained notify the Owner's representative to determine m imum allowable depth. Provide additional cover as required by State, City, other utiliti and authorities having jurisdiction where applicable or as necessary to traverse of r utilities. B. Maintain a minimum 12" horizontal separation be/ne other communicatio utilities and piped fluids. Maintain a minimum 3" horizontal son from power an foreign conduits. Maintain a minimum 60" horizontal separation fror mains. At cr sings provide a minimum vertical separation of 6" from conduits, cable and pip fluids. Notify Owner's representative for variances. C. Contractor is required to maintain positive drainag the rou throughout the duration of the project. All necessary dewatering shall beed at n additional cost to the Owner. D. Provide pull tape in each HDPE duct in each segf the ute. Secure pull tape to duct plug at each end. E. HDPE duct shall extend into handholes and turn detailed drawings for handhole installation. F. HDPE duct shall be installed using the industry sinstallation equipment and methods. G. A site survey of the installation of the duct shall bby the Contractor prior to beginning work. H. Cut duct square using a saw or pipe cutter; de26urr cut ends. I. Duct shall be field -joined by either fusion me ods or mechanical couplings. Use only those mechanical couplings specified. As -built rkups shall reflect the station number of coupled joints. J. Plug both ends of unused duct using a proved duct plugs. Protect installed duct against entrance of dirt and moisture efore and after installation. K. Manufacturer's recommended inst ation tension shall not be violated. L. Damaged HDPE duct shall be replaced with new. M. Test each segment of /800of PE duct for excessive deflection and collapse using a test mandrel no smaller than inside diameter ofthe duct. The test shall be conducted after the trench has been baand compacted to the required finished grade according to project specifications. Cictor must be present for test. 3.2 - Handhole Installation -a A. Refer to the detaile drawings for handhole installation details. B. Unless otherwis noted, handholes shall be installed level with grade,:flush parallel, to streets and si ewalks. If necessary, slope the area around the handhole; withiri a few feet, to direct ainage away from the handhole. Provide fill around handhole °and�mpaFt " near to w" 90% modifi d standard proctor density using a vibrating rammer compactidri rnacl a wit appropri a sized foot and compacting around handholes in 8" to 12" lifts co C. All dirt, debris, trash, packaging, tape, etc., resulting from work associated with the project shall be cleaned from handholes prior to acceptance of the project work. The rim of the handhole shall be cleaned and the cover bolted down when work is complete. All bolts shall be accounted for. D. Open handholes shall be sufficiently barricaded. PART 4 METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 - Method of Measurement Measurgrrent for Telecommunications Outside Plant Equipment and Materials will be as follows: A. IT / Interconnect HDPE duct, 2 inch diameter Linear feet (LF) shown in the contract documents. B. IT / Interconnect pull tape for HDPE duct Linear feet (LF) shown in the contract documents. C. IT / Interconnect handhole, 30"x 48"x36" By count (EA). D. IT / Interconnect tracer wire for HDPE duct Linear feet (LF) shown in the contract documents. 4.2 - Basis of Payment Payment for Telecommunications Outside Plant Equipment and Materials will be as follows: A. IT / Interconnect HDPE duct, 2 inch diameter (LF) The unit price shall be full compensation for furnishing all materials, equipment, and labor for the installation of conduit of the given type and diameter. The unit price shall also include trenching or pushing, backfilling, compacting, surface restoration, HDPE duct, HDPE mechanical couplings, and duct plugs. B. IT / Interconnect pull tape for HDPE duct (LF) The unit price shall be full compensation for furnishing all materials, equipment, and labor for the installation of pull tape of the given type. C. IT / Interconnect handhole, 30"x 48"x36" (EA) The unit price shall be full compensation for furnishing all materials, equipment, and labor for the installation of handholes and covers of the given size and type. The unit price shall also include excavation, backfilling, compacting, surface restoration, polymer concrete handhole box and cover, stainless steel cover bolts, geotextile woven fabric, granular base, and ground bar and termination hardware. D. IT / Interconnect tracer wire for HDPE duct (LF) The unit price shall be full compensation for furnishing all materials, equipment, and labor for the installation of tracer wire of the given size and type. END OF SECTION 27 0500 Sturgis Ferry Park Improvements Project Page 5 of 5 Microsoft Word - Estprop.Txt Project Page 5 of 5 C. All dirt, debris, trash, packaging, tape, etc., resulting from work associated with the project shall be cleaned from handholes prior to acceptance of the project work. The rim of the handhole shall be cleaned and the cover bolted down when work is complete. All bolts shall be accounted for. D. Open handholes shall be sufficiently barricaded. , PART 4 METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 - Method of Measurement Measurement for Telecommunications Outside Plant Equipment and Material A. IT / Interconnect HDPE duct, 2 inch diameter Linear feet (LF) shown in the contract documents. B. IT / Interconnect pull tape for HDPE duct Linear feet (LF) shown in the contract documents. C. IT / Interconnect handhole, 30"x 48"x36" By count (EA). D. IT / Interconnect tracer wire for HDPE duct Linear feet (LF) shown in the contract dock 4.2 - Basis of Payment II be as follows: Payment for Telecommunications Outside PlaVEquipment and Materials will be as follows: A. IT / Interconnect HDPE duct, 2 ch diameter (LF) The unit price shall be full co ecnsation for furnishing all materials, equipment, and labor for the installation of condui of the given type and diameter. The unit price shall also include trenching or pushing, bac filling, compacting, surface restoration, HDPE duct, HDPE mechanical couplings, a d duct plugs. B. IT / Interconnect pull t e for HDPE duct (LF) The unit price shall full compensation for furnishing all materials, equipment, and labor for the installation pull tape of the given type. C. IT / Interconnect andhole, 30"x 48"x36" (EA) The unit price s all be full compensation for furnishing all materials, equipment, and labor for the installa on of handholes and covers of the given size and type. The unit price shall also include xcavation, backfilling, compacting, surface restoration, polymer concrete handhole b and cover, stainless steel cover bolts, geotextile woven fabric, granular base, and groun bar and termination hardware. D. IT / Inter nnect tracer wire for HDPE duct (LF); N The uni price shall be full compensation for furnishing all materials, equipment, an trabor for the installation of tracer wire of the given size and type. � C= � 1 ayw.,aa. END OF 27 0500 4n �.-; X.- M CONSTRUCTION PLANS FOR: 2023 STURGIS FERRY PARK IMPROVEMENTS AND � ���, ::�� 1 OH'SON COUNTY SOUTHSIDE RECYCLING CENTER PROJECT CITY OF IOWA CITY, IOWA THE PROPOSED IMPROVEMENTS INCLUDED IN THESE DRAWINGS HAVE BEEN DESIGNED IN ACCORDANCE WITH THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS MANUALS (SUDAS) AND THE CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS TO SUDAS STANDARD SPECIFICATIONS (LATEST EDITIONS) WITH NO DESIGN EXCEPTIONS. I CITY OF IOWA CITY THIS ENGINEERING DOCUMENT IS RECOMMENDED FOR FILING WITH THE CITY CLERK (:—�-z ell CITY ENGINEER OR DESIGNEE DATE L 1-800-292-8989 The Utilities as shown on this drawing were developed from the information available. This is not implied nor intended to be the complete inventory of utilities in this area. It is the clientsicontractors responsibility to verify the location of all utilities (whether shown or not) and protect said utilities from any damage. HIGHWAY 1 WEST H/Gywq Y 6 RUPPERTROAD 0 U ti Co Co OR C9 1 10`NACj1V A1RP ui PROJECT LOCATION PROJECT ADDRSS: 1700 S. RIVERSIDE DRIVE IOWA CITY, IA 52240 w 0 w 0 w PROJECT LOCATION MAP NOT TO SCALE PLANS PREPARED FOR: 1 1 CITY OF IOWA CITY CITY COUNCIL: MAYOR: BRUCE TEAGUE AT LARGE: LAURA BERGUS AT LARGE: MEGAN ALTER AT LARGE: ANDREW DUNN DISTRICT A: PAULINE TAYLOR DISTRICT B: SHAWN HARMSEN DISTRICT C: JOHN THOMAS N.T.S. SOUTHGATEAVENUE TOTAL SHEETS: 26 Civil Index of Sheets A.01 COVER SHEET A.02 LEGEND AND SUDAS STANDARD DETAILS A.03 UTILITY CONTACTS AND GENERAL NOTES B.01 - 8.03 TYPICAL SECTIONS AND DETAILS C.01 - C.03 QUANTITIES D.01 SITE PLAN E.01 ELECTRICAL SITE PLAN E.02 ELECTRICAL PHOTOMETRICS PLAN E.03 ELECTRICAL DETAILS F.01 GRADING PLAN F.02 JOINTING PLAN J.01 TRAFFIC CONTROL L.01 - L.02 LANDSCAPE PLAN M.01 - M.02 STORM SEWER PLAN AND PROFILE M.03 FLARED END SECTION OUTLET REPAIR M.04 DRINKING FOUNTAIN AND SANITARY SEWER DETAILS Q.01 - Q.03 EROSION AND SEDIMENT CONTROL PLAN R.01 REMOVAL PLAN ELECTRICAL ENGINEER =MEREBr CERTKVT ENGNEU OOCU1ERr WAS ,,Nl1,,,,, ESSIp/yq� p/wr PRE9ARE0 BY ME OR V g V $IiERN510N A/ll T1Mi 1 VT=DER crKI� uocR „f vws pF rA�ousir�ui�c tf��[wo�a�aar�ss�owLL \\ IS Rrl.ryo4bciki':w-75.n J51) tr YO EbmreffA®YrtT.n3pp m% VJAKE srruTURE wrE HENKLE A arcerrEo ca rrvEO RAZE SAKE WINKLE 12668 126M '• •' An lKFlgE REIf WK wTE IH DELEr.IER r ffi� \\\\ coveru:om rws sews 'll EA1 ED2E E.03. E00 CIVIL ENGINEER \51,1111111111////77 iREREBr cERlsv nut W THEM CTSt oocurERr wAs RREVAREo Rr wE a+uloEn wr owECT s!s[nws�w ANDnuT OrT ES AiECEME PAROFFlIpMLEIIONEFRUNDERT EUWS \\\\\\QPOfESSIONi//� 06109/2023 Dave PBros J DAVE PANGS _ P15579 ®� a ` „�RwaER ,66r.1 � W IILFl1SE REIEWAL GATE Ri oECEIBER l+ ffi� '�i�/ ' • ..... • ' \\\\` vAGES, sHEETs aR omsgrB cwEREo er nav sEa. *1f 1#�I`\`\\\\ ALL EXCLUDING E SERIES 1 Y a i' u) ~ W F— Of Z 0 W W u- 2 o (n W W. (/7 0 3 W O Z ofo 0 U) U CM CV O CV 00 O � a O Z W w F Co d Z Q W Z In O Ir (L A CONSTRUCTION PLANS FOR: 2023 STURGIS FERRY PARK IMPROVEMENTS JOHNSON COUNTY THE PROPOSED IMPROVEMENTS INCLUDED IN THESE DRAWINGS HAVE BEEN DESIGNED IN ACCORDANCE WITH THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS MANUALS (SUDAS) AND THE CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS TO SUDAS STANDARD SPECIFICATIONS (LATEST EDITIONS) WITH NO DESIGN EXCEPTIONS. CITY OF IOWA CITY THIS ENGINEERING DOCUMENT IS RECOMMENDED FOR FILING WITH THE CITY CLERK 8/f /z3 ITY ENGINEER OR DESIGNEE DATE al acC L*j ILD M IOWA ONE CALL, developed from the information available. This is not implied nor intended to be the complete inventory of utilities in this area. It is the clients/contractors responsibility to verify the location of all utilities (whether shown or not) and protect said utilities from any damage. CITY OF IOWA CITY, IOWA HIGHWAY 1 WEST N/GjywgY6 RUPPERTROAD j U TA ctN AIRPORT In IOTA PROJECT LOCATION PROJECT ADDRSS: 1700 S. RIVERSIDE DRIVE IOWA CITY, IA 52240 0 Lu O C 15 cli PROJECT LOCATION MAP NOT TO SCALE PLANS PREPARED FOR: 1 1 ®dt m O R 00®1%, CITY OF IOWA CITY CITY COUNCIL: MAYOR: BRUCE TEAGUE AT LARGE: LAURA BERGUS AT LARGE: MEGAN ALTER AT LARGE: ANDREW DUNN DISTRICT A: PAULINE TAYLOR DISTRICT B: SHAWN HARMSEN DISTRICT C: JOHN THOMAS N.T.S. SOUTHGATEAVENUE TOTAL SHEETS: 26 Civil Index of Sheets A.01 COVER SHEET A.02 LEGEND AND SUDAS STANDARD DETAILS A.03 UTILITY CONTACTS AND GENERAL NOTES B.01 - B.03 TYPICAL SECTIONS AND DETAILS C.01 - C.03 QUANTITIES D.01 SITE PLAN E.01 ELECTRICAL SITE PLAN E.02 ELECTRICAL PHOTOMETRICS PLAN E.03 ELECTRICAL DETAILS F.01 GRADING PLAN F.02 JOINTING PLAN J.01 TRAFFIC CONTROL L.01 - L.02 LANDSCAPE PLAN M.01 - M.02 STORM SEWER PLAN AND PROFILE M.03 FLARED END SECTION OUTLET REPAIR M.04 DRINKING FOUNTAIN AND SANITARY SEWER DETAILS Q.01 - Q.03 EROSION AND SEDIMENT CONTROL PLAN R.01 REMOVAL PLAN 07/26/202 ELECTRICAL ENGINEER I HEREBY CERTIFY THAT THIS ENGINEERI DOCUMENT WAS_ PREPARE OR UN� B ``��\Q�pFE5S1pNq�/i�/�� EERUNDER THE UWS .xi OW023 SIGNATURE DATE i7 A = J • HENIQE JAKE HINKLE •• 12668 PRINreD OR TYPED NAME i •••'. LICENSE NUMBE0. 12668 .'•• MY LICENSE RENEWAL DATE IS DECEMBER 31,=4 PWES, EAIE.OR E.pq s—ERED BY THIS SEAL CIVIL ENGINEER IHEREBYCERTEYTNATTHISENGINEERINGgO(:UMENTWAS PREPARED SY ME GR LINGER MY DIRECT SUPERMSI I AND THAT I �ADLILYLM.EN6�EDNiOFESSIDNALENGINEERUNDER TNELAW3 ```�OQPpFE5S10ry BIWuIURE DATE t)aVe Panos = l.J � DAVE PMIOS � rn � =� P15579 PRwTED OR TYPED NAME •• LICENSENUMSER 15679 j •• •••• MY LICENSE RENEWAL DATE IS DECEMBER 31 2324 PAGES, SHEETS OR C-RED BY THIS sEAL ALL EXCLUDING E Y � a i' U) ~ �— Z 3O W LL1 - LL o W W U 0 3 W a o � o I:M N O N V N N 0 C O z w W � � m �a i o Z J W ~ Q Z_ V) o X L a A.01 B JOHNSON COUNTY C------- - D - — �- E F t II.EL; STURGIS FERRY PARK IMPROVEMENTS-,-,, -13 JUL 27 AM o= THE PROPOSED IMPROVEMENTS INCLUDED IN THESE DRAWINGS HAVE BEEN DESIGNED IN ACCORDANCE WITH THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS MANUALS (SUDAS) AND THE CITY OF IOWA CITY SUPPLEMENTAL SPECIFICATIONS TO SUDAS STANDARD SPECIFICATIONS (LATEST EDITIONS) WITH NO DESIGN EXCEPTIONS. CITY OF IOWA CITY THIS ENGINEERING DOCUMENT IS RECOMMENDED FOR FILING WITH THE CITY CLERK CITY ENGINEER OR DESIGNEE DATE IOWA ONE CALL A 1-800-292-8989 The Utilities as shown on this drawing were developed from the information available. This is not implied nor intended to be the complete inventory of utilities in this area. It is the clients/contractors responsibility to verify the location of all utilities (whether shown or not) and protect said utilities from any damage. B CONSTRUCTION PLANS FOR: 2023 CITY OF IOWA CITY, IOWA HIGHWAY 1 WEST RUPPERTROAD 01 1,4 ORPOR tO�PT PROJECT ADDRSS: 1700 S. RIVERSIDE DRIVE IOWA CITY, IA 52240 C h'/GIywA y6 PROJECT LOCATION PROJECT LOCATION MAP NOT TO SCALE PLANS PREPARED FOR: � r rl {Orp •t M� ®11,9� CITY OF IOWA CITY CITY COUNCIL: MAYOR: BRUCETEAGUE AT LARGE: LAURA BERGUS AT LARGE: MEGAN ALTER AT LARGE: ANDREW DUNN DISTRICT A: PAULINE TAYLOR DISTRICT B: SHAWN HARMSEN DISTRICT C: JOHN THOMAS G] TOTAL SHEETS: 26 N.T.S. A.02 A.03 B.01 - 13.03 C.01 - C.03 D.01 E.01 E.02 E.03 F.01 F.02 J.01 L.01 - L.02 M.01 - M.02 SOUTHGATEAVENUE M.03 M.04 Q.01 - Q.03 R.01 E ItyC' 10' A MTv j 1-11, Civil Index of Sheets COVER SHEET LEGEND AND SUDAS STANDARD DETAILS UTILITY CONTACTS AND GENERAL NOTES TYPICAL SECTIONS AND DETAILS QUANTITIES SITE PLAN ELECTRICAL SITE PLAN ELECTRICAL PHOTOMETRICS PLAN ELECTRICAL DETAILS GRADING PLAN JOINTING PLAN TRAFFIC CONTROL LANDSCAPE PLAN STORM SEWER PLAN AND PROFILE FLARED END SECTION OUTLET REPAIR DRINKING FOUNTAIN AND SANITARY SEWER DETAILS EROSION AND SEDIMENT CONTROL PLAN REMOVAL PLAN ELECTRICAL ENGINEER Y 2 } C/) } �y U X 7 O w W _ LL �i o V) LU U p CD 0 a W o Z cr o a H '/�/� \/) o U 07/26/202 3 I HEREBY CEftTIFY� THIS INEEPoNG WAS SiQN,'/MENT / cRE�O ENEE/W EOEN UNDER HE UwS ur Z (J JAKE T'^. 07a4 2023 SIGNATURE DATE JAKE HINKLE — J HH•IK� A = 3 12668 PRINTED DR TYPED NAME ••' LICENSE NUMBER 12668 • , , • \ MY LICENSE RENEWAL DATE IS DECEMBER 51 2Bi1 THIS /,llllll IOW P'11 \\\\\\\\ E.Ot E.02. 5DR E.00 3COVERED BY SEAL CIVIL ENGINEER I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WASPREPARE O\{IIIIIIIII/I/ fEsSloft" YLICEENSEDPROFESSIONMENGINERYISICH UNDRTNELAWS / MAD ticIS ff 07Y24/20 -3 Dave Panos DAVE PANOS PISS79 PLANTED oR TYPED NAME •• LICENSE NUMBER 15579 • • • ` NSE RENEW� DATE IS 31 •' • • • • • • • • o`er '% \ PAGESESHEETS OR DIVI310N3 OVEREDEBY THIS SEAL /////ll*Imp, *1\\\\\\\` ILLL EXCLUDING E SERIES Cl) CV O CV N m a 4 O Z W w m J Q 0-0 z J W Q w Z In 'p A.01 A B GENERAL UTILITY NOTES C 1. REFER TO SUDAS 1070 2.07 FOR GENERAL UTILITY NOTES. 2. ABANDONED UTILITIES NOT SHOWN ON THE PLANS MAY EXIST WITHIN THE CONSTRUCTION LIMITS. IF ENCOUNTERED, CONTRACTOR SHALL CONFIRM SAID UTILITIES ARE ABANDONED. CONTRACTOR IS RESPONSIBLE FOR REMOVING THESE LINES AS NECESSARY FOR CONSTRUCTION. 3. CONTRACTOR SHALL VERIFY UTILITY SIZES AND INVERTS PRIOR TO CONSTRUCTION AND PRIOR TO ORDERING MANHOLES AND/OR PIPE. NO ADDITIONAL PAYMENT SHALL BE MADE TO THE CONTRACTOR FOR MATERIAL THAT IS ORDERED AND DOES NOT MATCH PIPE SIZES AND INVERTS THAT ARE TO BE CONFIRMED PRIOR TO CONSTRUCTION. 4. REPAIR ALL FIELD/DRAIN TILES ENCOUNTERED DURING CONSTRUCTION AS SPECIFIED OR AT A MINIMUM TO ALLOW FLOW USING LIKE MATERIAL IN NEW CONDITION WITH CITY APPROVED CONNECTIONS. CONTRACTOR SHALL RECORD EXISTING TYPE, SIZE, LOCATION AND DEPTH OF ALL FIELD/DRAIN TILES ENCOUNTERED AND REPAIRED DURING CONSTRUCTION. PROVIDE DATA TO THE CITY FOR INCORPORATION INTO RECORD DRAWINGS. GENERAL NOTES 1. IF CONTRACTOR OBTAINS ADDITIONAL EASEMENTS FOR STORAGE OF EQUIPMENT AND MATERIALS, COPIES OF AGREEMENTS WITH THE PROPERTY OWNERS SHALL BE PROVIDED TO THE CITY. UPON COMPLETION OF THE USAGE OF THE ADDITIONAL EASEMENTS, CONTRACTOR SHALL ALSO OBTAIN WRITTEN ACCEPTANCE FROM THE OWNER AND PROVIDE A COPY TO THE ENGINEER. 2. CONTRACTOR SHALL COORDINATE THE CONSTRUCTION SCHEDULE WITH CITY STAFF TO AVOID CONFLICTS WITH CITY EVENTS. NO ADDITIONAL COMPENSATION WILL BE MADE FOR COORDINATING SCHEDULES AROUND EVENTS. STORM SEWER CONSTRUCTION NOTES 2 1. STEPS WILL NOT BE ALLOWED IN MANHOLES OR INTAKES. 2. CONNECTION INTO EXISTING CITY MANHOLE OR STORM STRUCTURES REQUIRE CORE DRILL AND WATER TIGHT SEAL. 3. CONNECTIONS BETWEEN DISSIMILAR PIPES SHALL BE MADE WITH 1000 OR 5000 SERIES STRONG BACK (RC) AS MANUFACTURED BY FERNCO OR ENGINEER APPROVED EQUAL. 4. ALL STORM SEWER STRUCTURES ARE REQUIRED TO BE WATER TIGHT. ALL CONSTRUCTION JOINTS ARE TO USE WATER STOP AND WALL PENETRATIONS REQUIRE A WATER TIGHT SEAL, INCLUDING SUBDRAIN PENETRATIONS. 5. CMP IS NOT ALLOWED FOR ANY WALL PENETRATIONS OR PIPE CONNECTORS. 6. STORM SEWER FRAMES AND LIDS SHALL INCLUDE IOWA CITY LOGO AND STORM SEWER LABEL AS SHOWN IN CITY OF IOWA CITY SUDAS SUPPLEMENTAL SPECIFICATION DETAILS. 7. REFER TO SUDAS SPECIFICATIONS FOR STRUCTURES. u CONTACT NUMBERS City of Iowa City City Forestry Tyler Baird (319) 356-5100 Fire: Business (319) 356-5260, Emergency 911 Police: Business (319) 356-5275, Emergency 911 Public Works (319) 356-5140 Transit Darian Nagle-Gamm (319) 356-5156 ITC Benjamin Toland (319) 356-5425 Iowa One Call 811 Utilities AEREON JEFF KOCKO (515) 830-0445 LUMEN / CENTURYLINK SADIE HULL (918 547-0147 CITY WATER MICHAEL WILLIS (319) 356-5160 CITY WASTEWATER JESSE EISTER (319) 631-1144 ICN DOUG EBELSHEISER (515) 725-4742 MEDIACOM FRED ROHMBERG (319) 395-9699 MIDAMERICAN ELECTRIC EVAN MANDLE (515) 302-4867 MIDAMERICAN GAS CARSON HEMPHILL (319) 341-4461 UI ITS CHRIS HATLAND (319) 335-1357 AARON KOS (319) 430-4047 UPN BRYAN FOSTER EMERGENCY WATER (319) 356-5166 IMON MATT KEARNEY (319) 450-0653 Y elf 2 Q Of Of Z W L LI o LL d LLIj W w U O Of / w o LnL a - O rn ♦!�^ 0 w U WATER NOTES 1. ALL MATERIALS AND CONSTRUCTION SHALL BE IN ACCORDANCE WITH SUDAS STANDARD SPECIFICATIONS AS AMENDED BY THE CITY OF IOWA CITY (LATEST EDITIONS). 2. WATER INSPECTION SERVICES ARE PROVIDED BY THE CITY OF IOWA CITY ENGINEERING DIVISION. CONTACT ENGINEERING AT 319-356-5140. WATER SHUT DOWN SHALL BE COORDINATED WITH THE CITY OF IOWA CITY INSPECTOR. 3. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. SUBMIT ALL WATER SHUTDOWN 3 APPLICATIONS 7 DAYS BEFORE PROPOSED SHUTDOWN. 3 4. ALL WATER MAIN, FITTINGS, VALVES, AND SERVICE CURB STOPS TO BE WITHIN THE RIGHT-OF-WAY. 5. ALL REQUESTS TO DEVIATE FROM THE DESIGN OF WATER MAIN SHALL BE SUBMITTED TO THE ENGINEER VIA THE INSPECTOR FOR APPROVAL. POTHOLING AND MINOR ADJUSTMENTS ARE INCIDENTAL TO CONSTRUCTION OF WATER MAIN. v 6. WATER MAIN SHALL NOT PASS THROUGH NOR CONTACT A SEWER OR SEWER MANHOLE. MINIMUM SEPARATION DISTANCES AS LISTED IN SUDAS - w SPECIFICATIONS. 7. REPLACE SEWER SERVICE LINES DAMAGED BY CONSTRUCTION (INCIDENTAL TO CONSTRUCTION). § 8. PROVIDE TEMPORARY SERVICE LINE RELOCATION TO MAINTAIN WATER SERVICE IF SERVICE IS IN CONFLICT WITH NEW WATER MAIN (INCIDENTAL TO i" g CONSTRUCTION). 9. ALL FITTINGS AND VALVES SHALL BE RESTRAINED. ALL PIPES JOINTS TO BE RESTRAINED AS SHOWN ON MW SHEETS.^, 10. COORDINATE FLUSHING OF MAIN AND OPERATION OF EXISTING VALVES WITH WATER DEPARTMENT. PROVIDE EQUIPMENT AND MATERIALS NECESSARY TO REDUCE CHLORINE TO AN ACCEPTABLE LEVEL PRIOR TO FLUSHING WATER MAIN. 11. SET WATER VALVE BOXES FLUSH WITH PROPOSED GRADE WITH OPERATING NUT CENTERED. ; 12. TRENCHES ARE TO BE BACKFILLED IN ACCORDANCE WITH SUDAS SECTION 3010. ` CO 13. CONTRACTOR IS RESPONSIBLE FOR TRENCH COMPACTION TESTING FOR BACKFILLING OF EXCAVATIONS. INCLUDING BORE PITS AND SERVICE CA w CONNECTIONS. 14. ALL SERVICE LINE MATERIALS MUST BE DOCUMENTED AND AS-BUILTS PROVIDED TO THE CITY PRIOR TO TESTING. IF LEAD SERVICES FOUND, CITY SHALL o g COORDINATE WITH HOMEOWNER TO DETERMINE IF CURB STOP TO METER WILL BE REPLACED AT THE OWNERS COST. 3 15. POLY WRAP SHALL BE V-BIO, NO EXCEPTIONS, INCIDENTAL TO CONSTRUCTION. d d N y N N a LL 16. HYDRANTS SHALL HAVE 4.5 INCH MAIN VALVE,OPENING WITH STORZ PUMPER NOZZLE, PENTAGON NUT, WITH LATCHES AND CHAINS. ° a 17. PLACE AND COMPACT SUITABLE EXCAVATED MATERIAL AS BACKFILL FOR TRENCHES NOT LOCATED UNDER PAVEMENT. TRENCHES LOCATED UNDER PAVED 4 AREAS ARE TO BE BACKFILLED WITH CLASS A ROAD STONE. DISPOSE OF EXCESS EXCAVATED MATERIAL OFF -SITE. ROAD STONE, BACKFILL, AND DISPOSAL 4 ARE INCIDENTAL TO WATER MAIN CONSTRUCTION. Z � Q O 18. ANY FIRE HYDRANT OR VALVE BOX AND LID REMOVED ON THE PROJECT SHALL BE SALVAGED AND DELIVERED TO THE CITY. CONTRACTOR SHALL DELIVER Tn Z TO LOCATION AS COORDINATED WITH CITY WATER DIVISION. J }U� �a JZZ R FOw I` �U0 A.03 A B C D E F 8" PCC PAVEMENT NOT TO SCALE BACKFILL PCC PAVEMENT 1-50% MAX CROSS SLOPE !"MODIFIED SUBBASE \ :NSAR INTERAX NX750 GEOGRID 12• SUBGRADE PREPARATION !' SUBGRADE PREPARATION 4" PCC SIDEWALK 2 4" PCC SIDEWALK NOT ro SCAIE BIDDING NOTE: AUGER CAST FOOTING DESIGN TO BE PROVIDED BY SHELTER MANUFACTURER RECOMMENDATIONS BASED ON EXISTING SOIL CONDITIONS. ALL REINFORCEMENT TO BE EPDXY COATED 0l SEE SHEET INSTALL JOINTS IN SWALE AT V INTERVALS AND SEAL JOINTS �1 DRAINAGE SWALE Nor ro SCALE PROVIDE DIAMETER PER MANUFACTURER SHELTER FOOTING DETAIL DESIGN RECOMMENDATION NOT ro SCME SIGNS TO BE OFFSET 18" HANDICAPPED PARKING SIGN FROM SIDEWALK, TYP SEE PLAN 8 DETAIL PET FOUNTAIN CIL 7,3" OR 4" OPEN HUB DRAIN ki �� I _ PCC PAD, SEE D.01 FOR LOCATION WATER SUPPLY BY OTHERS u 11L�'I 4" OPEN HUB DRAIN NOTES: FRONT VIEW TOP VIEW 1. STAINLESS STEEL SURFACE CARRIER REQUIRED. 2. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. 3. DO NOT SCALE DRAWING. 4. THIS DRAWING IS INTENDED FOR USE BY ARCHITECTS, ENGINEERS, CONTRACTORS, CONSULTANTS AND DESIGN PROFESSIONALS FOR PLANNING PURPOSES ONLY. THIS DRAWING MAY NOT BE USED FOR CONSTRUCTION. CONTRACTOR INSTALLATION PLAN TO BE PROVIDED BY MANUFACTURER. 5. ALL INFORMATION CONTAINED HEREIN WAS CURRENT AT THE TIME OF DEVELOPMENT BUT MUST BE REVIEWED AND APPROVED BY THE PRODUCT MANUFACTURER TO BE CONSIDERED ACCURATE. 6. CONTRACTOR'S NOTE: FOR PRODUCT AND COMPANY INFORMATION VISIT www.CADdetails.comlirdo AND ENTER REFERENCE NUMBER 3354-17.7. MOST DEPENDABLE FOUNTAINS INC. MODEL 10155 SM DRINKING FOUNTAIN Nor M SCALE HANDICAP SYMBOL SEE DETAIL 5• X 5" STEEL COLUMN BY SHELTER MFG. - BASE PLATE AND ANCHORS PER MFG. SAW CUT ANCHOR BOLT FLUSH TO TOP OF NUT AFTER SHELTER IS SET AND LEVELED -�� x%"CHAMFER, TYP. S" PCC SHELTER PAD 112' MODIFIED -- APPROVED SOIL COMPACTED BACKFILL AUGER CAST FOOTING, TYP, FOR FOUR (4) SEE PLANS INSTALL EPDXY REINFORCEMENT PER MANUFACTURER DESIGN 24" SPECIAL BACKFILL UNOBSTRUCTED ACCESS AISLE 4" WIDE PAINT (BLUE) ADA COMPLIANT STALLS SHALL BE A MINIMUM OF 8' WIDE WITH A MINIMUM 5' WIDE TURNING AREA. FOR VAN COMPLIANT STALLS, THE PARKING STALL CAN BE AN 11' STALL WITH A F TURNING AREA OR A 8' LANE WITH A 8" TURNING AREA. BACKFILL MOWING EDGE CONCRETE 10 2" STEEL ROUND OR SQUARE PIPE PAINTED BLACK 2p?3 t u 4 � ADA PARKING SIGN `* xar ro scNF BALL VALVE CITY SUPPLIED WATER METER BACK FLOW PREVENTER - REDUCED TO BE SET BY CONTRACTOR PRESSURE ZONE ASSEMBLY. INSTALL PER CODE AND ALUMINUM BACK FLOW PREVENTER MANUFACTURER REQUIREMENTS ENCLOSURE. INSTALL PER MANUFACTURER SPECIFICATIONS BRASS BALL VALVE _ 17 _ BRASS BALL VALVE CONCRETE PAD INSTALLED PER ALL PIPING WITHIN THE ENCLOSURE MANUFACTURER SPECIFICATIONS SHALL BE TYPE K COPPER 1" WATER SERVICE FROM MAIN - I I I I - 1" WATER SERVICE TO DRINKING FOUNTAIN ��� METER AND BACK FLOW ENCLOSURE �"J Nor To scaE APARKING SPACE STRIPING ��� ADA PARKING SYMBOL NODA T ro SCALE `y NOT TO SCALE VARIES (SEE PLAN) 4" TYP. WATER -BORNE PAINT (TRAFFIC YELLOW - UNLESS NOTED OTHERWISE) NOTE: ALL STRIPING SHALL CONFORM TO THE LATEST EDTION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES(MUTCD) AND LOCAL STANDARDS. 4 STANDARD PARKING STALL PAINT STRIPE 1 V NOT T. SCALE Ron Y 8 Wi LL A B C D E F Z �d BACKFILL BACKFILL IFINE LLF/ �. t,,,;,,. , .,• .;.,.-•..•:..,•;�; ,••� 2.0' 5.0'MINIMUM 2.0' Z W 0 •' , ,•i...f4! r'yr r_t'..•;!r; y�':' :, • •f!: •t. r �.L .+ 8" PCC PAVEMENT Q F W • 1.50% MAX CROSS SLOPE 'L" 2" STEEL ROUND 1 12" MODIFIED SUBBASE .f s; e:. •,' R.. .f .: r:r': •j: ,, f:::r-'u•V', .�.. .,� y•j,�; • •\ / %�%\ / \j%\jj / \ / _ OR SQUARE PIPE PAINTED BLACK u 1 \ u0+ Q p m T/ s TENSAR INTERAX NX750 GEOGRID 12" SUBGRADE PREPARATION 12" SUBGRADE PREPARATION MOWING EDGE I U = 12' SUBGRADE PREPARATION 4" PCC SIDEWALK 8" PCC 01 in < N w m U n • \ \ INSTALL JOINTS IN SWALE AT 6 INTERVALS AND SEAL JOINTS CONCRETE FOOTING �1 8" PCC PAVEMENT _ ��� 4" PCC SIDEWALK 3 DRAINAGE SWALE Z z ' NOT TO SCALE L NOT TO SCALE NOr m SCALE - BIDDING NOTE: AUGER CAST FOOTING DESIGN TO BE 10" PROVIDED BY SHELTER MANUFACTURER RECOMMENDATIONS BASED ON 5' STEEL COLUMN EXISTING SOIL CONDITIONS. ALL SHELTER MFG. ADA PARKING SIGN REINFORCEMENT TO BE EPDXY COATED BASE PLATE AND ANCHORS PER MFG. SAW '4 NOT m SCALE CUT ANCHOR BOLT FLUSH TO TOP OF NUT AFTER SHELTER IS SET AND LEVELED -Y4" x CHAMFER, TYP. Y 2 o v 6" PCC SHELTER PAD CI BE SET SUPPLIED CITY SUPPLIED WATER METER CONTRACTOR BACK FLOW PREVENTER - REDUCED PRESSURE ZONE ASSEMBLY. 2 12" MODIFIED SUBBASE ALUMINUM BACK FLOW PREVENTER INSTALL PER CODE AND MANUFACTURER REQUIREMENTS Q ENCLOSURE. INSTALL PER l ^ v J MANUFACTURER SPECIFICATIONS T /\ APPROVED SOIL COMPACTED BACKFILL BRASS BALL VALVE BRASS BALL VALVE ^/ z Q w AUGER CAST FOOTING, TYP, FOR FOUR (4) SEE PLANS CONCRETE PAD INSTALLED PER MANUFACTURER SPECIFICATIONS ALL PIPING WITHIN THE ENCLOSURE W O= O SHALL BE TYPE K COPPER W LLI v� > V O INSTALL EPDXY REINFORCEMENT _ TJ1 V O W e 15' PER MANUFACTURER DESIGN I I I I I I I I I n/ LL 3 O SEE SHEET B.02 24" SPECIAL BACKFILL 1*WATER SERVICE FROM MAIN 1" WATER SERVICE TO DRINKING FOUNTAIN W � O aj ' ^ C c U co PROVIDE DIAMETER PER MANUFACTURER SHELTER FOOTING DETAIL DESIGN RECOMMENDATION METER AND BACK FLOW ENCLOSURE 5 NOT TO SCALE U Nor m SCALE 3 10' PIPE iX FILTER SIGNS TO BE OFFSET HANDICAPPED PARKING SIGN FROM SIDEWALK, SEE PLAN & DETAIL 18" TYP 3 Pn PET FOUNTAIN ry » 18" M B F ACCESS DOOR 0- TER ���Waa�ArrrG PF ON OPPOSITE SIDE 00 O �-- CA. HANDICAP SYMBOL BLUE ENCLOSSININ SQUARE WHITE HANDICAP SYMBOL � •� ' N � a 10" STAINLESS SEE DETAIL UNOBSTRUCTED ACCESS AISLE 44' WLIDESWRH ``'� • STEEL CARRIER STRIPE 2'.3' OR V co OPEN HUB BOTTEL FILLER DRAIN ✓ Ix w m PCC PAD, SEE D.01 FOR LOCATION r" A 4" WIDE PAINT (BLUE) x m °w cl < W. g WATER UPPLY BY OTHERS 4" OPEN HUB DRAIN Q H p N N a m LL NOTES: FRONT VIEW TOP VIEW 7 1. STAIN SS STEEL SURFACE CARRIER REQUIRED. VARIES (SEE PLAN) _ 4 2. INS LATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. 3. NOT SCALE DRAWING. I SEE PLAN SEE PLAN ' =t4" TYP. 4 z Z THIS DRAWING IS INTENDED FOR USE BY ARCHITECTS, ENGINEERS, CONTRACTORS, CONSULTANTS AND DESIGN PROFESSIONALS Q FOR PLANNING PURPOSES ONLY. THIS DRAWING MAY NOT BE USED FOR CONSTRUCTION. CONTRACTOR INSTALLATION PLAN TO BE ADA COMPLIANT STALLS SHALL BE A MINIMUM OF 8' WIDE WITH A MINIMUM 5' WATER -BORNE PAINT YELLOW I:n PROVIDED BY MANUFACTURER. WIDE TURNING AREA. FOR VAN COMPLIANT STALLS, THE PARKING STALL CAN BE (TRAFFIC - UNLESS NOTED OTHERWISE) 5. ALL INFORMATION CONTAINED HEREIN WAS CURRENT AT THE TIME OF DEVELOPMENT BUT MUST BE REVIEWED AND APPROVED BY AN 11' STALL WITH A 5' TURNING AREA OR A 8' LANE WITH A 8" TURNING AREA. _ 2 � APPRox" J z (n Q O u THE PRODUCT MANUFACTURER TO BE CONSIDERED ACCURATE. NOTE: ALL STRIPING SHALL CONFORM TO THE LATEST THE MANUAL ON UNIFORM TRAFFIC CONTROL J U 6. CONTRACTOR'S NOTE: FOR PRODUCT AND COMPANY INFORMATION VISIT www.CADdetails.00mlinfo AND ENTER DI ( EVICCEE DEVS (MUTCD)AND LOCAL STANDARDS. D_ U � R REFERENCE NUMBER 3354-17.7. >- LU W MOST DEPENDABLE FOUNTAINS INC. MODEL 10155 SM DRINKING FOUNTAIN 7 ADA PARKING SPACE STRIPING $ ��� ADA PARKING SYMBOL �, STANDARD PARKING STALL PAINT STRIPE � Nor ro SCALE NOT T. SCA E NOT To Norm SCALE B.01 A B C D E F 0 2 3 8 4 A B NOTE: SIGN ABOVE FOOTING PROVIDED FOR REFERENCE ONLY. 5 is L- ` --------- —------------- -- �, 4'-6" r PARK SIGN FOOTING NOT TO SCALE CONTRACTOR TO INSTALL FOOTING ONLY INCLUDING ALL COMPONENTS SHOWN FOR BASE, PCC- FOOTING, FLANGE ANln ANCHOR BOLTS- I 73 PARK IDENTIFICATION BLADE SIGN, }" THICK STEEL, POWDER -COATED EASED EDGE - TYPICAL ALL EDGE COLOR: 'BROWN' TO MATCH EXISTING PARKS SIGNAGE CITY OF IOWA CITY - PARKS & RECREATION DEPARTMENT LOGO (SW 7125-10 WHITE) LARGE PARK IDENTIFICATION LETTERING. TYP. 5" TALL (VERIFY), COLOR: WHITE FONT: SWISS 721 BOLD CONDENSED ITALIC 1/4" THICK WHITE STRIPE 'ADDRESS' LETTERING, TYP. 1 1/2" TALL, COLOR: WHITE FONT: SWISS 721 BOLD CONDENSED ITALIC GRASS PATTERN, COLOR: BEIGE CAD PATTERN SUPPLIED BY OWNER FLANGE PLATE & ANCHOR BOLTS LIMESTONE BLOCK BASE STONES PER SIGN 1' CHAMFER AT 45°. TYP. ANCHOR BOLTS 5/8" DIA., 28" LENGTH, THREADED BOLT DRILL AND EPDXY INTO PCC FOOTING VERTICAL REBAR #6 EPDXY COATED REBAR, l'-0" O.C., MIN. 3" CLEARANCE, TYP. HORIZONTAL REBAR, EACH WAY #4 EPDXY COATED REBAR, 10" O.C., MIN. 3" CLEARANCE, TYP. REINFORCED PCC FOOTING, TYPICAL FULL -DEPTH RECTANGULAR FORM TOP OF FOOTING TO EXTEND 4" ABOVE FINISH GRADE 1" CHAMFER AT 45" TOP EDGES r _ LA.J ��•Z... gym:, 7 co U1 IV Y ry 2 Q >' Cn U 0Y Z 0 W LU o u- (n W o > UU) O U o w Of of - Of o C/i U) U 3 w o 3 0 w; w o 0 0 0 Z Q 0 QO� U ~ Q H 0 0 B.02 A I B I O I - D I E ri A B C D E F O z d uw 0 Z oY w 9 0 -j- ° Model: Steelworx Square Shelter w/ Vented Top, 18' V 3> Model # SQ-18-SW-VT ' W W V for 18' - aa^ x lei" g I'n Manufacturing Mission: To provide all prefabricated components and installation instructions a square < (measured from eave to eave) free standing bolt together, tubular steel constructed shelter kit. = ? Y Design Criteria: Structure is typically designed for a 25 lb live load and a 90 mph wind load capacity, but can be 4 ' designed based on specific site requirements upon request. All structural members are ASTM A-500 U.S. grade B steel. Welded connection plates shall be ASTM A-36 hot rolled steel. All fabrication performed to latest AISC standards by AWS Certified welders. All framing connections are done using A325 grade bolts within concealed access openings from above and will later be concealed by the roofing. All roof framing shall be flush against the roof L decking to eliminate the possibility of bird nesting. 24 Ga. STANDING SEAM N. STEEL ROOF w/ TRIM Tubular Steel Columns and Beams: Standard column dimension shall be 6" x 6" x 3/16" tubular steel welded to 5/8" base plates for surface mounting. Main support beams are 7" x 5" x 3/16" and purlins are 5" x 3" x 1 /8". Steel sizes are preliminary and may change due to ongoing review and final engineering. Roofing: 24 Ga. pre-cut steel Multi -Rib panels with Kynar 500 finish in a variety of colors with white underside. Standard roof slope is a 4/12 pitch with a eave height of 7'-6". Attached to structural framing with exposed self tapping Y screws painted to match roof color. Matching 24 Ga. trim included. 2 2 Frame Finish: All steel framework will receive a corrosion protective TGIC Polyester powder coat, electro-statically ELEVATION a applied and cured at 400°F. A large selection of standard colors are available. SCALE: 3/16" = 1'-0" } C/) a � H � Foundation: All columns need to be anchored to concrete footings (footing design provided separately). Columns Of Z can be surface mounted to footings with anchor bolts at or below finish slab elevation or they can be embedded 18'-0" W W o directly into the footing without base plates upon request. Anchor bolts and bracing templates are included. Optional (TYP) L.L o base plate covers are available at an additional cost. 1'-15" 15'-0" 1'-16" (n W o (TYP) (TYP) (TYP) i c� > Hardware: All structural hardware and roofing fasteners shall be provided. o _ .............. .......... _... O of Warranty: 10 years against manufacturer defects. ♦�r/^� 0 B V/ U Not Included: Concrete work of any kind, unloading of product and installation. Additional Options: 5" x 3" TUBE STEEL • Flexibility of Design • Provisions for Electrical PURLIN (TYP) Such as: Height and Pitch • Lexan Wind Screens 3 • Additional ineering •Tongue &Groove Roof Decking Engineering 3 • Variety of Colors • Asphalt Shingles, Standing Seam, 7" x 5" TUBE STEEL • Decorative Railings, Lattice, Cedar Shake, or Clay Tile Roofing HIP BEAM (TYP) Braces, Trim, etc. a Composite Finished Ceiling • Cupolas and Rooftop Accs. • Solar Panels & Solar Lighting • Column Style Variations • Site Furnishings and Accs. 6" x 6" TUBE STEEL COLUMN (TYP) o z a z g w. m � N"» FRAMING PLAN o 0 o w m SCALE: 3/16" = 1'-0" > w w qa a y N oo w a 4 4 0 r Steelworx Square Shelter w/ Vented Top - 18' Steelworx Square Shelter w/ Vented Top - 18' 11800 East 9 Mile Road 11800 East 9 Mile Road Model: SQVT-18-SW Model: SQVT-18-SW ofce:(86)486- Warren, MI48089 Q 088 Fax: (586) 754-9130 E70VERWURX Office: (586) 486-1088 Fax: (586) 754-9130 CQVERWORX (0 Toll Free: (800) 657-6118 RecreationalArehiteeture Email: info@covemom.net DESIGN SPECIFICATIONS Toll Frea:(800)657-6118 ReereationalArichlee�eture Email: info@coverwom.net DESIGN SPECIFICATIONS Q o � A Division of Ross & Barr Inc. www.CoverWooc.net A Division of Ross & Barr Inc. www.CoverWonc.net (� avl- I—U)0 B.03 A B C D E F 0 F] 3 A B C ESTIMATED PROJECT QUANTITIES ITEM NO. ITEM CODE ITEM UNIT ESTIMATED QUANTITY 1 2010-B-0 Clearing and Grubbing AC 1 2 2010-D-1 Top -soil, Offsite CY 662 3 2010-E Excavation, Class 10 CY 3548 4 2010-F Below Grade Excavation (Core Out) CY 200 5 2010-G Subgrade Preparation,12' SY 3892 6 2010-1 Subgrade Treatment, Geogrid BY 3794 7 2010J Subbase, Modified,12" BY 3794 8 4010-H Removal and Replacement of Storm Sewer, RCP 30" LF 20 9 4020-A-1 Storm Sewer, Trenched, RCP, 15" LF 61 10 4030-B Pipe Apron, RCP, 15' EA 1 11 4030-B Pipe Apron, RCP, 42", Remove and Reinstall EA 1 12 4040-A Water Fountain Outflow Pipe, PVC, 1.5" LF 57 13 4040-A Subdrain, Case B, Type 1, 6" LF 767 14 4040-C Subdrain Cleanout, Type B, 24" EA 5 15 5010.E-1 Water Service Pipe, Copper, 1", Type K LF 175 16 5010-1 Most Dependable Fountains Model 10155 SM Drinking Fountain EA 1 17 5020-A Meter and Bads Flow Enclsoure EA 1 18 6010-A Manhole, SW-401, 60" EA 1 19 6010-B Manhole, SW-401, 72" EA 1 20 6010-B Intake, SW-512, Type 1 EA 1 21 6010-E Manhole Adjustment, Minor EA 1 22 7010-A-1 Pavement, PCC, 8" CSUD BY 3868 23 7030-E Sidewalk, PCC, 4" CSUD SY 24 24 7040-B Subbase Over -excavation TON 150 25 7040-H Pavement Removal SY 83 26 8020-B Painted Pavement Markings, SolventlWaterbome LS 1 27 8030-A Temporary Traffic Control LS 1 28 8040-A Type A Sign, Sheet Aluminum SF 10 29 8040-B Steel 2" X 2" Perforated 14-Gauge Square Tubing Post LF 48 30 8040-C Removal of Signs and Posts EA 3 31 8999-SP-1 Site Electrical LS 1 32 9010-A Conventional Seeding, Fertilizing, and Mulching AC 1 33 9020-A Sod SQ 79 34 9030-A Overstory Trees EA 8 35 9030-A Large Screening Shrubs EA 130 36 9030-A Perrenials EA 385 37 9035SP-1 Woodchip Mulch SF 13680 38 9035SP-2 Metal Edging LF 850 39 9040-A-2 SWPPP Management LS 1 40 9040-D-1 Filter Sock, 8" LF 1300 41 9040-E Temporary RECP, Type 2 SY 1600 42 9040-J Rip Rap, Type B TON 117 43 9040-N-1 Sill Fence LF 930 44 9040-SP-1 Bioretention Cell LS 1 45 9060-A Chain Link Fence, 8 Ft. LF 444 46 9999-SP-1 Coverworx; Square Shelter with Vented Top - 18'; Model SQVT-I8-SW LS 1 47 10,010-A Demolition Work LS 1 48 11010-A-1 Construction Survey LS 1 49 11020-A-1 Mobilization LS 1 50 SPECIAL Park Sign Installation and Footing EA 1 51 SPECIAL Storm Sewer Outlet Revitalization EA 1 0 E F ESTIMATE REFERENCE NOTES Data listed below is for informational purposes only and shall not constitute a basis for any -extra work orders. . ITEM NO. ITEM CODE DESCRIPTION CLEARING AND GRUBBING A. Clearing and grubbing to consist of removing all organic materials within limits including roots. Backfill shall be placed where roots have been removed. The loading, hauling and disposal of the materials included in this item are incidental. Includes any shurb or brush 1 2010-13-0 material on site. i+t 'r B. See'R' shets for Details. ((I ? C. Bruning of trees and stumps shall not be allowed. TOPSOIL, OFF -SITE A. Existing topsoil is to be stripped and stockpiled to be placed back on site at the completion of the project.' _ 2 2010-D-1 B. Add Compost to existing top soil as needed to provide the required thickness. - C. Contractor to supply topsoil meeting requirements of Section 2010-2.01. _ D. Provide a minimum thickness of 6" of topsoil. EXCAVATION, CLASS 10 A. Raw Cut Volume = 3,548 CY. B. Raw Fill Volume = 1,619 CY. Adjusted Fill Volume = 2,105 CY (30% shrinkage factor). 3 2010-E C. Estimated Waste = 1443 CY. No subdrain trench volumes included in adjustments. D. Compaction of each fill material lift located below an area to receive "Special Compaction of Subgrade' requires moisture and density control. Moisture and density control testing shall be provided by owner, coordination will be required. All other areas and embankments, Type W compaction shall apply. BELOW GRADE EXCAVATION (CORE OUT) 4 2010-F A. Contingency Bid Item to be used with Permission of Engineer. B. See City of Iowa City Supplemental Specificaitons for Description of when this bid Item is applibable. SUBGRADE PREPARATION, 12" A. Item includes excavating, manipulating, replacing, compacting and trimming to proper grade. 5 2010-G B. Depth 12". Proof rolling done in two, 6" lifts. C. See 'B' Sheets for Details. D.Contractor to coordinate proof -roll of subgrade with City prior to placing modified subbase. 6 2010-I SUBGRADE TREATMENT, GEOGRID A. Provide Tenser InterAx NX750 Geogrid or approved equal. SUBBASE, MODIFIED, 12" A. See'B' Sheets for Details. 7 2010J B. See 'C' Sheets for Tabulation. C. Material shall meet gradation requirements of Iowa DOT gradation #14. D. Modified subbase shall be placed 3' beyond edge of pavement. REMOVAL AND REPLACEMENT OF STORM SEWER, RCP 30" A. See 'C' Sheets for Tabulation- 4010-H B• See'R' Sheets for Details. B. C. Includes removal and disposal of existing 30" CMP sanitary sewer pipe and the replacement with 30" RCP pipe, and any connections into storm sewer pipes or structures. D. Placement of suitable backfill and compaction to 95% standard proctor density in the remaining void space is incidental to this hem. STORM SEWER, TRENCHED, RCP, 15" 9 4020.A-1 A. See 'C' Sheets for Tabulation. B. See'M' Sheets for Details. C. For Road Crossings Granular Backfill shall be used to Fill in Trench to Bottom of Subbase and is Included in Bid Item. PIPE APRON, RCP, 15" 10 4030-B A. Includes Apron Footing per SUDAS Standard Plan B. See'M' Sheets for Details. PIPE APRON, RCP, 42", Remove and Reinstall A. Item include removal of existing 42" FES, installation of footing and re -installation of existing 36" FES with tied joints on last pipe. 11 4030-B B. Includes Apron Footing per SUDAS Standard Plan per depth on M sheet C. Includes removal of existing footing at the location. D. See'M' Sheets for Details. WATER FOUNTAIN OUTFLOW PIPE, PVC, 1.5" 12 4040-A A. See 'D' Sheets for location Details. B. Spoils from trench excavation shall be removed and disposed by Contractor. C. Includes necessary elbows, tees, connection, and backfill material to install the pipe. SUBDRAIN, CASE B, TYPE 1, 6" A. See'D' Sheets for location Details. 13 4040-A B. Porous Backfill and engineering fabric is incidental. C. Spoils from subdrain trench excavation shall be removed and disposed by Contractor. D. Includes necessary elbows, tees, connection, and backfill material to install the subdrain. SIBDRAIN CLEANOUT, TYPE B, 36" A. Subdrain riser to serve as cleanout. B. See'B' Sheets for details and 'C'Sheets tabulation for location and details. 14 4040-C C. Additional connectors, elbows, wyes, and tees required to construct riser are incidental to this item. D. Measurement for this item shall be by each riser installed. E. Payment shall be considered full compensation for all materials, labor, and equipment necessary for installation of subdrain riser. C. Includes Engineering Fabric, Porous Backfill, and Rodent Guards inside Intakes. WATER SERVICE PIPE, COPPER, 1", TYPE K 15 5010-E-1 A' Includes curb stop and box per City of Iowa City Details. B. Furbishing and installing clean gravel around the stop box is incidental to this item. B. See 'M' sheet for location. MOST DEPENDABLE FOUNTAINS MODEL 10155 SM DRINKING FOUNTAIN 16 5010-I A. Measurement and Payment shall be per each. B. Shall include all materials, equipment and labor to install working drinking fountain. C. Installation shall be per Manufacturer Specifications. METER AND BACK FLOW ENCLOSURE A See 'B' sheet for detail. 17 5020-A B. See 'M' sheet for location B. Unit price includes, but is not limited to, installation of enclosure and pad, all components required for its complete installation, including underground or above ground operators, water extensions and conections. MANHOLE,SW-401,60" A. See 'C' Sheets for Tabulations. B. See'M' Sheets for Details. C. See 'B' and'M' Sheets for details of modified structures. D. Item shall include replacement and connection of min. 4' RCP sections or reconnection of tile lines as well as Strong Back Femco. 18 6010-A Storm sewer pipe connections to manholes or intakes shall include an elastromeric gasket that surrounds the pipe, attaches with stainless steel bands and is designed to stop the movement of water along the interface between the pipe and the surrounding collar. E. Approximate sizes of storm sewer shall be verified prior to fabrication of manholes. F. Includes Intake frame and lids featuring Iowa City logo and storm sewer label as shown in City of Iowa City SUDAS supplemental specifications details. G. This item includes supply and installation of compacted Class A granular roadstone backfill for intake bedding and backfill. u z LL m UW Z O 0 U Q W w z �gw N< u F wsa 'ON W o y m Ln < it rc ry~ryoff V n Y 2 Q z LU LCU � O LL G U) LLJ X o if O U N O uJ > LL of O ui 3 4 to W H H Z Q D a O 0 LL A B C 0 E F q L B C D E F 1 2 2 3 3 4 4 U r4. I it PTV I I A B C D E F ESTIMATED PROJECT QUANTITIES REM NO. REM CODE ITEM UNIT ESTIMATED QUANTITY 1 2010 g-0 Clearing and Grubbing AC 1 2 2010-D-1 Top -soil, Offsite CY 662 3 2010.E Excavation, Class 10 CY 3548 4 2010-F Below Grade Excavation (Core Out) CY 200 5 2010-G Subgrade Preparation, 12" SY 3892 6 2010-I Subgrade T ESTIMATE REFERENCE NOTES Data listed below is for informational purposes only end shall not constitute a basis for any extra work orders. ITEM NO. ITEM CODE DESCRIPTION CLEARING AND GRUBBING A. Clearing and grubbing to consist of removing all organic materials within limits including roots. Backfill shall be placed where roots have been removed. The loading, hauling and disposal of the materials inducted in this item are incidental. Includes any shurb or brush 1 2010.6-0 material on site. B. See'R' shels for Details. C. Bruning of trees and stumps shall not be allowed. TOPSOIL, OFF -SITE A. Existing topsoil is to be stripped and stockpiled to be placed back on site at the completion of the project. 2 2010-D-1 B. Add Compost to existing top soil as needed to provide the required thickness. C. Contractor to supply topsoil meeting requirements of Section 2010-2.01. D. Provide a minimum thickness of 6' of topsoil. EXCAVATION, CLASS 10 A. Raw Cut Volume = 3,548 CY. B. Raw Fill Volume = 1,619 CY. Adjusted Fill Volume = 2,105 CY (30%shrinkage factor). 3 2010.E C. Estimated Waste = 1443 CY. No subdrain trench volumes inducted in adjustments. D. Compaction of each fill material lift located below an area to receive "Special Co action of Subgrade' requires moisture and density control. Moisture and density control testing shall be provided by own rdination will be required. All other areas and embankments, Type 'A' compaction shall apply. BELOW GRADE EXCAVATION (CORE OUT) 4 2010-F A. Contingency Bid Item to be used with Permission of Engi r. B. See City of Iowa City Supplemental Specificeitons to scription of when this bid Item is applibable. SUBGRADE PREPARATION, 12" A. Item includes excavating, manipulating, re ing, compacting and trimming to proper grade. 5 2010•G B. Depth 12'. Proof rolling done in two, 6" ' C. See'B' Sheets for Details. D.Contractor to coordinate proof- of subgrade with City prior to placing modified subbase. 6 2010-I SUBGRADE TREATMENT OGRID A. Provide Tenser Into NX750 Geogrid or approved equal. SUBBASE, MOD D, 12" A. See'B' Sh s for Details. 7 2010J B. See'C' sets for Tabulation. C. M al shall meet gradation requirements of Iowa DOT gradation #14. D odfied subbase shall be placed 3' beyond edge of pavement. REMOVAL AND REPLACEMENT OF STORM SEWER, RCP 30" A. See 'C' Sheets for Tabulation. B. See'R' Sheets for Details. 8 0-H C. Includes removal and disposal of existing 30" CMP sanitary sewer pipe and the replacement with 30" RCP pipe, and any connections into storm sewer pipes or structures. D. Placement of suitable backfill and compaction to 95%standard proctor density in the remaining void space is incidental to this item. STORM SEWER, TRENCHED, RCP, 15" 4020-A-1 A. See 'C' Sheets for Tabulation. B. See'M' Sheets for Details. C. For Road Crossings Granular Backfill shall be used to Fill in Trench to Bottom of Subbase and is Inducted in Bid Item. PIPE APRON. RCP, 15" 10 4030-B A. Includes Apron Footing per SUDAS Standard Plan B. See'M' Sheets for Details. PIPE APRON, RCP, 42", Remove and Reinstall A. Item include removal of existing 42' FES, installation of fooling and re -installation of existing 36" FES with tied joints on last pipe. 11 4030.E B. Includes Apron Footing per SUDAS Standard Plan per depth on M sheet C. Indudes removal of existing footing at the location. D. See'M' Sheets for Details. WATER FOUNTAIN OUTFLOW PIPE, PVC, 1.5' A. See'D' Sheets for location Details. 12 4040-A B. Spoils from trench excavation shall be removed and disposed by Contractor. C. Includes necessary elbows, tees, connection, and backfill material to install the pipe. SUBDRAIN, CASE B, TYPE 1, 6' A. See'D' Sheets for location Details. 13 4040-A B. Porous Backfill and engineering fabric is incidental. C. Spoils from subdrain trench excavation shall be removed and disposed by Contractor. D. Includes necessary elbows, tees, connection, and backfill material to install the subdrain. SIBDRAIN CLEANOUT, TYPE B, 36' A. subdrain riser to serve as deanout. B. See'B' Sheets for details and'C' Sheets tabulation for location and details. 14 4040-C C. Additional connectors, elbows, wyes, and tees required to construct riser are incidental to this item. D. Measurement for this item shall be by each riser installed. E. Payment shall be considered full compensation for all materials, labor, and equipment necessary for installation of subdrain riser. C. Includes Engineering Fabric, Porous Backfill, and Rodent Guards inside Intakes. WATER SERVICE PIPE, COPPPER, 1" 15 5010.E-1 A. Includes curb stop and box per City of Iowa City Details. MOST DEPENDABLE FOUNTAINS MODEL 10155 SM DRINKING FOUNTAIN 16 5010-I A. Measurement and Payment shall be per each. B. Shall include all materials, equipment and labor to install working drinking fountain. C. Installation shall l>a per Manufacturer Specifications. METER AND BACK FLOW ENCLOSURE A. See 'B' sheet for detail. 17 5020-A B. See'M'sheet for location B. Unit price includes, but is not limited to, installation of enclosure and pad, all components required for its complete installation, inducting underground or above ground operato Y Q z W CwC O G 0 `n ww � W n/ / U y ,L NO O > O N ✓l ��rr11 0 � U C.01 I A I B C D E F 2 2 3 3 4 4 A B C D E F Pavement Removal TABLE STATION TO STATION AREA D(� O REMARKS Sturgis Ferry Park t 83 Existing Boat Ramp Pavement TOTAL 83 Subbase, Modified,l2" NO. STATION TO STATION A �S�SO REMARKS Sturgis Ferry Park 1 3869 TOTAL 3869 Pavement, PCC, 8" CSUD NO. STATION TO STATION A YDS() O REMARKS Sturgis Ferry Park 1 3794 36 North Drainage Basin 38 South Drainage Basin TOTAL 3868 Sidewalk, PCC, 4" CSUD NO. STATION TO STATION OFFSET AREA (SY) REMARKS Sturgis Ferry Park 1 24 Includes ports John pad concrete TOTAL 24 Chain Link Fence, B Ft. NO. STATION TO STATION OFFSET LENGTH (LFl REMARKS Sturgis Ferry Park 1 444.00 Length of 12' gate Included TOTAL 444.0 Conventional Seeding, Fertilizing, and Mulching NO. STATION TO STATION SIDE AREA (AC) REMARKS Sturgis Ferry Park 1 0.65 TOTAL 0.65 Sod NO. STATION TO STATION SIDE AREA (SF) REMARKS Sturgis Ferry Park 1 8643 TOTAL (SO) 86 Rip Rap, Type B NO. STATION OFFSET AREA (SF) DEPTH (FT) QUANTITY (TONS) NOTES Sturgis Ferry Park 1 260 2 39 2 260 2 39 3 260 2 39 TOTAL 117 STORM SEWER STRUCTURES NO. TYPE STATION OFFSET FORM GRADE RIM ELEVATION FLOW LINE(3) IN FLOW LINE OUT REMARKS INT - A2 SW-001 (60') 642.23' 630.11, 638.52 631.11 TYPE 5 CASTING INT - 62 SW-512, TYPE 1 (24') 643.30' 640.13 639.22 CASE 1, TYPE 3 CASTING -- MH - C1 SW-001 (72') 647.53' (2 Lines) 18"-24' RCP (2 Lines) 30' RCP. Unknown Structure rim is buried to an unknown depth below existing ground. Contractor to Confirm Rim Elevation and flowline elevations prior to fabrication. 8W�07, g0' SW�01, 72" t SWdt2 (TYPE 1) t STORM SEWER MAIN LINE NO. PIPE MATERIAL DIAMETER (IN) LENGTH (FT) SLOPE (%) FLOW LINES STRUCTURE NO. UPSTREAM DOWNSTREAM UPSTREAM DOWNSTREAM P-B1 PVC 15 61 1.78% 639.32' 638.14' INT-B2 FES-B1 15" RCP 61 Removal and Replacement of Storm Sewer, RCP 30" LINE NO. PIPE MATERIAL DIAMETER (IN) LENGTH (FT) SLOPE (Y.) FLOW LINES STRUCTURE NO. UPSTREAM DOWNSTREAM UPSTREAM DOWNSTREAM P-C1 RCP 30 20 MH-C1 INT-A2 30" CMP 20 SANITARY SEWER LINE NO. PIPE MATERIAL DIAMETER (IN) LENGTH (FT) UPSTREAM CONNECTION DOWNSTREAM CONNECTION RCP 15 57 DRINKING FOUNTAIN SUBDRAIN LINE 1.5" PVC 57 Water Service Pipe, Copper, 1 ", Type K NO STATION SIDE MATERIAL DIAMETER (IN) LENGTH (FT) INVERT ELEVATION AT MAIN Sturgis Ferry Park 1 Copper 1 t75 64t.9T TOTAL 175 Subdrain, Case B, Type 1, 6" NO. STATION TO STATION OFFSET LENGTH (LF) REMARKS Sturgis Ferry Park 1 238,0 Parking lot to North Detention Pond 2 18g.p Parking lot to South Detention Pond 3 3g1.p Center of Parking lot to Rip Rap TOTAL 767.0 Type A Sign, Sheet Aluminum SIGN NO. STATION OFFSET �� LEGEND Ri-1 R7$ R7$P FINE SIGN POSTS REMARKS NO. OF POSTS LENGTH (FT) ANCHOR Sturgis Ferry Park 1 1 12 1 1 1 1 12 1 1 1 1 12 1 12 Reinstall sings to new post SIGN TOTAL 1 2 2 2 4 48 SQUARE FT/SIGN 6.25 1.50 0.50 0.50 SIGN SUBTOTAL 6.25 3.00 1.00 1.00 TOTAL SIGN CITY (SF) 10.25 TOTAL POST LENGTH (LF) 48.0 Q _W H Z Q C.03 2 3 A B C D E F Pavement Removal ,TION TO STATION AREA (SQ YDS) REMARKS 83 Existing Boat Ramp Pavement TOTAL 63 Subbase, Modifled,l2" NO. STATION TO STATION A WSJ Q REMARKS Sturgis Ferry Park 1 3869 TOTAL 3969 Pavement, PCC, 8" CSUD NO. STATION TO STATION AREA(SO REMARKS Sturgis Ferry Park 1 3794 36 North Drainage Basin 38 South Drainage Basin TOTAL 3888 Sidewalk, PCC, 4" CSUD NO. STATION TO STATION OFFSET AREA (SY) REMARKS Sturgis Ferry Park 1 24 Includes ports john pad concrete TOTALI 24 Chain Link Fence, 8 Ft. NO. STATION TO STATION OFFSET LENGTH (LF) REMARKS Sturgis Ferry Park 1 434.00 Length of 12' gate included TOTALI 434.0 Conventional Seeding, Fertilizing, and Mulching NO. STATION TO STATION SIDE AREA (AC) REMARKS Sturgis Ferry Park 1 0.65 1-11 TOTAL 0.65 M Sod NO. STATION TO STATION SIDE AREA (SF) REMARKS Sturgis Ferry Perk 1 8643 T AL (30) 86 Rip Rap, Type B NO. STATION OFFSET AREA (SF) DEPTH (FT) QUANTITY (TONS) NOTES Sturgis Ferry Park 1 260 2 39 z zso z 3s 3 260 2 39 TOTAL 117 '1� STORM SEWER STRUCTURES NO. TYPE STATION OFFSET FORM GRADE RIM ELEVATION FLOW UNE(S) IN FLOW LINE OUT REMARKS INT - A2 SW-401 (60") 642.23' 630.11. 638.52 631.11 TYPE 5 CASTING INT - B2 SW-512, TYPE 1 (24") 643.30' 640.13 639.22 CASE 1, TYPE 3 CASTING MH - C1 SW-401 (72") 647.53' (2 Lines) 18"-24" RCP (2 Lines) 30" RCP, Unknown Structure rim is buried to an unknown depth below existing ground. Contractor to Confirm Rim Elevation and flowline elevations prior to fabrication. SW-401, 60" 1 SW401, 72" 1 SW-512 (TYPE 1) 1 STORM SEWER MAIN LINE NO. PIPE MATERIAL DIAMETER (IN) LENGTH (FT) SLOPE (%) FLOW LINES STRUCTURE NO. UPSTREAM DOWNSTREAM UPSTREAM DOWNSTREAM P-81 PVC 15 61 1.78% 639.32' 638.14' INT -B2 FES-B1 15" RCP 61 Removal and Replacement of Storm Sewer, RCP 30" LINE NO. PIPE MATERIAL DIAMETER (IN) LENGTH (FT) SLOPE (%) FLOW LINES ZfRUCTURE NO. UPSTREAM DOWNSTREAM STREAM DOWNSTREAM P-Cl RCP 30 20 MH-C1 INT -A2 30" CMP 20 SANITARY SEWER LINE NO. PIPE MATERIAL DIAMETER (IN) LENGTH (FT) UPSTREAM C NECTION DOWNSTREAM CONNECTION RCP 15 57 DRI ING FOUNTAIN SUBDRAIN LINE 1.5" PVC 57 Water Servi-Ill Copper, 1" NO STATION SIDE MATERIAL(IN) FDIAMEDIAMETERINVERT LENGTH (FT) ELEIO VATN AT MAIN Sturgis Ferry Park 1 Copper 1 175 641.97' TOTAL 175 Subdrain, Case B, Type 1, 6" NO. STATION TO STATION I OFFSET LENGTH (LF) REMARKS Sturgis Ferry Park 1 238.0 Parking lot to North Detention Pond 2 188.0 Parking lot to South Detention Pond 3 341.0 Center of Parking lot to Rip Rap TOTALI 767.0 Type A Sign, Sheet Aluminum SIGN NO. STATION OFFSET DIR OF TRAVEL LEGEND R1-1 R7-8 R7-8P FINE SIGN POSTS REMARKS NO. OF POSTS LENGTH (FT) ANCHOR Sturgis Ferry Park 1 1 12 1 1 1 1 12 1 1 1 1 12 1 12 Reinstall sings to new post SIGN TOTAL 1 2 2 2 4 48 SQUARE FT/SIGN 6.25 1.50 0.50 0.50 SIGN SUBTOTAL 6.25 3.00 1.00 1.00 TOTAL SIGN CITY (SF) 1025 TOTAL POST LENGTH (LF) 48.0 O z uw z c1 Q w _ 0 Q U aS K 5�w 1��d m9$ W W3> `J w � � N z 1 m _ aan T = 4a go LnN U ro Ne Of 2Q yy r�y LPL/ F LL Z W 3 o CLCLJLL G D L LJ W O LL OLLI O u5 0 ��1 U/ U O W i Gb CA c m m o � LL w m � i 0 U 0 Q N U N U 1 LL 4 W ♦— C.03 C D E F ff F a {i� S R 8 �� 1 0 rill i i �r I vl.l CI0 AIRPORT C D E F pli;. I s Pa _..., d..m.._.,�.._.. RIVERSIutu-'---...,.. EXISTING PULLBOX - CAMERA 1. C 2 'x36" HANDHOLE P1 r2A L1 1" HOPE SDR 13.5 ORANGE I DIRECTIONAL _.,--2- HDPE SDR 11 L1 30"x48'x36" HANDHOLE BORE AT _ —Fo— _oj— — — — — 1 36-48' BELOW GRADE —Fo— — — _ —o\ — —Fo— — _ l TRASH / 0 moo— _ COMPACTOR___ 2" C — 1" C i \ u� P1 �o 2"HDPE — —Fo— — 135 I ^�'_1"C \ SDR 11 _ —Fo— — — — �3r, P1 - 2A FOR FIBER —Fo_ — — — • i \ 2" C Pe — — rx — 3— — — 1" C \ 30"x48"x36" HANDHOLE P1 2 TAP AND CONNECTION BY � 3 L1 MID-AMERICAN ENERGY Pa — —3— _ _ \ DIRECTIONAL —3 — — — — —3— �2"C BORE AT _ — 5' BELOW GRADE —3— — — rti rl wi wr co vn , 40, illbi r k in 'i" uit ib deg A B C D E F Y 2 Q } U a F w Z ww a o U_ of (n w LU CrJ� > U o N N O O w O vi '' ^� vJ U 3 rc w m � m w O ¢ H O Z 0O ❑ ❑ U m a O ❑ W ❑ Q U1 N a LU 4 H J Q U of F- ()g w 0_ E.01 I I 0 2 3 A 0 10 20 40 SCALE IN FEET B D F= F 0;1 ------ ---- -FO- -FO- -FO- ------ RIVERSIDE DRIVE if -Ol .7 -.4 M L 1 0 -"t-3 1J. 9- 't-. 5 9- *-.S L i.3 PB I.5 t. 6 t. 6 "t .8 *.1 .4 1.8 t.5 5.0 t.8 1.4 .6 1.0 ---FO- . .......... .. . .. ........ t.6 is t.9 t.9 t.9 4t. 2 1.6 !2�2 0 1.7 1.0 t.9 t. 1 1.2 5 1 -FO- I j tI 6 't. 8 41.0 *.2 .3 t.2 1.1 f.5 1.8 1.2 *2 . 5 '1.7 *Z . 7 1.4 41.8 '1.4 '1. 0 t[ 6 t.9 41-2 1.4 41.7 1.7 1.3 t. 3 1.5 1.6 1.7 41.8 1. 9 41.8 41.5 '1. 2 t.9 t. 7 ly �.0 41,3 '1/ 1.0 -1'0 41.8 t.5 't.2 41.0 "t.9 41.0 41.1 1.2 1.2 1.1 41.0 t. 8 t. 6 2-' 1.6 1.6 1.2 41.8 't.5 "t. I "t. 8 e.6 t. 5 't.5 't. 6 E.7 e.6 t.5 t.9 Y t.5 %.v f.8 t.9 *1.7 1.7 t.0 1.4 '1 .9 41.4 1.1 t.7 t.5 'B. 3 t.3 t. 3 e.3 t. 3 t.2 -3 M .6 4 t. 3 1.9 3 1.2 *1 . 1 '1,2 1.6 *. 2 t. 9 �,t 1-2 t. -1 3 6 5 .1 t. 4 t, 3 t.6 *.2 1J.9 1,7 t.5., t.3 t.2 "t. 1 11.1 't. I P B 'W-9 - 41-6 1-7 t-9 .4 1. 0 't. 8 t. 6 't.5 t. 3 't. 2 "t. 1 1 . 1 -3 zi-- C-1 z", - --- --- --- 173, Calculation Summary Label I Avg Max 4 I GeneraAreaI. b4 b.b 10 4 Pavement 1.82 1 b.5 10.1 Y cr_ 2 < 0- >- U) < 0z L) LU LLJ 9 LL 2i 131f C/) LLJ in LU > (D 0 LU LL 0 a_ 0 Yj U) 3 C4z:p r_j L.&J C- C= so cn r*j A I B I C E F E.02 A I B ELECTRICAL GENERAL CONSTRUCTION NOTES: 1. ALL WORK SHALL BE IN CONFORMANCE WITH THE NATIONAL ELECTRICAL CODE - LATEST EDITION ADOPTED BY THE STATE, THE STATE AMENDMENTS, T LOCALIMUNICIPAL CODES AND ORDINANCES AND THE AUTHORITY HAVING JURISDICTION. THE COMPLETE INSTALLAT ION SHALL BE IN ACCORDANCE WITH THE ADAAG (AMERICANS WITH DISABILITIES ACT ACCESSIBILITY GUIDELINES). 2. IT IS THE INTENT OF THESE DOCUMENTS TO COMPLY WITH THE APPLICABLE CODES. WHERE DISCREPANCIES OCCUR, NOTIFY THE ENGINEER/ARCHITECT IN WRITING FOR INTERPRETATION, CORRECT ANY INSTALLATION THAT FAILS TO COMPLY WITH THE CODES AND STANDARDS AT NO ADDITIONAL COST TO THE OWNER. 3. CONTRACTOR SHALL PROVIDE ALL WORK NECESSARY INCLUDING ALL LABOR, MATERIALS, PERMITS, TAXES, FEES, INSPECTIONS, HARDWARE, AND COST FOR INSTALLATION FOR A COMPLETE AND OPERATIONAL SYSTEM. 4. ALL MATERIALS FURNISHED BY THE CONTRACTOR SHALL BE NEW, COMPLETE WITH MANUFACTURER'S GUARANTEE OR WARRANTY AND SHALL BE LISTED BY A NATIONALLY RECOGNIZED TESTING LABORATORY (NRTL). 5. COORDINATE ELECTRICAL INSTALLATION WITH ALL TRADES PRIOR TO INSTALLATION. IF ELECTRICAL WORK INSTALLED INTERFERES WITH OTHER 1 TRADES AFTER INSTALLATION, THE CONTRACTOR SHALL MAKE ALL NECESSARY CHANGES TO CORRECT THE CONDITION AT NO ADDITIONAL COST TO THE OWNER. S OUTLETS AND JUNCTION SHOWN N WIN T COORDINATE EXACT PLACEMENT OF ALL DEVICES WITH 6 DEVICE JU CT ON BOXES S O O DRAWINGS ARE DIAGRAMMATIC. COO C OWNER AND OTHER TRADES PRIOR TO INSTALLATION. VERIFY DOOR SWING PRIOR TO INSTALLATION OF ALL SWITCH BOXES. ADJUSTMENT OF LOCATION PRIOR TO INSTALLATION, SHALL BE DONE WITH NO ADDITIONAL COST TO THE OWNER. 7. DRAWINGS ARE DIAGRAMMATIC. ALL DIMENSIONS SHOWN ARE APPROXIMATE. CONTRACTOR SHALL VERIFY ALL FURNITURE, MODULAR FURNITURE, AND EQUIPMENT LOCATIONS WITH ARCHITECTURAL PLANS, ELEVATIONS AND REVIEWED SHOP DRAWINGS. PRIOR TO MAKING THE ACTUAL ELECTRICAL INSTALLATION THIS CONTRACTOR SHALL ADJUST CONNECTION LOCATIONS TO ACCOMMODATE FURNITURE ANDIOR EQUIPMENT. B. ALL ELECTRICAL PANELS WITH ANY BRANCH CIRCUIT/LOAD REVISIONS (DEMOLITION OR NEW WORK) SHALL HAVE A NEW TYPED UPDATED CIRCUIT DIRECTORY CARD INSTALLED INSIDE THE DOOR OF THE ELECTRICAOL PANEL. THE CONTRACTOR SHALL VERIFY THAT ALL UNUSED CIRCUIT BREAKERS ARE TURNED'OFF' AND PROPERLY INDICATED AS'SPARE- ON THE NEW CIRCUIT DIRECTORY CARD. THE CONTRACTOR SHALL INSTALL FILLER PLATES WHERE BREAKERS ARE REMOVED AS PART OF THIS PROJECT OR HAVE BEEN REMOVED PREVIOUSLY. 9. WHERE CONDUIT IS SURFACE MOUNTED TO A WALL AND RUN VERTICALLY DOWN TO A SWITCH/OUTLET BOX, UTILIZE 2-HOLE CONDUIT STRAPS. 10. TO REDUCE NOISE BETWEEN WALLS, CONTRACTOR SHALL AVOID INSTALLING POWER OR DATA OUTLETS LOCATED BACK TO BACK. WHERE OUTLETS ARE REQUIRED TO BE LOCATED BACK TO BACK, CONTRACTOR SHALL PROVIDE SOUND PROOFING MATERIAL BETWEEN DEVICE BOXES. 11. PENETRATIONS THROUGH FIRE RATED WALLS BY DIVISION 26 CONTRACTOR SHALL BE SEALED WITH APPROPRIATE FIRE PROOFING MATERIAL TO RESTORE FIRE RATING. REFER TO ARCHITECTURAL DRAWINGS FOR FIRE RATED WALLS. 12. THE CONTRACTOR SHALL KEEP THE WORK AREA CLEAN OF ALL DEBRIS ON A DAILY BASIS. ALL NEW MATERIALS AWAITING INSTALLATION SHALL BE KEPT IN AREAS DESIGNATED BY THE OWNNER. 13. THESE DRAWINGS SHALL NOT BE SCALED TO OBTAIN DIMENSIONS. REFER 70 DIMENSIONED ARCHITECTURAL FLOOR PLANS. IF THE DIMENSIONS CANNOT BE DETERMINED BY THE INFORMATION GIVEN, CONTRACTOR SHALL CONTACT THE ENGINEER FOR ADDITIONAL INFORMATION. 14. PERIODIC SITE OBSERVATION BY THE ENGINEER IS SOLELY FOR THE PURPOSE OF DETERMINING IF THE WORK OF THE CONTRACTOR IS PROCEEDING IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THIS LIMITED SITE OBSERVATION SHOULD NOT BE CONSTRUED AS EXHAUSTIVE OR CONTINUOUS TO CHECK THE QUALITY OR QUANTITY OF THE WORK, BUT RATHER PERIODIC IN AN EFFORT TO GUARD THE OWNER AGAINST DEFECTS OR DEFICIENCIES IN THE WORK OF THE CONTRACTOR. 15. THE INFORMATION CONTAINED ON THE ELECTRICAL DRAWINGS IS IN ITSELF INCOMPLETE AND VOID UNLESS USED IN CONJUNCTION WITH ALL OTHER DISCIPLINE DRAWINGS, THE SPECIFICATIONS, TRADE PRACTICES, OR APPLICABLE STANDARDS, CODES,ETC., AND SHALL BE CONSIDERED THE CONTRACT DOCUMENTS AND WITH ALL THEREIN BY REFERENCE, WHICH THE CONTRACTOR CERTIFIES KNOWLEDGE OF BY SIGNING THE CONTRACT. 16. CONTRACTOR IS TO ASSUME FULL RESPONSIBILITY, UNRELIEVED BY REVIEW OF SHOP DRAWINGS OR PERIODIC OBSERVATION OF CONSTRUCTION, FOR COMPLIANCE WITH THE CONTRACT DOCUMENTS, FOR DIMENSIONS TO BE CONFIRMED AND CORRELATED ON THE JOB SITE AND BETWEEN INDIVIDUAL DRAWINGS OR SETS OF DRAWINGS FOR FABRICATION PROCESSES AND CONSTRUCTION TECHNIQUES (INCLUDING EXCAVATION. SHORING, SCAFFOLDING, BRACING, ERECTION, FORM WORK, ETC.), FOR COORDINATION OF THE VARIOUS TRADES, AND FOR SAFE CONDITIONS ON 2 THE JOB SITE. C D GENERAL NOTES: 7. ALL WORK SHALL BE IN WITH CONFORMANCE THE 5. DRAWINGS ARE DIAGRAMMATIC. ALL DIMENSIONS NATIONAL ELECTRICAL CODE -LATEST EDITION SHOWN ARE APPROXIMATE. DO NOT SCALE OFF OF ADOPTED BY THE STATE, THE STATE AMENDMENTS. ELECTRICAL DRAWINGS. CONTRACTOR SHALL VERIFY LOCALIMUNICIPAL CODES AND ORDINANCES, AND THE ALL FURNITURE, MODULAR FURNITURE, AND EQUIPMENT AUTHORITY HAVING JURISDICTION. THE COMPLETE LOCATIONS WITH ARCHITECTURAL PLANS, ELEVATIONS INSTALLATION SHALL BE IN ACCORDANCE WITH THE AND REVIEWED SHOP DRAWINGS. PRIOR TO MAKING ADAAG (AMERICANS WITH DISABILITIES ACT THE ACTUAL ELECTRICAL INSTALLATION THIS ACCESSIBILITY GUIDELINES). CONTRACTOR SHALL ADJUST CONNECTION LOCATIONS TO ACCOMMODATE FURNITURE AND/OR EQUIPMENT. 2. REFERENCES: 2.1. AMERICANS WITH DISABILITIES ACT (ADA) 2.2. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) 2.3. ELECTRICAL TESTING LABORATORIES ETL ( ) 2./. FEDERAL COMMUNICATIONS COMMISSION (FCC) 2.5. NATIONAL ELECTRICAL CODE (NEC) 2.6. NATIONAL ELECTRICAL CONTRACTORS ASSOCIATION (NECA) 2.7. NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA) 2.8. NATIONAL FIRE PROTECTION ASSOCIATED (NFPA) 2.9. NFPA101 2.10. UNDERWRITERS' LABORATORIES, INC (UL) 3. CONTRACTOR SHALL PROVIDE ALL WORK NECESSARY INCLUDING ALL LABOR, MATERIALS, PERMITS, TAXES, FEES, INSPECTIONS, HARDWARE, AND COST FOR INSTALLATION FOR A COMPLETE AND OPERATIONAL SYSTEM. 4. COORDINATE ELECTRICAL INSTALLATION WITH ALL TRADES PRIOR TO INSTALLATION. IF ELECTRICAL WORK INSTALLED INTERFERES WITH OTHER TRADES AFTER INSTALLATION, THE CONTRACTOR SHALL MAKE ALL NECESSARY CHANGES TO CORRECT THE CONDITION AT NO ADDITIONAL COST TO THE OWNER. SITE LIMITING F=RE SCHEDULE MARK MANUFACTURER AND MODEL NUMBER LAMPS VOLTS MOUNTING WATTAGE LUMENS REMARKS Li GARDCO tlP26$6L-600NW[a2-AR-2-B1G120-PCB-F7-BZ LED 120V POLE 23' ABOVE ODE 114 16.817 SINGLE HEAD POLE. PROVIDE 20' STEEL ROUND POLE. SHIELDED LIGHT FIXTURE. 3 PHOTOCELL MOUNTED ABOVE ROOF. HOTOCELL OWPHOTOCELL OFF P1-2 PC a LIGHTING CONTACTOR LC7 C (SQUARE D p8903-U(G300-V02-CF4R6, EXTERIOR RATED H.O.A. OR APPROVED EQUIVALENT) ( TYPE SPARE SPARE L1 LIGHTING CONTACTOR DETAIL A NO SCALE BABE O DETAIL B 6. THE INFORMATION CONTAINED ON THE ELECTRICAL DRAWINGS IS IN ITSELF INCOMPLETE AND VOID UNLESS USED IN CONJUNCTION WITH ALL OTHER DISCIPLINE DRAWINGS THE SPECIFICATIONS TRADE PRACTICES OR APPLICABLE STANDARDS, CODES, ETC., AND SHALL BE CONSIDERED THE CONTRACT DOCUMENTS AND WITH ALL THEREIN BY REFERENCE, WHICH THE CONTRACTOR CERTIFIES KNOWLEDGE OF BY SIGNING THE CONTRACT. 7. PROVIDE MATERIALS, LABOR, AND SUPERVISION AS NECESSARY TO PROVIDE HANGERS AND SUPPORTS FOR CONDUIT, FIXTURES, AND EQUIPMENT. 8. DUE TO SCALED DRAWINGS, CERTAIN BASIC ITEMS SUCH AS COUPLING, PULL OR SPLICE BOXES MAY NOT BE SHOWN. WHERE SUCH ITEMS ARE REQUIRED BY CODE OR BY OTHER SECTIONS OF PROJECT SPECIFICATIONS OR WHERE REQUIRED FOR PROPER INSTALLATION OF WORK, SUCH ITEMS SHALL BE FURNISHED AND INSTALLED. e = EXISTING TO REMAIN DEVICEIFIXTURE r = RELOCATED, EXISTING DEVICEIFIXTURE ELECTRICAL SYMBOLS ® UNDERGROUND QUA2T7E PULL Box PQ SINGLE HEAD POLE MOUNTED SITE LIGHT POLE MOUNTED CAMERA ROUTE CIRCUIT GROUNDING CONDUCTOR THROUGH ALL GROUNDING BUSHINGS. CONNECT BOTH THE CIRCUIT GROUNDING CONDUCTOR AND THEM AWG GROUND WIRE TO THE POLE GROUND LUG 2 117x S' HANDHOLE 06 AING SOLID CU ANCHOR BOLTS, SPACING 8 PROJECTION AS PER MANUFACTURER'S REQUIREMENTS 1 1.)Gr 'HOT DIPPED GALVAN03D PE CONDUIT WITH BUSHINGS. SIZE 1-10 MIN., NUMBER AS REQUIRED WHERE RACED BEHIND CURB, CONDUITS TO EXIT FOUNDATION ON SIDE CLOSEST TO CURB. EMEND CONDUITS 10' PAST FOUNDATION. 40M PSI CONCRETE FOOTING 02TES G T-T O.C. 414 CORNER RODS 74r AUGERED HOLE 3N' ■ 10'HY GROUND ROD SONOCO SMOOTH CONCRETE FORMS TO BE USED AS REQUIRED 8. o B B PUN VIEW - SECTION A EXTEND HOPE DUCTS B' -12' (MINIMUM). EXTEND OUC EXISTING OPENINGS WHERE AVAILABLE. ENLARGE OF NECESSARY. SAW -CUT NEW OPENINGS WHERE NECE1 NOT OVER OPENINGS. ROUTE DUCTS INTO HANDI THROUGH OPEN BOTTOM IF NECESSARY. TYPICAL FO ENTERING HANDHOLE INSTALL GE:OTEXTILE WOVEN FABRIC. EXTEND GEOTEXRLE 17 (MINIMUM) OUTSIDE PERIMETER OF HANDHOLE. E F EXISTING MID-AMERICAN ENERGY MAE UNDERGROUND LINE. UTILITY TRANSFORMER - FURNISHED AND INSTALLED BY MAE CONCRETE PAD BY ELECTRICAL CONTRACTOR I 3 / 4' X 10' COPPER 4 #1AWG, 2' C CLAD STEEL GROUND PANEL P1 ROD (TYP) _ _ _ _ _ _ _ _ (NEMA 4) LOOM, 3P 100 A, 208Y/12OV, 3-PHASE, SERVICE 4-WIRE, 42K AIC j 44AWG I (ENTRANCE 20' - RATED-------------- OA 20A 20A 120A I I I I I I I ----- `P -- 1P--( P-- (11P I I I I -I -I -J SPARE SPACES TRASH COMPACTOR LIGHT POLES CAMERA ONE -LINE C NO SCALE INSTALL OWNER -FURNISHED ALUMINUM LABELING PLATE. COORDINATE SPACING OF LABEL WITH ENGINEER. I C C XXX ATTACH PLATE TO HANDHOLE COVER WITH CONIRACTOR FURMSHED41, NOA4, OVALJEAD. PHILLIPS DRIVE SHEET METAL SCREWS THROUGH PRE DRILLED HOLES. PLAN VIEW TYPICAL HANDHOLE COVER DETAIL D NOT TO SCALE SITE AREA LIGHT POLE ON CONCRETE BASE SECTION ELEVATION TYPICAL HANDHOLE DETAIL B NO SCALE E NOT TO SCALE TYPICAL CONCRETE POLYMER HANDHOLE =9 �co V � N NSTALL NEW GROUNDING WSW. SUPPORT FROM , DOOLE WALL WITH BOLT, NUT, FLAT WASHER AND LOCK WASHER. ALL FASTENING HARDWARE SHALL BE STAINLESS STEEL. CENTER BETWEEN WALLS. GRANULAR GRAVEL BASE, EXTEND FILL F OUTSIDE PERIMETER OF HANDHOLE (MINIMUM). SOOTH WASHED GRAVEL FILL TO DEPTH OF 6-(MINIMUM). EXTEND FILL MINIMUM OF F OUTSIDE PERIMETER OF HANDHOLE ALL SIDES. Y of 2 < 6L afz ww LL 2� u) w (DNp L.L D a U 3 4 J Q U_ D_' J W w n1 n E-03 2 Q U w w N g Q H w;? >O- <-gr Q K 0 N0A3 e A I B I C 101 E F fl A mom-Z!E-a 0 10 20 40 SCALE IN FEET B C D E F r EXISTING RIGHT OF WAY • �r JOINT BETWEEN 6' AND 9' PAVEMENT, SEE DETAIL THIS Y SHEET. _ o t— f" Fo BOAT RAMP PAVEMENT, " MATCH TEXTURE OF NOTE: 1. ALL JOINTS NOT CALLED OUT ARE 'C' JOINTS OR'DW' JOINTS DEPENDING ON CONTRACTOR STAGING 2. CAD FILE TO BE PROVIDED TO CONTRACTOR TO ASSIST WITH SURFACE ELEVATIONS AND INSTALLATION 3. JOINT SPACING SHALL BE 12' X 12' UNLESS NOTES ON PLANES Y 2 Q �z 3 W Lu LL. o o (n LU W U 0 N Lu _O O 0) ��t�11 v! U EXISTING BOAT RAMP \ J co _ m p C z IOWq \ �\ \ a Z J F- Z_ O F.02 A B C D E 1 F A B C` IROa I WORK MGHT LANE END AHEADc�L©SE® o roe® WORK r�aHLc�® O W20-1 48" X 48" 4 (D W20-5R O W4-2R 48" X 48" 48" X 48" OG20-2A 48" X 48" 0 E S. RIVERSIDE DRIV _ — F p 15 JO so SCALE IN FEET • • • • • • - p- -. — —FO —0 1 • _ �i� --------------- -o10, - Lo, 03 — — — — — 1 7-1 ... 3 / —_ ------------ C= — — I Y 2Of z Q W Lu LL g u) ; C7 0 � a H (n U 0 O \ 1 ............... STAGING NOTES 1. TRAFFIC CONTROL SHALL BE SET UP USING SUDAS STANDARD PLAN 8030.101 AND 8030.110. 2. THESE STAGING NOTES ARE NOT INTENDED TO CONFINE THE CONTRACTOR'S ACTIVITIES TO THE AREAS OF SUGGESTED STAGES ALONE. IT IS — UNDERSTOOD THAT VARIOUS STEPS INCLUDED HEREIN MAY OCCUR SIMULTANEOUSLY. THE CONTRACTOR MAY CONDUCT SEVERAL _ - �' ------------ \ OPERATIONS CONCURRENTLY, PROVIDED THAT TRAFFIC IS MAINTAINED AND THESE OPERATIONS DO NOT CONFLICT WITH THE STAGING -•- r INDICATED HEREIN, OTHER PORTIONS OF THIS PROJECT, AND OTHER CONSTRUCTION ACTIVITIES. - ` -' - --\ — — — �(� m 3. AS LONG AS WORK REMAINS ON THE PROJECT, THE CONTRACTOR SHALL REMAIN ON THE PROJECT. IF ISSUES EXIST WITHIN A STAGE OF THE 'm PROJECT WHICH ARE BEYOND THE CONTRACTOR'S CONTROL (SUCH AS OBSTRUCTIONS OR UTILITY ISSUES), THE CITY HAS THE OPTION TO , REVISE THE CONTRACT STAGING AND DIRECT THE CONTRACTOR TO WORK ON OTHER "UNAFFECTED" STAGES OR AREAS OF THE PROJECT AS °s SHOWN WITHIN THE CONTRACT DOCUMENTS, AT NO ADDITIONAL COST TO THE OWNER. THE OWNER MAY, AT THE OWNERS DISCRETION, �-` -- -_ -- --,--, PROVIDE ADDITIONAL DAYS TO THE CONTRACTOR BASED UPON RELOCATION EFFORTS AND SCHEDULING JUSTIFICATION, IN ACCORDANCE WITH THE SUPPLEMENTARY CONDITIONS. \�' 4 4 4. ONCE WORK WITHIN A STAGE HAS COMMENCED, THE CONTRACTOR SHALL CONTINUE WORK WITHIN THAT STAGE UNTIL ALL WORK WITHIN THAT STAGE HAS BEEN COMPLETED. IF WORK WITHIN THAT STAGE IS NOT COMPLETED AND THE CONTRACTOR REMOVES THE "NORMAL" SIZE CREW (AND/OR EQUIPMENT) FROM THE PROJECT WITHOUT WRITTEN AUTHORIZATION FROM THE OWNER, THEN THE CONTRACTOR WILL BE CHARGED A DAY AND IMMEDIATELY ASSESSED THE DISINCENTIVE RATE FOR EACH DAY THE CONTRACTOR'S "NORMAL" SIZE CREW AND EQUIPMENT ARE J NOT WORKING ON THE PROJECT. DISINCENTIVES WILL BE ASSESSED AT THE TIME OF MONTHLY PAY APPLICATIONS COVERING ANY PERIOD U � DURING WHICH THE CONTRACTOR HAD UNAUTHORIZED PERIODS OF WORK STOPPAGES. ELL L- F- Z g 5. CONTRACTOR TO COORDINATE WITH THE CITY S CONSTRUCTION REPRESENTATIVE AND WILL NOTIFY 5 DAYS PRIOR TO A CHANGE IN PHASES WHICH REQUIRES A TRAFFIC CONTROL CHANGE. 0 J.01 A B C D E F A B C D E F ......................... . - .............................. - - _ _03- - - — — — -oe- — — — RIVERSIDE �} tie 9' { o S. 3�13 _— yy CONTRACTOR TO INSTALL FOOTING AND —{- - - SIGN. SIGN TO BE PROVIDED BY CITY OF « - r • -- Fo- -- - = --FO = = IOW CITY- SEE DETAIL ON B.Ot. . . _FO- • ' -i _ - 4 - - - - - « t' CFO- « r . r r . 4.3 - .M�. - '. • • .� _�1- ---- - ----- I '�` •moo.. oe • t '«'r a --•--M-r-��— • r 5)ARB TEC''&� •ir '(4)TAX MED«' _M_---M-- e•• « •'r' a _ - • a a a a a a a a a a a a a a (s)Vls •�• _ - -0i� — •s- --M-- - _ ' ' • '"—�G"�' S ARS TEC• (7)VIB DEN • _-_.G.�. .---G" _._.-_ "G" () -oi - - - - ,• °a° � °a°a°aaa°a°44a°a°a°a°a « G -------------------- _Oi- - - - + � ° fECa a c a ° a ° ° a•a ° a ° ° °aaa ° a a — a (3)PHY 0PU (1)CEL CHI (1)0STIVIR I aa aaaaaa9aaaaaaaaaa°aaa°daaa°atlaa°aaa°aaaQa°aaad°daaad°saaa°aaaaaa°aaa•daa a°adaa°aa(4)YAXMED (5)TAXMED (3)PHY0PU 2 _pi- a aaaaaaa°aaaaaa°aaaa a /r / /T.^ L\}�\ aa aadasaaaaaaaaa aaaaaaad1aaaaaaaaa aaaaaaaa°aaaa Qaaaaaaaaaaaa a°aaaaaaaa°aaaaaaaaaaaaaae °a°ada °°aaaaa '°a°adQ °aaaa�a aa°aa°aa°sa I v // ) (20> StH111 LIT a a aaaaaa°s a°aaaaa`a °°aa°a °°aa aa a .aa °°aaaaaaa°aa°°aaaaaa a°aaaaaa aa°a°aaa a ( HET l°aa . . . aaaaa a aa°°a° a°a°a aaa °a°a°aaaa aa°°a aaa aa°aa°a a°°aasa°aa°a a (1)GYM DI0 4444.4°44°4 (24)SP0HET a°4a4 (1)G 10 (45)ObH'f a a aa° aa a /y o a a°a°a a°a°a°aaaaa°a°a aaa(sjT11X1aED�°a°a°a°a°a°a°a aaaaaa a °a°(5)ARBTEC a a a a a a a a a a a a a a a a a a a a a a a a a a s a-aa�a a aaaa / —_ I 11 1, a aaa°a°c°a°a°a°a°a°a°a°a°a°a°a°a°a° a$a�Qaa~a'a�•4_a�� ..(48)SCH aaaaaaLIT I aaaaaa°aaaaaaaaaaa°a°a°°°a°a°a°°°a° � °qua°a°a�a°a°a°a°a°a°a •\•'' I I � I a°a°a°a°a°a°a°a°a°a°a°a°a°a°a°a°a°a a a a a a a a a a a I 1 a a a a a a aa �ya aaasa°aaa°aa°gaaa a°°aaa�,a�lda a°aaa.a°°aaaa°s. aa°aaca°a aaa ' \ III III � 11 1 � a aa°aaaaa°aa`aa°a a °a aaaa °api aaaa °a aaa aa °aa aaaa a°a a la"aaa�ag`.4 -,, 44 aaa°aa°aa )aaaa a aaa a°a aaaa °aaaaaa °aaaaaa °aa a a a a a a a a a a a . j / aa°°a� aaaaaaad\gd°°aa°� g°�aaaaaa aaaaa°a°aaaaaa Qa°aa°a°aaaaaaaa tla°°aa° d°saaaa 'a°a aa°aaa aa°°<aa°(2a°aaaaa) ada°°aaaARa°saaaa B a°°aaaT°aaaaE°aaaC a°a�°aa aaaa°as'�- ......... ` \ / ----I '- - ----• .• ..... •,, ... IIIIII , °a aaa °°aa° aaa°aa °°aaa°a aaqaaa °°aaa°a Aaaaaa aa°a aagaa aaa°a _ Caaaa °aaaa°a aa°aa °aa°a a°°aaa °°aaa°a aa°°aa °aaaa°a aa°°a aa°aaa aa°°aa °aaaaa a°°aaa °aaaaa aa °aaaaa °aaaaa °aaaaa°a aaaa°°aaa a°°aaa aa 44a44°44 4 4 4 4 4 a °a°aaaa a (41)SCHLR Raa 1)MD0 (52)SHE--------- .. 20)S�H LIT aaaaaaaa ea a°a a°a a°a°aa°a '"..... (t)bsT VIRa (3�\B DEN a �► a a°a°aaaaa°aaaaaaaaaaaaaaaaa° a I \ a a a a a a a a a a a a a a a a a a a 1. a �aa_a a s aaaaaaaaaaaaaaaaa aaaa (12)SCH LIT I '• I \``` aaaaaa aaaaaaa'd°a a=a•��9,�a aaaaaaaaa aaaaaa caaaaaa ..a..a.. a • '•I, aaa aaaa a a a a a a a aa3aa•da a a a a aaaaaaaaaaaaaaaaaa d •.,,. a a a a a a a a a a I I -� a a�a°a'°ad4=�-° as°a°aaaaa°aaa°a°aaa°a°a 3 aaa a aaaaaaaaaaa EN (20)SCH LIT aaaa asasas dd.d aa.Gayaa C a� aaaa a aaaaaaaaaaa / aaaaa aaa 9 _ -qa a aaaaaaaaaaaaaaaaaa a a a a a (5) ARB TEC (5) VIB DEN (5) ARB TEC (5) VIB D(8) ARB TEC aaaaaa a\ a a a a a a a a a aaaaa a 'll \ a°a °a°a aaaaaaaaaa-a��a aaaaa aaaa aaa aaaa a aas a s -a a a a a a a a a a a aua a s aV" aaa aaa aaaaa a aaaaaaaaaaaaa aaagl_aa aaaa °a I aaaa a a daaaaa daa a°aaaaa1aaa°aaaaaaaaaaaaaaaaaaaaaaaaaaa,a4.aaaaa44a4 q....._._.._......(1)CEL CHI aaaaaaaaaaaaaaaaaaa•aasaaaaa�aaaa saaaaaa°a aaa°a raaaa°aa %aaaaaaa aaa°aaaa �aaa'7aaaa adaaa (28)SP0 HET 1-4 a aa-aaaa aa°aa aaa °aa aaa°a°a°a°a° a a a a s a a a a a a a a a a a a a a a °a°a°a O aaaaaaaa a°a°a°a°a°aaa°a° (13)VIB DENa a a a a a a a a a a a a a a a a --._ / �......- a aaaaaaaaaa O aaaaaaaaaa°'. --- --- _ _ aaaaaaaa a a aaa11)PHY OPU .......... ......". (24S0H \ _ ` v � ER � •' �tR 2 a 0 10 20 40 4a s ;$ { SCALE IN FEET A B C D E F NN z LL— uW z a o K w w 1 m N$S u W'.W < IiUM I Y 2 Q z U w LLJ o L.L (n LLJ o '^ �J O V rn 3 w o�?t O ai V 3 L.01 0 m 0 LL A ' (5) ARB TEC (5) VIB DEN — _ — — (5) ARB TEC G.�. .—.G.�. (4) VIB DEN — — — — a4ap°a44a° 2 - a OOa4QaQa4Q4QaQa° r� (SARI B 7C>/ %, 4 }��/�/`T 4444ad44444444�444444 / \ aa4ada4d,a 4 a 44 a4 a4�4a (1)G DID I \ 44 a44� 44444 a °444 a4a�a (48)SPO HET / / ,aaa,44Q4aaa4a4a,a,a, / � � • 444444 a a4^4^4^Oa444 / ,�_• 4f'(5) VIB DEN, 4 _ }- a4a4•4', (48)SCH LIT paa 2 AR8 TEC 4 a°a4GOG -�O 4a`4°4°444 A. 4 4 4 4 4 4 4 4 4 4 4 \ 4444°a4a411aaaa°444444 Oy,44444444 444444, a44• a4444444a 44a 444,4a44a4,44 °4ppa , 4 , d , __ \ . 44dOa°aaaaa ,°a4a �a444a aa,a, \ I (41)SCH LIT 4444444a4a Oa4a44a440 , 1 GYM DID __ a a a a 4 a 4 () 44444, , 4 -r4a 4 44444 (52 SPO HET --- Ogagaqaqaq ga4Q,QGa4�,4 :'.:: :'��.-------- ,44444444 )� • C° 4444 aa° d4a(3)VIB DEN 4 , , 444 3 .....a44.a,4d°a444 44..44aa_ 44 Q444444,4444,4a44 4444a4 444 '44 4 ".,., . 4a a 4 4a , 44444G 44444a44444LMARBIEC (5)VIBD (5) ARB TEC 15) VIH DEN F 4 IOWA RIVER g ce D S. RIVERSIDE E I F I CONTRACTOR TO INSTALL FOOTING AND _ SIGN. SIGN TO BE PROVIDED BY CITY OF _ —FO— IOWA CITY. SEE DETAIL ON B.01. < ' ' —FO— — ' ! —G —OA — — e«eer<«rrrr •4r OOOOQOQO ///{Y� opts — < t e r 4 4a4a444a4a44444a444a ,E (5)ARB TEC — 1=tj i a 4444444 a4444444,4444aG44444 a 4 444.4 a4_4 a a a a a y 4 4 a 4 } (S)VIB DEN 4 (5)ARB TECa444a4a444,Q4a4a444a44 / a"4"a"a 4 4 4 4.4 a a a a a O O a a a 4 a 4 a a a a a a a a a a444444a4a4a4 a,QG4a4a444a4a4444 3 PHY OPU O O a 4 4 a tl 4 4 4 a a 4 a 4 V () (1) CHI (1)OSTVIR ♦�I i a 4444a4a�44,4a44444,4,44444a44 ( 1 I (5) TAX MED () a a 4 4 a 4 4 44 a a 4 4 a 4 a 4 TAX MED 3 PHY OPU a 4 4 a a 4 4 a 4 4 4 4 4 a 4 a a a 4 4 4 • • II • ' •III . . . . , , (20) SC1H1' LI1 4 (24) SAO HET Oa 44O4aaa4,4Oa44a44O44aV-Ia4 <)Oaa',4MOO4aa44aa4aOa 4444 ,aOaaa4aa 44aO 444a 4aaO 4a444444'4 4aa4a4 aaa4aaa44a4a4 ,4a4 4a /y (1)GYMDI0 (24)SPO HET I I 444,44444444444a4444444444444a44" y I 1 a 44444444a4a44444a44444a4a4 % 4 / 4 4 4 4.4 4 4 4 4 4 4 4 4 4 4 4 I(b)T'AXMEW444aa4a4aa44aa4aa4a4444 I 1 a 4 4 4 4 4 4 4 4 4 4 4 4 4 a4 4 4, 4 4 4 ► 4 44a444a4a4a4a4a444a4aa4a4a4a4a4a4a4 I a a 4 a a a a a a a 4 a a a 4 4 4 4 1 1 4 a4a444a4a44444a4a444a444a444a44444 I I 1 4 OOa44444d4aq 444a4ag4q44a44444444444 1 I ( l aa44a4a4a44aaaaaa4aaaa44a4aaaa44a (^ 4 <(5) VIB DEN a 4 4 4 4 4 a 4 4 4 a a a I 1 4 a-a-ata44a44aaaa44a4a444a°aaaaa I 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 I I 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 I 4a°4444444444444°44444°44444°444 I I a 4 4 a a a a a a a a a 4 a a 44 a4 OOOa44°aa44a44°a4aaa44a4a4a4a I 1 1( a a4a(aA4a4aC44a4 4 4 4 a4 4 4 4 4 4 4 _--_• I I 4 4.3aOR4BT4E 444Qa44444a44a444444a 4 • .. I (20SC O HET 1 .. .,..... ) H LIT a a 4 a 4 a a a a a a 4 a a 4 a 4 4 a 4 a a 4 4 a 4 a a a 4 a a 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 (1)6STVIR 4 4 4 4 4 4 4 4 4 4 4 4 4 4 4 1 a a 4 4 a a 4 a 4 4 a a a a a I \ 1, 4 4 �'d�r° , 4 4444a4,4,44444a4, a4a4 (12)SCH LIT I i ���` a444a4a O4a4aaaa°a~d41=e-a 4iga°a4444 a°a4a4° I y 4 4 4 4 4 4 4 4 4.4 4.0 4.3 4.414 a4a44.04a44444444444'a4 44444 4 4 4 4 4 4 4 I 4 4.4a 4444444"4 (5) ARB TEC1da-4aa4v°4a��a�a444 a4a4a�g4g44 44444 ---1 (2D1 $DH LIT 4 a4 �4a 4444a4a444a4a 4Gaaa .0 4444 4444° 4 4 4 O a y a 4 4 4 4 4 4 4 4 4 q �v 4 4\ 4 4 4 4 4 4 4° a \ 4 a 4 4 4 �4•- a s ° a a a \ a 4 °a°a a44a4a4a4a-4sa..y4a 44444 4444'$444da4a4 a 4444 4 4 a �.O a4a=44a44444a4444 �a°a°'a44444a4 d44°4 °a 1 444°a a a a a a a -a 4 4 4 4 4 4 4 4 4 4�14 a 4 4 a I 444444 Oa21 4 44a44444aa-4 4 ,,,a44a 44444 -4a 4444 4a I 44444 a4aaY•OOOa4a44444a44"d'°Od•a.4 a4a as°a�4F,a°OOa4444 (1)CEL CHI 4,44 a4a4 444 44a4a444a4a 4�'d4 �gd'444�4444a 4 4, 4 4 O a fie- 4 4 4 4 4 4 a a a a s (28) SPO HET • 444 44444444444444,O a•Q a4g44 a4a4° a444a4a • 44 aa4 a444a4a°a44aaaaaa a�l�°a444a�,� '� , •• aa4 a 4 4 4 a 4 a , 4, 4 4 4 a 4 4 4 a 4 a 444 4°a4a4 4aaa° 4 4 4 4 4 4 a 4 a a a 4 a a a 4 a a 4 a A"4• a �„ (13)VIB DEN as 14 .. ,44444, 44dG4a44 4444444444444444 4a a a 44444d44.4a a444a4a 4 a a a a a a 4 4 4 4 ,•• _ a4a4aaaaa° \'-...... \ ---......\ ) 4 4 4 4 4 4 d 4 G 4 4 4 4 a a) " •................... / .....,......., - , 4 4 11 PHY OPU /.. �* 5" (24 SPO HET,..,,„ (1)OSTVIR CO cn •--•-----'--•--•--•- --- SEAL Y 2 a z W WC G LL /) ; 0 c 3 s Q U w K f QW ti S W ; � yny1 X >O— ao:N rob U 3 0 S Z Y > � O � O 0 p U m �WWao o a N y a u 0 10 20 40 SCALE IN FEET L.01 GENERAL NOTES 1. SITE CLEAN-UP SHALL BE PERFORMED ON A DAILY BASIS. SIDEWALKS, PARKING LOTS, ROADWAYS, ETC. SHALL BE KEPT CLEAN AT ALL TIMES. 2. EXCESS AND WASTE MATERIALS SHALL BE DISPOSED OFFSITE IN ACCORDANCE WITH APPLICABLE GOVERNMENTAL REGULATIONS. 3. ALL OPEN EXCAVATIONS SHALL BE PROTECTED WITH SAFETY FENCE, BARRIERS, OR BARRICADES IN ACCORDANCE WITH OSHA 4. ALL TEMPORARY LANE CLOSURES SHALL COMPLY WITH 2O09 MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) AND SUDAS STANDARD SPECIFICATIONS SECTION 8030 - TEMPORARY TRAFFIC CONTROL. 5. ALL MEANS OF TEMPORARY TRAFFIC CONTROL ARE SUBSIDIARY TO LANDSCAPE IMPROVEMENTS AND WILL NOT BE PAID AS A SEPARATE LINE ITEM. PLANTING NOTES 1. ALL PLANT MATERIALS SHALL BE PLANTED WITHIN 48 HOURS OF ARRIVAL ONSITE. 2. CONTRACTOR SHALL UTILIZE IOWA ONE -CALL OR SIMILAR SERVICE TO FIELD LOCATE UTILITIES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VERIFY THE LOCATION AND PROTECT ALL UTILITIES AND STRUCTURES DURING PLANT INSTALLATION. DAMAGE TO UTILITIES AND STRUCTURES SHALL BE IMMEDIATELY REPAIRED BY THE CONTRACTOR TO THE SATISFACTION OF THE OWNER. 3. SOME HAND DIGGING WILL BE REQUIRED TO PREVENT DAMAGE TO EXISTING INFRASTRUCTURE. 4. PLANT LOCATIONS SHOWN ON PLANS ARE REPRESENTATIONAL ONLY. FIELD ADJUSTMENTS OF PROPOSED PLANT LOCATIONS MAY BE REQUIRED TO MINIMIZE POTENTIAL INTERFERENCE WITH EXISTING UTILITIES, TO MINIMIZE HAZARDS TO PLANT GROWTH AND TO IMPROVE MAINTENANCE CONDITIONS. PLANT LOCATIONS SHALL BE APPROVED BY THE OWNER'S REPRESENTATIVE PRIOR TO PLANT MATERIAL INSTALLATION. 5. PLANT QUANTITIES SHOWN IN THESE PLANS ARE FOR CONTRACTORS CONVENIENCE. DRAWINGS SHALL PREVAIL WHERE CONFLICT OCCURS. 6. THE CONTRACTOR SHALL WATER ALL PLANTS AND THE SURROUNDING AREA UNTIL THOROUGHLY MOIST IMMEDIATELY AFTER PLANTING. ALL SUBSEQUENT WATERINGS DURING THE ESTABLISHMENT PERIOD WILL BE PERFORMED BY THE CITY. 7. TREE PROTECTION SHALL BE 41NCH RIGID PLASTIC MESH AS MANUFACTURED BY A.M. LEONARD OR APPROVED EQUAL. 8. ALL STAKES SHALL BE REMOVED FROM TREES BY THE CITY. 9. ALL ROOT BALL BURLAP, WIRE BASKETS, AND TWINE SHALL BE REMOVED BEFORE PLANT MATERIALS ARE PLANTED. SET ROOT BALL CROWN 2' HIGHER THAN GRADE. EACH TREE MUST BE PLANTED SUCH THAT THE TRUNK FLARE IS VISIBLE AT THE TOP OF THE ROOT BALL. TAMP SOIL AROUND ROOT BALL BASE FIRMLY WITH FOOT PRESSURE SO THAT ROOT BALL DOES NOT SHIFT. DEPTH DOUBLE -SHREDDED HARDWOOD MULCH RING PULLED BACK 6' FROM TRUNK BASE SPADE CUT EDGE BETWEEN MULCH AND SOD, WHEN NOT WITHIN A CONTIGUOUS PLANTING BED. SCARIFY THE SIDES AND BOTTOM OF THE HOLE BEFORE PLACING THE TREE IN THE PLANTING HOLE. BACKFILL HOLE WITH MODIFIED PLANTING SOIL AS SPECIFIED. f~ 2 X ROOT BALL DIAMETER �ZCONIFEROUS TREE PLANTING J NOT TO SCALE (D ea.m m sraan n am a AN a a>®.asa min µ OO.a<xrarab 6 inaHes. F1ace 6 vrlies a copse sd in Pu pa m pHaNg. Qa may wN ma wsx a a sligMy alwe sane. Do,Ka pace as+cn � 2 iM�es a vcr,. 0 Begin tranacwH a aE9e a rw# Ham. erA a„a wmplelay remo„a ax N.:,e. H.w. Qs aria wa Iuske6lvn rwI H»6 Ixo, m plaun 4etlmll maema. PLANTING M (Bare RwI Pmrm) Form 3' Place mo16Y a✓ 3 hceDc rNismr60tl saT 3-Deep M.. (On Sl PLANTIN opes) G PIT Finish N Grade pr.n a A,e scanty sines apn � �" Plaw.wllxllw raiswmee sdl A PLANTING PR riai (Balled and Budapped PIaeS) PLANTING PIT 1 NOT TO SCALE 7 0 7 J A iJ17 14 r:{-# 9: r L. m�we swe Nwasl STAKING STAKING PLAN (Trees 2 1R — diameter v —I.) STAKING PLAN !Trees larger Nan 2 112 inch piamelerl 2 TREE 2STAKING, GUYING, AND WRAPPING �J Not ro SCALE DURING THE SPRING PLANTING SEASON, ANY EVERGREEN PLANT DEUVERED WITH NEW GROWTH IN ADVANCE STAGE OF CANDLING OUT WILL BE REJECTED. EVERGREEN TREES NOT FULLY BRANCHED FROM BOTTOM TO TOP WILL BE REJECTED AND THOSE WITH TERMINAL LEADERS EXCEEDING 12' IN LENGTH WILL ALSO BE REJECTED. SET TREE PLUMB MAINTAIN THROUGHOUT WARRANTY. REMOVE ALL FLAGGING AND LABELS AFTER LANDSCAPE ARCHITECT APPROVAL. MULCH RING SHOULD EXTEND 6' BEYOND TREE STAKES. TAPER TOP OF MULCH TO MATCH TURF LINE. PLACE ROOTBALL ON UNEXCAVATED OR TAMPED SOIL. PLACE STAKES 6' BEYOND TREE'S DRIPLINE OInsWl mesh tree 9aard kom grwrid lire m first Ixarch. 9'I 2 TREE STAKING. GUYING. AND WRAPPING PLANT SCHEDULE TREES CODE QTY BOTANICAL NAME COMMON NAME ROOT SIZE INsrAu HEIGHT NATURE HEIGHT CEL CHI 2 Celtis occidentalis Chicagoland' Common Hackberry B & B 1.5'Cal 8' HT 40'S0' HT /O^\ V GYM DID 3 Gymnocladus dioica'Espresso' Kentucky CoReetree B & B 2'Cal 8' HT 60'-70' HT OST VIR 3 Osbya virginiana American Hophombeam B & B 1.51Cel 8' HT 40' HT SHRUBS CODE QTY BOTANICAL NAME COMMON NAME ROOT SIZE 1NSTAu HEIGHT NATUtE HEIGHT OPHY OPU 17 Physocarpus opul'Hfolius Common Ninebark CONT. 3 gal 18' 5'-10' HT 0 TAX MED 18 Taxus x media Tauntonii' Taunton Spreading Yew CONT. 3 gal 18' 4' HT /�'' y j ARS TEC 41 Thuja occidentalis'Arborvitae Techny' Techny Arborvitae CONT. 5 gal 36' 10'-15' HT O VIB DEN 54 Viburnum dentatum Arrowwood Viburnum CONT. 5 gal 36' WAS, HT GRASSES CODE QTY BOTANICAL NAME COMMON NAME ROOT SIZE INSTALL HEIGHT MATURE HEIGHT SCH LIT 161 Schizachyrium scoparium Little Bluestein CONT. 1 gal 10.12' 18'-24' HT OSPO HET 224 Sporobolus heterolepis Prairie Dropseed CONT. 1 gal 10.12' 74' HT SOD/SEED CODE QTY BOTANICAL NAME COMMON NAME SIZE . SOD 7,845 sf SOD Sod Sod vvovvoo v v v v v v TUR SEE 27,000 sf TURF SEED WITH HYDROMULCH Turf Seed With Hydromulch SEED vvvvvvv L.L Q D_ 0L Z LLJ LU C f ^LL G vl LU ND 0 O ) I�—/� L/ 0 z LLJ Q CL LU UJ � � 0 J W Q 0 W J Cn 0 L.02 B A B GENERAL NOTES 1. SITE CLEAN-UP SHALL BE PERFORMED ON A DAILY BASIS. SIDEWALKS, PARKING LOTS, ROADWAYS, ETC. SHALL BE KEPT CLEAN AT ALL TIMES. 2. EXCESS AND WASTE MATERIALS SHALL BE DISPOSED OFFSITE IN ACCORDANCE WITH APPLICABLE GOVERNMENTAL REGULATIONS. 3. ALL OPEN EXCAVATIONS SHALL BE PROTECTED WITH SAFETY FENCE, BARRIERS, OR BARRICADES IN ACCORDANCE WITH OSHA 4. ALL TEMPORARY LANE CLOSURES SHALL COMPLY WITH 2O09 MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) AND SUDAS STANDARD SPECIFICATIONS SECTION 8030 - TEMPORARY TRAFFIC CONTROL. 5. ALL MEANS OF TEMPORARY TRAFFIC CONTROL ARE SUBSIDARY TO LANDSCAPE 1 IMPROVEMENTS AND WILL NOT BE PAID AS A SEPARATE LINE ITEM. PLANTING NOTES 2 3 11 1. ALL PLANT MATERIALS SHALL BE PLANTED WITHIN 48 HOURS OF ARRIVAL ONSITE. 2. CONTRACTOR SHALL UTILIZE IOWA ONE -CALL OR SIMILAR SERVICE TO FIELD LOCATE UTILITIES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VERIFY THE LOCATION AND PROTECT ALL UTILITIES AND STRUCTURES DURING PLANT INSTALLATION. DAMAGE TO UTILITIES AND STRUCTURES SHALL BE IMMEDIATELY REPAIRED BY THE CONTRACTOR TO THE SATISFACTION OF THE OWNER. 3. SOME HAND DIGGING WILL BE REQUIRED TO PREVENT DAMAGE TO EXISTING INFRASTRUCTURE. 4. PLANT LOCATIONS SHOWN ON PLANS ARE REPRESENTATIONAL ONLY. FIELD ADJUSTMENTS OF PROPOSED PLANT LOCATIONS MAY BE REQUIRED TO MINIMIZE POTENTIAL INTERFERENCE WITH EXISTING UTILITIES, TO MINIMIZE HAZARDS TO PLANT GROWTH AND TO IMPROVE MAINTENANCE CONDITIONS. PLANT LOCATIONS SHALL BE APPROVED BY THE OWNER'S REPRESENTATIVE PRIOR TO PLANT MATERIAL INSTALLATION. 5. PLANT QUANTITIES SHOWN IN THESE PLANS ARE FOR CONTRACTOR'S CONVENIENCE. DRAWINGS SHALL PREVAIL WHERE CONFLICT OCCURS. 6. THE CONTRACTOR SHALL WATER ALL PLANTS AND THE SURROUNDING AREA UNTIL THOROUGHLY MOIST IMMEDIATELY AFTER PLANTING. ALL SUBSEQUENT WATERINGS DURING THE ESTABLISHMENT PERIOD WILL BE PERFORMED BY THE CITY. 7. TREE PROTECTION SHALL BE 4-INCH RIGID PLASTIC MESH AS MANUFACTURED BY A.M. LEONARD OR APPROVED EQUAL. B. ALL STAKES SHALL BE REMOVED FROM TREES BY THE CITY. 9. ALL ROOT BALL BURLAP, WIRE BASKETS, AND TWINE SHALL BE REMOVED BEFORE PLANT MATERIALS ARE PLANTED. SET ROOT BALL CROWN 2' HIGHER THAN GRADE. EACH TREE MUST BE PLANTED SUCH THAT THE TRUNK FLARE IS VISIBLE AT THE TOP OF THE ROOT BALL. TAMP SOIL AROUND ROOT BALL BASE FIRMLY WITH FOOT PRESSURE SO THAT ROOT BALL DOES NOT SHIFT. DEPTH DOUBLE -SHREDDED HARDWOOD MULCH RING PULLED BACK 6' FROM TRUNK BASE SPADE CUT EDGE BETWEEN MULCH AND SOD, WHEN NOT WITHIN A CONTIGUOUS PLANTING BED. SCARIFY THE SIDES AND BOTTOM OF THE HOLE BEFORE PLACING THE TREE IN THE PLANTING HOLE. BACKFILL HOLE WITH MODIFIED PLANTING SOIL AS SPECIFIED. 2 X ROOT BALL DIAMETER ;1 CONIFEROUS TREE PLANTING NOT TO SCALE [y D E Qswew rea ev m natafal pos;rbn wN, sal aiMl—at O Ol- —11 , pi, inches. Place 8l�ans a levee sal in pit prgr ro pentin9. OInstall wiN loot collar at or slghdy above grade Do rot place mulch within 2 i Jos a wok. Begin trensiUM at edge of —Wil a cut aM cwnplenly remove an tw,ne burlap, Oand wire baskets hom trot hall pew b aaang backru menrw. ( Place root Wn m ��d�swmed sal _ � �-am�.paC"w--) 9030.101 ra PLANTING PIT (Ballee and Budapped PlnN) 'p PLANTING PIT � NOT TG er.IE / M STAKING PLAN 2112 final diametw or smellw) STAKING PLAN (Trees 11,W than 2 la inch diwnetw) 'TREE STAKING, GUYING, AND WRAPPING NOT TO SCALE DURING SPRING PLANTING SEASON, ANY EVERGREEN ELIVERED WITH NEW GROWTH IN ADVANCE STAGE OF DUNG OUT WILL BE REJECTED. EVERGREEN TREES T FULLY BRANCHED FROM BOTTOM TO TOP WILL BE REJECTED AND THOSE WITH TERMINAL LEADERS EXCEEDING 12' IN LENGTH WILL ALSO BE REJECTED. SET TREE PLUMB MAINTAIN THROUGHOUT WARRANTY. REMOVE ALL FLAGGING AND LABELS AFTER LANDSCAPE ARCHITECT APPROVAL. MULCH RING SHOULD EXTEND 6' BEYOND TREE STAKES. TAPER TOP OF MULCH TO MATCH TURF LINE. PLACE ROOTBALL ON UNEXCAVATED OR TAMPED SOIL. PLACE STAKES 6' BEYOND TREES DRIPLINE O Irish �W�Q guard frwn 9-M lira m frst 9030.102 TREE STAKING, GUYING, AND WRAPPING F PLANT SCHEDULE TREES CODE QTY BOTANICAL NAME COMMON NAME ROOT SIZE INSTALL HEIGHT MARINE HEIGHT CEL CHI 2 Celtis occidentalis'Chiwgoland' Common Hackberry B & B 1.5'Cal 8' HT 40'-60' HT /0 (`M• GYM DID 3 GymrroUadus d'aica'Espresso' Kentucky Coffeetree B & B 2'Call 8' HT 60'-70' HT -�\ OST VIR 3 Ostrya Arginiana American Hophornbeam B & B 1.5'Cal 8' HT 40' HT SHRUBS CODE QTY BOTANICAL NAME COMMON NAME ROOT SIZE INSTALL HEIGHT MATURE HE.W 0 PHY OPU 17 Physocarpus opulifolius Common Ninebark CONT. 3 gal 18' S-10' HT 0 TAX MED 18 Taxus x media'Tauntonii' Taunton Spreading Yew CONT. 3 gal 18' 4' HT 4 j ARB TEC 47 Thuja oocidentalis'Arborvitae Techny Tachny Arborvitae CONT. 5 gal 36• 10'-15' HT 0 VIS DEN 55 Viburnum dentatum Anowwood Viburnum CONT 5 gal 36' 6-15' HT GRASSES CODE QTY BOTANICAL NAME COMMON NAME ROOT SIZE wsrAU HEIGHT MARURE HEIGHT SCH LIT 161 Schizachyrium scoparium Little Bluestem CONT. 1 gal 10-12' 18'-24' HT 0 SPO HET 224 Sporobolus heterolepis Prairie Dropseed CONT. 1 gal 10-12' 2'4' HT SODISEED CODE QTY BOTANICAL NAME COMMON NAME SIZE . ' ' SOD 8,643 at SOD Sod Sod 000vovo o v v v v v TUR SEE 27,135 at TURF SEED WITH HYDROMULCH Turf Seed with Hydromulch SEED vovvovv SEAL NY LL 2 ^Q NLL y LNL � of Z ~ 3 LLI LSL I O LLB G Q' L y W !n (D U Q U)LL NO LL O of a O C6 U) ci i 3 4 � Z L1J Q a LU UJ Z) U) L L, Q V) 0 u i i �I \ I \ \ \ 1 \ it \ f \ i \ EXISTING 30' RCP PIPE TO REMAIN 1 \ I \i I. P-A2(EX) f" f�� I II SLOPE CREST, TYP. J I INSTALL SUBORAIN TILE AND CONNECT TO NEW SW-512 — 660 655 650 645 640 635 630 625 620 615 n 1 \ \ \ 0 5 10 20 \ \ \ SCALE IN FEET I 7173 AUG Ll All PROTECT EXISTING OUTLET. REMOVE RIP RAP FROM OUTLET. SEAL CONNECTION 18' g': m I ,� ` n�. •, 11 BETWEEN EXISTING PIPE AND OUTLET. `a 1+45.18 126.60' 1 EXISTING 30' RCP PIPE TO REMAIN l \ \ \ ( I 1 1 I I ( It ( 1 1 \ \ \ \ LL -- ------------------ -- ---------------- --------------- -- - --------------- - - - --- ------------------------------- -------- --- ----- -- ---- - -- - - - -------- _---.._ -- __-- -. ----------------.-_.__---- -- ----------- $ _ -- W -----------"--"----- ---------- ------------------------------------ ----------------- - ----------------------- ------ -- ----------- ��-------. ------ --------------- -------..___-..---- ---------------------- --. _.--- ---------------------- .. °' d a a is N n W m ._-__ N ---- f _ _ ZW- II II II WIJ �_. .--Z o II '-W _______________________________________ ________ ____ ________ __________ PROPOSED GRADE -7-------------___.__ .��__ _______________________.__.__.------------------------- —=—�,..._ ----- .,._._.__ _._.__.__.__._.__ _.._----- --- "---------- ._ -_ ------ --------- EXISTING GRADE ____________________.___ ______________________.__.__ -------------------------- _._..__ ------- _.____------ --------------- ___-__._____ __.___.-_.__- -------- I-- --------- --------_ ---------- -- _-__- -------- .------------------------- .__._ --------------------------------------- -_______.__.__------------------------ --------- ____.__.-------- ._-------- _---------- ----------------------- .__.__._.------ ------ ` _._..____----------------------------- .------------ *1_____------------------ ---------- .------------------- __.___.._.._.________- _______________________.__.__._._— _.._.-_______________________ __._-_______ .__.__._ --------------- ______________ .__.__._ _____.._ ______________._.__------------- ---- .----------------- ___________---- ____ __..------- -------------------------- .--- ----------- ----------- __---- .------ - - � _.__.__._____.-_____________________ ------------------- ------------------- .---------- ._-._.__ P_.A7{I:X}3&° RCP --------- .____. __. --------- .------------------- . .__.-___._ ._ ._ _--- ._.... ------------------ ._..... ---- .------ -_--------------- ------------- ---------------------"--"--------- -------------------------------------- ------- .------------------- -'---------- ------------------------------ ----------------------------- -------I-----------------"--'--'-- ------- _------------------ m corn a � aggo m yy� 660 655 650 645 640 635 630 RIP RAP, TYPE B ITLET-A1 (EX) " RCP FES --PROTECT EXISTING OUTLET. REMOVE RIP RAP FROM OUTLET. SEAL CONNECTION BETWEEN EXISTING PIPE AND OUTLET. 625 620 615 Y Q U wz 3 W LJ o LL c Cn /) W\ W > F / rn U 03 rn V O � W d o c; M.01 j 0+00 1pp 1+45 0 2 3 A B _ 1 \ \ \ EXISTING 30" RCP PIPE TO REMAIN \ 1 \ 1 1 P-A2(EX) _. \ C INSTALL NEW SW-512 (CASE 2) C aoo I 1 I � SLOPE CREST,' i INSTALL SUBDRAIN CONNECT TO NEW 660 z D 1 � \ it 1+45.16 \ / ! 26.00' i ( / < EXISTING 30" RCP PIPE TO REMAIN 1 I I i( 1\ \�� \• 11 II I I ( II 1 1 ( \ 1 m LL a 660 F z Uw z o Q U X K O 5 10 20 W w w 1u Ng IN FEET ? 3 > O z°vx z"- / < rL T x cc (STING OUTLET. REMOVE RIP i V x YY o w I OUTLET. SEAL CONNECTION ry~ry EXISTING PIPE AND OUTLET. Q N cwi RIP RAP, TYPE B RLET-A1(EX) "RCP FES z Ji � Y 2 Q 0 z 3 W LCu O LL G c%i W w V \LLI N LL O O > 0 C6 O vi du) 8 3 1 a,o :oa .. ^^ - 655 5 ---. ....... .. .. .- -_.....-_�.�.� as ._ _ -. _.__..._ ....... _. J wa z...... ....._. 850 650 w s:..... __ . ................. _.5.0, ...._ PROPOSED GRADE _... sas --645 -------- -' __ _-- .__ ....... - - _ . EXISTING GRADE -CAM r - ...... ___ ... cn g .................... ...__._ _.._.. --- - --------- _. ._-.� .------__ C 635 ..__. .. ......._.. _. 635 ._._.__.______ 630 ...........P' A2 (Fx 30 " RC -------------- ....... �,.----.ate.:. � � _...__..__.. 630 w ..._ PAlXX}30"RCP ` PROTECT EXISTING OUTLET. REMOVE RIPRAP FROM OUTLET. SEAL CONNECTIO -- -_--- ----- ..... -....... ....... __ ......_. ..._ ._ ._ .._ ...... ..... .. _... __ ... ..... ----.. __....- _. _--.� BETWEEN EXISTING PIPE AND OUTLET w m 3 K w w tq 625 \ 625 w_ o a ami m d---------------------- .......... _._........ -------- _ _._ - ---------------- _ _ ___ - - _....._. __ .._._- -------- --.. _. - _.. 4 szo - -_.._._ -- - - 620 LLI ..._ ------- __. W o ............ ......... .. ...-------- '----------- ---- --- ------ ._. (1) Z w ....... 2 Q J 615 615 Q� Z LL O Q O m mcN .4 o! F-J z N ro 0a00 M . 0 1 1+00 1.45 A B c D E F A I B 0 CA o m \ � m 1 A \ m 2 1 1 9 A 1 ;1� 1; \ B C D \ I I I I I / I I / a I !0+00 / / //TINT SW-512 (241N) CASE 1, TYPE 3 CASTING SLOPE CREST, TYP. I 1 E F I I I I I II I I I I I I I e l l 0�P4 SCALE IN FEET a'- \ \ \ 15 "RCP FES \ _ \ \ \ \ 1+0a 1 P - 81 0 I I / I I INSTALL FLARE END SECTION WITH FOOTING. SEE DETAIL ON M.03. / I RIP RAP, TYPE B X LU > I I 1 1 1! I I � I � I I I I I 660 ,� ..... ZW .... .._ ._. _-- ._............... . 660 O. 655 m �d 655 m 7[ LL 2 1L K 660 650 ------------ _.. I I - PROPOSED GRADE 845 _ 80.5 _ — 640 640 . _... . _. .. _..... ... P. B160-36 LF 16S"RCPI§ 1.7896 ` 635 635 _ .._.. _ ._ __ ._.... �.. ..... -.-. ` EXISTING GRADE __._._.._.._..____ 630 \ 630 625 625 620 ----------------- 620 615 ...... ... .... 615 N mm m N oY' O d U+00 1+00 C D E F 20 Y 2 < Z W LCu U a O LL G w o '(n nvn// 0 Lt_ 3 w O a- (n � O di � I m ��wWao o o C Q w o w W m 4 [If LLJ W C) cl) Z W 2 Q J Q' Z LL O -i of cn M .02 A n 2 3 c� g 4 B CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH IOWA I I CITY WATER DIVISION TO TAP SERVICE LINE. CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING TAP AND WATER LINE MATERIAL COMPLYING WITH CURRENT APPROVED MATERIAL LIST. I I I o � SADDLE SHALL BE 12' X 1'. I I I II 1' COPPER WATER SERVICE, i I INSTALL WATER STOP BOX. A.Y. MCDONALD 760000, V. PACK CLEAN GRAVEL AROUND BOX- - — — — — — — — — — CLEANOUT i N 604349.44 E 2176376.63 I � I I I i I I I I I I I I I I I I I I I 0 I K C0. D METER AND BACK FLOW ENCLOSURE SEE DETAIL 9 ON SHEET B.01 / / / / / / -------------------------------------------------- --; - C7C1 (a') /I / I , / I , E CONNECT DRINKING FOUNTAIN DRAIN LINE TO SUBDRAIN 1.5' SCHEDULE 40 PVC PIPE SHELTER PAD INSTALL DRINKING FOUNTAIN REFER TO DETAIL 5 ON SHEET 8.01 FES-C1 42' RCP 3073 AN 1 r: E 2176377.37 _ / o `SUBDRAIN OUTLET N 604334.80 - - - - I E 2176546.90 / -CLEANOUT N 604293.48 E 2176378.94 / 1 I I 1� 11 I CLEANOUT N 604212.23 SUBDRAIN LINE TO E 2176469.97 BE RAN TO SW-512 - a� N 604278.81 E 21765W0 59 F 0 5 10 20 SCALE IN FEET I I I 1 I I I 1 I I I I I I i / / / / P ya / i 2V OF EXISTING CMP TO BE REMOVED AND REPLACED WITH 30' RCP I I I -- REMOVE AND REPLACE MANHOLE. SET TO EXISTING GRADE AND CONNECT TO EXISTING SANITARY SEWER. LOCATION APPROXIMATE. EXITING MANHOLE IS BURIED. I I I / I _ I — / I ------- - ® ---------- I I � I [� I I 1 r6 I SET SANITARY MANHOLE TO FINAL GRADE I � i Y cr- 2 Q 0L Z W W 3 g L C v_J w r H W \ ( Il / J O N LL V O to OLU - > Ir O N 3 4 M.04 C D Em F I Y //�yI ......... %, 1 I ( i V. 1' ,l r - 'r :r. r' 1 i •im• �. v C� l � n ./. •� . ' /• a _ :i• w• - r \' Y •f �' - .%; i 1. v • r. • ✓•' Y 6 I T -�81'Y- It•1 1 ' _ ,r •wT i,� 1 l r �: 61-A.I ry 3 _ 'F �s3s ------- / '! v'• \ / � 1 \ �\ - - a 5 _ _ \ _ _ 111 J/ - 6 \ - - - _ / \ \ -_--__--670----- _._-- _ • , , 1 'I J. ------ ------- - - - - - - \ --. ___.. .__- \ �:\�� \\ --_ ' ;; .; x ~-^-.: ;� t:♦ -625 - - - - - - - - - - - A B C D I E F CLEANUP OF DIRT AND ro mm4lpm DEBRIS IS REQUIRED. ; CONTRACTOR SHALL USE ALL METHODS NECESSARY TO PREVENT TRACKING OFF -SITE a $ £ y AT ALL TIMES AND AS m 8" FILTER SOCK ALONG EDGE REQUIRED BY THE OWNER. OF DISTURBED AREA, TYP m p CONTRACTOR SHALL . ANTICIPATE THE USE OF DUST STOE SWPPP CONTROL MEASURES.• 0 10 20 40 A A DOCUMENTS IN MAILBOX a _ NEAR EDGE OF SCALE IN FEET m \ oft - - - CONSTRUCTION OR WITHIN 1 1 MAINTAIN EXISTING ( _ CONSTRUCTION TRAILE7 STABILIZED CONSTRUCTION \ -. I J ��)ii t ENTRANCE/EXIT (SUDAS CONTRACTOR TO 9040.120). DRESS WITH NEW. DETERMINE PREFERRED - STONE AS REQUIRED TO 64, LOCATION DURING EACH PREVENT TRACKING OFF -SITE. PHASE OF --- EXISTING GRADE INSTALL GEOTEXTILE FILTER CONSTRUCTION, TYP CONTOUR, TYP T FABRIC BELOW STONE. EXISTING STORM SEWER APPROXIMATE LOCATION AND MANHOLE'S S. RIVERSIDE DRIVE OF TO XIMATSOIL LOCH I � EXISTING ROADWAY, TYP WRAP STOCKPILE WITH • . ; ; ' , ' . ' .. - SILT FENCE OR 8' FILTER{T SOCK, TYP. . ' .� , . ' , ' . ' �. + r �'+-r--� •+--,1_ SILT FENCE OR W FILTER ' ' ,/ /, ,/ • r ,/• y! •--i r I =1 r I• =i� I. =i r I• =1� SOCK ALONG EDGE OF ,� • /' ,/. 1, %, , r DISTURBED AREA. TYP ; �� / • r '% %� /' A '/' / ✓•� I•.T' �. a •TI • I:�I •Y` 't r. a T 6�6 m - 'l •/ F /~`61 T 0' t: . y 2 :i / - v: 1 ter, 646 - __------at6__ --- _ �%" --- 6. . p LEGEND =—__. - ` '-- -- _ ; _-- 'a.p� . �l"`,`------- g8 6m _ PROJECT SITEIDISTURBED AREA CONCRETE, PAINT, AND GROUT /Qw- WASHOUT AREA PER SUDAS A R/V - THE OVERALL SWPPP PLAN ITIONAL DOES NOT ER - n. EXISTING STORMWATER SILT FENCE (SUDAS 9040.119). SECT 11,050. W CONTRACTOR TO \ DISCHARGEPOINT. TYP -635-- �, - - - - - - SHALL HAVE'J' HOOKS AT O HAUL OFF WASTE MATERIAL. MAY BEACCOUREQUIRET FOR D O MICRO -PHASING - 5 \ _ € MAXIMUM 25' INCREMENTS. SUGGESTED LOCATION. \ \ \ - - -- \ - RELOCATE AS REQUIRED FOR OF WORK. THE CONTRACTOR IS REQUIRED \ - - - - - - _ - -. � - _ - -�- CONSTRUCTION. TO PROVIDE ANY ADDITIONAL CONTROLS AS \ \ - -- '. _ -6- - - - � _.. _ _. _ _ _ _ - _ a 8- FILTER SOCKS (SUDAS 9040.102). NEEDED TO CONTAIN SEDIMENT ON SITE. �••�•,�• SHALL HAVE'XHOOKS AT MAXIMUM Q \ \ ♦ - _. ._. _-."" ___- - \. _ 4 25' INCREMENTS. SPILL KIT TO BE INSTALLED AND _ _ _ - - _ - ` RELOCATED AS REQUIRED FOR \ _ - - - - _ -6x5- CONSTRUCTION `\ \ CONTRACTOR STAGING AREA FOR THE CONTRACTOR IS REQUIRED TO _ PORTABLE RESTROOM FACILITIES, PORTABLE RESTROOM INSTALL STABILIZATION CONTROLS ON ALL / TEMPORARY FUEL TANKS, WASTE DISTURBED AREAS OF THE SITE 76' CONTAINERS AND OTHER FACILITY LOCATION v IMMEDIATELY FOLLOWING COMPLETION OF ffin HAZARDOUS CHEMICALS. RELOCATE AS REQUIRED FOR CONSTRUCTION. 4-0% EXISTING GRADE GRADING ACTNIREFER TO SUDAS 9040 FOR REQUIRED STABILIZATION a CONTROLS NOT SHOWN ON THIS PLAN. s TEMPORARY TOPSOIL STOCKPILE DIRECTION OF DRAINAGE �I' CIS SWPPP DOCUMENT LOCATION A B C D E F Y z Q Z a W LU o LL o[ V J LLI W V O > N/O L.L p L� (Z O N o 3 ' Z 4 C) Q O Z a_C�� Z Z J 0 LI J :D Z Z �LwO(2�O (n O n O Q.01 0 2 A B I c I D I E I MSE CLEANUP OF DIRT AND " •O m m m O P DEBRIS IS REQUIRED. �t ; CONTRACTOR SHALL USE ALL METHODS NECESSARY TO z PREVENT TRACKING OFF -SITE �22� ME AT ALL TIMES AND AS m 5 8' FILTER SOCK ALONG EDGE REQUIRED BY THE OWNER. OF DISTURBED AREA, TYP m c CONTRACTOR SHALL ; � ANTICIPATE THE USE OF DUST CONTROL MEASURES. STORE SWPPP y o p DOCUMENTSI DOCUMENTS IN MAILBOX NEAR EDGE OF m - _ _ CONSTRUCTION OR WITHIN MAINTAIN EXISTING _- CONSTRUCTION TRAILER STABILIZED CONSTRUCTION ENTRANCE/EXIT (SUDAS - CONTRACTOR TO 9040.120). DRESS WITH NEW DETERMINE PREFERRED _ STONE AS REQUIRED TO &> LOCATION DURING aP0 PREVENT TRACKING OFF -SITE. PHASE OF CONSTRUCT TYP F u" ' w L Z Qw 0 10 20 40 L y = SCALE IN Fu EET > ` w in V EXISTING GRADE INSTALL GEOTEXTILE FILTER{{{ --- CONTOUR, TYP FABRIC BELOW STONE. , EXISTING STORM SEWER / AND MANHOLE, TYP S. RIVERSIDE DRIVE APPROXIMATE LOCATION �_. ; ; ; ; • , % OF TOPSOIL STOCKPILE. - . EXISTING ROADWAY, TYP WRAP STOCKPILE WITH SILT FENCE OR 8' FILTER SOCK. TYP. . 'A ' . ' . ' ' ' I, i . ; +�+�-+�+� bay , _ _- SILT FENCE OR 8' FILTER ' ' /' • j / �' •/ ' s % , y ,/. j �--1 =1 =1 � =i SOCK ALONG EDGE OF a; ,� • ✓/' • Y ,/. '/• / ✓' • ' �� , ; DISTURBEDAREA, TYP •� • .(r / ,/'� ✓� / (;�✓!/ // f •� // y� / y I { I� ,fir. ,�� �, i. Y/;� •'' rY• ./ r �' s r •/ f r' :Y + i l' 1I� 1 V i• r t' , , , ' { ' }r III'11 . mz• e a m : 1 ' r: � I"r I� I ICI I� � • ✓' i ' t n Y' .ti i• A p 47' t) A• 6Q 9 •o f I � •-yam �t:1 - 'y' i'' �. ;�, \• ' T'' 's - . ti ' �` — — tA •f L 'I• 646 •y i 1: :r. \• r' r . Y .T \'. r$46i 1 - - \ P a •1 :y Y %. ✓ - ./' 1 r. 1• r. B44 — '� 11M ' f , 1 — 1 (' - f r 1 • y'r l• e`P W - .i i T \ 3s- v' - J S L • , . \ o- ' - _... i fir' �. . � 54+ • - -64 , i 9 -- -636------- � _ - ti - - - .- ._ - `.... `. V� • • \-----636 r(� -_ --_ - .__. .... .. 630 --- _-------��------63a- ---_ ---- \ \ , -6 _ - 26- - - ' -' � _ 630 - - • • • • • • • • -826------ I' -_-- a' ---__- _ -626--- \�_ -636__ _630- LEGEND �'- IDISTURBEDAREA CONCRETE. PAINT. AND GROUT /Ow -- ,•...WASHOUT 0. CO PER SODAS A'S'/VER �u,\EXISTING STORMWATER ITHE OVERALL SWPPP PLAN DOES NOT 636- - - - _ - ODAS 9040.119) OR SECT N,050. CONTRACTOR TO DISCHARGEPOINT, TYP -* 8' FILTER SOCKS (SODAS 9040.102). O co HAUL OFF WASTE MATERIAL. ACCOUNT FOR ADDITIONAL CONTROLS THAT "� \ \ \ SHALL HAVE'J' HOOKS AT SUGGESTED LOCATION. MAY BE REQUIRED DUE TO MICRO -PHASING HOOKS \ - - - _ - - MAXIMUM 25' INCREMENTS. RELOCATE AS REQUIRED FOR OF WORK. THE CONTRACTOR IS REQUIRED � - - - - - -630- - - - - a CONSTRUCTION. TO PROVIDE ANY ADDITIONAL CONTROLS AS \ \ 4 8- FILTER SOCKS (SODAS 9040.102). NEEDED TO CONTAIN SEDIMENT ON SITE. \ 4 �••�••�••� SHALL HAVE'J'HOOKS AT MAXIMUM Q SPILL KIT TO BE INSTALLED AND ------------fizs- 28'INCREMENTS.-- RELOCATED AS REQUIRED FOR / CONSTRUCTION r� CONTRACTOR STAGING AREA FOR a PORTABLE RESTROOM FACILITIES, THE CONTRACTOR IS REQUIRED m _ PORTABLE RESTROOM INSTALL STABILIZATION CONTROLS ON ALL / TEMPORARY FUEL TANKS, WASTE DISTURBED AREAS OF THE SITE CONTAINERS AND OTHER IMMEDIATELY FOLLOWING COMPLETION OF 5 v FACILITY LOCATION w a HAZARDOUS CHEMICALS. RELOCATE H - GRADING ACTIVITIES. REFER TO SODAS AS REQUIRED FOR CONSTRUCTION. 4.0% EXISTING GRADE 9040 FOR REQUIRED STABILIZATION p s �!" DIRECTION OF DRAINAGE CONTROLS NOT SHOWN ON THIS PLAN. TEMPORARY TOPSOIL STOCKPILE SWPPP DOCUMENT LOCATION A B C 3 O Q U r w N w0 >O� w0- �4a yoy 0 gjwR' Y ^Q^ N�N V ) I..L C. Z W W LL W r�_n \ NV / L.L O U z z O J Z Z J O Lu C) �_ in ODZLI Z � w 0 (y- 0 Luc)UIn—U -� A B C D I E F M32. > o o p - U m ; TEMPORARY ROLLED EROSION A m CONTROL PRODUCT, TYPE 2.13 TO - 0 10 20 40 z BE INSTALLED IMMEDIATELY AFTER 8' FILTER SOCK ALONG EDGE OF m COMPLETION OF FINAL GRADING fi+s DISTURBED AREA SCALE IN FEET THE SITE HAS BEEN REMAIN UNTIL STABILIZED AND AND PERMANENT SEEDING. • • s COORDINATE LOCATION WITH D MULCHED LANDSCAPE BEDS. SEE APPROVED BY THE OWNER'S 3 3 .il_; .� I ! 1, TYP. REPRESENTATIVE. ONCE REMOVED, SHEETED 8' FILTER SOCK TO BE DISCARDED °'� DRIVE AND PERMANENT SEEDING, S. RIVERSIDE FERTILIZER AND MULCHING TO BE FINISHED GRADE APPLIED TO THE BARE SPOT, TYP. EXISTING GRADE ADDITIONAL B' FILTER SOCK ALONG - - - " CONTOUR, TYP EDGE OF PAVEMENT. THIS CONTROL CONTOUR, TYP TO REMAIN UNTIL THE SITE HAS BEEN PROPOSED ' EXISTING STORM SEWER STABILIZED AND APPROVED BY THE PAVEMENT, TYP AND MANHOLE, TYP OWNER'S REPRESENTATIVE. ONCE �� REMOVED, 8' FILTER SOCK TO BE EXISTING ROADWAY, TYP DISCARDED AND PERMANENT SEEDING, FERTILIZER AND MULCHING TO BE APPLIED TO THE BARE SPOT, TYP. , 7. 6,8 647 r: ' �;��- :�' - '�. ;:-• , : pie : .�: v' s L b(8 a' w 848� ' ,Ed , , A • � ' C", �11 1 _ _ I j•1•• IM. � T /�•1 � Ir 1 / ' l�/' =a4s -=f •i _ 'L - �' /f 'I• r e:p q: :4 : :t I 1 •� y:ry I { 6/6 rr •, — 9 'I �' ter''• ;�, s�..�'" :I; '.� :�,'•: .1 y' ' yv . ;1. I .1 ' I' I , / :r tom=:=:. \ �,• .ti� .1. 6 P" r.V1 — tit •1: T — 1 i � ' au- T'�1�tr=mot• _ T• ' ,,• ' 1t7 C _ - .I 'I -_ :1 :, r I f 'I• , 55 -63S---- `4 -- --. _ _ , __ _ _ t �i ! ! �' t t' _ �e 00, -- — -6w- _ _ _ `\ _ — — - - _ ---—______ _ .RAP RAP. TYPE B �- - _ _ -6w- _..- _ _ _ _ _ _ _ _- _ \ _ � � �643; . � v _ 4b _ \'. 8• _ — — en PROPOSED - - -Qs- STORMWATER DISCHARGE POINT TYP .- \e� - _ - ; • ' ; ; im 21 31 '_----\ RAPRAP,TYPEB 641 __---. 640 =,� LEGEND ' \ SILT FENCE OR 8' FILTER SOCK ALONG - \ EDGE OF DISTURBED AREA TO REMAIN 676- - - - - . PROJECT SITE/DISTURBED AREA PROPOSED PAVEMENT. SEE SHEET UNTIL THE SITE HAS BEEN STABILIZED .._ AND APPROVED BY THE OWNER'S \ \ , _ _ _ _ _ _ D.01 FOR MORE INFORMATION. ,REPRESENTATIVE. ONCE REMOVED. SILT EXISTING STORMWATER .. FENCE OR 8' FILTER SOCK TO BE DISCNARGEPOINT. TYP DISCARDED AND NHING 4 BIORETENTION CELL TEMPORARY ROLLED EROSION FERTILIZER AND MULLCTO BESEEDING. 4 CONTROL PRODUCT, TYPE 2.D. APPLIED TO THE BARE SPOT, TYP. - - WITH BIODEGRADABLE STAKES (NOTE: POLYPROPYLENE STORM INTAKE AND SUBDRAIN, TYP 8' FILTER SOCKS (SUDAS 9040.102). NETTING IS NOT ALLOWED). - �••�••�••� SHALL HAVE'J' HOOKS AT MAXIMUM SEE SUDAS 9040.103. RAP RAP, TYPE B g 25' INCREMENTS. m 0 4`0% FINISHED GRADE EXISTING STORMWATER DISCHARGEPOINT, TYP > _ SILT FENCE (SUDAS 9040.119). DIRECTION OF DRAINAGE BIORETENTION CELL. SEE DETAIL 1/Q.03. IF MODIFIED SOIL FOR A v - - - - - - SHALL HAVE'J' HOOKS AT BIORETENTION CELL IS INSTALLED PRIOR TO SURROUNDING MAXIMUM 25' INCREMENTS. HARDSCAPE, WRAP EDGE OF CELL WITH W FILTER SOCKS TO PROTECT FROM POTENTIAL SEDIMENT CONTAMINATION. UNDER NO CIRCUMSTANCES SHALL HEAVY EQUIPMENT BE USED WITHIN THE PERIMETER OF THE BIORETENTION CELL BEFORE, DURING OR AFTER PLACEMENT OF MODIFIED SOIL. A B C D E I F Y Q LL N < L.f�/�// Z U < _ W W o u- _ C3 (/) LLB Lu U to CD3 LU LL U) U o: W }N � J Y m W � ` H O O V m 3 a w ? W'O o z z Q 0 z Q J z z 0 0 Lu 0 0 Z U) Z IY w000 jai rrn O n O Q.OL A B C D E F ` •�"6.' w .n Z y�y z t7, Am ci u w on z Z 0QQ O Z ffi TEMPORARY ROLLED EROSION W N C; CONTROL PRODUCT, TYPE 2.D TO 10 20 � a IMMEDIATELY AFTER g BE INSTALLED __ 8' FILTER SOCK ALONG EDGE OF v SCALE IN FEET 646 w 3 > o COMPLETION OF FINAL GRADING DISTURBED AREA TO REMAIN UNTIL m U Z y AND PERMANENT SEEDING. _ ------- THE SITE HAS BEEN STABILIZED AND -- COORDINATE LOCATION WITH APPROVED BY THE OWNER'S MULCHED LANDSCAPE BEDS. SEE �— REPRESENTATIVE. ONCE REMOVED, T 9d o SHEET L.01, TYP. 8' FILTER SOCK TO BE DISCARDED = rc ��.d NT DRIVE FERTPLIZER ANE MULCHNG TO BE �'.ywn■ ry= RIVERSIDE APPLIED TO THE BARE SPOT, TYP. EXISTING GRADE ADDITIONAL 8' FILTER SOCK ALONG FINISHED GRADE CONTOUR, TYP EDGE OF PAVEMENT. THIS CONTROL CONTOUR, TYP - - TO REMAIN UNTIL THE SITE HAS BEEN PROPOSED EXISTING STORM SEWER STABILIZED AND APPROVED BY THE OWNEFrS PAVEMENT, TYP 6a1 R8 AND MANHOLE, TYP REMOVED, FILTER SOCK TO BEE - EXISTING ROADWAY, TYP DISCARDED AND PERMANENT SEEDING, FERTILIZER AND MULCHING TO BE �ay si APPLIED TO THE BARE SPOT, TYP. 'g ' CD , \ :-.616:... f� 11 ;i'` \ ' �. t' 99' _� qs' : G48 . , , _ .f�R , s yam,• raj r a• A A A (H 1�, DN j��n � ����r♦1 � �q 1 - 1: TT �1 1 I 2 f _ 1 ^I• •I. 1• 1 ro i \ •1: • :1 U Z a as I ij :r / 3 W W 'I. 'lam s :I. �' 0 LL Ckf n J I - 6 'I O W \: w U .1. a Ir • L f_: _r ✓ 1• �e1is� y _ I. :1 3 w of • a O tp Y• w' \ I , - S g 'P '4• I -ti- ti� ra I' ' S44 I r — - � 5' ' �j 1 .1 1 — lt .� S17 l' _ •� IM t' 1 1 .ed4 'i; ' - 1 3 4 .I • 3s4 . 1 ' _ Y . 0 . q 7 • ��Y ' .1 : � 3 '636- _ _ .�• ... _. _.._.._.. .. - tip' ��♦�.L., - - \ uiul - - - - —_ i .643 ----szs_ ___--------__2�-----_630_-G43; I •'�' •' �./ .� -_-` RAP RAP, TYPE �_-_-s3o-_ _----__�_. .__. _ , , � a I __sac : 'I: a• __---_------ ��-_ - •' .ice PROPOSED - -szs- _ _ _ \ _ - - -6,is STORMWATE --_ ���` -. .. ____ .. '��•:::: :%� , \ DISCHARGE INT, TYP sus RAP RAP, TYPE B ' M WA RIVER -636 641 _ I LEGEND SILT FENCE OR B'FILTER SOCK ALONG �_ 63s- m o Q. m - _ EDGE OF DISTURBED AREA TO REMAIN - _ -� p w m - - - - - - UNTIL THE SITE HAS BEEN STABILIZED - PROJECT SITE/DISTURBED AREA PROPOSED PAVEMENT. SEE SHEET AND APPROVED BY THE OWNER'S \ REPRESENTATIVE. ONCE REMOVED, SILT - 630- - / o ¢ y y a LL D.01 FOR MORE INFORMATION. EXISTING STORMWATER � FENCE OR 8' FILTER SOCK TO BE I DISCHARGEPOINT, TYP DISCARDED AND PERMANENT SEEDING, Z Z 4 I BIORETENTION CELL TEMPORARY ROLLED EROSION FERTILIZER AND MULCHING TO BE 625_ - - I CONTROL PRODUCT, TYPE 2.D. - 4 Q 0 L—J APPLIED TO THE BARE SPOT, TYP. WITH BIODEGRADABLE STAKES Z J (NOTE' POLYPROPYLENE STORM INTAKE AND SUBDRAIN, TYP Q f- D 8' FILTER SOCKS (SODAS 9040.102). NETTING IS NOT ALLOWED). SEE SODAS 9040.103. RAP RAP, TYPE B g J Z Z .•,.•,„� SHALL HAVE'J' HOOKS AT MAXIMUM 25' INCREMENTS. `0 0 0 Lu 4.0% FINISHED GRADE EXISTING STORMWATER DISCHARGEPOINT, TYP . SILT FENCE (SUDAS 9040.119) OR BIORETENTION CELL. SEE DETAIL 1/0.03. IF MODIFIED SOIL FOR v 8' FILTER SOCKS (SODAS 9040.102). �� DIRECTION OF DRAINAGE 0 0 Z (n Z 0� Lu 00 0 - - - - - BIORETENTION CELL IS INSTALLED PRIOR TO SURROUNDING SHALL HAVE'J' HOOKS AT HARDSCAPE, WRAP EDGE OF CELL WITH 8' FILTER SOCKS TO W Cn 0 D_ U MAXIMUM 2V INCREMENTS. PROTECT FROM POTENTIAL SEDIMENT CONTAMINATION. UNDER NO C WITHINIRCUMSTANCES SHALL HEAVY EQUIPMENT BE USED THE PERIMETER OF THE BIORETENTION CELL Q.02 BEFORE, DURING OR AFTER PLACEMENT OF MODIFIED SOIL. A B C D E IF A EROSION AND SEDIMENT CONTROL NOTES 1. 1 2. 3. 4. 5. 2 6. 7. 8 9 EROSION/SEDIMENT CONTROL MEASURES SHOULD BE INSTALLED BEFORE EARTH DISTURBING ACTIVITIES BEGIN AND ARE REQUIRED REGARDLESS OF THE TIME OF YEAR. THIS PLAN AND ITS ASSOCIATED REQUIREMENTS FOR THE PERMIT MUST BE IMPLEMENTED DURING WINTER MONTHS AS WELL.ADDITIONAL INSTALLATIONIREMOVAL OF STABILIZATION CONTROLS ASSOCIATED WITH SEEDING OUTSIDE THE SEEDING WINDOW ARE INCIDENTAL TO THE PROJECT. REFER TO SUDAS 9040 FOR STORMWATER POLLUTION PREVENTION PLAN, NPDES GENERAL PERMIT NO.2 SUBMITTAL REQUIREMENTS AND EROSION/SEDIMENT CONTROL TECHNICAL SPECIFICATIONS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTROL EROSION/SEDIMENT ON THE SITE AT ALL TIMES. THE CONTROL MEASURES SHOWN ON THE PLAN ARE A MINIMUM. THE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION/SEDIMENT CONTROL MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT. CONTRACTOR TO INCORPORATE ALL TEMPORARY STABILIZING AND PERMANENT EROSION/SEDIMENT CONTROL FEATURES AT THE EARLIEST TIME PRACTICABLE. THE CONTRACTOR IS REQUIRED TO USE STABILIZATION CONTROLS ON ALL DISTURBED AREAS OF THE SITE REGARDLESS OF THE TIME PERIOD BEFORE THEY WILL BE DISTURBED AGAIN. IN THE EVENT THAT CONSTRUCTION ACTIVITY WITHIN A DISTURBED AREA WILL NOT OCCUR FOR A PERIOD OF 14 OR MORE CALENDAR DAYS, THE CONTRACTOR IS REQUIRED TO INSTALL STABILIZATION MEASURES IMMEDIATELY AFTER CONSTRUCTION ACTIVITY CEASED IN THAT AREA REFER TO SUDAS 9040 FOR REQUIRED STABILIZATION CONTROLS NOT SHOWN ON THIS PLAN. THE CONTRACTOR SHALL RESTORE DISTURBED AREAS AS SOON AS WORK IS COMPLETED AS INDICATED ON THE PLANS AND PROJECT MANUAL. THE CONTRACTOR SHALL USE CONTROL MEASURES AS REQUIRED TO KEEP SOILS FROM LEAVING THE SITE. CONTRACTOR SHALL IMPLEMENT SITE SPECIFIC BEST MANAGEMENT PRACTICES (BMPS) AS SHOWN AND REQUIRED BY THE SWPPP. ADDITIONAL BEST MANAGEMENT PRACTICES SHALL BE IMPLEMENTED BY THE CONTRACTOR AS DICTATED BY SITE CONDITIONS OR THE PROJECT GOVERNING AUTHORITIES AT NO ADDITIONAL COST TO THE OWNER THROUGHOUT ALL PHASES OF CONSTRUCTION. IF AFTER REPEATED FAILURE ON THE PART OF THE CONTRACTOR TO PROPERLY CONTROL SOIL EROSION, SEDIMENT AND/OR POLLUTION FROM THE PROJECT SITE, THE GOVERNING AUTHORITIES RESERVE THE RIGHT TO EFFECT NECESSARY CORRECTIVE MEASURES AND CHARGE ANY COSTS TO THE CONTRACTOR. ALL BMPS AND CONTROLS SHALL CONFORM TO THE APPLICABLE FEDERAL, STATE, OR LOCAL REQUIREMENTS, STANDARDS, AND SPECIFICATIONS OR MANUAL OF PRACTICE. B 10. ALL BMPS AND CONTROLS INSTALLED ON GREEN INFRASTRUCTURE SHALL REMAIN UNTIL THE SITE HAS STABILIZATION AND BEEN APPROVED BUT THE OWNER'S REPRESENTATIVE. 11. IN THE EVENT THAT SOILS LEAVE THE SITE, CLEANUP OF ALL SURROUNDING ROADS, DRIVES, AND PARKING LOTS SHALL BE PERFORMED ON A DAILY BASIS AT A MINIMUM AND UPON REQUEST BY OWNER'S REPRESENTATIVE AT NO ADDITIONAL COST. PAVEMENT IS TO BE SCRAPED OF DEBRIS AND MUD AND GROOMED CLEAN. MUD TRACKS ARE TO BE REMOVED AS THEY ARE CREATED. 12. IF DURING CONSTRUCTION OPERATIONS ANY LOOSE MATERIALS ARE DEPOSITED IN THE FLOW LINE OF GUTTERS, DRAINAGE STRUCTURES, OR DITCHES SUCH THAT THE NATURAL FLOW LINE OF WATER IS OBSTRUCTED, THIS LOOSE MATERIAL SHALL BE REMOVED. 13. ALL SEDIMENT SHALL BE PREVENTED FROM ENTERING ANY EXISTING STORM DRAINAGE SYSTEMS BY THE USE OF INLET PROTECTION OR OTHER APPROVED FUNCTIONAL METHODS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING SEDIMENT RESULTING FROM CONSTRUCTION ACTIVITIES ASSOCIATED WITH THIS PROJECT. 14. CONSTRUCTION ACCESS POINTS TO THE SITE SHALL BE PROTECTED IN SUCH A WAY AS TO PREVENT TRACKING OF MUD OR SOIL ONTO PUBLIC THOROUGHFARES. ALL SEDIMENT SPILLED, DROPPED, WASHED OR TRACKED ONTO PUBLIC RIGHTS -OF -WAY MUST BE REMOVED IMMEDIATELY BY THE CONTRACTOR. 15. MAINTAIN SILT FENCING AT ALL TIMES IN AN UPRIGHT POSITION. CLEAN SILT FROM FENCING/FILTER SOCKS ON A REGULAR BASIS AS PER THE STANDARD SPECIFICATIONS. SILT FENCES MUST BE CLEANED OUT WHEN THEY ARE 50% FULL. FILTER SOCKS MUST BE CLEANED OUT WHEN THEY ARE 33% FULL 16. CONTRACTOR TO LOCATE/ RELOCATE SILT FENCINGIFILTER SOCKS AS NECESSARY THROUGHOUT THE PROJECT TO CONTROL EROSIOFI/SEDIMENT. SILT FENCE INSTALLATION IS TO FOLLOW SODAS 9040.119. FILTER SOCK INSTALLATION IS TO FOLLOW SUDAS 9040.102. 17. REMOVE ALL TEMPORARY EROSION/SEDIMENT CONTROLS, NOT CALLED OUT TO REMAIN, AFTER SITE HAS BEEN STABILIZED AND APPROVED BY THE OWNER'S REPRESENTATIVE. 18. CONTRACTOR TO USE EXTREME CAUTION WHILE INSTALLING SILT FENCE OR OTHER EROSION CONTROL DEVICES SO AS NOT TO DAMAGE UNDERGROUND UTILITIES. 19. WHERE WATER IS PUMPED FROM EXCAVATIONS ON SITE, PROVISIONS SHALL BE MADE TO REMOVE SEDIMENT FROM THE WATER BEFORE IT IS RELEASED. REFER TO SUDAS 3010 SECT 3.04 FOR DEWATERING GUIDANCE. SEQUENCING AND PHASING NOTES 3 1. THIS PROJECT MAY BE CONSTRUCTED OVER 7. SCARIFY AREAS TO RECEIVE TOPSOIL TO A DEPTH SEVERAL PHASES. EROSION/SEDIMENT CONTROL OF 4'. REMOVE ALL STONES, WOOD AND OTHER DEVICES IDENTIFIED ON THE PLAN WILL BE DEBRIS LARGER THAN 1' FROM AREAS TO RECEIVE IMPLEMENTED ON A PER PHASE BASIS. TOPSOIL. DO NOT COMPACT TOPSOIL. 2. INSTALL INTAKE PROTECTION AND DOWN SLOPE 8. ALL DISTURBED AREAS NOT PAVED, OR HARD AND SIDE SLOPE PERIMETER CONTROLS BEFORE SURFACED ON THE SITE SHALL RECEIVE A MINIMUM LAND DISTURBING ACTIVITY OCCURS. 6' OF TOPSOIL AND SEED AS IDENTIFIED IN THE DRAWINGS. REFER SUDAS SPECIFICATION SECTION 3. STRIP TOPSOIL TO A DEPTH OF WAND STOCKPILE. 9010 - SEEDING FOR SITE RESTORATION DO NOT MIX TOPSOIL WITH SUBSOIL. INFORMATION. 4. GRADE SUBSOIL TO CONFORM WITH THE GRADES, 9. THE BIORETENTION CELL SHALL BE SEEDED IN CONTOURS AND LEVELS IDENTIFIED ON THE ACCORDANCE WITH SUDAS SPECIFICATION SECTION DRAWINGS. 9010 - SEEDING. 5. ROUGH GRADE FOR ROADWAY, WALKS, CURBS, 10. UPON COMPLETION OF EACH PHASE AND APPROVAL GUTTERS. AND LANDSCAPED AREAS. BY THE OWNER'S REPRESENTATIVE, EROSIOWSEDIMENT CONTROL DEVICES MAY BE 6. COVER OR STABILIZE DISTURBED AREAS AS SOON REMOVED/RELOCATED. AS POSSIBLE. THE CITY OF IOWA CITY IS THE APPLICANT FOR THE NPDES GENERAL PERMIT NO. 2. THE CONTRACTOR AND ALL SITE INFORMATION SUB -CONTRACTORS ARE TO SIGN ON AS CO-PERMITTEE PROJECT SITEIDISTURBED AREA: 2.00 AC WITH THE OWNER. IN ADDITION TO THE NPDES PERMIT, THE PRE -DEVELOPED COEFFICIENT: 0.76 4 CONTRACTOR IS REQUIRED TO OBTAIN A CITY OF IOWA CITY POST -DEVELOPED COEFFICIENT: 0.75 CONSTRUCTION SITE RUNOFF (CSR) PERMIT. THE NEAREST SURFACE WATER ACCEPTING CONTRACTOR IS RESPONSIBLE FOR PREPARING, OBTAINING SITE DISCHARGE: IOWA RIVER (INCLUDING PAYING THE PERMIT FEE) AND MAINTAINING THIS PERMIT. ALL RECORDS SHALL BE SUBMITTED TO THE OWNER'S REPRESENTATIVE AS THEY ARE PRODUCED. C D 20. WHERE WATER IS RELEASED FROM A DEWATERING SYSTEM, PRECAUTIONS SHALL BE TAKEN TO ENSURE THAT EROSION GULLIES DO NOT FORM. WATER MUST BE FILTERED THROUGH AN APPROPRIATEDEVICE DISCHARGING. FILTER D BEFORE D S 21. AN 8' FILTER SOCK MAY BE SUBSTITUTED FOR SILT FENCE WHEN SLOPE IS LESS THAN 10%. FILTER SOCKS MUST BE STAKED IN PLACE. 22. ALL EXISTING AND PROPOSED STORM INTAKES, WITHIN AND ADJACENT TO THE PROJECT AREA, MUST BE PROTECTED THROUGHOUT THE DURATION OF THE PROJECT AS IDENTIFIED ON THE DRAWINGS. INTAKES SHALL BE FREE OF DIRT, DEBRIS AND ROCK AT COMPLETION OF WORK. 23. BIODEGRADABLE EROSION CONTROL BLANKETS SHALL BE USED AT ALL LOCATIONS IDENTIFIED ON THE DRAWINGS. POLYPROPYLENE (PLASTIC) NETTING IS NOT ALLOWED. BIODEGRADABLE STAKES SHALL BE USED IN LIEU OF'U' STAPLES. 24. SANITARY WASTE DISPOSAL: ALL LOCATIONS OF PORTABLE RESTROOM FACILITIES MUST BE IDENTIFIED ON THE PLAN. IN THE EVENT THAT PORTABLE RESTROOM FACILITIES ARE USED ON -SITE, THE CONTRACTOR IS REQUIRED TO INSTALL AN 8' FILTER SOCK AROUND THE FACILITY TO MINIMIZE THE RADIUS OF THE AFFECTED ZONE IN THE EVENT OF A SPILL. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLETE COMPLIANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS. PORTABLE RESTROOM FACILITIES MUST NOT BE LOCATED NEAR DRAINAGE WAYS. RELOCATE AS REQUIRED FOR CONSTRUCTION. 25. IDENTIFICATION OF ALLOWABLE NON-STORMWATER DISCHARGES: DURING CONSTRUCTION THE NON-STORMWATER DISCHARGES, WHICH INCLUDE WATER FLUSHED FROM WATER LINES, PAVEMENT WASHING (WHERE NO SPILLS OR LEAKS HAVE OCCURRED, UNLESS THE SPILLED MATERIAL HAS BEEN CLEANED UP), VEHICLE WASHING, AND GROUNDWATER (DEWATERING), SHOULD BE DIRECTED AS MUCH AS POSSIBLE TOWARDS VEGETATED AREAS AND AWAY FROM DRAINAGE WAYS. REFER TO THE IDNR NPDES GENERAL PERMIT NO. 2 FOR ALLOWABLE NON-STORMWATER DISCHARGES. 26. POLLUTION AND SPILL PREVENTION PLANNING: POTENTIALLY HAZARDOUS MATERIALS ON THE CONSTRUCTION SITE INCLUDE FUEL, LUBRICANTS, CURING COMPOUNDS, FERTILIZERS, GREASE AND CLEANING SOLVENTS. THE CONTRACTOR STAGING AREA FOR PORTABLE RESTROOM FACILITIES, TEMPORARY FUEL TANKS, WASTE CONTAINERS AND OTHER HAZARDOUS CHEMICALS MUST BE PROTECTED BY AN W FILTER SOCK AT ALL TIMES. ALL REASONABLE PRECAUTIONS WILL BE TAKEN TO PREVENT SPILLS. ANY SPILLED MATERIAL WILL IMMEDIATELY BE DIRECTED AWAY FROM STORMWATER INTAKES, DETENTION BASINS, OR DRAINAGE WAYS. SPILLED MATERIALS WILL BE CLEANED AND, IF NECESSARY, SOIL REMEDIATION PRACTICES WILL BE USED. A RECORD OF SPILLS WILL BE MAINTAINED BY THE PRIME CONTRACTOR. RELOCATE AS REQUIRED FOR CONSTRUCTION. BIORETENTION CELL SECTION Iq1 ro scuF E 27. CONCRETE, PAINT AND GROUT WASHOUT AREA: THE WASHOUT AREA SHOULD BE AN APPROVED CONCRETE WASHOUT CONTAINER, COLLECTION BAG, OR WASHOUT BOX PER SUDAS 11,050. PROTECT WITH AN EROSION CONTRO L DEVICE IF USING FILTER SOCKS, STACK TWO (2) TALL). CONTRACTOR TO HAUL OFF ALL WASTE MATERIAL. ALL LOCATIONS OF CONCRETE, PAINT AND GROUT WASHOUT AREAS MUST BE PROVIDED BY THE CONTRACTOR AND IDENTIFIED ON THE PLAN (RELOCATE AS REQUIRED FOR CONSTRUCTION). THE CONTRACTOR IS REQUIRED TO INSTALL A SIGN THAT DESIGNATES THE WASHOUT AREA. 28. CONCRETE SLURRY AND DUST FROM SAWCUTTING ACTIVITIES IS PROHIBITED FROM ENTERING THE STORM SEWER SYSTEM. ALL STORM INTAKES LOCATED NEAR SAWCUTTING ACTIVITIES ARE REQUIRED TO BE PROTECTED. SAWCUT SLURRY AND DUST MUST BE CONTAINED, CLEANED UP, AND DISPOSED OF OFFSITE. 29. SPILL KIT: THE LOCATION OF THE SPILL KIT MUST BE IDENTIFIED ON THE PLAN. THE SPILL KIT SHALL CONTAIN, BUT NOT BE LIMITED TO THE FOLLOWING ITEMS: A GARBAGE CAN, GLOVES, SAFETY GOGGLES, BROOM AND DUST PAN AND OIL ABSORBENT CLAY CHIPS OR PADS. THE SPILL KIT SHALL BE RESTOCKED AS SUPPLIES ARE USED. THE CONTRACTOR SHALL INSTALL A SIGN THAT DESIGNATES THE SPILL KIT. RELOCATE AS REQUIRED FOR CONSTRUCTION. THE SPILL KIT SHOULD BE DESIGNED TO DEAL WITH ANY HAZARDOUS MATERIALS ON -SITE. 30, DUST CONTROL: THE CONTRACTOR SHALL IMPLEMENT DUST CONTROL MEASURES WHERE DUST IS GENERATED. FREQUENT WATERING OF THE SITE, SPRINKLED, VEGETATIVE COVER, MULCH, WINDBREAKS, TILLAGE, STONE AND SPRAY -ON CHEMICAL SOIL TREATMENTS (PALLIATIVES) ARE POSSIBLE DUST CONTROL MEASURES. IF THE DUST CONTROL IS NOT ACCEPTABLE IT SHALL BE CHANGED AS DIRECTED BY THE OWNER'S REPRESENTATIVE. 31. STOCKPILED MATERIALS: CONTRACTOR TO IDENTIFY ALL LOCATIONS OF STOCKPILED MATERIALS ON THE STORMWATER POLLUTION PREVENTION PLAN. CONTRACTOR SHALL PROVIDE ALL EROSION/SEDIMENT CONTROLS AS REQUIRED TO CONTAIN MATERIALS ON -SITE. AT A MINIMUM, THE CONTRACTOR IS REQUIRED TO PROVIDE SILT FENCEIFILTER SOCKS AROUND STOCKPILED SOILS BEFORE STOCKPILE IS RE -SPREAD. IF STOCKPILE SOILS WILL REMAIN INACTIVE FOR 14 DAYS OR MORE, THEY SHALL BE STABILIZED IMMEDIATELY BY THE CONTRACTOR. 32. THE CONTRACTOR SHALL AMEND THE SWPPP WHENEVER THERE IS A CHANGE IN DESIGN, CONSTRUCTION, OPERATION OR MAINTENANCE OF A STORMWATER BMP. F C) WOV PONDING DEPTH SEED MODIFIED SOIL (75% SAND, 20% COMPOST AND 5% TOPSOIL) UNDISTURBED SOIL 3/8' CHIPS CHOKE STONE 1' CLEAN STONE 6' PERFORATED SDR-21 OR SCHEDULE 40 PVC PIPE SW-512 INTAKE (SEE MSHEETS FOR STRUCTURE DETAILS) N - i co Ln C„i NY of 2 Q n N_ co L.L Ofz Lu Lu ALL 2 w oo l Of 3 W 4 LLJ 0 ~ Z O Q z Z Z O OLU� 7) 2 Z � LuLu O III rn r, >Q F i A B C D E F Q.03 Prepared by: Bryan Dannen, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5413 Resolution No. 23-220 Resolution setting a public hearing on August 15, 2023 on the project manual and estimate of cost for the construction of the Sturgis Ferry Park Improvements and Southside Recycling Center 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 South Side Recycling Site account #L3334 and Sturgis Ferry Boat Drop Improvements account #R4399. 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 15th day of August, 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 1st day of August , 2023 or Approved b/y Attest: City tlerk City Atto ey's Office (Sara Hektoen - 07/27/2023) It was moved by T�3t1 nr and seconded by Thomas the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas S+Wc -)s Pik 1mP Sao sk.lf- �raJec� O CITY CLERK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 This is not an invoice # of Affidavits AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in the Iowa City Press Citizen on the issues dated: Ad No. Start Date: Editions Dated: Order Cost: 0005789194 8/7/23 08/07/2023 $49.57 Copy of Advertisement Exhibit "A" SubscriK ed sworn to before me by said affiant this 7 day of August. 2023 Notary Public '— 7/lC Commission expires KATNLEEN ALLEN Notary Public State of Wisconsin NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING PROJECT IN THE CITY OF IOWA CITY, IOWA XPAYERS OF THE JA CITY, IOWA, AND R INTERESTED is hereby given that mcil of the City of owa, will conduct a ng on the Project on in the City Hall, 410 East Washington Street in said city, or if said meeting is canceled, at the next meeting of the City Council thereafter as posted by the City This project Includes constructing new park amenities, including a park pgavilion, paved access, and located lot 17 Sturgis th Ferry verside Drive. The project improvements include general site grading and shaping, stormwater detention, landscaping, site fencing, paving, and electrical. 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 to make 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. Grace, City Clerk J b ,' Prepared by: Bryan Dannen, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5413 Resolution No. 23-233 Resolution approving project manual and estimate of cost for the construction of the Sturgis Ferry Park Improvements and Southside Recycling Center 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 South Side Recycling Site account #L3334 and Sturgis Ferry Boat Drop Improvements account #R4399. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The project manual and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to 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 12th day of September, 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 19th day of September, 2023, or at a special meeting called for that purpose. Passed and approved this 15th day of August , 2023. Attest: Ill City Clerk t/r l Ma r Approved by G a City Attor y's Office - 08/03/2023 Resolution No. 9-3-933 Page 2 It was moved by Taylor adopted, and upon roll call there were: Ayes: x X and seconded by Thomas the Resolution be Nays: Absent: Alter Bergus Dunn Harmsen Taylor Teague Thomas 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 Sturgis Ferry Park & Southside Recycling Project Classified ID: 111692193045 A printed copy of which is attached and made part of this certificate, provided on 08/17/2023 to be posted on the Iowa League of Cities internet site on the following date: 2023-08-17 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 08/17/2023 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12th day of September 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. The City Council will act upon proposals at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 19th day of September 2023 or at a special meeting called for that purpose. The Project will involve the following: Construction of new park amenities, including a park pavilion, paved access, and parking lot at Sturgis Ferry Park, located at 1700 South Riverside Drive. The project improvements include general site grading and shaping, stormwater detention, landscaping, site fencing, paving, and electrical. All work is to be done strictly with the Project Manual prepared by Shive-Hattery, Inc., of Cedar Rapids, Iowa, approved by the City Council and is 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 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. and Southside Recycling Project Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: October 16, 2023 Final Completion Date: May 17, 2024 Liquidated Damages: $500 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 Shive-Hattery, Inc., 222 Third Avenue SE, Suite 300, Cedar Rapids, Iowa 52406-1803. 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 and Southside Recycling Project Page 2 of 2 Ashley Platz From: Cindy Adams <CAdams@mbi.build> Sent: Thursday, August 17, 2023 9:17 AM To: Ashley Platz Subject: Certificate for Notice to Bidders Attachments: We sent you safe versions of your files; 08.17.23 Notice To Bidders.pdf A R11K ** 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 Wastewater Roof Improvements Project Iowa City — 2023 Equipment Shop Roof Replacement Project Iowa City — Sturgis Ferry Park Improvements And Southside Recycling 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): August 17, 2023 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. August 17, 2023 Date President/CEO of The Construction Update Plan Room Network DAILY NOTICE I K64--mi I Pi P1144tv construction update- CU� 0100 NOTICE TO BIDDERS STURGIS FERRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12th day of September 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. The City Council will act upon proposals at a meeting to be held in the Emma J. Harvat Hall at 6:00 P.M. on the 19th day of September 2023 or at a special meeting called for that purpose. The Project will involve the following: Construction of new park amenities, including a park pavilion, paved access, and parking lot at Sturgis Ferry Park, located at 1700 South Riverside Drive. The project improvements include general site grading and shaping, stormwater detention, landscaping, site fencing, paving, and electrical. All work is to be done strictly with the Project Manual prepared by Shive-Hattery, Inc., of Cedar Rapids, Iowa, approved by the City Council and is 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 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. and Southside Recycling Project Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: October 16, 2023 Final Completion Date: May 17, 2024 Liquidated Damages: $500 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 Shive-Hattery, Inc., 222 Third Avenue SE, Suite 300, Cedar Rapids, Iowa 52406-1803. 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 and Southside Recycling Project Page 2 of 2 Prepared by: Bryan Dannen, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5413 5, & Resolution No. 23-259 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Sturgis Ferry Park Improvements and Southside Recycling Center Project. Whereas, Streb Construction Co., Inc. of Iowa City, Iowa has submitted the lowest responsive, responsible bid of $774,409.10 for construction of the above -named project; and Whereas, funds for this project are available in the South Side Recycling Site account #L3334 and Sturgis Ferry Boat Drop Improvements account #R4399. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above -named project is hereby awarded to Streb Construction Co., Inc. of Iowa City, Iowa, 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 lAth day of 12023 maw Approved by Attest: ' City blerk City Attorn y's Office (Liz Craig - 09/14/2023) It was moved by T,ylnr and seconded by Thnmaa the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Alter X Bergus x Dunn X Harmsen X Taylor X Teague X Thomas r 1 P Ia CITY OF IOWA CITY UNESCO CITY OF LITERATURE 410 East Washington Street ENGINEER'S REPORT Iowa City, Iowa 52240-1826 319-356-5000 1 www.icgov.org June 26, 2025 City Clerk Iowa City, Iowa Re: Sturgis Ferry Park Improvements and Southside Recycling Center Project Dear City Clerk: I hereby certify that the construction of the Sturgis Ferry Park Improvements and Southside Recycling Center Project has been completed by Streb Construction Company, Inc. of Iowa City, Iowa in substantial accordance with the plans and specifications prepared by Shive-Hattery, Inc. The project was bid as a unit price contract and the final contract price is $ 875,200.90. There were ten (10) change or extra work orders for the project as described below: . Change Order Description 1. Removal of unsuitable soils 2. Removal of additional unsuitable soils 3. Manhole adjustment 4. Conduit for electrical service 5. Shelter footing adjustment 6. Maintenance entrance, portable restroom pad, seeding 7. Erosion control, pavement cold weather protection 8. Additional traffic control 9. Storm sewer replacement 10. Additional traffic control ,TOTAL Net Contract Chanae $2, 397.00 $18, 788.44 $4,400.50 $21,288.18 $1,500.00 $6,090.20 $3, 384.28 $4, 763.00 $43,276.50 2 750.00 $108,638.10 I recommend that the above -referenced improvements be accepted by the City of Iowa City, Sinc I , ason Havel, P.E. City Engineer gyp, L Prepared by: Scott Sovers, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5142 Resolution No 25-162 Resolution accepting the work for the Sturgis Ferry Park Improvements and Southside Recycling Center Project Whereas, the Engineering Division has recommended that the work for construction of the Sturgis Ferry Park Improvements and Southside Recycling Center Project, as included in a contract between the City of Iowa City and Streb Construction Company, Inc. of Iowa City, Iowa, dated October 10th, 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 Southside Recycling & Sturgis Ferry Boat account # L3334; and Whereas, the final contract price is $875,200.90. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 8th day of July 2025 Mayor Y Attest: i' C<� City dlerk It was moved by Moe and seconded by adopted, and upon roll call there were: Ayes: x x x X— Nays: Approved by Z/�—�- City Attorn 's Office (Liz Craig — 07/02/2025) salih I the Resolution be Absent: x Alter Bergus Harmsen Moe Salih Teague Weilein Bond No. 2340887 0510 'PER�ORMANCE, PAYMENT, AND MAINTENANCE BOND STURGI'S' tkRY PARK IMPROVEMENTS AND SOUTHSIDE RECYCLING CENTER PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Streb Construction Co., Inc. , as Principal (hereinafter the "Contractor" or "Principal') and Swiss Re Corporate Solutions America Insurance Corporation as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Seven Hundred Seventy Four Thousand Four Hundred Nine & 10/100 dollars ($ 774,409.10 ), 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 10 ; H day of 0C;Tc'> F3E R QOQ3 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Construction of new park amenities, including a park pavilion, paved access, and parking lot at Sturgis Ferry Park, located at 1700 South Riverside Drive. The project improvements include general site grading and shaping, stormwater detention, landscaping, site fencing, paving, and electrical. To faithfully perform all the terms and requirements of said Contract within the specified time, 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 because 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. 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 Sturgis Ferry Park Improvements Project 0510 — Page 1 of 4 1 ;xp M5 iUL 1 gzo fion 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 1corporations 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 because 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 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. 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, attorney's fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against Sturgis Ferry Park Improvements Project 0510 — Page 2 of 4 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. Sturgis Ferry Park Improvements Project r, 0510 — Page 3 of 4 PRINCIPAL: Streb Construction Co., Inc. Printed ,game of4ontractor Officer Signature df Contractor Officer I Title of Contractor Officer CIJ _a NOTE: SURETY: Swiss Re Corporate Solutions America Insurance Surety Company Name By Signat of Attorney -in -"Fact Officer Cindy Bennett, Attorney -in -fact Printed Name of Attorney -in -Fact Officer Holmes, Murphy and Associates LLC Company Name of Attorney -in -Fact 2727 Grand Prairie Parkway Company Address of Attorney -in -Fact Waukee, IA 50263 City, State, Zip Code of Attorney -in -Fact 515) 223-6800 Telephone Number of Attorney -in -Fact 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. Sturgis Ferry Park Improvements Project 0510 — Page 4 of 4 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA CORPORATION ('SRCSAI" SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION (' SRCSP CC)) 7125 JUL 10 AN 19* ! i WESTPORT INSURANCE CORPORATION ("WIC-) GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of Oik'State. of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing uadei the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, DIONE R. YOUNG, STACIE CHRISTENSEN, SETH ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, and SARA HUSTON JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." f L:. na Erik Janssens, Senior Vice President of SRCSAIC & Senior Vice President SG� :,,, >;-5 ofSRCSPIC& Senior Vice President of WIC •..a b3'3j !Ssc* .- r/3SOuqX\ .�03` By ........... 0 o`er • �•.n,s,tMty~�Nd ri„, 'A' , .� Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC . Mall 1 ,I.0 & Vice President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17TH day of JANUARY 20 23 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook El Westport Insurance Corporation On this 17TH day of JANUARY , 20 23 before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Ja rg owski ,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SF% tA19t .. tkYa+rEO: I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of y Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC