Loading...
HomeMy WebLinkAboutLIGHTING/COLLEGE GREEN PARK/2011LIGHTING/ PARK/ 2011 it- � �,V - r� a- Auf� - 1 L19 ,Y,5 / CD)�2rx� Vr.�e -r1 I�r� ! f !JJ Rig- I ©`p ,_JAI �Q_il s//r�___s {C,�{.r CC�I" �. li�'?S /- (tll rY ✓ti 67- /CJh v`��fi� �£- 2p_+ -rtQ rt OLD_. Lo's . !lt�, C 2.. 11 �S c-, Q Plans 2SO�kTr_QY'.l �� ^ olel' O lb Ui Y1Gjr(fLK Con-i-rgc� � Q��rtitc�a �' Cp�^t•or .� C /t?/i��.cc'E'iv� -, a� Z�c CJ���y� _lac�n.cw�ra' e� esF "7 I G6(:sl::nq �J?'1US•Crc{- ¢l�__.�_ic( _ �.�cur7 /-�`_ �p_. Ccccorrip0. /ny e4C1i �,;�`. - - -' - Nf 'h,c� l'�y _ C12 ✓ ? -- —1 nit' G A % : [ y _S �tht r1 q--X ' vr; Z v :, 4k4? Ali (or D� �1;� 1 of �2.r �,7r'rr�0.YKt ia.M�2/i� 4y Park ��ghk;n9 �la< ++nen -l- �ro�ec -i: CITY OF IOWA CITY O v -{ DEPARTMENT OF PUBLIC WORKSn ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL, AND CONTRACT FOR COLLEGE GREEN PARK LIGHTING REPLACEMENT IOWA CITY, IOWA N L C r N O -n CD W may I hereby certify that this engineering document was prepared by me ESSIO or under my direct personal supervision and that I am a duly licensed ;F2 Professional Engineer under the laws of the State of Iowa. :c JAKEJ. sy Signature: HENKLE 12668 ^ -0 Name: d Jake J. Henkle, P.E. Date: ° °•t /pN p ja° My license renewal date is December 31, 2012 110394 -0 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICE TO BIDDERS ................................................................................ ............................... AF -1 NOTE TO BIDDERS .................................................................................... ............................... NB -1 TARGETED SMALL BUSINESS (TSB) AFFIRMATIVE ACTION RESPONSIBILITIES......... TSB -1 FORM OF PROPOSAL ............................................................................... ............................... FP -1 BIDBOND .................................................................................................... ............................... BB -1 FORM OF AGREEMENT ............................................................................ ............................... AGA PERFORMANCE AND PAYMENT BOND ................................................. ............................... PBA CONTRACT COMPLIANCE 029000 (ANTI- DISCRIMINATION REQUIREMENTS) ...................................... ............................... CC -1 GENERAL CONDITIONS ............................................................................ ............................... GC -1 SUPPLEMENTARY CONDITIONS ............................................................. ............................... SCA RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS............................................................................................ ............................... R -1 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Measurement and Payment ................................................ ............................... 01 0025 Summaryof Work ............................................................... ............................... 01 1100 Progress and Schedules ..................................................... ............................... 01 3100 DIVISION 2 - SITE WORK Demolitions, Removals and Abandonments ....................... ............................... 020500 SitePreparation .................................................................. ............................... 021000 Earth Excavation, Backfill, Fill and Grading ........................ ............................... 022200 Landscaping...................................................................... ............................... 029000 DIVISION 3 - CONCRETE Cast- Irr_Place Concrete ....................................................... ............................... 033000 0 _ o N .nance of Electrical Systems ............. ............................... 260100 iI Power Conductors and Cables ....... ............................... 260519 for Electrical Systems ........................ ............................... 260533 ........... ................................................ ............................... 265600 110394 -0 LIST OF DRAWINGS Cover ED.1 Electrical Demolition Plan E1.1 New Work Plan E4.1 Electrical Symbols, Details And General Notes 110394 -0 N O n -.e N N° J�-�7 �n O 7 , + C7� S 0 r' C3 Cl) 110394 -0 NOTICE TO BIDDERS IOWA CITY COLLEGE GREEN PARK LIGHTING REPLACEMENT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28'� day of July, 2011. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 2"' day of August, 2011, or at special meeting called for that purpose. The Project will involve the following: Replacement of the pedestrian lighting system in College Green Park. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery, Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100°/x) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and 110394 -0 AF -1 N O n c 1 D� nC o �r :Cr,1 v )> o Cl) 110394 -0 AF -2 damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: November 9, 2011 Specified Start Date: August 15, 2011 Liquidated Damages: $200 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the City of Iowa City, City Engineer's office, by bona fide bidders. A $35 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. 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 w Transportation Contracts Office at (515) 239- ° 1422. c7 Bidders shall list on the Form of Proposal the UJ a w names of persons, firms, companies or other r>= parties with whom the bidder intends to subcon- o vt"' tract. This list shall include the type of work and N >-L approximate subcontract amount(s). LL ---,) ~¢ —' The Contractor awarded the contract shall �CD submit a list on the Form of Agreement of the o proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired 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 110394 -0 AF -2 NOTE TO BIDDERS 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. Contractors are required to submit the "TSB Pre -Bid Contact Information" form with their bid. Prior to award, and in order for your bid to be considered responsive, you are required to provide the information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. 0 4. There is no TSB goal assigned to the project, but contractors are requigdc tq n(ake pd VTe efforts in utilizing TSBs for this project, and provide documentation 43':escrTbed iak e Targeted Small Business (TSB) Affirmative Action Responsibilities, wh Tfiasgen {Made part of these specifications. r M .<rn ro 3. Bid submittals are:'A ` Envelope 1: Bid Bond i o Envelope 2: Form of Proposal w Envelope 3: TSB Pre -Bid Contact Information and related documentation. 110394 -0 NB -1 UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON - FEDERAL AID PROJECTS (THIRD -PARTY STATE - ASSISTED PROJECTS) In accordance with Iowa Code Section 198.7 and 541 Iowa Administrative Code (IAC) Chapter 4, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement. The Recipient's "positive efforts" shall include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals (515 -281- 7102) or from its website at: http: / /dia.iowa.gov /page7.htmi. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification shoLM be made in sufficient time to allow the TSB firms to participate effectively in the bidding or requ& for p ro posal_(RFP) process. VEc'� c 3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying%%r%1� S�rms availability of subcontract work. -,< m ', M 4. Considering establishment of a percentage goal for TSB participation in each contri5€�at ire parFoTlhis project and for which State funds will be used. Contract goals may vary depending U the t e of project, the subcontracting opportunities available, the type of service or supplies needed for the projectUnd the availability of qualified TSB firms in the area. 5. For construction contracts: a) Including in the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non - Federal Aid Projects (Third -Party State- Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on -line at: http: / /www.dot.state. ia.us/ local_ systems / publications /tsb_contract_provision.pdf b)Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an explanation why such a TSB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and /or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. 3. The attached "Checklist and Certification." This form shall be filled out upon completion of each project and forwarded to: Iowa Department of Transportation, EEO Administrator, Office of Contracts, 800 Lincoln Way, Ames, IA 50010. 110394 -0 TSBA Recipient: County: CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non - Federal -aid Projects (Third -Party State - Assisted Projects) Project Number: Agreement Number: 1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? D YES ❑ NO If no, explain 2. Were qualified TSB firms notified of project? ❑ YES D NO If yes, by ❑ letter, D telephone, ❑ personal contact, or o other (specify) If no, explain 3. Were bids or proposals solicited from qualified TSB firms? ❑ YES D NO If no, 4. Was a goal or percentage established for TSB participation? D YES D NO If yes, what was the goal or percentage? If no, explain why not: 5. Did the primiL�ontractor or consultant use positive efforts to utilize TSB firms on subcontracts? If n8;j hat action P ;jaken by Recipient? (' p txr 6. Whai.yas t Q doltg�inount reimbursed to the Recipient fro lm%KDeVar Lent of Transportation? $ WgMT%as th�al� fin�gject cost? $ W al.was ttie;dokaramount performed by TSB firms? $ _ _o Name(s) arg�address(es) of the TSB firm(s) (Use additional sheets if necessary) D YES ❑ NO Was the goal or percentage achieved? ❑ YES ❑ NO If no, explain As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State - assisted contracts associated with this project. Title Signature 110394 -0 TSB -2 Date 3. Lp 5. CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities on Non - Federal -aid Projects (Third -party State - Assisted Projects) TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(5), which is 51 % or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally this is a for - profit small business enterprise under single management, is located in Iowa and has an annual gross income of less than 3 million dollars computed as an average of the three preceding fiscal years. TSB REQUIREMENTS In all State - assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. TSB DIRECTORY INFORMATION o Available from: Iowa Department of Inspections and Appeals are c ­3A A Targeted Small Business ;Z: Lucas Building " E Des Moines, IA 50319 —tom ° ° Phone: 515-281-7102 =gym -u Ms Website: htto: / /dia.iowa.gov /l)age7.htmi o F_71 THE CONTRACTOR'S TSB POLICY 3�' �+ W The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result- oriented program. Therefore the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State - assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State - assisted programs. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day -to -day basis. The officer shall also: A. B. C. D. For current TSB information, contact the Iowa Department of Inspections and Appeals (515- 281 -7102) to identify potential material suppliers, manufactures and contractors. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans /specifications or other actions that can be viewed as technical assistance. 110394 -0 TSB -3 E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials /supplies, subcontracted work or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials /supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces /supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. REQUI� DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM l3JpDER /CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS LU kdders�, adefs2gho fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contraetxBidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid =donti3blaformation ". This form includes: �J) `Rame(s) of the TSB(s) contacted regarding subcontractable items. �) Date of the contract. (3) Whether or not a TSB bid /quotation was received. (4) Whether or not the TSB's bid /quotation was used. (5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the Pre -bid Contact Information form. C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre -bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre - solicitation or pre -bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and /or minority- focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? 110394 -0 TSB -4 (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State - assisted projects which are not assigned goals. Form "TSB Pre -bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document prior to the contract award. _ N O C? :=in O <r- C3 Cl) 110394 -0 TSB -5 f CL \ §� §} \( \\ ƒ\ [� � 3 \ 8 { t \ 0 0 ® 3 ƒ d o ] ) - E ) cr \ � \ \ m ui } / 0 \ fu ) ) r\ \ / / §/ 2 © qk § / k r § \) a \ ) E ) )$ � ) :) § C). 2= � E \\ ) \& /� ±«f c m� CU 0 f\ 2 G� §\ j 3 : _) \ {> /) /) /\ \\ \\ 2 D 0 \\ ` ®\ 2a ) / /k 0 ƒ % 22 '\ }/ \f 2; #/ \ 3/ %a { ® \\ {\ k) 2 § c & j\ \( \) §§ §m \\ \w LL b§ 5& in CL \ \§ \) 7j \2 CO \\ }\ ® \/ j \§ \ )R ) \ COO ' S S\ §\ . ) [ ° \ ( §2 ; * a § / / \0 @ \ ) \ \ CL \ \§ \) 7j \2 CO FORM OF PROPOSAL COLLEGE GREEN PARK LIGHTING REPLACEMENT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk N City of Iowa City City Hall C) L 410 E. Washington St. D Iowa City, IA 52240 :::i C., o The undersigned bidder submits herewith bid security in--<lhe Wnou Xtof $ in accordance with the terms set forth in the "Proof,�pegicatiI ." The undersigned bidder, having examined and determined the scope of t'ie 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 set forth herein. 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. 110394 -0 FP -1 TOTAL BASE BID $ (use words) (figures) The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Address: Phone: Contact: 110394 -0 FP -2 r-- C=) Firm: C C4 r Signature: ° r U c� —,J Printed Name: 0 N Title: Address: Phone: Contact: 110394 -0 FP -2 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the Iowa City College Green Park Electrical Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for th£Principal's faithful performance of said Project, and for the payment of all 96rsons- performing labor or furnishing materials in connection therewith, and shall irr J; [Rothe`—_t, respetcis perform the Project, as agreed to by the City's acceptance of saIA'DI, then this obligation shall be void. Otherwise this obligation shall remain in fulKgce apd effe -$, 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 A.D., 2011. Witness Witness day of (Seal) Principal By (Title) (Seal) Surety By (Attorney -in -fact) Attach Power -of- Attorney 110394 -0 1313-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor "). Whereas Shive - Hattery, Inc. has prepared certain plans, specifications, proposal and bid documents dated the day of , 2011, for the Iowa City College Green Park Electrical Project ( "Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the N C7 Contractor for the Project, and for the sums listed therein. o C_ 2. This Agreement consists of the following component parts whits* i orpoTMd -in CD herein by reference: <m M a. Addenda Numbers r 0 o b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; L Contract Compliance Program (Anti- Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 110394 -0 AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of CitV r, o E 4VI W;r i_C.) LL ��• Mayor N ATTEST: City Clerk 110394 -0 AG -2 2011. Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and asgns, jointly and severally. WHEREAS, Contractor has, as of entered i CD f (date) _r l 35 77 0 written Agreement with Owner for the Iowa City College Green Park Electrical PEct; and WHEREAS, the Agreement requires execution of this Performance and Payme t Bond, to be completed by Contractor, in accordance with plans and specifications prepared by , which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not 110394 -0 PB -1 exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of 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 subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS I�THg L ELl E OF: N �-U W z: c) Witness Witness 110394 -0 PB -2 DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) N _O Q fl -0 r7l Lr 00 n ow C9 co) olpIl1iao n c v P rac� IUV� 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. 0 PROVISIONS: E5 -' c -17 1. All contractors, vendors, and consultants requesting to do business with tbQzty must subMit an Equal Opportunity Policy Statement before the execution of the contract. =.i C-) ° i r— M Fri v 2. All City contractors, vendors, and consultants with contracts of $25,OOO�or,,fhore (or Ie if required by another governmental agency) must abide by the requirements of.the ti Contract Compliance Program. Emergency contracts may be exempt from this proRion at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2 -3 -1. 110394 -0 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 sue.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. r— 3. Rrovide-a:copy of your written Equal Employment Opportunity policy statement. fi�'�''`�t,, -i 6......t L. (. LIj WheroJ this statement posted9 e o Ut- _.. 4 N ?- U 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 110394 -0 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 110394 -0 CC -3 N O Phone Number ° n —� C= Title = r r, Date `sue n SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising.. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be _- t., -_ddne by identifying yourself on all recruitment advertising as "an equal opportunity 6-6iiployer ". LLJ rGJa'e recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth o v�ecruitment will only perpetuate the current composition of your workforce. Send r�je ruitment sources a letter annually which reaffirms your commitment to equal U_ �� !_gployment opportunity and requests their assistance in helping you reach diverse 40licant pools. 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. 110394 -0 CC -4 t P � Fri City of 070,4 C� N O_ O � • i ' -n Attached for your information is a copy of Section 2 — 3 — 'fV6Rha Iowa City Code of Ordinances which prohibits certain discrir#hatory M practices in employment. Please note that the protected v r ^ZJ characteristics include some not mandated for protection by "Fed6al 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. 110394 -0 CC -5 ev� 4L 0 a:. C3 N N I 2 -3 -1 2 -3 -1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2 -3 -1: Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3 -3: Credit Transactions; Exceptions - - 2- 3-4:.. Education . . 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation A. RIM LLJ Ji- V 1-- rL) U ^� Eb1PLOYMENT; EXCEPTIONS: It shall be unlawful for any employer to, refuse to hire, *accept, register, classify, promote or refer for employment, or to otherwise discriminate In employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation, (Ord. 03 -4105, 12 -16 -2003) - It shall be unlawful for any labor organization to refuse to'admit to membership, apprenticeship or training an applicant, to expel arty member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color; creed, disability, gender identity ; marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. It .shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or Indirectly advertise or In any other manner indicate or publicize that individuals. are unwelcome, objectionable or not solicited for employment.or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) Iowa City 110394 -0 CC -6 2 -3 -1 2 -3.1 D. Employment policies relating to pregnancy 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, " miscarriage, childbirth and recovery therefrom 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 unwritten employment policies and practices Involving terms and conditions of employment as applied to other temporary disabilities. E. it shall be unlawful for any person to solicit or require as a condl of employment of any employee or prospective employee a test5brn the presence of the antibody to the human Immunodeficiency vi An agreement between an employer, employment agency, I rn organization or their employees, agents or members and employee or prospective employee concerning employment, pay M ..benefits to an employee or - prospective employee. in return dor%° taking a test for the presence of the antibody to .the humajlf immunodeficiency virus, 1s prohibited. The prohibitions of tFNS 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 department of health and "human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency 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 qualifications are related to a bona fide religious.purpose. A religious qualification for instructional personnel or. an administrative officer,. serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. -(Ord, 94 -3647, 11 -8 -1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or Iowa City 110394 -0 CC -7 r" 0 c N Co -o. r- Qr M 07 I 2 -3 -1 2 -3 -2 A. It shall be unlawful for any person to deny any other person the full and equal enjoyment of the goods, services, facilities, privileges, advantages of any place of public accommodation because of age, color, creed;Aisability, gender Identity, marital status, national origin, race, religion,, sex or sexual orientation. This section shall not apply to discounts for services or accommodations based upon age. (Ord. ... 00- 3950, 11 -7 -2000) Toms city 110394 -0 CC -8 September 2008 elderly. Any such employment or offer of employment shall not discriminate among the disabled or.elderly on the basis of age, color, creed, - disability, gender identity, marital status, national origin, race, - religion, sox 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 employment. 4. The employment of Individuals to render personal service to the person of the employer or members of the employer's family. (Ord. - 94 -3647, 11 -6 -1994) S. The employment 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 narrowly. (Ord. 03 -4105, 12- 16.2003) - 6. A state or federal program designed to benefit a specific age classification which serves. a bona fide .public purpose. (Ord.. 94 73647, 11 -8 -1994) 7. The employment on the basis of disability in those certain Instances where presence of disability is a. bona fide occupational r— qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona' fide occupational -- qualification shall be Interpreted narrowly. (Ord. 03 -4105, to 12 -16 -2003) J- LU LLJ ti 8. Any employer who regularly employs less than four (4) individuals. N - For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, °"' =_ �••� 8 -11 -2008) C: _ o 2 -3 -2: PUBLIC ACCOMMODATION; EXCEPTIONS: N A. It shall be unlawful for any person to deny any other person the full and equal enjoyment of the goods, services, facilities, privileges, advantages of any place of public accommodation because of age, color, creed;Aisability, gender Identity, marital status, national origin, race, religion,, sex or sexual orientation. This section shall not apply to discounts for services or accommodations based upon age. (Ord. ... 00- 3950, 11 -7 -2000) Toms city 110394 -0 CC -8 September 2008 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended, shall apply except as amended in the Supplementary Conditions. 110394 -0 GC -1 N O [] L Q rn v M 3' o 110394 -0 GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance ° S -4 Supervision and Superintendence �- S-5 Concerning Subcontractors, Suppliers and Others D� S -6 Compliance with OSHA Regulations n-< roo S -7 Employment Practices --�C E S -8 Contract Compliance Program (Anti- Discrimination Requirementsr'r, S -9 Measurement and Payment o r S -10 Taxes S -11 Construction Stakes S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, 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 1101.03 of the IDOT STANDARD SPECIFICATIONS. "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 LIMITATIONS OF OPERATIONS. - Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: 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. 110394 -0 SC -1 S -3 INSURANCE. Q CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 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. 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 Bodily Injury & Property Damage* Automobile Liability $odily I*ry & Property Damage ha di EXG'ess UJ Worrcer �P o Propgrty kLcoveRe Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000 Insurance as required by Chapter 85, Code of Iowa. age liability insurance must provide explosion, collapse and underground determined by City to be applicable. The requires that the Contractors 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. 110394 -0 SC -2 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 Contractor's insurance is canceled or is allowed to lapse during pid period, Contractor shall be required to obtain replacement insurance coveragElo fulfill its obligation hereunder. o �� C') G. If, during said period, Contractor voluntarily changes insurgysg carriers &r.-is required to obtain replacement coverage from another carrier�ctionfractor all either (1) purchase "tail" coverage from its first carrier effective a nunimONTf two years after City Council acceptance of the work, or (2) pdrdibse, j�riori Js" insurance coverage from its new carrier, covering prior acts durng tfie period of this Contract from and after its inception. U.- CD d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self- insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, 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. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City, Shive- Hattery, Inc., and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits 110394 -0 SC -3 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 -4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: 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 -5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: 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. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the` glowing paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: Th(__Cor��or and all subcontractors shall comply with the requirements of 29 CFR 1910 LU (Gemerajjpdustry Standard) and 29 CFR 1926 (Construction Industry Standard). The W� Cor&actbP1 Md all subcontractors are solely responsible for compliance with said regulations. U Thelon r sd r will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals —or mlderials*at will be at the job site. The Material Safety Data Sheets will be submitted to the Mject Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S -7 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, 110394 -0 SC -4 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 -8 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. 8-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these 5' &cifications defines all pay items and methods of measurement. The provisions of this salon wi{Fsupersede applicable sections in the IDOT STANDARD SPECIFICATIONS. yt? ( 9 S -10 TAXES. �n CD 0" �r Contractors and approved subcontractors will be provided a Sales Tax Exe(nj�n Certificate. to purchase building materials, supplies, or equipment in the performance of the conlM&6 The Confracftor shall submit the information necessary for the certificates to be issued. — o S -11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the ]DOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re- staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. 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. 110394 -0 SC -5 RESTRICTION ON NON-RESIDENT BIDDING ON NON- FIEDFRAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non - resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has Wnducted business for at least six months prior to the first advertisement for the public in#ovement. In the case of a corporation, the above requirements apply as well as the regs4 e4= that`Iflf corporation have at least fifty percent of its common stock owned by residents o ". st "T. =4 c:, CZ) This qualification as resident bidder shall be maintained by the bidder and his /t5'rrF,pntrWtor"nP subcontractors at the work site until the project is completed. ci I hereby certify that the undersigned is a resident bidder as defined above and will r6main such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 6/11 data on cAynVEr g/MasterSpecsYronfeadxoc 110394 -0 R -1 Division 01 r6) if AaUa, (u') ,�uorn°irul n Division 01 N O d n-e -1C7 O �r m v m s TJ O 4m- Division 01 SECTION 010025 MEASUREMENT AND PAYMENT PARTI- GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: o o A. The Contractor shall accept the compensation as herein provided as full pa-Omr t f�_ unnish materials, labor, tools and equipment and for performing work under the c@ry Wt,. $190, fo cts arising from the action of the elements, or from any unforeseen difficulties which .be nor ounfeasrreed during the execution of the work and tip to the time of acceptance. r— -o M B. Construction items may be bid as a lump sum or as itemized work, which paid on a'unit cost basis. In either case, some work may be required for which a separate pay item is n ?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 the project and no separate payment will be made. PART2- PRODUCTS NONE PART 3- EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or thmishings fabricated off site. B. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. 1, Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. College Green Park Lighting Replacement 110394 -0 Measurement and Payment 010025-1 SECTION 010025 MEASUREME NT AND PAYMENT 2. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused the Contractor or his /her Subcontractors. 3. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. 4. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. 5. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfrll. 6. The prices for those items which involve surface removal adjacent to buildings or vaults shall r include compensation to protect exposed surfaces from water which may leak or seep into ° Vii: vaults and/or basements. S T Cil LJJ All labor, materials and equipment required to bring surfaces to the proper elevation and density v �— including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow ° y_ 3 and hauling, placing, forming, drying, watering and compaction of fill material, and all such =Q work as may be required to make the grading wok complete with a uniform surface free of -• U o rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is o — listed as an item in the FORM OF PROPOSAL. N 8. The Contactor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. 9. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, sheets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. END OF SECTION 010025 College Green Park Lighting Replacement 110394 -0 Measurement and Payment 010025-2 SECTION 011100 SUMMARY OF WORK PART1- GENERAL 1.01 SUMMARY A. This Section includes the following: Work covered by the Contract Documents. 2. Type of the Contract. 3. Use of premises. 0 4. Owner's occupancy requirements. pcJ =j C= 5. Work restrictions. cs-� N o --t c� 1.02 WORK COVERED BY CONTRACT DOCUMENTS c i ',a M �7 77 A. Project Identification: College Green Park Lighting Replacement 1 0 Project Location: College Green Park, Iowa City, Iowa B. Owner: City of Iowa City Owner's Representative: Mike Moran C. Engineer: Shive - Hattery, Inc. D. The Work consists of replacement of the pedestrian lighting system in College Green Park, 1. Demolish the existing light standards and underground circuits. 2. Install new light standards and underground circuits. 3. Trench and backfill, and repair surfaces. 4. Re -seed turf areas disrupted by the Work. 1.03 TYPE OF CONTRACT A. Project will be constricted under a single prime contract. 1.04 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as indicated on Drawings by the Contract limits. 1.05 DISPOSAL OF MATERIALS A. It is the responsibility of the contractor to properly dispose of all materials following all City, State and Federal regulations and guide] ines. B. Accountability and records of the disposal of materials will be the contractors responsibility to maintain, and must be submitted before the final acceptance of the project. College Green Park Lighting Replacement 110394 -0 Summary of Work 011100-1 SECTION 011100 SUMMARY OF WORK 1.06 WORK RESTRICTIONS B. On -Site Work Hours: Work shall be generally performed on site during normal business working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, except otherwise indicated. Weekend or after hours: Contractor to provide Owner with notice prior to the weekend of proposed work. END OF SECTION 011100 r— o _ 9 = W a J� U F- N __ I--< LL O 0 N College Green Park Lighting Replacement 110394 -0 Summary of Work 011100 -2 SECTION 013100 PROGRESS AND SCHEDULES PARTI- 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 businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre - Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2- PRODUCTS N °- None. d n y �' _ 1 PART 3- EXECUTION t O M Fri 3.01 MEETINGS PRIOR TO CONSTRUCTION: c1 � Dr i.,;� A. APre- conshuction meeting will beheld prior to beginning work. `r 3.02 PROGRESS OF WORK: A. The specified start date is August 15. 2011. Liquidated damages of $200 per day will be charged on work beyond November 9, 2011. B. No work shall be done between the ]yours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. END OF SECTION 013100 College Green Park Lighting Replacement 110394 -0 Progress and Schedules 013100-1 Division 02 dab« W /Vo k Division C2 N O Division C2 SECTION 02 0500 DEMOLITIONS, REMOVALS AND ABANDONMENTS W. a _11. 11: 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing lighting as indicated and specified. 1.02 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, and other waste or debris resulting from work on the project. 1.04 SUBMITTALS: A. Locations of disposal sites. N O Eli PART PART 2 - PRODUCTS D=t 2.01 MATERIALS: A. Explosives shall not be used for demolition. PART 3 - EXECUTION o r- 3.01 TECUNIQUES A. Except as amended in this document, the work in this section will conform with the IDOT Standard Specifications: 3.02 INSPECTION: A. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. College Green Park Lighting Replacement 110394 -0 Demolitions, Removals and Abandonments 020500-1 SECTION 02 0500 DEMOLITIONS, REMOVALS AND ABANDONMENTS 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures Warning devices shall be kept operational during all non - working and non - active periods. C. Site Access Measures 1. Pedestrian access to homes and businesses shall be maintained at all times. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor - furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. END OF SECTION 02 0500 College Green Park Lighting Replacement 110394 -0 Demolitions, Removals and Abandonments 020500-2 r- � s, 4 0 UJ ---9 N r c� ZD 0 r o N College Green Park Lighting Replacement 110394 -0 Demolitions, Removals and Abandonments 020500-2 SECTION 021000 SITE PREPARATION PART1- GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. PART2- PRODUCTS o None. n c_ PART 3 - EXECUTION o -C, M 3.01 EXISTING TREES, SHRUBS AND VEGETATION: M�+ y j A. All trees, shrubs and vegetation shall remain and be protected from damage unles%ecifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 3.03 EXISTING STRUCTURES AND PROPERTY: A. Remove existing signs and posts within the construction area as directed by the Engineer. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. END OF SECTION 021000 College Green Park Lighting Replacement 110394 -0 Site Preparation 02 1000 -1 SECTION 02 2200 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART1- GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 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. o B. Borrow sites and materials shall be approved by the Engineer prior to use.'Z: C.) C_ PART 2 - PRODUCTS o ^y° 2.01 MATERIALS: rn A. Granular backfill material shall consist of Class A Crushed Stone, IDOT S;l"amdard specification Section 4120.04 and Section 4109, Gradation No. 11. _ PART 3- EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. -All sections 2. Division 24. Structures. -Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil fiom the site is not permitted. 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. College Green Park Lighting Replacement 110394 -0 Earth Excavation, Backfill, Fill and Grading 022200-1 SECTION 02 2200 EARTH EXCAVATION, BACE FH.L, FILL AND GRADING B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material behveen joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection r— L Barricade and fence open excavations or depressions resulting from work during non- working hours and when not working in immediate area. _i -rD C. 1 fh Width � Ut- Fi 1.>-U Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of I'— r trenches firm and undisturbed until backfilling has been completed and consolidated. C) =2. — Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. D. Trench Excavation in Fill Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. College Green Park Lighting Replacement 110394 -0 Earth Excavation, Backfill, Fill and Grading 022200-2 SECTION 02 2200 EARTH EXCAVATION, BACKFILL, FILL AND GRADING F. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and rerediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. 4. Contractor is responsible for completing and filing all necessary Federal, State and local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground ro(nystems. 0 2. All branch, limb, and root cuttings shall be avoided. When requ. R" g iey'Mall be �f wormed smoothly and neatly without splitting or crushing. Trim injured p r`ors b rse oP Chainsaw or loppers for branches, or an ax when working with roots. Do n _ ye ed, oohed, or torn edges on any roots 1" or larger in diameter or on any branches,<fPyedSdgcsns 1411 be trimmed with a utility knife. Do not use tree paint or wound dressier. c& licts,,t!Y large roots and branches are anticipated, notify the Engineer. o 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the 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. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The College Green Park Lighting Replacement 110394 -0 Earth Excavation, Backfill, Fill and Grading 022200-3 1d 3.05 SECTION 02 2200 EARTH EXCAVATION, BACKFILL, FILL AND GRADING Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. 10. All utility repairs shall be made prior to backfilling the trench. Water Services Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contactor shall replace the existing lead or galvanized piping with new f- inch or larger copper water service pipe from the water maui to the curb box. The Contractor will be paid per the applicable bid item. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commencement of the work. When water service is disrupted, the Contractor shall make a reasonable attempt to restore the service within two hours. r- 04. f Water service pipe shall be type k soft copper. "3 g " 9 p_ uJ . Jr oRo c ... �SeQftor� B. — Explo§R 0 N 3.06 BACKFILLING: A. General TION: will be considered Class 12 Excavation as defined in IDOT Standard Specification 02.02. shall not be used for rock excavation. Do not place finzen materials in backfill or place backfill upon frozen material. Remove previously frozen material or heat as required before new backfill is placed. B. Backfilling Excavations 1. Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfrll shall consist of suitable job excavated material placed in one College Green Park Lighting Replacement 110394 -0 Earth Excavation, Backfill, Fill and Grading 022200-4 SECTION 02 2200 EARTH EXCAVATION, BACE FILL, FILL AND GRADING foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Strictures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. 3.07 UNAUTHORIZED EXCAVATION: A. When the bottom of any excavation is taken out beyond the limits indicated or specified,'backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. END OF SECTION 02 2200 College Green Park Lighting Replacement Earth Excavation, Backfill, Fill and Grading 110394 -0 022200-5 N U � • i }-ate � O rn _ r 110394 -0 022200-5 SECTION 02 9000 LANDSCAPING PART1- GENERAL 1.01 SUMMARY: A. Plantings (seed), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITY ASSURANCE: B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and /or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. PART 2- PRODUCTS 2.01 SEED: Mix Minimum Proportion by Weight Lbs./ Acre LIR N URBANMIX* ° Kentucky Blue Grass 70% 122.0 2.800 Perennial Rygrass (fine leaf variety) 10% 18.0 0464 l� Creeping Red Fescue 20% 35.0 O.�lE .3; °b *A commercial mix may be used upon approval of the Engineer if it contains a o high percentage of similar grasses. PART 3 - EXECUTION 3.01 SEED, FERTILIZE, LIME AND MULCH: A. Apply lime by mechanical means at rate of 3,000 pounds per acre. B. Apply fertilizer at rate of 450 pounds per acre. C. Seed Areas: I. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one -half of seed in one direction, and other one -half at right angles to original direction. Rake seed lightly into loam to depth of not more than' /4 -inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. College Green Park Lighting Replacement 110394 -0 Landscaping 029000-1 SECTION 02 9000 LANDSCAPING 4. Hydro - seeding may be used upon approval of the Engineer. D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/2 tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one -year maintenance period. 3.02 MAlN_TENANCE - ALL PLANTINGS A, s 34ill€naintenance immediately and continue maintenance until final acceptance of work. Water, i mi 1' , weed, spray, fertilize, cultivate and otherwise maintain and protect all plantings. L ° —J; o Min seed areas at maximum height of 2%2 inches by mowing at least three times. Weed thaR*ily once and maintain until time of final acceptance. Reseed and refertilize with original m 0a.zis, watering, or whatever is necessary to establish, over entire area, a close stand of gasses _ specif 2d, and reasonably free of weeds and undesirable gasses. 0 N C. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. D. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Sheet. END OF SECTION 02 9000 College Green Park Lighting Replacement 110394 -0 Landscaping 029000-2 Division 03 Division 0 3 N E5 ^ � (_ = C x 6 e y� C-) -< y .) iC) O 9 M m j o -V- Division 0 3 SECTION 03 3000 CAST -IN-PLACE CONCRETE PART1 GENERAL 1.1 SECTION INCLUDES A. Provision and installation of formwork, reinforcing steel, and cast -in -place concrete detailed and described on the drawings and hereinafter specified. B. Provision and installation of all related items described on the drawings or hereinafter specified. 1.2 QUALITY ASSURANCE A. Standards and Codes: Comply with the provisions of the following Codes, Specifications, and Standards except as otherwise indicated. 1. ACI 211.1 - Recommended Practice for Selecting Proportions for Normal Weight Concrete. o 2. ACI 301 - Specification for Structural Concrete for Builgngs. _ 3. ACI 304 - Recommended Practice for Measuring, Mixin—W E}answprting, i d Placing Concrete. Y __j 4. ACI 305 - Recommended Practice for Hot Weather ConMe iqg. o a 5. ACI 306 - Recommended Practice for Cold Weather Coneteling. , 6. ACI 318 - Building Code Requirements for Reinforced Conoiiete.''• 7. ACI 347 - Recommended Practice for Concrete Formwork._"' 8. CRSI - Manual of Standard Practice. 9. CRSI - Recommended Practice for Placing Reinforcing Bars. 10. CRSI - Recommended Practice for Placing Bar Supports, Specifications, and Nomenclature. 11. CRSI - Recommended Practice for Reinforcing Bar Splices. 12. ASTM A82 - Standard Specifications for Cold -Drawn Steel Wire for Concrete Reinforcement. 13. ASTM At 85 - Welded Steel Wire Fabric for Concrete Reinforcement. 14. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. 15. AWS D12.1 - Welding Reinforcing Steel, Metal Inserts, and Connections in Reinforced Concrete Construction. 16, ASTM C31 - Practice for Making and Curing Concrete Test Specimens in the Field. 17. ASTM C33 - Concrete Aggregates. 18. ASTM C39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens. 19. ASTM C42 - Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 20. ASTM C94 - Ready -Mixed Concrete. 21. ASTM C 143 - Test for Slump of Portland Cement Concrete. 22. ASTM C150 - Portland Cement. 23. ASTM C171 - Sheet Materials for Curing Concrete. 24. ASTM C172 - Method of Sampling Fresh Concrete. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-1 SECTION 03 3000 CAST -IN-PLACE CONCRETE 25. ASTM C192 - Method of Making and Curing Concrete Test Specimens in the Laboratory. 26. ASTM C231 - Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 27. ASTM C260 - Air Entraining Admixtures for Concrete. 28. ASTM C309 - Liquid Membrane - Forming Compounds for Curing Concrete. 29. ASTM C494 - Chemical Admixtures for Concrete. 30. AASHTO M 182 - Specification for Burlap Cloth made for Jute or Kenaf. B. Workmanship: The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances, and finishes. 1. Additional Tests: Additional tests of in -place concrete will be required when test results indicate the specified concrete strengths and other characteristics have not been attained in the structure, as directed by the Architect/Engineer. Tests to determine the adequacy of the concrete shall be by cored cylinders complying with ASTM C42, or by other methods as directed. Contractor shall pay for such tests conducted, and any other additional testing as may be required, when unacceptable concrete is verified. 1.3 SUBMITTALS A. Manufacturer's Data: For information only, submit manufacturer's data and o,: instructions for proprietary materials and items, including reinforcement and w:a accessories, admixtures, patching compounds, joints systems, and others. rs Ca UJ B;J?= Submit shop drawings under provisions of 013300. OJ o U h .Y' 1. Submit shop drawings for fabrication, bending, and placement of concrete Ll_ reinforcement. Comply with tine CRSI Manual of Standard Practice showing CD bar schedules, stirrup spacing, diagrams of bent bars, and arrangements of N concrete reinforcement. Include special reinforcement required at openings through concrete. 2. Submit steel producer's certificates of mill analysis, tensile and bend tests for reinforcing steel if requested by the Owners representative or testing agency. C. Certificates of Compliance: Certificates of material properties and compliance with specified requirements shall be submitted if requested by the Architect/Engineer. Certificates of compliance must be signed by materials producer and the Contractor. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-2 SECTION 03 3000 CAST -IN-PLACE CONCRETE PRODUCTS 1.4 FORM MATERIALS A. Forms may be of wood, plywood, concrete - form -grade hardboard, metal or other acceptable material, which will produce smooth, true surfaces. B. Provide lumber dressed on at least two edges and one side of tight fit. C. Metal forms shall have smooth surfaces free from any pattern, irregularities, dents, and sags. D. Provide commercial formulation form - coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compound. N E. Form Ties ° 6l I. Factory - fabricated, adjustable - length, removable or sn t apQ�eta`�'orm tie4 designed to prevent form deflection, and to prevent spalltv-dondge sun s upon removal. -AC') V-- 2. For concrete that will be exposed, provide ties so portion re r' in witli concrete after removal is at least 1 -1 /2" inside concrete. 3. Unless otherwise shown, provide form ties which will not leave hogs larger than one inch in diameter in concrete surfaces. ur 1.5 REINFORCING MATERIALS A. Reinforcing bars ASTM A706 - Grade 60, for reinforcement to be welded. ASTM A615 - Grade 60, allowed for all sizes. ASTM A36 - For tie rods, turn buckles, plates and nuts. B. Steel Wire: ASTM A82, plain, cold - drawn, steel. C. Welded Wire Fabric (W WF): ASTM Al 85, in coiled rolls, plain finish. D. Supports for Reinforcement: Provide wire bar -type supports for reinforcement including bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. All devices shall be plastic- coated or hot - dipped galvanized steel type, sized and shaped as required. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-3 SECTION 03 3000 CAST -IN -PLACE CONCRETE 1.6 CONCRETE MATERIALS A. Portland Cement: ASTM C150, Type 1, gray. Supplement with the following: 1. Fly Ash: ASTM C 618, Class C. B. Aggregate: Fine and coarse aggregate for concrete shall comply with ASTM -33, class 3S (concrete aggregate). Provide aggregates from a single source. 1. Maximum coarse aggregate size: % ". 2. Fine aggregate: free of materials with deleterious reactivity to alkali in cement. C. Water: Clean, potable, and free from injurious amount of oil, acid, alkali, organic matter or other deleterious substances. ASTM C94/C94M D. Admixtures 1. Air - entraining: ASTM C260. 2. Water- reducing: ASTM C494, Type A. 3. Water- reducing agents shall be applied at the dosage rates recommended by the manufacturer. Absolutely no chlorides will be permitted. 1.7 RELATED MATERIALS in o - ZA. :Curing and sealing compound shall meet the moisture retention requirements of x. � SoASTM C309. The compound shall be Kure -N -Seal, produced by Sonnebom Building j c- J Products Division, or Masterseal, produced by Master Builders, or approved �e c) vL— equivalent. N } U U_ v'Curing absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or rzkenaf, weighing approximately 9 oz. /sq. yd. (305 g/sq. in) when dry. a N C. Concrete repair compound: Sonopatch Series, produced by Sonneborn Building Products Division, or Emaco Series, produced by Master Builders, or approved equivalent. D. Preformed joint filler shall be Closed —Cell Backer Rod for rod applications and Expansion -Joint Filler for flat applications, produced by Sonneborn, or approved equivalent. E. Joint sealant compound for slab control joints and expansion joints shall be: Sonolastic by Sonneborn or approved equivalent. F. Non - shrink grout shall be Sonogrout 10K, produced by Sonneborn, Set Grout, produced by Master Builders, or approved equivalent. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-4 SECTION 03 3000 CAST -IN-PLACE CONCRETE 1.8 PROPORTIONING AND DESIGN OF MIXES A. Proportion mixes by the laboratory trial batch method using materials to be employed on the project for each class of concrete required, complying with ACI 211. 1. Required 28 -day compressive strength of all concrete is 4000 psi. 2. Slump: Reinforced walls and footings ........... 5" max., 2" min. Slabs -on- grade ........ .............................4" max., 2" min. Slabs-on-deck ......... .............................5" max., 2" min. 3. Cementitious Materials: Limit percentage, by weight of cementitious materials other than Portland cement in concrete as follows: a. Fly Ash: 25 percent N 4. Limit water - soluble, chloride -ion content in hardened concrete to't.30 percent by weight of cement. 5. Water- Cement Ratios: 0.40 to 0.45 B. Laboratory Trial Batches: An independent testing facility acceptaitlpo &C, ;y Architect/Engineer will be employed at the Contractor's expense !_seiecQbncrc proportions, prepare test specimens in accordance with ASTM Cl?7�'land Condudt strength tests in accordance with ASTM C39, specified in ACI 30�c U C. Submit written reports of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed. D. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, conditions, weather, test results, or other circumstances warrant. Laboratory test data for revised mix designs and strength results must be submitted and approved before using in the work. No change in contract price will be allowed for these changes. E. Use air- entraining admixture in exterior exposed concrete. Add air - entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the following limits: Concrete structures and slabs exposed to freezing and thawing: a. 6 to 7% for maximum 3/4" aggregate F. Water reducing agents may be used as determined by the mix design organization with the approval of the Architect/Engineer. 1.9 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ASTM C94 as herein specified. Addition of water to the batch will not be permitted. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-5 SECTION 03 3000 CAST -IN-PLACE CONCRETE B. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. C. When the air temperature is between 85 °F and 90 °F, reduce the mixing and delivery time from 1 -1/2 hours to 75 minutes, and when the air temperature is above 90% reduce the mixing and delivery time to 60 minutes. PART 2 EXECUTION 2.1 FORMS A. Design, erect, brace, and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. B. Design formwork to be readily removable without impact, shock, or damage, to cast -in -place concrete surfaces and adjacent materials. C. Chamfer exposed corners and edges using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. `). Accurately place and secure in position, prior to placing concrete, all anchors, bolts, ;'Iinserts, and other items to be embedded in concrete; including items furnished under c�E 9ther sections of the Specification and for other contractors on the project. LLJ !` c§. U Provide openings in concrete formwork to accommodate work of other trades. N }- determine size and location of openings, recesses, and chases from those trades "" v _`--involved. CD Earth cuts shall not be used as forms for vertical surfaces without written approval of the A -chitect/Engineer. G. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. H. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: 1. Class A, 1/8 inch (3.2 mm) for smooth - formed finished surfaces. 2. Class B, % inch (6 mm) for rough- formed finished surfaces. I. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-6 SECTION 03 3000 CAST -IN-PLACE CONCRETE 2. Do not use rust- stained steel form- facing material. J. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use shrike -off templates or compacting type screeds. K. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 2.2 PREPARATION OF FORM SURFACES A. Coat the contact surfaces of forms with a form- coating compound before reinforcement is placed. B. Thin form - coating compounds only within thinning agent of type, and in amount, and under conditions of the form- coating compound manufacturer's directionsE�Do not allow excess form- coating material to accumulate in the forms or 6come into contact with concrete surfaces against which fresh concrete will be placed`.;�rlydn Ti compliance with manufacturer's instructions. �'—� C:3 �.�� C. Coat steel forms with a non- staining, rust preventative form oil or o -� ise protcOn against rusting. Rust - stained steel formwork is not acceptable. tiA 2.3 REMOVAL OF FORMS AND TEMPORARY BRACING "' A. Formwork not supporting concrete, such as sides of wall, beams, and similar parts of the work, may be removed after curing at not less than 50 °F for 24 hours after placing, provided that: 1. Concrete is sufficiently hard not to be damaged by form removal operations. 2. Curing and protection operations are maintained. B. Formwork supporting weight of concrete, such as beams, slabs, etc., shall not be removed until: 1. The concrete has attained 75% of the minimum 28 -day strength, or 2. 14 days has passed since pouring the concrete. 3. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. 2.4 REUSE OF FORMS A. Clean and repair surfaces of forms to be reused in the work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-7 SECTION 03 3000 CAST -BV -PLACE CONCRETE B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces. 2.5 REINFORCING A. General: Compy with CRSI's "Manual of Standard Practice" for placing reinforcement. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. Do not use reinforcing reduced in section. C. Fabricate and place to shapes and dimensions indicated or required to carry out intent of drawings and Specifications. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. Field bending of bars is not allowed without Architect/Engineer's permission. ,nD. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. ° .z rE. = `Install welded wire reinforcement in longest practicable lengths on bar supports -- °spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh LU — >>-spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either ° >- irection. Lace overlaps with wire. t df . ES§- Tagging shall be with metal, linen, or rope fiber tags filled in with machine or — °waterproof ink. Paper tags shall not be used. N 2.6 PLACEMENT OF REINFORCING A. Accurately place all reinforcing steel as shown on the drawings. Fasten rigidly so that it cannot be displaced during the construction operation. B. The minimum cover of concrete for all reinforcement shall conform to the dimensions shown on the drawings, which indicate the clear distance from the edge of the reinforcement to the concrete surface. Where not otherwise specified or shown by the written dimension, the minimum coverage of the concrete over the steel shall be as follows: 1. Concrete cast against and permanently exposed to earth 3" 2. Formed concrete exposed to earth or weather 2" 3. Concrete in beams and columns not exposed to ground or weather 1 -1/2" 4. Concrete slabs and walls not exposed to weather 2" C. Splices shall be lapped as shown on the drawing. Those not shown shall have a minimum lap of 30 bar diameters. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-8 SECTION 03 3000 CAST -IN-PLACE CONCRETE D. All reinforcing steel, including welded wire mesh, shall be accurately located and held in position by the use of proper reinforcing steel supports, spacers, and accessories in accordance with the drawings and Manual of Standard Practice for Detailing Reinforced Concrete Structures ACI 315. Tie bars securely at intersections. 2.7 EMBEDDED ITEMS A. The Contractor shall provide for the installation of all items embedded in the concrete such as coil rod inserts, anchor bolts, etc. as shown on the drawings or as provided for in other Divisions of this Specification. 2.8 DRILLED AND GROUTED DOWEL INSTALLATION A. Drill hole in existing concrete as specified by grout manufacturer. Incline the hole in the concrete such that the non- shrink grout will be retained in the hole. B. N Fill hole with epoxy grout. Epoxy grout shall be Epogel by Sonneborn,%1kadur 33 by Sika, or approved equivalent. Q r C. Immediately place dowel bar into grouted hole. ) D. Allow grout to take initial set before disturbing dowel bar. rn -0 2.9 CONCRETE PLACEMENT .r; O ur A. Preplacement Inspection: Before placing concrete, inspect and complete the formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. B. General: Comply with ACI 304, and as herein specified. 1. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. 2. Deposit concrete in forms in horizontal layers not deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. Control rate of placement so as not to exceed structural capacity of forms. 3. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete in accordance with the recommended practices of ACI 309, to suit the type of concrete and project conditions. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-9 SECTION 03 3000 CAST -IN-PLACE CONCRETE 4. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the placed layer of concrete and at least six inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 5. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 6. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 7. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or barbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. 8. Maintain reinforcing in the proper position during concrete placement operations. 9. Slope surfaces uniformly to drains where required. C. Cold Weather Placing 1. Protect concrete work fi•om physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. ° -�r 2. When air temperature has fallen to or is expected to fall below 40T, -x T° C7 uniformly heat all water and aggregates before mixing as required to obtain a LJJ L concrete mixture temperature of not less than 50T, and not more than 80 °F at o v>1 point of placement. N y v 3. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. v o 4. Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in writing by the N Architect/Engineer. D. Hot Weather Placing 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 °F. a. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature, provided the water equivalent of the ice is calculated to the total amount of mixing water. Use of liquid nitrogen to cool concrete is contractors option. College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-10 SECTION 03 3000 CAST -IN-PLACE CONCRETE 3. Cover reinforcing steel with water- soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 4. Do not use retarding admixtures unless otherwise accepted in mix designs. 2.10 PLACING CONCRETE BY PUMPING A. Cast -in -place concrete at the Contractor's option may be placed by pumping in accordance with ACI 304. B. Design Mix 1. Submit separate design mix for pumping concrete. 2. Note fine aggregate gradation and water and cement content are more critical and different from the regular concrete mix. o 3. Slump may be increased by one inch for individual batclTA at pomt of discharge. G f7 -� N C. Pumping Equipment and Placement o _ Cn` -v, r i I 1. Do not convey through aluminum or aluminum alloy pipes--- = C--) 2. The loss of slump in pumping equipment shall not exceed %o` nclfe—S. 3. The mortar used for lubricating the pumping equipment shml be diEi�rded. 4. Slump and air tests shall be taken at both points of delivery to pump equipment and at point of discharge from the line. 5. Concrete cylinders shall be taken at the point of discharge from the line. 2.11 CONCRETE SURFACE REPAIRS A. Surface defects, including tie holes and honeycomb, unless otherwise specified by the contract documents, shall be repaired immediately after form removal. B. All honeycomb and other defective concrete shall be removed down to sound concrete with edges perpendicular to the surface or slightly undercut, No featheredges will be permitted. The area to be patched and an area of at least six inches wide surrounding it shall be dampened to prevent absorption of water from the patching mortar. A bonding grout shall be prepared using a mix of approximately one part cement to one part fine sand passing No. 30 mesh sieve, mixed to the consistency of thick cream, and then well brushed into the surface. C. The patching mixture shall be made of the same materials and of approximately the same proportions as used for the concrete, except that the coarse aggregate shall be omitted and the mortar shall consist of not more than one part cement to 2 -1/2 parts sand by damp loose volume. White Portland cement shall be substituted for a part of the gray Portland cement on exposed concrete in order to produce a color matching the color of the surrounding concrete, as determined by a trial patch. Quantity of mixing water shall be no more than necessary for handling and placing. Patching mortar shall be mixed in advance and allowed to stand with frequent manipulation College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-11 2.12 ri LL SECTION 03 3000 CAST -IN-PLACE CONCRETE with a trowel, without addition of water, until it has reached the stiffest consistency that will permit placing. D. After surface water has evaporated from the area to be patched, the bond coat shall be well brushed into the surface. When the bond coat begins to lose the water sheen, the premixed patching mortar shall be applied. The mortar shall be thoroughly consolidated into place and struck off so as to leave the patch slightly higher than the surrounding surface. To permit initial shrinkage, it shall be left undisturbed for at least one hour before being finally finished. The patched area shall be kept damp for seven days. Metal tools shall not be used in finishing a patch in a formed wall which will be exposed. E. After being cleaned and thoroughly dampened, tie holes shall be filled solid with patching mortar. F. Concrete slab surfaces that contain defects which adversely affect durability, strength, or appearance, shall be repaired by a method approved by the Architect/Engineer or they shall be replaced. PATCHING EXISTING CONCRETE 0 I "o CD C. CL_ LLJ —J>= CD � h— N V� C3 0 N Clean surfaces to be patched of all loose particles, oils, grease, etc., and roughen surfaces as required. Predampen surfaces before application of patching compound. Mix, apply, finish, and cure patching compound in strict compliance with the manufacturer's instructions. END OF SECTION 03 3000 College Green Park Lighting Replacement 110394 -0 Cast -In -Place Concrete 033000-12 Division 26 Electrical O cn Division 2 V N O � 4 C7 �: N. C) 1C (T O cn Division 2 V SECTION 26 0100 OPERATION AND MAINTENANCE OF ELECTRICAL SYSTEMS PARTI GENERAL 1.1 SECTION INCLUDES A. Basic materials and methods. 1.2 REFERENCES A. Work shall comply with applicable standards of the: 1. American Insurance Association 2. American Society for Testing and Materials (ASTM) 3. Edison Electric Institute 4. Factory Mutual (FM) 5. Institute of Electrical and Electronics Engineers 6. Insulated Power Cable Engineers Association 7. National Board of Fire Underwriters 8. National Bureau of Standards 9. National Electrical Code (NEC) 10. National Electrical Manufacturer's Association 11. National Electrical Safety Code 12. National Fire Protection Association C) — '� c C7 ^C N Jim o (n 13. National Safety Council 14. Underwriters' Laboratories, Inc. (UL) 15. Uniform Fire Code (UFC) 16. William- Steiger Occupational Safety and Health Act of 1970 (OSHA) 1.3 SYSTEM DESCRIPTION A. Basic materials and methods are described. M E7) College Green Park Lighting Replacement 110394 -0 Operation and Maintenance of Electrical Systems 260100-1 SECTION 26 0100 OPERATION AND MAINTENANCE OF ELECTRICAL SYSTEMS 1.4 SUBMITTALS A. Submit to the Architect/Engineer for review, prior to the placing of orders for any equipment, a complete schedule of electrical fixtures, materials and panels to be installed. Schedule shall consist of catalog cuts, diagrams, shop drawings, performance curves, or any other descriptive material necessary to fully describe the equipment proposed and its operating characteristics. B. Review of the materials, including alternate or substitute items, shall be obtained in writing from the Architect/Engineer; verbal review will not be considered binding. C. Submittals shall have been reviewed and signed by the contractor, prior to submittal to the Architect/Engineer. Faxes or copies of faxes are not acceptable. The Architect/Engineer will review submittals to aid in interpreting the drawings and specifications, and in so doing will assume that the submittals conform to the specified requirements set forth in this specification. Review of submittals by the Architect/Engineer does not relieve the Contractor of the responsibility of complying with the elements of the specifications. D. Furnish copies of parts lists and operating and maintenance instructions and manuals. E. Operations and Maintenance Manuals shall be supplied containing the following: CD l Operation, maintenance, recommended spare parts, and renewal pails information for al ° equipment furnished. °' J Y 0 2. Set of complete, final, as- reviewed and accepted information required to be submitted for cv ' review. —3. m As- constructed electrical, equipment, and installation drawings. 0 N 4. Index of equipment suppliers listing current names, addresses and telephone numbers of those who should be contacted for service. 5. As- constructed contract drawings permanently marked in red to show departures from original drawings. 6. Submit one (1) copy for review. This copy will be returned. Submit two (2) final revised copies. 1.5 PERMITS AND INSPECTIONS A. Obtain, furnish and include the costs of necessary permits, fees and inspection certificates for material and labor furnished. Include costs of permits, certificates and inspection fees required in connection with the installation, unless otherwise noted in the detailed contractual description preceding these Electrical Specifications. B. On completion of work, furnish satisfactory evidence that work is acceptable to regulatory authorities having jurisdiction. C. Be responsible to see that the proper inspection authorities are notified when inspections are required by Code, and provide necessary assistance to the inspector- during inspection. College Green Park Lighting Replacement 110394 -0 Operation and Maintenance of Electrical Systems 260100-2 SECTION 26 0100 OPERATION AND MAINTENANCE OF ELECTRICAL SYSTEMS 1.6 REGULATIONS A. Installation shall conform to or exceed the minimum requirements of the NEC, and federal, state, local and municipal ordinances. B. Work shall be performed in accordance with applicable recommendations of the ADA and OSHA. C. Installations shown on drawings or required in the specifications that exceed the minimum requirements of the NEC or other regulations shall be installed as shown or specified. 1.7 CONTRACT DOCUMENTS A. Intent of the drawings and specifications is to describe the complete installation. At the conclusion of construction, the electrical system shall be turned over to the Owner complete and ready for safe, efficient operation. B. Drawings and the specifications are intended to be cooperative and supplementary. Closely check the drawings and specifications for any obvious errors or omissions, and bring any such condition to the attention of the Architect/Engineer prior to the receipt of bids, in order to permikWarification by means of a mailed Addendum. o c7i 4 y� C. Drawings for electrical work are in part diagrammatic, intended to conv ft Sep a of wft, general arrangement, approximate sizes, and locations of equipment and materia�xa ocatfons shall be determined to best fit the layout of the job. Scaling of the drawings willJV esWiciefv accurate for determining these locations. Where job conditions require reasonablc�@ges +in indicated locations and arrangement, make such changes as directed by the Archit(iggngin[eer, willlmit additional cost to the Owner. o U1 D. A complete set of contract documents shall be on the site at all times. Prior to installing the work, check drawings for dimensions and conflicts. E. Rules Where the context requires, the singular includes the plural and the plural includes the singular. 2. The use of "and" in a combined provision means that all elements in the provision must be complied with, or must exist to make the provision applicable. Where compliance with one or more elements suffices, or where existence of one or more elements makes the provision applicable, "or" (rather than "and/or ") is used. 3. "Shall' is mandatory and "may" is permissive. 1.8 RESPONSIBILITY A. Examine the project site and become familiar with existing conditions that will affect the work. Review the drawings and specifications of other trades and take note of conditions to be created which will also affect the work. College Green Park Lighting Replacement 110394 -0 Operation and Maintenance of Electrical Systems 260100-3 SECTION 26 0100 OPERATION AND MAINTENANCE OF ELECTRICAL SYSTEMS B. No energized conductors shall be exposed at any time except when the immediate area is under the direct supervision of a qualified electrician. C. Provide temporary insulated magnetic covers for open panelboards. Use SP Products (1- 800 -233- 8595) Type TPC xx -xx or approved equivalent. D. Locate equipment, which must be serviced, operated or maintained, in filly accessible positions. E. Responsibility shall not end with installation and connecting of various apparatus. Include set-vices of an experienced superintendent who shall be constantly in charge of the work. Provide qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner. 1.9 DAMAGE A. Be responsible for damage to the work of other trades or to the building and its contents caused by the electrical installation. 1.10 GUARANTEE AND MAINTENANCE A. Material and equipment shall be fully guaranteed to be free from defects and to be new equipment. a No condltand, used or salvaged equipment will be allowed. B. entire portion of the work in repair, so far as defects in workmanship, apparatus, material or i - b�Aaction are concerned, without additional cost to the Owner, for one (1) year from the date of o Mkbeceptanee, except as otherwise specified. ®w CJ <-, C. ' �ment installed which fails to meet performance ratings specified or shown on drawings shall be remm✓ed and replaced by new equipment which meets specified requirements, without additional cost to the Owner. N D. Material and workmanship shall be subject to the review of the Architect/Engineer, in whose presence various tests shall be made as required by these specifications. PART PRODUCTS 2.1 SUBCONTRACTORS AND MATERIALS A. Submit to the Architect/Engineer, for review, when requested, a complete list of subcontractors' materials and equipment proposed to be used. The entire list must be reviewed by the Architect/Engineer before entering into any subcontractual agreement. Equipment, materials and devices shall be subject to the review of the Architect/Engineer, whether or not said items are specified. Review does not imply approval of subcontractors or materials. 2.2 STANDARDS OF MATERIALS AND WORKMANSHIP A. Material shall be new, complete with manufacturer's guarantee or warranty, and shall be as listed by UL, if a standard has been established by UL for the type of material. Approved manufacturers shall College Green Park Lighting Replacement 110394 -0 Operation and Maintenance of Electrical Systems 260100-4 SECTION 26 0100 OPERATION AND MAINTENANCE OF ELECTRICAL SYSTEMS be firms regularly engaged in the manufacture of equipment of types and capacities required and whose products have been in satisfactory use in similar service for not less than three years. B. Methods and techniques of installation shall be subject to review by the Architect/Engineer. C. Material shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product. Materials of the same type or class shall be the products of one manufacturer. For example, panelboards shall be from the same manufacturer and lighting switches from the same manufacturer. D. Material shall be protected from damage and stored indoors at all times, unless other storage arrangements are reviewed by the Architect/Engineer. E. Material and equipment shall be installed in strict accordance with the manufaca;er's recommendations. — F. Equipment, devices, apparatus, systems and installations shall be entire su`tabtcand 91;�Ior each intended application in every respect, and must not create conditions w oul4be harmful to occupants of the building, to operating personnel, to installation personnel; testy ig p476el, to workmen or to the public. The contractor shall be solely responsible forgoviding instelt ons that will meet these conditions. If the contractor believes that the installationrilPno lie 701, all all parties, he shall so report to the Architect/Engineer, in writing, before any equiprfi�nt is purchased or work is installed, giving his exact recommendations. G. Where the specifications or drawings state that equipment shall be "furnished," "installed" or "provided," it shall be understood to mean that the contractor shall furnish and install that equipment completely, unless it is specifically stated that the equipment is to be furnished or installed by other trades, public utility companies or the Owner. 2.3 MATERIAL SUBSTITUTIONS A. Proposals as submitted shall be based on the products specifically named in the specification or the equivalent. Furnishing material or equipment by manufacturers other than those specified shall only be by permission of the Architect/Engineer. Such permission for substitution must be requested, by the BidderNendor, in writing, at least eleven (11) calendar days prior to bid opening time. The request shall identify the differences in the alternate material or equipment as compared to that specified, and shall indicate the benefits to the project as a result of selecting the alternative. B. Furnish to the Architect/Engineer, when requested, samples of proposed material or equipment substitutions. These samples shall remain with the Architect/Engineer as long as they desire. C. Changes required by alternate equipment shall be made at no additional cost to the Owner. Re- design costs incurred by the Architect/Engineer and costs incurred by other trades, public utilities, or the Owner as a result of the use of such equipment shall be the responsibility of the Contractor. D. The Architect/Engineer reserves the sole right for the approval of proposed material or equipment, and the phrase "or an approved equivalent" used in these specifications or on the drawings shall be interpreted to mean an equivalent approved by the Arehitect/Engineer. College Green Park Lighting Replacement 110394 -0 Operation and Maintenance of Electrical Systems 260100-5 SECTION 26 0100 OPERATION AND MAINTENANCE OF ELECTRICAL SYSTEMS E. The Architect/Engineer reserves the right to refuse approval of equipment which does not meet the specification, in their opinion, or of equipment for which no local experience of satisfactory service is available. The Architect/Engineer further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. PART 3 EXECUTION 3.1 EXISTING CONDITIONS A. Examine the existing grounds and become familiar with conditions as they exist, or that will, in any manner, affect the work under this contract. No allowance will be made subsequently, on the behalf of the contractors, for error or negligence on their part in connection with this. B. Existing equipment, devices and conduits in or on the existing grounds which are to be replaced, or which interferes with the remodeling of the existing facilities or installation of new equipment, shall be removed from the premises or relocated as directed by the Architect/Engineer. Do not remove from premises any equipment that may have maintenance value to the Owner without permission of the Owner. Items not to be reused shall be removed from the premises, unless otherwise noted herein or on the drawings. C. Exposed conduit and wires that are no longer in service shall be removed and the stubs plugged o behindthe surface. All power wiring shall be removed. Existing low voltage (less than 50V) copu& fed wiring, smaller than 14 AWG, may remain. n -Ex�J* conduit or wire shall not be reused if moved from its present location, or if it is of inadequate p oca&3 for the new load, or if it gives evidence of damage or deterioration that could render it s p T. Cond eshall generally be concealed below grade. F. Locate and protect existing utilities and other underground work in a manner that will ensure that no damage or service interruption will result from excavating or other site or building work. 3.2 CONCRETE AND MASONRY WORK A. Concrete work included in the specifications or shown on the drawings shall be done by experienced cement finishers and not by electricians. 3.3 DEMOLITION A. Provide labor necessary to demolish the existing electrical system described in the contract documents. 3.4 CUTTING AND PATCHING A. Provide cutting and fitting necessary to properly install work, unless specifically noted otherwise in these specifications or shown on the drawings. Coordinate with other trades as required to minimize the damage and the amount of patching required. College Green Park Lighting Replacement 110394 -0 Operation and Maintenance of Electrical Systems 260100-6 SECTION 26 0100 OPERATION AND MAINTENANCE OF ELECTRICAL SYSTEMS B. Lay out work carefully in advance. Carefully carry out any cutting, channeling, chasing or drilling of paving or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. 3.5 EXCAVATION AND BACKFILL A. Refer to Section 02 2200. 3.6 CLEANING OF PREMISES A. Keep the premises clean of debris caused by the work at all times. Keep material stored, in areas designated by the Owner, in such a manner so as not to interfere with the progress of the work of other trades or with the operation of existing facilities. B. Interiors and exteriors of electrical panels shall be thoroughly cleaned. N C. At the conclusion of the construction, the site shall be thoroughly cleaned of r uee, debris and unused material and shall be left in good order. Closed off spaces shall eCr-Pa red of w e material, cartons, and wood frame members used in the construction. I7. 3.7 SUSPENSION FROM WOOD STRUCTURAL MEMBERS —t n <rn _o A. Concentrated or other loads shall not be suspended directly from the boFmi of V Po d s -Wiural members, unless approved by the Architect/Engineer. Loads suspended'.;fiom op'ca web joists or trusses may be transferred to the bottom chord of the structural member at the panel points. Loads suspended from solid web joists shall be transferred to the joists only through the top flange or web. Suspension systems shall be reviewed by the Architect/Engineer. 3.8 RECORD OF CHANGES MADE TO THE WORK A. Maintain at the job site a separate and complete set of electrical plans and specifications upon which it is clearly and permanently marked in red and noted, in complete detail, any changes made. Include changes to location and arrangement of electrical apparatus or changes made in the electrical system and wiring as a result of construction conditions or as a result of written instructions from the Architect/Engineer. Such record of changes shall be made daily and the marked plans and specifications shall be available for the Architect/Engineer's examination at any normal work time. B. Upon completion of the job, and before final payment is made, transmit the marked -up plans and specifications to the Architect/Engineer. END OF SECTION 26 0100 College Green Park Lighting Replacement 110394 -0 Operation and Maintenance of Electrical Systems 260100-7 SECTION 26 0519 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 1.3 DEFINITIONS A. EPDM: Ethylene - propylene -diene terpolymer rubber. B. NBR: Acrylonitrile- butadiene rubber. 1.4 SUBMITTALS A. None required. 1.5 QUALITY ASSURANCE 3 :4r- C2 b� ;4M r5l is m° N 0 t_. c_- N 0 -o O 0 Erm�� A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on -site testing specified in Part 3. B. Electrical Components, Devices, and Accessories: Listed and labeled as defied in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. PART PRODUCTS 2.1 CONDUCTORS AND CABLES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: College Green Park Lighting Replacement 110394 -0 Low Voltage Electrical Power Conductors and Cables 260519-1 SECTION 26 0519 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1. American Insulated Wire Corp.; a Leviton Company. 2. General Cable Corporation. 3. Senator Wire & Cable Company. 4. Southwire Company. C. Copper Conductors: Comply with NEMA WC 70. D. Conductor Insulation: Comply with NEMA WC 70 for Types THHN -THWN. 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: I. AFC Cable Systems, Inc. 2. Hubbell Power Systems, Inc. �0 0 3 O- Z /Gedney; EGS Electrical Group LLC. ± r=2 cL- 4 .LLJ ys 3M; Electrical Products Division. car -� oN 5.ry Tyco Electronics Corp. _ Q Ll—B. Desepjption: Factory- fabricated connectors and splices of size, ampacity rating, material, type, and o class Tor application and service indicated. N PART 3 EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Exposed Branch Circuits, Including in Crawlspaces: Type THHN -THWN, single conductors in raceway. B. Branch Circuits Concealed in Concrete, below Slabs -on- Grade, and Underground: [Type THWN -2, single conductors in raceway. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Use manufacturer- approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. College Green Park Lighting Replacement 110394 -0 Low Voltage Electrical Power Conductors and Cables 260519-2 SECTION 26 0519 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES B. Use pulling means, including fish tape, cable, rope, and basket -weave wire /cable grips, that will not damage cables or raceway. C. Identify and color -code conductors and cables according to NFPA 70, 3.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. END OF SECTION 26 0519 N C'J Z7-: n C- Y > ..- �� N 6 B r n o c.� College Green Park Lighting Replacement 110394 -0 Low Voltage Electrical Power Conductors and Cables 260519-3 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1.3 DEFINITIONS o A. EMT: Electrical metallic tubing. c� c B. RNC: Rigid nonmetallic conduit.n No r 1.4 SUBMITTALS rn A. Product Data: For surface raceways, wireways and fittings, floor boxes, ljidged -ciier enclosures, and cabinets. "i B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and attachments to other work. Custom enclosures and cabinets. 2. For handholes and boxes for underground wiring, including the following: a. Duct entry provisions, including locations and duct sizes. b. Frame and cover design. C. Grounding details. d. Dimensioned locations of cable rack inserts, and pulling -in and lifting irons. C. Joint details. C. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in the paths of conduit groups with common supports. D. Manufacturer Seismic Qualification Certification: Submit certification that enclosures and cabinets and their mounting provisions, including those for internal components, will withstand seismic forces defined in Division 26 Section "Vibration and Seismic Controls for Electrical Systems." Include the following: College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-1 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. a. The term "withstand" means "the cabinet or enclosure will remain in place without separation of any parts when subjected to the seismic forces specified and the unit will retain its enclosure characteristics, including its interior accessibility, after the seismic event." 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. E. Qualification Data: For professional engineer and testing agency. F. Source quality - control test reports. 1.5 QUALITY ASSURANCE A. .il Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, C3 Artiole.100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended _Y use> W Coy with NFPA 70. PARS0 PR(_U$�; Se 2.1 METAL CONbbIT AND TUBING 0 N A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Alflex Inc. 3. Allied Tube & Conduit; a Tyco Irrternational Ltd. Co. 4. Anamet Electrical, Inc.; Anaconda Metal Hose. 5. Electri -Flex Co. 6. Manhattan/CDT /Cole -Flex. 7. Maverick Tube Corporation. 8. O -Z Gedney; a unit of General Signal. College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-2 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 9. Wheatland Tube Company. C. Rigid Steel Conduit: ANSI C80.1. D. IMC: ANSI C80.6. E. PVC- Coated Steel Conduit: PVC - coated rigid steel conduit or IMC. Comply with NEMA RN 1, 2. Coating Thickness: 0.040 inch (1 mm), minimum. N F. EMT: ANSI C80.3. G. Fittings for Conduit (Including all Types and Flexible and Liquidtight), )rMa4 anfifiCable: h NEMA FB 1; listed for type and size raceway with which used, and for app#idation and PWVironment in which installed. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply uzi4k $0' 6. F-j i? o 2. Fittings for EMT: Steel, compression. C.I Coating for Fittings for PVC - Coated Conduit: Minimum thickness, 0.040 inch (1 mm), with overlapping sleeves protecting threaded joints. H. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity, 2.2 NONMETALLIC CONDUIT AND TUBING A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: AFC Cable Systems, Inc. 2. Anamet Electrical, Inc.; Anaconda Metal Hose. 3. Amen Corporation. 4. CANTEX Inc. 5. CertainTeed Corp.; Pipe & Plastics Group. 6. Condux International, Inc. ElecSYS, Inc. Electri -Flex Co. Lamson & Sessions; Carlon Electrical Products. College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-3 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 10. Manhattan/CDT /Cole -Flex. 11. RACO; a Hubbell Company, 12. Thomas & Betts Corporation. B. RNC: NEMA TC 2, Type EPC -40 -PVC, unless otherwise indicated. C. Fittings for RNC NEMA TC 3; match to conduit or tubing type and material. 2.3 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING A. Description: Comply with SCTE 77. 1. Color of Frame and Cover: Gray. 2. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper- resistant locking devices and having structural load o gating consistent with enclosure. "j4. V' mover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. vrCover Legend: Molded lettering, "ELECTRIC." ;T- r, ti" E.F`'onduit Entrance Provisions: Conduit - terminating fittings shall mate with entering ducts for Qcure, fixed installation in enclosure wall. `7'. Handholes 12 inches wide by 24 inches long (300 mm wide by 600 mm long) and larger shall have inserts for cable racks and pulling -in irons installed before concrete is poured. B. Polymer - Concrete Handholes and Boxes with Polymer - Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. C. CDR Systems Corporation. d. Quasite C. Fiberglass Handloles and Boxes with Polymer- Concrete Frame and Cover: Sheet - molded, fiberglass- reinforced, polyester -resin enclosure joined to polymer- concrete top ring or frame. College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-4 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. C. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. D. Fiberglass Handholes and Boxes: Molded of fiberglass- reinforced polyester resin, with covers of polymer concrete. 1. Manufacturers: Subject to compliance with requirements, provide product�py one of the following: _ cr � a. Carson Industries LLC. A =.t �� c-n -< ry b. Christy Concrete Products. n r— v C. Nordic Fiberglass, Inc. c 70 k_—) 2.4 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES o A. Handhole and Pull -Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards. PART 3 EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Rigid steel conduit or IMC. 2. Underground Conduit: RNC, Type EPC -40 -PVC, direct buried. 3. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. 4. Application of Handholes and Boxes for Underground Wiring: College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-5 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS a. Handholes and Pull Boxes in Driveway, Parking Lot, and Off - Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, SCTE 77, Tier 15 structural load rating. b. Handholes and Pull Boxes in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer - concrete units, SCTE 77, Tier 8 structural load rating. C. Handholes and Pull Boxes Subject to Light -Duty Pedestrian Traffic Only: Fiberglass - reinforced polyester resin, structurally tested according to SCTE 77 with 3000 -lbf (13 345 -N) vertical loading. B. Minimum Raceway Size: 3/4 -inch (21 -min) trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 3.2 INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. 0 ,-.B. :�.C*8tc raceway installation before starting conductor installation. 1 1 ukpxraceways per NFPA 70. NArr uaRstub -ups so curved portions of bends are not visible above the finished slab. All conduit e :_'�boueade shall be RMC orIMC. E. install no more than the equivalent of three 90- degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. F. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. G. Raceway Terminations: Use insulating bushings to protect conductors, provide bushing on both ends of conduit. H. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200 -1b (90 -kg) tensile strength. Leave at least 12 inches (300 imn) of slack at each end of pull wire. 3.3 INSTALLATION OF UNDERGROUND CONDUIT A. Direct- Buried Conduit: College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-6 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Division 31 Section "Earth Moving" for pipe less than 6 inches (150 mm) in nominal diameter. 2. Install backfill as specified in Section 02 2200. After installing conduit, backfill and compact. Start at tie -in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Finely hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches (300 mm) of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Division 31 Section "Earth Moving." 4. Install manufactured duct elbows for stub -ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Encase elbows for stub -up ducts throughout the length of the elbow. o c� 5. Install manufactured rigid steel conduit elbows for stub -ups into:oo7 . c — 7 +: N a. Couple steel conduits to ducts with adapters designed fore. purrppose, incase coupling with 3 inches (75 min) of concrete. = m :2 6. Warning Tape: Bury warning tape approximately 12 inches (300; min) ab,Qr. ve direct - buried conduits, placing them 24 inches (600 mm) o.c. Align tape along the widifi and along the centerline of conduit. 3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support routs on a level bed of crushed stone or gravel, graded from 1l2- inch (12.5 -mm) sieve to No. 4 (4.75 -min) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures I inch (25 min) above finished grade. D. Install handholes and boxes with bottom below the frost line. E. Install removable hardware, including pulling eyes, cable stanchions, cable anus, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. F. Field -cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-7 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 3.5 PROTECTION A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. END OF SECTION 26 0533 College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-8 .D O r CD G O rL. Y..U9 �li^ 0 N College Green Park Lighting Replacement 110394 -0 Raceway and Boxes for Electrical Systems 260533-8 SECTION 26 5600 EXTERIOR LIGHTING PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Exterior luminaires with lamps and ballasts. 2. Luminaire- mounted photoelectric relays. co *n 3. Poles and accessories. j> _.r C") C 1.3 DEFINITIONS M A. CRI: Color- rendering index. B. HID: High - intensity discharge. C. Luminaire: Complete lighting fixture, including ballast housing if provided D. Pole: Luminaire support structure. E. Standard: Same definition as "Pole" above. 1.4 STRUCTURAL ANALYSIS CRITERIA FOR POLE SELECTION 0 c N CD -o 0 cn A. Dead Load: Weight of luminaire and its horizontal and vertical supports, lowering devices, and supporting structure, applied as stated in AASHTO LTS -4. B. Live Load: Single load of 500 lbf (2224 N), distributed as stated in AASHTO LTS -4. C. Ice Load: Load of 3 lbf /sq. ft. (143.6 Pa), applied as stated in AASHTO LTS -4. D. Wind Load: Pressure of wind on pole and luminaire, calculated and applied as stated in AASHTO LTS -4. 1. Wind speed for calculating wind load for poles exceeding 50 feet (15 m) in height is 110 mph (177 km /h). 2. Wind speed for calculating wind load for poles 50 feet (15 m) or less in height is 110 mph (177 km /h). 1.5 SUBMITTALS A. Product Data: For each luminaire, pole, and support component, ananged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: College Green Park Lighting Replacement 110394 -0 Exterior Lighting 265600-1 SECTION 26 5600 EXTERIOR LIGHTING 1. Physical description of luminaire, including materials, dimensions, effective projected area, and verification of indicated parameters. 2. Details of attaching luminaires and accessories. Details of installation and construction. 4. Luminaire materials. Photometric data based on laboratory tests of each luminaire type, complete with indicated lamps, ballasts, and accessories. Anchor -bolt templates keyed to specific poles and certified by manufacturer. 2. Design calculations, certified by a qualified professional engineer, indicating strength of screw foundations and soil conditions on which they are based. 3. Wiring Diagrams: Power and control wiring. C. Pole and Support Component Certificates: Signed by manufacturers of poles, certifying that products are designed for indicated load requirements in AASHTO LTS -4 and that load imposed by luminaire has been included in design. D. Qualification Data: For agencies providing photometric data for lighting fixtures. E. Field quality - control test reports. F. Operation and Maintenance Data: For luminaires and poles to include in emergency, operation, and maintenance manuals. College Green Parlt Lighting Replacement 110394 -0 Exterior Lighting 265600-2 a. For indicated luminaires, photometric testing standard in compliance with IESNA LM -79. b. Lumen maintenance measurement in compliance with IESNA LM -80. 6. Photoelectric relays. 7. Ballasts, including energy - efficiency data. .ra 8r", Lamps, including life, output, and energy - efficiency data. ' t o- u9 Materials, dimensions, and finishes of poles. R j x�r >I(E3 Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. - 11.-- Anchor bolts for poles. cy N 12, Manufactured pole foundations. B. Shop Drawings: Anchor -bolt templates keyed to specific poles and certified by manufacturer. 2. Design calculations, certified by a qualified professional engineer, indicating strength of screw foundations and soil conditions on which they are based. 3. Wiring Diagrams: Power and control wiring. C. Pole and Support Component Certificates: Signed by manufacturers of poles, certifying that products are designed for indicated load requirements in AASHTO LTS -4 and that load imposed by luminaire has been included in design. D. Qualification Data: For agencies providing photometric data for lighting fixtures. E. Field quality - control test reports. F. Operation and Maintenance Data: For luminaires and poles to include in emergency, operation, and maintenance manuals. College Green Parlt Lighting Replacement 110394 -0 Exterior Lighting 265600-2 SECTION 26 5600 EXTERIOR LIGHTING G. Warranty: Special warranty specified in this Section. 1.6 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by manufacturers' laboratories that are accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products. B. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR 1910.7. C. Electrical Components, Devices, and Accessories: Listed and labeled as defied in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Luminaires: Five years from date of Substantial Completion. 2. Warranty Period for Metal Corrosion: Five years from date of Substantial Completion. 3. Warranty Period for Color Retention: Five years from date of Substantial Completion, 4. Warranty Period for LED Illuminator System: Replace system components that fail within 7 years from date of Substantial Completion. Warranty Period for Poles: Repair or replace lighting poles and standards that fail in finish, materials, and workmanship within manufacturer's standard warranty period, but not less than three years from date of Substantial Completion. College Green Park Lighting Replacement 110394 -0 Exterior Lighting 265600-3 use. N Gl D. Comply with IEEE C2, "National Electrical Safety Code." n — �9 E. Dsi z Comply with NFPA 70. 1.7 DELIVERY, STORAGE, AND HANDLING �m -n °:2D A. Package aluminum poles for shipping according to ASTM B 660. B. - o Store poles on decay- resistant - treated skids at least 12 inches (300 mm) above grads and vegetation. Support poles to prevent distortion and arrange to provide free air circulation. C. Retain factory- applied pole wrappings on metal poles until right before pole installation. For poles with nonmetallic finishes, handle with web fabric straps. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Luminaires: Five years from date of Substantial Completion. 2. Warranty Period for Metal Corrosion: Five years from date of Substantial Completion. 3. Warranty Period for Color Retention: Five years from date of Substantial Completion, 4. Warranty Period for LED Illuminator System: Replace system components that fail within 7 years from date of Substantial Completion. Warranty Period for Poles: Repair or replace lighting poles and standards that fail in finish, materials, and workmanship within manufacturer's standard warranty period, but not less than three years from date of Substantial Completion. College Green Park Lighting Replacement 110394 -0 Exterior Lighting 265600-3 SECTION 26 5600 EXTERIOR LIGHTING PART2 PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: B. In Exterior Lighting Device Schedule where titles below are column or row headings that introduce lists, the following requirements apply to product selection: Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 LUMINAIRES, GENERAL REQUIREMENTS A. Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet locations by an NRTL acceptable to authorities having jurisdiction. B. Comply with IESNA RP -8 for parameters of lateral light distribution patterns indicated for luminaires. C. Octal Parts: Free of burrs and sharp comers and edges. §0 'c V1V etal Components: Corrosion - resistant aluminum, unless otherwise indicated. Form and LL9 aapptl p prevent warping and sagging. A o C-) t— I Nbus'IW Rigidly formed, weather - and light -tight enclosures that will not warp, sag, or deform in LL gie. de filter /breather for enclosed luminaires. CD F. Mors, F times, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. Doors shall be removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens. G. Exposed Hardware Material: Stainless steel. H. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. I. Light Shields: Metal baffles, factory installed and field adjustable, arranged to block light distribution to indicated portion of normally illuminated area or field. J. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. Diffusing Specular Surfaces: 75 percent. College Green Park Lighting Replacement 110394 -0 Exterior Lighting 265600-4 SECTION 26 5600 EXTERIOR LIGHTING K. Lenses and Refractors Gaskets: Use heat- and aging- resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. L. Luminaire Finish: Manufacturer's standard paint applied to factory- assembled and - tested luminaire before shipping. Match finish process and color of pole or support materials. M. Factory- Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 2. Natural Satin Finish: Provide fine, directional, medium satin polish (AA -M32); buff complying with AA -M20; and seal aluminum surfaces with clear, hard -coat wax. 3. Class I, Clear Anodic Finish: AA- M32C22A41 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: ArchitecturaWass I, clear coating 0.018 mm or thicker) complying with AAMA 611. E; c� c ° p 4. Class I, Color Anodic Finish: AA- M32C22A42/A44 (Meclranic4. ais sass Chemical Finish: etched, medium matte; Anodic Coating: Arch�@tprasass I integrally colored or electrolytically deposited color coating 0.018 mm or t r) cglnply t1g ith AAMA 611. a. Color: As selected by Owner from manufacturer's full range. o ur 2.3 LED LUMINAIRE A. CRI 85 (minimum), color temperature 4100 K, and average rated life of 60,000 hours, minimum at 25 degree C ambient based on LED manufacturers supplied LM -80 data and in -situ laboratory testing. B. Certified to meet UL 1598 standards for wet location and 40 degree C ambient. 2.4 POLES AND SUPPORT COMPONENTS, GENERAL REQUIREMENTS A. Structural Characteristics: Comply with AASHTO LTS -4. 1, Wind -Load Strength of Poles: Adequate at indicated heights above grade without failure, permanent deflection, or whipping in steady winds of speed indicated in Part 1 "Structural Analysis Criteria for Pole Selection" Article, with a gust factor of 1.3. 2. Strength Analysis: For each pole, multiply the actual equivalent projected area of luminaires and brackets by a factor of 1.1 to obtain the equivalent projected area to be used in pole selection strength analysis. B. Luminaire Attachment Provisions: Comply with luminaire manufacturers' mounting requirements. Use stainless -steel fasteners and mounting bolts, unless otherwise indicated. C. Mountings, Fasteners, and Appurtenances: Con•osion- resistant items compatible with support components. College Green Park Lighting Replacement 110394 -0 Exterior Lighting 265600-5 SECTION 26 5600 EXTERIOR LIGHTING 1. Materials: Shall not cause galvanic action at contact points. 2. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot -dip galvanized after fabrication, unless stainless -steel items are indicated. 3. Anchor -Bolt Template: Plywood or steel. D. Concrete Pole Foundations: Cast in place, with anchor bolts to match pole -base flange. Concrete, reinforcement, and formwork are specified in Division 03 Section "Cast -in -Place Concrete." E. Power - Installed Screw Foundations: Factory fabricated by pole manufacturer, with structural steel complying with ASTM A 36/A 36M and hot -dip galvanized according to ASTM A 123/A 123M; and with top -plate and mounting bolts to match pole base flange and strength required to support pole, luminaire, and accessories. F. Breakaway Supports: Frangible breakaway supports, tested by an independent testing agency acceptable to authorities having jurisdiction, according to AASHTO LTS -4. 2.5 ALUMINUM POLES A. Poles: ASTM B 209 (ASTM B 209M), 5052 -H34 marine sheet alloy with access handhole in pole wall. 01. yShape: Traditional base with fluted shaft to match drawing details. r'2. C(�� Mounting Provisions: Butt flange for bolted mounting on foundation or breakaway support. GAS v_ oPov—'gp Tenons: Fabricated to support luminahre or luminaires and brackets indicated, and securely i e =fas#e!q to pole top. la� =) Z3 ^" C. — Grour2ng and Bonding Lugs: Welded 1/2 -inch (13 -mm) threaded lug, complying with requirements °in Division 26 Section "Grounding and Bonding for Electrical Systems," listed for attaching grounding and bonding conductors of type and size listed in that Section, and accessible through handhole. D. Prime -Coat Finish: Manufacturers standard prime -coat finish ready for field painting. E. Aluminum Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 2. Natural Satin Finish: Provide fine, directional, medium satin polish (AA -M32); buff complying with AA -M20; and seal aluminum surfaces with clear, hard -coat wax. Class I, Clear Anodic Finish: AA- M32C22A41 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. College Green Park Lighting Replacement 110394 -0 Exterior Lighting 265600-6 SECTION 26 5600 EXTERIOR LIGHTING 4. Class I, Color Anodic Finish: AA- M32C22A42/A44 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 nun or thicker) complying with AAMA 611. PART 3 EXECUTION 3.1 LUMINAIRE INSTALLATION A. Fasten luminaire to indicated structural supports. Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer. 3.2 POLE INSTALLATION A. Align pole foundations and poles for optimum directional alignment of luminaire�nd their mounting provisions on the pole. o — C a� B. Clearances: Maintain the following minimum horizontal distances of poleg.firommi- faceza�n underground features, unless otherwise indicated on Drawings: -i c a ° 9 :fir Mi rn 1. Fire Hydrants and Storm Drainage Piping: 60 inches (1520 mm.6 710 • r 2. Water, Gas, Electric, Communication, and Sewer Lines: 10 feet (3 m). 3. Trees: 15 feet (5 m). C. Concrete Pole Foundations: Set anchor bolts according to anchor -bolt templates furnished by pole manufacturer. Concrete materials, installation, and finishing requirements are specified in Division 03 Section "Cast -in -Place Concrete." D. Foundation- Mounted Poles: Mount pole with leveling nuts, and tighten top nuts to torque level recommended by pole manufacturer. 1. Use anchor bolts and nuts selected to resist seismic forces defined for the application and approved by manufacturer. 2. Grout void between pole base and foundation. Use nonshrink or expanding concrete grout firmly packed to fill space. 3. Install base covers, unless otherwise indicated. 4. Use a short piece of 1/2 -inch- (13 -mm -) diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole. 3.3 CORROSION PREVENTION A. Aluminum: Do not use in contact with earth or concrete. When indirect contact with a dissimilar metal, protect aluminum by insulating fittings or treatment. College Green Park Lighting Replacement 110394 -0 Exterior Lighting 265600-7 SECTION 26 5600 EXTERIOR LIGHTING B. Steel Conduits: Comply with Division 26 Section "Raceway and Boxes for Electrical Systems." In concrete foundations, wrap conduit with 0.010 -inch- (0.254 -mm -) thick, pipe - wrapping plastic tape applied with a 50 percent overlap. 3.4 GROUNDING A. Ground metal poles and support structures according to Division 26 Section "Grounding and Bonding for Electrical Systems." Install grounding electrode for each pole, unless otherwise indicated. 3.5 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. B. Illumination Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. Verify operation of photoelectric controls. C. Illumination Tests: Measure light intensities at night. Use photometers with calibration referenced to NIST standards. Comply with all applicable IESNA testing guide(s). D. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance U3 withAtandards. END OF SECTION 26 5600 t� 7- M-Q U r O <v College Green Park Lighting Replacement 110394 -0 Exterior Lighting 265600-8 r `i) =�2) Prepared by; Michael Moran, Parks and Recreation Department, 410 E. Washington St., Iowa City, to 52240,(319)356-5104 . RESOLUTION NO. 1 1 -2 18 RESOLUTION SETTING A PUBLIC HEARING ON JULY 5, 2011 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE COLLEGE GREEN PARK LIGHTING REPLACEMENT PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the College Green Park Lighting Replacement account #4172. 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 5th day of July, 2011, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 21st day of .rune _'20 11 ATTEST: ie� Y/ CITY CLERK SETPH/collegegreenlighling 6/11 A MAYOR Resolution No. 11 -218 Page 2 It was moved by Champion and seconded by ra;mss _ the Resolution be adopted, and upon roll call there were: AYES: wpdala/glossaryhesolubon-lc. doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright PUBLISH 6/28 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE COLLEGE GREEN PARK LIGHTING REPLACEMENT PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the College Green Park Lighting Replacement Project in said city at 7:00 p.m. on the 5th day of July, 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 Printer's Fee $ 's CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN F,EED.ID #42- 0330670 1,i being duly sworn, say that I ani 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 thne(s), on the following date(s): Legal Cler Subscribed and sworn to befo e me this a9�day of A.D. 20 Notary Public LJNdVAf� ®TZ $ Commrs tNumbee73261 DOM j J anumilli 27, 2014 NOTICE OF PUBLIC IIEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE COLLEGE GREEN PART( LIGHTING REPLACEMENT PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the College Green Park Lighting Replacement Project in said city at 7:00 p.m. on the 5th day of July, 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 w e�F+ Prepared by: Michael Moran, Parks & Recreation, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5104 RESOLUTION NO. 11 -228 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE COLLEGE GREEN PARK LIGHTING REPLACEMENT PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the College Green Park Lighting Replacement account #4172. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above -named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above - named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 281h 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 re�ular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 2 day of August, 2011, or at a special meeting called for that purpose. Passed and approved this 5th dayof July 120 11 MAYOR Ap roved . ATTEST: ter% �•. > CITY CLERK Ci y Atto n s O b-2? ll Pmng/reslcollegeg rparkllght- appp &s.doc 6111 Resolution No. 11 -228 Page 2 It was moved by Bailey and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdata/glossary/resolution- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright NOTICE TO BIDDERS IOWA CITY COLLEGE GREEN PARK LIGHTING REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28'h day of July, 2011. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 2nd day of August, 2011, or at special meeting called for that purpose. The Project will involve the following: Replacement of the pedestrian lighting system in College Green Park. All work is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery, Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and 110394 -0 AF -1 damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: November 9, 2011 Specified Start Date: August 15, 2011 Liquidated Damages: $200 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the City of Iowa City, City Engineer's office, by bona fide bidders. A $35 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. 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 subcon- tract. 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 quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired 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 110394 -0 AF -2 Printer's Fee $_�p•�- CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - 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 I tinre(s), o11 the following date(s): y Iq A Legal Cl Subscribed and sworn to befo •e n e this _L1'I`'day of A.D. 20�_. lC �ouc �, °� CominissioR Pdulnber 739 u e MV Comn11S31Di1 Janu 2T, 2fl18 PARK LIGHTING REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 28th day of July, 2011. Sealed Proposals will be opened Immedi- ately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 2nd day of August, 2011, or at special meeting called for that purpose. The Project will involve the following: Replacement of the pedestrian lighting system In College Green Park. All work Is to be done in strict compliance with the plans and specifications prepared by Shive- Hattery, Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied In a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the success- ful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a Period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond In an amount equal to one hundred percent (100 %) of the contract Price. said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of five (5) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: November 9, 2011 Specified Start Date: August 15, 2011 Liquidated Damages: $200 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 City of Iowa City, City Engineer's office, by bona fide bidders. A $35 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. 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 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 authority, Preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERIC 1.111, July 14, 2011 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5138 RESOLUTION NO. 11 -265 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE COLLEGE GREEN PARK LIGHTING REPLACEMENT PROJECT. WHEREAS, Advanced Electrical Services, Inc. of Iowa City, Iowa, has submitted the lowest responsible bid of $99,259 for construction of the above -named project; and WHEREAS, funds for this project are available in the College Green Park Lighting Replacement Project account #4172. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above -named project is hereby awarded to Advanced Electrical Services, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Parks & Recreation Director is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 2nd day of August _,20 11 ATTEST: 27'//I�z ,,)`iC CIT CLERK /�_ SG, _ MAYOR Approved by City Attorney's Office 7 Z9l // It was moved by wright and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: X X X X x X x pweng/ res/ awrdcon- CollegeGreenlighting.dw 7/11 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright IV PERFORMANCE AND PAYMENT BOND Advanced Electrical Services Inc. 1233 Gilbert Ct Iowa City, IA 52240, as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and united Fire & Casualty Company (insert the legal title of the Surety) Cedar Rapids, Iowa , 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 ninety -nine thousand two hundred fifty -nine and no hundredths Dollars ($99 259.00) 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 August 2, 2011 entered into a (date) written Agreement with Owner for College Green Park Lighting Replacement Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Shive Hattcry of Iowa City, Iowa, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project, NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project, A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly; 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange fora contract r� between such bidder and Owner, and make available, as work progresses C en though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), suffigreni funds to pay the cost of completion, loss the balance of the Contract Pi)ce, but not PB -1 , �� exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used In this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. ThP Contractor and Contractor's Surely 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 subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if It were expressly set out herein. SK3NED AND SEALED THIS 15th DAY OF August 2p11 IN THE PRESENCE OF- Advanced Electrical Services Inc, n n n A . (Principal) Denise K. Slough I 1 �l United Fire & Casually Company AOL (Surety) Witness Jean A. Wilso , (Tit(e)Attorney -in -Fact & Iowa RVent Denise K. Blough Licensed Agent 24 Westside Drive {Street) Iowa City, owe 52246 (city, state, Zip) c> (319) 887 -3700 (Phone) PB -2 7 _ co rs V� UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint DAVID G. WINEGARDEN, OR CRAIG WELT, OR TERRY L. MCDONALD, OR JEAN A. WILSON, OR DENISE K. BLOUGH, OR L.J. WEGMAN, OR BETH AMBRISCO, OR KRISTI NIELSON, ALL INDIVIDUALLY of IOWA CITY IA its true and lawful Attorney(s) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: A11 bonds not to exceed $10,000,000.00 and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire 18th day of January, 2012 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate . seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney -in -fact. X1,1111111,/, IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by �!.,,1 its vice president and its corporate seal to be hereto affixed this 18th day of January, 2010 COnroxAre cb' ' -? —•— UNITED FIRE & CASUALTY COMPANY By State of Iowa, County of Linn, ss: !/ Vice President On 18th day of January, 2010, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. L Criary Joan sen 1. uwan ilsea g ommill my cor, 0 e.po-es 1012A \ /n , Notary Public I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the by -laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and i_s_now in full force and effect. - " °1A;' "ll,, In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Company this 15th day of August 201.1 ". 111 a Secretary BPOA00140706 ENGINEER'S REPORT January 5, 2012 City Clerk City of Iowa City, Iowa Re: College Green Park Lighting Replacement Project Dear City Clerk: ► r I CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX www.icgov.org I hereby certify that the construction of the College Green Park Lighting Replacement Project has been completed by Advanced Electrical Services, Inc. of Iowa City, Iowa in substantial accordance with the plans and specifications prepared by the Shive - Hattery Inc. of Iowa City, Iowa. The final contract price is $98,608.41. I recommend that the above - referenced improvements be accepted by the City of Iowa City. Sincerely, R'J_0 12.14„= Ronald R. Knoche, P.E. City Engineer N rJ drn Gl Spa - co f0 CS1 (_1 I Prepared by: Terry Robinson, Parks Administration, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -2066 RESOLUTION NO. 12 -10 RESOLUTION ACCEPTING THE WORK FOR THE COLLEGE GREEN PARK LIGHTING REPLACEMENT PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the College Green Park Lighting Replacement Project, as included in a contract between the City of Iowa City and Advanced Electrical Services of Iowa City, Iowa, dated August 15, 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 College Green Lighting Replacement Project account #4172; and WHEREAS, the final contract price is $98,608.41. 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 10th day of January 20 12 MAYOR •�( Approved by ATTEST: A"'.) CITY CLERK City Attor ey s C3 fice _1z It was moved by Champion and seconded by dims the Resolution be adopted, and upon roll call there were: AYES: x x x �x- x x x Pweng /res/Colleg eGreen Lighting- acptwork.doc 1112 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton