Loading...
HomeMy WebLinkAboutNORTH MARKET SQUARE PARK IMPROVEMENT/2011NORTH MARKET SQUARE PARK IMPROVEMENT/ Oxon /Jam +(, NtVkat- se Cas(-. /Jo4- :c.� V- - Co n{-va-. - ' ¢b 2Q�iD �u �_ /(� 8$ 5�1i, a raki�� ;c 2p(�,(l ¢r( r(r7�wnls� S�'a?- Ci- ;C�%�cret8.r.- -4 "� oF- c�uq+, -a�� 4 PS-;raua 4 CP4 -k.v✓ L- m1zros.�m e �ro� ec r c�; rec n� C �y_ C(C•'kv -�cb zF �wtd ¢F r;r,Q and c ;rem ,n8 C:� /h9�++e<✓ pZ4r sk:c� -- - -- - — ��� IQ�.��.�.�z�r_�,c�a�. a±� aL,�.�Ar��, _ NlarKe�- _�� �•-� n . lei ire of - Trv0�_ DT - ', ZSZ-411a,- - -KeSO jL(-I-; -v I/ - � tana� - -C 1 �G c ,)e l4rC_f- o ntf�Al b uC�'Kre . _� � -FO,- T e _!;!qk MrtrRtF1 V-Ave rkbl;sl � Ae r(e ,j;s�4 a64;ca Lk -w \- \\ e No rk� "�Gi 4 — � S &,, rt.�a� fL 102011 �mprover,en,+ v `�>4ytaW a ReSo(ki -pan �1 -a66 aWG�r(i.in� CO/ '1�.�1 ± //� j? - - -- - ,q -4zT _ r - cvWecc4 `.ter' > 7 � o?G _ G C ep n9 1-4, _/Qor -A M- _S� _rte a t-/<- Specification For IMPROVEMENTS Iowa (City, Iowa CITY OF IOWA CITY City of Iowa City Engineering Division — Civic Center 410 East Washington Street Iowa City, Iowa 52240 Phone: 319-356-5140 Fax: 319-356-5007 Contract Documents Prepared By: CONFLUENCE 9 S. Linn St. Iowa City, IA 52240 Specification No: N O <rn m m 1� rn N SPECIFICATIONS FOR NORTH MARKET SQUARE PARK IMPROVEMENTS IOWA CITY, IOWA CONFLUENCE 9 SOUTH LINN STREET IOWA CITY, IOWA 52240 conFLIJEnCE OP i"loo, ry : STEVE e LANOSCME ° O M 1 ARCtIITECT ti N0.274 kk I HEREBY CERTIFY THAT THE PORTION OF THIS DOCUMENT WA8 PREPARED BY ME OR UNDER MY PERSONAL SUPERVISION, AND THAT I AM A DULY REGISTERED LANDSCAPE ARCHITECT UNDER THE LAWS OF THE STATE OF IUW9.-� %lam/ 6 ? U REGISTRATION #274 DATE MY REGISTRATION DATE IS JUNE X. 2012 SHEETS COVERED BY THIS SEAL: -- /--"-� 1m IT• 1 it '_ y UT I HEREBY CERTIFY THAT THE PORTION OF THIS DOCUMENT WA8 PREPARED BY ME OR UNDER MY PERSONAL SUPERVISION, AND THAT I AM A DULY REGISTERED LANDSCAPE ARCHITECT UNDER THE LAWS OF THE STATE OF IUW9.-� %lam/ 6 ? U REGISTRATION #274 DATE MY REGISTRATION DATE IS JUNE X. 2012 SHEETS COVERED BY THIS SEAL: -- /--"-� TABLE OF CONTENTS NORTH MARKET SQUARE PARK IMPROVEMENTS LINN AVENUE FROM JEFFERSON STREET TO BLOOMINGTON STREET IOWA CITY, IOWA Title Page Certifications Table of Contents o BIDDING REQUIREMENTS, CONTRACT FORMS: q Notice to Bidders ................... ..................................................................................... ...: Noteto Bidders ............................................................................. ..............................: :.::...:.TNBALz ..........................Index Formof Proposal ........................................................................ ............................... y...........<.a FP-1 BidBond .......................................................................................................... ...........................BB I'J -1 Formof Agreement ..................................................................................... ............................... AGA Performance and Payment Bond ..................................................................... ...........................PB -1 Storm Water Discharge Associated with Industrial Activity for Construction Activities ..............SWA CONDITIONS OF THE CONTRACT: Contract Compliance (Anti- Discrimination Requirements) ............... General Conditions .......................................... ............................... Supplementary Conditions ................................ ............................... SPECIFICATIONS: PART 1 — GENERAL REQUIREMENTS Section 01010 Summary of the Work ...... ............................... Section 01025 Measurement and Payment ........................... Section 01090 Reference Standards ...... ............................... Section 01310 Progress and Schedules . ............................... Section 01570 Traffic Control and Construction Facilities...... PART 2 - SITE WORK ............. I...... CC -1 .................... GC -1 .................... SC -1 01010 -1 01025 -1 01090 -1 01310 -1 01570 -1 Iowa Statewide Urban Specifications for Public Improvements Manual Not Bound Herein and Excluding HMA Paving, Water Mains and Appurtenances PART 3 — SUPPLEMENTAL SPECIFICATIONS Project Specifications Index ....... ............................... ..........................Index SP1Demolition ....................................................... ...........................SP -1 SP2Site Clearing ......................................................... ...........................SP -2 SP3Earthwork ........................................................ ...........................SP -3 SP4 Concrete Reinforcing ................................... ............................... SP -4 SP5 Concrete Paving ........................ ............................................... SP 5-1 SP6 Colored Concrete Finishing ........................................................... SP6-1 SP7 Finish Grading ............................................................. ............. SP7-1 SP8 Erosion and Sediment Control ..................................... .................. SP8-1 SP9Terra Seeding ........................... ................................................. Spg-j SPIOPlants ................. ................. ................................... ........... SP10-1 SPI I Metal Fabrication ...................... ................................................ SP11-1 SP12 Product Requirements ................................ ............................... SP11-1 SP13Execution ................................................................................. SP 13-1 SP14 Grounding and Bonding ................................... ........................... SP14-1 SP15 Electrical Identification ........................................................ ....... SP15-1 SP1 6 Low-Voltage Electrical Power Conductors and Cables ......................... SP 16-1 SP17Conduit ................................................... ................................. SP17-1 SP18 Boxes ...... ........ -- ......... SP18-1 SPI 9 Wiring Devices ................................................. .......................... SP 19-1 SP20Panel Boards ......................... ................................................. - SP18-1 SP21 Exterior Luminaires ........................................... ........................... Sp 19-1 rz NZ UJ >: -j H UL C-):;. C:) NOTICE TO BIDDERS North Market Square Park Improvements Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 14th day of July, 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 19th day of July, 2011, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to North Market Square Park: Installation of a Pavilion footings, slabs, walks, play area, trees, terra , seeding and other miscellaneous items. Project includes: Miscellaneous demolition includin l, shelter and PCC shelter ad ` =�� `•° removal, 3000 SF PCC Basketball Court removal, 4,224 SF PCC Walk removal, play r" area sand and timber removal, Installation of Pavilion foundation, PCC stairs and slab, 1402 SY PCC pavement, 300 SY PCC basketball court, Water service extension and Hydrant relocation, Electrical service feeders and Pavilion lights, 39,150 SF terra seeding, 20 overstory trees, 25 understory trees and perennial groundcover. 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 ADVERTISEMENT FOR BIDS AF -1 (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 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: July 25" 2011 Completion Date: October 30—) 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: Ln u' Treasurer of the City of Iowa City, Iowa. " The `` deposit shall be refunded upon return of the r" cL r contract documents within fourteen days after w �L.1 > award of the project. If the contract –J documents are not returned within fourteen days after award and in a reusable condition, r� the deposit shall be forfeited. " Q_� r Prospective bidders are advised that the c, City of Iowa City desires to employ minority o 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 ADVERTISEMENT FOR BIDS AF -2 and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ADVERTISEMENT FOR BIDS AF -3 N b r.n N ADVERTISEMENT FOR BIDS AF -3 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: Envelope 2: Bid Bond Form of Proposal NOTE TO BIDDERS NB - 1 LU U �e 1- o K Bid Bond Form of Proposal NOTE TO BIDDERS NB - 1 FORM OF PROPOSAL NORTH MARKET SQUARE PARK IMPROVEMENTS 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 TO: City Clerk City of Iowa City - Civic Center 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment 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. N P_ T� N SCHEDULE OF PRICES REM DESCRIPTION UNIT TOTAL UNITCOST EXTENDEDPRICE 1 MOBILIZATION LS 1 ? ---- 3 _ TRAFFIC COMROL CONSTRUCTION AND TREE PROTECTION FENCE __LS__ LF 1 ---------------------------------------------------------- 1055 . fl TRACKING CONTROL-MAT TON 35 • __------ CONSTRUCTION STAKING (ALLOWANCE) LS 1 ------------------- _ • BENCH REMOVAL EA 2 7 SHELTER AND FCC PAD REMOVAL LS _ 1 _ ________ _____ .___9_____ 10 ___ 13 FCC BACKETBALL COURTREMOVAL ___________________SF__ PCC WALK REMOVAL _______________________________ REMOERAOAD _T_E_S_AN_O_S_A_N_O _ SU_R_FA_CE _ CLEARANOGRUB FILTER SOCKAND EROSION CONTROL EARTHWORK LS _ __ ACRE LS __ CY _34C9_ 4224. 1 1 1 800_ _________ _ _ _____________________ _ _____ I _______________________________ 14 ______ _______— IMPORT TOPSOIL 270 ib TERRA SEEDING __CY__ SF 391W 18_ MODIFIED SUBBASE TON 17 _____________ PCCPAVEMENTTIN_UMNG BENCH PADS SY _375_ 1488 19 BASKETBALLCOURT _..__.__ __________________________ GRIND FCC CURB Sy _.____ LF _______ 70 _ _____________________ _______________________________ ____ 21 FURNISH AND-INSTALL DETECTABLE WARNINGPLATES_____SF__ INSTALL PCC PAVILION FOUNDATION LS 172 1 __ ?2____ 23 PCCSTNR AT PAVNON .............. PCC CHEEK WALL LF SF 52 40 -- -------------- 24 PCC PAVILION FLOOR SY 110 25 PAMUON COMPACTED SUBBASE TON 28 M V ___28____ 30 HANDRAIL PE PACKAGE WATER SERVICE EXTENSIONANOHYDRAM TYPE51LKiHTF000RE ----------------------------- GFIiNPCUPLEKOUTLET ---------- EA Ls _LS__ EA __1___ 8 2 Jl____ FEEDER LA _EA LF 450 --------- _ ____ 32 ............. FEEDER LB LF 700 __________________ 33 _ FEEDER GA LF 170 34 35 -------------- FEEDER FA MAIN ELECTRICAL SERVICE AND CONTROL LOCATION LF EA 130 1 TOTAL BASE BID OF ITEMS: g awl 1f) u2 ti. o N ADD ALTERNATE N0.1 REM I DESCRIPTION UNIT TOTAL UNIT COST EXPENDED PRICE i PCC COLOR CENTER WITH NORTHSIDE' W SF 200 ,� 70 TOTAL OF ALTERNATE NO 1: $ ADD ALTERNATE NO. 2 DEN I DESCRIPTION UNIT TOTAL UNIT COST EXPENDED PRICE 1 LIGHT FMRE TYPE H2 SITE DGHTS EA 3 ,� 70 TOTAL OF ALTERNATE NO 2: S ADD ALTERNATE NO. 3 REM I DESCRIPTION UNIT TOTAL UNIT COST EXPENDED PRICE 1 LIGHT FIXTURE TYPE HI JROADWAY LIGHTS EA 0 TOTAL OF ALTERNATE NO 3: $ ADD ALTERNATE Na 4 ITEM DESCRIPTION UNIT TOTAL UNIT COST EXPENDED PRICE 1 TREE REMOVAL I EA 1 6 TOTAL OF ALTERNATE NO A: $ N v CT (_ { .d r• n ,� 70 _F. tj Y � N 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 conformitywith 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. 0 (Printed Name) (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) u) Vi 2, LO U� O 0 N (Printed Name) (Title) (Business Address) (Bidders Phone Number(s) (Bidders FAX Number(s)) (Bidders Federal Tax I.D. Number) 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 North Market Square Park Improvements NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of . A.D., Witness Witness (Attorney -in -fact) (Attach Power -of Attorney) BID BOND BB -1 eal) _ Principal By Title) Surety Witness (Attorney -in -fact) (Attach Power -of Attorney) BID BOND BB -1 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 day of 20 the North Market Square Park Improvements, and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. '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; L0 e. Specifications and Supplementary Conditions; v> Cm4a 2 — t Advertisement for Bids; LU Note to Bidders; Performance and Payment Bond; Lu — i. Restriction on Non - Resident Bidding of Non - Federal -Aid Projects; 0 N 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. FORM OF AGREEMENT AG -1 3. The names of subcontractors, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with Supplementary Conditions. DATED this day of OWNER: City of Iowa City I'M *YI Mayor CONTRACTOR: ATTEST: City Clerk (Company Official) APPROVED BY: City Attorney's Office FORM OF AGREEMENT AG- 2 U C) ) n ra FORM OF AGREEMENT AG- 2 PERFORMANCE AND PAYMENT BOND as (Here insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (Here insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of ($ ) 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 entered into a (date) written Agreement with Owner for the North Market Square Park Improvements; 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. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon Gn 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 LJi,_ arranged under this paragraph), sufficient funds to pay the cost of y..i completion, less the balance of the Contract Price, but not exceeding the �Q amount set forth in the first paragraph hereof. The term "balance of the LL "a Contract Price," as used in this paragraph, shall mean the total amount n 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 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 furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 1[�i�.C�����►CtsII�]yi Witness Witness (Principal) (Title) (Surety) (Title) (Address) h) CJ C_ r° J { p _rn r' cn tV PERFORMANCE AND PAYMENT BOND PB- 2 City County Storm Water Discharge Associated With Industrial Activity For Construction Activities Project _ 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- permittee, 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 I, 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 Title Company Name Address Telephone Number Signed By (president, vice- president, general partner of proprietor) ui Date STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL SW -1 ACTIVITY FOR CONSTRUCTION ACTIVITY of tr LL I ' ' z -J>= r-.i t- �Vy O o N Date STORM WATER DISCHARGE ASSOCIATED WITH INDUSTRIAL SW -1 ACTIVITY FOR CONSTRUCTION ACTIVITY G Co) f ,11 "Ll" rcf CJ's 1 d CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. CC -1 LJJ tom - v C) O_ v N CONTRACT COMPLIANCE CC -1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seg.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all postjr§ required by federal and state law for the duration of the contract. NOTE: The City canprovide- assistance in obtaining the necessary posters. a i Y' cn N CONTRACT COMPLIANCE CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name ui rn ,,.. + C1 Uj .Jr U Mme^ e �d LL 0 a N Phone Number Title Date CONTRACT COMPLIANCE CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and thq _gurrent equal employment opportunity laws. C) — 4. RECRUITMENT ` (a) Let potential employees know you are an equal opportunity employer. ThisoDan be done identifying yourself on all recruitment advertising as "an equal opportunity etnployl r?'. e� (b) Use recruitment sources that are likely to yield diverse applicant pools. Word- �f- m-outh m s recruitment will only perpetuate the current composition of your workforce. Sehd k.o (- recruitment sources a letter annually which reaffirms your commitment to equal cft employment opportunity and requests their assistance in helping you reach diver §L applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, transfer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CONTRACT COMPLIANCE CC -4 t r �O City ©P Attached for your information is a copy of Section 2 — 3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. in 0 N CONTRACT COMPLIANCE CC-5 Uj v= 0 0 N CONTRACT COMPLIANCE CC-5 2 -3.1 SECTION: N 2'3'1 CHAPTER 3 n DISCRIMINATORY PRACTICES C-) F 2 -3 -1: Employment; Exceptions 2 -3.2: Public Accommodation; Exceptions 2.3.3: Credit Transactions; Exceptions 2 -3.4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender Identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. C. It shall be unlawful for any employer, employment agency, labor b?ganiza- tion or the employees or members thereof . to directly or indirectly adver- tise or in any other manner Indicate or publicize that Individuals are unwel- come, objectionable or not solicited for employment or membershlp be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job - related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 Iowa City 2 -3 -1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply If the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human Immunode- ficlency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious Institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- glous purpose. A religious qualifica- tion for Instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) L'1 [own City 2 -3 -1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mark tat status, national origin, race, roli- gion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) 3. The employment of Individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. S. To employ on the basis of sex in those certain Instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability In those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be Interpreted narrowly. (Ord. 94 -3647, 11.8 -1994) LL 697 U" C) _ a N [own City 2 -3 -1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mark tat status, national origin, race, roli- gion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) 3. The employment of Individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. S. To employ on the basis of sex in those certain Instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability In those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be Interpreted narrowly. (Ord. 94 -3647, 11.8 -1994) GENERAL CONDITIONS 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 GC -1 h� lP) �J r ( l �`� � R In 3� cn N GENERAL CONDITIONS GC -1 V7 U �. f -c Cfi ._.. -.: .�� SUPPLEMENTARY CONDITIONS x r, ARTICL`tS 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 S -6 Work on Sundays or Legal Holidays S -7 Supervision and Superintendence S -8 Employment Practices S -9 Contract Compliance Program (Anti- Discrimination Requirements) S -10 Measurement and Payment S -11 Taxes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects 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. 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 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: 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 Contractor and all subcontractors are solely responsible for compliance with said regulations. 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 Mcessary throughout the project. This data is being provided for informational purposes onlf. -dnd does not relieve the contractor of any obligations for compliance with applicable�9FA,6-nd State laws regarding hazardous chemicals and right -to -know. I S -4 INSURANCE. =3c-) A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION -0 F 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to 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 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: 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 defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. 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. b. If Contractors 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. Lc, If, during said period, Contractor voluntarily changes insurance carriers or is L-1 required to obtain replacement coverage from another carrier, Contractor shall 6', , either (1) purchase "tail" coverage from its first carrier effective for a minimum of j y tyJO years after City Council acceptance of the work, or (2) purchase "prior acts" UJ i�r`'s�rarance coverage from its new carrier, covering prior acts during the period of 7t' Contract from and after its inception. S4PLEIATNM�iiEGULATIONS SC - 3 N "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. 7. In the event that any of the policies or insurance coverage identified on, Contracteel Certificate of Insurance are canceled or modified, the City may in its, disrrdi n eitber. suspend Contractor's operations or activities under this Contract, or. -t6rm!9te trig' Contract, and withhold payment for work performed on the Contract. _, 3 C. HOLD HARMLESS Iy cn 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa Ci"nd 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 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. SUPPLEMENTAL REGULATIONS SC -4 Ifs- o mi6o'rity business enterprises (MBE) are utilized, the CONTRACTOR shall furnish dbtumentation 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 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 Specifications for Public Improvements Manual: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this 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. 5 -10 MEASUREMENT AND PAYMENT. 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. SUPPLEMENTAL REGULATIONS SC-5 c:c> LIJ ML � r• U I- Ifs- o mi6o'rity business enterprises (MBE) are utilized, the CONTRACTOR shall furnish dbtumentation 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 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 Specifications for Public Improvements Manual: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and /or paging service of this 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. 5 -10 MEASUREMENT AND PAYMENT. 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. SUPPLEMENTAL REGULATIONS SC-5 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 proiects not funded with Federal monies. SUPPLEMENTAL REGULATIONS SC -6 N CJ OC7 C c. � CJ �� U1 W SUPPLEMENTAL REGULATIONS SC -6 SECTION 01010 SUMMARY OF WORK PART1 GENERAL General description, not all inclusive: 1. Erect construction and tree protection fence. 2. Remove trees, demolish shelter, shelter pad, PCC walk, PCC basketball court, sand play area, timber edge, and plant material per contract. 3. Clear, grub, strip and stockpile topsoil and grade site per documents. 4. Extend water service, relocate water hydrant and install electrical feeder lines. 5. Install PCC pavilion foundation, PCC pavilion floor stairs, cheek wall, basketball court, and walk. 6. Pavilion erection (N.I.C.), install pavilion lights. 7. Plant trees and groundcover. 8. Install pneumatic terra seeding. Water and maintain turf until acceptance. END OF SECTION 01010 U-) �r e FLIP Uj LJ c ,• J% CJ r' G b N 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1GENERAL 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 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. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a Separate pay item is not provided for this work, it is to be considered incidental to thep- roiect and no separate payment will be made. PART2- PRODUCTS -"' F 1 2.01 NONE ? PART 3 - EXECUTION w 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 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 retainage and resolution of claims. 01025-1 3.02 BID ITEMS: Mobilization (I-S) — Mobilization shall consist of preparatory work and operations for all items under the contract, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; bonds and insurance; and for the establishment of all offices, buildings, and other facilities, which must be performed or costs incurred prior to beginning work on the various items on the project site. This item shall include demobilization costs. Nothing herein shall be construed to limit or preclude partial payments otherwise provided for by the contract. The proposal will have a lump sum item for Mobilization. The bidder will indicate his bid price in dollars, and this will be the contract price for this item. a. Partial Payments. a. The Mobilization pay item shall not exceed five (5) percent of total construction costs. b. 50 percent of the original contract price for this item may be paid in the first payment application. The remainder of this item may be paid u d in the second and third payments (25 percent each). ci, ,. =c c. Payment for mobilization will not be made until a construction 217 cr--=' schedule and construction erosion control plan are submitted and a LO. u ar approved. b. Full Payment. Upon completion of all work on the project required by the contract, full (1 payment will be made for this contract item, including any amount not paid as a partial payment . N Traffic Control (I-S) — The lump sum price shall be full compensation for furnishing all materials, labor and equipment necessary to control traffic during construction. This item includes furnishing, installing, maintaining, moving, and relocating all street and sidewalk traffic control devices including barricades, drums, lights, standard signs, and flaggers. 3. Construction and Tree Protection Fence (I-F) — The unit price for this item shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous work required to properly install, maintain and remove construction and tree protection fence as indicated in the documents. Item includes posts, rails, orange mesh fencing, accessories, attachments and installation. 4. Granular Tracking Control Mat (LS) — This item will be measured and paid for at the lump sum contract price. This payment shall be full compensation for the work required to properly install, maintain, the granular tracking control mat as indicated in the documents. It shall also include removal of all material installed with this item and restoration of the soil and lawn to a healthy condition. Soil shall be deep tine tilled to 12" depth prior to terra seeding. 01025-2 5. Construction Staking (LS) – This item will be measured and paid for at the lump sum contract price. This payment shall be full compensation for the work required to perform construction staking as necessary to install the project per plans and specifications. 6. Bench Removal (SF) – The unit price shall be full compensation for removing the existing benches and PCC pads. Upon removal, benches shall be delivered for City storage as indicated by Parks and Recreation Department. Contractor shall dispose of PCC pads offsite as required by item. Shelter and PCC Pad Removal (LS) – The unit price shall be full compensation for furnishing all equipment, materials; labor and other miscellaneous related work required to properly remove and dispose of, the existing shelter and PCC pad under adjacent shelter as identified in the contract documents. S. PCC Basketball Court Removal (SF) – The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove and dispose of existing PCC basketball court paving and curb. 9. PCC Walk Removal (SF) - The unit price for this item includes removal and disposal of Portland Cement Concrete. Saw cuts, hauling and disposal of waste materials shall be incidental. All proposed saw cuts must be coordinated and approved by the Project Engineer prior to commencement of work. E2 10. Remove Railroad Ties and Sand Playground Surface (LS) – Tha -t PrCqe shalt be full compensation for furnishing all equipment, materials, of oth r�- miscellaneous related work required to properly remove and:s(i @pose Hof tZ existing railroad tie playground edging and sand play surface. rn 4 C rq? 11. Clear and Grub Site (Acre) – This item will be measured and. paid fo fat the lump sum contract price. This payment shall include all work re' uireo cut, remove and dispose of roots, vegetation and rubbish within the construction limits as.directed by the Engineer. There will be no burning or burying allowed on the site. All material including wood chips shall be hauled off site and disposed of by the Contractor. Partial payments will be based on the estimate of Clearing and Grubbing Completed. 12. Filter Sock and Erosion Control (LS) – The lump sum price shall be full compensation for furnishing all materials, labor and equipment necessary to maintain erosion control during construction. Includes plan preparation, and all additional pollution control measures above and beyond other bid items listed that will be constructed and maintained by the Contractor based on the Contractor's Storm Water Pollution Prevention Plan. Contractor shall submit a detailed Storm Water Pollution Prevention Plan for approval by the Engineer, prior to commencement of construction activities. Reference shall be made to "Iowa Construction Site Erosion Control Manual" for guidelines and procedures in reducing and preventing erosion. 3Y[�Lk�c3 Partial payment for construction erosion control will be based on the estimated percentage of work completed at the time of submittal of the application for payment. Final payment will be made upon completion of all work on the project required by the contract; full payment will be made for this contract item, including any amount not paid as a partial payment. Earthwork (CY) - The unit price shall be full compensation for furnishing all L dr equipment, materials, labor and other miscellaneous related work required to properly strip and stockpile the topsoil, grade the site to required elevations and o c-3 provide excavation as required for utilities and paving. •� °� `Ids Import Topsoil (CY) - The unit price for this item shall be full compensation for o -'furnishing all materials, labor and other miscellaneous related work required to import and spread topsoil to 8" depth as required for use on the site as indicated in the contract documents. Existing stockpiled topsoil shall be re- spread and supplemented by imported topsoil as required to bring topsoil to proper depths. This item includes replacing soil in the existing sand play area after sand is removed. 15. Install Terra seeding (SF) - The unit price for this item shall be full compensation for furnishing all materials, labor and other miscellaneous related work required to pneumatically apply, establish and maintain the compost and seeding mixture on the site as indicated in the contract documents. 16. Modified Subbase, 6" depth (TON) - The unit price shall be full compensation for furnishing all equipment, materials, required to properly install subbase as walks, slabs, footings and foundations. and other miscellaneous related work required for type 1 and type 2 paving, 17. Install PCC Pavement 6" depth (SY) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for placement of the Portland Cement Concrete pavement including the walks, bench pads, litter receptacle pads and accessible walks to the Pavilion. Included with this item are the mix design, overexcavation, subgrade preparation and compaction, forming, jointing, and backfilling at form lines. 18. Install PCC Basketball Court 6" depth (SY) - The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for placement of the Portland Cement Concrete Basketball Court as specified. Included with this item are the mix design, overexcavation, subgrade preparation and compaction, forming, jointing, and backfilling at form lines. 19. Grind PCC Curb (LF) -The unit price shall be full compensation for furnishing all materials, labor and equipment necessary for grinding the existing curbs as specified in the contract documents 20. Install Detectable Warning Plates (SF) - Detectable warning panels shall consist of ADA compliant panels. The unit price for this item will be based on the number of square feet of detectable warning panels installed. This item includes all materials, work, and equipment necessary to install detectable warning panel 01025-4 N c� to ADA standards. Warning panels shall be painted brick r% in co[ andasp?ll be cast iron manufactured by Neenah Foundry, East JorCa flrorS-VNorks,..or equivalent. 21. Install PCC Pavilion Foundation (LS) — The unit price shall be,full oomppnsatiori for furnishing all materials and labor for excavating and installing -the PCC Pavilion foundation. Included with this item are the mix design, 'angering, subgrade preparation and compaction, subgrade treatments, forming, jointing, backfilling at form lines, and hauling excavated waste material off site. 22. Install PCC Stair at Pavilion (LF) - The unit price shall be full compensation for furnishing all materials and labor for installing the PCC Pavilion stairs. Included with this item are the mix design, overexcavation, subgrade preparation and compaction, subgrade treatments, forming, jointing and backfilling at form lines. 23. Install PCC cheek wall (LF) - The unit price shall be full compensation for furnishing all materials and labor for installing the PCC cheek wall along the accessible walk to the Pavilion. Included with this item are the mix design, overexcavation, subgrade preparation and compaction, subgrade treatments, forming, jointing and backfilling at form lines. 24. Install PCC Pavilion Floor (S`) - The unit price shall be full compensation for furnishing all materials and labor for installing the PCC Pavilion floor. 25. Install Compacted Pavilion Subbase (TON) - The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly install subbase as required for Pavilion. Work includes overexcavation, subgrade preparation, subgrade treatments and compaction to required elevations as indicated in the plans and specifications.. 26. Install Pavilion Handrails (EA) - The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly install handrails as specified in plans and specifications. 27. Install Landscape Package (LS) - The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly install plant material as indicated in the contract documents. Included with this item are the trees and groundcover. Mulch and manufactured soil mix are included with this item. 28. Install Water Service Extension and Relocate Hydrant (LS) - The unit price shall be full compensation for furnishing all copper fittings, 2" copper service line and all miscellaneous materials and labor for extending the water service and relocating hydrant per manufacturers' recommendations. This item includes extending the existing 2" line to the new location, bedding, piping and fittings as required. 29. Type S1 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, 01025-5 equipment and materials necessary for furnishing and installing luminaire, lamps, accessories, and feeder LC. 30. GFI, WP Duplex Outlet; (EA) - The unit prices for this item will be paid based on the weatherproof GFI duplex outlet as shown on the plans. Included with this item is all labor, equipment and materials necessary for furnishing and installing outlet, cover, box, supports, and feeder R4. 31. 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. 32. Elec. Feeder LB; (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, trench, pull boxes, and backfill. 33. Elec. Feeder GA; (LF) - The unit prices for this item will be paid based on the Feeder GA 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. 34. Elec. Feeder FA; (LF) - The unit prices for this item will be paid based on the Feeder FA 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. 35. Main Electrical Service and Control Location; (EA) - The unit prices for this item will be paid based on the Main Electrical Service as shown on the plans. Included with this item is all labor, equipment and materials necessary for furnishing and installing main panel, lighting control, contactors, enclosure, conduit, wiring, and all other individually minute items required to provide the Main Electrical Service. Add Alternate No. 1 n U-' G• PCC Color Center with Northside "N" (SF) - The unit price shall be full compensation for furnishing all equipment, materials, labor and other L miscellaneous related work required to properly install PCC Colored pavement UEr- and sandblasted "M' per contract documents. Included with this item are the mix E5 design, trenching, subgrade preparation and compaction, subgrade treatments, t::�: forming, jointing and backfilling at form lines All work to create template and C; special finish for" N" shall be considered incidental to this item. N Add Alternate No. 2. Type H2 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, 01025-6 equipment and materials necessary for furnishing and installing luminaire, lamps, pole, break -away base, concrete base, receptacle, accessories, and backfill. Add Alternate No. 3. 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 furnishing and installing luminaire /arm, lamps, pole, break -away base, concrete base, receptacle, accessories, and backfill. Add Alternate No. 4 Tree Removal (EA) - Add Alternate No. 3 The unit price shall be full compensation for furnishing all equipment, materials, labor and other miscellaneous related work required to properly remove and dispose of existing trees as identified in the contract documents. END OF SECTION 01025 01025-7 N C7 A- i ^� J w 01025-7 v-� a c! Yy �� T LIJ kRT PENtM—L 1 1.01 `ENERAL SECTION 01090 REFERENCE STANDARDS 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 conflict with the enforcement of building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 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 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, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The Contractor is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and 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. END OF SECTION 01090 01090-2 N G7 PART 2 - PRODUCTS C.) L Not Used C-) ;< rid PART 3 - EXECUTION Not Used END OF SECTION 01090 01090-2 SECTION 01310 PROGRESS AND SCHEDULES PART1- 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 residences and the public 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. PART2- PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre - Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Calendar Days for Completion Date and Final Payment 1. Work will be completed and ready for final payment on October 30th, in accordance with the General Conditions. 2. Calendar Day count shall start on July 25, 2011 and continue thru the G; ' `::completion of all work. LLJ B. fates for Milestones A-m:: � %1: c -Tn addition to the final completion times, there are milestones by which certain <' `work items must be completed. i i... CA .; 0 - Milestonel: Installation of Terraseeding Sept. 15, 2011 01310 -1 Milestone 2: Project completion October 30, 2011 B. Liquidated Damages Contractor and Owner recognize that time is of the essence of this Agreement. 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 3.02A until the Work is complete and ready for final payment. 2. 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 freshly poured concrete. D. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular), the local residents and businesses. Access to residences and Preucil School shall be maintained at all times. E. Contractor shall coordinate installation of traffic control with City during all phases of construction. F. 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. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 01310-2 N c� END OF SECTION 01310 G te-a .._ l0 Ul W 01310-2 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," 2003 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART2- PRODUCTS 2.01 MATERIALS: 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. 2.02 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: Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: t' Division 11. General Requirements and Covenants. r-- Section 1107.09. Barricades and Warning Signs. LL. Z3 01570-1 0 N 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 EXCAVAT IONS: 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 O 1V' J U7_1 � 01570-2 PROJECT SPECIFICATIONS 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 SITE CLEARING SP3 EARTHWORK SP4 CONCRETE REINFORCING SP5 CONCRETE PAVING SP6 COLORED CONCRETE FINISHING SP7 FINISH GRADING SP8 EROSION AND SEDIMENT CONTROL SP9 TERRA SEEDING SP10 PLANTS SP11 METAL FABRICATION SP12 PRODUCT REQUIREMENTS SP13 EXECUTION REQUIREMENTS SP14 GROUNDING AND BONDING SP15 ELECTRICAL IDENTIFICATION SP16 LOW- VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES SP17 CONDUIT SP18 BOXES SP19 WIRING DEVICES Index SP20 PANELBOARDS SPA EXTERIOR LUMINAIRES rj - r- �1' 1 LL V } N North Market Square Park Confluence Proj. #090041C Index SPECIAL PROVISION SP1 DEMOLITION PART 1-GENERAL 1.1 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing shelter and paved surfaces as indicated and specified. B. Salvage and return to owner— basketball hoops and grill. C. Furnish labor, materials, tools and equipment to remove existing plant material as indicated on drawing. D. Furnish labor, materials, tools and equipment to modify existing curb and gutter by grinding. 1.2 REFERENCES: A. IDOT Standard Specifications and 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 and other waste or debris resulting from work under this section. 1.4 SUBMITTALS: A. Locations of disposal sites and copy of written agreement with local authority if site is not an approved sanitary landfill. B. Permits and notices authorizing demolition, if required. C. Certificate of severance of utility services, if required. v D. Demolition procedures and operational sequence for review and acceptah&.1;y Owner anq Landscape Architect. 1.5 JOB CONDITIONS: -� furl A. Existing Conditions: 1. Within the Contract Limits, there are trees and shrubs which requir protectitCA B. Protections: 1. Erect barriers and fences to protect personnel, structures, and utilities remaining intact. Prime Contractor is responsible for all tree protection. North Market Square Park SP1 -1 Confluence Proj. #090041C 2. Protect trees and shrubs from damage by placing orange construction fence no closer to the main trunk than the existing drip line of the plant. C. 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. D. 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. E. 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. 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. 3. 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 been provided. 4. Provide minimum of 48 -hour notice to Owner and receive written notice to proceed before interrupting any utility. 5. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut -off of services if lines are active. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. North Market Square Park SP1 -2 Confluence Proj. #090041C 2. Operate warning lights as recommended by authorities having jurisdiction. .n &x Protect structures, utilities, sidewalks, pavements, and other facilities from damage t' o, 4-` = caused by settlement, lateral movement, undermining, washout and other hazards Ec2 J created by demolition operations. Ud1 _J r Perform excavation within drip -line of large trees to remain by hand, and protect the root system from damage or dryout to the greatest extent possible. Maintain moist v= _ condition for root system and cover exposed roots with burlap. rD o N North Market Square Park SP1 -2 Confluence Proj. #090041C PART2- PRODUCTS 2.1 GENERAL: A. Explosives shall not be used for demolition without approval of the Owner. 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. 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. 6N 3. Locate all existing active utility lines traversing the site and deterring ttre -'T-J requirements for their protection. C. Disconnection of Utilities: —i ri r- Before starting site operations, disconnect or arrange for the disconnectia -4 -f all, Ility services designated to be removed, performing all such work in accordaitiee with z requirements of the utility company or agency involved. (,3 D. Protection of Utilities: Preserve in operating condition all active utilities traversing the site and designated to remain. 2. 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. 3. 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 North Market Square Park SP1 -3 Confluence Proj. #090041C to additional compensation for delays resulting from such relocations. 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. F. Site Access Measures 1. Contractor shall perform demolition and removal operations so as to maintain vehicular 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 is to remain adjoining existing 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. 3.5 RESTORATION OF DISTURBED AREAS: 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: 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. c�` 7 END OF SPECIAL PROVISION SP1 is a U o P N North Market Square Park Confluence Proj. #090041C SP1 -4 SPECIAL PROVISION SP2 SITE CLEARING PART 1- GENERAL 1.1 1.2 1.3 1.4 SCOPE: The Work specified in this Section includes the following basic work items; it is the intent that the demolition called for be totally complete and adequate for the intended purpose; all necessary Work, in addition to this specifically listed, shall be included, whether or not indicated on the Plans or detailed in these Specifications. 1. Tree and shrub removal. 2. Tree and shrub protection. 3. Removal of minor incidental items. RELATED WORK SPECIFIED ELSEWHERE: A. Earthwork: SP3. SUBMITTALS: Prior to starting demolition work: A. Permits and notices authorizing demolition, if required. B. Certificate of severance of utility services, if required. a `a c? [l -r) :p. N 0 c� 0 cn W C. Demolition procedures and operational sequence for review and acceptance by Owner. n f� D. Copy of written agreement with the local authority for disposal of demolition materials at any site other than an approved sanitary landfill, if required. JOB CONDITIONS: A. Existing Conditions: Within the Contract Limits, there are trees and shrubs which require protection. B. Protection: 1. Erect barriers, fences, guardrails, enclosures, chutes, and shoring to protect personnel, structures, and utilities remaining intact. (See plan for fence design). 2. Protect trees and shrubs from damage as specified in Section 02200 and as shown on drawings. C. Dust Control: 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 North Market Square Park SP2 -1 Confluence Proj. #090041C nuisance to the public, neighbors, and concurrent performance of other Work on the site. D. Do not damage or cause to be damaged, structures, roofs, drives, streets, 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. E. Provide sheeting, 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. F. 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 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 Landscape Architect and then only after been provided. 5. Provide minimum of 48 -hour notice to Owner and Landscape Architect and receive written notice to proceed before interrupting any utility. 6. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut -off of services if lines are active. G. Protection of Persons and Property: 1. Barricade open excavations occurring as part of this work and post with warning lights. 2. If needed 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 demolition operations. PART 2- PRODUCTS 2.1 GENERAL: Fttrpish all materials and equipment required for performing the demolition. All equipment and materials are subject to the approval of the Owner. CJ PLAT T 3 - E- XE6T1ON � r- = 3 GE�EM �O Cpl North Market Square Park SP2 -2 Confluence Proj. #090041C Do not commence work until conditions are acceptable to the Owner. 3.2 PREPARATION: A. Notification: Notify the Owner at least two full working days prior to commencing the Work of this Section. B. Site Inspection: 1. 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. 3. 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: r, Preserve in operating condition all active utilities traversing the site and designated to remain. 3.3 DEMOLITION: jc? A. Demolish all materials as shown on the Drawings. B. Saw cut edges of paving demolition and walls where walls or paving are to'iemair�'� adjoining those to be removed. 3.4 DISPOSAL: A. Remove demolition debris as soon as practicable. 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 salvage materials on site as directed by Owner. 3.5 RESTORATION OF DISTURBED AREAS: 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. North Market Square Park SP2 -3 Confluence Proj. #090041C 3.6 CLEAN -UP: 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. END OF SPECIAL PROVISION SP2 y, AZ CLI LM Lyl VV LL =`� V CJ N North Market Square Park SP24 Confluence Proj. #090041C SPECIAL PROVISON SP3 EARTHWORK PART 1- GENERAL 1.1. SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil spread. 1.2. REFERENCES: A. [DOT Standard Specifications and Iowa Statewide Urban Design and Specification (SUDAS) 1.3. QUALITY ASSURANCE: A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698 -91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Landscape Architect prior to use. C. Codes and Standards: 1. Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. 2. Obtain any necessary permits for this Section of Work and pay any fees required for permits. 3. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. D. Testing and Inspection Service: 1. Field density testing will be provided by the Prime Contractor. ° r 1.4. JOB CONDITIONS: A. Existing Utilities: ;< [71 1. Locate existing underground utilities in areas of work. If utilities are *t r' main in place, provide adequate means of support and protection during earthwork opetations.U' 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. North Market Square Park SP3 -1 Confluence Proj. #090041C 4. Do not interrupt existing utilities, except when permitted in writing by the Owner and then only after acceptable temporary utility services have been provided. 5. Provide minimum of 48 -hour notice to Owner and receive written notice to proceed before interrupting any utility. 6. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut -off of services if lines are active. 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 having jurisdiction. 3. Perform excavation within drip -line of large trees to remain by hand, and protect the root system from damage or dry out to the greatest extent possible. Maintain moist condition for root system and cover exposed roots with burlap. PART2- PRODUCTS 2.1 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.1 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections 3.2 TRENCH EXCAVATION: A. Disposal of Unsuitable Soil 1. The Prime Contractor shall notify the Construction Manager if soil contamination is found or suspected during excavation. u� 2.,r Soil disposal and remediation method shall be an option outlined in the IDOT construction manual Section 10.22, and approved by the Iowa DNR and Polk County, Iowa. The contractor is not to proceed with soil removal and remediation measures �,.i , > -- until instructed by the City Engineer. t- Disposal site to be provided by the contractor and approved by the Construction Manager, Landscape Architect, and Iowa DNR. 4. ' —" Prime Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. B. Care of Vegetation and Property North Market Square Park SP3 -2 Confluence Proj. #090041C 1. Use excavating machinery of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or toppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be driven, stored, piled, or parked within any trees' drip line. 4. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels are shaped as to cut or damage such surfaces. 5. Restore all surfaces which have been damaged by the Prime Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 6. Aerate all grassed areas compacted by construction activities with min. 6" inch tines. 3.3 BACKFILLING: A. General N 1. Do not place frozen materials in backfill or place backfill upon frozen materk Remove previously frozen material or treat as required before new backfill i4-1l�ased. — ``r �. 3.4 GRADING: '�-- A. General: f r t 1. Uniformly grade areas within limits of grading under this Section, = iFlCludi g adjacent transition areas. }' �^ w 2. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated, or between such points and existing grades. . B. Grading Outside Paving Lines: Grade areas to adjacent to paving lines to drain away from structures and to prevent ponding. 2. Finish surfaces free from irregular surface changes, and as follows: a. Lawn or Unpaved Areas: Finish areas to receive topsoil to within not more than 0.10' above or below required subgrade elevations. b. Walks: Shape surface of areas under walks to line, grade and cross - section, with finish surface not more than 0.05' above or below required subgrade elevation. C. Grading Surface of Fill Under Paving: North Market Square Park SP3 -3 Confluence Proj. #090041C 1. Grade smooth and even, free of voids, compacted as specified, and to required elevation. 2. Provide final grades within a tolerance of 1/2" when tested with a 10' straightedge. D. Compaction: After grading, compact subgrade surfaces to the depth and indicated percentage of maximum or relative density for each area classification. 3.5 MAINTENANCE: A. Protection of Graded Areas: 1. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. 2. Repair and re- establish grades in settled, eroded, and rutted areas to specified tolerances. 3. Keep public streets clean from soil, soil tracking and debris at all times. B. Reconditioning Compacted Areas: Where completed graded areas are disturbed by subsequent construction operations, erosion or adverse weather, scarify surface, re -shape and compact to required density prior to further construction. C. Settling: Where settling is measurable or observable at excavated areas during general project warranty period, remove surface (pavement, lawn or other finish), add backfill material, compact, and replace surface treatment. Restore appearance, quality, and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.6 EROSION PROTECTION: A. ? Th`e Prime Contractor shall comply with soil erosion control requirements of the Iowa Code, and �,he -focal ordinances. The Prime Contractor shall take all necessary measurements to protect L11 ra 9sst erosion and dust pollution on this project site and all off -site borrow or deposit areas, x_f Ong performance or as a result of performance. B. The'Prime Contractor shall take all steps necessary to protect adjoining property, including [' publiy sanitary and storm drainage systems and streets, from any damage resulting from the movement of earth or other debris thereto from the site; and such steps as are necessary to prevent the accumulation of earth or debris on adjoining public or private property from the construction site. The Prime Contractor shall take into consideration all factors which might cause the movement of earth or debris from the construction site onto any adjoining public or private property. C. The Prime Contractor shall take immediate corrective action should damage occur to adjoining public or private property (including sanitary or storm drainage systems and streets). The Prime Contractor shall take immediate corrective action to remove any debris should any earth or other debris move from the construction site to adjoining public or private property. Further, the Prime Contractor shall take steps required to prevent the repetition of any instance where dirt or other debris moves from the construction site to adjoining public or private property. D. The Prime Contractor will hold the Owner harmless from any and all claims of any type whatsoever resulting from damages to adjoining public or private property, including reasonable attorney's fees incurred to Owner. Further, if the Prime Contractor fails to take necessary steps to promptly remove earth or debris which comes onto adjoining public or private property, the Owner may, but need not, remove such debris and deduct the cost thereof from amounts due the Prime Contractor. North Market Square Park S133 -4 Confluence Proj. #090041C E. The Prime Contractor shall maintain storm sewer systems throughout construction and provide erosion control measures acceptable to protect against siltation and erosion or any adverse conditions resulting from storm water. Use straw bales and other means at all intakes and outfall structures and at all locations where erosion or siltation is anticipated or occurring; including drainage courses and swales. Filter socks shall be installed as shown on drawings, in locations as directed by Landscape Architect, and in locations as required by provided erosion control plan. Prime Contractor to routinely inspect condition of filter socks and repair and clean, as necessary to maintain them in good working order. 3.7 FIELD QUALITY CONTROL: Quality Control Testing During Construction: A. Allow Owner to inspect and approve subgrades and fill layers before further construction work is performed. Prime Contractor to coordinate field density testing, which will be provided by the Owner. END OF SPECIAL PROVIOSION SP3 North Market Square Park Confluence Proj. #090041C r.� c� Y (JI W 1 SP3 -5 kn U') Q -4 C 2 _ c-, l'J PART 1- GENERAL 1.1 RELATED DOCUMENTS: SPECIAL PROVISION SP4 CONCRETE REINFORCING A. 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. 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. B. Tie wires. 1.3 RELATED WORK SPECIFIED ELSEWHERE: Concrete Paving - SP5. 1.4 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. 1.5 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. PART2- 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: North Market Square Park SP4 -1 Confluence Proj. #090041C A. Minimum 16 gauge black annealed wire. PART 3 - EXECUTION 3.1 BAR REINFORCING: Bar reinforcing shall be placed accurately in positions shown, securely fastened and supported to prevent displacement during placement of concrete. 3.2 REINFORCEMENT DIMENSION: Minimum distance from face of concrete to near reinforcing bar to be: A. Three inch (3 ") in footings, pads and unformed walls. B. Two inch (2 ") in beams, columns and formed walls and structural slab on grade (unless shown otherwise). END OF SPECIAL PROVISION SP4 N �n J M c: z .n 1% cn C11) North Market Square Park SP4 -2 Confluence Proj. #090041C ko L o LL1.ti 3 r .. —PART 1_! GEdR;AL Y RtLATE(3 DOCUMENTS: SPECIAL PROVISION SP5 CONCRETE PAVING X Iowa Statewide Urban Design and Specifications (SUDAS). B. Comply with ACI 316 "Recommended Practice for Construction of Concrete Pavements and Concrete Bases" for all work. 1.2 WORK INCLUDED: Provide all labor, materials, equipment and supervision required to construct concrete curbs, walks, steps, etc. including: A. Portland Cement Concrete. B. Curing and sealing. C. Expansion and contraction joints and fillers. D. Vapor barrier. 1.3 RELATED WORK SPECIFIED ELSEWHERE: A. Earthwork: SP3. B. Concrete Reinforcing: SP4. C. Colored Concrete Finishing: SP6. 1.4 QUALITY ASSURANCE: A. Cost of field and laboratory testing will be borne by the Contractor. Testing by laboratory approved by the Owner. Lab reports shall be simultaneously forwarded to the Owner, Contractor and Landscape Architect. B. 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: 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, 1B, 1C). North Market Square Park SP5 -1 Confluence Proj. #090041C C. Job cure each cylinder three (3) days. d. After three (3) days, send cylinders A and B to the laboratory approved by 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. 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 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. 1.7 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 Mligence at no cost to Owner. D. Provide temporary barricades and warning lights as required for protectj6 4f project WO&I and public safety. r PART 2 - MATERIALS 17 2.1 CONCRETE STRENGTH: N Cn Concrete mix for exterior slabs, structural slabs, walls, and steps: A. Minimum of 4000 psi compressive strength at twenty -eight (28) days. B. Minimum of six (6) sacks of cement per cubic yard. Maximum of 15% replacement of cement with fly ash will be permitted. C. Slump four inches (4 ") maximum. 2.2 MIXING: Except as otherwise specified, concrete shall be ready -mixed or job -mixed at the Contractor's option, and in accordance with requirements of ACI 318 -77. Ready -mixed concrete shall be mixed and delivered to the project in accordance with ASTM C94. Maximum mixing time is one (1) hour. North Market Square Park SP5 -2 Confluence Proj. #090041C r � a 6oRTLAND CEMENT: C-1 i- 7ST"350, type 1 or type 111. 114 SAAND? mean, hard, washed and well graded. providing compliance with this Section. 2.5 MODIFIED SUBBASE: Sand shall conform with ASTM C33. Provide test Aggregate shall conform to ASTM C33. Aggregate for footings and other unexposed concrete may be gravel. 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: Clean and free from oil, acid and injurious amounts of vegetable matter, alkalies and other impurities. 2.7 ADMIXTURES: A. Air entrainment: 61/2 % +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. D. A water- reducing agent may be used as deemed necessary, to be in conformance with the latest ASTM requirements. 2.8 EXPANSION JOINT FILLERS: Polyethylene closed cell foam expansion joint filler. Sonoflex F or approved equivalent. 2.9 JOINT SEALER: Pour -type self leveling polyurethane or gun grade polyurethane compatible with foam expansion joint filler. 2.10 CURE AND SEAL: CS -309 W.R. Meadows, Inc.; Rez -seal Euclid Chemical Company or approved equivalent. 2.11 REINFORCING STEEL: As shown on the Drawings and indicated in the Specifications. 2.12 CURING AND PROTECTION MATERIALS: Burlap. North Market Square Park SP5 -3 Confluence Proj. #090041C PART 3 - EXECUTION 3.1 SUBGRADE PREPARATION: Excavate, fill, compact, grade and prepare subgrade as specified in Earthwork: SP3. Compact disturbed subgrade to 95% standard proctor prior to any construction. N 0 0 3.2 FORMS: A. Use wood or steel forms adequately staked and braced for all eMp i� ,d slab edges. F" e. Secure forms in place to maintain grade and alignment while concfete.,ieA s placed anl finished. - ui C. Set base of form at subgrade elevation or below with top of form at pavemgnf 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. F. Remove forms with care to prevent cracking, spalling or overstressing concrete. 3.3 CONCRETE PLACEMENT: A. Uniformly dampen subgrade prior to concrete placement. B. Consolidate by tamping and screed excess concrete flush with forms; edges adjacent to forms, expansion joints, curbs, or fixture shall be thoroughly spaded for full depth. 3.4 JOINTS: A. Saw cut control joints. Joints to be 1/8" min. and 1/4" max. width and 1/4 of slab thickness in depth. B. 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. C. Round outside edges of sidewalk with edging tool with approximately one half -inch (1/2 ") radius. D. Round edges of sidewalk or curbs adjacent to expansion joints with edging tool with approximately one - eighth inch (1/8 ") radius. E. Construction Joint - Keyed joints or doweled joints shall be used at ends of all concrete pours. Bars to extend through joints a minimum of twenty-four (24) bar diameters. F. Expansion joints at exterior concrete slabs shall be installed as shown on the Plans. Hold joint material down one -half inch (1/2 ") and fill with sealer. G. Match joints in curbs with joints in sidewalk. North Market Square Park SP54 Confluence Proj. #090041C 3.5 H. Control joints in curbs may be saw cut or formed with trowel and groover or steel sheet shaped to fit curb. CURING AND PROTECTION: A. When air temperature is above 45 degrees F. and air temperature will not drop below 35 degrees F. within seven (7) days: r- tn �3 7C B f� B. "J C. 1. Protect with liquid curing compound. d 2 Spray on surface after finishing and after surface moisture has disappeared. -I Spray on edges after forms are removed }_ Spray at low pressure (20 -30 psi); manufacturer. When air temperature is below 45 degrees F degrees F. within seven (7) days: apply at rate as recommended by and air temperature will drop below 35 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 ") atjunctions. 4. Protect straw from disturbance by wind. Prevent water from flowing along edge of pavement, curb or sidewalk and undermining slab. 3.6 PLACING AND PROTECTING CONCRETE: A. Place no concrete when stormy or inclement weather prevents good workmanship, when subgrade is frozen or if air temperature is 38 degrees F. or below. B. No concrete shall be placed until Owner's Representative has inspected and 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. Use of salt or other chemicals is prohibited. Use of accelerating admixtures will not be permitted. F. During and immediately after depositing of concrete, compact 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: North Market Square Park SP5 -5 Confluence Proj. #090041C A. Screed, level and float all slabs to true, level and straight lines. B. Exterior slabs and platforms to be medium hair broom finish, with no coarse aggregate visible. C. Tolerances on all surfaces not more than three - sixteenths inch (3/16 ") in ten foot zero inch (10'- 0 "), D. Formed surface finish: Remove bulges, fins, form marks and roughness from exposed surfaces 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 equivalent 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. 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. All 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 and sealed tight. 3.9 APPLICATION OF CURE AND SEALER (ALL EXPOSED CONCRETE SLABS): A. Apply one coat as soon after final troweling as possible. Coverage and application shall be in accordance with manufacturers recommendations. END OF SPECIAL PROVISION SP5 North Market Square Park Confluence Proj. #090041C N U n 7 C c -� SP5 -6 w r SPECIAL PROVISION SPG �j" 4 r UFO COLORED CONCRETE FINISHING [E 7 PAR'T'S'- GEkiR&',_ 1.1 RELATED DOCUMENTS: 1.2 WORK INCLUDED: A. Colored concrete paving. 1.3 RELATED WORK SPECIFIED ELSEWHERE: A. Concrete Paving: SP5. 1.4 REFERENCES: A. L.M. Scofield Company Tech - Data Bulletin A- 104.10. B. L.M. Scofield Company Tech - Data Bulletin A- 514.02. C. L.M. Scofield Company Guide G- 107.02. D. ASTM C309 ❑ Liquid MembraneForming Compounds for Curing Concrete. 1.5 QUALITY ASSURANCE: A. Colored concrete finish to be performed by skilled workers who are trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of concrete coloring. 1.6 SUBMITTALS: A. Comply with Special Provision SP5. 1.7 DELIVERY, STORAGE, AND HANDLING: A. Deliver material in unopened containers with labels identifying contents attached. B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Materials may have expiration date; order accordingly. 1.8 PROJECT CONDITIONS: A. Comply with ACI requirements for cold and hot - weather work. B. Pre - Installation Meeting PART2- PRODUCTS 2.1 MATERIALS: A. Concrete: Specified in SP5. North Market Square Park SP6 -1 Confluence Proj. #090041C B. Water: Fresh, clean and potable. C. Color Admixture' Chromix Admixture as manufactured by L.M. Scofield Company. Color equal Brownstone (1010). D. Curing compound: 1. Lithochrome Colorwax by L.M. Scofield Company. 0 PART 3 - EXECUTION 3.1 INSPECTION: Color: to match admixture. A. Verify that subgrade is installed according to specifications and is free of conditions which could be detrimental to performance of colored concrete. 3.2 INSTALLATION: A. Concrete: Place and screed to required level as specified in Section 32 13 13. B. Float concrete from two directions with wood trowel to create an open and uniform surface. C. Trowel surface with a steel or aluminum trowel; leave no trowel marks. E. Protect concrete from premature drying, excessive hot or cold temperature, and damage. F. Curing Compound: Apply per manufacturer's guide for method and rate. 3.3 TOLERANCES: N CJ A. Because of variables in the concrete mix, minor variations in color are acceptable. — c END OF SPECIAL PROVISION SP6 r cn w North Market Square Park S136 -2 Confluence Proj. #090041C r• In <[ CIO PAFt11- GE'Q�R�II; 1.01 gEC1iON-)NbtUDES: d ! . 'A. _' Finishgrading. PART 2 - PFf7bUCTS 2.01 MATERIALS SPECIAL PROVISION SP7 FINISH GRADING A. Topsoil salvaged from the stripping operations or new topsoil brought onto the Site shall meet the following quality standards: Fertile, agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site. Free of subsoil, clay or impurities, plants, weeds and roots. Minimum pH value of 5.4 and maximum 7.0 PART 3 - EXECUTION 3.01 GRADING: A. Grade areas within construction limits to establish new grades indicated and additional areas disturbed by construction operations including vehicle use, utility trenching, fill stockpiling, and cutting to provide additional backfill material. B. Earth fill for grading: 1. Utilize earth backfill from cut areas on the Site or a legal off -site source. 2. Material larger than 2" in size is not permitted in the upper 8" of fill. C. Install grade stakes at not more than the 25' -0" intervals both ways. Grade to uniform levels or slopes between points where elevations are indicated. Provide positive drainage. 2. Deviations from finish grades indicated shall not exceed 1 ". D. Fill areas where settlement occurs to required elevations. 3.02 PLACING TOPSOIL: A. Remove topsoil not meeting quality standards and replace with topsoil acceptable to the Owner's Representative. B. Do not grade, excavate or work topsoil in frozen or muddy conditions. C. Place 6" of topsoil in areas where seeding, sodding, planting will occur as indicated. Place topsoil during dry weather. D. Do not place topsoil in areas of sewers, water mains and other utilities until backfill has settled. E. Fine grade topsoil eliminating rough or low areas. Maintain profiles and contour of subgrade. North Market Square Park SP7 -1 Confluence Proj. #090041C F. Coordinate final grading of topsoil to minimize damage by subsequent construction activities. G. Remove roots, weeds, rocks and foreign material while spreading. K Manually spread topsoil close to trees, plants and buildings to prevent damage. I. Berm surplus subsoil and topsoil along west property line as indicated or directed by Owner's Representative. J. Leave stockpile area and site clean and raked, ready to receive landscaping. 3.03 EROSION PROTECTION: A. Comply with soil erosion requirements of the Iowa Code, and the local ordinances. Take all necessary measurements to protect against erosion and dust pollution on this project site and all off -site borrow or deposit areas, during performance or as a result of performance. B. Take all steps necessary to protect adjacent property, including public sanitary and storm drainage systems and streets, from damage resulting from the movement of earth other debris on adjoining public or private property from the construction site. Take into consideration all factors which might cause movement of earth or debris from the construction site onto adjoining public or private property. C. Maintain storm sewer systems throughout construction and provide erosion control measures acceptable to protect against siltation and erosion or any adverse conditions resulting from storm water. Use filter socks at all intakes and outfall structures and at all locations where erosion or siltation is anticipated or is occurring, including drainage courses and swales. D. Install filter socks in locations indicated by the Owner's Representative. 1. Routinely inspect condition of filter socks and repair /clean as necessary to maintain fences in good working order. E. In lieu of silt fencing, straw bale dikes may be installed. Furnish a detail of the proposed construction to the Owner's Representative for review and approval. Routinely inspect condition of straw bales and repair /clean as necessary to maintain fences in good working order. END OF SPECIAL PROVISION SP7. N O C) c_ Z;: S2 � C-) <; i .<r M Y CIl F M North Market Square Park SP7 -2 Confluence Proj. #090041C SPECIAL PROVISION SP8 EROSION AND SEDIMENT CONTROL A. Product Data: Provide data for filter socks. 1.3 RELATED SECTIONS: A. Earthwork: SP -3. B. Finish Grading: SP -7. 1.4 QUALITY ASSURANCE: A. Perform work in accordance with Iowa Department of Transportation standards. 1.5 SUBMITTALS FOR REVIEW: A. Product Data: Provide data for filter sock. PART 2- PRODUCTS 2.1 FILTER SOCK MATERIALS: A. Erosion Control Filter Sock: Per section 7E -21 of SUDAS Manual. Install at storm sewer inlet per plans and details, 1. Reference Manufacturer: Filtrexx — Product: 8" inlet protection sock and 12" sediment control sock. 2. Other acceptable manufacturers: a. Silt Sock. 3. Substitutions: Permitted with Owner representative's approval. PART 3 - EXECUTION 3.1 EXAMINATION: A. Verify that subgrade is ready to receive the work of this section. North Market Square Park S138 -1 Confluence Proj. #090041C r vi 4 U .`' LL -PART 1c. GENERAL 1.1 5COPE� -- N A. Section includes: 1. Filter socks 1.2 SUBMITTALS: SPECIAL PROVISION SP8 EROSION AND SEDIMENT CONTROL A. Product Data: Provide data for filter socks. 1.3 RELATED SECTIONS: A. Earthwork: SP -3. B. Finish Grading: SP -7. 1.4 QUALITY ASSURANCE: A. Perform work in accordance with Iowa Department of Transportation standards. 1.5 SUBMITTALS FOR REVIEW: A. Product Data: Provide data for filter sock. PART 2- PRODUCTS 2.1 FILTER SOCK MATERIALS: A. Erosion Control Filter Sock: Per section 7E -21 of SUDAS Manual. Install at storm sewer inlet per plans and details, 1. Reference Manufacturer: Filtrexx — Product: 8" inlet protection sock and 12" sediment control sock. 2. Other acceptable manufacturers: a. Silt Sock. 3. Substitutions: Permitted with Owner representative's approval. PART 3 - EXECUTION 3.1 EXAMINATION: A. Verify that subgrade is ready to receive the work of this section. North Market Square Park S138 -1 Confluence Proj. #090041C 3.2 INSTALLATION — FILTER SOCKS: A. Install filter sock in accordance with fence manufacturer's instructions. 3.3 CLEANING: A. Contractor to routinely inspect condition of the filter socks and repair and clean as necessary to maintain good workin order. Remove accumulated sediment from filter sock or replace periodically. B. Remove filter sock and accumulated sediment prior to landscape grading. END OF SPECIAL PROVISION SP8 N O C}� � C-3 J :71(7 Cn 4w- North Market Square Park Confluence Proj. #090041C �1 §10 -ID SPECIAL PROVISION SP9 A. Preparation of seedbed. TERRA SEEDING B. Pneumatically applied terra seeding and fertilization C. Maintenance. 1.2 RELATED REQUIREMENTS: A. Finish Grading SPT Preparation of subsoil and placement of topsoil in preparation for the work of this section. 1.3 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Landscape Architect and /or the Architect with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformance with USDA listings and those of established nursery suppliers. B. All quantities of seed listed are for weights and percentages of pure live seed (PLS). 1.4 DEFINITIONS: A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.5 SUBMITTALS: A. Product data: Provide manufacturer's data indicating composition and components of commercially prepared fertilizer. B. Supplier certificate: Certify that seed mixture is appropriate for existing site conditions. C. Seed bag mix tags D. Compost sample 1.6 REGULATORY REQUIREMENTS: A. Comply with regulatory agencies for fertilizer and herbicide composition. B. Provide certificate of compliance from authority having jurisdiction indicating approval of seed mixture. North Market Square Park S139 -1 Confluence Proj. #090041C r— Lf <t i�d i Q l (1; r c.) r ART 1 -- GENEkAL 1.1 SECfION INCLUDES SPECIAL PROVISION SP9 A. Preparation of seedbed. TERRA SEEDING B. Pneumatically applied terra seeding and fertilization C. Maintenance. 1.2 RELATED REQUIREMENTS: A. Finish Grading SPT Preparation of subsoil and placement of topsoil in preparation for the work of this section. 1.3 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Landscape Architect and /or the Architect with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformance with USDA listings and those of established nursery suppliers. B. All quantities of seed listed are for weights and percentages of pure live seed (PLS). 1.4 DEFINITIONS: A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.5 SUBMITTALS: A. Product data: Provide manufacturer's data indicating composition and components of commercially prepared fertilizer. B. Supplier certificate: Certify that seed mixture is appropriate for existing site conditions. C. Seed bag mix tags D. Compost sample 1.6 REGULATORY REQUIREMENTS: A. Comply with regulatory agencies for fertilizer and herbicide composition. B. Provide certificate of compliance from authority having jurisdiction indicating approval of seed mixture. North Market Square Park S139 -1 Confluence Proj. #090041C 1.7 DELIVERY, STORAGE, AND HANDLING: A. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not acceptable. Deliver seed mixture in containers showing percentage of seed mix, year of production, net weight, date of packaging, and location of packaging. B. Deliver fertilizer in waterproof bags showing weight, chemical analysis, and manufacturer. PART 2- PRODUCTS N O 2.1 SEED MIXTURES o A. Seed Mixture - General: 1. Provide fresh, clean, dry, new crop seed of grass species specl�k+riith: a. Minimum 95 percent germination, established by Offici FSei9d Arjalysts- of North America, Cn b. Minimum 85 percent pure live seed, and C. Maximum 0.5 percent weed seeds. B. Grass Seed Mixture: - Revolution Plus Mix - or equivalent (this mix contains 90% Fescue — consisting of Mustang 4 Fescue, Rhambler SRP Fescue 2nd Millennium Fescue and Titanium Fescue along with 10% Brooklawn Kentucky Bluegrass) available from Pace Supply Fairfax IA. Coat with Germinex Talc TG, to hold water against the seed and promote early growth. Apply at a rate of 8 oz per 40 to 50lbs of seed. Available from Floratine Company, www.floratine.com /products /germinex— taic.php Provide Certified Blue Tag and Analysis Tag on each bag of seed mixture. 2.2 COMPOST A. Compost from a commercial composting facility. Compost shall be weed free and derived from a well - decomposed source of organic matter. The compost shall be produced using an aerobic composting process meeting CFR 503 regulations, including time and temperature data indicating effective weed seed, pathogen and insect larvae kill. The compost shall be free of any refuse, contaminants or other materials toxic to plant growth. Non - composted products will not be accepted. Test methods for the items below should follow USCC TMECC guidelines for laboratory procedures: 1. PH — 5.0 -8.0 in accordance with TMECC 04.11 -A. "Electrometric pH Determination for Compost 2. Particle sizes shall be 100% passing a 2" sieve, 99% passing a V sieve, minimum 60% passing a'' /z' sieve. 3. Moisture content of less than 60% in accordance with standardized test methods for moisture determination. 4. Material shall be relatively free ( <1 % by dry weight) of inert or foreign man made materials. 2.3 FERTILIZER A. Provide commercial grade, water soluble, conforming to current requirements of the Iowa Department of Agriculture; fifty percent of the elements derived from organic sources; North Market Square Park SP9 -2 Confluence Proj. #090041C r- �' arrAlysis 8- 32 -16. d4.: i WATER p At Water: Clean, fresh and free of substances or matter that could inhibit vigorous growth of ' i grass. � r r B, Provide hose and other water equipment necessary for performing work of this Section. PART 3- EXECUTION 3.1 EXAMINATION A. Verify that prepared soil base is ready to receive the work of this Section. 3.2 PREPARATION A. Loosen seed bed by lightly discing — min. working depth 2 -3 inches; repair eroded areas. B. Rake to ensure smooth, uniform surface texture free from rocks, dirt clods and debris. 3.3 FERTILIZING: A. Apply fertilizer at a rate of 1 pound of actual phosphoric acid (P) per one thousand (1000) per 1000 sq ft. 3.4 TERRA SEEDING: A. Apply seed at a minimum rate of 10 Ibs per 1000 sq ft. Blow a 1" compost blanket, which is injected with seed and fertilizer at the time of application. B. Seeding Season: March 31 - May 15 (Spring); August 15 - September 15 (Fall). C. Do not sow immediately following rain, when ground is too dry, or during windy periods. D. Blow in place with the use of a pneumatic blower truck equipped with a supplemental seed injection system. E. Apply water with a fine spray immediately after each area has been terra seeded. Saturate to 2 -3 inches of soil. Following germination, immediately re -seed areas without germinated seeds that are 6 x 6 inches and larger. 3.5 PROTECTION: A. Identify seeded areas with stakes and string around area periphery. Set string height to 24 inches. Space stakes at 60 inches. 3.6 MAINTENANCE: A. Provide maintenance at no extra cost to OWNER; OWNER will pay for water. B. Provide maintenance of seeded areas for until initial acceptance. C. Mow grass at regular intervals to maintain at a maximum height of 3 -4 inches. Do not cut North Market Square Park SP9 -3 Confluence Proj. #090041C more than 1/3 of grass blade at any one mowing. D. Neatly trim edges and hand clip where necessary. E. Immediately remove clippings after mowing and trimming. F. Water to prevent grass and soil from drying out. G. Roll surface to remove minor depressions or irregularities. H. Control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. I. Immediately reseed areas that show bare spots. J. Protect seeded areas with warning signs during maintenance period. K. Maintain seed areas by mowing at a minimum height of 3 inches until initial acceptance. L. Repair and reseed all eroded areas prior to acceptance. 3.7 REPAIR OF LAWN AREAS: A. Repair disturbed areas by tilling, shaping, raking and re- seeding as required. B. Seeded lawn areas shall meet the following criteria as determined by the Landscape Architect: 1. Satisfactory Seeded Turf: At the end of maintenance period a healthy uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90% over any 10 s.f. and bare spots not exceeding 6 inches by 6 inches. C. Perform repair work in accordance with requirements of this section for new work and continue maintenance until turf criteria is met or until initial acceptance. END OF SPECIAL PROVISION SP9 N L'] c) > -1 Y � C)-C 1 r— p rn _ cn -9 North Market Square Park SP9 -4 Confluence Proj. #090041C r~ Lr) PP 0; I- s. - hhRT 1 LGENE�_ -t2teAr, L __ _U 1.1 Iiii -ATED DOCUMENTS SPECIAL PROVISION SP10 PLANTS 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 WORK INCLUDED Provide all labor, materials, equipment and supervision required for the installation of all proposed plant material. 1.3 RELATED WORK SPECIFIED ELSEWHERE A. Seeding: SP9. B. Earthwork: SP3. 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. B. Keep plant material that cannot be planted immediately after delivery in the shade, well protected with soil, wet moss or other acceptable material and well watered. C. Do not bind plants with wire or rope at any time so as to damage the bark or 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. North Market Square Park SP10 -1 Confluence Proj. #090041C 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. 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 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 Landscape Architect and then only after acceptable temporary utility service"ave been provided. _ c� 5. Provide minimum of 48 -hour notice to Owner and Landssap`a Architect —awd receive written notice to proceed before interrupting any utility�?"< !u —in B. Protection of Persons and Property: i n 1. Perform excavation within drip -line of large trees to remain band, Ad protect the root system from damage or dryout to the greatest extent possible- Maintain moist condition for root system and cover exposed roots with burlap. Paint root cuts of 1" diameter and larger with emulsified asphalt tree paint. 1.7 INSPECTION AND APPROVAL 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 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 completion of the work. B. Initial inspection will not be conducted unless all items of work as outlined in 3. EXECUTION have been completed. North Market Square Park SP10 -2 Confluence Proj. #090041C C. Five (5) days prior to the anticipated date of inspection submit written notice requesting inspection to Owner's Representative. D. After inspection, the Contractor will be notified in writing, by the Owner, of initial acceptance of inspected work exclusive of the possible replacement of plants and r) C- Tection of deficiencies in the requirements for completion of the work. cis � ..•,: @ 1,_ r,- M- dntain, as specified, areas not acceptable until corrections are completed and r'. ospection is conducted. F.' #=d significant time delay (sixty to ninety days) is encountered, through no fault of the L Landscape Contractor, inspection and initial acceptance of a major portion of "the*plantings may be granted. C�" All plants shall be alive and healthy at the time of initial acceptance. H. Replacement of rejected plants before initial acceptance to meet the terms of initial acceptance 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. B. Plants shall be alive and in good, healthy and flourishing condition of growth at the end of the guaranty period. C. At the end of the guaranty period, final inspection will be made by Owner's Representative upon written notice requesting such inspection; submit notice to Owner's Representative at least ten (10) days before the anticipated date of inspection. D. Any plant, required under this Contract, that is dead or not in a vigorous, thriving condition, as determined by Owner's Representative at the time of Final Inspection, will be removed from the site. E. Plants that are missing at the time of Final Inspection are to be installed during the specified planting season when weather and site conditions permit. F. In case of any questions regarding the condition and satisfactory establishment of a rejected plant, the Landscape Contractor may elect to allow such plant to remain through 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 Contractor's guaranty for the particular plant replaced. Replacement Plants: Plants of the same kind and size as specified in the Plant Schedule; furnished and planted as specified herein. North Market Square Park SP10 -3 Confluence Proj. #090041C 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 replacements, at no cost to the Owner. L. Plant Replacement Cost: Borne by Contractor except for possible replacements resulting from removal, loss or damage due to occupancy of project in any part, vandalism, civil disobedience, or acts of neglect on the part of others, physical damage by animals, 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. 4: C= PART 2 - PRODUCTS 2.1 PLANT MATERIALS �rri __.,1 A. Plant Schedule: A list of plant materials is scheduled on the Drawing. Id..fhs event of & discrepancy between this schedule and the Plan Drawing showing the plants, tI;�Plan Drawing shall govern. 4 B. Certification of inspection of plant materials required by Federal, State or other governmental agencies to accompany all shipments to be furnished to the Owner's Representative. C. Nomenclature: The names of plants required under this Contract conform to those given in the "Standardized Plant Names ", 1942 Edition, prepared by the American Joint Committee on Horticultural Nomenclature. Names of varieties not included therein conform generally with names accepted in the nursery trade. D. Standards: All plant materials, grading, sizes, methods, etc., are to conform to the Standards of the American Association of Nurserymen, Inc., as contained in their current publication "American Standard for Nursery Stock", (ANSI Z60.1- 1996). In the event there is a discrepancy between these standards and this Specification, the most restrictive requirement 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 Contractor shall have investigated the sources of supply and satisfied himself that he can supply the listed plants in the size, variety and quality listed and specified. Failure to take this precaution will not relieve the 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: 1. 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. North Market Square Park SP10 -4 Confluence Proj. #090041C 3. One sided plants or plants taken from tightly planted nursery rows will be rejected. I. Size and Form: 1. Equivalent 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. u� Caliper of trees less than four inches (4 ") - taken six inches (6 ") above ground level. Trees four inches (4 ") and over - measured one foot (1) above ground level. �y4 Specified trunk height can be obtained by pruning lower branches of a plant after r� the plant has been installed; however, pruning to achieve specified trunk height is to occur only after Owner's Representative has inspected plant and directed Contractor as to the amount of pruning required. 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. In compliance with ANSI Z60.1 -1996. 3. Balls: Firmly wrapped with burlap or similar biodegradable material and bound with twine, cord, or wire mesh. 4. Where necessary to prevent breaking or cracking of the ball during the process of planting, the ball may be secured to a platform. Broken or loose balls will not be accepted. 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 -1996. 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 -1996. K. Container Grown Plants: 1. Container size as specified in Plant Schedule. 2. In compliance with ANSI Z60.1 -1996. North Market Square Park SP10 -5 Confluence Proj. #090041C 2.2 MANUFACTURED SOIL A. Soil excavated from planting pits that is similar in nature to topsoil and is determined to be suitable for planting soil shall be thoroughly mixed with one (1) part of compost to one (1) part of sand to two (2) parts of existing soil. B. Very poor soils of clay, gumbo, gravel, hard -pan, or other soils injurious to plants shall not be used. C. If quantity of soil excavated from planting pits is not adequate for planting, furnish planting soil consisting of partially decomposed vegetable matter of natural occurrence; black, clean, low in content of mineral or woody material, mildly acid, fertile and friable. Mix with one (1) part of compost to one (1) part of sand to two (2) parts of soil. D. Dispose of soil excavated from planting hole that is determined not to be of quality required or is not needed to be used for planting soil. 2.3 PEAT A domestic product consisting of partially decomposed vegetable matter of natural occurrence; black, clean, granulated or shredded. 2.4 FERTILIZERn A. Similar or equivalent to Milorganite (6 -3 -0). B. Uniform in composition, dry and free flowing. C7 !'? 6.J C. Fertilizer which becomes caked or otherwise damaged making it not suitable` ar use, will not be accepted. c4__ 2.5 MULCH A. Shredded hardwood bark; a proprietary product; as manufactured by Xylem, LTD 1 -800- 736 -1356 or equivalent. B. Depth and locations as shown on drawings. C. Furnish in bags or bulk. D. Submit sample for approval by Owner's Representative. 2.6 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. 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). North Market Square Park SP10 -6 Confluence Proj. #090041C B. For groundcovers and shrub plant beds only. C. Apply as per manufacturer's recommendation. PART 3 -- EXECUTION 3.1 COMMENCEMENT DATE At the earliest possible date site conditions permit. 3.2 PLANTING SEASON FOR BALLED AND BURLAPPED, CONTAINER GROWN AND MACHINE MOVED PLANTS A. Deciduous trees and shrubs: April 1 to June 1 and August 15 to November 15. B. Evergreen trees and shrubs: April 1 to June 1 and August 15 to October 15. 3.3 PREPARATION A. Stake out on the ground the locations of all plants and obtain approval of the Owner's Representative before excavation is begun. B. Relocate incorrectly located plants at no expense to the Owner. 3.4 EXCAVATION A. Excavate the plant pit, centered at the location stake. B. Planting soil for backfilling shall be kept separate from excavated subsoil. C. Excavate the plant pit large enough to provide for at least six inches (6") of planting soil backfill around and beneath the root system. D. Where surface or subsurface conditions prevent digging a plant pit to specified dimensions, obtain approval from Owner's Representative to modify location of pit dimensions. North Market Square Park SP10 -7 Confluence Proj. #090041C E.0 Stpl auger type screw anchor with twenty -four inch (24 ") rod length and three inch (3") 6, �pjao. F.Zcz r fapping material: Heavy crinkle crepe tree wrapping paper in strips four to ten inches c;'_0 ") wide. 2 e E15PEfl _ o A. ; Planting beds to receive spade cut edge treatment. CV 2.8 WEED PREVENTER A. Dactal or equivalent. B. For groundcovers and shrub plant beds only. C. Apply as per manufacturer's recommendation. PART 3 -- EXECUTION 3.1 COMMENCEMENT DATE At the earliest possible date site conditions permit. 3.2 PLANTING SEASON FOR BALLED AND BURLAPPED, CONTAINER GROWN AND MACHINE MOVED PLANTS A. Deciduous trees and shrubs: April 1 to June 1 and August 15 to November 15. B. Evergreen trees and shrubs: April 1 to June 1 and August 15 to October 15. 3.3 PREPARATION A. Stake out on the ground the locations of all plants and obtain approval of the Owner's Representative before excavation is begun. B. Relocate incorrectly located plants at no expense to the Owner. 3.4 EXCAVATION A. Excavate the plant pit, centered at the location stake. B. Planting soil for backfilling shall be kept separate from excavated subsoil. C. Excavate the plant pit large enough to provide for at least six inches (6") of planting soil backfill around and beneath the root system. D. Where surface or subsurface conditions prevent digging a plant pit to specified dimensions, obtain approval from Owner's Representative to modify location of pit dimensions. North Market Square Park SP10 -7 Confluence Proj. #090041C 3.5 DRAINAGE TEST A. Randomly select a representative number of tree plant pits and test for drainage prior to planting. 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. N O_ 3.6 PLANTING o _ »t� c Rf� A. Groundcover. )> n 1. Cultivate groundcover areas six inches (6 ") deep and grades Rth izm�medip" before planting groundcover plants. 3 2. Before planting, spread commercial fertilizer at the rate of one- zaighth [i 8) pound per plant over entire groundcover area, and cultivate into top six inches (6") of soil. 3. Plant groundcover to within one foot (1') of trunk of tree or shrub planted within the area unless noted otherwise on the Drawings. 4. After planting and before mulching, spread weed preventer over plant bed soil surface as per manufacturer's recommendation. 5. 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 planting 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 backfilled, fill the hole with water and allow the soil to settle around the roots. 5. Set top of root ball level with the surrounding grade as shown in the Planting Details. 6. Place mulch as indicated in the Planting Details. 7. Cut cord or wire securing burlap at base of tree. 3.7 FERTILIZING BARE ROOT PLANTS A. Trees: One -half (1/2) pound per plant; mix with backfill. North Market Square Park SP10 -8 Confluence Proj. #090041C 3.8 FERTILIZING B &B AND CONTAINER GROWN PLANTS A. Trees: Mix with backfill. B. Large shade trees: Two (2) pounds per inch of caliper. C. Understory trees: One (1) pound per inch of caliper. r- 0. aoundcover: One - eighth (1/8) pound per plant; place in bottom of plant pit. ETA' LIJ tike deciduous trees. Zj s stakes driven vertically to depth to provide a firm structure. CN Attach wire to the stake at a point approximately four feet (4') from the ground and attach to the tree at the same height. D. Encase the wire in rubber hose to avoid direct contact between wire and bark of tree. E. Place stakes opposite each other in an east -west direction and drive with a slight tilt away from each at the top so that slight tension can be placed on the wires when attached. All staking material may be salvaged by the Landscape Contractor twelve to eighteen (12- 18) months after planting. 3.10 WRAPPING A. Promptly after planting, wrap trunks of all deciduous trees with tree wrapping paper spirally from ground line to bottom branches. B. Neat and snug; materials held in place by a suitable cord; tapes are unacceptable. 3.11 PRUNING AND REPAIR A. Prior to initial inspection, prune all trees and shrubs and repair any injuries. B. Limit the amount of pruning to the minimum necessary to remove dead or injured branches and twigs. C. Maintain the natural habit, shape and specified size of the plant. D. Make all cuts flush; leave no stubs. E. On all cuts over three - quarters inch (3/4 ") in diameter and bruises or scars on the bark, trace the injured cambium back to living tissue and remove; smooth and shape wounds so as not to retain water and coat the treated area with an approved antiseptic tree paint. 3.12 MULCH A. Install at consistent depth as shown on drawings. North Market Square Park SP10 -9 Confluence Proj. #090041C B. Sub -grade surface of areas to receive mulch shall be sloped to drain, smooth and free of ruts and clods. 3.13 CLEAN UP 3.14 A. Remove any soil, peat 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. MAINTENANCE 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. Landscape Contractor is responsible for maintaining plants from their arrival on site until the punch list approval and initial acceptance. Maintenance after initial acceptance of the planting will be performed by the Owner. E. Furnish detailed written recommended maintenance program to the Owner with a copy to Owner's Representatives, prior to initial acceptance of the various planting areas. F. 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. END OF SPECIAL PROVISION SP10 N C-) C-) fir„ Cn North Market Square Park SP10 -10 Confluence Proj. #090041C SPECIAL PROVISION SP11 METAL FABRICATION A.:; Drawings and Iowa Statewide Urban Design and Specification. N 1.2 SUMMARY: A. Extent of metal fabrications as indicated on drawings. B. This section includes the following metal fabrications: 1. Handrails 1.3 SUBMITTALS: A. General: Submit the following in accordance with Conditions of the Contract and other related Specification Sections and Special Provisions B. Product data for products used in miscellaneous metal fabrications, including paint products and grout. C. Provide samples of materials and finished products being manufactured for this project which may be used for the project. D. Welder certificates signed by Contractor certifying that welders comply with requirements specified under "Quality Assurance" article. 1.4 QUALITY ASSURANCE: A. Fabricator Qualifications: Firms experienced in successfully producing metal fabrications similar to that indicated for this Project, with sufficient production capacity to product required units without causing delay in the Work. B. Installer Qualifications: Arrange for installation of metal fabrications specified in this section by same firm that fabricated them. C. Qualify welding processes and welding operators in accordance with AWS D1.1 "Structural Welding Code - Steel", D1.3 "Structural Welding Code - Sheet Steel ", and D1.2 "Structural Welding Code - Aluminum ". Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone re- certification. 1.5 PROJECT CONDIITIONS: A. Field Measurements: Contractor shall field verify actual locations of walls and other construction to which metal fabrications must fit, by accurate field measurements prior to any fabrication; note recorded field measurements. Coordinate fabrication schedule with construction progress to avoid delay of Work. North Market Square Park SP11 -1 Confluence Proj. #090041C r u� 41F4 1 - QENERAL-_ 1 1, .. RELATED DOCUMENTS: SPECIAL PROVISION SP11 METAL FABRICATION A.:; Drawings and Iowa Statewide Urban Design and Specification. N 1.2 SUMMARY: A. Extent of metal fabrications as indicated on drawings. B. This section includes the following metal fabrications: 1. Handrails 1.3 SUBMITTALS: A. General: Submit the following in accordance with Conditions of the Contract and other related Specification Sections and Special Provisions B. Product data for products used in miscellaneous metal fabrications, including paint products and grout. C. Provide samples of materials and finished products being manufactured for this project which may be used for the project. D. Welder certificates signed by Contractor certifying that welders comply with requirements specified under "Quality Assurance" article. 1.4 QUALITY ASSURANCE: A. Fabricator Qualifications: Firms experienced in successfully producing metal fabrications similar to that indicated for this Project, with sufficient production capacity to product required units without causing delay in the Work. B. Installer Qualifications: Arrange for installation of metal fabrications specified in this section by same firm that fabricated them. C. Qualify welding processes and welding operators in accordance with AWS D1.1 "Structural Welding Code - Steel", D1.3 "Structural Welding Code - Sheet Steel ", and D1.2 "Structural Welding Code - Aluminum ". Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone re- certification. 1.5 PROJECT CONDIITIONS: A. Field Measurements: Contractor shall field verify actual locations of walls and other construction to which metal fabrications must fit, by accurate field measurements prior to any fabrication; note recorded field measurements. Coordinate fabrication schedule with construction progress to avoid delay of Work. North Market Square Park SP11 -1 Confluence Proj. #090041C N O d� 1.6 SEQUENCING AND SCHEDULING: Y=� A. Sequence and coordinate installation of light poles with other trades. iP-1 m PART 2- PRODUCTS a CA 2.1 FERROUS MATERIALS: A. Metal Surfaces, General: For metal fabrications exposed to view upon completion of the Work, provide materials selected for their surface, smoothness, and freedom from surface blemishes. Do not use materials whose exposed surfaces exhibit pitting, seam marks, roller marks, rolled trade names, roughness. 1. Steel: Provide steel and iron in the form indicated complying with the following requirements: a. Cold- Formed Steel Pipe: ASTM A 53: Type and grade as selected by fabricator. 2. Brackets, Flanges and Anchors: Cast or formed metal of the same type material and finish as supported rails, unless otherwise indicated. 3. Welding Rods and Base Electrodes: Select in accordance with AWS specifications for the metal alloy to be welded. 4. Malleable Iron Castings: ASTM A 47, grade 32510. 2.2 GROUT: A. Epoxy Grout: Premixed, factory- packaged, non - staining, non - corrosive, non - gaseous grout complying with CE CRD -C 621. Provide grout specifically recommended by manufacturer for exterior applications of type specified in this section. B. Products: Subject to compliance with requirements, provide one of the following: 1. Epoxy Grout. 2.3 FASTENERS: A. Fasteners for Anchoring Railings to Other Construction: Select fasteners of the type, grade, and class required to produce connections that are suitable for anchoring railing to other types of construction indicated and capable of withstanding design loadings. 1. For steel railings and fittings use plated fasteners, complying with ASTM B 633, Class Fe /Zn 25 for electrodeposited zinc coating or ASTM B 696, Class 12 for Cadmium plating. B. Cast -in -Place and Post - installed Anchors in Concrete: Cast -in -place anchors. North Market Square Park SP11 -2 Confluence Proj. #090041C 2.4 RPdNT: AP = -$hip Primer for Ferrous Metal: Manufacturer's or fabricator's standard, fast - curing, lead -free, 4 iuhVersal modified alkyd primer selected for good resistance to normal atmospheric z�rosion, for compatibility with finish paint systems indicated, and for capability to provide a r ,§Qrpd foundation despite prolonged exposure complying with performance requirements of z - = I- F -5rTT -P -645. 2.5 FABRICA`iibN, GENERAL: N' A. Form metal fabrications from materials of size, thickness, and shapes indicated but not less than that needed to comply with performance requirements indicated. Work to dimensions indicated on drawings and field verified dimensions, using proven details of fabrication and support. Use type of materials indicated or specified for various components of each metal fabrication. B. Form exposed work true to line and level and accurate angles and surfaces and straight edges. C. Allow for thermal movement resulting from the following maximum change (range) in ambient temperature in the design, fabrication, and installation of installed metal assemblies to prevent buckling, opening up of joints, and overstressing of welds and fasteners. Temperature Change (Range): 100 degree F (55.5 degree C). D. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Remove sharp or rough areas on exposed traffic surfaces. Bend corners with radii's continuously to comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no roughness shows after finishing and contour of welder surface matches those adjacent. G. Form exposed connections with hairline joint, flush and smooth, using concealed fasteners whenever possible. H. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to provide adequate support for intended use. Shop Assembly: Pre - assemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of join pieces. J. Fabricate joints that will be weather -tight in a manner to exclude water. North Market Square Park SP11 -3 Confluence Proj. #090041C 2.6 FINISHES, GENERAL: 2.7 A. Comply with NAAMM "Metal Finishes Manual" for recommendations relative to application and designations of finishes. N B. Finish metal fabrications after assembly. ° ci STEEL FINISHES: A. Preparation for Shop Priming: Prepare uncoated ferrous metal surfaces "mpl4ith minimum requirements indicated below for SSPC surface preparation spec #MatioNs andr'i environmental exposure conditions of installed metal fabrications: �,D =b 1. Exteriors (SSPC Zone 1 B): SSPC -SP6 "Commercial Blast Clean`fng ". cn B. Apply shop primer to uncoated surfaces of metal fabrications, except those to be embedded in concrete unless otherwise indicated. Comply with requirements of SSPC -PA1 "Paint Application Specification No. 1" for shop painting. PART 3 - EXECUTION 3.1 PREPARATION: A. Coordinate and furnish anchorages, diagrams, templates, instructions, and directions for installation of anchorages, including concrete inserts, sleeves, anchor bolts, and miscellaneous items having integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery of such items to project site. 3.2 INSTALLATION - GENERAL: A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary, and as detailed, for securing miscellaneous metal fabrications to in -place construction; included threaded fasteners for concrete and masonry inserts, through - bolts, lag bolts, wood screws, and other connectors as required. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installation of miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines'and levels. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete construction. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. E. Field welding will not be allowed. 3.3 ADJUSTING AND CLEANING: A. Touch -Up Painting: Prior to owner acceptance, clean field welds, bolted connections, and abraded areas of shop paint, and spray paint exposed areas with same material as used for shop painting. 1. Spray to provide a minimum dry film thickness of 2.0 mils. North Market Square Park SP11 -4 Confluence Proj. #090041C 3.4 PROTECTION: A. Restore finishes damaged during installation and construction period so that no evidence North Market Square Park SP11 -5 Confluence Proj. #090041C remains of correction work. END OF SPECIAL PROVISION SP11 r-- tn er L J N North Market Square Park SP11 -5 Confluence Proj. #090041C SPECIAL PROVISION SP12 PRODUCT REQUIREMENTS o PART1 GENERAL n cc--_– 71 1.01 SECTION INCLUDES F� = — A. General product requirements. B. Transportation, handling, storage and protection. m C. Product option requirements. k.0 ur D. Substitution limitations and procedures. .r– 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. PART2 PRODUCTS 2.01 PRODUCTS A. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. 2.02 PRODUCT OPTIONS A. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. B. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit 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 submilter: 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. Norlh Market Square Park SP12 -1 Confluence Proj. #090041C 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 offsite storage. F. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. G. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. H. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SPECIAL PROVISION SP12 Ln e -f. a' t N North Market Square Park SP12 - 2 Confluence Proj. #0900416 SPECIAL PROVISION SP13 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 i� _•n D -t C-) 't C7 m E72 N a c 4S1 cs r- M 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. 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 diagrammatically on Drawings. Follow routing shown for conduit, as closely as practicable; place runs parallel with construction lines. D. Coordinate completion and clean -up of work of separate sections. E. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owners activities. PART2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. PART 3 EXECUTION B rsi -I T110Gr11[11PI 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. North Market Square Park SP13 -1 Confluence Proj. #090041C 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. E. When specified in individual specification Sections, require manufacturer to provide authorized 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. B. Demonstrate start-up, operation, control, adjustment, trouble- shooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. C. Provide a qualified person who is knowledgeable about the Project to perform demonstration and instruction of owner personnel. D. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 3.07 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 3.08 FINAL CLEANING A. Execute final cleaning prior to final project assessment. 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. 3.09 CLOSEOUT PROCEDURES A. r •, Make submittals that are required by governing or other authorities. If) <2 B. .. Notify Owner when work is considered ready for Substantial Completion. n° C. Corgplete items of work determined by final inspections. r ,_ �, END OF SPECIAL PROVISION SP13 e +' on C7 c� North Mark t�quare Park Confluence Proj. #090041C SP13 - 2 SPECIAL PROVISION SP14 GROUNDING AND BONDING PART1 GENERAL i i! i EY x 97 cork I 0 dt 11 I `: 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. PART PRODUCTS 2.01 ELECTRODES A. Rod Electrodes: Copper. 1. Diameter: 314 inch. 2. Length: 10 feet. 2.02 CONNECTORS AND ACCESSORIES A. Mechanical Connectors: Bronze. B. Exothermic Connections: Cadweld. C. Wire: Stranded copper. D. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. PART 3 EXECUTION 3.01 INSTALLATION 0 ii > y -1 n .fir A rn � =' CJt c� 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 SPECIAL PROVISION SP14 North Market Square Park SP14-1 Confluence Proj. #090041C 1.02 REFERENCE STANDARDS SPECIAL PROVISION SP15 ELECTRICAL IDENTIFICATION 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. PART2 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. KNIINKTI9IZ IWITU ": 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. B. Locations: Each conductor at panelboard gutters and junction boxes each load connection. 2.03 UNDERGROUND WARNING TAPE A. Description: 4 inch wide plastic tape, colored red with suitable warning legend describing buried electrical lines. PART 3 EXECUTION 3.01 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. A. Install nameplates and labels parallel to equipment lines. 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. 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 SPECIAL PROVISION SP15 North Market Square Park SP15 -1 Confluence Proj. #090041C M u-> ci:r? p PART m 1 IGENIfRAC i "1'.01 SECTION INCLUDES A. Nameplates and labels. B. i3Nire and cable markers. 1.02 REFERENCE STANDARDS SPECIAL PROVISION SP15 ELECTRICAL IDENTIFICATION 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. PART2 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. KNIINKTI9IZ IWITU ": 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. B. Locations: Each conductor at panelboard gutters and junction boxes each load connection. 2.03 UNDERGROUND WARNING TAPE A. Description: 4 inch wide plastic tape, colored red with suitable warning legend describing buried electrical lines. PART 3 EXECUTION 3.01 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. A. Install nameplates and labels parallel to equipment lines. 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. 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 SPECIAL PROVISION SP15 North Market Square Park SP15 -1 Confluence Proj. #090041C SPECIAL PROVISION SP16 LOW - VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1 GENERAL 1.01 SECTION INCLUDES A. Wire and cable for 600 volts and less. B. Wiring connectors and connections. 1.02 RELATED REQUIREMENTS A. Section SP15 - Electrical Identification. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors 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 PRODUCTS 2.01 WIRING REQUIREMENTS A. Exterior Locations: Use only building wire with Type THHN/THWN insulation in raceway. B. Use stranded conductors for all circuits. r, 0 C. Use conductor not smaller than 10 AWG for power and lighting circuits. o — _ :c) C-- D. Conductor sizes are based on copper. Aluminum conductors are not allowed. y 2.02 BUILDING WIRE < I -t C-) . A. Description: Stranded conductor insulated wire. .r z„ B. Conductor: Copper. C. Insulation Voltage Rating: 600 volts. x cn r D. Insulation: NFPA 70, Type THHN/THWN. 2.03 WIRING CONNECTORS A. Split Bolt Connectors. B. Solderless 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. B. Protect conductors from damage and debris. North Market Square Park SP16 - 1 Confluence Proj. #090041C 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. 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 It of location shown. B. Pull all conductors into raceway at same time. C. Use suitable wire pulling lubricant for all wire. 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 ampacily 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. I. Identify and color code wire and cable under provisions of Section SP15. Identify each conductor with its circuit number or other designation indicated. J. All cable for major feeder shall be continuous from origin to termination where possible. 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. Perform Inspections and tests listed in NETA STD ATS, Section 7.3.2. END OF SPECIAL PROVISION SP16 SP16 -2 m c =� N North Market Square Park Confluence Proj. #090041C SP16 -2 SPECIAL PROVISION SP17 CONDUIT PART1 GENERAL 1.01 SECTION INCLUDES A. Conduit, fittings and conduit bodies. 1.02 RELATED REQUIREMENTS A. Section SP14 - Grounding and Bonding. B. Section SP15 - Electrical Identification. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association. B. NECA 101 - Standard for Installing Steel Conduit (Rigid, IMC, EMT); National Electrical Contractors Association. C. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; National Electrical Manufacturers Association. D. NEMA TC 3 - PVC Fillings for Use with Rigid PVC Conduit and Tubing; National Electrical Manufacturers Association. E. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.04 QUALITY ASSURANCE A. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and shown. 1.05 DELIVERY, STORAGE, AND HANDLING A. Accept conduit on site. Inspect for damage. o B. Protect conduit from corrosion and entrance of debris by storing above grade. Provi rop ate covering. i C. Protect PVC conduit from sunlight. —1 n PART 2 PRODUCTS M 2.01 CONDUIT REQUIREMENTS : Z �? A. Conduit Size: Comply with NFPA 70. r 1. Minimum Size: Electrical conduits - 3/4 inch unless otherwise specified. B. Underground Installations: 1. In or Under Slab on Grade: Use rigid steel conduit or lhickwall 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: 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. Fillings and Conduit Bodies: NEMA FB 1; material to match conduit. 2.03 ELECTRICAL METALLIC TUBING (EMT) North Market Square Park SP17 -1 Confluence Proj. #090041C A. Description: ANSI C80.3; galvanized tubing. B. Fittings and Conduit Bodies: NEMA FB 1; steel or cast compression type. 2.04 NONMETALLIC CONDUIT A. Description: NEMA TC 2; Schedule 40 or 80 PVC. 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. C. Install nonmetallic conduit in accordance with manufacturer's instructions. D. Route conduit parallel and perpendicular to construction lines. E. Route conduit in and under slab from point -to- point. F. Do not cross conduits in or under slab. G. Cut conduit square using saw or pipecutter; de -burr cut ends. I-L Bring conduit to shoulder of fillings; fasten securely. I. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit 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 SP14. M. Install EMT conduit within enclosure only. END OF SPECIAL PROVISION SP17 m U Q LU O ' cry cti North Markel Square Park Confluence Proj. #090041C SP17 -2 SPECIAL PROVISION SP18 BOXES PART1 GENERAL 1.01 SECTION INCLUDES A. Outlet boxes. B. Pull and junction boxes. 0 C) C C J �- �� J � m --7j A. SP19 -Wiring Devices. ®'' �0 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. Conform to requirements of NFPA 70. B. Products: Provide products listed and classified by Underwriters Laboratories Inc., PART2 PRODUCTS 2.01 MANUFACTURERS A. Appleton, Steel City, National Electric, or approved equivalent. 2.02 OUTLET BOXES A. Exterior Outlet Boxes: Gasketed cast aluminum type with threaded openings, able to accept "in use" 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 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 A. Clean interior of boxes to remove dust, debris, and other material. END OF SPECIAL PROVISION SP18 North Market Square Park SP18 -1 Confluence Proj. #090041C M Lt) _T 16if 1 GENERAL" r UT: SECTION.INCLUDES I__A. Wall switches. 0 B. 2Receptat1gs. N C. Device plate covers. 1.02 RELATED REQUIREMENTS A. SP18 - Boxes. 1.03 REFERENCE STANDARDS SPECIAL PROVISION SP19 WIRING DEVICES 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 manufacturers catalog information showing dimensions, colors, and configurations. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Provide products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 WALL SWITCHES A. Manufacturers: Hubbell CS series, or equal Pass and Seymour, or Leviton. 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. 2. Ratings: 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 3.01 EXAMINATION A. Verify that branch circuit wiring Installation is completed, tested, and ready for connection to devices. North Market Square Park SP19 -1 Confluence Prof. #090041C 3.02 PREPARATION A. Clean debris from outlet boxes. 3.03 INSTALLATION A. Install securely, in a neat and workmanlike manner, as specified in NECA 1. B. Install devices plumb and level. 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. 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. E. Test each GFCI receptacle device for proper operation. 3.05 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. END OF SPECIAL PROVISION SP19 North Market Square Park Confluence Proj. #090041C O C) y --I h Cti rr r N O L C wp J M � �0 cn s- SP19 - 2 1.02 RELATED REQUIREMENTS A. SP14 - Grounding and Bonding. B. SP15- Electrical Identification. 1.03 REFERENCE STANDARDS SPECIAL PROVISION SP20 PANELBOARDS 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 Panelboards Rated 600 Volts or Less; National Electrical Manufacturers Association. F. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.04 SUBMITTALS A. See Division 1 - for submittal procedures. B. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacily, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by 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. 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 North Market Square Park SP20 - 1 Confluence Proj. #090041C (1- 6 = pg�;k T1 QENERALr 1.01 SECTION keLUDES A. cT oad centers. 1.02 RELATED REQUIREMENTS A. SP14 - Grounding and Bonding. B. SP15- Electrical Identification. 1.03 REFERENCE STANDARDS SPECIAL PROVISION SP20 PANELBOARDS 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 Panelboards Rated 600 Volts or Less; National Electrical Manufacturers Association. F. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.04 SUBMITTALS A. See Division 1 - for submittal procedures. B. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacily, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by 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. 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 North Market Square Park SP20 - 1 Confluence Proj. #090041C enamel. F. Surge Suppression: Provide 27kA per phase surge protective device. The device shall fit in a two -pole circuit breaker space. PART 3 EXECUTION 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 SP15. F. Ground and bond panelboard enclosure according to Section SP14. 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 SPECIAL PROVISION 20 North Market Square Park Confluence Proj. #090041C N O -rn C n "t 1 �h J r �r1 -' cn •7 Cy7tlI IN SPECIAL PROVISION SP21 EXTERIOR LUMINAIRES "A. _Exterior (ujinaires and accessories. B. Ahting controls. C. Poles. 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 (ANSIAES RP8). C. NECA/IESNA 501 - Recommended Practice for Installing Exterior Lighting Systems. 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 A. Shop Drawings: Indicate dimensions and components for each luminaire that is not a standard product of the manufacturer. B. Product Data: Provide dimensions, ratings, and performance data. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Electrical Components: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. PART2 PRODUCTS 2.01 LUMINAIRES A. Furnish products as indicated in Schedule included on the Drawings. B. Luminaires shall have a low glare optical system, and be full cut -off type. Luminaire shall be fully gasketed. 2.02 LED LAMPS A. Lamp Types: As specified for each luminaire. B. LED lamps /drivers: White LED's with driver. Provide high efficiency LED's with a minimum of 70 CRI and 50,000 hour life. LED's shall be installed on an aluminum circuit board and bonded to heat sink, Provide a geld replaceable light engine and driver with a thermal management system to conduct heat away from LED's and other heat sensitive components. 2.03 LIGHTING CONTROLS A. Photocell: 1. Manufacturers: a. Intermatic, Paragon, Inlermalic, or Precision. 2.04 POLES North Market Square Park Confluence Proj. #090041C SP21 -1 C7 Lr) Q J 9 ds Il 1 PART gENERAL-- 't04• SECTION INCLUDES SPECIAL PROVISION SP21 EXTERIOR LUMINAIRES "A. _Exterior (ujinaires and accessories. B. Ahting controls. C. Poles. 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 (ANSIAES RP8). C. NECA/IESNA 501 - Recommended Practice for Installing Exterior Lighting Systems. 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 A. Shop Drawings: Indicate dimensions and components for each luminaire that is not a standard product of the manufacturer. B. Product Data: Provide dimensions, ratings, and performance data. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Electrical Components: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. PART2 PRODUCTS 2.01 LUMINAIRES A. Furnish products as indicated in Schedule included on the Drawings. B. Luminaires shall have a low glare optical system, and be full cut -off type. Luminaire shall be fully gasketed. 2.02 LED LAMPS A. Lamp Types: As specified for each luminaire. B. LED lamps /drivers: White LED's with driver. Provide high efficiency LED's with a minimum of 70 CRI and 50,000 hour life. LED's shall be installed on an aluminum circuit board and bonded to heat sink, Provide a geld replaceable light engine and driver with a thermal management system to conduct heat away from LED's and other heat sensitive components. 2.03 LIGHTING CONTROLS A. Photocell: 1. Manufacturers: a. Intermatic, Paragon, Inlermalic, or Precision. 2.04 POLES North Market Square Park Confluence Proj. #090041C SP21 -1 A. Poles: Poles shall be round aluminum with base covers per Lighting Fixture Schedule. 1. Height: As scheduled. 2. Base: Breakaway transformer type. 3. Accessories: a. Handhole. 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. C. Clean photometric control surfaces as recommended by manufacturer. N o D. Clean finishes and touch up damage. 0 :Z: L c 8 3.04 SCHEDULE -See Drawings :zi C.) J END OF SPECIAL PROVISION SP21 z<M i? f7l to r North Market Square Park SP21 - 2 Confluence Proj. #090041C PROJECT: NORTH MARKET SQUARE PARK IMPROVEMENTS _ rit n - I SCHEDULE OF PRICES ITEM DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 1 MOBILIZATION LS 1 $ 5,000.00 $. 5,000.00 2 _ TRAFFIC CONTROL LS 1 $ _ 1,500.00 $ 1500.00 3 CONSTRUCTION AND TREE PROTECTION FENCE LF 11055 $ 1.25 $ _ 1,318.75 4 GRANULAR TRACKING CONTROL MAT TON 35 S _50.00 $ _ 1,750.00 5 CONSTRUCTION STAKING (A _ LS 1 $ 5,000.00 $ 5,000.00 6 BENCH REMOVAL EA 2 $ 250.00 $ _ 500.00 _ 7 SHELTER AND PCC PAD REMOVAL LS 1 $ _ 2,000.00 § 2,000.00 8 _ PCC BACKETBALL COURT REMOVAL SF 3,000 $ _ _2.50 $ _ 7,500.00 9 PCC WALK REMOVAL SF 4,224 $ _ 2.50 $ 10,560.00 10 REMOVE RAILROAD TIES AND SAND SURFACE LS 1 $ 1,500.00 $ _ 1,500.00 11 CLEAR AND GRUB ACRE 1 $ _ 2,500.00 $ _. _.2,500.00 12 FILTERSOCKAND EROSIONCONTROL LS 1 $ 51000.00 $ __. 5000.00 13 EARTHWORK CY 800 $ _ 22.00 $ _ 17,600.00 14 IMPORTTOPSOIL CY 270 $ _ 35.00 $_ 9,450.00 15 TERRA SEEDING SF 39,150 $ 0.35 $ _ 13,702.50 16 MODIFIED SUBBASE TON 375 $ 25,00$ 9,375.00 17 PCC PAVEMENT (INCLUDING BENCH PADSy SY 1468 $ __40.00 $ _ 58,720.00 18 PCC BASKETBALL COURT BY 300 $ _ 45.00 $ „ 13,500.00 19 GRIND PCC CURB _ LF 70 $ _ 25.00 $ _ _ 1,750.00 20 _ FURNISH AND INSTALL DETECTABLE WARNING PLATES SF $ _ 40.00 $ 6,680.00 21 INSTALL PCC PAVILION FOUNDATION LS _172 1 $ _ 4,500.00 S 4,500.00 22 PCC STAIR AT PAVILION LF 52 $ _ 70.00 $ 3,640.00 23 PCC CHEEK WALL SF 40 $ 30.00 $ 1,200.00 24 PCC PAVILION FLOOR BY 110 $,_ 34.00 $ 3,740.00 25 PAVILION COMPACTED SUBBASE TON 28 $ _ 20.00 $ _ 560.00 26 PAVILION HANDRAIL EA 2_ $ _ 500.00 $ _ 1,000.00 27 LANDSCAPE PACKAGE LS 1 $ _ 12,330.00 $_ 12,330.00 28 WATER SERVICE EXTENSION AND HYDRANT LS 1 $' _ 61000.00 $ 6,000.00 29 TYPE Si LIGHT FIXTURE EA 8 $. 600.00 $ 4,800.00 30 GFI, WP DUPLEX OUTLET EA 2 S _ 300.00 $ 600.00 31 FEEDER LA LF 450 $ ., 20.00 $ 9000.00 32 FEEDER LB LF 700 $ 17.00 $ 14,900.00 33 FEEDER GA LF 170 $ 19.00 $ 3,230.00 _ 34 35 FEEDER FA MAIN ELECTRICAL SERVICE AND CONTROL LOCATION LF EA 130 1 $ 31.00 $ 6500.00 $ p 4,030.00 $ O 6500.00 TOTAL BASE BID OF ITEMS: $ C 24813625 ID 3 CIl N o .A" c c*3 SCHEDULE OF PRICES •`m v 1 11 ADD ALTERNATE NO.1 ITEM DESCRIPTION UNIT I TOTAL UNIT COST EXTENDED PRICE 1 PCC COLOR CENTER WITH NORTHSIDE "M' SF 1 200 $ 15.00 $ 3,000.00 TOTAL OF ALTERNATE ITEMS: $ ADD ALTERNATE NO.2 ITEM I DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 1 LIGHT FIXTURE TYPE H2 SITE LIGHTS FA 3 $ 4,400.00 S 13,200.00 TOTAL OF ALTERNATE ITEMS: $ ADD ALTERNATE NO.3 ITEM I DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 1 LIGHT FIXTURE TYPE Al ROADWAY LIGHTS EA 4 $ 7,500.00 $ 30,000.00 TOTAL OF ALTERNATE ITEMS: $ ADD ALTERNATE NO.4 ITEM I DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 1 TREE REMOVAL EA 3 $ 350.00 is 2,100.00 TOTAL OF ALTERNATE ITEMS: S PAVILION NOT IN CONTRACT - PROVIDED BY CITY OF IOWA CITY ITEM I DESCRIPTION UNIT TOTAL UNIT COST EXTENDED PRICE 1 PAVILION STRUCTURE EA 1 $ 41,388.00 $ 41,388.00 2 PAVILION ERECTION LS 1 $ 18,150.00 $ 18,150.00 TOTAL OF PAVILION ITEMS BY CITY: $ 59538.00 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE NORTH MARKET SQUARE PARK IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the North Market Square Park Improvements Project in said city at 7:00 p.m. on the 21t' day of June, 2011, said meeting to be held in the Emma J. Harvat Hall in the 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 and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said 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 N 0 .-{ C) ✓ O W Try 3e 3 Prepared by: Dave Panos, Civil Engineer, 410 E, Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO, 11 -188 RESOLUTION SETTING A PUBLIC HEARING ON JUNE 21, 2011 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORTH MARKET SQUARE PARK IMPROVEMENT 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 North Market Square Improvement Project account #4320, 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 21st day of June, 2011, at 7 :00 p.m, in 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 7th day of .tune , 2011. MEARN, 0.. ATTEST: City bark Approved by: GAoL City Attorney's Office S 3 r II Resolution No. 11 7188 Page 2 It was moved by Champion and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata/glossa ry/resoluUon4c. doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Prepared by: Dave Panes, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 11 -231 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE NORTH MARKET SQUARE PARK IMPROVEMENT 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. WHEREAS, funds for this project are available in the North Market Square Improvement Project account #4320. NOW, THEREFORE, BE IT RESOLVED BY THE 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 AM on the 14th day of July, 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 meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 2nd day of August, 2011, or at a later date and /or time as determined by the Director of Public Works or designee. Passed and approved this 21st day of June 2011. Mayor ATTEST: City Vlerk Approved by: 1v o,_ f� / 1�/� a� City Attorney's Office 101/h/ Resolution No. _L Page 2 It was moved by Wilburn and seconded by Bailey ey 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 Printer's Fee $u CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRFSS - CITIZEN FED.ID #42- 0330670 I, 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): e(® Legal Cl Subscribed and sworn to b re me this 1344' day of ®rely LIND -KROU Cam118s6oltNumbeL7326i P4 271 2014' OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE NORTH MARKET SQUARE PART( IMPROVEMENTS 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, specifica. tions, form of contract and esti- mated cost for the construction of the North Market Square Park Improvements Project in said city at 7:00 p.m. on the 21th day of June, 2011, said meeting to be held in the Emma J. Harvat Hall In the City Hall, 410 E. Washington Street in said city, or if said meet. ing Is cancelled, at the next meet- ing of the City Council thereafter as posted by the City Clerk. 'Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any Interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con - cerningsaid 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 83263 June 13, 2011 Proj 3e(7) Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5138 RESOLUTION NO. 11 -227 RESOLUTION CHANGING TIME AND DATE FOR THE RECEIPT OF BIDS FOR THE NORTH MARKET SQUARE PARK IMPROVEMENT PROJECT AND DIRECTING CITY CLERK TO PUBLISH THE REVISED NOTICE TO BIDDERS. WHEREAS, Resolution No. 11 -231 approved plans, specifications, form of contract and estimate of cost for the construction of the North Market Square Park Improvement Project, established amount of bid security to accompany each bid, directed City Clerk to publish Notice to Bidders, and fixed time and place for receipt of bids; and WHEREAS, it has become necessary to change the time and date for the receipt of bids for the project; and WHEREAS, the Notice to Bidders has been revised to reflect the new date and time for receipt of bids; and WHEREAS, funds for this project are available in the North Market Square Improvement Project account #4320. NOW THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The City Clerk is hereby authorized and directed to publish the revised notice, not less than 4 and not more 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. 2. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa at the office of the City Clerk at the City Hall, before 2:30 PM on the 21st day of July, 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 meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa at 7:00 PM on the 2 "d day of August, 2011, or at a later date and /or time as determined by the Director of Public Works or designee. Passed and approved this 5th day of July 20 11 ATTEST: //y,;r� Yf Y�Gt CITY CLERK Rveng/res/nma rketsgbids.dO A°u & MAYOR Approved by 'City Attorney's Office Resolution No. _ Page 2 It was moved by Champion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: x x x x x x wpdata/glossa ry/resoldon- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer °s Fee $ '$44,Li(0 CERTIFICATE OF $LIBLICATION STATE OF I 1 VVA, JOHNSON COLiNTI SS: THE IOWA CITY PRESS -CI ZEN FED.ID #42- 0330670 1, 906 :_-w, r being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper I time(s), on the following datell Legal Clerk Subscribed and sworn to before m _ e this 8-2 , day of _ S_ A.D. 20_LL_.. Notary Publi L KROU fI ss on fdomher t 10 VComm w Comgils�an Janua 27,2 4 NOTICE'fO BIDDERS North Market Square Park Improvements died proposals will be received the City Clerk of the City of va City, Iowa, until 10:00 A.M. the 14th day of July, 2011, d shall be received in the City ark's office no later than said to and time. Sealed propos- ; will be opened immediately areafter by the City Engineer . ds submitted by fax machine all not be deemed a'sealed i' for purposes of this Project . oposals will be acted upon by e City Council at a meeting to held in the Emma J. Hervat 7:00 P.M. on the 2nd day of igust, 2011, or at such later ne and place as may then scheduled. The Project 111 involve the following lnrovismenis to Norih Markel In Xhle�"`I'scelfanaous on of Pavilion to, slabs, walks, play ares, terra seeding and items. demolition er and PC novel, 30 YO SF 4,224 SF PCC aIK emovar, playarea Banda Ember removal, Installa of Pavilion /oundation. PC s irs and ors and PaviliNI 0 SF terra overstory trees, rees and framer All work is to be done in ct compliance with the plans i specifications prepared by nfluence of Iowa City, which heretofore been approved by r City Council, and is on file for blic examination in the Office the City Clerk. Each proposal shall be mpleted on a form furnished the City, and must be gompamed in a sealed velope, separate from the one dim ing the proposal by a bid nd executed by a corporation thorized to contract as a rely in the State of Iowa, in the m of 10% of the bid. The bid curtly shall be made payable, the TREASURER OF THE TY OF IOWA CITY, IOWA, d shall be forfeited to the City Iowa City in the event the ccessful bidder fails to enter o a contract within ten (10) lender days and post bond tisfeclory to the City insuring e faithful performance of the rntract and maintenance of said eject, if required, pursuant to e provisions of this notice and e other contract documents. of bonds of the lowest two or ore bidders may be retained r a period of not to exceed teen (15) calendar days until contract is awarded, or until jection is made. Other bid bonds will be turned after the canvass and aulation of bids is complelec d reported to the City Counr The successful bidder, will required to furnish a bone an amount equal to one ndred percent (100 %) c the ntracl price, said boot o Ge issue/respons! responsi le surely apprby the Ci Council, and uarani the proms I ry rf all terlels and labor als protect and save fes the City from ail claim mages of any loon caus fly or Indirectly by the oon of the contract, and lso guarantee the malnte of the improvement for a d of five (5) year(s) Bo and after its completion and fm nal acceptance by the City. re following limitations shall apply to this Project: Specified Start Date: July 25th, 2011 Cornplelion Date: October 30th, 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 file contract documents within \ab rteen days after award of project. If the contract uments are not returned ' in fourteen days after award 'n a reusable condition, the it shall be forfeited. " ro pechve bidders are ise that the City of Iowa des as to employ minority tract', and subcontractors City pro cts. A listing inority ntractors can obtained m the Iowa artment o con omic elopment at 515) 242 -4721 the Iowa De dment of nsportation Co tracts Office 515) 239 -1422. idders shall list o the m of Proposal the miss of sons, firms, compan s or er parties with whom he der Intends to subcont ct. This list shall include the ty�e of work and approximate subcontract amounts). 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 aufhorit) preference will be given to products and provisions grown and coal produced within the Slate of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes, The Iowa reciprocal resident bidder preferenco law applies to this Project. The City reserves th right to reject any or all proposals, and also reserves the right to waive technicalities and irreg u laritles, Published upon ostler of the City Council of Iowa City, Iowa. MARIAN I<. KARR, CI TY CLERK 62667 June 26, 2011 Publish 6/28 NOTICE TO BIDDERS North Market Square Park Improvements Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:00 A.M. on the 14th day of July, 2011, and Isand l be received in the City Clerk's office no than said date and time. Sealed propos- ill be opened immediately thereafter by City Engineer. Bids submitted by fa hine shall not be deemed a 'sealed bid urposes of this Project. Proposals will b d upon by the City Council at a meeting t Id in the Emma J. Harvat at 7:00 P.M. o d day of August, 2011, or at such let a d place as may then be scheduled. oject will involve the followi g ove ents to North Market Square P k: In tallation of a Pavilion footi gs, sla s, walks, play area, trees, erra see 'ng and other miscella eous items. ect includ s: Miscellaneous de olition ding shel r and PCC shel er pad oval, 3000 F PCC Basketb II Court oval, 4,224 S PCC Walk re oval, play sand and tim r removal, In tallation of Pavilion foundation, PCC stair and slab, 1402 SY PCC pav ment, 3 0 SY PCC basketball court, Vat- service xtension and Hydrant relocation, Elec ical ervice feeders and Pavilion lights, 39,1 S terra seeding, 20 overstory trees, 25 un story trees and perennial groundcover. All work is to be done i s ict compliance with the plans and specif' atio s prepared by Confluence of Iowa City hich s heretofore been approved by the ity Coun I, and is on fil/ea r public examin ion in the fice of the CClerk. h proposal sh I be completed o a form fushed by t City, and m�st be ampanied in sealed envelope, sea rate frthe one co taining the proposal by bid b executed y a corporation authorize to cact as a urety in the State of Iowa, thum of 1 % of the bid. The bid securit sbe m e payable to the TREASURER OHE TY OF IOWA CITY, IOWA, and sbe f eited to the City of I owa City in the et th successful bidder fails to enter into a tr ct within ten (10) calendar days and pb nd satisfactory to the City insuring the fa I performance of the contract and mtenance of said Project, if required, pant 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, ADVERTISEMENT FOR BIDS AF -1 or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all m 'terials and labor , also protect and save harmless te City from all claim and damages of any kind caused dir ctly or indirectly by the operation of the contract, and shall also guarantee the maintenan e of the improvement for a period of five ( year(s) \ndand after its completion a d formal eptance by the City. e following limitations shall ply to this ect: cified Start Date: Jul 25 2011 pletion Date: October 3 2011 idated Damages:�500 00 er day e plans, specification and proposed tract documents may b examined at the e of the City Clerk. C pies of said plans specifications and form of proposal ks may be secure at the office of the fluence, 9 South nn Street, Iowa City, 52240, by bona ide bidders. $ .00 deposit is required for each set of s d specific ions provided to bidders ther 'nterested ersons. The fee shall be he fo of a check, made payable to: asurer f the ity of Iowa City, Iowa. " The osit she b refunded upon return of the contract docu ents within fourteen days after award of t project. If the contract documents re of returned within fourteen days after and d in a reusable condition, the deposi shall b forfeited. " Prospe tive bidd s are advised that the City of I wa City des es to employ minority contrac rs and subcontractors on City projec . A listing of min rity contractors can be o ained from the Io a Department of Eco mic Development a�(515) 242 -4721 and the Iowa Department off Transportation Co tracts Office at (515) 239�'j422. idders shall list on the Forri of Proposal t e names of persons, firms, companies or ther parties with whom the biddeY intends to subcontract. This list shall include1he type of work and approximate subcontract ai�ount(s). The Contractor awarded the contract shall submit a list on the Form of Agreemen of the proposed subcontractors, together with quantities, unit prices and extended d Ilar amounts. By virtue of statutory authority, preferen e will be given to products and provisions grow and coal produced within the State of Iowa, ADVERTISEMENT FOR BIDS AF -2 and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council f Iowa City, Iowa. MARIAN K. KARR, CITY ADVERTISEMENT FOR BIDS AF -3 NOTICE TO BIDDERS North Market Square Park Improvements Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 21st day of July, 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 2nd day of August, 2011, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to North Market Square Park: Installation of walks, play area, trees, terra seeding and other miscellaneous items. Project includes: Miscellaneous demolition including shelter and PCC shelter pad removal, 3000 SF PCC Basketball Court removal, 4,224 SF PCC Walk removal, play area sand and timber removal, 1402 SY PCC pavement, 300 SY PCC basketball court, Water service extension and Hydrant relocation, Electrical service feeders and, 39,150 SF terra seeding, 20 overstory trees, 25 understory trees and perennial groundcover. 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. ADVERTISEMENT FOR BIDS AF -1 Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City 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: Aug '5'" 2011 Completion Date: October 30 , 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 ADVERTISEMENT FOR BIDS AF -2 lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ADVERTISEMENT FOR BIDS AF -3 Printer's Fee $ 3a CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED.ID #42- 0330°670 I, k® J being duly sworn, say that I am the legal cleric of the IOWA CITY PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper i time(s), o�n following date(s): /the Legal Cl Subscribed and sworn to befog me this / 4l 'day of n A.D.20_jj_, Notary Public '',st LINDA Commission Number 73261 °�" COmn115S40 Elf frose Ja 27,2094 OFFICIAL PUBLICATION _ NOTICE TO BIDDERS -rth Market Square Park lmormn nuents Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 21st day of July, 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 tax 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 2nd day of August, 2011, or at such later time and place as may then be scheduled. The Project will involve the following Improvements to North Market Square Park: • Installation of walks, play area, trees, terra seeding and other miscellaneous items. Project includes: Miscellaneous demolition Including shelter and PCC shelter pad removal, 3000 SF PCC Basketball Court removal, 4,224 SF PCC Walk removal, play area sand and timber removal, 1402 SY PCC pavement, 300 Sy PCC basketball court, Water service extension and Hydrant relocation, Electrical service feeders and, 39,150 SF terra seeding, 20 overslory trees, 25 understory trees and perennial groundcover. 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 surely 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. 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 fora period of five (5) years) from and after its completion and formal acceptance by the City . The following limitations shall apply to this Project: Specified Start Dale: Aug.15th, 2011 Completion Date: October 30th, '. 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 payableto: 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 Stale of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident . bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. P MARIAN K. KARR, CITY 4 E2RKO1 )IC °J It - 08 -m- 16 Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5145 RESOLUTION NO. 11 -266 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE NORTH MARKET SQUARE PARK IMPROVEMENTS PROJECT. WHEREAS, Feldman Concrete of Dyersville, Iowa has submitted the lowest responsible bid of $177,967.60 for construction of the above -named project; and WHEREAS, funds for this project are available in the North Market Square Park Redevelopment account #4320. 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 Feldman Concrete, 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 9nd day of August , 20 11 /U& � SCI , MAYOR c Approved by ATTEST: e ? 7C L/ .),,A , noA CIT LE RK i'(gty AAttorney's Office It was moved by Bailey and seconded by ni rkens the Resolution be adopted, and upon roll call there were: AYES: x x x X x x x pweng /res/awrdwn -N MarketSquare Park.do 7/11 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright STATE OF IOWA Counties of Linn and Johnson ss. 1, Tim McDougall, do state that I am the publisher of THE GAZETTE, a daily newspaper of general circulation in Limn and Johnson Counties, in Iowa. The notice, a printed copy of which is attached, was inserted and published in THE GAZETTE newspaper in the issue(s) of July 28, 2011. The reasonable fee for publishing said notice is $11.60 This instrument was acknowledged by Tim McDougall before me on July 28, 2011. Notary Public in and for the State of Iowa M��OX s � Sandra K. Smith z Commission Number753223 My Commission Expires June 11, 2014 ¢ 3-a Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED.ID #42- 0330670 I, R 061; r AA Z being duly sworn, say that I am the legal clerk of the IOWA CITY •PRESS - CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following date(s): ie A D Legal Cle Subscribed and sworn to before me this _ 22tday of A.D.20 1 i Notar Public a„ UNPAxIR®TZ Comifffission NUMW 1 My Commit EXPkill o. Januo 27,2014 OFFICIAL PUBLICATION PUBLIC NOTICE OF STORM WATER DISCHARGE City of Iowa City plans to submit a Notice of Intent to the Iowa Department of Natural Resources to be covered under NPDES General Permit No. 2 - "Storm Water Discharge Associated with Industrial Activity for Construction Activities ". The storm water discharge will be from street construction activities located in the SW 1A of Section 10 T79N R06W. Storm water runoff from this work will flow from road- way shoulders to Ralston Creek to the Iowa River. Comments may be submitted to the Storm Water Discharge Coordinator, Iowa Department of Natural Resources, Environmental Protection Division, 502 E. 9th Street, Des Moines, IA 50319- 0034. The public may review the Notice of Intent from 8 a.m. to 4:30 p.m., Monday through Friday, at the above address after it has been received by the department.. w.mne July 28, 2011 �(lv 4d(5) Prepared by: Dave Panos, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5145 RESOLUTION NO. 12 -26 RESOLUTION ACCEPTING THE NORTH MARKET SQUARE PARK IMPROVEMENT PROJECT. WHEREAS, the Engineering Division has recommended that the work for construction of the North Market Square Park Improvement Project, as included in a contract between the City of Iowa City and Feldman Concrete, Inc. of Dyersville, Iowa, dated August 2nd, 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, funds for this project are available in the North Market Square Redevelopment account # 4320; and WHEREAS, the final contract price is $178,462.54 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 24th day of January , 2012. an M ATTEST: e City Jaerk Approved by: �uc rt-Awr) occ/ /444gs" City Attorney's Office /7//2- Resolution No. Page 2 It was moved by Champion and seconded by Resolution be adopted, and upon roll call there were: AYES: x -x - x x x x x NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton c PERFORMANCE AND PAYMENT BOND Feldman Concrete, 29888 Prier Rd., /ersville, IA 52040 , as Insert the name and address or legal title of the >al, hereinafter called the Contractor and Merchants Bonding Company 9eur Dr., Des Moines IA 50312 as Surety, hereinafter insert the leqal title of the Surely) called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, In the amount Of One hundred seventy seven thousand nine hundred sixty seven dollars and sixty cents ($__I7 967-60 j 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 North Market Square Park Improvements; 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. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, In default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon 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. PB- 1 PERFORMANCE AND PAYNIENT BOND 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 furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extern`. as if it were expressly set out herein. SIGNED AND SEALED THIS 4th DAY OF August 2011 IN THE PRESENCE OF: t1I ��L 4'Y A1A Witness os Witness (Principal) Owner (Title) (Surety) Attorney -in -fact _ (Title) 500 Iowa St., Dubuque, IA 52001 (Address) M MERCHANTS BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the Slate of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, bath made, constituted and appointed, and does by these presents make, constitute and appoint Diann I{ Hedrick Olivia R Schinitt of Dubuque and State of IOWA its true and lawful Attorney -in -Fact, with full power and authority hereby conferred In its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of. ONE MILLION ($1,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 28th day of July , 2009 . aO�N0• • Cp,�A ,•moo; �APOq .9'• :tit= -o- oj3; Z'• 1933 ; c: STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) /'f'-Z7 7,7x, President On this 28th day of July , 2009 . before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of Its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. CQIN]fDrrY rl� SOMf1 YTH Canaissirn Nnixw17 3601 • • / vvv vvv /y ••'��V �(V/,/ ( %%%����°'I � naS March 16, 2012 Notary Public, Palk County, lowa STATE OF IOWA COUNTY OF POLK ss. I, Wiliam Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF- ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Wtfness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 4th day of August 2011 • •o�p \N P 0 O�jA9 •• w aitw� : " h'.p • 2 • Secretary a'• 1933 : c: .y . ... .....` ac POA 0005 (1/09)