Loading...
HomeMy WebLinkAboutSTREETSCAPE/GILBERT STREET/2011STREETSCAPE/ GILBERT STREET/ 2011 ex t�ce � e- (/ *��c-CG- cw . rtis = 1SCr�� S�C!rrxac --!" wTl l°_.S� rrtCa �C� 4 Iy-4 ! /-• /ego SeA : s th ),sc tct _r�_ o n cLLt on-_ (' i-i _ __ t 1_ _ r J r !� •i� J CI __ 1 CI 1 �E r ' And ' � '�, 4 64 � , v �a Jrzmg a t _ G -c-4 , ba i /U,*4; 5 ; c..„ rte m !alr.As _ Sic ,cc+,ca �� ,rr" 6: J 41i- ^� �7 r•et'�S� �� (r�t PS�a.b�JS� =hJ Rm-Dt.,VL4 _ jnI JJ � I1 cttl/ ' r-k— f7a�; Cc ?rL 6: a 2�5 � aC_r�R _� !�✓e- �itt� s �AY rQ.Ce � 6i" .d5.eS J Ott -t--l- ko r Lz', 4ke !1( .9! e - , � LL / /� ' / L / � \ -'-- /�b// ��� � �? ,}4�*e?���e;�«_ � ��`'�e'�� .���r�o�+' / 'w� ~'___-�_____- --- _.----- _____.-_____-_-_-_-__-_-__--_-__-____-__'_ -------------- --- -- -- - ------- Specification No: Specification For GILBERT STREET STREETSCAPE GILBERT STREET, FROM BURLINGTON STREET SOUTH TO THE RAILROAD OVERPASS Iowa City, Iowa CITY OF IOWA CITY Contract Documents Prepared By: CONFLUENCE 9 S. Linn St. Iowa City, IA 52240 N CD City of Iowa City' 4 -0 "n Engineering Division — City Hall 410 East Washington Street <,r'— Iowa City, Iowa 52240, a Phone: 319-356-5140 Fax: 319 - 356 -5007 Contract Documents Prepared By: CONFLUENCE 9 S. Linn St. Iowa City, IA 52240 3 7 1 1 1s4 ol SPECIFICATIONS FOR GILBERT STREET STREETSCAPE GILBERT STREET, FROM BURLINGTON STREET SOUTH TO THE RAILROAD OVERPASS IOWA CITY, IOWA CONFLUENCE 9 SOUTH LINN STREET IOWA CITY, IOWA 52240 conFLLJEncE r� i •• 7r ,., : STEVE FIORD 11; LANDSCAPE ; a %ARCHTIF.CT � �. NQ 274 ; S • G RQ CA4�'0 I HEREBY CERTIFY THAT THE PORTION OF THIS DOCUMENT WAS PREPARED BY ME OR UNDER MY PERSONAL SUPERVISION. AND THAT 1 AM A DULY REWSTERED LANDSCARE ARCHITECT UNDER THE LAWS OF THE STATE OF IOWA FORD IOWA EGf8TRATION tkL74 DATE MY REGISTRATION DATE IS JUNE 30.2012 SHEETS COVERED BY THIS SEAL: N © S2 v ,. C-) -< - �-- �� w t z tom± I HEREBY CERTIFY THAT THE PORTION OF THIS DOCUMENT WAS PREPARED BY ME OR UNDER MY PERSONAL SUPERVISION. AND THAT 1 AM A DULY REWSTERED LANDSCARE ARCHITECT UNDER THE LAWS OF THE STATE OF IOWA FORD IOWA EGf8TRATION tkL74 DATE MY REGISTRATION DATE IS JUNE 30.2012 SHEETS COVERED BY THIS SEAL: r� TABLE OF CONTENTS GILBERT STREET STREETSCAPE GILBERT STREET, FROM BURLINGTON STREET SOUTH TO THE RAILROAD OVERPASS IOWA CITY, IOWA Title Page Certifications Table of Contents BIDDING REQUIREMENTS, CONTRACT FORMS: F o -- awn C-) -< M Ma �M M Noticeto Bidders ................................................................ ............................... .;p.... ......1 Noteto Bidders ................................................................... ............................... m`= -1 Formof Proposal .................................................................................. ............................%.0 ...... FP -1 BidBond .......................................................................................................... ...........................BB -1 Formof Agreement ..................................................................................... ............................... AGA Performance and Payment Bond .................................................................... ............................PBA Storm Water Discharge Associated with Industrial Activity for Construction Activities ..............SWA W CONDITIONS OF THE CONTRACT: Contract Compliance (Anti- Discrimination Requirements) .......................... ............................... CC -1 General Conditions GC -1 SupplementaryConditions .......................................................................... ............................... SCA SPECIFICATIONS: PART 1 — GENERAL REQUIREMENTS Section 01010 Summary of the Work ........................... ............................... 01010 -1 Section 01025 Measurement and Payment ................. ............................... 01025 -1 Section 01090 Reference Standards ........................... ............................... 01090 -1 Section 01310 Progress and Schedules ...................... ............................... 01310 -1 Section 01570 Traffic Control and Construction Facilities ........................... 01570 -1 PART 2 - SITE WORK Iowa Statewide Urban Specifications for Public Improvements Manual e PART 3 — SUPPLEMENTAL SPECIFICATIONS Project Specifications Index .................. ............................... ..........................Index +! SP1 Demolition .................................................................... ..........................SP1 -1 SP2 Trees shrubs and ground covers ................................... ..........................SP2 -1 SP3Sodding .................................................................... ..........................SP3 -1 SP4Site Furnishings ......................................................... ..........................SP4 -1 e Fl 0 SP5Unit Paving ......................................................... ............................... SP5 -1 SP6 Electrical Product Requirements ............................. ............................... SP6 -1 SP7 Electrical Execution Requirements .......................... ............................... SP7 -1 SP8 Grounding and Bonding ....................................... ............................... SP8 -1 SP9 Electrical Identification ................................................... ..........................SP9 -1 SP10 Low - Voltage Electrical Power Conductors and Cables ..... .........................SP10 -1 SP11 Conduit ............................................................ ............................... 1 - 1 SP12 SP12 Electrical Boxes ................................................. ............................... - 1 SP13Wiring Devices ...................................... ............................... .........SP13 -1 SP14 Panelboards ..................................................... ............................... - SP14 1 SP15 Exterior Luminaires ............................................ ............................... - SP16 Concrete Reinforcing ......................................... ............................... SP16 -1 SP17 Concrete Paving and Curbs ................................. ............................... SP17 -1 N C= 0 n �� o • i � to NOTICE TO BIDDERS GILBERT STREET CORRIDOR GIL_ BERT STREET, FROM BURLINGTON STREET SOUTH TO THE RAILROAD OVERPASS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 26th day of May, 2011, and shall be received in the City Clerk's office no later than said date and time. Sealed propos- als will be opened immediately thereafter by the City Engineer. Bids submitted by fax machine shall not be deemed a 'sealed bid' for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat at 7:00 P.M. on the 7th day of June, 2011, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to Gilbert Street: • Hardscape improvements such as pavers • Streetscape improvements including lighting, PCC walks, bike racks and landscaping Project includes: 20 lights, 435 SY of PCC, 2410 SF of PCC Pavers, seventeen (17) trees and other site amenities such as bike racks and perennials All work is to be done in strict compliance with the plans and specifications prepared by Confluence of Iowa City, which has heretofore been approved by the City Council, and is on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City, and must be 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 and post bond satisfactory to the City insuring 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 until a contract is awarded, 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. ADVERTISEMENT FOR BIDS �n �v r n iE r 0 M 0 AF -1 h !I MW w F 0 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 Council, and shall guarantee the prompt payment of all materials and labor , and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Start Date: June 14th 2011 Completion Date: Auaust 19 . 2011 Liquidated Damages: $500.00 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 the Confluence, 9 South Linn Street, Iowa City, Iowa 52240, by bona fide bidders. A $50.00 deposit 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: Treasurer of the City of Iowa City, Iowa. "The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. If the contract documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited." 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 will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. ADVERTISEMENT FOR BIDS N c� — �n ro C-) -< — M Mc `.= �n � F AF -2 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 i ADVERTISEMENT FOR BIDS d 0 r- m a• x m 0 AF -3 dw rr i w. MY �r iW 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 NOTE TO BIDDERS NB -1 0 r• -=�c-a r- c� NB -1 FORM OF PROPOSAL GILBERT STREET STREETSCAPE GILBERT STREET, FROM BURLINGTON STREET SOUTH TO THE RAILROAD OVERPASS NOTICE TO BIDDERS: PLEASE DO NOT USE THE BID FORM INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL FORM ARE INCLUDED WITH THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk " City of Iowa City — City Hall o Wr 410 East Washington Street © -- Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of3j� w in accordance with the terms set forth in the "Project Specifications." o r- M,, The undersigned bidder, having examined and determined the scol*'6f, 0W Con9t Documents, hereby proposes to provide the required labor, services, materials 6t'id equ&ment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. t FORM OF PROPOSAL FP -1 �' #L1 iw ww wir ew! PROJECT: GILBERT STREET STREETSCAPE n­­ Allwini4 SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 1 MOBILIZATION LS 1 2 TRAFFIC CONTROL LS 1 3 IBIKE RACK STONE BLOCK AND WOOD PLANTER DEMOLITION LS 1 4 TEMPORARY EROSION CONTROL LS 1 5 MAIN ELECTRICAL SERVICE AND CONTROL LOCATION EA 1 6 TYPE Hi LIGHT FIXTURE EA 15 7 ELEC. FEEDER LA LF 1,100 8 ELEC. FEEDER LA- BORED LF 1.300 9 ELEC. FEEDER LB — BORED LF 70 10 TREE REMOVAL EA 6 11 IPCC PAVEMENT DEMOLITION SF 1,640 N 12 EARTHWORK CY 115 © far 13 COMPACTED AGGREGATE TON 105 doom I 14 IPCC PAVEMENi SY 175 { 15 PCC DRIVE APRON SY 23 16 REMOVE AND REPLACE PCC CURB AND GUTTER LF 2 tG 17 IPCC PAVER BASE WITH CURB EDGE SY 300 C7 18 UNIT PAVER SYSTEM DEMOLITION SF 1 400 19 UNIT PAVER SYSTEM SF 2507 20 IMPORT AND PLACE TOPSOIL CY 87 21 PREPARE AND PLACE MANUFACTURED SOIL MIX CY 20 22 MULCH CY 12 23 FURNISH AND INSTALL BIKE RACKS EA 4 24 FURNISH AND INSTALL BENCH EA 1 25 PERENNIALS EA 30 26 TREES EA 2 27 ISOD SY 43 28 FURNISH AND INSTALL TREE GRATES EA 15 29 FURNISH AND INSTALL TACTILE WARNING PLATES SF 25 TOTAL BASE BID OF ITEMS: $ FORM OF PROPOSAL FP -2 t Ilk ADD ALTERNATE NO. 7 ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 1 TYPE H1 LIGHT FIXTURE EA 5 2 ELEC. FEEDER LA LF 700 3 ELEC. FEEDER LA - BORED LF 500 TOTAL OF ALTERNATE ITEMS: $ fV C? CD > C-) _ . C-) lo- .<r CD ■ m FORM OF PROPOSAL FP -3 F M, The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, area as follows: NOTE: All subcontractors are subject to approval by City. The Owner reserves the right to accept or reject the Bid. The Owner intends to award a single contract which it deems to be in the best interests of the City. All Bidders shall submit a detailed "Schedule of Values" as described in the Instructions to Bidders. 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. FIRM: By: )>::4 �.�. n � � cl Pt (Printed Name) rn (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) FORM OF PROPOSAL FP -4 F BID BOND 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 for the Gilbert Street Streetscape, from Burlington Street south to the railroad overpass, Iowa City, Iowa. 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, R^ 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. WR 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. fl 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 theme within which the Owner may accept such Bid or may execute such contract documets, and id S, I y does hereby waive notice of any such time extension. � ..MM The Principal and the Surety hereto execute this bid bond this C-) G day of A. D., (Seal) Witness Principal -' r:31 Witness By (Title) (Seal) Surety By (Attomey -in -fact) {Attach Power -of Attorney) BID BOND BB - 1 0 D D 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, specification forms for proposal and bid documents dated the 18th day of April, 2011, for the Gilbert Street Streetscape, Gilbert Street, from Burlington Street south to the railroad overpass, 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 j. Contract Compliance Program (Anti- Discrimination Requirements); k. Form of Proposal and Bid Documents I. 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. 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 21 FORM OF AGREEMENT AG -1 b. "Iowa Statewide Urban Specifications for Public Improvements Manual' C. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; d. Plans; e. Specifications and Supplementary Conditions; � � � r.... f. Advertisement for Bids; :h r- r m MR g. Note to Bidders; ik = h. Performance and Payment Bond;' C) i. Restriction on Non - Resident Bidding of Non - Federal -Aid Projects; j. Contract Compliance Program (Anti- Discrimination Requirements); k. Form of Proposal and Bid Documents I. 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. 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 21 FORM OF AGREEMENT AG -1 �I WR p W i I�r Ylr rrr 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this day of OWNER: City of Iowa City By ATTEST: FORM OF AGREEMENT Mayor City Clerk CONTRACTOR: By Title ATTEST: o Title n (Company Q i I) APPROVED BY: "` `•� C3 City Attorney's Office AG- 2 F PERFORMANCE AND PAYMENT BOND as (Here insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as Surety, hereinafter (Here insert the legal title of the Surety) 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 ($ ) 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 Gilbert Street Streetscape — Gilbert Street from Burlington Street south to the railroad overpass, 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 the City of Iowa City, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. o NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION :grRsuM that. Contractor shall promptly and faithfully perform said Agreement, then the obli of This shall be null and void; otherwise it shall remain in full force and effect until satis�ry Wmpl of the Project. ::< loo A. The Surety hereby waives notice of any alteration or extension of time ma ny tlWowne�r. 3;w X_ B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owners 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 determination 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 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. PERFORMANCE AND PAYMENT BOND PB- 1 Fl RM r. fl 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 five (5) 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 subcontractors, all claims due them for labor performed or materials fumished 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. SIGNED AND SEALED THIS DAY OF , IN THE PRESENCE OF: Witness Witness (Title) (Address) PERFORMANCE AND PAYMENT BOND PB- 2 (Principal) 2 © �;. —4 (Title) �1 �. c�-a (Surety) x' CD Witness (Title) (Address) PERFORMANCE AND PAYMENT BOND PB- 2 h Storm Water Discharge Associated With Industrial Activity For Construction Activities City Project County Project Number Certification Statement "I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site as part of this certification. Further, by my signature, I understand that I am becoming a co- pemrittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the identified. site. As a co- permittee, I understand that 1, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit." Name Type, Stamp or Print Legibly ~ e..a Title ° v� Company Name Z C-)-< 7 1 c-) `n Address -<r7 z,. M 0 Telephone Number Signed By (president, vice-president, general partner of proprietor) STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR CONSTRUCTION ACTIVITY Date SW -1 0 u ti Contract Compliance Program CITY OF IOWA CITY IN IN P °S CD E 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: 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. N a 4. Prior to execution of the contract, the completed and signed Assurance of;gDmpli=ce (located on pages CC -2 and CC -3) or other required material must be received and JIDve`%:by thz�ity. � � r 5. Contracting departments are responsible for answering questions about con rbr, Gnsulp t and vendor compliance during the course of the contract with the City. -< r- rn j3;:0 6. All contractors, vendors, and consultants must refrain from the use of any FA^ o"esigoons which are sexist in nature, such as those which state "Men Working" or "Pbgmatj;Ahead," and instead use gender neutral signs. c> 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. CONTRACT COMPLIANCE CC -1 .3 M SECTION 11 - 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 seMc .) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. N Where is this statement posted? `= 0 -v 4. What is the name, telephone number and address of your business`. aLf mpoGaent Opportunity Officer? 0 (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. CONTRACT COMPLIANCE CC -2 a a i i I I 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 ev cm o z'' =s-s � a c� M 0 CONTRACT COMPLIANCE CC -3 1K SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. 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 1 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 anae current equal employment opportunity laws. ° 4. RECRUITMENT °nv (a) Let potential employees know you are an equal opportunity employer. Jjkcapbe dgm—by identifying yourself on all recruitment advertising as "an equal opportun- iA)cerri yer". r- (b) Use recruitment sources that are likely to yield diverse applicant pools.' - d -s nout .. recruitment will only perpetuate the current composition of your workfotaFSengb recruitment sources a letter annually which reaffirms your commitmentie equals' employment opportunity and requests their assistance in helping you reach div9se .A 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 „I 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. r (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. CONTRACT COMPLIANCE CC-4 D 0 11 n Ski ®I g � q 7W �O City of TPJ4 CN 41* 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 protectiorXpy O Federal or State law. As a contractor, consultant or vendor doing busineu with We City of Iowa City you are required to abide by the provisions of the local and in conjunction with your performance under a contract with the City. n-< r .<r M z� 0 CONTRACT COMPLIANCE CC-5 U r� l 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. B. 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 Ql 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 relatft to preg- nancy and childbirt-shall W governed by the following: * c 1. A written or unman emplo t policy or practice eludes' from employment appli "l omempl qs because of the enipa-�ee' reggmr¢y Is a prima facie viq'� - o-h of rfitis 2. Disabilities caused or c2tributed 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- Iowa City 897 M� ■ 2 -3 -1 2 -3 -1 spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to the human which chooses to offer employment or immunodeficiency virus. An agree- ment between an employer, employ- advertise for employment to only the disabled or elderly. Any such employ- ment agency, tabor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tal status, national origin, race, reli- spective employee in return for taking a test for the the gion, sex or sexual orientation. (Ord. presence of antibody 95 -3697, 11 -7 -1995) to the human immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemiologist determines and the if the employer or members of the Director of Public Health . declares family reside therein dWng such em- through the utilization of guidelines ployment. ° established by the Center for Disease ©t ) —� Control of the United States Depart- 4. The employn�� of�diviMs to ment of Health and Human Services, render personalcqeyice_to tht.4aerson that a person with a condition related of the employeT;V0 mWhber§ of the to acquired immune deficiency syn- employer's fam[V r'-- _,. M drome poses a significant risk of {� transmission of the human Immunode- 5. To employ oliilfe bats o'fi~Srex in ficiency virus to other persons in a those certain inAnces.mhere sex is a specific occupation. bona fide occupationfrP qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- „�„ 1. Any bona fide religious institution or rowly. its educational facility, association, corporation- or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- fication which serves a bona fide pub - tions are related to a bona fide reli- lic purpose. gious purpose. A religious qualifica - tion for Instructional personnel or an 7. To employ on the basis of disability administrative officer, serving in a in those certain instances where pres- supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or reli- pational qualification reasonably nec- gious institution shall be presumed to essary to the normal operation of a be a bona fide occupational qualifica- particular business or enterprise. The tion. (Ord. 94 -3647, 11 -8 -1994) bona fide occupational qualification IRR shall be interpreted narrowly. (Ord. 94 -3647, 11 -8 -1994) 897 Iowa City Yr S 4 J 3 GENERAL CONDITIONS Division 1, General Requirements and Covenants of the Iowa Statewide Urban Specifications for Public Improvements Manual shall apply except as amended in the Supplementary Conditions. GENERAL CONDITIONS N O _nz 4 'n .<r rn a �+ 4(3 7n M a GC -1 MR SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Construction Stakes S -3 Compliance with OSHA Regulations S-4 Insurance S -5 Concerning Subcontractors, Suppliers and Others o S -6 Work on Sundays or Legal Holidays S -7 Supervision and Superintendence v "'n S -8 Employment Practices S -9 Contract Compliance Program (Anti- Discrimination Requirements) C")-f S -10 Measurement and Payment 4n M S -11 Taxes "� m S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects ` �a Caption and Introductory Statements -- These Supplementary Conditions amend or supplement Division 1 of the Iowa Statewide Urban Specifications for Public Improvements Manual, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S -1 DEFINITIONS. ADD to or CHANGE the following definitions within section 1010 of the Iowa Statewide Urban Specifications for Public Improvements Manual: "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. S -2 CONSTRUCTION STAKING. 1W Replace item B of section 1050, paragraph 1.10 of the Iowa Statewide Urban Specifications for Public Improvements Manual with the following: ""! SUPPLEMENTAL REGULATIONS SC -1 me ti The Contractor shall be responsible for providing construction staking for the project. Survey stakes (including control points) inadvertently disturbed or removed during the course of construction shall be replaced at the contractor's expense. S-3 COMPLIANCE WITH OSHA REGULATIONS. Add the following to section 1070, paragraph 2.02 of the Iowa Statewide Urban Specifications for Public Improvements Manual: m The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The 10 Contractor and all subcontractors are solely responsible for compliance with said regulations. r W The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering 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 aaad State laws regarding hazardous chemicals and right -to -know. o S-4 INSURANCE. A=.� - =trn -- � �M M Mc .� A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATIO N Before commencing work, the Contractor shall submit to the Cite aQgrov Certificate of Insurance, meeting the requirements specified herein, *be in effect for the full contract period. 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. �.. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the �- contract, and to withhold payment for any work performed on the contract. .. B. MINIMUM COVERAGE 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 in the following type and minimum amounts: + Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit SUPPLEMENTAL REGULATIONS SC-2 �i B V V Bodily Injury & Property Damage $1,000,000 Excess Liability $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 when determined by City to be applicable. 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: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on 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 by virtue of investigation or deffte costs incurred by Contractor's insurer. o -- >n a M 2. The entire amount of the Contractor's liability insurance policy cover�pPimiiR shaft-be payable by the Contractor's insurer, with no deductible to be paid bJC9r s&- ins1r"ed retention to be attributed to, the Contractor unless this requiremen aiygd byrn City. Contractor's Certificate of Insurance must set forth the nature aamc-ant of such deductible or self- insured retention. ;? 3. 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. .. 4. 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. �r 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. t SUPPLEMENTAL REGULATIONS t SC -3 It] 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. 5. 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 pursue any and all remedies available to the City. 6. 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 due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, 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. CD "" 7. In the event that any of the policies or insurance coverage identi antrac ft Certificate of Insurance are canceled or modified, the City may inf �cr�on e0heer suspend Contractor's operations or activities under this Contract�,terconatemis -• Contract, and withhold payment for work performed on the Contract.rt� C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of lowa'City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of r them. *� 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to section 1080, paragraph 1.01 of the Iowa Statewide Urban Specifications for Public Improvements Manual: Bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. "M SUPPLEMENTAL REGULATIONS SC-4 .w 10 r' V If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 WORK ON SUNDAYS OR LEGAL HOLIDAYS. Amend section 1080, paragraph 1.07 of the Iowa Statewide Urban Specifications for Public Improvements Manual as follows: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays, June 3`d — 5tr' 2011 or July 1St -3`d 2011, without specific permission of the ENGINEER S -7 SUPERVISION AND SUPERINTENDENCE. Add the following to section 1080, paragraph 1.10 of the Iowa Statewide Urban Specifiagons for Public Improvements Manual _ =.C-) v CONTRACTOR shall maintain a qualified and responsible person availaW :44 I-Lrs per day, seven days per week to respond to emergencies which may ocBF -aftg hou sue. CONTRACTOR shall provide to ENGINEER the phone number and /or pagiq-4Rrvice of tV " individual. _ ? S -8 EMPLOYMENT PRACTICES. - Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S -9 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. S -10 MEASUREMENT AND PAYMENT. ? SUPPLEMENTAL REGULATIONS SC-5 F Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the Iowa Statewide Urban Specifications for Public Improvements Manual. S -11 TAXES. 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. S -12 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note: that these requirements involve only highway projects not funded with Federal monies. SUPPLEMENTAL REGULATIONS o a�- rn SC -6 E, V, SECTION 01010 SUMMARY OF WORK PART 1 GENERAL General description, not all inclusive: <w� 1. Where applicable sawcut and remove pavers and PCC base for light pole bases along entire corridor. 2. Excavate for light pole bases. 3. Directionally bore or open cut electrical feeders for street lights, pour light pole bases and install electrical service control panel. 4. Install traffic control measures, construction fencing and swppp. 5. Remove existing trees and roots in zone A and B. 6. Clear, grub and demolish walks in Zone A and B, demolish PCC patches,and sawcut and remove pavers for planting bed in Zone C, Overexcavate, and prepare subbase for all paver and walk areas. Install all PCC walks, PCC paver base and flush curb in Zone A, B and C, maintaining access to all businesses. 7. Install pavers in Zones A, B and C. 8. Protect new paver installation, overexcavate tree pits, install French drains, soil "^ mixture and trees in all zones keeping paver area free from soil. 9. Install light poles on PCC bases and rewire. 10. Plant, perennials and trees. Install mulch and tree grates. *- 11. Clean -up and remove construction fence and traffic control. a w END OF SECTION 01010 xa di 01010-1 U 0 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during final measurement. 1.03 SCOPE OF PAYMENT. A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. N _o .,., B. Construction items may be bid as a lump sum or as itemized wh chi will he paid on a unit cost basis. In either case, some work may be re( -W foowhicho separate pay item is not provided. Completion of this work is requhLmt If asepa pay item is not provided for this work, it is to be considered incida0to tll?e pr ect and no separate payment will be made. M x- PART 2 - PRODUCTS �~ .. 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released at the time of next monthly payment or 30 days after the project is accepted by the City Council, which ever is sooner. This is rri provided that no claims against the project have been filed within 30 days of project acceptance. Chapter 38 of the Code of Iowa will govern the release of OR retainage and resolution of claims. ,, 01025-1 11 E 3.02 BID ITEMS: 1. Mobilization; LS The lump sum price for this item includes all costs associated with mobilizing to and from the site, lodging expenses, permits, and all other overhead expenses so that the other work item unit costs reflect true costs to perform said item in the field. 2. Traffic Control; LS The lump sum price for this item includes all costs associated with providing traffic control for the site, including all construction fence and temporary asphalt walk. 3. Bike Rack, Stone Block and Wood Planter Demolition; LS The lump sum price for this item includes all costs associated with providing miscellaneous demolition for the site, including but not limited to removal of existing bike racks and stone block and wood planters. 7. Elec. Feeder LA; LF The unit prices for this item will be paid based on the Feeder LA as shown on the plans. Included with this item is all labor, equipment and materials necessary for furnishing and installing conduit, wire, trench, pull boxes and backfill. 8. Elec. Feeder LA - Bored; LF The unit prices for this item will be paid based on the Feeder LA as shown on the plans. Included with this item is all labor, equipment and materials necessary for furnishing and installing conduit, wire, bored under existing paving. " 9. Elec. Feeder LB - Bored; LF The unit prices for this item will be paid based on the Feeder LB as shown on the plans. Included with this item is all labor, equipment and materials necessary for furnishing and installing conduit, wire, bored under existing paving. 01025-2 4. Temporary Erosion Control; LS The lump sum price for this item includes temporary erosion control as necessary and indicated on the Site Demolition Plan. Included with this item are placement +* and maintenance of best management practices and maintenance of storm sewer systems throughout construction. N C' 5. Main Electrical Service and Control Location; EA °c-) S,. The unit prices for this item will be paid based on the Main E r�C1L�caCService s shown on the plans. Included with this item is all labor, equips and- mat s necessary for furnishing and installing main panel, lighting cdpol,' -&nta , enclosure, conduit, wiring, and all other individually minute items, 51 wire to p e the Main Electrical Service. 6. Type H1 Light Fixture; EA The unit prices for this item will be paid based on the Light Fixture as shown on the plans. Included with this item is all labor, equipment and materials necessary for 'ow furnishing and installing luminaires /arms, lamps, pole, break -away base, concrete „r, base receptacle, accessories and backfill. 7. Elec. Feeder LA; LF The unit prices for this item will be paid based on the Feeder LA as shown on the plans. Included with this item is all labor, equipment and materials necessary for furnishing and installing conduit, wire, trench, pull boxes and backfill. 8. Elec. Feeder LA - Bored; LF The unit prices for this item will be paid based on the Feeder LA as shown on the plans. Included with this item is all labor, equipment and materials necessary for furnishing and installing conduit, wire, bored under existing paving. " 9. Elec. Feeder LB - Bored; LF The unit prices for this item will be paid based on the Feeder LB as shown on the plans. Included with this item is all labor, equipment and materials necessary for furnishing and installing conduit, wire, bored under existing paving. 01025-2 0 10. Tree Removal; EA. The unit price for this item includes removal of trees indicated on plan. 11. PCC Pavement Demolition; SF '! The unit price for this item will be paid based on the number of square feet of PCC walk and drive to be demolished and removed. This item includes the demolition of the drive apron but does not include the PCC paver system base (see item 16). 12. Earthwork; CY The unit price for this item will be for all grading, excavation and compaction of earth (including addition of borrow and backfill, disposal of excavated material and topsoil spread). 13. Compacted Aggregate; TON The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for excavation and placement of the compacted aggregate to the depth specified. Included with this item is all work to provide placement of specified material (including over - excavation, finish grading and compaction of surface to required elevations). 14. PCC Pavement; SY The unit price for this item will be paid based on the number of squar&yards of Portland Cement Concrete pavement constructed at the specified %lths and thicknesses. Also included with this item is excavation to place foci "ndxpave at required elevations, supply, placement and compaction of s6izwaQmaterial, forming, supply, placement and finishing of concrete, curing, j24tingand FM sealing. --+� ;{ M 15. PCC Drive Apron; SY -,,. The unit price for this item will be paid based on the number square yards of Portland Cement Concrete pavement constructed at the specified &ths and thickness. Also included with this item is excavation to place forms and pavement at required elevations, supply, placement and compaction of sub grade material, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing. 16. Remove and Replace PCC Curb and Gutter; LF The unit price for this item will be paid based on the number of lineal feet of removal and replacement of PCC curb and gutter. Also included with this item is the excavation to place forms and place PCC at required elevations, supply, placement and compaction of sub grade material, forming, supply, placement and finishing of concrete, curing, jointing and joint sealing. 17. PCC Paver Base with Curb Edge; SY The unit price for this item includes all costs associated with the PCC paver base and flush planter curb edge, as well as the tapered low wall surrounding the existing storm inlet structure to be constructed at the specified width and thicknesses at required elevations. Also included with this item is excavation to place forms for pavement installation, supply, placement and compaction of subgrade material, forming, supply, placement and finishing of concrete, curing, jointing and sealing. 01025-3 V F 18. Unit Paver System Demolition; SF The unit price for this item will be paid based on the number of square feet of unit pavers and PCC base to be removed, salvaged and cleaned for re -use. 19. Unit Paver System; SF The unit price for this item will be paid based on the number of square feet of Unit Pavers on mastic setting bed to required elevations. 20. Import and Place Topsoil; CY The unit price for this item will be paid base on the number of cubic yards of topsoil required for plantings and sod bed. 21. Prepare and Place Manufactured Soil Mix; CY The unit price for this item will be paid based on the number of cubic yards of manufactured soil mix required for placement in planting beds and tree pits. This also includes the furnishing and preparation of manufactured soil mix to be mixed and made available to the City for their use in planting those right -of -way trees not in contract. 22. Mulch; CY The unit price for this item will be for all labor and materials associated with the installation of all mulch in planting beds as specified, and for furnishing mulch and making available to the City for their use in planting those right -of -way tre" not in contract. 23. Furnish and Install Bike Racks; EA - --+ Measurement and payment for this item shall be made on a p_�ef nit asis. tR- addition to the bike racks, this item includes all labor, equipm rand mater�ls necessary for installing bike racks. 1 24. Furnish and Install Bench; EA Measurement and payment for this item shall be made on a per unit basis - .Included with this item is all labor, equipment and materials necessary for furnishing and installing bench as shown on the plans. All fasteners and connectors shall be considered incidental to the unit price. 25. Perennials; EA The unit prices for this item will be paid based on the number of perennials planted for each type specified, as shown on the plans. Included with this item is furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved soil mix, and all upkeep as specified, including a one -year warranty. This item does not include mulch. 26. Trees; EA The unit price for this item will be for the understory street trees at the Mansion as indicated in the plans and specifications. All other trees are not in contract. Included with this item is furnishing, delivery, storage, preparation, planting, watering, fertilizing, backfilling with approved topsoil mix setting bed, manufactured 01025-4 F V h soil mix, shredded hardwood mulch, and all upkeep as specified, including a one - year warranty. This item does not include mulch. 27. Sod; SY The unit price for this item will be for the square yards of sod as indicated in the plans and specifications. Included with this item is furnishing, delivery, storage, preparation, planting, watering, fertilizing, and all upkeep as specified. 28. Furnish and Install Tree Grates (EA) — The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for the placement of new tree grates as specified. Overexcavation, is included with this item. 29. Furnish and Install Tactile Warning Plates; SF The unit price for this item is base on the number of square feet of tactile warning plates. This item includes all cost associated with furnishing and installing tactile warning plates as indicated in the drawings and specifications. END OF SECTION 01025 01025-5 N 0 v = Im -M .. B SECTION 01090 REFERENCE STANDARDS PART 1 GENERAL 1.01 GENERAL A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflicEivith the enforcement of building codes and similar regulations governing a rk; oo they are not intended to interfere with local union jurisdiction3 -;- er�t5�tts ark! similar conventions. Such assignments are intended to establiab ictLpart entity involved in a specific unit of work is recognized as "expert hd4hdicJed construction processes or operations. Nevertheless, the final =�r- iortsibilityM fulfillment of the entire set of contract requirements remains with5QCoRFractqo 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Concrete Institute (ACI). 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications (IDOT) and current Supplemental Specifications 5. American National Standards Institute (ANSI). 6. American Water Works Association (AWWA). 7. American Welding Society (AWS). 8. Federal Specifications (FS). 9. National Electrical Safety Code (NESC). 10. Iowa Occupational Safety and Health Act of 1972 (IOSHA). 01090-1 t V 11. Manual of Accident Prevention in Construction by Associated General Contractors of America, Inc. (AGC). 12. American Disabilities Act (ADA). 13. Standards and Codes of the State of Iowa and the Ordinances of the City of Iowa City, Iowa. 14. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. B. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. D. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. References herein to "OSHA Standards" shall mean Title 29, Part 1910, CcupaUonal -n Safety and Health Standards, Code of Federal Regulations (OSHA), incbRft a ' changes and amendments thereto. n 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS �� M A. The Contractor is responsible that all work included in the Con ct D�uments, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA* nd any other Federal, State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01090 01090-2 E SECTION 01310 PROGRESS AND SCHEDULES PART 1-GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre - Construction meeting a detailed schedule of the proposed work with the controlling operation identified. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS o — o— None.� ..n PART 3 - EXECUTION C_���y �o rn m 3.01 MEETINGS PRIOR TO CONSTRUCTION: K A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Calendar Days for Completion Date 1. Work will be completed on August 19th, in accordance with the General Conditions. 2. Calendar Day count shall start on June 14"', 2011 and continue through the completion of all work. ty B. Liquidated Damages 1. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02A above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on 01310-1 time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in paragraph 3.02A until the Work is substantially complete. 2. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the Work is not completed by the dates specified in paragraph 3.0213 above, plus any extensions thereof allowed in accordance with the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner $500 for each day that expires after the time specified in paragraph 3.026 until the Work is complete. 3. Separate sums of liquidated damages which will be assessed for each of the conditions described hereinbefore, and they shall be cumulative if multiple conditions have not been satisfied. C. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting fresRJ poured concrete. o — Q -v D. No work shall be done on July 1 through July 3, 2011. All congLotiof 'materift and traffic control shall be removed from the street and walks ducig24his�perioc7 r... W M E. Work will proceed in a well organized and continuous mann(i5ro miimiz disruption to the general public (both pedestrian and vehicu 'anCE< e It1C'al businesses and residents. Access to businesses shall be rkr intakmd at all times. -` F. Contractor will be responsible for safe access of pedestrians, bicyclelists and .- vehicles during all work. Contractor to provide temporary surfacing as needed to maintain safe transition at surfaces G. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIES: A. Should unanticipated utility conflicts occur, the Contractor shall work closely with the utility companies to aid in resolving the conflicts to keep the project on schedule. END OF SECTION 01310 01310-2 EhkJ SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: o o C-) -v A. Submit a traffic control plan for all activities requiring traffic cont�3I-rlbt fllecifioeNy addressed by the project plans. ``) - �"- =tc� .<r~ X1'1 PART 2 - PRODUCTS Z.E 2.01 MATERIALS: 1 A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 202 EQUIPMENT. A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. ,, 01570-1 �r rr rw M� Division 25. Miscellaneous Construction. Section 2528. Traffic Control 3.02 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. END OF SECTION 01570 01570-2 N 0 I>= 330 O'n -C.... Zo rn x31• M Fl PROJECT SPECIAL PROVISIONS INDEX Urban Standard Specifications for Public Improvements (current revision) Division 2 through Division 11, shall apply except as amended /provided for in the following Special Provisions. SP1 DEMOLITION SP2 TREES SHRUBS AND GROUND COVERS SP3 SODDING SP4 SITE FURNISHINGS SP5 UNIT PAVING SP6 ELECTRICAL PRODUCT REQUIREMENTS SP7 ELECTRICAL EXECUTION REQUIREMENTS SP8 GROUNDING AND BONDING SP9 ELECTRICAL IDENTIFICATION n� °- SP10 o C-) LOW- VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLEi;::; -- �• SP11 CONDUIT �r SP12 ELECTRICAL BOXES Z3 SP13 WIRING DEVICES' SP14 PANELBOARDS SP15 EXTERIOR LUMINAIRES SP16 CONCRETE REINFORCING SP 17 CONCRETE PAVING AND CURBS 11 M 0 Gilbert Street Corridor Index Confluence Proj. #090191C SPECIAL PROVISION SP1 DEMOLITION PART 1 - GENERAL 1.1 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces and other miscellaneous items as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing plant material and tree roots as indicated on drawing. 1.2 REFERENCES: A. Iowa Statewide Urban Design and Specification. 1.3 QUALITY ASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, stone, bricks, castings, and other waste or debris resultinorom work under this section. o` 1.4 SUBMITTALS: C") p��.•..r --d t i f A. Locations of disposal sites and copy of written agreement with local at#*Iqy ifAte is n approved sanitary landfill. : B. Permits and notices authorizing demolition, if required.' - C. Certificate of severance of utility services, if required. D. Demolition procedures and operational sequence for review and acceptance by Owner and Landscape Architect. 1.5 JOB CONDITIONS: A. Dust Control: 1. Use all means necessary to prevent the spread of dust during performance of the Work of this Section; thoroughly moisten all surfaces as required to prevent dust being a nuisance to the public, neighbors, and concurrent performance of other Work on the site. ;'A B. Do not damage or cause to be damaged, structures, parking lots, drives, streets, alleys, sidewalks, utilities, lawns or any other property adjacent to the work area or within the Contract Limits. Repair any damage at no cost to Owner. Gilbert Street Corridor S131 -1 Confluence Project #090191C IN 0 C. Provide sheeting, shoring or other means necessary to protect property during demolition; in the event of damage, immediately make all repairs and replacements necessary to the approval of the Owners at no additional cost to the Owner. D. Existing Utilities: 1. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during demolition operations. 2. Underground utilities shown on the drawings have been taken from existing public records, Owner's records and available as -built drawings and are correct to the best of our knowledge and provided for information only. 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in !^ operation. Repair damaged utilities caused by Prime Contractor's negligence to the satisfaction of utility owner at no cost to the Project Owner. IM 4. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner and then only after it has been provided. r.s 0 5. Provide minimum of 48 -hour notice to Owner and Project EQineer =d receive written notice to proceed before interrupting any utility. E. Protection of Persons and Property: 1. Barricade open excavations occurring as part of this work andtQt vi!f wa I lights. C�= - 2. Operate warning lights as recommended by authorities having ju it sdictio(E 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by demolition operations. PART2- PRODUCTS 2.1 GENERAL: A. Explosives shall not be used for demolition. B. Furnish all materials and equipment required for performing the demolition. All equipment and materials are subject to the approval of the Owner. PART 3 - EXECUTION 3.1 GENERAL: Do not commence work until conditions are acceptable to the Owner. Gilbert Street Corridor SP1 -2 Confluence Project #090191C 4i 3.2 PREPARATION: A. Notification: Notify the City and adjacent property owners at least two full working days prior to commencing the Work of this Section. B. Site Inspection: Prior to all Work of this Section, carefully inspect the entire site and all objects designated to be removed. 2. Before commencing the Work of this Section, verify with the Owner all objects to be removed. Locate all existing active utility lines traversing the site and determine the requirements for their protection. C. Disconnection of Utilities: Before starting site operations, disconnect or arrange for the disconnection of all utility services designated to be removed, performing all such work in accordance with the requirements of the utility company or agency involved. D. Protection of Utilities: 0 N 0 1. Preserve in operating condition all active utilities traversing the Be and- designated to remain. 2. Protect existing storm sewer during tree removal. Grind root bid =jor lateral roots using hand excavation where necessary. Owner's4gla ese0tive m shall approve the extent of root removal prior to commencemer eve construction. � Z to 3. If active utilities are damaged or interrupted as a result of work under this section, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Prime Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance *** with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Prime Contractor ' shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. W E. Site Protection Measures Barricade and fence open excavations or depressions resulting from work during non - working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 2. Warning devices shall be kept operational during all non - working and non - active periods. IP MIR Gilbert Street Corridor SP1 -3 Confluence Project #090191C i fr. fir fir F. Site Access Measures 1. Contractor shall perform demolition and removal operations so as to maintain vehicular and pedestrian access to adjacent properties and businesses to the maximum extent possible. 3.3 DEMOLITION: A. Demolish all materials as shown on the Drawings. B. Saw cut edges of paving demolition where paving to remain adjoins that to be removed. 3.4 DISPOSAL: A. Remove demolition debris as soon as practicable. Legally dispose of at approved landfill. B. Do not bury,store or burn materials on site except materials noted on Plans to be salvaged. C. Store salvaged materials on site or as directed by Owner. 3.5 RESTORATION OF DISTURBED AREAS: n, 0 A. Repair demolition performed in excess of that required. B. Repair all damage resulting from this Work. C. Restore disturbed areas to their original condition. �• 3.6 CLEAN -UP: ra A. Contractor shall clean up site daily and leave it in an orderly and safe condition at the end of each days work. B. Upon completion of Work, remove tools and equipment from site. C. Leave site in a condition acceptable to Owner. Gilbert Street Corridor Confluence Project #090191C END OF SPECIAL PROVISION SP1 SP1-4 SPECIAL PROVISION SP2 TREES, SHRUBS AND GROUNDCOVERS PART 1- GENERAL 1.1 SUMMARY A. The selection, placement and maintenance of trees and perennials. This section super- sedes the Iowa Statewide Urban Design Specifications. Tree installation and trees shown to be not in contract will be furnished and installed by others. 1.2 REFERENCES A. Drawings. 1.4 DELIVERY, HANDLING AND TEMPORARY STORAGE A. Install plant material on the day of delivery to the site; in the event this is not possible, protect that stock not planted. Q B. Keep plant material that cannot be planted immediately after delivery in i3"haag, welf'n protected with soil, wet moss or other acceptable material and well water C. Do not bind plants with wire or rope at any time so as to damage the bffll�IR break branches. ' �" '� D. Lift and handle plants from the bottom of the ball only. E. Plants moved with a ball will not be accepted if the ball is cracked, loose or broken before or during planting operations. F. Deliver fertilizer to site in original, unopened containers, each bearing manufacturer's guaranteed analysis. G. Store packaged materials off ground and protect from moisture. 1.5 CODES, PERMITS AND FEES A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. 1.6 JOB CONDITIONS A. Existing Utilities 1. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during this work. Gilbert Street Corridor Confluence Proj. #090191C SP2 -1 2. Underground utilities shown on the drawings have been taken from existing pub- lic records, Owner's records available as -built drawings and are correct to the best of our knowledge, provided for information only. 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Utility Owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities caused by Prime Contractor's negligence to the satisfaction of Utility Owner at no cost to the Project Owner. 4. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Project Engi- neer and then only after acceptable temporary utility services have been pro- vided. 5. Provide minimum of 48 -hour notice to Owner and receive written notice to pro- ceed before interrupting any utility. B. Protection of Persons and Property 1. Barricade open excavations occurring as part of this work and post with warning lights. 2. Operate warning lights as recommended by authorities havimntmsd'�on. M 3. Protect structures, utilities, sidewalks, pavements, and otherfLa"�c7flities nm dFM-- age caused by settlement, lateral movement, undermining, wadut and oth hazards created by this work. _ , rn 1.7 INSPECTION AND APPROVAL z �. N A. All materials described and specified herein are subject to inspection and approval by Owner's Representative. B. Materials may be inspected by the Owner's Representative at source of supply or the Owner's Representative may require the Prime Contractor to submit color slides and /or photographs which illustrate the specified plant material at the source of supply. C. This inspection does not waive the right to reject any material after it has been delivered to the site and /or installed. 1.8 INITIAL, INSPECTION AND ACCEPTANCE A. Initial inspection of the planting to determine completion of contract work, exclusive of possible replacement of plants, will be made by the Owner's Representative upon com- pletion of the work. B. Initial inspection will not be conducted unless all items of work as outlined in Part 3 EXECUTION have been completed. C. Five (5) days prior to the anticipated date of inspection submit written notice requesting inspection to Owner's Representative. Gilbert Street Corridor S132 -2 Confluence Proj. #090191C D. After inspection, the Prime Contractor will be notified in writing, by the Owner, of initial acceptance of inspected work exclusive of the possible replacement of plants and correc- tion of deficiencies in the requirements for completion of the work. E. Maintain, as specified, areas not acceptable until corrections are completed and re- inspection is conducted. F. If a significant time delay (sixty to ninety days) is encountered, through no fault of the Landscape Contractor, inspection and initial acceptance of a major portion of the plant- ings may be granted. G. All plants shall be alive and healthy at the time of initial acceptance. Replacement of rejected plants before initial acceptance to meet the terms of initial ac- 2y' ceptance shall not be considered a part of the guaranty and replacement requirement of this Specification. 1.9 GUARANTEE, REPLACEMENT AND FINAL INSPECTION A. Guarantee plants for the duration of one (1) full year after they are initially accepted as defined herein. N B. Plants shall be alive and in good, healthy and flourishing condition of growth at t end of the guaranty period. °n --a TIN 71 70 .... C. At the end of the guaranty period, final inspection will be made by owneC9 ti'epresental tive upon written notice requesting such inspection; submit notice to Own* Re�e- sentative at least ten (10) days before the anticipated date of inspection -i m D. Any plant, required under this Contract, that is dead or not in a vigorous riving-- Condi- tion, as determined by Owner's Representative at the time of Final Inspection, vq%be re- moved from the site. K. Make all necessary repairs to grades, lawns and paving required because of plant re- �* placements, at no cost to the Owner. Gilbert Street Corridor SP2 -3 Confluence Proj. #090191C 0 E. Plants that are missing at the time of Final Inspection are to be installed during the speci- �. fied planting season when weather and site conditions permit. j.. F. In case of any questions regarding the condition and satisfactory establishment of a re- jected plant, the Landscape Contractor may elect to allow such plant to remain through w another complete growing season. If at that time the rejected plant is found to be dead, in an unhealthy or badly impaired condition, it shall be replaced. G. After Initial Acceptance, replace plants (once during or at the end of the guaranty period) that are observed to be dead or in a badly impaired condition. H. One replacement after initial acceptance shall constitute fulfillment of Prime Contractor's guaranty for the particular plant replaced. •ear I. Replacement Plants: Plants of the same kind and size as specified in the Plant Schedule; All furnished and planted as specified herein. J. Replacement Plants: Guyed or staked, mulched, wrapped, fertilized, pruned and restored to original condition as originally specified at no cost to Owner. K. Make all necessary repairs to grades, lawns and paving required because of plant re- �* placements, at no cost to the Owner. Gilbert Street Corridor SP2 -3 Confluence Proj. #090191C 0 Mimi L. Plant Replacement Cost: Borne by Prime Contractor except for possible replacements resulting from removal, loss or damage due to occupancy of project in any part, vandal- ism, civil disobedience, or acts of neglect on the part of others, physical damage by ani- mals, vehicles, fire, etc., or losses due to curtailment of water by local authority, or to "Acts of God ". Floods, tornadoes, wind of hurricane force, and hail are not normal and the damage they do cannot be calculated in a bid. PART 2 - PRODUCTS 2.1 PLANT MATERIALS A. Plant Schedule: A list of plant materials is scheduled on the Drawings. Trees located on private property (in front of the Mansion) along with perennials listed are included except those trees indicated to be not in contract. (N.I.C.) In the event of any discrepancy be- tween this schedule and the Plan Drawing showing the plants, the Plan Drawing shall go- vern. All supplied plants shall be grown in the zone which they are to be planted or lower. OR B. Certification of inspection of plant materials required by Federal, State or other govern- mental agencies to accompany all shipments to be furnished to the Owner's Representa- tive. N C. Nomenclature: The names of plants required under this Contract conf(fm to tb;re given in the "Standardized Plant Names ", 1942 Edition, prepared by the Arn%i@9n Joint Corr mittee on Horticultural Nomenclature. Names of varieties not include {einmonforM..„ generally with names accepted in the nursery trade. C-) -< — *-0 D. Standards: All plant materials, grading, sizes, methods, etc., are to con t o St r dards of the American Association of Nurserymen, Inc., as contained in*ir current lication "American Standard for Nursery Stock ", (ANSI Z60.1- 2004). Ighe eves there is a discrepancy between these standards and this Specification, the most restri t,ve re- quirement shall govern. E. Labeling: Legibly tag all plants as to name and size. F. Species and Variety: True to name as specified. Plants approved as true to name at time of initial acceptance which, during the guaranty period, exhibit characteristics indicating they are not true to name will be replaced at no cost to the Owner. G. Availability: Before submitting his bid, the Prime Contractor shall have investigated the sources of supply and satisfied himself that he can supply the listed plants in the size, va- riety and quality listed and specified. Failure to take this precaution will not relieve the Prime Contractor from his responsibility for furnishing and installing all plant materials in strict accordance with the Contract Documents without additional cost to the Owner. H. Quality Growth habit typical for species and as indicated on the Plant Schedule. 2. Sound, healthy, vigorous and free from insect pests, plant diseases and injuries. 3. One sided plants or plants taken from tightly planted nursery rows will be re- jected. Gilbert Street Corridor SP24 Confluence Proj. #090191C K. Container Grown Plants 1. Container size as specified in Plant Schedule. 2. In compliance with ANSI Z60.1 -2004. 2.2 PLANTING SOIL A. Manufactured Soil Mix Gilbert Street Corridor Confluence Proj. #090191C SP2 -5 I. Size and Form 1. Equal or exceed measurements specified in the Plant Schedule. 2. Measured before pruning with branches in normal position. Height and spread specified refers to main body of plant and not from tip to tip of branches or roots. 3. Caliper of trees less than four inches (4 ") - taken six inches (6 ") above ground "! level. Trees four inches (4 ") and over - measured one foot (12 ") above ground level. „ 4. Specified trunk height can be obtained by pruning lower branches of a plant after the plant has been installed; however, pruning to achieve specified trunk height is to occur after Landscape Architect has inspected plant and directed Prime Con - tractor as to the amount of pruning required. r. 5. Where specified by caliper, no one stem of a specific multi- stemmed plant shall be smaller than the caliper size specified. J. Balled and Burlapped Plants 1. Designated as "'B &B'; dug with firm, natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. ""' 2. o -- In compliance with ANSI Z60.1 -2004. -� 3. Balls: Firmly wrapped with burlap or similar biodegradable maQ aa5 anaPount — .. with twine, cord, or wire mesh. �-- m rr� sa• 4. Where necessary to prevent breaking or cracking of the ball cif th Z rocs of planting, the ball may be secured to a platform. Broken orftk)se baft not a. be accepted. N 5. A container grown plant, in lieu of a "'B &B" plant, will be accepted provided it *- meets specified sizes and complies with ANSI Z60.1 -2004. 6. A machine moved plant, in lieu of a "'B &B" plant, will be accepted provided it meets specified sizes and complies with ANSI Z60.1 -2004. K. Container Grown Plants 1. Container size as specified in Plant Schedule. 2. In compliance with ANSI Z60.1 -2004. 2.2 PLANTING SOIL A. Manufactured Soil Mix Gilbert Street Corridor Confluence Proj. #090191C SP2 -5 E 1. Manufactured Soil Mix is defined as soil to be used in planting beds and pits per the plans. Prepare Soil Mixture for use in planting beds including those beds with trees shown to be not in contract. Make manufactured soil mix available to the Owner's agent for use in the installation of trees not in contract. Soil sam- ple to be submitted for approval. 2. Manufactured Soil Mix to consist of: a. 2 parts sand b. 1 part compost c. 1 part topsoil (must be fertile, topsoil, typical for locality, capable of sustaining vigorous plant growth, free of subsoil, clay or impurities, plants, weeds and roots.) B. Topsoil Mix 1. Topsoil Mix is defined as soil to be used at the bottom of the tree grate planter areas per the plans. Prepare and install topsoil mix for use in planting beds includ- ing those beds with trees shown to be not in contract. Soil sample to be submitted for approval. 2. Topsoil Mix to consist of: a. 3 parts topsoil (must be fertile, topsoil, typical for locality, capable of sustain- ing vigorous plant growth, free of subsoil, clay or impurities, plants, weeds and roots.) b. 1 part compost c. 1 part sand B. Very poor soils of clay, gumbo, gravel, hard -pan, or other soils injurioLmo plains shall not be used. a C-1) -a; D. Dispose of soil excavated from planting hole that is not used as part cEtVit sf i or topsoil mix. _ M s> M 2.3 MULCH A. Shredded Hardwood Mulch. N B. Depth and locations as shown on drawings. C. Furnish in bags or bulk. D. Submit sample for approval by Owner's Representative. 2.4 GRAVEL A. As indicated in drawings. 2.5 STAKING, GUYING, AND WRAPPING MATERIALS: A. Stakes: Similar or equivalent to steel farm fence posts, green vinyl coated or painted black with a rust inhibiting paint. All stakes the same color. B. Wire: No. 11 gauge pliable galvanized wire. Gilbert Street Corridor " Confluence Proj. #090191C SP2 -6 V-111 e ") C. Hose: New green or black 2 -ply one -half inch (1/2 diameter reinforced rubber garden hose; all hose the same color. D. Guying cable: Five - strand, three - sixteenth inch (3/16 ") diameter, steel cable. Attach wire cable clamps and turnbuckles (galvanized or aluminum). E. Steel auger type screw anchor with twenty -four inch (24 ") rod length and three inch (3") plate. F. Wrapping material: Heavy crinkle crepe tree wrapping paper in strips four to ten inches (4 -10 ") wide. PART 3 - EXECUTION 3.1 COMMENCEMENT DATE A. At the earliest possible date site conditions permit. 3.2 PREPARATION A. Stake out on the ground the locations of all plants and obtain approval of the a ner's Representative before excavation is begun. ,, r B. Relocate incorrectly located plants at no expense to the Owner. j�;::� __V 3.3 EXCAVATION C-) A. Excavate the plant pit, centered at the location stake. B. Verify that French drain holes at planting pits in the ROW Boulevard are propfr y installed prior backfilling topsoil mixture. B. Planting soil for backfilling shall be kept separate from excavated subsoil. C. Excavate the plant pit to depth shown on drawings. Backfill around and beneath the root system. D. Where surface or subsurface conditions prevent digging a plant pit to specified dimen- sions, obtain approval from Owner's Representative to modify location of pit dimensions. 3.4 DRAINAGE TEST A. Test all tree plant pits for drainage. B. Fill each selected plant pit with water and let stand for twenty -four (24) hours. C. Do not proceed with planting where drainage problems are apparent. D. Report to the Owner's Representative areas which do not drain within twenty -four (24) hours. Gilbert Street Corridor S132 -7 Confluence Proj. #090191C 3.5 PLANTING A. Perennials 1. Cultivate groundcover areas a minimum of six inches (6 ") deep. Provide six inch (6 ") depth of manufactured soil mix, and grade smooth immediately before plant- ing perennial plants. 2. Plant perennials as shown on the drawings. 3. After planting and before mulching, spread weed preventer over plant bed soil surface as per manufacturer's recommendation. 4. Install mulch to depth of three inches (3 ") over entire groundcover bed. B. Balled and Burlapped and Container Grown Plants 1. Center the root ball in the plant pit resting on six inches (6 ") of well tamped plant- ing soil. 2. Backfill the plant hole with planting soil placed in layers around the root ball. 3. Carefully tamp each layer in place in a manner to avoid injury to roots or ball. 4. When approximately two- thirds (2/3) of the plant hole, has been backed, fill the hole with water and allow the soil to settle around the roots. o 5. Set top of root ball level with the surrounding grade as shown e 15Rnting4%,- tails. .<r 6. Place mulch as indicated in the Planting Details. � E5 s 7. Cut cord or wire securing burlap at base of tree.' �- N 3.6 STAKING: A. Use stakes driven vertically to depth to provide a firm structure. B. Attach wire to the stake at a point approximately four feet (4') from the ground and attach to the tree at the same height. C. Encase the wire in rubber hose to avoid direct contact between wire and bark of tree. D. Place stakes opposite each other in an north -south direction and drive with a slight tilt away from each at the top so that slight tension can be placed on the wires when at- tached. E. All staking material may be salvaged by the Landscape Contractor twelve to eighteen (12 -18) months after planting. 3.7 GUYING: Gilbert Street Corridor Confluence Proj. #090191C SP2 -8 IF A. Space guys equally about each tree according to plan detail. B. Each guy will consist of three - sixteenth inch (3/16 ") cable attached to the tree trunk at an angle of thirty (30) to forty -five (45) degrees at about two- thirds (2/3) of the height of the tree and anchored at the ground to earth anchors as specified. C. Make all cable fastenings with an approved cable clamp and turnbuckle. D. All guying materials may be salvaged by the Landscape Contractor twelve to eighteen (12 -18) months after planting. :7_\ ; Z � L [el A. Promptly after planting, wrap trunks of all deciduous trees with tree wrapping paper spi- rally from ground line to bottom branches. B. Neat and snug; materials held in place by a suitable cord; tapes are unacceptable. 3.9 PRUNING AND REPAIR A. Prior to initial inspection, prune all trees and shrubs and repair any injuries. Limit the amount of pruning to the minimum necessary to remove dead or injured braes and twigs. C:) c-) o B. Maintain the natural habit, shape and specified size of the plant. M CUTS flush leave no stubs. Wit- �`` -<r° C. On all cuts over three - quarters inch (3/4 ") in diameter and bruises orc�R. oMMe b��q trace the injured cambium back to living tissue and remove; smooth go shape woui4dS so as not to retain water and coat the treated area with an approvedlantiseptie -tree paint. ru 3.10 MULCH *� A. Install at consistent depth as shown on drawings. B. Sub -grade surface of areas to receive mulch shall be sloped to drain, smooth and free of ruts and clods. 3.11 CLEAN UP A. Cover newly placed pavers to protect them from soil or other materials used in planting operation. Remove any soil or similar material that has been brought onto paved areas by planting operations keeping those areas clean at all times. B. Upon completion of the planting, dispose of all excess soil and stones resulting from the planting operation. C. Remove all debris, resulting from planting operations, from the site. 3.12 MAINTENANCE Gilbert Street Corridor Confluence Proj. #090191C 611227 R P tl �r Im A. Begin immediately following installation of plants and continue until initial acceptance. B. Include watering, weeding, cultivating, mulching, removal of dead material, resetting plants to proper grades or upright position and restoration of the planting saucer, and other necessary operations. C. If any planting is done after lawn preparation, provide proper protection to lawn areas and repair any damage resulting from planting operation promptly at no cost to the Owner. D. Maintenance after initial acceptance of the planting will be performed by the Owner. E. Maintenance performed by the Owner in accordance with recommended program will not affect the Landscape Contractor's obligation to guarantee and replace defective plants as herein described. Gilbert Street Corridor Confluence Proj. #090191C END OF SPECIAL PROVISION SP2 0 O �nAO :< _ i'r'! N SP2 -10 V-1 SPECIAL PROVISION SP3 SODDING PART 1 - GENERAL 1.1 SUMMARY: A. Preparation and placing of sod turf. Gilber Street Corridor Confluence Proj. #090191C SP3 -1 1.2 WORK INCLUDED: A. Provide all labor, materials, equipment and supervision required to furnish and install sodding including: 1. Finish Grading 2. Fertilizer. +Irr 3. Sod. 4. Watering. o rlrii 1.3 RELATED WORK SPECIFIED ELSEWHERE: �?n p.. ••� )> Z-4 A. Trees, Shrubs, and Groundcovers: Special Provision SP2. ... B. .<r See Iowa Statewide Urban Design and Specifications for earthwork. . 1.4 DEFINITIONS ''� `.Q A. Finish Grade: Elevation of finished surface of planting soil. rr B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand �- with stabilized organic soil amendments to produce topsoil or planting soil. rr C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. „ D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. 1.5 QUALITY ASSURANCE: A. All materials described and specified herein shall be subject to inspection and approval by the Owner's Representative. B. Materials may be inspected by the Owner's Representative at source of supply. C. This inspection does not waive the right to reject any material after it has been delivered to the site and /or installed. Gilber Street Corridor Confluence Proj. #090191C SP3 -1 V D. Soil- Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. E. Topsoil Analysis: Furnish soil analysis by a qualified soil- testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; deleterious material; pH; and mineral and plant- nutrient content of topsoil. Report suitability of topsoil for lawn growth. State recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce a satisfactory topsoil. 1.6 SUBMITTALS: A. Sod Growers Certification. A. Certification of turf species comprising sod. B. Bills of Lading and /or certification of formulation for fertilizer. C. Topsoil analysis report. 1.7 CODES, PERMITS AND FEES: c A. Obtain any necessary permits for this Section of Work and pay any fe �ffpuiri1g for pits. B. The entire installation shall fully comply with all local and state laws arW'rdin &es, with all established codes applicable thereto. ern -) f:C. 1.8 JOB CONDITIONS: A. Existing Utilities: N 1. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during earthwork operations. 2. Underground utilities shown on the drawings have been taken from existing public records, Owner's records available as -built drawings and are correct to the best of our knowledge, provided for information only. 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Utility Owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities caused by Prime Contractors negligence to the satisfaction of Utility Owner at no cost to the Project Owner. 4. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Project Engineer and then only after acceptable temporary utility services have been provided. 5. Provide minimum of 48 -hour notice to Owner and Project Engineer and receive written notice to proceed before interrupting any utility. B. Protection of Persons and Property: Gilber Street Corridor SP3 -2 Confluence Proj. #090191C 1. Barricade open excavations occurring as part of this work and post with warning lights. 2. Operate warning lights as recommended by authorities having jurisdiction. 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by this work. 1.9 SITE DISTURBANCES: A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. C. Repair and /or return to original condition any damage caused by Prime Contractor 's negligence at no cost to Owner. 1.10 DELIVERY, HANDLING AND STORAGE: A. Protect sod from dehydration, contamination and heating during transportation, delivery and storage. B. Sod shall be harvested, delivered and transplanted within a period of thirty -six (36) hours unless a suitable preservation method is approved. 0 C. Keep stored sod moist and under shade or covered with moistened bur1q. 320 ,,,n D. Sod showing visible signs of heating will be rejected. C-) -.— �... =i C-) tifl E. Do not tear, stretch or drop sod. »"�M 3 M �= F. Deliver fertilizer to site in original, unopened containers, each bea mWufact 's guaranteed analysis. G. Store packaged materials off ground and protect from moisture. 1.11 GUARANTEE: A. Guarantee all sodded areas until final acceptance. B. Acceptance criteria is as defined in this Section. C. Sodded lawn areas which do not meet the requirements of acceptance at time of inspection shall be re- sodded and maintained as originally specified at no additional cost to Owner. 1.12 SCHEDULING A. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. 1.13 LAWN MAINTENANCE "* Gilber Street Corridor SP3 -3 Confluence Proj. #090191C B A. Begin maintenance immediately after each area is planted and continue until acceptable lawn is established, but for not less than the following periods: 1. Sodded Lawns: 30 days from date of Substantial Completion. B. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. 1. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch. Anchor as required to prevent displacement. C. Watering: Provide and maintain temporary piping, hoses, and lawn- watering equipment to convey water from sources and to keep lawn uniformly moist to a depth of 4 inches (100 mm). 1. Schedule watering to prevent wilting, puddling, erosion. Lay out temporary watering no system to avoid walking over muddy or newly planted areas. in 2. Water lawn at a minimum rate of 1 inch (25 mm) per week. on D. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified im height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until ON grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: N O 1. Mow grass 2 to 3 inches (50 to 75 mm) high. E. Lawn Postfertilization: Apply fertilizer after initial mowing and when gras04Ary.� .... n -G 1. Use fertilizer that will provide actual nitrogen of at least 1 Ib /100 ft. �45 kF.9 nr sq. m) to lawn area. M -- x" �t PART 2 - PRODUCTS N 2.1 SOD: A. Well established, nursery grown sod consisting of three (3) to four (4) improved Kentucky Bluegrass cultivars selected from the following list: 1. Argyle Kentucky Bluegrass. 2. Baron Kentucky Bluegrass. 3. Liberty Kentucky Bluegrass. 4. Majestic Kentucky Bluegrass. 5. Merit Kentucky Bluegrass. 6. Midnight Kentucky Bluegrass. 7. Monopoly Kentucky Bluegrass. 8. Nausau Kentucky Bluegrass. Gilber Street Corridor SP3-4 Confluence Proj. #090191C Im 9. Parade Kentucky Bluegrass 10. Ram I Kentucky Bluegrass. 11. Touchdown Kentucky Bluegrass. 12. Victa Kentucky Bluegrass. B. Free from weeds, crabgrass, stone and other foreign materials. C. Mow at a height of two inches (2.5 ") prior to cutting. D. Machine cut at a minimum uniform soil thickness of one -half inch (1/2 "); thickness measurement to exclude top growth and thatch. E. Free of objectionable grassy and broadleaf weeds; allowable tolerance: Less than five (5) weed plants per one hundred (100) square feet of area. F. Approved by Owner's Representative prior to placement. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 4 percent org"ic material content; free of stones 1 inch or larger in any dimension and other straneaM materials harmful to plant growth.t-y 1. Topsoil Source: Reuse surface soil stockpiled on -site. Verify SaXaSilityl stoc gftd surface soil to produce topsoil. Clean surface soil of roots, plaod, stoney lumps, and other extraneous materials harmful to plant growth. - rri 1 s a. Supplement with imported or manufactured topsoil h off- site sources when quantities are insufficient. Obtain topsoil displaced from Orally well - drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from bogs or marshes. 2.3 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural limestone containing a minimum 80 percent calcium carbonate equivalent and as follows: 1. Class: Class T, with a minimum 99 percent passing through No. 8 (2.36 -mm) sieve and a minimum 75 percent passing through No. 60 (0.25 -mm) sieve. 2. Class: Class O, with a minimum 95 percent passing through No. 8 (2.36 -mm) sieve and a minimum 55 percent passing through No. 60 (0.25 -mm) sieve. 3. Provide lime in form of dolomitic limestone. W B. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum 99 percent passing through No. 6 (3.35 -mm) sieve and a maximum 10 percent passing *! through No. 40 (0.425 -mm) sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 IR percent sulfur. *Al Gilber Street Corridor SP3 -5 Confluence Proj. #090191C PART 3 - EXECUTION ib 3.1 COMMENCEMENT DATE: MR A. Commence sodding of lawn areas at the earliest possible date that site conditions permit. 3.2 SODDING SEASONS: A. Sodding may be done when weather permits, with consent of the Owner's Representative. B. Sodding is prohibited when the ground is frozen. Gilber Street Corridor SP3-6 Confluence Proj. #090191C D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. G. Sand: Clean, washed, natural or manufactured, free of toxic materials. H. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica, with approximately 140 percent water absorption capacity by weight. I. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. 2.4 ORGANIC SOIL AMENDMENTS j A. Compost: Well- composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2 -inch (12.5 - mm) sieve; soluble salt content of 5 to 10 decisiemens /m; not exceeding 0.5 percent inert Ilk contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. B. Peat: Sphagnum peat moss, partially decomposed, finely divided or granular texture, with a pH range of 3.4 to 4.8. C. Manure: Well- rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.5 FERTILIZER: o A. 0 Commercial grade. A� B. Formulation: 8 -32 -16 or a comparable formulation with a plant food ratigAk -1 4:Z r' :<r m rn 2.6 WATER: A. Water is available on site from existing hydrant 75' from proposed soa:"area, i;t must be metered and paid for by the Contractor. Quick Couplers will be available for pimhase and may be used by the Contractor, if metered properly. B. Prime Contractor will furnish all equipment required to execute watering. PART 3 - EXECUTION ib 3.1 COMMENCEMENT DATE: MR A. Commence sodding of lawn areas at the earliest possible date that site conditions permit. 3.2 SODDING SEASONS: A. Sodding may be done when weather permits, with consent of the Owner's Representative. B. Sodding is prohibited when the ground is frozen. Gilber Street Corridor SP3-6 Confluence Proj. #090191C rr 3.3 SITE PREPARATION: A. Finish grading and topsoil shall be placed as directed. Limit preparation to area to be planted. Lay sod within twenty -four (24) hours of harvesting. Do not lay sod if dormant or if ground is B. Scarify topsoil to a minimum depth of 8 ", and lightly rake to provide a smooth, uniform and frozen or muddy. o fine surface texture. Remove ridges and fill depressions as required to drain. Once the sod B. Lay sod uniformly, evenly and parallel to the finished contour. bed has been pepared all vehicle traffic shall be kept off of entire area. The owner reserves the right to take compaction tests if this traffic occurs. C. Begin sodding at bottom of slopes. C. Remove stones, sticks, roots and rubbish. D. D. Top of finish grade shall be below adjacent curbs, walks, drains and seeded areas approximately 1 -1/2" so that after sod is installed it will be flush or slightly below curbs, walks, drains and seeded areas. Butt side and end joints. F. 3.4 FERTILIZING: ry A. Apply fertilizer to the soil surface before laying sod. B. Application rate: One -half (1/2) pound of actual Nitrogen per one thousand (1000) square ,.. Do not stretch or overlap sod. feet. C. Construction Manager to be notified forty-eight (48) hours in advance by Prime Contractor i11 when this operation is to take place. rr 3.5 LAYING: *� A. Lay sod within twenty -four (24) hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. o B. Lay sod uniformly, evenly and parallel to the finished contour. o n C. Begin sodding at bottom of slopes. C-) D. Lay each roll snugly against the next leaving no void areas. =i n :<i rn E. Butt side and end joints. F. Stagger end joints in adjacent rows. ry G. Do not stretch or overlap sod. i11 3.6 SOD PATCHING /FITTING: ++ A. Trim existing sod at edge to allow neat fit for new sod. B. Neatly trim new sod to allow tight fit at edges. C. Remove or add soil to patch area as necessary to permit patched area to match surrounding grades. Scarify patch area to 3" depth and smooth, ready for sod. 3.7 INITIAL WATERING: A. Not more than one (1) hour shall elapse between the laying and the initial watering of the sod. Gilber Street Corridor SP3 -7 im Confluence Proj. #090191C r END OF SPECIAL PROVISION SP3 Gilber Street Corridor SP3 -8 Confluence Proj. #090191C B. Initial watering shall be such that the underside of all sod and the sod bed shall be thoroughly wet. 3.8 ROLLING: A. After all sod is laid and thoroughly watered, roll all sodded areas (except pegged sod), either with a small mechanical or hand roller, sufficiently to set or press sod into soil. 3.9 MAINTENANCE: A. Maintenance period: Maintain all sodded lawn areas until sod has rooted into topsoil. Maintenance to include watering and mowing as necessary. B. Sod acceptance shall be based upon following criteria: y 1. Terms of the maintenance period, as defined in this paragraph, have been executed. ,.� 2. Sod is weed free, healthy and in a flourishing condition. 3. Scattered bare spots do not exceed one half (1/2) square foot in area. 4. Scattered bare spots do not exceed three percent (3 %) of the total lawn area. 5. Grass shall not exceed 3" in height at final acceptance. - - w 3.10 FINAL, INSPECTION AND ACCEPTANCE: w. A. O Upon completion of the work and fulfillment of the requirements ofecn, noti the Owner's Representative in writing that the work is ready for final inspe B. _ Request a definite date for final inspection. .�<r�' C. rn Notify the Owner's Representative five (5) days prior to the requested � s �� 'in potion die. D. )> F Re -sod and maintain all sodded lawn areas which do not meet the requir rMents of this Section at the time of final inspection. �r E. Replacement work (re- sodding, maintenance, etc.) shall be as specified in this Section for original sodding. F. Replacement work shall be re- inspection before acceptance. G. Furnish detailed written recommended maintenance program to the Owner with a copy to the Owner's Representative, prior to final inspection of the sodding. 3.11 CLEAN UP: A. Remove from the site all debris resulting from the sodding. B. Remove erosion control measures after turf establishment period. r END OF SPECIAL PROVISION SP3 Gilber Street Corridor SP3 -8 Confluence Proj. #090191C B V`�, SPECIAL PROVISION SP4 SITE FURNISHINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings. 1.2 WORK INCLUDED Provide all labor, materials, equipment and supervision required for installing the site furnishings as shown on the drawings, including: A. Bench. B. Bike racks. C. Tree Grates 1.3 RELATED WORK SPECIFIED ELSEWHERE A. See Iowa Statewide Urban Design and Specifications for concrete paving and curbs. 1.4 SUBMITTALS A. Submit manufacturer's technical product data for each accessory item. Include installation instructions for accessories, which are built in or connected, to other work. r-a 0 B. Provide setting drawings, templates, and instructions for installatQB of anchorage devices in other work. C-) A' PART 2 — PRODUCTS 2.1 BENCH: A. Bench as shown on drawings shall be black surface mounted "Scarboagh" d9ch 72" length with center arm rest, and strap seat pattern as manufactured by t @dscape Forms. 2.2 BIKE RACKS: A. Bike racks as shown on drawings shall be Expo 4508 Bike Rack as manufactured by Cora. Color: Black. www.cora.com. 2.3 TREE GRATES: A. Tree grates shall be style R8817, four piece grate with expandable tree opening as manufactured by Neenah Foundry. See www.neenahfoundry.com Or approved equal. Gilbert Street Corridor SP4 -1 Confluence Proj. #090191C PART 3 - EXECUTION 3.1 INSTALLATION: A. Install all site furnishings as recommended by its manufacturer. END OF SPECIAL PROVISION SP4 s: % Mw �w it .. s raw Gilbert Street Corridor Confluence Proj. #090191C N O CD..� g c-3 .<r— x�• M 3 ry M 0 SP4 -2 Gilbert Street Corridor SP5 -1 Confluence Proj. #090191C SPECIAL PROVISION SP5 MR UNIT PAVERS PART 1- GENERAL "! 1.1 RELATED DOCUMENTS: Drawings and General Provisions of Contract, including Bidding Requirements, General and Supplementary Conditions and Division I Specification Sections, apply to work specified in this Section. 1.2 DESCRIPTION OF WORK: Provide all labor, materials, equipment and supervision required to furnish and install concrete pavers. ft 1.3 RELATED WORK SPECIFIED ELSEWHERE: A. Division 7 Streets and Related Work: Urban Standard Specifications for Public Improvements. �r 1.4 SUBMITTALS: o am y. O a• A. Paver manufacturer's material test data certifying pavers comply with 901c. +� B. Paver sample, one of specified color. �o r 1.5 »�M s2. M CODES, PERMITS AND FEES: = A. Obtain any necessary permits for this Section of Work and pay any fee 'require;�for permits. B. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. 1.6 SITE DISTURBANCES: A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. it C. Repair and /or return to original condition any damage caused by Contractor's negligence at +*■ no cost to Owner. D. Provide temporary barricades and warning lights as required for protection of project work and public safety. a PART 2- PRODUCTS ** 2.1 CONCRETE PAVERS: A. Concrete Pavers as manufactured by Borgert Products, Inc, www.borgertproducts.com. Gilbert Street Corridor SP5 -1 Confluence Proj. #090191C Im 1. Paver: Hollandstone 7 -7/8" x 3 -3/8" x 2 -3/8" with lugs. Color: Red "* A. Begin laying pavers from the edge /s referenced on the drawings. Gilbert Street Corridor SP5 -2 Confluence Proj. #090191C B. Compressive Strength: Average of 8,000 psi with no individual piece less than 7,500 psi C. Water absorption: Not greater than 5% when tested in accordance with ASTM 2.2 SAND: A. Fine builders sand with a fineness modulus between 1.7 and 2.1. 2.3 NEOPRENE - MODIFIED ASPHALT ADHESIVE: A. Mastic (asphalt adhesive): 1. Solids (base): 75+1%. a 2. Lbs. /Gal.: 8 -8.5 lb. .� c7 b• 3. Solvent: Varsol (over 100 degrees F Flash). --� n `a B. Base (2% Neoprene, 10% Fibers, 88% Asphalt): =�� A M E3 >a P 1. Melting point - ASTM D -36; 200 degrees F minimum. ,� w 2. Penetration - 77 degrees F, 100 gram load, 5 second (.1 m.m.): 23- 3. Ductility - ASTM D- 113-44 at 25 degrees C; 5 cm /per minute: 125 cm minute. C. After applying neoprene modified asphalt adhesive begin laying pavers from the edge /s referenced on the drawings. PART 3 - EXECUTION 3.1 PREPARATION OF CONCRETE SUB -BASE: A. Inspect concrete sub -base to insure surface is clean and built in conformance with details. B. Verify elevation difference between concrete sub -base and adjacent finish concrete surface to insure concrete pavers can be installed flush with bordering concrete pavement or curb. 3.2 PREPARATION OF ASPHALT BASE: A. Apply High Performance Bitumnious Mix over concrete base at 3/4 inches below the finished surface grade of the concrete pavers. B. Asphalt slab bed surface must be parallel with (have the same slope as) the finish grade of the concrete pavers. C. Asphalt surface shall be smooth and free of low spots, voids and debris. 3.3 PLACEMENT OF PAVERS: "* A. Begin laying pavers from the edge /s referenced on the drawings. Gilbert Street Corridor SP5 -2 Confluence Proj. #090191C 1W w B. Place pavers by hand. C. Always work on top of laid pavers. D. A chalk line may be snapped on asphalt base to assist in alignment of pavers. E. Complete placement of whole pavers over entire area. F. Complete placement of pavers by placing cut pavers along edges. 3.4 JOINT FILLING: A. Cross directionally sweep a thin layer of sand over the entire paver area. B. Fill paver joints to within 1/2" of surface. 3.5 CLEAN -UP: A. Sweep excess sand from paved surfaces and remove from site. B. Remove all excess materials and debris from site. Gilbert Street Corridor Confluence Proj. #o9o191C END OF SPECIAL PROVISION SP5 °- o� c')-C -- -� c-) w .<� rri rn SP5 -3 r SECTION SP6 PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Transportation, handling, storage and protection. C. Product option requirements. D. Substitution limitations and procedures. E. Spare parts and maintenance materials. 1.02 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared specifically for this Project. PART 2 PRODUCTS 2.01 PRODUCTS A. Do not use materials and equipment removed from existing premises, except as specifically quitted by the Contract Documents. O T B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quant ize�nd n materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. t � ::a 2.02 PRODUCT OPTIONS C-)n r t" A. Products Specified by Naming One or More Manufacturers: Use a product of one otA anAicturers n named and meeting specifications, no options or substitutions allowed. C D NJ* B. Products Specified by Naming One or More Manufacturers with a Provision for SuWfttions: jSubmit a request for substitution for any manufacturer not named. 2.03 SPARE PARTS AND MAINTENANCE PRODUCTS A. Provide spare parts, maintenance, and extra products of types and in quantities specified in individual specification sections. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to. 4. Waives claims for additional costs or time extension which may subsequently become apparent. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. Gilbert Street Corridor SP6 - 1 Confluence Proj. #090191C �141 E. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The engineer will notify by addendum of decision to accept or reject request. 3.02 TRANSPORTATION AND HANDLING A. Transport and handle products in accordance with manufacturer's instructions. All transportation costs shall be by this Contractor. B. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 3.03 STORAGE AND PROTECTION A. Store and protect products in accordance with manufacturers' instructions. B. Store with seals and labels intact and legible. C. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. D. For exterior storage of fabricated products, place on sloped supports above ground. E. Provide bonded off -site storage and protection when site does not permit on -site storage or protection. Certificate of Insurance is required for off -site storage. n.a 0 F. Cover products subject to deterioration with impervious sheet covering. Provide ven ' ion to event condensation and degradation of products. G. Provide equipment and personnel to store products by methods to prevent soiling, diSgg�md ,, or �+ damage. Z; --! C) �D H. Arrange storage of products to permit access for inspection. Periodically inspect to vg41 od4w&s are undamaged and are maintained in acceptable condition. ;5= = END OF SECTION SP6 w Gilbert Street Corridor SP6 - 2 Confluence Proj. #090191C SECTION SP7 EXECUTION REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Surveying for laying out the work. C. Cleaning and protection. D. Starting and testing of systems and equipment. E. Demonstration and instruction of personnel. F. Closeout procedures, except payment procedures. 1.02 PROJECT CONDITIONS A. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere. 1.03 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. ift Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. .. C. Coordinate space requirements, supports, and installation of electrical work which are indicated ft diagrammatically on Drawings. Follow routing shown for conduit, as closely as practicable; pAge runs parallel with construction lines. FM D. Coordinate completion and clean -up of work of separate sections. �C7 7 E. After Owner occupancy of premises, coordinate access to site for correction of defeetiyagiork.and wctpk� not in accordance with Contract Documents, to minimize disruption of Owner's activi>�� 4D II PART 2 PRODUCTS :<r M r n y. s 3C 2.01 PATCHING MATERIALS am t0 0 �. .- ""� A. New Materials: As specified in product sections; match existing products and work four patchi&nd rr extending work. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Beginning new work means acceptance of existing conditions. B. Examine and verify specific conditions described in individual specification sections. C. Verify that utility services are available, of the correct characteristics, and in the correct locations. 3.02 GENERAL INSTALLATION REQUIREMENTS A. Install Products as specified in individual sections. 3.03 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition per OSHA standards. Gilbert Street Corridor SP7 - 1 Confluence Proj. #090191C F M END OF SECTION SP7 Gilbert Street Corridor SP7 - 2 Confluence Proj. #090191C 0 j B. Collect and remove waste materials, debris, and rubbish from site periodically and dispose off -site. 3.04 PROTECTION OF INSTALLED WORK A. Protect installed work and provide special protection where specified in individual specification sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to prevent damage. C. Prohibit traffic from landscaped areas. 3.05 STARTING SYSTEMS A. Coordinate schedule for start -up of various equipment and systems. B. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. C. Verify that wiring and support components for equipment are complete and tested. D. Execute start-up under supervision of applicable personnel in accordance with manufacturers' instructions. A E. When specified in individual specification Sections, require manufacturer to provide authorized Iris representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. F. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.06 DEMONSTRATION AND INSTRUCTION **� A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. r B. Demonstrate start-up, operation, control, adjustment, trouble- shooting, servicing, maintenance, and .� shutdown of each item of equipment at agreed time, at equipment location. too C. Provide a qualified person who is knowledgeable about the Project to perform demonstration angg instruction of owner personnel. D. _ Prepare and insert additional data in operations and maintenance manuals when need: *Qditi &Wl data becomes apparent during instruction. )>__t -... 3.07 ADJUSTING n A. _ Adjust operating Products and equipment to ensure smooth and unhindered operation. "G rn �" ... _ rr :;0 C�:%Z 0 3.08 FINAL CLEANING A. Execute final cleaning prior to final project assessment. +r■ B. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. C. Clean site; sweep paved areas, rake clean landscaped surfaces. D. Remove waste and surplus materials, rubbish, and construction facilities from the site. OR 3.09 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. B. Notify Owner when work is considered ready for Substantial Completion. C. Complete items of work determined by final inspections. END OF SECTION SP7 Gilbert Street Corridor SP7 - 2 Confluence Proj. #090191C 0 r IP SECTION SP8 GROUNDING AND BONDING END OF SECTION SP8 Gilbert Street Corridor S138-1 Confluence Proj. #090191C Im PART1 GENERAL 1.01 SECTION INCLUDES A. Grounding and bonding components. B. Provide all components necessary to complete the grounding system(s) consisting of: 1. Rod electrodes. 1.02 REFERENCE STANDARDS A. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association. + B. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.03 PERFORMANCE REQUIREMENTS A. Grounding System Resistance: 5 ohms. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. w� PART 2 PRODUCTS 2.01 ELECTRODES A. Rod Electrodes: Copper. o irr 1. Diameter: 3/4 inch. 2. Length: 10 feet. 730 2.02 CONNECTORS AND ACCESSORIES �""� _= A. Mechanical Connectors: Bronze. r ,.. B. Exothermic Connections: Cadweld. C. Wire: Stranded copper. D. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. w PART 3 EXECUTION �r 3.01 INSTALLATION A. Install ground electrodes at locations indicated. B. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. 3.02 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA STD ATS except Section 4. B. Perform inspections and tests listed in NETA STD ATS, Section 7.13. END OF SECTION SP8 Gilbert Street Corridor S138-1 Confluence Proj. #090191C Im SECTION SP9 ELECTRICAL IDENTIFICATION PART1 GENERAL 1.01 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.02 REFERENCE STANDARDS rr A. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.03 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and +� shown. PART 2 PRODUCTS 2.01 NAMEPLATES AND LABELS A. Nameplates: Engraved three -layer laminated plastic, black letters on white background. Install on panelboards and lighting contactors. ., B. Letter Size: 1. Use 1/4 inch letters for identifying grouped equipment. rr► 2.02 WIRE MARKERS A. Description: tape type wire markers on feeder cables #8 and larger. Branch circuit wire and cable #10 and smaller shall be factory color coded by integral pigmentation. 0 B. Locations: Each conductor at panelboard gutters and junction boxes each load conneE5on. .+� 2.03 UNDERGROUND WARNING TAPE 2�o � A. Description: 4 inch wide plastic tape, colored red with suitable warning legend describQ156rieGectricp1 lines. --- i C7 PART 3 EXECUTION �rn 3 0 3.01 PREPARATION` `.�. A. Degrease and clean surfaces to receive nameplates and labels. rr 3.02 INSTALLATION Im A. Install nameplates and labels parallel to equipment lines. wd B. Secure nameplates to equipment front using screws. C. All j -boxes shall be legibly and permanently marked to indicate the circuit numbers associated with the conductors in the j -box. Ild D. Identify feeder cables using the following: 1. Colors: a. 240/120 Volt System: Phase A - black, phase B - red, neutral - white, equipment ground - green, isolated ground - green with yellow stripes /bands, switchleg - purple. END OF SECTION SP9 r Gilbert Street Corridor SP9 - 1 Confluence Proj. #090191C Im E SECTION SP10 LOW- VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1 GENERAL 4 1.01 SECTION INCLUDES A. Wire and cable for 600 volts and less. All B. Wiring connectors and connections. 1.02 RELATED REQUIREMENTS j A. Section SP9 - Electrical Identification. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors W Association. ,.. B. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association. C. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.04 QUALITY ASSURANCE +�+ A. Conform to requirements of NFPA 70. B. Products: Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS *� 2.01 WIRING REQUIREMENTS .r A. Exterior Locations: Use only building wire with Type THHN/THWN insulation in raceway. B. Use stranded conductors for all circuits. Cw7 C. Use conductor not smaller than 10 AWG for power and lighting circuits. �n D. Conductor sizes are based on copper. Aluminum conductors are not allowed. > 4 _ 2.02 BUILDING WIRE -iC7 rn :ter rn w A. Description: Stranded conductor insulated wire. M ^' B. Conductor: Copper. r+ C. Insulation Voltage Rating: 600 volts. D. Insulation: NFPA 70, Type THHN/THWN. Ali 2.03 WIRING CONNECTORS A. Split Bolt Connectors. B. Soldedess Pressure Connectors: 1. Product: 3M Scotchlok Brand or equal Ideal. C. Where tapping of conductors is required, use minimum of two layers wrapped half lapped. Tape shall be a minimum of 150% of thickness of insulation. Tape shall be U.L. Listed 3M Scotch Brand 33 +. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that raceway installation is complete and supported. .A B. Protect conductors from damage and debris. Gilbert Street Corridor SP10 - 1 +rirli Confluence Proj. #090191C M F MR 3.02 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.03 INSTALLATION A. Route wire and cable as required to meet project conditions. w 1. Wire and cable routing indicated is approximate unless dimensioned. 2. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. 3. Include wire /cable of lengths required to install connected devices within 10 ft of location shown. B. Pull all conductors into raceway at same time. 60 C. Use suitable wire pulling lubricant for all wire. OR D. Neatly train and lace wiring inside boxes, equipment, and panelboards. E. Clean conductor surfaces before installing lugs and connectors. F. Make splices, taps, and terminations to carry full ampacity with no perceptible temperature rise. G. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. H. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. wrr I. Identify and color code wire and cable under provisions of Section SP11. Identify each conductor with its wo circuit number or other designation indicated. J. All cable for major feeder shall be continuous from origin to termination where possible. iiW K. Splices in branch circuit wiring shall be made in accessible junction boxes only. Keep conductor splices to •• a minimum. L. The continuity of circuit conductors shall not be dependant on service connections such as lamp holders, receptacles, etc. where the removal of such devices would interrupt the continuity. 3.04 FIELD QUALITY CONTROL A. A. r-.2 Perform inspections and tests listed in NETA STD ATS, Section 7.3.2. ,. END OF SECTION SP10 n V� Gilbert Street Corridor Confluence Proj. #090191C F SP10 - 2 I SECTION SP11 CONDUIT PART1 GENERAL ■ 1.01 SECTION INCLUDES r A. Conduit, fittings and conduit bodies. 1.02 RELATED REQUIREMENTS A. Section SP8 - Grounding and Bonding. B. Section SP9 - Electrical Identification. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association. 7 B. NECA 101 - Standard for Installing Steel Conduit (Rigid, IMC, EMT); National Electrical Contractors Association. it C. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; National Electrical Manufacturers Association. D. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit; National Electrical Manufacturers Association. ** E. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing; National Electrical Manufacturers Association. F. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.04 QUALITY ASSURANCE Yr A. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and shown. A. 1.05 DELIVERY, STORAGE, AND HANDLING im N A. Accept conduit on site. Inspect for damage. ° on B. Protect conduit from corrosion and entrance of debris by storing above grade. ProvidezIp 7n im covering. > C. Protect PVC conduit from sunlight. C->—< PART 2 PRODUCTS rri 2.01 CONDUIT REQUIREMENTS "' A. Conduit Size: Comply with NFPA 70. )> 1. Minimum Size: Electrical conduits - 3/4 inch unless otherwise specified. B. Underground Installations: w 1. In or Under Slab on Grade: Use rigid steel conduit or thickwall nonmetallic conduit (Schedule 80 PVC, or equivalent wall thickness HDPE). 2. Minimum Size: 1 inch. 3. Other locations shall be Schedule 40 or Schedule 80 PVC, or equivalent wall thickness HDPE. C. Dry Locations: it 1. Concealed: Use rigid steel conduit, intermediate metal conduit, or electrical metallic tubing. a. Electrical metallic tubing may be used inside the lighting control cabinet. 2. Exposed: Use rigid steel conduit or intermediate metal conduit. 2.02 METAL CONDUIT A. Fittings and Conduit Bodies: NEMA FB 1; material to match conduit. Gilbert Street Corridor SP11 - 1 Confluence Proj. #090191C IF 0 2.03 PVC COATED METAL CONDUIT A. Description: NEMA RN 1; rigid steel conduit with external PVC coating. B. Manufacturers: Robroy Industries Plasti -Bond or equivalent by OCAL, Inc. or approved equivalent. C. Fittings and Conduit Bodies: NEMA FB 1; steel fittings with external PVC coating to match conduit. 2.04 ELECTRICAL METALLIC TUBING (EMT) A. Description: ANSI C80.3; galvanized tubing. B. Fittings and Conduit Bodies: NEMA FB 1; steel or cast compression type. 2.05 NONMETALLIC CONDUIT A. Description: NEMA TC 2; Schedule 40 or 80 PVC. ww B. Fittings and Conduit Bodies: NEMA TC 3. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on drawings. B. Conduit routing is shown on drawings in approximate locations unless dimensioned. Route as required to complete wiring system. 3.02 INSTALLATION A. Conduit shall be run concealed underground. B. Install conduit securely, in a neat and workmanlike'manner, as specified in NECA 1. N C. Install nonmetallic conduit in accordance with manufacturer's instructions. `^ D. Route conduit parallel and perpendicular to construction lines. Q t')�v 3r _4 act amns E. Route conduit in and under slab from point -to- point. c') —< _. F. Do not cross conduits in or under slab. G. Cut conduit square using saw or pipecutter; de -burr cut ends. _ H. Bring conduit to shoulder of fittings; fasten securely. I. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic corguit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for 20 minutes, minimum. J. Install no more than equivalent of three 90 degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. K. Provide suitable pull string in each empty conduit except sleeves and nipples. L. Ground and bond conduit under provisions of Section SPB. M. Install EMT conduit within enclosure only. N. Install PVC coated galvanized rigid conduit under bridge. O. Conduit from in- ground pull boxes to GFI receptacle boxes shall be threaded galvanized rigid conduit. END OF SECTION SP11 Gilbert Street Corridor SP11 -2 Confluence Proj. #090191C IP SECTION SP12 1 *63A =R� PART1 GENERAL 1.01 SECTION INCLUDES A. Outlet boxes. B. Pull and junction boxes. 1.02 RELATED REQUIREMENTS A. SP13 - Wiring Devices:. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association. B. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports; National Electrical Manufacturers Association. C. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.04 QUALITY ASSURANCE A. Install boxes securely, in a neat and workmanlike manner, as specified in NECA 1. B. Install in locations as shown on Drawings and approved by owner, and as required for splices, taps, wire pulling, equipment connections, and as required by NFPA 70. C. Because of the scale of the drawings, certain basic items such as pull or junction boxes may not be shown. However, where these items are required by code, by other sections of the specifications, or for proper installation of the work, such items shall be furnished and installed. 3.02 CLEANING ri A. Clean interior of boxes to remove dust, debris, and other material. END OF SECTION SP12 11 Gilbert Street Corridor SP12-1 Confluence Proj. #090191C 0 A. Conform to requirements of NFPA 70. N O B. Products: Provide products listed and classified by Underwriters Laboratories Inc., PART 2 PRODUCTS p 2.01 MANUFACTURERS �� 4D A. Appleton, Steel City, National Electric, or approved equivalent. �r rn .. 2.02 OUTLET BOXES O= a A. Exterior Outlet Boxes: Gasketed cast aluminum type with threaded openings, able to ;kept "ire" type weatherproof coverplate.- ,,, 2.03 PULL AND JUNCTION BOXES A. Fiberglass Handholes: Die molded glass fiber hand holes: 1. Cover: Glass fiber weatherproof cover with nonskid finish. "ELECTRIC' molded into cover. 2. Size shall be as required per NEC for conduit/wire sizes /quantities. PART 3 EXECUTION it 3.01 INSTALLATION A. Install boxes securely, in a neat and workmanlike manner, as specified in NECA 1. B. Install in locations as shown on Drawings and approved by owner, and as required for splices, taps, wire pulling, equipment connections, and as required by NFPA 70. C. Because of the scale of the drawings, certain basic items such as pull or junction boxes may not be shown. However, where these items are required by code, by other sections of the specifications, or for proper installation of the work, such items shall be furnished and installed. 3.02 CLEANING ri A. Clean interior of boxes to remove dust, debris, and other material. END OF SECTION SP12 11 Gilbert Street Corridor SP12-1 Confluence Proj. #090191C 0 F" SECTION SP13 WIRING DEVICES PART1 GENERAL 1.01• SECTION INCLUDES A. Wall switches. B. Receptacles. C. Device plate covers. 1.02 RELATED REQUIREMENTS A. SP12 - Boxes. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association. B. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.04 SUBMITTALS A. See Division 1 - for submittal procedures. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. �a 0 B. Products: Provide products listed and classified by Underwriters Laboratories Inc. as,suitable=r the purpose specified and indicated. C:) PART 2 PRODUCTS' -t c7 -C 2.01 WALL SWITCHES A. Manufacturers: Hubbell CS series, or equal Pass and Seymour, or Leviton. . rn a. f�!!7 ! s B. Wall Switches: NEMA WD 1, Heavy Duty, AC only general -use snap switch. !� 1. Body and Handle: plastic (multiple colors by Architect) with rocker handle. 3_ x" 2. Ratings: c' a. Voltage: 120 - 277 volts, AC. b. Current: 20 amperes. 2.02 RECEPTACLES A. Manufacturers: Hubbell CR series or equal Pass and Seymour, or Leviton. B. Receptacles: Heavy duty, complying with NEMA WD 6 and WD 1. 1. Device Body: Plastic (multiple colors by Architect). C. GFCI Receptacles: Type 5 - 20, 20 amp rated. Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. Receptacles shall be "WR" weather resistant type. 2.03 WALL PLATES A. In -Use Weatherproof Cover Plates: Self- closing, hinged, deep outlet cover with gasket between the hinged cover and mounting plate and between the enclosure and the mounting surface. Must be listed and labeled for wet location while in use. Covers shall be cast aluminum. PART 3 EXECUTION fir 3.01 EXAMINATION A. Verify that branch circuit wiring installation is completed, tested, and ready for connection to devices. Gilbert Street Corridor SP13 - 1 Confluence Proj. #090191C h WII r� id Gilbert Street Corridor Confluence Proj. #090191C 3.02 PREPARATION A. Clean debris from outlet boxes. C -) 3.03 INSTALLATION A A. Install securely, in a neat and workmanlike manner, as specified in NECA 1. 'R B. Install devices plumb and level. .l` C. Install switches with OFF position down. D. Connect wiring devices by wrapping conductor around screw terminal. 3.04 FIELD QUALITY CONTROL A. Inspect each wiring device for defects. *.r B. Operate each wall switch with circuit energized and verify proper operation. C. Verify that each receptacle device is energized. D. Test each receptacle device for proper polarity. i1 o E. Test each GFCI receptacle device for proper operation. .. 3.05 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION SP13 WII r� id Gilbert Street Corridor Confluence Proj. #090191C SP13 -2 N Q C -) �� A M .l` SP13 -2 SECTION SP14 PANELBOARDS PART1 GENERAL 1.01 SECTION INCLUDES A. Load centers. 1.02 RELATED REQUIREMENTS R.+ A. SP8 - Grounding and Bonding. rl B. SP9 - Electrical Identification. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association. ., B. NEMA AB 1 - Molded Case Circuit Breakers. C. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum); National Electrical Manufacturers Association. D. NEMA PB 1 - Panelboards; National Electrical Manufacturers Association. E. NEMA PB 1.1 - General Instructions for Proper Installation, Operation and Maintenance of P "lboards Rated 600 Volts or Less; National Electrical Manufacturers Association. F. NFPA 70 - National Electrical Code; National Fire Protection Association. . 0 ...... 1.04 SUBMITTALS n i A. See Division 1 - for submittal procedures. r C r- iN B. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus a ty, it egratV short circuit ampere rating, circuit breaker and fusible switch arrangement and size C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of usef ipulated by wi product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 11 PART 2 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Square D, General Electric, Cutler- Hammer, or Siemens. 2.02 LOAD CENTERS A. Description: Circuit breaker load center, with bus ratings as indicated. B. Minimum Integrated Short Circuit Rating: Minimum 22,000 amperes rms symmetrical (no series ratings are allowed). C. Molded Case Circuit Breakers: Plug -on type thermal magnetic trip circuit breakers, with common trip handle for all poles; UL listed. 1. Do not use tandem circuit breakers. D. Enclosure: General Purpose. E. Box: Surface type with door, and pull ring and latch on door. Finish in manufacturer's standard gray Gilbert Street Corridor SP14 - 1 Confluence Proj. #090191C h END OF SECTION SP14 - w c-� C) C? — "AZ7 -) ::4- - enamel. C-) .<r F. Surge Suppression: Provide 27kA per phase surge protective device. The device shall fit in a two -pole circuit breaker space. PART 3 EXECUTION OR 3.01 INSTALLATION A. Install panelboards in accordance with NEMA PB 1.1 and NECA 1. B. Install panelboards plumb. C. Provide filler plates for unused spaces in panelboards. D. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. Hand written directories are not acceptable. Replace existing directories with new updated versions in renovation situations. E. Provide engraved plastic nameplates under the provisions of Section SP9. F. Ground and bond panelboard enclosure according to Section SP8. 3.02 ADJUSTING A. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. END OF SECTION SP14 - w c-� C) C? — "AZ7 -) ::4- - r C-) .<r Gilbert Street Corridor SP14 - 2 Confluence Proj. #090191C A. Lamp Types: As specified for each luminaire. B. LED source: White LED's with driver. 2.03 LIGHTING CONTROLS A. Photocell: 1. Manufacturers: a. Intermatic, Paragon, Intermatic, or Precision. 2.04 POLES A. Poles: 5" o.d. straight round alumninum poles with base covers per Lighting Fixture Schedule. 1. Height: As scheduled. 2. Base: Breakaway transformer type. 3. Accessories: a. Handhole. Gilbert Street Corridor SP15 - 1 Confluence Proj. #090191C SECTION SP15 EXTERIOR LUMINAIRES PART1 GENERAL 1.01 SECTION INCLUDES A. Exterior luminaires and accessories. B. Lighting controls. ±*� C. Poles. IIW 1.02 REFERENCE STANDARDS A. ANSI C82.4 - American National Standard for Ballasts for High - Intensity- Discharge and Low Pressure Sodium Lamps (Multiple - Supply Type). B. IESNA RP -8 - American National Standard Practice for Roadway Lighting; Illuminating Engineering Society of North America (ANSIBES RP8). C. NECA/IESNA 501 - Recommended Practice for Installing Exterior Lighting Systems. Yr D. IESNA RP -20 - Lighting for Parking Facilities; Illuminating Engineering Society of North America. E. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.03 SUBMITTALS ^, c A. Shop Drawings: Indicate dimensions and components for each luminaire that is not a jgndard product of the manufacturer. *nj -t7 `I B. Product Data: Provide dimensions, ratings, and performance data. C')-.0 _ tD C. Manufacturer's Installation Instructions: Indicate application conditions and limitations stipulated Wn product testing agency. Include instructions for storage, handling, protection, examinat+o iTrep�tion, installation, and starting of product. E5= 1.04 QUALITY ASSURANCE X' A. Conform to requirements of NFPA 70. 'p- B. Electrical Components: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. PART2 PRODUCTS •+ 2.01 LUMINAIRES Yrr A. Furnish products as indicated in Schedule included on the Drawings. 2.02 LAMPS A. Lamp Types: As specified for each luminaire. B. LED source: White LED's with driver. 2.03 LIGHTING CONTROLS A. Photocell: 1. Manufacturers: a. Intermatic, Paragon, Intermatic, or Precision. 2.04 POLES A. Poles: 5" o.d. straight round alumninum poles with base covers per Lighting Fixture Schedule. 1. Height: As scheduled. 2. Base: Breakaway transformer type. 3. Accessories: a. Handhole. Gilbert Street Corridor SP15 - 1 Confluence Proj. #090191C IM Gilbert Street Corridor SP15 - 2 Confluence Proj. #090191C P b. Anchor bolts. c. Vibration Dampener. d. In -line fuses in pole base. e. Tenon adapter to match fixture /arm. 4. Loading Capacity Ratings: a. Design Wind Speed: 90 miles per hour, minimum. PART 3 EXECUTION 3.01 INSTALLATION A. Install fixtures securely, in a neat and workmanlike manner, as specified in NECA 501. B. Provide concrete bases for poles at locations indicated. C. Install poles plumb. D. Also see details. E. Install lamps in each luminaire. F. Bond luminaires and metal accessories to branch circuit equipment grounding conductor. 3.02 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for improper connections and operation. 3.03 CLEANING A. Clean electrical parts to remove conductive and deleterious materials. B. Remove dirt and debris from enclosure. Q N O C. Clean photometric control surfaces as recommended by manufacturer. =En D. Clean finishes and touch up damage. 1 3.04 SCHEDULE - See Drawings <r �D A t'►'t END OF SECTION SP15 r Gilbert Street Corridor SP15 - 2 Confluence Proj. #090191C P SPECIAL PROVISION SP16 CONCRETE REINFORCING NOTE: Special Provision SP16 CONCRETE REINFORCING shall only apply to work not in the drive approaches. All drive approach work shall comply with SUDAS specification sections covering this work. PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Drawings and Iowa Statewide Urban Design and Specification. B. Comply with Concrete Steel Institute "Manual of Standard Practice" for all work. 1.2 WORK INCLUDED: Provide all labor, materials, equipment and supervision required to furnish and place concrete reinforcement including: A. Reinforcing bars. N B. Tie wires. _ o a 1.3 RELATED WORK SPECIFIED ELSEWHERE: :*� Concrete Paving and Curbs: Special Provision SP17 :<r" aa. 1.4 SUBMITTALS: its 3 Shop Drawings: Show all reinforcement locations and details. Draw all wall?ln pla elevation and section. 1.5 CODES, PERMITS AND FEES: A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. 1.6 SITE DISTURBANCES: A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. C. Repair and /or return to original condition any damage caused by Contractor's negligence at no cost to Owner. 1 Gilbert Street Corridor Phase 1 SP16 -1 ® Confluence Proj. #090191C a its IN ift M ilk w. J R� PART 2- PRODUCTS 2.1 REINFORCING BARS: A. New billet steel conforming to ASTM A615 Grade 60. Reinforcement shall be clean and free from loose rust, scale or other coating that will reduce bond. 2.2 TIE WIRE: A. Minimum 16 gauge black annealed wire. PART 3 - EXECUTION 3.1 BAR REINFORCING: A. Bar reinforcing shall be placed accurately in positions shown, securely fastened and supported to prevent displacement during placement of concrete. 3.2 REINFORCEMENT DIMENSION: A. Minimum distance from face of concrete to near reinforcing bar to be: o 1. Three inch (3 ") in footings, pads and unformed walls. o� � " n --4 .�... 2. Two inch (2 ") in formed walls and structural slab on griungs sqSWl'i otherwise). <�r�_ „' rn rn � s END OF SPECIAL PROVISION SP16 Gilbert Street Corridor Phase 1 SP16 -2 Confluence Proj. #090191C N F SPECIAL PROVISION SP17 PCC PAVING AND CURBS NOTE: Special Provision SP17 CONCRETE PAVING AND CURBS shall only apply to work not in the drive approaches. All drive approach work shall comply with the SUDAS specifications sections covering this work. PART 1 - GENERAL 1.1 REFERENCES A. Drawings and Iowa Statewide Urban Design and Specification. B. Comply with ACI 316 'Recommended Practice for Construction of Concrete Pavements and Concrete Bases for all work. 1.2 WORK INCLUDED A. Provide all labor, materials, equipment and supervision required to construct concrete curbs, walks, etc. including: 1. Portland Cement Concrete. o .,... 2. Curing and sealing.? 3. Expansion and contraction joints and fillers. �n r rn M 4. Sleeves. a" 5. Aggregate for subase and planter drainage 6. Aggregate sub base courses to be placed under paved areas 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Concrete Reinforcing: Special Provision SP16. 1.4 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Field and laboratory testing shall be provided by the Prime Contractor. C. Testing: 1. Slump to be checked in accordance with ASTM C143. One test minimum per hour. 2. Air content measured in accordance with ASTM C231, or C173. One test minimum daily. 3. Strength tests: Gilbert Street Corridor Phase 1 SP17 -1 Confluence Proj. #090191C a. Take three (3) cylinders for each fifty (50) cubic yards or part thereof. Minimum one set of three (3) cylinders per each day's pour. b. Each cylinder shall be plainly marked showing cylinder designation (1A, 1 B, 1 C). C. Job cure each cylinder three (3) days. d. After three (3) days, send cylinders A and B to the Owner for testing at ages seven (7) days and twenty-eight (28) days. Cylinder C to remain at the job as a "spare" cured under same conditions as concrete in the area from which it was taken. e. The date and location of each sample shall be marked on the Contractor's job set of plans. f. Load and core tests shall be required only if cylinder tests indicate concrete does not meet Specifications. Such tests, if deemed advisable by the Landscape Architect, shall be arranged and paid for by the Contractor. 4. Density tests of base and subgrade. 1.5 SUBMITTALS A. Certification of concrete design mix by a testing laboratory. Submit prior to placement. 1.6 CODES. PERMITS AND FEES ,, , A. Obtain any necessary permits for this Section of Work and pay qR fees - required or permits. =0 B. The entire installation shall fully comply with all local and state laws SzgrdkW_nce and with all established codes applicable thereto. , <i-.- rn 1.7 SITE DISTURBANCES 3 A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. C. Repair and /or return to original condition any damage caused by Prime Contractor's negligence at no cost to Owner. D. Provide temporary barricades and warning lights as required for protection of project work and public safety. PART 2 - MATERIALS 2.1 CONCRETE: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. Gilbert Street Corridor Phase 1 Confluence Proj. #090191C SP17 -2 d Gilbert Street Corridor Phase 1 Confluence Proj. #090191C IN SP17 -3 C. Portland Cement: ASTM C150, type 1 or type 111. D. SAND: Clean, hard, washed and well graded. Sand shall conform with ASTM C33. Provide test providing compliance with this Section. MR E. AGGREGATE: Aggregate shall conform to ASTM C33. Aggregate for footings and other unexposed concrete may be stone. Aggregate for exterior concrete and surfaces shall be limestone (max. size 1 "); 3/8" max. size at topping slabs. No substitutions will be allowed. Evidence of staining due to impurities will be cause for rejection of work. Aggregate durability class shall be Class 3i. F. AGGREGATE SUB BASE: Aggregate sub base shall conform to ASTM D 448 -03a Size No. 57. ift G. MIXING WATER: Clean and free from oil, acid and injurious amounts of vegetable matter, alkalies and other impurities. ,., H. ADMIXTURES: o 1. Air entrainment: 6 1/2% + 1 %; 6 -10% at topping slabs. 2. Air - entraining agents shall conform to ASTM C260. w r x�• M 3. Calcium Chloride is not to be used. No other admixtures shall be us (490hou -the expressed, �•. written consent of the Landscape Architect.; r 4. A water - reducing agent may be used as deemed necessary, to be in conform'nce with the latest ASTM requirements. I. EXPANSION JOINT FILLERS: ,. Polyethylene closed cell foam expansion joint filler. Sonoflex F or equivalent. Peel out top %" for sealant. J. JOINT SEALER: Pour -type self leveling polyurethane or gun grade polyurethane compatible with foam expansion joint filler, to match concrete color. K. CURE AND SEAL: ;i CS -309 W.R. Meadows, Inc.; Rez -seal Euclid Chemical Company or equivalent. 06 L. REINFORCING STEEL: Gilbert Street Corridor Phase 1 Confluence Proj. #090191C IN SP17 -3 I As shown on the Drawings. M. CURING AND PROTECTION MATERIALS: 1. Burlap 2. White pigmented, polyethylene film, minimum thickness: 4 mil. N. AGGREGATE FOR SUBBASE AND DRAINAGE IN PLANTERS 1. Medium granular aggregate: Open - graded, coarse aggregate for drainage, conforming to gradation requirements of ASTM D-448 — 03a for No. 8 crushed stone with 100 percent passing'/ inch sieve. i lid 2. Open- Graded Aggregate: Open - graded, coarse aggregate for drainage conforming to gradation requirements of ASTM D-448 — 03a for Size No. 57 crushed stone with 100 percent passing 1 -1/2 inch sieve. 2.2 MIXING A. Except as otherwise specified, concrete shall be ready -mixed and delivered to the project in accordance with ASTM C94. Maximum mixing time is one (1) hour. 2.3 PORTLAND CEMENT w 0 e o C7 3" A. ASTM C 150, Type I or Type 111. 2.4 SAND _ M A. Clean, hard, washed and well graded. Sand shall conform with AST. Rcovide providing compliance with this Section. > er 2.5 COARSE AGGREGATE A. Aggregate shall conform to ASTM C33. Aggregate for exterior concrete and surfaces shall be limestone (max. size 1 "). No substitutions will be allowed. Evidence of staining due to impurities will be cause for rejection of work. 2.6 MIXING WATER A. Clean and free from oil, acid and injurious amounts of vegetable matter, alkalies and other impurities. 2.7 ADMIXTURES A. Air entrainment: 6 1/2% + 1 %. B. Air - entraining agents shall conform to ASTM C260. C. Calcium Chloride is not to be used. No other admixtures shall be used without the expressed, written consent of the Landscape Architect. Gilbert Street Corridor Phase 1 Confluence Proj. #090191C SP17 -4 V` 3.2 FORMS Gilbert Street Corridor Phase 1 Confluence Proj. #090191C a SP17 -5 D. A water - reducing agent may be used as deemed necessary, to be in conformance with the latest ASTM requirements. "1 2.8 EXPANSION JOINT FILLERS A. Polyethylene closed cell foam expansion joint filler. Sonoflex F or equal. 2.9 JOINT SEALER *� A. Backer rod with pour -type self leveling polyurethane or gun grade polyurethane compatible with foam expansion joint filler. s 2.10 REINFORCING STEEL A. As shown on the Drawings and as specified in Concrete Reinforcing: Special Provision SP6. I 2.11 CURING AND PROTECTION MATERIALS A. Burlap or Plastic Film: White pigmented, polyethylene film, minimum thickness 6 mil. 2.12 r,a CONCRETE STRENGTH o Concrete mix for exterior slabs and structural slabs: ;;a "i -) A. Minimum of 4000 psi compressive strength at twenty-eight (28) days. :::i<r l r� �„�, B. Minimum of six (6) bags of cement per cubic yard. Maximum of 15% reer Wf cement with fly ash will be permitted during certain times of the year with- or app)Dval of the Landscape Architect. No flyash can be used from October 16 to March 15. )Mopping slabs, the maximum water to cement ratio shall be 0.40. C. Slump four inches (4 ") maximum. j PART 3 - EXECUTION ,.. 3.1 SUBGRADE PREPARATION �1tl A. Excavate or fill, compact, grade and prepare subgrade as specified in Iowa Statewide Urban Design and Specifications. MR 3.1 AGGREGATE SUB BASE A. Place subbase material in compacted layers not more than 6 in. thick. B. Spread, shape and compact aggregate material deposited on the subgrade during the same day. C. Compact material to not less than 95% of standard ASTM D698 proctor: D. Do not begin sub base work until such conditions have bee corrected and are ready to receive base. 3.2 FORMS Gilbert Street Corridor Phase 1 Confluence Proj. #090191C a SP17 -5 on Lid su A. Use smooth wood or steel forms free of patches or defects adequately staked and braced for all exposed surfaces. B. Secure forms in place to maintain grade and alignment while concrete is placed and finished. Set base of form at subgrade elevation or below with top of form at pavement surface elevation at edge of slab; set forms on properly compacted materials. D. Oil forms before concrete is placed. E. Leave forms in place not less than eight (8) hours after concrete is placed. If removal causes damage to concrete, leave forms on as long as necessary to prevent damage. Remove forms with care to prevent cracking, spalling or overstressing concrete. 3.3 CONCRETE PLACEMENT r.* Mr A. Uniformly dampen subgrade prior to concrete placement or place siWelayd'J�Df pl film on subgrade; lap plastic film not less than six inches (6 "). z'=4 �0 t")-C — B . Consolidate by vibrating and screed excess concrete flush with forms paes adjaceE forms, expansion joints, curbs, or fixture shall be thoroughly vibrated foride 3.4 JOINTS r _J A. The Prime Contractor shall submit a concrete jointing plan to the Owner's representative for approval 10 days prior to the start of paving. Joint design for concrete pavement shall be based on the current P.C.C. Parking Manual published by the Iowa Concrete Paving Association and The Iowa Ready Mixed Concrete Association. B. Saw cut control joints. Joints to be 1/8" min. and 1/4" max. width and 1/4 of slab thickness in depth. C. Begin saw cutting as soon as concrete can be sawn without objectionable tearing of sawn edges; complete such work within twenty-four (24) hours after concrete is placed. D. Round outside edges of sidewalk with edging tool with approximately one half -inch (1/2 ") radius. E. Round edges of sidewalk or curbs adjacent to expansion joints with edging tool with approximately one - eighth inch (1/8 °) radius. F. Construction Joint - Doweled joints shall be used at ends of all concrete pours. Bars to extend through joints a minimum of twenty-four (24) bar diameters. G. Expansion joints at exterior concrete slabs shall be installed as shown on the Plans. Peel top %2' off and fill with sealant. H. Match joints in curbs with joints in sidewalk. I. Control joints in curbs may be saw cut or formed with trowel and groover or steel sheet shaped to fit curb. 3.5 CURING AND PROTECTION Gilbert Street Corridor Phase 1 Confluence Proj. #090191C SP17 -6 E A. When air temperature is above 45 degrees F. and air temperature will not drop below 35 degrees F. within seven (7) days: 1. Coat with liquid curing compound. 2. Spray on surface after finishing and after surface moisture has disappeared. 3. Spray on edges after forms are removed. 4. Spray at low pressure (20 -30 psi.), apply per manufacturers printed instructions. B. When air temperature is below 45 degrees F. and air temperature will drop below 35 degrees F. within seven (7) days: 1. Spray on liquid curing compound as specified above. 2. Protect with plastic film or burlap and six inch (6 ")layer of straw for minimum of five (5) days. 3. Lap plastic film eighteen inches (18 ") at junctions. 4. Protect straw from disturbance by wind. C. Concrete injured by frost action shall be removed and replaced at Prime Contractor 's expense. _v D. Prevent water from flowing along edge of pavement, curb or sidews—M and Wdermi n slab.n ter.. 3.6 PLACING AND PROTECTING CONCRETE C-)-< gr ' A. Place no concrete when stormy or inclement weather prevents good ma Chip, whan subgrade is frozen or if air temperature is 38 degrees F. or below. Y w t.,.Y B. No concrete shall be placed until Owner's Representative has inspected arrdt approved forms, placement of reinforcement, pipes, sleeves, conduit and other inserts. C. Before placing concrete, remove all debris, water and ice from the place to be occupied by the concrete. Wet subgrade and forms immediately prior to placing concrete. D. Concrete shall be deposited in the forms as nearly as possible to final location. The placing or depositing of all concrete shall be done in accordance with requirements of the ACI 318 -77. Brush on neat grout where placing against hardened concrete. E. Erect windbreaks to prevent strong, hot winds from drying exposed slabs while they are being finished. Keep concrete moist. F. Use of salt or other chemicals is prohibited. Use of accelerating admixtures will not be permitted. G. Cold weather concreting shall be done only if Prime Contractor can maintain temperatures of seventy (70) degrees F. or above for three (3) days or fifty (50) degrees F. or above for five (5) days. Do not allow concrete to freeze for next four (4) days. Keep concrete moist. Place no concrete for foundations on backfilled earth, disturbed or frozen earth. During cold weather concreting prevent freezing of soil beneath footing. All compacted fill to receive concrete floors shall be brought to a temperature of fifty (50) degrees before concrete floor is placed, and shall be maintained at this temperature until concrete has taken its final set. MR Gilbert Street Corridor Phase 1 Confluence Proj. #090191C SP17 -7 E H. During and immediately after depositing of concrete, vibrate and work around edges of vertical surfaces to produce dense homogeneous mass, free from honeycombs or other defects. Manpower, tools and equipment shall be adequate for job requirements. 3.7 FINISHING 3.8 CONCRETE CURING A. Concrete shall be kept continuously moist for at least five (5) days after placement B. Formed concrete shall be cured in the forms with the exposed surfaces covered by burlap or polyethylene. Stripping of wall and non - structural forms prior to the end of the curing period will not be permitted, unless provisions are made to keep the concrete covered ad sealed tight 3.9 APPLICATION OF CURE AND SEALER (All Exposed Concrete Locations) +� A. Apply one coat as soon after final troweling as possible. Coverage and application shall be in accordance with manufacturers printed instructions. W END OF SPECIAL PROVISION SP17 Gilbert Street Corridor Phase 1 SP17 -8 Confluence Proj. #090191C A. Screed, level and float all slabs to true, level and straight lines. B. Exterior slabs and platforms to be medium hair broom finish perpendicular to traffic flow, with no coarse aggregate visible. o C. No applied dust coats will be permitted. -fin z"' "n D. Tolerances on all surfaces not more than three sixteenths inch (3/2 n trB foolmo inch (10'- 0 "). --� z3M M M E. Formed surface finish: 71 1. Remove bulges, fins, form marks and roughness from exposed �Urfaces by �., grinding. 2. Fill honeycombed and other defective areas by cutting out to solid concrete (minimum depth = 1 ") with straight edges and at right angles to the surface. Dampen area to be patched, brush on grout of equal parts Portland Cement and sand and follow immediately with patching mortar. 3. Patching mortar to be not richer than one (1) part Portland Cement to three (3) parts sand. Color of patching mortar shall match the adjacent concrete. (Substitute white Portland Cement for part of the grey cement as needed to provide color match.) 4. Trowel or burlap rub patched areas to match the surrounding concrete area. W Clean all walls upon completion. 5. Exposed concrete wall faces and tops to have a uniform smooth rubbed finish. Moisten concrete surfaces and rub with Carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than "! that created by the rubbing process. 3.8 CONCRETE CURING A. Concrete shall be kept continuously moist for at least five (5) days after placement B. Formed concrete shall be cured in the forms with the exposed surfaces covered by burlap or polyethylene. Stripping of wall and non - structural forms prior to the end of the curing period will not be permitted, unless provisions are made to keep the concrete covered ad sealed tight 3.9 APPLICATION OF CURE AND SEALER (All Exposed Concrete Locations) +� A. Apply one coat as soon after final troweling as possible. Coverage and application shall be in accordance with manufacturers printed instructions. W END OF SPECIAL PROVISION SP17 Gilbert Street Corridor Phase 1 SP17 -8 Confluence Proj. #090191C 2.7 _ 3e 2 Prepared by: Brian Boelk, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5437 RESOLUTION NO. 11 -120 RESOLUTION SETTING A PUBLIC HEARING ON MAY 3, 2011 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE GILBERT STREET STREETSCAPE 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 Gilbert Street Streetscape account #3815. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 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 3`d day of May, 2011, 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 19 th day of April , 20 11 pweng/res /g i I bertstscape- setph. doc 3111 MAYOR Approved by City Attorney's Office Resolution No. .11-120 Page 2 It was moved by champion and seconded by Wi 1 hiirn the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata /glossary/resolution - ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright NOTICE TO BIDDERS GILBERT STREET CORRIDOR GILBERT STREET, FROM BURLINGTON STREET SOUTH TO THE RAILROAD OVERPASS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 26th day of May, 2011, and shall be received in the City Clerk's office no later than said date and time. Sealed propos- als will be opened immediately thereafter by the City Engineer. Bids submitted by fax machine shall not be deemed a 'sealed bid' for purposes of this Project. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat at 7:00 P.M. on the 7th day of June, 2011, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to Gilbert Street: • Hardscape improvements such as pavers • Streetscape improvements including lighting, PCC walks, bike racks and landscaping Project includes: 20 lights, 435 SY of PCC, 2410 SF of PCC Pavers, seventeen (17) trees and other site amenities such as bike racks and perennials All work is to be done in strict compliance with the plans and specifications prepared by Confluence of Iowa City, which has heretofore been approved by the City Council, and is on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City, and must be 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 and post bond satisfactory to the City insuring 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 fora period of not to exceed fifteen (15) calendar days until a contract is awarded, 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. ADVERTISEMENT FOR BIDS AF -1 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 Council, and shall guarantee the prompt payment of all materials and labor , and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Start Date: June 14th 2011 Completion Date: August 19"', 2011 Liquidated Damages: $500.00 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 the Confluence, 9 South Linn Street, Iowa City, Iowa 52240, by bona fide bidders. A $50.00 deposit 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: Treasurer of the City of Iowa City, Iowa. "The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. If the contract documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited." 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 will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. ADVERTISEMENT FOR BIDS AF -2 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 ADVERTISEMENT FOR BIDS AF -3 M Prepared by: Brian Boelk, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 35 6-5437 RESOLUTION NO. 11 -159 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE GILBERT STREET STREETSCAPE 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 Gilbert Street Streetscape Project account #3815. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 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 10:00 a.m. on the 26th day of May, 2011. 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 7th day of June, 2011, or at a special meeting called for that purpose. Passed and approved this 3rd day of May , 20 > > MAYOR App oved by ATTEST: _ a _Aww 616r2,orzKI&i7'�e� CIT LERK City Attorney's Office ZLe pweng /res/gilbertstrscape -appp &s.doc 4/11 Resolution No. 11-159 Page 2 It was moved by' ' wri_ght and seconded by m mc the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Bailey X Champion x . Dickens x Hayek _ x Mims x Wilburn x Wright wpdata/glossary/resolution- io.doe 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): A Subscribed and sworn to before me this day of ,a- _A.D.20lL_. 'T 41re CWWASSon 7=i 7 27, Ni A OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, SPECIAL PROVISIONS AND ESTIMATE OF COST FOR GILBERT STREET STREETSCAPE 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, special provisions and estimate of cost for the con- struction of Gilbert Street Streetscape Project in said city at 7:00 P.M. on the 3rd day of May, 2011, said meeting to be held in the Emma- J. Harvat Hall in City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract, special provisions and estimate of cost are now on file in the office of the City Engineer in City Hall in Iowa City, Iowa, and may be inspected by any interest- ed 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 82957 April 26, 2011 Printer's Fee $ _CQG .01 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(ss),,on the following date(s): `) Legal Cl Subscribed and sworn to be ore ie this 4-4- day of A.D. 20 lI Notary Public AV 46 LIN DA KR07Z �46 COIIIIOIiN�I N{M11bM' 736 OFFICIAL PUBLICATION NOTICE TO BIDDERS GILBERT STREET CORRIDOR GILBERT STREET, FROM BURLINGTON STREET SOUTH TO THE RAILROAD OVERPASS Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 26th day of May, 2011, and shall be received in the City Clerk's office no later than said date and time. Sealed proposals will be opened immediately thereafter by the City Engineer. Bids submitted by fax machine shall not be deemed a 'sealed bid' for purposes of this Project. Proposals will be acted upon by the City Council at a meet- ing to be held in the Emma J. Harvat at 7:00 P.M. on the 7th day of June, 2011, or at such later time and place as may then be sched- uled. The Project will involve the follow- ing Improvements to Gilbert Street: oHardscape improvements such as pavers oStreetscape improvements includ- ing lighting, PCC walks, bike racks and landscaping Project includes: 20 lights, 435 SY of PCC, 2410 SF of PCC Pavers, seventeen (17) trees and other site amenities such as bike racks and perennials All work is to be done in strict com- pliance with the plans and specifi- cations prepared by Confluence of Iowa City, which has heretofore been approved by the City Council, and is on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City, and must be 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 and post bond satisfactory to the City insuring the faithful per- formance 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 low- est two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, 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 per- cent (100 %) of the contract price, said bond to be issued by a respon- sible surety approved by the City Council, 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 guar- antee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Start Date: June 14th, 2011 Completion Date: August 19th, 2011 Liquidated Damages: $500.00 per day The plans, specifications and pro- posed 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 the Confluence, 9 South Linn Street, Iowa City, Iowa 52240, by bona fide bidders. A $50.00 deposit is required for each set of plans and specifications provided to bidders or other inter- ested persons. The fee shall be in the form of a check, made payable to: Treasurer of the City of Iowa City, Iowa. "The deposit shall be refunded upon return of the contract documents within fourteen days after award of the project. If the con- tract documents are not returned within fourteen days after award and in a reusable condition, the deposit shall be forfeited" 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 con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, .preference will be given to products and provisions grown and coal pro- duced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resi- dent 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 techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 83010 May 9, 2011 Pc "CS 24 Prepared by: Brian Boelk, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5437 RESOLUTION NO. 11 -215 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE GILBERT STREET STREETSCAPE PROJECT. WHEREAS, Calacci Construction Co., Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of $353,649.40 for construction of the above -named project; and WHEREAS, funds for this project are available in the Gilbert Street Streetscape account #3815- 434710. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to Calacci Construction Co., Inc. subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign 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 City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 7th day of June , 20 11 MAYOR Approved by ATTEST: CI ERK City Attorney's Office IS %l It It was moved by Champion and seconded by Wright the Resolution be adopted, and upon roll call there were: AYES: X X X R X X X Pweng/res/gilbertstscape- awrdcon.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright v FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa (City"), and Calaccl QQnatruction Cgnm a , Inc. ( "Contractor'). Whereas the City has prepared certain plans, specification forms for proposal and bid documents dated the 18th of April, 2011, for the Gilbert Street Streetscape, Gilbert Street, from Burlington Street south to the railroad overpass, 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 1 b. "Iowa Statewide Urban Specifications for Public Improvements Manual" C. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; d. Plans; e. Specifications and Supplementary Conditions; f. Advertisement for Bids; g. Note to Bidders; h. Performance and Payment Bond; L Restriction on Non - Resident Bidding of Non - Federal -Aid Projects; j. Contract Compliance Program (Anti- Discrimination Requirements); k. Form of Proposal and Bid Documents 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. 3. ' The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): FORM OF AGREEMENT AG -1 Please see attached 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this 6th day of June , 2011 OWNER: City of Iowa City ATTEST: Mayor City Clerk CONTRACTOR: Calacci Constructisam Co., Inc. B J rPresidKent Calacci itle �c� o c ATTEST: Xujmcc �- � Rebecca Calacci (Title) Secretary /Treasurer (Company Official) AP ROVED BY: A1L'r� City Attorney's Office I / FORM OF AGREEMENT AG- 2 a) O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o O 0 0 0 0 0 0 o a; a o 0 0 0 0 0 0 0 0 o r.i o o Lri 0 0 0 0 0 0 0 6 6 6 6 o0 6 o rn 0 0 0 0 0 0 0 0 d O I� Ln M N w LD O O Ln w O O O O Ln O Ln O Ln d* O Ln Ln O Ln Ln Ln L,D a) Ln r" -t n O M r-I Ln O O F� O M O Ln d d N Ln N LO Ln O N Ln d^ rl ri N ri M M N 0 c-I LD N 00 N I z I z O L r ri M V> r-i V? V) V? N N d' V)• V} V? V)• V? V} V? ri to e-I V> L} V)• Vn Ln V). Ln V? r-1 V)• V} V} V)• F- V7• M X Ln Ln Ln a a LL W LL a z >- LL >- LL LL >- >- >- a a H O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o O O O O O O O O M O O O O O O O N O O O O O O O O O O U o 6 6 6 6 6 Ln N N O N O 6 Ln 6 6 Ln Ln n N O Ln O O Ln 0 6 6 6 .w O o o o o o N M c)' Ln V? M N Ln Z o0 Ln V� V} M Ln N O O ri O in. O Ln = O Ln Ln O Ln M t/1- V} V? N V)- Vn t/)- V? V)• V? Vi- V? V} O Ln V? N r- V} Ln O N Ln I, 00 V} r-1 ri 'In rf V? r-I V} V)` V} V} V} V} V} V)• O O O O � ri c i ri c ri 'D aO I N O O Ln W N V-i cn .-I N r-I r-I r-I M dm N O F- Ln Ln Ln a a LL LL LL a z >- LL >- LL LL >- >- >- a a a a >- a LL J J J J LU LLJ J J J L)J Ln U 0 N Ln J Ln N Ln U U U w w w w Ln w Ln C O :t O E v D � L O X y J V ai +O- L. O Ll3 a J O a U O O Ln o +; 66 O .Q a) O iJ vI L .F..' _ O U C 3 On M +O+ Y aU+ j Ov L o U w U U N> v U E U U U a) v +; O,� a N —° c O O m O m E of a) - 3 E � 0 m w m v m ca) X o u aE) O O w 'U 0 W a) Q cc m Ln LA d c C C c 41 L*I) N N N M E co L 06 o2$ cz NL Lo dS 0� 41 C. N U i a) a) ) a) a) ) a) O U > .? v > > M > M o.6 U L2 w = L.L. ti L.L. p' «s d 3 tts Q to CL L O > L0 a D- D- ++ 0 c0 V +fir U U cO C U �= �= Q •L •L •L O C0 L Y co Q) (a 2 L w w w w w w L U L tC O U U a) U E N L C L N L O p F- F- �-- F- a W U d n. � a 0 0— d G LL LL d F- Ln LL L=L- CL m U L L L N C U U U U U a) a) a) a) a) a) a) ^, �✓ L L L L L L L L L L L L L E bn U U U U U a ) a) a) v a) Z Z Z Z Z Z Z N O N w w w w w a) a) a a) v a) a) U 4'J �_ 'l0 'c0 E E E E � .0 .0 .0 .0 .v +-L u «s u u " u u u a) v a) a) a) a) a) O N M M 7 m m L0 m M M M to 4- J h 0 U U U z z z z z U U U U U U U U U m m m m U U m m m U U O O `� N M lD ^ m m Ol w Qi ON N r l rrl r ii r ii r-I r-I rH N N N N N N N N U 0 }' �J - 5d(4) Prepared by: Brian Boelk, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5437 RESOLUTION NO. 12 -52 RESOLUTION ACCEPTING THE WORK FOR THE GILBERT STREET STREETSCAPE PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the Gilbert Street Streetscape Project, as included in a contract between the City of Iowa City and Calacci Construction Co., Inc. of Iowa City, Iowa, dated June 6, 2011, 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, the funds for this project are available in the Gilbert Street Streetscape account #3815; and Whereas the final contract price is $282,813.24. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said public improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 21st day of February , 2012. A06 LIA MAYOR Approved by ATTEST: CI Y RK City Attorney's Office a�(o�lZ It was moved by Champion and seconded by ThroQmorton the Resolution be adopted, and upon roll call there were: AYES: x X x x x —x x pwe ng/re s/a cptwork-g i Ibertststrescape.doc 2/12 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton