Loading...
HomeMy WebLinkAboutSHELTER #6 REPLACEMENT/CITY PARK/2013SHELTER #6 REPLACEMENT/ CITY PARK/ 2013 SL+e_f�er b irepkce.nem`C,'t� /'arK1.70[3 I0.R5� SOec,:�'c4-r; 0.�5 fr,', mal and cor4rac� t�I o t Re-.. a /$ �1 52i�irlcl ci �`cbl; e ) wrj'n� or 144 �c( Oi Al, Kh, .1013 6t7 P f�nS �4CG-P; ca -l; s,M1sl 40 rrrti J 1 i e.s-l;.rc& of�- cns a ale L';iy Par{, Shc/4c,. 5.'y &PICice.n4n� QrO�4rT Ci;itcf:ng C:ll Itrf �a p�c6li5l? nog -;c-r of -�Icc d Arrc ,mc� E�;nee✓ -Av Ql<icar, 19-IV1AR- 13 R y1; sr d �aq e S P- I spec; �; ca�; �, l�ca/L end Pas e S I i n 4-4 s. {ita-r;rta No4 - 4 '3; Jd e-rS -4�eSOA-4;on 13-!Z6 OFT ov;C, LoletnS SPec:•-r:cC, 0a s, �arrrm -Inc M4rac - and es�; ma's/ J co-4^� rar 4 - o -P 4kc L' QS�a�f •54�nG 0irrx7-cn� �:d seCL-r4 4'o accor•pr.nl / �cl,�;� d,rtc-P:j C%riC {a bl:sli lcd;cL 4za .%:clelerV-s X;.�-- -ene and place- ar rete, { o� b:ds Sh, t4t r '17- 6 fCePlkceMcni ( C:� 1'urK/ZA0/3 f a,2e -( at 33- /3 .' Soli m1//ai�l. QiJcxr�rYl� Gcn�ra�� 4 as��o ' z'n5 -N-1 �o r 'ro S g n f "N.,� 0, 4 y C le r!, 4 r1,415-�- R c on "C �- -r(�+o� r c Drl -S"C-4 i w. 4, C, Pa, -K- S1 .e4 -t, 517[ P2ficc 5- fylAR-), - �1 tSCL4�- j+ lll'-aft� - CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY PARK SHELTER SIX REPLACEMENT PROJECT IOWA CITY, IOWA City of Iowa City, Iowa City, Iowa AM #201204.01 City Park Shelter Six Replacement Project SEALS & SIGNATURES ........................ _.......................... .............._...................-.........._....._........_.. ... I hereby certify that the portion of this technical submission describe below was prepared by me or under my direct supervision and responsible charge. I am a duly Licensed Professional Engineer under the laws of the State of Iowa. Printed or typed name John Jurca Disci f ne - Electrical Rea.Mo. 1102 IA, w = JOHN T. u� JURCA, P.E. m• Date :� i PE 11622 _ A: ature licennewal date is December 31, 2014. r sheets covered by this seal: j/#/# j4H'Division Sections .............................. _.... __....... _.._._—.....__.......... _._._. END OF SECTION N G w 7" -J u � Y fV �r Z SEALS AND SIGNATURES SP -1 City of Iowa City, Iowa City, Iowa AM #201204.01 City Park Shelter Six Replacement Project SEALS 8 SIGNATURES ................ __................... _..... ._ ............ _... — ........ _.... —..._...... ... ................. _............. _.__...._......................... ............................................. ................................. ...................... I......................... I hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and responsible charge. I am a duly Licensed Professional Engineer under the laws of the State of Iowa. Printed or typed name John Jurca Discipline - Electrical Engineer Reg. No. 11622 IA W: JOHN T. "Z J= JPE C11622 At g i nature Date •`SZ Micense renewal da is December 31, 2014. 'I/0r0rrl01OWPI041•,• Page or sheets c ered by this seal: Div sio Section .................................... ........ _..... _._... ........................................... ..... ......................................................................_.................................._........ ..__. ENDO SECTION SEALS AND SIGNATURES SP -1 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET Page Number TABLE OF CONTENTS........................................................................ TOC -1 (thru 2) ENGINEER'S SEAL PAGE.. ........... ... .. .............. ..... I .... .. I_. ......... _ .................. SP -1 NOTICEOF PUBLIC HEARING............................................................................. NP -1 NOTICETO BIDDERS........................................................................................... NTB-1 NOTETO BIDDERS ............. ..... .... .... ............................................................ I........ NB -1 INSTRUCTION TO BIDDERS................................................................................ IB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND .......... ............ ....................... ...................... ......... .... ...I... ..... . ................ BB -1 FORMOF AGREEMENT .................. .............. .... ....... ........ ......... ........... ........ I........ ' AGA PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 (thru 7) GENERALCONDITIONS....................................................................................... GC -1 SUPPLEMENTARY CONDITIONS ..... ................. ..... ....... .... .... I ...... I ........ .I .... .I ..... .. SC -1 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS....................................................................................................... R-1 SUBSTITUTION REQUEST FORM ........................................................ 00951-1(thru 2) DIVISION 1 — GENERAL REQUIREMENTS 011000 SUMMARY......................................................................................... 0 1 1000- 1 (thru 2) DIVISION 7 — THERMAL AND MOISTURE PROTECTION 074113 METAL ROOF PANELS ...................................................... 07 4113-1 (thru 6) 076500 FLASHING AND SHEET METAL ........................................... 07 6500-1 (thru 20 DIVISION 13 — SPECIAL CONSTRUCTION 132500 PARK SHELTERS............................................................................ 13 2500-1 (Thru 4) TOC -1 ATTACHMENT: FORMAL PROJECT FORM OF PROPOSAL (TO SUBMIT] ATTACHMENT: PLANS 1. SHELTER ELEVATIONS 2. SHELTER ROOF FRAMING Cl. SITE PLAN S1. FOUNDATION PLAN S2. DETAILS AND SPECIFICATIONS E1. SHELTER ELECTRICAL PLAN, DETAILS AND SCHEDULES E2. SHELTER ELECTRICAL SITE PLAN AND SPECIFICATIONS a> _r .c- N TOC -2 NOTICE OF PUBLIC HEARING ON _ = PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE CITY PARK SHELTER SIX REPLACEMENT 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 plans, specifications, form of contract and estimated cost for the construction of the City Park Shelter Six Replacement Project in said City at 7 p.m. on the 19 day of March, 2013, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK S9E GJ CHITECTURE FILE rjecte City Pah Shelter Six Replacement ProjectTront eMe Bid docameme and rcwlmioiu4iph for Shelter Perk Six Replaccmml Projem.doc NP -1 NOTICE TO BIDDERS CITY PARK SHELTER SIX REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 16'" day of April, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon bj the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23 day of April, 2013, or at a special meeting called for that purpose. There will be a pre-bid meeting on Wednesday, April 3b at 10 a.m. in the Helling Lobby Conference Room in City Hall, at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The construction of an open outdoor park shelter in lower City Park. Construction shall include, but not be limited to, a prefabricated wood and steel shelter structure, with concrete footings and slab. The work will include electrical and finished site grading. The contractor will be responsible for providing submittals for a prefabricated shelter structure that are reviewed, signed and sealed by a licensed Iowa Professional. All work is to be done in strict compliance with the plans and specifications prepared by A & J Associates, of North Liberty, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond 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 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. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1 ) year(s), unless an extended warranty is stipulated by specification, from and after its completion and formal acceptance by the -City Council. The following limitations shall apply to this Project: Substantial Completion: August 1, 2013 Final Completion: August 16, 2013 Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the -City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354- 8973 Toll -Free 800-779-0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are retumed in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. 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 Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515)239-1422. Bidders shall list on the Form of 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 submit a list on the Form of Agreement of the proposed subcontractors, together with quantifies, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal NTB-1 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. Published upon order of the City Council of Iowa City, Iowa, MARIAN K. KARR, CITY CLERK S9 N(URCHr1£CRIRE Fl"Poje \City Park Shdier Sia Rephcement ProjeatTront ends Bid dow tsaM raoludonstnotice to bidden for City Perk Sbelta Su Replacemot Pr.j. doc NTB-2 CO Ln c j �C—) N NTB-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three 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 may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB -1 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, find the. Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. la 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Tech nigraphics/Rapids Reproductions at 125 South Dubuque Street, Iowa City, IA 52240, (319) 354-5950, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. 4. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. am C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to Substitution Section and form for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in .the proper location on the bid form. ' ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". im F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent .shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB — Note to Bidders. Both envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2.30 p.m. on Tuesday, April 16, 2013. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.4 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid -as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in M a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1.. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. D. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE 8.1 Conference A. Bidder is encouraged to attend a pre-bid conference on Wednesday, April 3d at 10:00 AM local time, in the Helling Conference Room in the City Hall Lobby in City Hall at 410 East Washington Street in Iowa City, Iowa. 8.2 Parking A. Limited metered parking is available neighboring City Hall. Otherwise a hourly pre- pay parking is available south of City Hall at Chauncey Swan Ramp or a hourly -fee parking is available in Tower Place, located west of City Hall at 335_East lb*a Avenue, the entrance is on the Iowa Avenue side of the ramp. S'.\ENGWICHITECTURE FILEWrchitecture Masterspeci/icatlonsTormellFormal Front End template\IB - Inalructlons to Bidders Mester 08 14 2012.dao FORM OF PROPOSAL CITY PARK SHELTER SIX REPLACEMENT PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:30 PM local time on April 16, 2013 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY PARK SHELTER SIX REPLACEMENT PROJECT in strict accordance with the Project Manual and the Drawings dated March 1, 2013 including Addenda numbered and inclusive, prepared by A & J Associates., for the Base Bid Lump Sum of BASE BID: Dollars The undersigned bidder submits herewith bid security in the amount of $ ten percent (10%) of the Base Bid amount. BID ALTERNATES Alternate No. 1: Provide masonry veneer on Shelter columns. Add the Sum of: Dollars Alternate No. 2: Furnish Shelter Kit without standing seam metal seam roofing and trim. Furnish kit with sealed tongue and groove wood deck roof ready for installation of standing seam metal seam roofing by others. Deduct the Sum of: Dollars ($ ) FP -1 Alternate No. 3: Furnish and install standing seam metal seam roofing and trim on Shelter Add the Sum of: Dollars The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before August 1, 2013. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 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 sum of Dollars 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 April 16. 2013 for City Park Shelter Six Replacement Proiect. 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 bond 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 bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond 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 bond this day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney RM FORM OF AGREEMENT THIS AGREEMENT 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 bid documents dated the 18` day of March, 2013, for the City Park Shelter Six Replacement Project ('Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; C. Plans, d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument, The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 5. The Project base bid submitted by form of proposal is in the amount of: To be completed after award and no/100 Dollars 0,00). DATED this day of , 20_ [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER j (Signature) (Printed name) Contractor (Signature) (Printed name) Mayor Title ATTEST: ATTEST: City Clerk (Company Official) Approved By: City Attorney's Office AG -2 PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the City Park Shelter Six Replacement Project; and - WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by A & J Associates, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient f'X funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements ,covered by this bond in good repair for a period of years from `the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance, The City's protected classes are listed at, -,Iowa City City Code section 2-3-1. CC -1 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 CC2 AND CC3 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.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 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. CC -2 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 to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to, provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of 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. [KomI � r , c City of 00* O'N CN Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2-3.3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train - Ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner indicate or publicize that Individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro - 997 Iowa City CC -6 2-3-1 spective employee a test for the pres- ence of the antibody to,-lhe human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization _pr their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee In return for taking a test for the presence of the antibody to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons In a specific occupation. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or rell- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) 887 Iowa City CC -7 2-3-1 2. An employer or employment agency -which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord'. 95-3697, 11-7-1995) 3. The employment of Individuals for work within the home of the employer It the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be Interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classk fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 �D GC -1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 -GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strike nu E and additions to the AIA A201 are indicated as "bold Italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration In their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, Insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials which any part of the Contract Documents require him to provide. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after reseipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, Including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 - CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the Information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, Inconsistencies or omissions discovered by or made known to the Contractor as a request for information In such form as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and knowingly failed to report it to the Architect. If the Contractor performs any construction activity knowing It invelves Involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appropriate responsibility for such performance and shall bear all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, materlalmen and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not Incorporated or to be Incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with. any agreements or regulation of any kind in force among members of any trade assoclation, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth In Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor., .1 represents that the Contractor has personally Investigated the proposed product and determined that It is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, axGept feF these inherent in the quality of the We* the GORtFaet I)E)GumeRIG require eF permit. Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall searply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. I. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs attributable to the serrest en and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 J. phange paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those Indicated In the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for In the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, If the Architect determines that they differ materially and cause an Increase or decrease In the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment In the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if effitheF paFty disputes !he ArGhileGt's determination OF J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and One sepy of all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and In use by the Owner during the execution of the Work. The Contractor shall perform and coordinate Its work In such a manner that the portions of the property occupied and In use will not be encumbered or the use Interfered with or interrupted. L. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend sults or claims for Infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such Information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall Indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense Is attributable to bodily injury, sickness, disease or death, or to Injury to or destruction of tangible property , but only to the extent caused In whole or In part by Intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 may be Ilabl Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in (hb -foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the Indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4 -ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth In the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, 6entraster and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided In the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work In accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and eerttfy recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for Implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made In good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 performing portions of the Work. _ E.' ' Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties an exhibit to be 1AG9FPGFated in the GORtFaot Denumantr. 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished In compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations desisiens of the Architect will be consistent with the Intent of and reasonably Inferable from the Contract Documents and will be in writing or in the form of drawings. When making such Interpretations and recommendationsdecisiens, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of Interpretations or recommendations desisiem rendered in good faith. 1.6 ARTICLE 5 -SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and Implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and off warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. - B. Change paragraph 6.2.4 to read as follows: causes to 6.2.4 The Contractor shall promptly remedy damage the Contractor wreagfully completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order Is conclusively presumed to include all adjustments In Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his Sub -subcontractors, live percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed In Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties or other causes beyond the Contractor's control, eF by delay autherized detay, then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: Upon failure of the Contractor to achieve "Substantial Completion" of the Work In compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. Z The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this Intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work In accordance with requirements of the Contract Documents. These liquidated damages are not Intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon Issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything In the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in,the immediately preceding payment application to the extent of that payment. Application for final payment, shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and It shall not be necessary for the Architect to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. shall se notify the AFohiteet. E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. Warranties requiFed F. Add paragraph 9.10.6: 9. 10.6 Notwithstanding any provision to the contraryIn this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for Informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are In any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence OFAla rRs made basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be SUPPLEMENTARY CONDITIONS DOCUM ENT SC -10 in the following type and minimum amounts: Tvoe of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) Each occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000 $500,000 $500,000 $500,000 $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Tthe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractors liability insurance policy coverage limits, identified in the policy and In the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of Investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self -Insured retention. SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11. 1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work andior services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: A. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period. Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property Insurance upon the Work at the Site In the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall Insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred In the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated In the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and .7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to Installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate Insurance for such risks or occurrences SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy andior correction of each default, (b) the remedy and,'or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure In any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as Is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served If delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at 9F sent by registered or certified mail to the last business address known to the parry giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, Inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to Insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which Is included with these Specifications beginning on page CC -1. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 falls or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition, A Claim Is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either parry must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and Is deemed waived by the Contractor. . 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not In dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be In writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The approval OF F@jOGtIGR At A Claim by the Initial deA!s'GR shall be final C. Delete paragraphs 15.2.6 and 15.2.6.1 In their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. F. Add the following paragraph 15.5 to read as follows: 15.5 The owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. END OF DOCUMENT 00800 SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 N (.J C w r' C.n O RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: R-1 FORM OF PROPOSAL CITY PARK SHELTER SIX REPLACEMENT PROJECT CITY OF IOWA CITY Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:30 PM local time on April 16, 2013 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY PARK SHELTER SIX REPLACEMENT PROJECT in strict accordance with the Project Manual and the Drawings dated March 1, 2013 including Addenda numbered and inclusive, prepared by A & J Associates., for the Base Bid Lump Sum of BASE BID: Dollars The undersigned bidder submits herewith bid security in the amount of ten percent (10%) of the Base Bid amount. BID ALTERNATES Alternate No. 1: Provide masonry veneer on Shelter columns. Add the Sum of: Dollars Alternate No. 2: Furnish Shelter Kit without standing seam metal seam roofing and trim. Furnish kit with sealed tongue and groove wood deck roof ready for installation of standing seam metal seam roofing by others. Deduct the Sum of: Dollars Alternate No. 3: Furnish and install standing seam metal seam roofing and trim on Shelter Add the Sum of: FP -1 Dollars The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before August 1, 2013. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -2 City of Iowa City, Iowa City, Iowa City Park Shelter Six Replacement Project SECTION 01 1000 SUMMARY PART 1. GENERAL 1.1. SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Use of premises. 1.2. WORK COVERED BY CONTRACT DOCUMENTS A&J #201204.01 A. Project Identification: City of Iowa City — City Park Shelter Six Replacement 1. General Project Location: City of Iowa City — City Park 2. Owner: City of Iowa City, Iowa City, Iowa B. Design Professional: A&J Associates PC, 365 Beaver Kreek Centre, Suite B, North Liberty, IA 52317 C. The Base Bid Work consists of the following: 1. Purchase of Shelter Building Kit from Vender 2. Slab and foundation for the Shelter 3. Assembly of the Shelter Kit on the slab a. Electrical work for lighting and reception in the shelter D. Alternates 1. Alternate #1: Add Alternate: Provide masonry veneer on Shelter columns. 2. Alternate #2: Deductive Alternate: Furnish Shelter Kit without standing seam met- al seam roofing and trim. Furnish kit with sealed tongue and groove wood deck roof ready for installation of standing seam metal seam roof by others. 3. Alternate #3: Add Alternate: Furnish and install standing seam metal roof and trim on Shelter. E. Project will be constructed under a single prime contract. 1.3. USE OF PREMISES A. General: Contractor shall have use of the existing area for construction operations, including use of Project site, during the construction period. Storage of construction related materials and access to site shall be coordinated with the Owner's Representative. B. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of Pro- ject site beyond areas in which the Work is indicated. 1. Owner Occupancy: Allow for continuous Owner occupancy of Project site and use by the public. SECTION 01 1000 - 1 SUMMARY City of Iowa City, Iowa City, Iowa A&J #201204.01 City Park Shelter Six Replacement Project PART 2. PRODUCTS (Not Used) PART 3. EXECUTION (Not Used) SECTION 01 1000 - 2 SUMMARY SECTION 07 4113 METAL ROOF PANELS PART1-GENERAL 1.1 SUMMARY A. Section includes: Factory -formed metal roofing or soffits, including flashing and accessories. Metal roofing includes: Snap-On Standing Seam Panels B. Related Sections: Section(s) related to this section include: 1. Wood Framing and Decking: Division 6 Rough Carpentry Section. 2. Flashing and Trim: Division 7 Flashing and Sheet Metal Section. 3. Sealants: Division 7 Joint Sealers Sections. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A653 - Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 2. ASTM B209 - Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 3. ASTM E283/1680 - Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls and Doors Under Specified Pressure Differences Across the Specimen. B. Underwriters Laboratories (UL Classified Tests): r` 1. UL 263 - Fire Tests of Building Construction and Materials 2. UL 580 - Test for Wind -Uplift Resistance of Roof Assemblies e 3. UL 790 - Test for Fire Resistance of Roof Covering Materials '77-' 4. UL 2218 - Impact Resistance Test n C. Sheet Metal and Air Conditioning Contractors National Association (SMACA)` 1. SMACNA Architectural Sheet Metal Manual 1.3 SYSTEM DESCRIP'T'ION A. Performance Requirements: Provide sheet metal roofing that has been manufactured, fabricated and installed to withstand structural and thermal movement, wind loading and weather exposure to maintain manufacturer's performance criteria without defects, damage, failure of infiltration of water. 1. Wind -Uplift: Roof panel assembly shall comply with UL Classification 580 for UL Classified 90 rated assemblies 2. Static Air Infiltration: Completed roof system shall have a maximum of .06 cfm/sf with 6.24 kPa air pressure differential as per ASTM E283/1680. 3. Water Infiltration: No evidence of water penetration at an inward static air pressure differential of not less than 6.24 psf) and not more than 12.0 psf as per ASTM E331/1646. 4. Minimum roof slope for metal panel system — 1 inch vertical per horizontal foot. 1.4 SUBMITTALS A. General: Submit listed submittals in accordance with General Conditions and Division 1 Submittal Procedures Section. 1. Product Data: Submit product data, including manufacturer's product sheet, for specified products. SECTION 07 4113 METAL ROOF PANELS B. Shop Drawings: 1. Submit complete shop drawings and erection details, approved by the metal roofing manufacturer, to the engineer for review. Do not proceed with manufacturer of roofing materials prior to review of shop drawings and field verification of all dimensions. Do not use drawings prepared by the engineer for shop or erection drawings. 2. Shop drawings show roof plans, elevations, methods of erection, and flashing details. C. Performance Tests: 1 — Submit certified test results by a recognized testing laboratory in accordance with specified test methods for each panel system. L_ =D. Samples: Submit selection and verification samples for finishes, colors and textures. I,. Qu5lity Assurance Submittals: Submit the following: 1. Certificates: Product certificates signed by manufacturer certifying materials comply with specified performance characteristics and physical requirements. 2. Manufacturer's Instructions: Manufacturer's installation instructions. F. Closeout Submittals: Submit the following: 1. Operation and Maintenance Date: Operation and maintenance date for installed products. Include methods for maintaining installed products and precautions against cleaning materials and methods detrimental to finishes and performance. 2. Project Warranty: Warranty documents specified herein. A: Manufactures warranty: Submit, for Engineer's acceptance, manufacturers standard warranty document executed by authorized company official. Manufacturer's warranty is in addition to and not limited of, other rights the owner may have under the contract documents. Warranty to be for 20 year leak free system with no dollar limit and color finish warranty a. Warranty Period: 20 years commencing on Date of Substantial Completion. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Installer experienced in performing work of this section who has specialized in the installation of work similar to that required for this project. 1. Certificate: When requested, submit certificate indicating qualifications. B. Sheet Metal Industry Standard: Comply with Sheet Metal and Air Conditioning Contractors National Association( SMACNA) Architectural Sheet Metal Manual. C. Pre -Installation Meetings: Conduct pre -installation meeting to verify project requirements, substrate conditions, Manufacturer's installation instructions and manufacturer's warranty requirements. 1.6 DELIVERY, STORAGE AND HANDLING A. General: 1. Ordering: Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. B. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. Identify fabricated components with UL 90 Classified label where appropriate. SECTION 07 4113 METAL ROOF PANELS C. Storage and Protection: Store materials protected from exposure to harmful conditions. Store material in dry, above ground location. 1. Stack prefinished material to prevent twisting, bending, abrasion, scratching and denting. Elevate one end of each skid to allow for moisture to run off. 2. Prevent contact with material that may cause corrosion, discoloration or staining. 3. Do not expose to direct sunlight or extreme heat trim material with factory applied strippable film. 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual measurements/openings by field measurements before fabrication; show recorded measurements on shop drawings. Coordinate field measurements, fabrication schedule with construction progress to avoid construction delays. 1.8 WARRANTY A. Manufacturer's Warranty: Submit, for Owner's acceptance, manufacturer's standard warranty document executed by authorized company official. Manufacturer's warranty is in addition to and not a limitation of, other rights Owner may have under the Contract Documents. 1. Warranty: 20 -year non -prorated roof system warranty covering leaks (no dollar limit), color finish, including color, fade, chalking and Film integrity. 20 years commencing on Date of Substantial Completion. PART 2 -PRODUCTS 2.1 SHEET METAL ROOFING A. Approved Manufacturer: 1. Petersen Aluminum Corporation 2. Approved Manufacturer: Acceptable on slope per plans r� a. Submit product data to Engineer per General Conditions,.fi)r revL w and potential approval = B. PAC -CLAD Snap-On Tite-Loc Panels: 1. Type: Standing Seam ui 2. Seam Height: 1 inch minimum'1 3. Material: 24 ga G-90 Hot -dipped Galvanized Steel =' 4. Panel Dimension: maximum 18 inches 5. Texture: Smooth -i" 6. Rating UL Classified 90 rated (wind uplift) panel assembly. 7. Flashing and Trim: 24 ga G-90 Steel 8. Fasteners: Non -penetrating clop, manufacturer's standard. C. Panel Finish: 1. Panel Topside: Finish color selected from manufacturer's standard colors. As selected by Owner: 2. Panel Underside: Polyester washcoat with dry film thickness of 0.3 mils. D. Flashing and Trim: Manufacturer's standard flashing and trim profiles, factory formed, gauge as recommended by manufacturer, color and finish to match metal roofing panels. SECTION 07 4113 METAL ROOF PANELS E. Substitutions: Provide information to Engineer for review and potential approval per General Conditions. 2.2 RELATED MATERIALS A. General: Coordinate use of related materials: 1. Underlayment: 40 mil thick Grace Ice and Water Shield 2. Plywood Deck: 5/8" nominal thickness. 3. Nailable Insulation (Alternate Bid) : 3 W' maximum nominal thickness classified polyisocyanurate foamed plastic, 2 pcf density, with factory laminated 7/16" thick APA rated Oriented Strand Board (OSB). 4. SeMants: Elastometic joint sealants. Refer to Division 7 Joint Sealers Sections. '2.3 FABRICATION A. Generpl: 1. Continuous Length: Fabricate panels 55' and less in one continuous length. 2. Trim and Flashings: Fabricate trim and flashings from same material as roof system material. 3. Portable Roll Former: Panels fabricated by portable roll former shall not be approved. 2.4 FINISHES A. Factory Applied Finish: 1. Topside: Full-strength fluoropolymer (70% Kynar 500 or Hylar resin) system of 1.0 mil total dry film thickness. 2. Underside: Wash coat of 0.3 - 0.4 mil dry film thickness. 3. Texture: Smooth texture, dull matte specular gloss 25 - 35% at 60° F. 4. Protective film: Strippable vinyl film applied during panel fabrication and finishing. PART 3 - EXECUTION 3.1 MANUFACTURER'S INSTRUCTIONS A. Compliance: Comply with manufacturer's product data, recommendations and installations instructions for substrate verification, preparation requirements and installation. 1. Strippable Film: Remove manufacturer's protective film, if any, from surfaces of roofmg panels. 3.2 EXAMINATION A. Site Verification of Conditions: Verify substrate conditions, which have been previously installed under other sections, are acceptable for project installation in accordance with manufacturer's instructions. 3.3 SECTION 07 4113 METAL ROOF PANELS PREPARATION A. Coordination: Coordinate metal roofing with other Work (drainage, flashing and trim, deck substrates, parapets, copings, walls) and other adjoining work to ptyide a non -corrosive and leak -proof installation. B. Dissimilar Metals: Prevent galvanic action of dissimilar metals. 3.4 INSTALLATION A. Ice and Water Shield Application = - 'i 1. Apply underlayment only in fair weather when the air, roof deck and membrane are at temperatures of 40 degrees F or higher. 2. Cut the membrane into 10'- 15' lengths and reroll loosely. Peel back 1' -,2' of release liner, align the membrane, and continue to peel the release liner from the membrane. Press the membrane in place with heavy hand pressure. 3. Side laps must be a minimum of 3 1/2" and end laps must be a minimum of 6". 4. For valley and ridge application, peel the release liner, center the sheet over the valley or ridge, drape, and press in place. Split the release paper for faster and easier installation in these detail areas. Work from the center of the valley or ridge outward in each direction and start at the low point and work up the roof. 5. Alternatively, starting with a full roll of membrane, unroll a 3' - 6' "starter strip," leaving the release liner in place. Align the membrane and roll in the intended direction of membrane application. Carefully cut the release liner on top of the full roll in the cross direction being careful not to cut the membrane. Peel back about 6" of the release liner in the opposite direction of the intended membrane application exposing the black adhesive. Hold the release liner with one hand and pull the roll along the deck with the release liner, leaving the starter strip behind. Use the other hand to apply pressure on the top of the roll. Stop frequently to press the membrane in place with heavy hand pressure. When finished with the roll, go back to the beginning, reroll it, and pull the remaining release paper from the material, finishing the installation. 6. Consistent with good roofing practice, install the membrane so that all laps shed water. Always work from the low point to the high point of the roof. Apply the membrane in valleys before the membrane is applied to the eaves. B. Metal Roof panels - General: Install metal roofing panels to profiles, patterns and drainage indicated and required for leak -proof installation. Provide for structural and thermal movement at work. Seal joints for leak -proof installation. 1. Seams: Provide uniform, neat seams. 2. Fasteners: Conceal fasteners where possible in exposed work. Cover and seal fasteners and anchors for watertight and leak -proof installation. 3. Sealant -Type Joints: Provide sealant -type joint where indicated. Form joints to conceal sealant. Comply with Division 7 Joint Sealants Section for Sealant installation. 3.5 FIELD QUALITY REQUIREMENTS A. Site Tests (Post Installation Testing): Engineer reserves right to perform post installation testing of installed sheet metal roofing. SECTION 07 4113 METAL ROOF PANELS B. Manufacturer's Field Services: Upon Engineer's request, provide manufacturer's field service consisting of product use recommendations and periodic site visit for inspection of product installation in accordance with manufacturer's instructions 3.6 CLEANING A. Cleaning: Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. Clean installed products in accordance with manufacturer's instructions prior to owner's acceptance. Remove construction debris from project site and legally dispose of debris. 3.7 PROTECTION A. Protection: Protect installed product from damage during construction. END SECTION 07 4113 0 SECTION 07 6500 FLASHING AND SHEET METAL PART 1 -GENERAL 1.1 DESCRIPTION OF WORK A. The types and extent of flashing and sheet metal work includes but is not limited to: Penetration flashing 1.2 SUBMITTALS A. Shop Drawings: 1. Submit shop drawings for caps, counter flashing. 2. Show joints, types and locations of fasteners and special shapes. B. Samples: 1. Show pattern, shape, prefinished white or red and thickness of matel-ials. C. Manufacturers literature. 1.3 GUARANTEE A. Guarantee materials and workmanship for two years. -{ PART 2 - PRODUCTS " =� 2.1 SHEET METAL — A. Galvanized Iron: 1. Flat type min. 1 lb. per square foot. 2. FS QQ-S-775A, Class 4 rating. B. Coated Steel: 1. Galvanized 24 ga., Kynar 500 coating, "Pac-Clad" Peterson Aluminum Co. 2.2 SOLDER A. ASTM B32-70: Alloy grade 58, 50% tin, 50% lead. 2.3 MASTIC OR CAULKING A. Thiokil or silicone base synthetic rubber urerthane caulking compound as suitable for work. 17\;7119'1 3.1 INSPECTION A. Verify that substrates are smooth and clean to the extent needed for sheet metal work. B. Verify that nails, and blocking to receive sheet metal are installed and free of concrete and soil. C. Do not start sheet metal work until conditions are satisfactory. 3.2 PREPARATION A. Before installing sheet metal, verify shapes and dimensions of surface to be covered. SECTION 07600 FLASHING AND SHEET METAL 3.3 INSTALLATION A. General: 1. Install work watertight, without waves, warps, buckles, fastening stress or distortion, allowing for expansion and contraction. 2. Hem exposed edges. 3 Angle bottom edges or exposed vertical surfaces to form drips. B. Use coated steel at all areas exposed to view. C. Clean and flux metals prior to soldering. D. Install sealant by applying 14 -inch diameter bead, centered on full length of joint. E. Roof Penetration Flashing: 1. Base Flashing: a. Extend flange onto roof 6 inches away from penetration. b. Extend flange upward around penetration at 1 east 8 inches above roofing felts. C. Fold back upper and side roof flange edges 1/2 -inch minimum. d. Solder lap joints. 2. Counter Flashing: a. Overlap base flashing 1 -inch minimum with storm collar sloped away from penetration. b. Secure to penetration with draw band and sealant. F. Install flashing and sheet metal to comply with Architectural Sheet Metal Manual, Sheet Metal and Air Conditioning Contractor's National Association, Inc. G. Flashing extending onto roof metal shall be fully bedded in plastic cement and shall be fastened at 8 -inch centers. Fasteners shall be covered with sealant. 3.2 REPAIRING A. Repair or replace damaged work. 3.5 CLEANING A. As work progresses, neutralize excess flux with 5% to 10% washing soda solution, and thoroughly rinse. B. Leave work clean and free of stains, scraps and debris. END OF SECTION 07 6500 2 SECTION 13 2500 PARK SHELTERS PART 1 GENERAL 1.1 SECTION INCLUDES: Prefabricated metal shelter. 1.2 SYSTEM DESCRIPTION A. STANDARD PRODUCT DESIGN LOADS: IBC (2008 edition) 30:pounds per,square foot roof snow load, 90 mile per hour basic wind speed, exposure '% C % seismic design category B. B. DESIGN METHOD: Per applicable building code. Note: Manufacturer to use three- dimensional structural analysis to determine member load and forces. C. The pre-engineered package shall be a precut and pre -fabricated package that shall include powder coated structural frame members, roof material, fasteners, and trim as well as the installation instructions. The structure shall be shipped knocked down for minimum shipping charges. Field labor will be kept to a minimum by pre -manufactured parts. No onsite welding will be required. Connection bolts shall be concealed within the tubing where possible. D. Tube column to concrete base will be surface mounted with all anchor bolts hidden within the column. There will be no exposed anchor bolts. The column foundation connections will be in compliance with OSHA Standard 29 CFR 1926.750 Part R. Recessed footings with an extra concrete pour will not be allowed. (Exceptions for rectangular shelters 40' or wider only.) E. The structure will have a moment connection at the top of the column and a pinned connection at the base of the column. This method will make for a clean connection at the base, reduce the size of the concrete base, and make a one-step installation process. 1.3 SUBMITTALS A. Submit 3 sets shop drawings and 2 sets structural calculations signed and sealed by a Professional Engineer licensed in the State of Iowa. B. Structural calculations shall show the following code information: Building Code IBC, 2008 edition, 30 psf roof snow or live load, 90 mph basic wind speed, seismic design category B. Underside wood decking weight to be included in dead load as well as masonry loads at columns. 1.4 QUALITY ASSURANCE: Provide evidence of commitment of quality craftsmanship as demonstrated by the following: A. SUPPLIER QUALIFICATIONS: 1. The product shall be designed and produced at a facility owned and directly supervised by the supplier. The product shall be shipped from a single source. 2. The supplier shall show fiscal responsibility by making steel frame pre -manufactured shelters for a minimum of five years and shall list similar projects in the territory. 3. Membership in American Institute of Steel Construction. 4. Membership in American Welding Society 132500-1 SECTION 13 2500 PARK SHELTERS 1.5 DELIVERY AND STORAGE: Unload materials with necessary equipment (no hand unloading), store covered out of weather, and keep out of direct sun. Inspect parts within 48 hours of delivery, compare with manufacturer's bill of material, and report any missing or non -conforming parts to manufacturer within this time. 1.6 LIMITED WARRANTY: Supply manufacturer's standard five-year limited warranty. PART 2. PRODUCTS 2.1 DESCRIPTION OF PRODUCT: A. MODEL NUMBER: SOC -4272 -SW -C. B.. DESCRIPTION AND SIZE: Stretched octagonal vented roof (42'x72'). - -C. ROOF SLOPE: 6:12. D., EAVE HEIGHT: 9'-6" clearance height from finish grade to the underside of the perimeter beam. 8'A" clearance to decorative wood perimeter beam. E. ADDITIONAL OPTIONS: 1. Steel lattice grid between lower and upper vented roof. 2.2. PRODUCT REQUIIZEMENTS AND MATERIALS: A. GENERAL: The pre-engineered package shall be pre-cut unless otherwise noted and pre- fabricated which will include all parts necessary to field construct the shelter. The shelter shall be shipped knocked to minimize shipping expenses. Field labor will be kept to a minimum by pre -manufactured parts. Onsite welding is to be provided. 2.3 ACCEPTABLE MANUFACTURER A. Coverworx-Recreational Architecture, a Division of Ross and Barr, Inc., Warren, Michigan, (586) 486-1088. B. Substitutions must be approved a minimum of seven (7) days prior to bid. All approved manufacturers shall be notified in writing before the bid date and shall not be allowed to bid without written notification. C. Alternate suppliers must meet the qualifications and provide proof of certifications listed under paragraph 1.6. 2.4 MATERIALS A. STRUCTURAL FRAMING: structural steel tube minimum ASTM A500 grade B, "r' beams; tapered columns, open channels, or wood products shall not be accepted for primary beams. B. COMPRESSION RING: structural channel or welded plate minimum ASTM A36. Compression tube: structural steel tube minimum ASTM A500 grade B 132500-2 SECTION 13 2500 PARK SHELTERS C. FASTENERS: ASTM A325 high strength bolts and A563 high strength nuts, ASTM A36 anchor bolts, self -drilling screws, rivets. D. ROOF SYSTEM OF STANDING SEAM METAL ROOFING: 1. Standing seam metal roofing to be 24 -gauge galvalume 16" wide with ribs 1-3/4" high. 2. Roof surface shall be painted with Kynar 500 to the manufacturer's standard color: Evergreen. Ceiling surface shall be a "wash coat" primer. 3. Angles shall be cut in the field. 4. Metal roofing trim shall match the color of the roof and shall be factory made of 24 gauge Kynar 500 painted steel. 5. Trim shall include panel ridge caps, hip caps, eave trim, rake trim, roof peak cap, and corner trim as applicable for model selected. Trim may need to be cut to length and notched. Reference drawings for additional information. 6) Ridge, hip, and valley caps shall be pre -formed with a single central bend to match the roof pitch and shall be hemmed on the sides. 7) Roof peak cap shall be pre -manufactured. g) Manufacturer must supply painted screws with metal and neoprene wA.Oers. 2.5 ACCESSORIES -; C- -7 A. Steel lattice between roof and upper roof (vented grill). <, , 7 J B. Tongue and groove wood decking (sealed)... B. Masonry/stone wrap around columns (Alternate bid). _ C. ELECTRICAL ACCESS AND BOX CUTOUTS: Coordinate with Owner. Electrical outlets will be provided at each masonry wrapped column. Lighting will be surface mounted to trusses. Electrical work will be by Owner. 2.6 FABRICATION A. All steel fabrication of tubes and plates will be factory controlled under or near an ISO 9000 Quality Control system. All parts will be permanently marked with identification numbers. Fabrication facility will be experienced in precision tube and plate fabrication. B. Welded connections shall be made by certified welders in accordance with AWS Specifications and be supervised by an AWS certified welding inspector. C. Hot Dip Galvanized Framework after fabrication. D. STANDARD FINISH: Top powder coat of Durable TGIC Powder Coat to color selected from manufacturer's standard color chart: Evergreen. PART 3. ERECTION 3.1 The shelter shall be set on prepared footings with a concrete slab with anchor bolts to be provided by others. Footing details shall be designed by structural engineer retained by the Contractor. Information about the site including allowable soil pressures will be provided by the City of Iowa 132500-3 SECTION 13 2500 PARK SHEHI'ERS City to the design engineer. Foundation will be constructed to local codes, and good construction practices for the specific site conditions. 3.2 Install all components according to manufacturer's installation instructions and these specifications. underside Tongue and groove wood decking materials shall be sealed with a clear coat by erection contractor before installation. 3.3 When unloading, pad forks and use other precautions to protect powder coat finish. (Do not use chains or buckets to move materials.) Field handle carefully to avoid scratching powder coat finish. Before installing roof deck, clean steel and touch up scratches and chips in powder coat finish using touch up paint from manufacturer. END OF SECTION 132500-4 �, 3e -,I)) � Prepared by: Kumi Morris, Public Works Department, 410 E. Washington St., Iowa City, IA 52240,(319)356-5044 RESOLUTION NO. 13-67 RESOLUTION SETTING A PUBLIC HEARING ON THE 19TH OF MARCH, 2013 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY PARK SHELTER SIX REPLACEMENT PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Park Annual Improvements account # 4130. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 19th day of March, 2013, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That 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. That the copy of the plans, specifications, form of contract, 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 5th day of march _,20 13 MAYOR Approved by �� l ATTEST: �i A 4,1 CITY LERK City Attorney's Office R/ -;?2/43 S ENGIPWV .)utionOrojea RoolutionASetting Public Hnn,y City Park Shelter 6 Replacement Project Set Public Hesring.doc Resolution No. 13-67 Page 2 It was moved by (hmmn; nn and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE CITY PARK SHELTER SIX REPLACEMENT 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 plans, specifications, form of contract and estimated cost for the construction of the City Park Shelter Six Replacement Project in said City at 7 p.m. on the 19 day of March, 2013, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK MNGN C=CIURE FR.MProjeasTity Park Shelter Su Rcplacement Projea\Froat ends Bid documents end.,.1w1onelnph for Shelter Park Sha Replacemrnt Projtttt.doc NP -1 NOTICE TO BIDDERS CITY PARK SHELTER SIX REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 16th day of April, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 23` day of April, 2013, or at a special meeting called for that purpose. There will be a pre-bid meeting on Wednesday, April 3rd at 10 a.m. in the Helling Lobby Conference Room in City Hall, at 410 East Washington Street, Iowa City, Iowa. The Project will involve the following: The construction of an open outdoor park shelter in lower City Park. Construction shall include, but not be limited to, a prefabricated wood and steel shelter structure, with concrete footings and slab. The work will include electrical and finished site grading. The contractor will be responsible for providing submittals for a prefabricated shelter structure that are reviewed, signed and sealed by a licensed Iowa Professional. All work is to be done in strict compliance with the plans and specifications prepared by A & J Associates, of North Liberty, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond 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 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. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (ij year(s), unless an extended warranty is stipulated by specification, from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion: August 1, 2013 Final Completion: August 16, 2013 Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354- 8973 Toll -Free 800-779-0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. 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 Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515)239-1422. Bidders shall list on the Form of 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 submit a list on the Form of Agreement of the proposed 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 NTB-1 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. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK S; E QARCTMECTUTLE FII.EtProjects\City Park Shelter Su Replacement ProjectTrom ends Bid documents and recolutions\notice to bidden for City Park Shelter Six Replacement Proje tAcu, NTB-2 �r'aJ Prepared by: Kumi Morris, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 13-86 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY PARK SHELTER SIX REPLACEMENT PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Park Annual Improvements account # 4130. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 16th day of April, 2013. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 23rd day of April, 2013, or at a special meeting called for that purpose. Passed and approved this 19th day of march , 20 13 MAYOR Ap roved by ATTEST: e CI Y CLERK City Attorney's Office 31, 1 S:1ENG\Pwdtesolutions\Project ResolutionsAmept Plans & SpecsApprove Plans & Specs- City Park Shelter Six Replacement Project 03 01 13.00c 3113 S Resolution No. 13-86 Page 2 It was moved by Mims I and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: A13SENT: x Champion x Dickens x Dobyns x Hayek x Mims x Payne g Throgmorton Printer's Fee $ .2O. 9LA, CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 I, Aal c tJL►4?'Z being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper _ I time(s), on the following date(s): Legal k Subscribed and sworn to efor m :this JS-�'— day of A.D. 20—L,3—. Notary Public ,pate LINDA KROTZ Commission Number 732619 My Commission Expires Jan 27,2014 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE CITY PARK SHELTER SIX REPLACEMENT 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 Li e City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the City Park Shelter Six Replacement Project in said City at 7 p.m. on the 19th day of March, 2013, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said Plans, specifications, contract 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. MARIAN K. KARR, CITY CLERK ws 1.1. March 11, 2013 Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 being duly sworn, say that I am the legal clerk of the IOWA CITY ,PRESS-CITIZEN,a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper / time(s), on the following date(s): fLegvqaIrk Subscribed and sworn to §afore me this ��'day of `'7Yl n _A.D. 2013—. - L7NpFY�. Commission Number 732619 • My Commission Expires January 27,2014,. claims and damages of any kind OFFICIAL PUBLICATION caused directly or indirectly by the NOTICE TO BIDDERS operation of the contract, and shall CITY PARK SHELTER SIX also guarantee the maintenance of the Improvement for a period of REPLACEMENT PROJECT one ss unless an extend - Sealed proposals will be received myyeai warranty ed warranty Is stipulated by scom- by the City Clerk of the City of Iowa from and after its com- Ci Iowa, until 2:30 P.M. on the h pleb n and formal acceptance by 16 day of April, 2013. Sealed the City Council. the will be opened immedi- proposals Pe The following limitations shall alely thereafter by the City Engineer apply to this Project: or designee. Bids submitted by fax Substantial Completion: August machine shall not be deemed a 1, 2013 "sealed bid" for purposes of this Final Completion: August 16, Project. Proposals received after 2013 this deadline will be returned to the Liquidated Damages: $100.00 bidder unopened. Proposals will per day be acted upon by the City Council The plans, specifications and at a meeting to be held in the proposed contract documents may Emma J. Harvat Hall at 7:00 P.M. be examined at the office of the on the 23rd day of April, 2013, or at City Clerk. Copies of said plans a special meeting called for that and specifications and form of pro - purpose. posal blanks may be secured at There will be a pre-bid meeting on the Office of Tschnigraphics, 415 Wednesday, April 3rd at 10 a.m. in Highland Ave, Suite 100, Iowa City, the Halling Lobby Conference Iowa 52240, Phone :319-354-5950 Room in City Hall, at 410 East Fax:319-354-8973 Toll -Free 800 - Washington Street, Iowa City, 779-0093 by bona fide bidders. Iowa. The Project will involve the follow- A $30.00 refundable fee is required for each set of plans and specifications provided to bidders The construction of an open out- s or other interested persons. The door park shelter ilower City fee shall in the form of check, Park. Construction shall include, made payable to r s. ya but not be limited to, a prefabri- retuTacrned if the la The fee will be returned if the plans cated wood and steel shelter are returned in unmarked and reus- structure, with concrete footings 15 days of able condition withind. and slab. The work will include Council l AAwarA separate and electrical and finished site grading. nonrefundable shipping The contractor will be responsible .end fee will apply to plans will apply for providingsubmittals for re- P that are sent through postal mail. am shandent fabricated shelter structure that are Prospective bidders are advised reviewed, signed and sealed by a that the City of Iowa City desires to licensed Iowa Professional. All employ minority contractors and work is to be done in strict compli- subcontractors on City projects. A ance with the plans and specifics- listing of minority contractors can tions prepared by A B J Associates, be obtained from the Iowa of North Liberty, Iowa, which have Department of Economic heretofore been approved by the Development at (515) 242-4721 City Council, and are on file for and the Iowa Department of public examination in the Office of Transportation Contracts Office at the City Clerk. (515) 239-1422. Each proposal shall be complet- Bidders shall list on the Form of ed on a form furnished by the City Proposal the names of persons, and must be accompanied in a firms, companies or other parties sealed envelope, separate from with whom the bidder intends to the one containing the proposal, by subcontract. This list shall Include a bid bond executed by a corpora- the type of work and approximate tion authorized to contract as a subcontract amount(s). surety in the State of Iowa, in the The Contractor awarded the con - sum of 10% of the bid. The bid tract shall submit a list on the Form security shall be made payable to of Agreement of the proposed the TREASURER OF THE CITY OF subcontractors, together with IOWA CITY, IOWA, and shall be quantities, unit prices and extend - forfeited to the City of Iowa City in ed dollar amounts. the event the successful bidder By virtue of statutory authority, falls to enter into a contract within preference must be given to prod - ten (10) calendar days of the City ucts and provisions grown and Council's award of the contract coal produced within the State of and post bond satisfactory to the Iowa, and to Iowa domestic labor, City ensuring the faithful perfor- to the extent lawfully required mance of the contract and mainte- under Iowa Statutes. The Iowa nance of said Project, if required, reciprocal resident bidder prefer - pursuant to the provisions of this ence law applies to this Project, notice and the other contract The City reserves the right to documents. Bid bonds of the low- reject any or all proposals, and also est two or more bidders may be reserves the right to waive techni- retalned for a period of not to calities and irregularities. exceed fifteen (15) calendar days Published upon order of the City following award of the contract, or Council of Iowa City, Iowa. until rejection is made. Other bid MARIAN K. KARR, CITY CLERK bonds will be returned after the canvass and tabulation of bids is rcm000„w March 25, 2013 completed and reported to the City Council. The successful bidde, will be required to furnish a bond in an amount equal to one hundred per- cent (100%) of the contract price, 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 5d(4) Prepared by: Kumi Moms, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 RESOLUTION NO. 13-126 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE CITY PARK SHELTER SIX REPLACMENT PROJECT. WHEREAS, Selzer Werderitsch Associates of Iowa City, Iowa has submitted the lowest responsible bid of $152,900.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the Parks Annual Improvements account # 4130. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project for the base bid is hereby awarded to Selzer Werderitsch Associates, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Director of Parks and Recreation is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 23rd day of April _,20 13 ATTEST: CITY OLERK A��\ MAYOR Approved by c a 't-19-13 City Attorney's Office It was moved by Champion and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Champion X Dickens X Dobyns X Hayek X Mims X Payne X Throgmorton 5 `EW%RCHRECT E F1MW,opd,;ZK1 Pns St., Su Reg ,tt P,qe T.. eMs SM dou Ms aM nWNwnsWesol ow to AwaN Csy PgM1 Sheer Sa Repax M Pmptl WS reaeve W 0116 2013 ewaM 0123201}S er We,da111sM Assweles dow r -- 3d(3) Prepared by: Kumi Morris, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 14-62 RESOLUTION ACCEPTING THE WORK FOR THE CITY PARK SHELTER SIX REPLACEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the City Park Shelter Six Replacement Project, as included in a contract between the City of Iowa City and Selzer Werderitsch Associates of Iowa City, Iowa, dated April 23, 2013, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Parks Annual Improvements account # R4130; and WHEREAS, the final contract price is $153,668.00 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 25th day of March , 20 14_. Am�. MAYOR Approved by ATTEST: /l! - CITY`CLERK It was moved by Throemorton and seconded by adopted, and upon roll call there were: AYES: 014 NAYS: City Attorney's Office the Resolution be ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton S TNGWMResolutions\Project ResolutionskAccept Project\City Park Shelter Six Replacement Project -accepting project.doc 3/14 CITY PARK S.HELTER ■ t REPLACEMENT PROJECT (3,1 FRONT ELEVATION NOT TO SCALE SIDE ELEVATION THESE PLANS OR DRAWINGS HAVE BEEN PREPARED UNDER AN EXCEPTION TO THE REQUIREMENT FOR PROFESSIONAL ARCHITECTURAL SERVICES SET FORTH IN SECTION 544A.19, CODE OF IOWA. THESE PIANS OR DRAWINGS CAREFULLY INSPECT AND CONFIRM ALL DIMENSIONS AND DETAILS OF THE PLANS OR DRAWINGS. Untrauer s Drafting Service IN PREPARATION OF THESE PLANS OR DRAWINGS 1. ASSUMES NO RESPO� THE PURCHASER OR BUILDER OF THESE DRAWINGS MUST OR DRAWINGS. V Lo F""...I n t'r? V � O N O � � w O W v� p� J � W C j 00 00 N H F- W Li n i NOT TO SCALE 1' /' !`+. :�� '�' '�1 /a' a �' 1 1 t� •� � i' '1 i - �• i' i i/ i i s. i' 1• i :�� '�• 'a! '1 `ti. i � a�' i' 1 i •i i' 1' es 1 1 / Ilk• � 1 •� i i i a 1 1 / / /' 1 ' i tffl•3` i / i' i' •+. 7+ 1 'i i' i. / �) I' h 1' I S, i '3. ''i i �' •� i i "zgg � o C Q O q— w �ry o au a Z cCT3 J W F- 00 00 00 N i N h a 11 E l m - 'IF CONSTRUCTION -i 1 E• OR BUILDER OF DRAWINGS �BUILDING SHOWNON THE PLANS 1' DRAWINGS. I R NEW ELECTRICAL SERVICE - SEE ELECTRICAL DRAWINGS El I °q / \ X647.75 / \ \ X647.75 \ / J l EXISTING SIDEWALK \ X647.69 / &7.71 \ 1 X647.90 / / 0647.61 X647.69 X647.75 \ 647.70 T.O. SLAB ISTING BUILDING f' �\ \ / - FINISH GRADE 648.18 DEMOLISHED BY OWNER) fj 1 - BY OWNER \ � X647.89 X 47.67 ' - - - - -� X647.71 X647.85 \ \ 6�o' NEW SHELTER X647.85 EDGE OF SLAB �, ;5 O(a Tr - X647.87 v / X647. SHELTER COLUMNS & SPREAD FOOTING X6 7.86 (TYPICAL) / f \ \ \ \ \ \ X647.78 X647.87 X647.99 647.32\\\\ �\\\ X647.69 El \ ---- 7Y DW Tm / 1 \ a, Tr" \ \ \ 154 r Dia Tm \ _ 1 \\ \�-6--� - 644 _ _ _ _ 5 - Db Tm J > f - / I SGN t i SITE PLAN 1. = 1 o'—o" Y S U Z W H Q............ z 0 SCALE: AS NOTED CHECKED BY: WJK DRAWN BY: KLS PROJECT N0: 13013 ISSUE DATE: 2/28/13 q BLDG COL. (4) 314-0 ANCHOR BOLTS ORBUILDING COLUMN BY SIZE AS REQUIRED BY BUILDING MANUF REINFORCING BUILDING MANUFACTURER REACTIONS 1" NON—SHRINK GROUT H MASONRY COLUMN SURROUND 4'-0" x 4'-0" EXP. JT. MATERIAL ................ (4) #5 EACH WAY ALTERNATE No. 1 CAULK PERIMETER OF PIER 4" SLAB—ON GRADE J4,\ 3'-6" x 3'-6" 1 12" 1 (4) #4 EACH WAY 4" COMPACTED GRANULAR FILL o (4) 14 TIES q BLDG COL. (8) 15 VERTICALS 2--4" A A SCHEDULE ASEE L3j C14 I ILI I SEE FOOTING SCHEDULE \—UNDISTURBED NATIVE SOIL DETAIL_ SECTION A -A &P'�� 3/4 1 3/4" = l'—O" —(4) 14 TIES — (8) 15 VERTICALS 2" CLEAR SAWCUT 114 THE KEYWAY @ q 112"0 x JO " SMOOTH SLAB THICKNESS OF SLAB DWLS @ 24" O.C. SLAB THICKNESS (SEE PLAN) MIN. 4" COMPACTED GRANULAR MATI CONTROL JOINT CONSTRUCTION JOINT GRANULAR MATL SHALL BE CLEAN, WELL GRADE MATL ACT S)COMTO 957. STDT. PROCTORPASSING1200 DENSITY (ASTM D-698) TYPICAL FLOOR SLAB D ETA I LS z N.T.S. EDGE DETAIL G)�/V _ 1 72'—Om OUT TO OUT OF ROOF STRUCTURE HEAVY HEX NUT A & WASHER 3/d%15" 4 ANCHOR ROD A ___—AS7M F1557 OR AS SPECIFIED BY BLDG. MANUF HEAVY HEX NUT TACK WELD I " '. IQ, _-'l lr"-f)" I NOTE: AREA OF SLAB -ON -GRADE IS 2,925 G.S.F. )F CONCRETE )N—GRADE ON = (—O'—J-) x 4'-4" REINFORCING CENTERED IN SLAB — @ ALL PIERS FOOTING SCHEDULE MARK SIZE THICKNESS REINFORCING PIER DETAIL REACTIONS V H Fl 4'-0" x 4'-0" 12" (4) #5 EACH WAY 1/s1 F2 3'-6" x 3'-6" 1 12" 1 (4) #4 EACH WAY 1/s1 * FINAL DESIGN LOAD REACTIONS SHALL BE PROVIDED BY BLDG. MANUF TO ENGINEER OF RECORD. FOOTING SIZES MAY ADJUST PER FINAL LOADS. I HEREBY CERTIFY THAT THE PORTION OF THIS TECHNICAL SUBMISSION OF V -ss I QN DESCRIBED BELOW WAS PREPARED BY ME OR UNDER MY DIRECT SUPERVISION AND RESPONSIBLE CHARGE. I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA. MY LICENSE EXPIRES 12I3112014. WILLIAM J. c/) wKNAPP z WILLIVAMKNAP & RATION NO: 10095 3 10095 c4x- r_rl v Signature PAGES OR SHEETS COVEREDY THIS SEAL:51, 5 DATE ISSUED: 73 /' f2'r' I L3j Un Un (4) 314-0 ANCHOR BOLTS OR AS REQUIRED BY BUILDING MANUF 1" NON—SHRINK GROUT - EXP. JT. MATERIAL CAULK PERIMETER OF PIER BLDG COL. 210:011:11"T, I BUILDING COLUMN BY BUILDING MANUFACTURER NAIIVL )UIL SECTION A—A 3/4n = 1'-0" SAWCUT 114 THE SLAB THICKNESS 79'_n" niff Tn nilTnF KEYWAY @ q 112"0 x 30" SMOOTH OF SLABI I—DWLS @ 24" O.C. SLAB THICKNESS (SEE PLAN) illAl A" onijoAlITE-n FOUNDATION PLAN NOTE: AREA OF SLAB -ON -GRADE IS 2,925 G.S.F. 1/4' = 1'-0" —<,TACK WELD ANCHOR ROD DETAIL EDGE OF CONCRETE SLAB—ON—GRADE ELEVATION = (—O'—J-) 15 BAR x 4'-4" REINFORCING STEEL — CENTERED IN SLAB — TYPICAL 0 ALL PIERS FOOMNG SCHEDULE LOAD REACTIONS SHALL Bt,,,PROVIDED BY BLDG. MANUF. TO ENGINEER OF RECORD. FOOTING SIZES MAY ADJUST PER FINAL LOADS. MARK SIZE \ THICKNESS REINFORCING PIER DETAIL REACTIONS V H Fl 4'-0" x 4'-0" 12' (4) #5 EACH WAY 1/S1 AND RESPONSIBLE , RGE, I AM A DULY LICENSED PROFESSIONAL ENGINEER VSIBLE I F2 3'-6" x 3'-6" 12" 1 (4) #4 EACH WAY 1/s1 UNDER THE LAWS OF THE STATE OF IOWA. MY LICENSE EXPIRES 1213112014. FINAL DESIGN LOAD REACTIONS SHALL Bt,,,PROVIDED BY BLDG. MANUF. TO ENGINEER OF RECORD. FOOTING SIZES MAY ADJUST PER FINAL LOADS. I HEREBY C FY THAT THE PORTION OF THIS TECHNICAL SUBMISSION 'Y THAT �_ss I WAS L DESCRIBED BEL WAS PREPARED BY ME OR UNDER MY DIRECT SUPERVISION AND RESPONSIBLE , RGE, I AM A DULY LICENSED PROFESSIONAL ENGINEER VSIBLE UNDER THE LAWS OF THE STATE OF IOWA. MY LICENSE EXPIRES 1213112014. WILLIAM J. c/) KNAPP z WILLIAM J. KNAPP REGISTRATION NO: 10095 10095 rrl Signature I ONN PAGES OR SHEETS COVERED BY THIS SEAL: DATE ISSUED: ............. vi 2 DETAIL - ALTERNATE 1 1 1 /2" = 1'-0" L -4 MASONRY COLUMN DETAIL 3/4" = 1'-0" - ALTERNATE SIDING TRIM 'TONE CAP q BLDG COL. 2' 4" SECTION A -A 3/4" = 1'-0" E K q BLDG COL. BLDG COL. TREATED 2x4 PLATE ANCHnR Tn STnNF CAP s q BLDG COL. 6x8 STEEL TUBE BUILDING COLUMN INA LIMESTONE BASE OW) CMU BACKUP ASHLAR LIMESTONE SECTION B -B 1 1/2" = 1'-0" NOTE: ALL WOOD FRAMING & TRIM WORK TO BE COMPLETED BY OWNER. (8 STEEL TUBE UILDING COLUMN (DIANA LIMESTONE CAP 3ELOW) 5/8" CELLULAR PVC SIDING 1i" CELLULAR PVC TRIM q BLDG COL. TREATED 2x4 PLATE ANCHOR TO STONE CAP SECTION C -C 1 1/2" = 1'-0" NOTE: ALL WOOD FRAMING & TRIM WORK TO BE COMPLETED BY OWNER. c8 STEEL TUBE UILDING COLUMN 3/4" CELLULAR PVC TRIM 14" CELLULAR PVC TRIM CONCRETE A. COARSE AGGREGATE: ASTM C33 B. LIGHTWEIGHT AGGREGATE: ASTM C33 C. FINE AGGREGATE: ASTM C33 D. PORTLAND CEMENT: ASTM C150, TYPE OR 11 E. WATER: Clear and free from injurious amounts of oil, acid, alkali, organic or other deleterious matter. F. ADMIXTURES: 1. Water reducing, retarding, and accelerating admixtures: ASTM C494 may be used at the contractor's option. 2. Air -entraining admixtures: ASTM C260, for al air -entrained concrete. 3. Maximum chloride ion due to admixture shall not exceed 0.05% by weight. 4. The addition of calcium chloride is not permitted. 5. All admixtures shall be used in conformance with the manufacturer's recommendations. 6. Admixture Compatibility: When air entraining admixtures, water reducing admixtures, high range water reducing admixtures and non -corrosive accelerating admixtures are sued in any combination. All products shall be from the same manufacture or the ready -mix concrete producer shall certify that they are compatible. G. CONCRETE WORK: Shall conform to all requirements of ACI 301 - latest edition, Specifications for Structural Concrete for Building, except as modified by the supplemental requirements below. H. COMPRESSIVE STRENGTH: Concrete shall have a 28 - day compressive strength of 4000 psi and density of 145 pcf (U.N.O.) 1. SLUMP OF CONCRETE: Shall not exceed 4" unless a high range water -reducing admixture is used. The slump of concrete prior to addition of all high range water -reducing admixtures shall not exceed 4". The slump of concrete containing a high range water -reducing admixture shall not exceed 10". J. CONCRETE EXPOSED TO WEATHER: Shall be air entrained. Air content shall be 4 to 8 percent. K. PORTLAND CEMENT CONTENT: The minimum Portland cement content (ASTM C150) shall be 470 pounds per cubic yard for 3000 psi concrete and 611 pounds per cubic yard for 4000 psi concrete. L. CONCRETE FINISHES: As indicated on the drawings. CONCRETE REINFORCEMENT A. QUALITY ASSURANCE 1. Reinforcement materials and workmanship for cast -in-place concrete shall conform to all of the American Concrete Institute standards as follows, except where modified by the contract documents: "Specifications for Structural Concrete for Buildings" (ACI 301 - latest edition), "Manual of Standard Practice for Detailing Reinforced Concrete Structures" (ACI 315 - latest edition), and "Building Code Requirements for Reinforced Concrete" (ACI 318 - latest edition). B. BARS 1. Bars shall be correctly rolled to section, free from defects and furnished in accordance with specifications for "Billet -Steel Bars for Concrete Reinforcement", ASTM A615. Bars shall be deformed and rolled and branded with raised symbols to identify manufacturer, size of bar, and grade of steel. 2. Reinforcing steel shall be of domestic origin: Deformed bars, ASTM A615, Grade 60; Stirrups and ties, Grade 40, unless otherwise indicated. C. WELDED WIRE FABRIC 1. Welded Wire Fabric (WWF) reinforcement shall meet requirements for "Standard Specifications For Welded Steel Wire Fabric For Concrete Reinforcement", ASTM A 185 and shall be 6 x 6 - W 1.4 x W 1.4 unless otherwise noted. Welded wire fabric over W1.4 x W1.4 shall be supplied and placed in flat sheets. Welded intersections shall be spaced not more than 12 inches in the direction of principal reinforcement. D. ACCESSORIES 1. Chairs, ties, spacers, and other items shall be of design approved by architect, and shall be of such quality as to insure against any displacement of reinforcement during building operations. Provide all accessories in accordance with ACI recommendations. Tie wire shall be minimum 16 gauge annealed wire. 2. Only steel and galvanized steel items and plastic tip steel accessories shall be placed within concrete; other materials including concrete block spacers shall be used only with the written permission of the architect and structural engineer. Where concrete is exposed to view, plastic tipped steel accessories only shall be used where in contact with forms. E. LAP SPLICES: the following lap splices shall be maintained including dowel extension and embedment, unless otherwise noted. Reinforcing Bars: 38 bar diameters for 4,000 psi concrete, 44 bar diameters for 3,000 psi concrete. Welded Wire Fabric: 8 inches. F. COVER: Maintain the minimum concrete coverage for reinforcing as indicated, unless noted otherwise on the drawings. Concrete deposited directly against earth: 3 inches Concrete exposed to weather: #6 bar and larger - 2 inches, #5 bar and smaller - 1 % inches. Concrete not exposed to weather: Slabs and walls - 1 inch. Column/pier ties - 1 X inches. MASONRY NOTES - ALTERNATE 1 A. Except where modified by these Plans and Specifications, all masonry work shall conform to the requirements of ACI 530-88, "Building Code Requirements for Masonry Structures" and ACI 530.1-88, "Specifications for Masonry Structures". B. The masonry design is based on a compressive stress (f'm) of 2000 psi at 28 -days assuming no special inspection. C. Concrete masonry units are to be Type 1, normal weight, with a minimum net area compressive strength equal to 2,800 psi. D. Use Type S mortar. E. Grout used in reinforced block cores is to have a minimum f'c of 2800 PSI at 28 days. All grout and coarse grout to be installed in accordance with U.B.C. 2404 requirements. All bars shall be properly placed as indicated and securely tied prior to the placement of grout. F. All reinforcing bars in masonry walls shall comply with ASTM A615, Grade 60 specifications. All laps shall be 48 bar diameters minimum. G. Deliver masonry materials to project in undamaged condition. Store and handle masonry units off the ground, under cover, and in a dry location to prevent deterioration, or damage due to moisture, temperaturechanges, contaminants, corrosion and other causes. Prior to laying, do not allow concrete unit masonry H. All block cores that contain vertical reinforcing shall have the reinforcement centered in the core, unless specifically indicated otherwise. All block containing steel reinforcing shall be grouted solid. LIMESTONE - ALTERNATE 1 A. WORK INCLUDED: The work included in this section shall include all labor and material for the furnishing and setting of exterior Indiana Limestone ashlar veneer and sawed stone trim in accordance with drawings. B. Stone 1. General. Stone shall be coursed Indiana Limestone produced by a member of the Indiana Limestone Institute. 2. Color. The stone shall be all gray. 3. Finish. The face surface of the stone shall be split face, sawed bed, and random length. 5. Dimensions. a. Bed thickness shall be between 3" and 4". b. Course heights shall be furnished in the following percentages: 15% - 2 1/4", 40%: - 5", 45% - 7 3/4". 6. Stone lengths shall be random, varying between 0'-4" and 1'-4", and shall be jointed at the job to lengths conforming to approved jointing pattern. C. SAWED STONE SILLS AND COPING: These items shall be (specify color) Indiana Limestone sawed or otherwise dimensioned to the sizes shown on drawings, and anchored as shown or as detailed in large scale sections. D. Setting stonework 1. Stone shall be set in strict accordance with approved profile and jointing pattern. Joints shall be3/8" wide. 2. Stone shall be anchored with non -corrosive wall ties spaced not over 18" horizontally and 24" vertically. E. MORTAR: Mortar shall conform to Type N, ASTM C-270 requirements with final color to be approved by architect. F. HANDLING & STORAGE: All Indiana limestone shall be shipped, unloaded and stored in such a manner as to avoid excess breakage and stain. Stone shall be stored at the job on planks, pallets, or timbers, clear of soil and soil splash. G. CLEANING: Finished stonework shall be washed clean and free of dirt, mortar and other objectionable accumulations. Remove mortar droppings and smears as work progresses. Final clean down shall include brushing with fiber brushes and mild soap or detergent, and rinsing with clear water. Use no acids without prior approval. Protect stonework from rundown or splash when using acid on adjacent materials. A. QUALITY ASSURANCE 1. Form design, materials and workmanship for cast -in-place concrete shall conform to the American Concrete Institute standards "Specification for Structural Concrete for Buildings" (ACI 301 latest edition) and "Recommended Practice for Concrete Form Work" (RCI 347 - latest edition) except as modified in the contract documents and ACI Special Publication No. 4 "Formwork for Concrete". Standards, recommendations and requirements of ACI and CRSI identified under chapter 1, Article 106 of ACI 301 are herewith incorporated as applicable. B. EXPOSED CONCRETE 1. Exposed formed concrete surfaces shall be formed from new sound smooth faced plywood and lumber, constructed in close alignment. Forms shall be designed to preclude visible deflection of forms from concreting operations. Provide shop drawings of exposed concrete forming indicating joints, ties and proposed materials including methods of tying reinforcing. 2. Earth cuts shall b acceptable for forming footings only. Side for s will not be required for footings where soil is stable and square corners, and plumb and straight sides are maintained. C. ACCESSORIES 1. Only steel and galvanized steel items and plastic tip steel accessories shall be placed within concrete where finished surface is exposed to view; other materials may be used only with written permission of the architect and structural engineer. Forming shall provide for insertion of sleeves through concrete and for placement and anchorage of items to be built into Work. D. EXECUTION 1. Forms shall conform to shape, lines and dimensions of members as shown or required by drawings and details, and shall be sufficiently tight to prevent leakage of cement. 2. Permissible dimension tolerances in concrete building framing shall conform to ACI 347 and ACI 301 3. Layout and use an instrument to check form work before placing reinforcing and continuously during placing of concrete to assure that completed work will be within specified tolerance limits. Provide positive means of adjustments of shores and struts. Including wedges and jacks, and be able to loosen forms in the event that forms swell. E. SHORING AND BRACING: Be totally responsible for the design, construction, shoring and bracing of temporary form work and temporary false work as required to safely support concrete during construction and maintain safe Working conditions. F. FORM REMOVAL 1. Forms shall be removed in accordance with ACI 318, without damage to concrete or its structural integrity. Y U z 0 Z 0 �i o' o' SCALE: AS NOTED CHECKED BY: WJK DRAWN BY: KLS PROJECT N0: 13013 ISSUE DATE: 2/28/13 EXISTING UTILITY CO. POLE WEATHERPROOF TIMER FOR LIGHTING CIRCUIT BREAKER PANEL GROUND ROD WEATHERHEAD AND DRIP LOOP 120/24OV, 1P, 3W SERVICE DROP 3-J3 1" RIGID CONDUIT — METER © @memo ® ANONE TOP OF CIRCUIT BREAKER PANEL AT 72" ABOVE GRADE EXISTING GRADE 120 VOLT CIRCUITS TO SHELTER 3 Et PANEL ,SHELTER MAINS 1OOA/2P SERVICEi i SHORT CKT RATING 10,000ENCLOSURE LIGHTING FIXTURE SCHEDULE S - SURFACE SP -SUSPENDED 1 R - RECESSED T��T�TTDESCRIPTION W - WALL MOUNTED TYPE LAMPS © MANUFACTURER AND TYPE ©C:T0��0T�■� MTG. VOLT REMARKS LA 5OW LED DISCIPLINE - ELECTRICAL ENGINEER NEW STAR of qz S 120 SURFACE MOUNT ON BOTTOM OF STEEL PURLINS. SWITCH WITH TIMER AT PANEL TTTI�TT��1©C:�T�I�OmT�1�11 VIC4N-L2-30-RW-WH JOHN T. JURCA, P.E. PE 11622 y m SIGNATURE WEATHERHEAD AND DRIP LOOP 120/24OV, 1P, 3W SERVICE DROP 3-J3 1" RIGID CONDUIT — METER © @memo ® ANONE TOP OF CIRCUIT BREAKER PANEL AT 72" ABOVE GRADE EXISTING GRADE 120 VOLT CIRCUITS TO SHELTER 3 Et PANEL ,SHELTER MAINS 1OOA/2P SERVICEi i SHORT CKT RATING 10,000ENCLOSURE DESCRIPTION 1 MI 1 DESCRIBED BELOW WAS PREPARED BY ME OR UNDER MY DIRECT T��T�TTDESCRIPTION SUPERVISION AND RESPONSIBLE CHARGE. I AM A DULY LICENSED ENGINEER UNDER THE LAWS OF THE STATE OF IOWA. © OTS =i ©C:T0��0T�■� PRINTED OR TYPED NAME ESSION DISCIPLINE - ELECTRICAL ENGINEER QR of qz REG. NO. 11622 TTTI�TT��1©C:�T�I�OmT�1�11 2 -� JOHN T. JURCA, P.E. PE 11622 y m SIGNATURE MY LICENSE RENEWAL DATE IS DECEMBER 31. 2014 s r PAGES OR SHEETS COVERED BY THIS SEAL:- EAL:IOWA IOWA FIRIM PAVEI t OR GRADE 24' MIN. NO MOWN wo SIN11 BE PMC SDMU 8O, SIZE a MO FOR. BkM PER SPEC MTM 3 BURIED CONDUIT SMENOSW SURFACE MOUNTED RACEWAY UNDERGROUND RACEWAY 0-1 LIGHT FIXTURE qm GFI WP RECEPTACLE vis LIWFSCALE: 1/8" = l' -O" E 1 RUN CONDUIT IN CONCRETE COLUMN FOOTINGS AND UP COLUMN. E2 BASE BID. INSTALL RECEPTACLE ON COLUMN. ALTERNATE BID: INSTALL RECEPTACLE BACKBOX FLUSH IN FACE OF STONE FACING ON COLUMN. USE "CULTURED STONE ELECTRICAL BOX STONES". SEE E2 E3 UNDERGROUND TO CIRCUIT BREAKER IN PANEL E4 UNDERGROUND TO TIMER AND CIRCUIT BREAKER PANEL. E5 INSTALL JUNCTION BOX FOR OWNER INSTALLED FUTURE LIGHTING FIXTURES. E6 RUN CONDUIT ON SIDE OF TRUSS, PAINT CONDUIT TO MATCH TRUSS. 0. I HEREBY CERTIFY THAT THE PORTION OF THIS TECHNICAL SUBMISSION DESCRIBED BELOW WAS PREPARED BY ME OR UNDER MY DIRECT SUPERVISION AND RESPONSIBLE CHARGE. I AM A DULY LICENSED ENGINEER UNDER THE LAWS OF THE STATE OF IOWA. JOHN T. JURCA PRINTED OR TYPED NAME ESSION DISCIPLINE - ELECTRICAL ENGINEER QR of qz REG. NO. 11622 2 -� JOHN T. JURCA, P.E. PE 11622 y m SIGNATURE MY LICENSE RENEWAL DATE IS DECEMBER 31. 2014 s r PAGES OR SHEETS COVERED BY THIS SEAL:- EAL:IOWA IOWA DRAWINGS Et & E2 DATE ISSUED: 0. NORTH ELECTRICAL SITE PLAN - IOWA CITY PARK SCALE: NO SCALE The Preferred Name In Stone Electrical Box Stones Light a Sones are available in two sizes, which are a Standard Light Fixture Stone size (8" ' 4 and a Large Light Fixture to s' _ 'W' x 15" x 1114'"). They feature: • Chamfered edges and a grooved border • A flat surface to accommodate standard r rectanngguiar bases up to 8" wide and 10" high • An extension box that psi a igning and setting the stone in place • A o e allowing the use of a standard 4" x 1'12" octogon extension box (included) Single and Double Receptacle Stones are available in two sizes, which are a Single Receptacle Stone size (6" x 8" x 1314") and a Double Receptacle Stone size (8"x 8" x PA"). They feature: • Raised, chamfered edges • A flat, recessed area sized to accommodate standard single or double receptacles or switch boxes • An extension box that assists in aligning and setting the stone in place • An opening that accepts a standard 2" x 4" x 11/2" extension box (included) for Single Receptacle Stones and a 4" x 4"x 1112" extension box (included) for Double Receptacle Stones Benefits of Electrical Box Stones: • A rectangular shape vs. octagonal or rounded corner shape makes it easier to install stone veneer to the sides • Applied as an adhered veneer so it's installer -friendly • Can be stained using concrete or masonry stain • Accommodate standard extension boxes and include UL -listed extension boxes that fasten to standard pre-installed electrical boxes Installation Tips: 1. Attach UL listed extension box to pre -wired and mounted electrical box. 2.Apply mortar to back of stone or prepared substrate. 3.Center stone over the extension box, level and plumb (use removable shims if required). 4.Complete the placement of Cultured Stone'veneer or other exterior material around Electrical Box Stone. Notes EiecnEml Box Sio—to bEirurded in eccwdcncewtn£rdturod Stone katalot ItotrLIMns. Ed—m box. light More ar ptoce pbo Lobe ddched In oecott7axewidr mocdo,"et's-tructidd,and facd burping ccde R;,er.G Noting or, all Bec:�cd Box State products. Ttie Preferred Name In Stone" For additional Information on Cultured Stone products and OWENS CORNING CULTUREOSTONE, LLC services, visit www.culturedstone.com or call 1-800-255-1727. Printed in U.S.A. February 2007. 020070wenstorning. ine productcolarsycusee are osnccurate as nrcren: photogra??ntiand prnttng techntquesallcu Wesucggmyou look Cuttured5taneandCultured Brick'are registered at product—pies befare you selectcoloM trodemarksof0wensCorning. M7' -F M Pipl 1 :1mrn INA A365 IAT PeC. beaver kreek centre suite b A & i north liberty, is 52317 ajpcOsouthslope.net (email) mechanical &electrical engineers 319-626-4719 (voice) / 319-626-4941 (fax) ITESICAM I L. ii Wr •- : rr 41=9 ELECTRICAL GENERAL PROVISIONS SECTION INCLUDES A. Provide all labor and materials and all equipment to make complete operating electrical systems. Place all equipment in initial operation, make all initial tests to ensure compliance with specifications and their intent, obtain approval in writing from all governing bodies having jurisdiction to ensure compliance with all laws and ordinances in effect. B. Plans ore to be considered as schematic, any questions as to exact location of equipment shall be verified with Engineer. LAWS, PERMITS AND REGULATIONS A. Contractor shall obtain and pay for all licenses and permits and pay all fees. The Contractor shall comply with all laws, ordinances, regulations, and code requirements applicable to his work. B. Work shall comply with the latest issues of the National Electrical Code and City of Iowa City codes. TESTS AND INSPECTIONS A. Final settlement will not be made with Contractor until all systems have been thoroughly checked and found in good operating condition. NI materials and workmanship sholl be subject to inspection, examination and test by Engineer at any and all times. Engineer shall have right to reject any defective material or workmanship and require its correction without cost to the owner. B. Systems shall be tested by the Contractor and placed in proper working order prior to demonstrating systems to the Owners Representative and the Engineer. WARRANTY/GUARANTEE A. Upon written acceptance of the Work, the Contractor shall warrant/guarantee, and be responsible for, proper operation of the Work for a period of one calendar year following the date of Substantial Project Completion, or the respective date of acceptance of each item of equipment, system, or area of the Work. MODEL NUMBERS A. Model numbers are used in some instances to help define the overall characteristics required of a specific component, however, it is recognized that model numbers change from time to time or that the model numbers listed may be incorrect. The Contractor shall provide the components that satisfy the performance requirements specified, rather than providing units meeting the model number requirements in the event there is a discrepancy. B. The bidder and Contractors shall not rely solely on the model numbers for selecting the appropriate components to be furnished. GROUNDING AND BONDING SECTION INCLUDES A. Grounding electrodes and conductors B. Ground Grid C. System grounding D. Bonding PRODUCTS GROUNDING WIRES A. Grounding wires shall be UL and NEC approved types, copper, insulated and color identified green, except where indicated otherwise. B. Wire size shall be less than that indicated on the drawings and not less than required by the NEC. GROUND RODS A. Ground rods shall be copperclad steel, 3/4" diameter x 10'-0" long. GROUNDING SYSTEM A. All equipment, enclosures and raceways shall be bonded and grounded in accordance with the National Electrical Code or as indicated. B. Ground for wiring systems shall be obtained by extending insulated ground conductor throughout the system from the service entrance point. Equipment ground conductors shall be sized in accordance with NEC. GROUND GRID A. Install a ground grid which shall consist of three ground rods spaced 8'-0" apart connected by 4/0 AWG ground wire Cadwelded to the ground rods. B. Extend the #4/0 AWG ground wire from the ground grid to the ground bus in the service disconnect. WIRE AND CABLE SECTION INCLUDES A. Wiring systems, 600 volts and less MATERIALS A. Minimum size conductors shall be No. 12 AWG for power and lighting circuits. B. Wire and cable for power, lighting, control and signal circuits shall have copper conductors. Power, lighting and control wire and cable shall be insulated to 600 volts. All conductors larger than 110 AWG shall be stranded. C. Type of wire and cable for the various applications shall be as follows: Type THW, THWN or XHHW (75 C.) CONDUCTOR COLOR CODING A. Wiring systems shall be color coded. Conductor insulation shall be colored in sizes up through 110 AWG, conductors #8 AWG and larger shall have black insulation and shall be phase color coded with %" bond of colored tape at all pull boxes, junctions and terminations. Colors shall be assigned to each conductor as described below and carried throughout all main and branch circuit distribution. 277/480 VOLT 120/208 VOLT 1201240 VOLT 1. Phase "A" conductor Brown Black Black 2. Phase "B conductor Orange Red Red 3. Phase "C" conductor Yellow Blue 4. Neutral conductor Grey White White 5. Grounding conductor Green Green Green CONNECTORS A. In line splices and taps for conductor sizes 18 AWG and smaller. Use 3M Company "Scotchloc" vinyl insulated spring connectors or Engineer approved equivalent. B. In line connectors for conductor sizes 16 AWG and larger. Use Thomas & Betts two way connectors long barrel type, Series 54800 with Interlocking Covers or Engineer approved equivalent. C. Insulate splices and taps to thickness of conductor insulation with half lapped layers of 3M Company "Scotch" brand No. 88 vinyl electrical tape or Engineer approved equivalent. Connectors having irregular surfaces: Fill voids and smooth contours with 3M Company "Scotchfil" electrical putty prior to taping. EXECUTION EXAMINATION AND PREPARATION A. Verify that mechanical work which is likely to injure conductors has been completed. PREPARATION A. Conduit shall be swabbed free of moisture and debris prior to pulling in wire. INSTALLATION A Neatly train and secure wiring inside boxes, equipment, and panelboards. B. Use wire pulling lubricant for pulling 4 AWG and larger wires. C. Support cables above accessible ceilings to keep them from resting on ceiling tiles. D. Make splices, taps, and terminations to carry full ampacity of conductors without perceptible temperature rise. E. Terminate spare conductors with electrical tape. F. Cable for all feeders shall be continuous from origin to termination. G. Splices in branch circuit wires shall be made only in accessible junction boxes. H. Power feeder cable shall be pulled with cable lubricating compound suitable for the wire insulation and conduit it is used with. Compound shall not harden or become adhesive. DATE PROJECT TITLE 13-APR2012 CITY PARK SHELTER SIX REPLACEMENT PROJECT 1 MAR 2013 CITY OF IOWA CITY, IOWA WIRING DEVICES SECTION INCLUDES A. Wiring devices and plates MANUFACTURERS A. Acceptable manufacturers 1. Hubbell 2. Eagle 3. Leviton 4. Pass & Seymour 5. Slater MATERIALS A. All wiring devices shall be Heavy Duty, "Specification Grade" except where otherwise indicated. B. Receptacles shall be "Specification Grade" 1. Duplex receptacles, GFCI type, 2 pole, 3 wire, outdoor type, grounding type, 20 amp, 125 volt CONDUIT SYSTEMS SECTION INCLUDES A. Conduit Systems 1. Metal conduit 2. Nonmetallic conduit MATERIALS A. Rigid Conduit: Full weight, threaded, rigid steel conduit, galvanized inside and out by hot—dip or electro—galvanizing process. Use rigid conduit for all conduit regardless of size where installed in exposed exterior location. B. PVC Conduit: Schedule 80, 90'C. C. Rigid Conduit Fittings: Threaded, galvanized steel/malleable bushings, and concrete tight. Grounding lug type with nylon insulated bushings for connections at cabinets, boxes and gutters. CIRCUIT BREAKER PANELBOARDS SECTION INCLUDES A. Circuit breaker panelboards MANUFACTURERS A. Acceptable manufacturers: Square D Engineer approved equivalent DESCRIPTION A. 120/240 volt panelboards: Square D type NOOD B. NEMA 3R Enclosure * I A OJECTNO. DRAWING A&J IELECTRICAL SITE PLAN P-01204.00 PROJECT • . AND SPECIFICATIONS A• IS