Loading...
HomeMy WebLinkAboutCARDIGAN PARK CONSTRUCTION PROJECTCARDIGAN PARK CONSTRUCTION 19 -Dec -2017 Plans, Specs, Estimate of costs, proposal and contract 19 -Dec -2017 Res 17-365, Setting a public hearing 12 -Dec -2017 Notice of Public Hearing 02 -Jan -2018 Res 18-10, approving plans, specs, form of agreement and estimate of cost. 04 -Jan -2018 Notice to Bidders 20 -Feb -2018 Res 18-43, awarding contract (All American Concrete) 06 -Mar -2018 Form of Agreement 06 -Mar -2018 Form of Proposal 06 -Mar -2018 Addendum #1 06 -Mar -2018 Addendum #2 03 -Sep -2019 Res 19-227, resolution accepting the work 22 11 DEC 19 AM 9. C 5 ,ITY CLERK VA CITY. IOWA CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CARDIGAN PARK CONSTRUCTION PROJECT IOWA CITY, IOWA Nrooanle Uonstruction cost upmlon The amounts stated herein are our best estimate of probable construction costs based on current information. Because costs are influenced by market conditions, changes in project scope, and other factors beyond our control, we cannot ensure that actual construction costs will equal this cost opinion. Cardigan Park Iowa City, Iowa FILED 9®ITnrrr 10 AY n - Item No. Item Code Site Preparation/Grading pty Unit Unit cost I Unit Cost Item Total Item Total 1 '11020-108-A-0 Mobilization Traffic Control 1 LS $ 25.00 $ 5,000.00 2 ll070-206-A-0 1 LS $ 2,000.00 $ 2,000.00 3 9040-108-E-0 Erosion Control 1 LS $ 2,500.00 $ 2,500.00 4 1050-112-A-0 Relocation of Existing Trees 9 EA $ 500.00 $ 4,500.00 5 2010-108-13-0 Clearing and Grubbing 1 LS $ 2,500.00 $ 2,500.00 6 2010-108-E-0 Earthwork 1 LS $ 11,000.00 $ 11,000.00 7 7030-108-B-0 Curb and Gutter Removal 48 LF $ 15.00 $ _ 720.00 Item No. Item Code lHardscapes qty Unit Unit cost I Unit cost I Item Total Item Total 8 7010-108-E-0 I Curb and Gutter ® Curb Ramps 30 LF $ 25.00 $ 750.00 9 7030-108-C-0 5'-0" Wide PCC Paving /Walkway (5" Thick) 856 SY $ 40.00 $ 34,240.00 10 7030-108-C-0 IColored Paver Patio 64 SY $ 110.00 $ 7,040.00 11 12 7030-108-C-0 7030-108-G-0 PCC for Curb Ramps Detectable Warning Panels 12 36 BY SF $ $ 45.00 50.00 $ $ 540.00 1,800.00 Item No. Item Code Fire Area qty Unn Unit cost I Unit cost Item Total 13 7030-108-- -0 Crushed Granite 3.5 TON $ 900.00 $ _ 3,150.00 14 SPECIAL Fire Pit 1 LS $ 2,000.00 $ 2,000.00 Item No. Item Code Shelter Area qty Unit Unit cost I Item Total 15 SPECIAL Shelter 1 1 EA $ 20,000.00 1 $ 20,000.00 Item No. Item Code lVegetation qty Unit Unit Cost Unit Cost I 30 Item Total 16 9030-108-B-0 Deciduous Trees 16 EA $ 500.00 $ 8,000.00 17 9030-108-13-0 Evergreen Trees 5 EA $ 400.00 $ 2,000.00 18 9030-108-B-0 Understory Tree 3 EA $ 300.00 $ 900.00 19 9030-108-B-0 Shrubs 18 EA $ 75.00 $ 1,350.00 20 9030-108-B-0 Grasses 43 EA $ 30.00 $ 1,290.00 21 9030-108-8-0 Perennials 12 EA $ 15.00 $ 180.00 22 9010-108-A-0 Butterfly Garden Seed 825 SF $ 0.55 $ 453.75 23 9030-202-A-0 Mulch 1,100 SF $ 0.50 $ 550.00 24 9020-201-A-0 Sodding 298 SO $ 50.001 $ 14,900.00 Item No. I Item Code Furnishings qty Unit Unit Cost Unit cost 30 Item Total 25 SPECIAL Park Sign 1 LS $ 2,500.00 $ 2,500.00 26 SPECIAL Benches 4 FA $ 1,200.00 $ 4,800.00 27 SPECIAL Bicycle Parking Rack 5 EA $ 300.00 $ 1,500.00 28 SPECIAL Picnic Table 2 EA $ 650.00 $ 1,300.00 29 SPECIAL Trash Receptacle 2 EA $ 800.00 $ 1,600.00 Item No. Item Code ISpecial Features qty Unit I Unit Cost Item Total 30 4040-108-A-0 Drain tile and Outlet at Playground 1 LS $ 5,000.00 $ 5,000.00 31 SPECIAL Crosswalk Paint striping 1 LS $ 500.00 $ 500.00 Subtotal $ 144,883.78 70 yp• PATRICK R. 9 r i ALVORD : F - LANDSCAPE w m ; ARCHITECT NO. 577 ! -t, F� ��NDSCAP� pP CERTIFICATIONS �� OF FILED )EC 19 I HEREBY CERTIFY THAT THE PORTION OF THIS DOCUMENTAT PREPARED BY ME OR UNDER MY PERSONAL SUPERVISION, I AM A DULY REGISTERED LANDSCAPE ARCHITECT UNDEj f L�%" OF THE STATE OF IOWA mmwi2:? -- t2 i P5' . PATRICKPL ALVWRETIOWA REGISTRATION M5T7 DATE MY REGISTRATION DATE IS JUNE 30, 2015 SHEEfSIPAGES COVERED BY THIS SEAL' t eh SPECIFICATIONS FILED TABLE OF CONTENTS )j r 61� °f Fy F'N�LP 9: 0' CITY CLERKS TITLE SHEET IOWA CIT Y.10WA TABLE OF CONTENTS NOTICETO BIDDERS.............................................................................................. AF -1 NOTE TO BIDDERS................................................................................................. NB -1 FORM OF PROPOSAL............................................................................................. FP -1 BIDBOND................................................................................................................. BB -1 FORMOF AGREEMENT.......................................................................................... AG -1 PERFORMANCE AND PAYMENT BOND............................................................... PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS).................................................... CC -1 WAGETHEFT POLICY............................................................................................ WT -1 GENERAL CONDITIONS......................................................................................... GC -1 SUPPLEMENTARY CONDITIONS........................................................................... SC -1 BIDDER STATUS FORM.......................................................................................... BF -1 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01025 Measurement and Payment ................................................. 01025-1 Section 01100 Summary of the Work........................................................... 01100-1 Section 01310 Progress and Schedules...................................................... 01310-1 Section 01500 Construction Facilities and Temporary Controls .................. 01500-1 DIVISION 2 - SITE WORK Section 02750 Integrally Colored Concrete .................................................. 02750-1 Section 02930 Plant Material and Planting ................................................... 02930-1 Section 02990 Site Furnishings and Equipment .......................................... 02990-1 This project is based on 2017 Edition of The SUDAS Standard Specifications unless modified herein. PLANS NOTICE TO BIDDERS CARDIGAN PARK CONSTRUCTION PROJECT FILED CITY OF IOWA CITY I PDI) DEC 19 AM 9. _'r Sealed proposals will be received by the City Clerk of the City of Iowa City, low,a„ky�ti �� 3:00 P.M. on the gth day of February 2018. Sealed proposals will be opened i thereafter. Bids submitted b fax machine shall not be deemed a "sealed bid., for ur bb y' 10 'WA 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 20th day of February 2018, or at special meeting called for that purpose. The Project will involve construction of new park amenities at Cardigan Park located at Huntington Dr. and Raleigh Ln. in Iowa City. The project will include the following: Installation of approximately 856 SY of new concrete sidewalk; installation of one (1) new pre -manufactured park pavilion; installation of a masonry/steel fire ring kit; installation of metal benches and trash receptacles; as well as clearing and grubbing, site work, grading, site restoration and landscape planting, and other associated construction activities. All work is to be done in strict compliance with the plans and specifications prepared by Confluence, Inc., of Cedar Rapids and Des Moines, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hun- dred 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 Two (2) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Specified Date of Substantial Completion: June 15, 2018 �� Liquidated Damages: $500.00 (Five Hundred Dollars) .per al The plans, specifications and proposed contract documents d*7@Egxpgiir*M aq;th,.ieoffice of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids ReproductionsWleft-EW Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-595dJQQ— 8hV6VW3, Toll - Free 800-779-0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specification provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK AF -2 NOTE TO BIDDERS FILED e 1. The successful bidder and all subcontractors are required to submit at least V 99; PAP 9' award three references involving similar projects, including at least ont Tv # reference. Award of the bid or use of specific subcontractors may be deni�sMiI NA favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond and Bidder Status Form Form of Proposal MM- FORM OF PROPOSAL FILED CARDIGAN PARK CONSTRUCTION PROJECT 2117 DEC 19 AM 9. CITY OF IOWA CITY NOTICE TO BIDDERS: CITY CLEM IOWA CITY 10'NAA PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices 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. FP -1 Cardigan Park Iowa City, Iowa COnFLUEnCE /-it 1011 CI OA4 W11 IA 12AOI �1�4�540LWW7<' WCOMRUENCECOM 2111 DEC 19 AM 9: r 6 Confluence Project Number: 16070 CITY CLEWoate:12.15.17 Item No. Item Code Site Preparation/Grading qty Unit Unit Cost Item Total 1 2 11020-108-A-0 1070-206-A-0 Mobilization Traffic Control 1 LB 3 9040-108-E-0 Erosion Control 1 LS 4 1050-112-A-0 Relocation of Existing Trees 13 EA 5 2010-108-B-0 Clearing and Grubbing 1 LS 6 2010-108-E-0 Earthwork 1,000 CY 7 7030-108-B-0 Curb and Gutter Removal 48 LF Item No. Item Code Hardscapes Qty Unit Unit Cost item Total a 7010-108-E-0 Curb and Gutter 0 Curb Ramps 30 LF 9 7030-108-C-0 5' Wide PCC Paving / Walkway (5' Thick) 800 SY 10 7030-108-C-0 Colored Paver Patio 65 SY 11 7030-108-C-0 PCC for Curb Ramps 12 SY 12 7030-108-G-0 Detectable Warning Panels 36 SF Item No. Item Code Fire Area I Qty Unit Unit Cost item Total 13 1 7030-108-H-0 I Crushed Granite 1 3.5 TON 14 SPECIAL Fire PitJ 1 LS Item No. Item Code Shelter Area qty Unit Unit Cost item Total 15 1 SPECIAL JShelter 1 EA Item No. Item Code Vegetation Qty Unit Unit Cost item Total 16 9030-108-B-0 Deciduous Trees 16 EA 17 9030-108-B-0 Evergreen Trees 5 EA 18 9030-108-B-0 Understory Tree 3 EA 19 9030-108-B-0 Shrubs 18 EA 20 9030-108-B-0 Grasses 43 EA 21 9030-108-B-0 Perennials 12 LA 22 9010-108-A-0 I Butterfly Garden Seed 825 SF 23 9030-202-A-0 IMulch 1,100 1 SF 24 9020-201-A-0 ISodding 298 1 SO Item No. Item Code Furnishings Qty Unit Unit Coat Item Total 25 SPECIAL Park Sign 1 LS 26 SPECIAL Benches 4 EA 27 SPECIAL Bicycle Parking Rack 5 LS _ 28 SPECIAL Picnic Table 2 EA 29 SPECIAL Trash Receptacle 2 EA Item No. Item Code Special Features Qty Unit Unit Cast Item Total 30 31 32 4040-108-A-0 SPECIAL SPECIAL Drain tile and Outlet at Playground Crosswalk Paint striping Plant Maintenance 1 1 1 LS LS LS _ TOTAL (BASE BID AND NON -CONSTRUCTION COST) FP -2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows - Name: Name: Type of Work: Appx $ ZJ:L G Q '.IOWA 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. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 as Principal, and as Surety declare that we are held and are firmly bound unto the City of IowaLoEa,D hereinafter called "OWNER," in the sum of 9!�� Dollars ($ ) to pay saiciTs E;tt 110 9: provided. We as Principal and Surety further promise and declare that these obligat'{or�(pANIQ our heirs, executors, administrators, and successors jointly and severally. This�obligation�I ��� conditioned on the Principal submission of the accompanying bid, dated CARDIGAN PARK CONSTRUCTION PROJECT. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ Witness Witness 9M (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("ContrEttA- E D WHEREAS the City has prepared certain Plans, Specifications, PrQPPp@® enfJ9C t,,, dated the day of 2018, for the CAFyJWtLr"K CONSTRUCTION PROJECT ("Project"), and 10MA CITY, I,ri'AJA, WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers attached hereto, b. Standard Specifications Manual, 2017 Edition, Statewide Urban Design And Specifications (SUDAS), as amended; C. Plans; d. Technical Specifications and Supplementary Conditions, e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto, h. Completed Form of Proposal, and i. This Instrument. AG -2 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall pr tiL. 3. The names of subcontractors acknowledged by City, together withqunTtieS" �Ift prices, and extended dollar amounts, are as follows (or shown X=An�:4: 0^ DATED this day of 120 CCt By Mayor ATTEST: City Clerk AG -3 Contractor ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) F I L _F It) _Ias Principal, hereinafter called the Contractor and (insert the legal title o the Sure y ` aj*ff ,� T Xr called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for CARDIGAN PARK CONSTRUCTION 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 McClure Engineering Company, 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 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 anFcLncEq /or amendments thereto, less the amount properly paid by Owner ti Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep ACARroMnanig covered by this bond in good repair for a period of TWO (2) years fro �aia".,$R#tmal B A CITY. ion 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 fumished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20_ IN THE PRESENCE OF: Witness Witness IM (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) FILED 2117 DEC 19 AM 9: CITY CLERtt !GWA CITY, IOWA Contract Compliance Program I 1 �f r^ ®�%=A=ave IP *��Vumom CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEM�1 LED 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, consult9JJ ®E9 yq td%Mequires them to ensure that applicants seeking employment with them and their employees are treated qually without regard to race, color, creed, religion, national origin, sex, gender identitQJTe;Scft L6wtation, disability, marital status, and age. IOWA CITY, IOWA It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mg Aasst\contractcompliane .doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Emplo&)L,Ognity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 D HIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EX�1: i `! WF THE CONTRACT. `J AA 9;C1 —1Y With respect to the performance of this contract, the contractor, consultant or venal r ws: (For the purposes of these minimum requirements, "contractor" shall include consultants an 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. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 at seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mg Aassfto ntractcom pl i a nc .doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? FILED CITY, 10 The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date mgr\asst\contractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY FILED Determine your company's policy regarding equal employment oppdWgi(FC p9cuftr9;t!3q 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 iVdirrNgQb0,ffR�operation. The policy statement should recognize and accept your responsibility 14�Y or&INYAW 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. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgr\asst\contractcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N O O � 4 V � r� M �rn a � o CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. 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) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any 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. C. 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) 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 condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunoderiency virus, is prohibited. The prohibitions of this subsection do not apply if the sZe v epidemiologist determines and the director of public health declares througq5P4 u*ation o guidelines established by the center for disease control of the United StateFcoaparkaent f -I health and human services, that a person with a condition related to acquirQtrm-�mee deficiency syndrome poses a significant risk of transmission of the human i9KVonoiVficie virus to other persons in a specific occupation. gX y o F. The following are exempted from the provisions of this section: CC -6 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 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, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such 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, 11-8-1994) 5. 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. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability 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) 8. Any employer who regularly employs less than four (4) individuals. 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) CC -7 N i7 n n t'i D c5 C-)..< '.o �x w > o CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 N 0 O -F C-) =D—� � m n TI _crn a rn S 0 D p CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Polity and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity, b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); N O c. Remedial action has been taken to prevent a recurrence of the acts giving rise tQLdi9m—alifioWw or default; A� n �, or :<r' a Rl d. Other factors that the person or entity believes are relevant. s v t0 The City Manager or Designee shall review the documentation submitted, make any inquirers deeftd necessary, request additional documentation if warranted and determine whether a reduction in the ineligibMty period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. VVT-1 STATE OF 10111W ) SS: WAGE THEFT AFFIDAVIT I, , upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by ♦P�� Signature on 2017. Notary Public in and for the State of ti c5 _ Q n� y 1 �7 r m yi .. 0 CITY OF IOWA CITY GENERAL CONDITIONS ARTICLE 1- DEFINITIONS AND TERNIINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement --The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment --The form acceptable to OWNER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid --The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents --The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements --The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds --Performance and payment bonds and other instruments of security. 9. Change Order --A document required by OWNER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim --A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract --The entire and integrated written agreement between OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents --The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and OWNER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price --The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times --The number of days or the dates stated in the Agreement to: (i) achieve milestones; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by OWNER's written approval of final payment. 15. CONTRACTOR --The individual or entity with whom OWNER has entered into the Agreement. 16. Cost of the Work --The sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. 17. Drawings --That part of the Contract Documents approved by OWNER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. c 18. Effective Date of tqr Fent-- a date indicated in the Agreemerja�ir w# it mes effective, but if no such dat�i�dica't�d, it nwoas the date on which the AgreemenC4t4nerrd de OCeed by the last of the two parties to s'g(rand deliver. 19. Extra Work— Wornt provided (etyn the Contract as awarded or erred %senti o the satisfactory completion of e Contr®t and authorized by OWNER. �J 20. Field Order --A written order issued by OWNER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times.OWNER 21. Final Payment --Payment made to CONTRACTOR after all work is satisfactorily completed. Final payment does not include retainage. 22. General Requirements --Sections of Division 1 of the Specifications. 23. Hazardous Environmental Condition --The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste --The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903), as amended from time to time. 25. Laws and Regulations; Laws or Regulations -- Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. Milestone --A principal event specified in the Contract Documents relating to an intermediate comple- tion date or time prior to Substantial Completion of all the Work. 28. Notice of Award --The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed --A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence and on which CONTRACTOR shall start to perform the Work under the Contract Documents. 30. OWNER --The City of Iowa City with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed, including its employees and professional consultants under contract providing services for the Work. 31. OWNER's Professional Consultant --An individual or entity having a contract with OWNER to furnish services as OWNER's independent professional consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 32. Partial Utilization --Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 33. PCBs --Polychlorinated biphenyls. 34. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 12.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mined with other non - Hazardous Waste and crude oils. 35. Project --The total construction of the Work to be performed under the Contract Documents, which may be the whole or a part, as may be indicated in the Contract Documents. 36. Project Manual --The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 37. Radioactive Material --Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 38. Resident Project Representative --The authorized representative of OWNER who is assigned to the Site or any part thereof. 39. Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 40. Shop Drawings --All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to OWNER to illustrate some portion of the Work. 41. Site --Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 42. Specifications --That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 43. Subcontractor --An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance o"part of the Work at the Site. O++ 44. Substantial Comp TlAime at ich the Work (or a specified part � h s0progromrif to the point where, in the opinio th k (6r a specified part thereof) i rcien ly c Tete, in accordance with the Confta ocfents at the Work (or a specified part t& cafte u for the purposes for which itD mt8ffied. terms 2 0 "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 46. Supplier --A manufacturer, fabricator, supplier, distributor, materiahnan, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 47. Underground Facilities --All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 48. Unit Price Work --Work to be paid for on the basis of unit prices. 49. Work --The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 50. Work Change Directive --A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and CONTRACTOR ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 51. Written Amendment --A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non - engineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed;" "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable, "proper, " 'satisfactory, " or adjectives of like effect or import are used to describe an action or determination of OWNER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such tern or adjective shall not be effective to assign to OWNER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to any provisions of the Contract Documents. =/ 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to OWNER's final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 12.04 or 12.05). D. Furnish, Install, Perform, Provide 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish, "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR "provide" is implied. E. Unless stated otherwise in the Contract Documents, words or phrases which have a well-known technical or construction industry or trade meaning AW used in the Contract Documents in accordavZ with!Mch recognized meaning. c m ARTICLE 2 - PRELIIVIINARI1 TEAS ... 2.01 Delivery of Bonds �rrn = rn A. When CONTRACTO1i7gHeliv4Q the rQcuted Agreement to OWNER, CONTRArCTORftllalsodeliverto OWNER such Bonds as CONTRACTORredy be requiredto furnish. 2.02 Copies of Documents A. Refer to Supplementary Conditions regarding copies of Drawings and Project Manuals. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence. No Work shall be done at the Site prior to the date on which the Contract Times commence. 2.05 Before Starting Construction A. CONTRACTOR's Review of Contract Documents: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to OWNER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from OWNER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to OWNER for its timely review: 1. a progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing, and processing such submittal; and 3. a schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. C. Evidence oflnsurance: Before any Work at the Site is started, CONTRACTOR and OWNER shall each deliver to El the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with Article 5. 2.06 Preconstruction Conference A. Within 20 days after the Contract Times start to run, but before any Work at the Site is started, a conference attended by CONTRACTOR, OWNER, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.05.B, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first Application for Payment a conference attended by CON- TRACTOR, OWNER, and others as appropriate will be held to review for acceptability to OWNER as provided below the schedules submitted in accordance with paragraph 2.05.B. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to OWNER. 1. The progress schedule will be acceptable to OWNER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on OWNER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to OWNER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to OWNER as to form and substance if it provides a reasonable allocation oft9Contract Price to component parts of the W o. J 0 ARTICLE 3 - CONTRACTUNRNTS:ENT, AMENDING, REUSE 3.01 Intent = m A. The Contract Documenf�ree co emen ry what is called for by one is as binding as it call 'or by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contract Documents shall be issued by OWNER and shall be consistent with the intent of and as reasonably inferable from the Contract Documents. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, or any of its consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to OWNER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04. 2. CONTRACTOR shall not be liable to OWNER for failure to report any conflict, error, ambiguity, or dis- crepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amendment or (ii) a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) OWNER's approval of a Shop Drawing or Sample; or (iii) OWNER's written interpretation or clarification. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or furnishing any of the Work under a direct or indirect contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or on behalf of OWNER, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project without written consent of OWNER or use of same on any other project. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record purposes. O ARTICLE 4 - AVAILABYA[W I,Lpm S; SUBSURFACE AND PHYSACtM ITNDffiMS; REFERENCE POINTS (7-( 4.01 Availability oftands p,Q t J A. OWNER shall furnish the Ske. O an WR shall notify CONTRACTOR of any encumbrances or dotrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Such additional land uses acquired by CONTRACTORshall be by written agreement with the property owner. A copy of the written agreement shall be provided to OWNER. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that OWNER has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that OWNER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. differs substantially and materially from that shown or indicated in the Contract Documents; or 2. is of an unusual nature, and differs substantially and materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order by OWNER to do so. B. OWNER's Review: After receipt of written notice as required by paragraph 4.03.A, OWNER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, M and advise CONTRACTOR in writing of findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in CONTRACTOR's cost of, or time required for, perfor- mance of the Work, as determined by OWNER; subject to the following: a. such condition must meet any one or more of the categories described in paragraph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Article 9. 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Times if a. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Article 9. However, OWNER, shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and othet professionals and all court or arbitration or other dispute resolution costs) sustained by CONTACTOR on or in connection with any other p1gect or Mcipated project. ZE rn 4.04 Underground Facilities D --i c'-) C')'C A. Shown or Indicated: The aMn omatiTA and data shown or indicated r the Contract ent;wis met is existing Underground Facilities ntt�tous t Site is based on information and dat sh o OR by OWNERS of such Undergr d Fa hies, including OWNER, or by others. Unless it is o ise expressly provided in the Supplementary Conditions: 1.OWNER shall not be responsible for the accuracy or completeness of any such information or data; and 2. The cost of all of the following will be included in the Contract Price, and CONTRACTOR shall have full responsibility for: a. reviewing and checking all such information and data; b. locating and exposing when requested by OWNER all Underground Facilities within the Work area whether they are indicated in the Contract Documents; c. coordination of the Work with OWNERs of such Underground Facilities, including OWNER, during construction; and d. the safety and protection of all Underground Facilities and repairing any damage thereto resulting from the Work; e. Notifying all utility companies, all pipeline owners, or other parties affected, and endeavoring to have all necessary adjustments of the public or private utility fixtures, pipelines, and other appurtenances within or adjacent to the limit, of construction made as soon as practicable; and f. Notification concerning work near buried utilities as required by Section 479.47, Code of Iowa (2011), and for conducting work as required therein. 3. Water lines, gas lines, wire lines, communication lines, service connections, water and gas meter boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the limits of the proposed construction, which are to be relocated or adjusted, are to be moved by OWNERS of the utility at their expense, except as otherwise provided for in the Contract Documents; 4. It is understood and agreed that CONTRACTOR has considered in the Bid all of the permanent and temporary utility appurtenances in their present or relocated positions as shown in the Contract Documents and that additional compensation will not be allowed for any delays, inconvenience, or damage sustained by CONTRACTOR due to any interference from the utility appurtenances or their operation or relocation. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify OWNER of such Underground Facility and give written notice to that owner and to OWNER. OWNER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. No compensation shall be due for any Work stoppage caused by the location of an Underground Facility. 2. If OWNER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Times, to the extent that it is attributable to the existence of an Underground Facility. 4.05 Reference Points A. OWNER shall provide engineering surveys to establish reference points for construction which in OWNER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to OWNER whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by OWNER in the preparation of the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER or OWNER's Professional Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2. other data, interpretations opinions and information contained in such repo or shown or indicated in such drawings; gn t7 3. any CONTRACTgMnteRetation' bf or conclusion drawn from any 'Oooltical data" oqg.mwy such other data, interpretations, oRvrs &Qnforllation. -<t- C. CONTRACTOR shall rre�nsibr any Hazardous Environmental Cond cared Baled at the Site which was not shown mdicaft in Drawings or Specifications or identified in the Contra ocuments to be within the scope of the Work. CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encounters a Hazardous Environmental Condition or if CONTRACTOR or anyone for whom CONTRACTOR is responsible creates a Hazardous Environmental Condition, CONTRACTOR shall immedi- ately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by paragraph 6.16); and (iii) notify OWNER (and promptly thereafter confirm such notice in writing). OWNER may retain a qualified expert to evaluate such condition or take corrective action, if any. E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in Article 9. F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Article 9. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, OWNER's Professional Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.E shall obligate OWNER to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNEWs Professional Consultants, and the officers, directors, partners, employees, agents, other M consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. I: ��ii (y 11�R�iIi7`I�yl`I�i.6Y1L•7,1►Cyy 5.01 Performance, Payment, and Other Bonds A. CONTRACTOR shall famish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.01.13, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.0 1.13 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from AWety or insurance companies that are duly licensed orthorized in the jurisdiction in which the ProjecS located4o issue Bonds or insurance policies for the limit co ges ured. Such surety and insurance cores 1 alsget such additional requirements and fications W -way be provided in the Supplementary itid* M 5.03 Certificates oflnsurance oA mc 0 aO A. CONTRACTOR shal��Seliver,4 OWNER, with copies to each additional insured identi&d in the Supple - mentary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain. 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and, in addition, provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, OWNER's Professional Consultants, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under para- graphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance famished by CONTRACTOR pursuant to paragraph 5.03 will so provide); and 6. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 11.07. C. CONTRACTOR shall purchase as provided in the Supplementary Conditions, OWNER's and CONTRACTOR's Protective Liability Insurance from CONTRACTOR's sources as primary coverage for OWNER and OWNER's Professional Consultant. 5.05 Acceptance ojBonds and Insurance; Option to Replace A. If OWNER has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by CONTRACTOR in accordance with Article 5 on the basis ofnon-conformance with the Contract Documents, OWNER shall so notify CONTRACTOR in writing within 10 days after receipt of the certificates (or other evidence requested) required by paragraph 2.05.C. CONTRACTOR shall provide such additional information in respect of insurance provided as OWNER may reasonably request. If CONTRACTOR does not purchase or maintain all of the Bonds and insurance required by the Contract Documents, OWNER shall notify CONTRACTOR in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, OWNER may elect to obtain equivalent Bonds or insurance to protect its interests at the expense of CONTRACTOR, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.06 Property Insurance A. CONTRACTOR shall nurchaVP and maintain property insurance upon the Worla the sigZh the amount of the full replacement cost thereof tect Much ( tible amounts as may be provided--thesMupplEIDCntary Conditions or required by LawoffK Repaelatiotr�r This insurance shall: -tC7 21 1. 1. include the iewts 3bf ER, CONTRACTOR, SubctorER's Professional Consultantsasi>�� any ptlier persons or entities identified in the Supplemen onditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all-risk or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils as may be specifically required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; and 5. be maintained in effect until final payment is made. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. At all times during the progress of the Work, CONTRACTOR shall assign a competent resident superin- tendent thereto who shall not be replaced without written notice to OWNER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. The name, address and telephone number of the Resident Superintendent shall be provided to OWNER prior to commencement of Work. 6.02 Labor; Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, layout, and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on 10 Saturday, Sunday, or any legal holiday without OWNER's written consent given after prior written notice to OWNER. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by OWNER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Docu- ments. 6.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to OWNER for acceptance (to the extent indicated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in changing the Contract Times. Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the progress schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 10. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 10. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or descriptigp is intended to establish the type, function, app ance, a quality required. Unless the specification or desc c ins oris followed by words reading that no like, ler "or -e item or no substitution is permitte r reins of aWerial or equipment or material or equiof-ter S rs may be submitted to OWNER for r ander the c tnstances described below: s O = 1. "Or -Equal' lte f, W O�'s sole discretion ,an item ofma loregmpmentproposedby CONTRACTOR is functionally e*I to that named and sufficiently similar so that no change in related Work will be required, it may be considered by OWNER as an "or -equal" item, in which case review and approval of the proposed item may, in OWNER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment OWNER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and b. CONTRACTOR certifies that: (i) there is no increase in cost to OWNER; and (ii) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If, in OWNER's sole discretion, an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit sufficient information as provided below to allow OWNER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by OWNER from anyone other than CONTRACTOR. c. The procedure for review by OWNER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as OWNER may decide is appropriate under the circumstances. d. CONTRACTOR shall fust make written application to OWNER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will adequately perform the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified shall be identified in the application, and available engineering, sales, 11 maintenance, repair, and replacement services shall be indicated. The application shall also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by OWNER in evaluating the proposed substitute item. OWNER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by OWNER. CONTRACTOR shall submit sufficient information to allow OWNER, in OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by OWNER will be similar to that provided in subparagraph 6.05.A.2. C. Owner's Evaluation: OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.05.A and 6.05.B. OWNER will be the sole judge of acceptability. No "or - equal" or substitute will be ordered, installed or utilized until OWNER's review is complete, which will be evidenced by either a Change Order for a substitute, an approved Shop Drawing for an "or equal". OWNER will advise CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER mg require CON- TRACTOR to furnish at CONTRACTOR'sMpense a special performance guarantee or other Me ty wigf respect Io any substitute. E. CONTRACTOR'S of @ L601 bstitjte shall provide all data in support of an se bsti to r "or- equal" at CONTRACTOR's ex a o: _ 6.06 Concerning Subcontractors*n plieA.9 and Qrs m A. CONTRACTOR shall not employ W Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.13), whether initially or as a replacement, against whom OWNER has reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. B. if the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CON- TRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or firrnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with OWNER through CONTRACTOR. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on property insurance, the agreement between CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, OWNER's Professional Consultant, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of 12 any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultant, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, OWNER shall not be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. O �+ 6.10 Taxes ZEn C n=,t C --J A. CONTRACTOR shall paoC -*le"onsu=use, and other similar taxes required t4-.TKVaid'4 CO TRAC- TOR in accordance with the Laud R ulatio the place of the Project which arlice d i the performance of the Work. �:k �p D G 6.11 Use of Site and Other Areas to A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility forany damage to any such land or area, or to OWNER or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER'S Professional Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, O WNER's Professional Consultant, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work CONTRACTOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning. Prior to Substantial Completion of the Work, CONTRACTOR shall clean the Site and make it ready for utilization by OWNER. At the completion of the Work, CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to OWNER and OWNER'S Professional Consultant for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to OWNER. 13 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners ofadjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER, its employees, or anyone for whose acts OWNER may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed in accordance with paragraph 12.073 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connections with the Viork. OSIER will not have such responsibility. No action CadertakexxbyOWNER under General Conditions p 3. fRr 13. ill constitute a transfer of this respon i * omccept+of this responsibility by OWNER. 2> -< F--10 6.14 Safety Representative < rrn- y„ „ i OM Mc A. CONTRACTOR shall dte Qpqualiloand experienced safety representative ailbe Siteose duties and responsibilities shall be the prevention of qVidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give OWNER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If OWNER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as OWNER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show OWNER the services, materials, and equipment CONTRACTOR proposes to provide and to enable OWNER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as OWNER may require to enable OWNER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to OWNER as required by paragraph 2.07, any related Work performed prior to O WNER's review and approval ofthe pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have: a. determined and verified all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; IV b. determined and verified all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. determined and verified all information relative to means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto; and d. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements ofthe Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CONTRACTOR shall give OWNER specific written notice of any variations that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to OWNER for review and approval of each such variation. IWPsJ MTM 1. OWNER will timely review and approve or give notice of necessary corrections to the submitted Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to OWNER. O WNER's review will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2.OWNER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. OWNER's review 2qu appmual of Shop Drawings or Samples shall noigve NT OR from responsibility for any vin 'e t thire- ments of the Contract-)-$ocuu�ents�..tt�less CONTRACTOR has in w�� caiiitd OVER's attention to each such variaui@nt t time ach submittal as required by par aplis and OWNER has given written v4d ea uch variation by specific wrprn ndmtion thereof incorporated in or accompanying the Drawing or Sample approval; nor will any approval by OWNER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make corrections required by OWNER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by OWNER on previous submittals. 6.18 Continuing the Work A. CONTRACTOR shall cavy on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 13.04 or as OWNER and CONTRACTOR may otherwise agree in writing. B. Time is an essential element of the Contract, an it is important that the Work continue each working day and pressed vigorously to completion. 6.19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Sub- contractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. B. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 1. observations by OWNER; 2. payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by OWNER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by OWNER; 7. any inspection, test, or approval by others; or 15 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regula- tions, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultant, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or OWNER's Professional Consultant or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CONTRACTOR under paragraph 6.20.A shall not extend to the liability of OWNER's Professional Consultant or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of the preparation of, or the failure to prepare maps, Drawings, opinions, reports, surveys, designs, or Specifications. ARTICLE 7 - OTHER WORK O 7.01 Related Work at Site A. OWNER may performworkrelatthe Project at the Site by OWNERSaplo s, orlldtfother direct contracts therefor, or hava�� WAperfiMd by utility owners. If such other work nof*inthe tract Documents, then written noticeX&ereof Ell be given to CONTRACTOR prior to starting any suctWther work. B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and O WNER, if OWNER is performing the other work with OWNER's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CON- TRACTOR shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of OWNER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to OWNER in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOWs Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and respon- sibility for such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Furnish Data A. OWNER shall promptly furnish the data required of OWNER under the Contract Documents. 8.02 Pay Promptly When Due A. OWNER shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 12.02.0 and 12.07.C. Z 8.03 Lands and Easements; Reports and Tests A. OWNEWs duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by OWNER in preparing the Contract Documents. 8.04 Insurance A. O WNER's responsibilities, if any, with respect to pur- chasing and maintaining liability and property insurance are set forth in Article 5. 8.05 Limitations on OWNER's Responsibilities A. OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. B. OWNER shall not be obligated to pay standby or down time rental on any equipment used or stored at the Site unless agreed to and included in an approved Change Order. 8.06 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility with respect to any undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.07 Evidence of Financial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNEWs obligations under the Contract Documents, OWNEWs responsibility in respect thereof will be aget forth in the Supplementary Conditions. O ARTICLE 9 -PAYMENTS t0 9.01 Scope ofPayment a A. CONTRACTOR shall a the=ompeQdion herein provided as full payment fo lshilq all material, labor, tools, and equipment and fa'perforWrtg all work under the Contract or any extension thereof %t owed under Article 10; also, for all cost arising from the action of the elements or other natural causes, agreements, and performances, non -performances, or delays involving other contractors and third parties, or injunctions or lawsuits resulting therefrom, or from any unforeseen difficulties not otherwise provided for in the Contract Documents and which may be encountered during prosecution of the Work and up to the time of acceptance thereof, except damage to the Work due to acts of war. Nothing herein shall in and of itself be construed to prejudice or deny any claim filed under (3) An amount equal to 35 percent of the provisions of Article 9.05. sum of the above items listed in (1) and (2) will 1. Extra Work ordered by OWNER of a quality or also be paid to CONTRACTOR. The 35 B. The Contract Price for any item shall be full percent shall cover compensation for famishing compensation for acceptable work and for materials, the necessary small tools for work, together equipment, tools, and labor for performance of all work with all other overhead items of expense. necessary to complete the item in accordance with the CONTRACTOR shall agree on a rental rate in Contract Documents. (4) For property damage, liability, and basis, OWNER and CONTRACTOR shall enter into worker's compensation insurance premiums, 9.02Payment For Work Performed unemployment insurance contributions, and This written agreement shall describe the Extra social security taxes on the force account work, A. CONTRACTOR shall receive and accept payment for CONTRACTOR shall receive the actual cost, work performed under the Contract as follows: to which 10 percent will be added. CONTRACTOR shall furnish evidence of the 1. Items of Work Performed Which Are Covered by rate or rates paid for such bond, insurance, and Definite Prices Stipulated in the Contract. For all items tax. of acceptable work performed which are covered by includes the use of and-equipr�er�rt for definite unit prices or lump sum amounts specified in the (5) The wage of the superintendent, contract, CONTRACTOR shall receive and accept timekeeper, or supervisor who is employed compensation at the rate specified in the contract, except partly on force account work and partly on for items identified as that of significant change as other work shall be prorated between two provided in Articles 4.03 and 9.04. classes of work according to the number of engaged in work. persons shown by the payrolls as employed on 2. In making Contract adjustments, consideration each class of work. shall be given to the portion of the cost of the Work that OWNER's representative and can be classified as fixed costs, independent of the exact (6) For materials used on force account quantity of work performed, such as transportation and work, CONTRACTOR shall receive the actual installation costs on equipment, overhead cost, etc. Any cost of materials delivered on the work, price adjustment shall be arrived at from the standpoint including the freight and handling charges as that neither party to the contract shall be penalized by the shown by original receipted bills, to which cost increase or decrease in quantities which occasioned the shall be added a sum equal to 15 percent price adjustment. thereof. B. Extra Work (7) Rental rate for machinery, tools or equipment (except small hand tools which may 1. Extra Work ordered by OWNER of a quality or be used) and fuel and lubricants shall be based class not covered by the Contract, will be paid for either on the average monthly rental rate in the most at an agreed price or on a force account basis. recent Rental Rate Blue Book published by Dataquest Incorporated. OWNER and a. Agreed Price Basis. For Extra Work ordered CONTRACTOR shall agree on a rental rate in by OWNER and performed on an agreed price writing before Extra Work on force account basis, OWNER and CONTRACTOR shall enter into basis is performed. Profit percentage shall not a written agreement before the work is undertaken. be added to the rental rate. This written agreement shall describe the Extra Work that is to be done and shall specify the agreed price or prices therefor. (8) Compensation as herW provided shall be accepted by CON1RACTl7B as payment in b. Force Account Basis. full for Extra Work orr.�force'�unt basis. It will be as th%uch payment (1) For Extra Work performed on a force includes the use of and-equipr�er�rt for account basis, CONTRACTOR shall receive the rate of wage (or scale) agreed to in writing which no rate is alio 6veriAd, ar�N�ofit. �M OWNER before beginning for (9) At the �e i with work each hour that laborers, timekeepers, oft eacl}..4ay, CONTRACTOR b in and every shi paw pay&W supervisors, and superintendents are actually duplicate for labor a on Frforce account engaged in work. basis using OWNERIttandararce account forms. Both copies shall be signed by the (2) CONTRACTOR shall receive the OWNER's representative and actual costs paid to, or in behalf of, workers by CONTRACTOR's representative. One copy reason of subsistence and travel allowances, shall be furnished to OWNER and one to health and welfare benefits, pension fund CONTRACTOR. Claims for Extra Work benefits, or other benefits, when the amounts performed on a force account basis shall be are required by a collective bargaining submitted to OWNER in triplicate. Any agreement or other employment contract receipts or statements required by OWNER to generally applicable to the classes of labor support such claims shall be attached thereto. employed on the work. Such claims shall be filed no later than the tenth day of the month following that in which the work was actually performed, and shall 17 include all labor charges, rental charges on machinery, tools, and equipment, and all material charges insofar as they are available. 3. Extra Work Performed by a Subcontractor. The percentage markup to be allowed to CONTRACTOR for Extra Work (including force account work) performed by a Subcontractor shall be in accordance with the following: a. 10 percent on the fust $50,000 with a $100 minimum. b. 5 percent on the portion over $50,000. C. Deficient Work Payment for work judged by OWNER to be deficient Work will be made at the reduced rate specified in the Contract Documents or, ifno such rate is specified, at a modification of the Contract Price, as determined by OWNER. 9.03 Cancelled Work A. OWNER shall have the right to cancel any or all items from the Contract when unforeseen circumstances, unanticipated design changes, or other reasons beyond the control of CONTRACTOR prevent or unreasonably delay completion of the Contract or certain items of the Contract, or when OWNER determines that cancellation is in the public interest. B. OWNER may prevent CONTRACTOR from starting Work on the Contract or an identified phase of the Contract as a result of a delay caused by OWNER or others. C. When the Contract period is defined by the approximate starting date and the delay prevents CONTRACTOR starting Work on the Contract or an identified phase of the Contract for 30 calendar days beyond such date, CONTRACTOR may request cancellation by written notice to OWNER stating the reasons therefor. D. When the Contract period is defined by the late start date and the delay prevents CONTRACTOR starting for more than 30 calendar days after the date of award of Contract and at least 30 calendar days beyond the date which, by notice to OWNER, CONTRACTOR proposed to start work, CONTRACTOR may request cancellation by providing written notice to OWNER, stating the reasons therefor. E. In the case of 9.03C., or 9.03D., within 30 calendar days from the date of the request, OWNER will eliminate or minimize, if possible, the cause for the delay and issue a Notice to Proceed, redefine the basis on which the Work is to proceed, or cancel the Contract or phase of the Contract. F. CONTRACTOR shall not use delays that occur prior to starting Work or an identified phase of the Work as a basis of a claim against OWNER except for an extension of Contract period. Notices described in this Article 9 shall be transmitted by ordinary mail. G. For finished portions of non -major items cancelled, CONTRACTOR will be paid, at the contract unit prices, in accordance with the provisions of Article 9.02. For finished portions of major items cancelled, CONTRACTOR will be paid as provided in Article 9.02. For all items, materials 18 ordered and delivered for the unfinished portion of such cancelled or omitted items, OWNER will pay cost plus 10 percent as an overhead charge. CONTRACTOR's expense for handling or transporting this material shall be included in computing the cost. OWNER will also pay any actual expenses sustained by CONTRACTOR by reason of such cancellation or omission and not represented by work completed or material delivered. In computation of material cost or expenses sustained, no anticipated profit will be included. Material paid for shall become the property of OWNER and shall be disposed of as directed by OWNER. 9.04 Standardized Contract Clauses A. Suspensions of Work Ordered by OWNER 1. If the performance of all or any portion of the Work is suspended or delayed by OWNER in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and CONTRACTOR believes that additional compensation and/or contract time is due as a result of such suspension or delay, CONTRACTOR shall submit to OWNER, in writing, a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 2. Upon receipt, OWNER will evaluate CONTRACTOR's request. If OWNER agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of CONTRACTOR, its Suppliers, or Subcontractors at any approved tier, and not caused by weather, OWNER will make an adjustment (excluding profit) and modify the Contract in writing accordingly. CONTRACTOR will be notified of OWNER's determination whether an adjustment of�he Contract is warranted. 3. No Contract adjustment wivye allowed 4ess CONTRACTOR has subt&ed th2 ritte ly est for adjustment within the tim@,�eSCri 4. No Contract adjustewKwilGe allf 7ed under this clause to the extent tIiA formance have been suspended or delayed, -l& p01�er c1§ or for which adjustment is prove exMdedlor any other term or condition of katra ff D O B. Significant Changes in the CharacAl, of Work 1.OWNER reserves the right to make, in writing, at any time during the Work, such changes in quantities and such alterations in the Work as are necessary to satisfactorily complete the Project. Such changes in quantities and alterations will not invalidate the Contract nor release the surety, and CONTRACTOR agrees to perform the Work as altered. 2. If the alterations or changes in quantities significantly change the character of the Work under the Contract, whether such alterations or changes are in themselves significant changes to the character of the Work or, by affecting other work, cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the Contract. The basis for the adjustment shall be agreed upon in writing prior to the performance of the Work. If a basis cannot be agreed upon, then an adjustment will be made either for or against CONTRACTOR in such amount as OWNER may determine to be fair and equitable. 3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the Contract, the altered Work will be paid for as provided elsewhere in the Contract. 4. The term "significant change" shall apply only to the following circumstances: a. When the character of the Work, as altered, differs materially in kind or nature from that involved or included in the original proposed construction; or b. When a major item of Work, defined as an item of Work in excess of $50,000, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original Contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 9.05 Disputed Claims For Extra Compensation A. In any case where CONTRACTOR deems that extra compensation is due for work or material not clearly covered in the Contract and not ordered by OWNER as Extra Work as defined herein, CONTRACTOR shall file a written claim with OWNER for this extra compensation before commencing the Extra Work upon which the claim is based. B. OWNER shall be responsible for damages attributable to the performance, nonperformance or delay of any other contractor, governmental agency, utility, firm, corporation, or individual authorized to do work on the project, only when these damages result from negligence on the part of OWNER, its officers or employees. In any case where CONTRACTOR deems extra compensation is due from OWNER as damages resulting from these performances, nonperformances, or delays, CONTRACTOR shall notify OWNER in writing at the time the delay occurs. C. In all cases, if the notification required pursuant to 9.05.11 is not given or, if after the notification is given, OWNER is not afforded the ability to keep strict account of actual costs as defined for force account construction, CONTRACTOR thereby agrees to waive the claim for extra compensation for this work. This notice by CONTRACTOR, and the fact that OWNER has kept account of the cost as aforesaid, shall not be construed as establishing the validity of the claim. The claim, when filed, shall be in writing and in sufficient detail to permit auditing and an intelligent evaluation by OWNER. The claim shall be supported by such documentary evidence as the claimant has available and shall be verified by affidavit of the claimant or other persons having knowledge of the facts. If the claimant wishes an opportunity to present the claim in person, then the claim shall be accompanied by a written request to do so. Where the claimant asks an opportunity to present the claim in person, OWNER, within 30 calendar days of the filing of the claim, will fix a time and place for a meeting, between the claimant 19 and OWNER. OWNER will, within a reasonable time from the filing of the claim or the meeting above referred to, whichever is later, rule upon the validity of the claim and notify the claimant, in writing, of the ruling together with the reasons therefor. In case the claim is found to be just, in whole or in part, it will be allowed and paid to the extent so found. CONTRACTOR shall not institute any court action against OWNER for the adjudication of any claims until the claim has been first presented to OWNER pursuant to this Article. ARTICLE 10 - CHANGE OF CONTRACT TIMES 10.01 Change of Contract Times A. The Contract Times may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times shall be made in writing and submitted by the party making the claim to the other party to the Contract. B. Any adjustment of the Contract Times will be determined in accordance with the provisions of this Article 10. 10.02 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of CONTRACTOR, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 10.0I.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, negligent acts by OWNER, negligent acts by utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 10.03 Delays Within CONTRACTOR's Cool � J A. The Contract Times will ended -t* to delays within the control of OR..&eiays attributable to and within the cont6.s( a S"bcont@M or Supplier shall be.deemed to be deithhAhe c of CONTRACTOR. r' M 10.04 Delays Beyond OWNER'sCQLYTRACQR's Control ate, d A. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, as determined by OWNER in its sole discretion, an extension of the Contract Times in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 10.05 Delay Damages A. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CON- TRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR, including, but not limited to, fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 11 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 11. 11.02 Access to Work A. OWNER, OWNER's Professional Consultant, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. CONTRACTOR shall give OWNER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by paragraphs 11.03.0 and 11.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 11.04.13 shall be paid as provided in said paragraph 11.04.B; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish OWNER the required certificates of inspection or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's 20 acceptance of materials or equipment to be incorporated in the Work, or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CONTRACTOR without written concurrence of OWNER, it must, if requested by OWNER, be uncovered for observation. F. Uncovering Work as provided in paragraph 11.03.E shall be at CONTRACTOR's expense unless CON- TRACTOR has given OWNER timely notice of CONTRACTOR's intention to cover the same and OWNER has not acted with reasonable promptness in response to such notice. 11.04 Uncovering Work r„ A. If any Work is covered c t( re wriffeMequest of OWNER, it must, if requeste WISR, b ncavered for O WNER's observation and r o d at CONTZ"TOR's expense. O� B. If OWNER considers it*Aee sai*r advt3^dble that inspected covered Work be obset�d by OiliNER reinstalled or tested by others, CONTRACTOR, at SWNER's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as OWNER may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in Article 9. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in Article 9. 11.05 OWNER May Stop the Work A. If the Work is defective, or CONTRACTOR fails to supply sufficiently skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work or any portion thereof, until the cause for such order has been eliminated. The right of OWNER, however, to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for,employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether fabricated, installed, or completed, or, if the Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal, including, but not limited to, all costs of repair or replacement of work of others. 11.07 Correction Period A. If, within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations, the terms of any applicable special guarantee required by or specific provision stated in the Contract Documents , any Work, material, or equipment is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.1 LA is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, perform one to more of the following remedial actions: (i) repair such defective land or areas; (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective; or (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions or, in an emergency where delay would cause serious risk of loss or damage, OWNER may perform or have a third party perform the required remedial actions, and CONTRACTOR shall pay all Claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs arising out of or relating to the performance of said remedial action. B. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. C. Where defective Work and damage to other Work resulting therefrom has been corrected or removed and replaced under this paragraph 11.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR's obligations under this paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this paragraph 11.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 11.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all 21 fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER's evaluation of and determination to accept such defective Work and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim ther#&r as provided in Article 9. If the acceptance occurs after al payment, an appropriate amount will be pat5by C(aTRAC(('R to OWNER. �FEC) n r 11.09 OWNER May Correct Defe;pr{f'orr. �n A. If CONTRACTOR fails at�k ona e after written notice from O WNER t ct e ectiv ork or to remove and replace rejecterk required by OWNER in accordance with paragraph 16.A, or if CONTRACTOR fails to perform the Work Vaccordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this section, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, and OWNER's other contractors access to the Site to enable OWNER to exercise the rights and remedies under this section. C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 11.09 will be charged against CONTRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount ofthe adjustment, OWNER may make a Claim therefor as provided in Article 9. Such claims, costs, losses and damages will include, but not be limited to, all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies under this section 11.09. ARTICLE 12 - PAYMENTS TO CONTRACTOR AND COMPLETION 12.01 Schedule of Values A. The schedule of values established pursuant to paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to OWNER. Progress payments on account of Unit Price Work will be based on the number of units completed. 12.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment, but not more often than once a month, CONTRACTOR shall submit to OWNER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1. OWNER will, within 10 days after receipt of each Application for Payment, indicate in writing acceptance or denial of the Application for Payment. If the Application is denied, OWNER shall state the reasons for such denial and CONTRACTOR may make the necessary corrections and resubmit the Application. 2. Payment by OWNER of amount requested in an Application for Payment will constitute a representation by OWNER that to the best of OWNER's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents subject to: (i) an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, (ii) the 22 results of any subsequent tests called for in the Contract Documents, (iii) a final determination of quantities and classifications for Unit Price Work under Article 9, and (iv) any other qualifications stated in the recommendation; and C. the conditions precedent to CONTRACTOR's entitlement to such payment appear to have been fulfilled in so far as it is OWNER's responsibility to observe the Work. 3. By making any such payment OWNER will not thereby be deemed to have accepted that: (i) inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progggs, or mvolvpd detailed inspections of the VZuk, or Qftthat there may not be other matters or issueCtiatweeWhe p that might entitle CONTRACT f&U tdditio y by. CONTRACTOR. " = %0 4. Neither OWNER's rev�UC R's' Work for the purposes of maw aym� ts, ' mg Final Payment, will impose res r iittn OWNER to supervise, direct, or control th ork o;*r the means, methods, techniques, sequences, or `piocedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on OWNER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. OWNER may, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made to such extent as may be necessary to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requires correction or replacement; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 11.09; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraph 13.02.A. C. Payment Becomes Due 1. Twenty days after presentation of the Application for Payment to OWNER, the amount will become due, subject to the provisions of paragraph 12.02.1), and when due will be paid by OWNER to CONTRACTOR. D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount because: a. claims have been made against OWNER arising from CONTRACTOR's performance or fur- nishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWNER to a set-off against the amount requested; or d. OWNER has actual knowledge of the occur- rence of any of the events enumerated in paragraphs 12.02.B.5.a through 12.02.B.5.c or paragraph 13.02.A. 2. If OWNER refuses to make payment of the full amount, OWNER must give CONTRACTOR immediate written notice stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 12.02.C.1. 12.03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment, free and clear of all Liens. 12.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that OWNER issue a certificate of Substantial Completion. B. Promptly thereafter, OWNER and CONTRACTOR shall make an inspection of the Work to determine the status of completion. If OWNER does not consider the Work substantially complete, OWNER will notify CONTRACTOR in writing, giving the reasons therefor. C. If OWNER considers the Work substantially complete, OWNER will prepare a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion and will issue a final certificate of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. 23 D. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 12.05 Partial Utilization m A. Use by OWNER at ER' ption..��jj any substantially completed part oo wl .has specifically been identified in theSPcx�kacF bocu�, or which OWNER and CONTRACTORtagri�' ns lutes a separately functioning and usable �thpeZVork an be used b OWNER for its int hose ut significant interference with CONT O erfo ce of the remainder of the Work, may c'i6in ed prior to Substantial Completion of all the ork sabject to the following conditions: 5 1. OWNER at any time may request, at any time and in writing, that CONTRACTOR permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER that such part of the Work is substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER and CONTRACTOR shall make an inspection of that part of the Work to determine its status of completion. If OWNER does not consider that part of the Work to be substantially complete, OWNER will notify CONTRACTOR in writing giving the reasons therefor. If OWNER considers that part of the Work to be substantially complete, the provisions of section 12.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 12.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, OWNER will promptly make a final inspection with CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.07 Final Payment A. Application for Payment 1. After CONTRACTOR has, in the opinion of OWNER, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all main- tenance and operating instructions, schedules, guaran- tees, Bonds, certificates or other evidence of insurance certificates of inspection, marked -up record documents (as provided in paragraph 6.12), and any other necessary documents, CONTRACTOR may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied by the following, unless previously delivered: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.B.7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers satisfactory to OWNER of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 12.07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to famish a release or receipt of payment in full, CONTRACTOR may famish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. B. Review of Application and Acceptance 1. If, on the basis of OWNER's observation of the Work during construction and final inspection, and OWNER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, OWNER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, OWNER will, within ten days after receipt of the final complete Application for Payment, indicate in writing to CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 12.09.OWNER will otherwise retum the Application for Payment to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 1. Thirty days after the formal acceptance of the Work by OWNER, retainage will become due and payable. 12.08 Final Completion Delayed A. If final completion of the Work is significantly delayed through no fault of CONTRACTOR, OWNER may, upon receipt of CONTRACTOR's final Application for Payment, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.0 1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to OWNER with the oz,I Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 12.09 Waiver of Claims A. The making and acceptance of final payment will constitute a waiver of all Claims: 1. by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 12.06, from failure to comply with the Contract Documents or the terns of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Coact Documents; and 2. by CONTRACTOR &bAt OVIER othAr than those previously made9111g_ which`r" still unsettled. �, �p ARTICLE 13 - SUSPENSI6Nrrf)Fq TERMINATION O� 13.01 OWNER May Terminate for Cause G A. The occurrence of any one or more of the following events will justify termination of the Contract for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents, including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04; 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of OWNER; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 13.01.A occur, OWNER may, after giving CONTRACTOR and the surety, if any, seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR without liability to CONTRACTOR for trespass or conversion, incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 13.02 OWNER May Terminate For Convenience A. Upon seven days written notice to CONTRACTOR, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. hi such case, CONTRACTOR shall be paid, without duplication of any items: 1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. for expenses sustained prior to the effective date of termination in performing services and famishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. for all claims, costs, losses, and damages including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 13.03 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or OWNER fails to act on any Application for Payment within 30 days after it is submitted, or OWNER fails for 30 days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days written notice to OWNER and provided OWNER does not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in section 13.02. In lieu of terminating the Contract and without prejudice to any other right or remedy, if OWNER has failed for 30 days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may, seven days after providing written notice to OWNER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions 25 of this section 13.03 are not intended to preclude CONTRACTOR from making a Claim under Article 9 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 14 - DISPUTE RESOLUTION 14.01 Methods and Procedures A. OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. ARTICLE 15 -MISCELLANEOUS re' O � 15.01 Giving Notice D --t n TT c'r< A. Whenever any provisioe Cwt tract Documents requires the giving of written ityWll betted to have been validly given if cEj'6��ed=r pe to to the individual or to a member of t1u:0 lit orw an o1�irJl' of the corporation for whom it is inten7ed, or i(Mlivered at or sent by ordinary mail, postage prepaid, todhe last business address known to the giver of the notice. 15.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 15.03 Cumulative Remedies A'The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 15.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. 15.05 Controlling Law A. This Contract is to be governed by the laws of the State of Iowa. 15.06 Compliance with OSHA Regulations A. CONTRACTOR and all Subcontractors shall comply with the requirements of 29 CFR 1910 (General industry Standard) and 29 CFR 1926 (Construction Industry Standard). CONTRACTOR and all Subcontractors are solely responsible for compliance with said regulations. 15.07 Employment Practices A. Neither CONTRACTOR nor its Subcontractors shall employ any person whose physical or mental condition is such that its employment will endanger the health and safety of themselves or others employed on the Project. B. CONTRACTOR shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: 1. 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 the job performance of such performance or employee. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of sex, 26 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. 15.08 Contract Compliance Program (Anti -Discrimination Requirements). A. For all Contracts and subcontracts of $25,000 or more, CONTRACTOR and all affected Subcontractors shall abide by the requirements of the City of Iowa City Contract Compliance Program, which is included with these Specifications beginning on page CC -I. 15.09 Restriction on Non -Resident Bidding ofNon-Federal Aid Projects A. CONTRACTOR awarded the Project, together with all Subcontractors, shall be required to complete the form included with these Specifications titled the same as this section and submit it to OWNER before work can begin on the Project. Note that this requirement involves only those projects not funded with Federal moneys. 15.10 Construction Stakes A. CONTRACTOR shall be responsible for the preservation of stakes and marks. Any necessary restaking will be at CONTRACTORS expense and will be charged at a rate of $75 per hour. sssas N O_ 0 �n D-! � O C7 M-) +L� � f _ Ma m CZ) Q A_ O CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the City of Iowa City General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. SC -1.01.A DEFINED TERMS 31. OWNER's Professional Consultant Confluence, Inc., an Iowa Corporation, located at9002ntl St. SE, Suite #104, Cedar Rapids, IA 52401 will act as OWNER's Professional Consultant. n SC -2.02 COPIES OF DOCUMENTS D—J C-)-< r A. After Notice of Award, CONTRACTOR may obtain, at no charge, maximum�(5�omplf full-size sets of the Drawings listed in the project manual and five (5) sets of the Project al.= 1. Additional copies of the Project Manual and half-size or full-size Drawin y b&pbtaiO under following conditions: y a. Project Manual: c (1) For each additional Project Manual requested and where such additional copies have already been printed, CONTRACTOR may purchase such at OWNER's reproduction cost plus a handling charge. (2) For each additional Project Manual requested that requires reprinting, CONTRACTOR may purchase such at the entire cost of such reprinting. (3) Partial sets of project manuals will not be provided. b. Half-size Drawings: (1) For each set of half-size Drawings requested and where such copies have already been printed, CONTRACTOR may purchase such at OWNER's reproduction cost plus a handling charge. (2) For each set of half-size Drawings requested that requires reprinting, CONTRACTOR may purchase such at the entire cost of such reprinting. C. Full-size Drawings: (1) For each additional set of full-size Drawings and where such additional copies have already been printed, CONTRACTOR may purchase said additional sets at OWNER's reproduction cost plus a handling charge per set. (2) for each additional set of full-size Drawings requested that requires reprinting, CONTRACTOR may purchase such at OWNER's reproduction cost plus a handling charge. B. Any revised Drawings and Project Manuals will be provided by OWNER to show authorized changes or Extra Work under following conditions: 1. Project Manual: Furnished at no charge, in same quantity as original issuance. 2. Full-size Drawings: a. One revised, complete set of full-size Drawings will be issued at no charge for each full- size set originally issued and for each full-size set purchased by CONTRACTOR after Notice of Award, up to a maximum of four (4) additional copies. b. One full-size reproducible set will be issued to accommodate fifth and subsequent sets purchased by CONTRACTOR. CONTRACTOR shall use reproducible set to complete printing for additional Drawings in its possession. 3. Half-size Drawings: Furnished at OWNER's reproduction cost plus handling charges. SC -5.01 BONDS AND INSURANCE Delete paragraph 5.01.A. of the General Conditions in its entirety and insert the following in its place: A. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations underthe Contract Documents. These Bonds shall remain in effect at least until two years after the date when final payment becomes due, except as provided otherwise by TaWs or Regulations or by the Contract Documents. CONTRACTOR shall also fumish such other Bonds as are required by the Contract Documents. SC -5.04 CONTRACTOR's LIABILITY INSURANCE The limits of liability for the insurance required by section 5.04 of the General CorWAions shall provide coverage for not less than the following amounts or greater where rehired bSaws and Regulations:C-)Fn 1. Workers' Compensation, and related coverages under paragraphs 5.0,11q arAA.2 orm General Conditions:`0 m _ a. State: St`r- b. Applicable Federal (e.g., Longshoreman's): Statutory -- O C. Employer's Liability: $1,000,000 2. CONTRACTOR's General Liability under paragraphs 5.04.A.3 through A.6 of the General Conditions which shall include completed operations and product liability coverages: a. General Aggregate $2,000,000 b. Products—Completed Operations Aggregate $2,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 e. Property Damage liability insurance will provide Explosion, Collapse and Underground coverages where applicable. f. Excess or Umbrella Liability: General Aggregate Each Occurrence $9,000,000 $9,000,000 3. Automobile Liability under paragraph 5.04.A.6 of the General Conditions: a. Bodily injury and Property Damage: Single Combined Limit $1,000,000 4. OWNER's and CONTRACTOR's Protective Liability Insurance pursuant to paragraph 5.04.0 of the General Conditions: General Aggregate $10,000,000 Each Occurrence $10,000,000 The Contractual Liability coverage required by 5.04.13.4 of the General Conditions shall provide coverage for not less than the following amounts: General Aggregate $2,000,000 Each Occurrence (Bodily Injury and Property Damage) $1,000,000 In addition, 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 in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured CONTRACTOR becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by CONTRACTOR's insurer. The entire amount of CONTRACTOR's liability insurance policy coverage limits shall be payable by CONTRACTOR's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, CONTRACTOR unless this requirement is waived by OWNER. CONTRACTOR's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. If CONTRACTOR's liability insurance coverage is subject to any special exclusions or lin `i�tions not common to the type of coverage being provided, such exclusions or limitations sho6be n or on.11A Certificate of Insurance.c7 CONTRACTOR'S General Liability, Auto Liability and Workers' Compensation 16A5anrjshallfbe endorsed with the Governmental Immunities Endorsement (see attached copy) and Waiv�,y,��aubro atio favor of the OWNER. CONTRACTOR'S Workers' Compensation insurance shall also bee'hd�orsevith Alternate Employer endorsement naming the OWNER as the Alternate Employer. VVV The OWNER requires that the CONTRACTOR'S Insurance carrier be A rated or be er by Abp. Best. CONTRACTOR shall provide OWNER with "occurrence form" liability insurance coverage. OWNER reserves the right to waive any of the insurance requirements herein provided. OWNER also reserves the right to reject CONTRACTOR's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. In the event that any of the policies of insurance or insurance coverage identified on CONTRACTOR's Certificate of Insurance are cancelled 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 exhaust the aggregate limits of CONTRACTOR's liability insurance, then OWNER may, in its discretion, either suspend CONTRACTOR's operations oractivities underthis Contract, or terminate this Contract, and withhold payment for Work performed on the Contract. In the event that any of the policies or insurance coverage identified on CONTRACTOR's Certificate of Insurance are cancelled or modified, then OWNER 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. SC -5.06 PROPERTY INSURANCE Delete paragraphs 5.06.A. and 5.06.B. of the General Conditions in their entirety and insert the following in their place: A. OWNER will purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof, subject to such deductible amounts provided in the Supplementary Conditions or required by Laws and Regulations. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consultant, and any other individuals or entities identified the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; 2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. include $1,000,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; 5. allow for partial utilization of the Work by OWNER; 0 6. include testing and startup; and DC-) 7. be maintained in effect until final payment is made. �o r B. OWNER will purchase and maintain such boiler and machinery insuraa% wh stpl4y specifically cover such insured objects or additional property insurance as may beCt6irey LaJbs� and Regulations which will include the interests of OWNER, CONTRACTOR ubco actors, OWNER's Professional Consultant, and any other individuals or entities identified in Sectiow of the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with section 5.06 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. D. CONTRACTOR shall be responsible for any deductible amounts. E. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under section 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall advise CONTRACTOR in writing whether such other insurance has been procured by OWNER. SC -6.06.B. CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS CONTRACTOR shall list those persons, firms, companies or other parties to whom it proposestintends to enter into a subcontract regarding this Project as required on the Bid Form and the Agreement. Such identification will not be made public at the bid opening. If no minority business enterprises (MBE) are utilized, CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit and acceptable replacement for the rejected Subcontractor, Supplier or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriated Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER to reject defective Work. SC -15.10 CONSTRUCTION STAKES Delete section 15.10.A. of the General Conditions in its entirety. SC -15.11 OWNER'S SAFETY PROGRAM A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or furnishing any of the Work at the Site shall complete a Contractor Orientation Program. This program is in response to OSHA regulation 29 CFR 1926 Subpart -C. This program is designed to inform you and your company's staff of hazards present associated with work on sanitary sewer lines or at Wastewater Division treatment facilities. See the attached Contractor Orientation Program document for more information. END OF SUPPLEMENTARY CONDITIONS N a O M D c-) �... M � c Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: N O Dates: /—/—to / / Address: -+ n You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders -1C-3 `n art C rn = 1. Name of home state or foreign country reported to the Iowa Secretary of State: o c 2. Does your company's home state or foreign country offer preferences to bidders who are residents? C ] Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe used to help complete PartA of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization i0ed in a state other than Iowa, has received a certificate of authority to transact business in low0nd the certificate has not been revoked or canceled. o p C") -ti :4 r rn 3 M v n BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrnle is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the tern "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative in�jVo WancE"� procedures are included in these rules because variance provisions are set forth in 875 IlterP. After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. { rM The following amendment is adopted. x ip Adopt the following new 875 --Chapter 156: n CHAPTER 156 BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division " means the division of labor of the department of workforce development. BF -3 "Nonresident bidder "means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body "means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and N (2) Has had one or more places of business in Iowa at which it is conducting or has cc&t3ucted business in this state for at least three years immediately prior to the date of the first a iselagnt flor the public improvement. D- i rn s i b. If the person or entity is a resident of a state or foreign country that has &-v"Te stongen definition than is set forth in paragraph 156.2(2) "a" for determining whether a persotr jel�tielh that state or country is a resident bidder, then the more stringent definition applies. m a I !!lea 1 156.2(3) Determining authorization to transact business. A person or entity is auth to=nsac0 business in the state if one or more of the following accurately describes the person or e9pty: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa incame tax purposes; b. In the case of a general partnership or joint venture, more than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes; BF -4 C. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the fust advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preferengvgiven or required by the home state or foreign country of the bidder's parent. In the instance_j�f a lab'BEforce preference, a public body shall apply the same resident labor force preference to a public rovcment iuy.,�, this state as would be required in the construction of a public improvement by the homZ3iQrr oMreignn country of the nonresident bidder, or the parent of a resident bidder if the parent wQ8�quay as r... nonresident bidder if such parent were to bid on the public improvement in its own namt-r-- A preference shall not be applied to a subcontractor unless the home state or foreiimuntiV of tfM nonresident bidder to whom the contract was awarded would apply a preference to the f WtmtWor. 0 D r� BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability ofwritten complaintform. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875--156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or ctit4e to be taken deposition of witnesses, and require by subpoena the attendance and testimony otvitnesse`�and the production of all books, registers, payrolls, and other evidence relevant to a matterQDin)tigatiQt, or hearing. ' i-►— c� , ## e. Employment ofpersonnel. The commissioner may employ qualified personnt gazjgeces for the enforcement of Iowa Code section 73A.21. The personnel shall be emplorg suant to merit system provisions of Iowa Code chapter 8A, subchapter IV. Q �+t 3AE MW f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not beWected. These rules are intended to implement Iowa Code section 73A.21. t? C13 t0 [Filed 12/16/13, effective 2/12/14] � �++ [Published 1/8/14] EDITOR's NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. ;�.1111 1s M p` 79 3 D� BF -7 Iowa City # Confluence No. 16070 SECTION 01025 MEASUREMENT AND PAYMENT PART1-GENERAL 1.01 RELATED REQUIREMENTS Cardigan Park Construction Project City of Iowa City, Iowa A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section 1.02 SUMMARY A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. B. SUDAS Section 1090 — Measurement and Payment shall govern unless modified herein. 1.03 STANDARD OF MEASUREMENTS A. Work completed under the contract shall be measured by the Design Professional. 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. 1.04 SCOPE OF PAYMENT A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items maybe bid as a lump sum or as itemized work, which will be paid onp.,unit cost basis. In either case, some work may be required for which a separate pay item is ncnrovided. Completion of this work is required. If a separate pay item is not provided for tlh� work' is to j7g considered incidental to the project and no separate payment will be made. - `n m s c-� PART 2 - PRODUCTSn fir• � 2.01 NONE PART 3 - EXECUTION > 3.01 PROCEDURE A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated offsite. 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. MEASUREMENT AND PAYMENT 01025-1 Iowa City # Confluence No. 16070 3.02 BID ITEMS Cardigan Park Construction Project City of Iowa City, Iowa A. The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. 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. 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 by the Contractor or his/her Subcontractors. 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. 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 Design Professional. 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. 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 backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OFPROPOSAL. The Contractor 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. The Contractor shall be responsible for continuous cleaning of mud and debris 9% adjacent driveways, streets, sidewalks and private property, when mud and debris is deposjt8d therQs a result of any construction activity. The cost of clean-up shall be incidental. v v .. c� B. BID ITEM DESCRIPTIONS r 1. Mobilization (LS) =err -n a m The unit price for this item (LUMP SUM) shall include all costs associated wdtrkbpailarlory SQ D MEASUREMENTAND PAYMENT 01025-2 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa and operations for all items under the contract; including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to and from the project site; bonds and insurance; permits and all other overhead expenses. This item shall also include all efforts necessary for multiple mobilizations and demobilization. 2. Traffic Control (LS) The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. The unit price for this item (LUMP SUM) shall constitute full payment for furnishing temporary traffic controls including but not limited to the installation and removal of said temporary traffic controls, removal of and reinstallation or covering of permanent traffic control devices that conflict with the temporary traffic controls. 3. Erosion Control (LS) The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. The unit price for this item (LUMP SUM) shall constitute full payment for furnishing, installing, maintaining, monitoring, and removing all erosion control devices installed at locations indicated on the Drawings or as directed by the Design Professional. Erosion control for areas disturbed by careless actions or work outside of proposed limits shall be at the Contractors expense. 4. Relocation of Existing Trees (EA) The unit price for this (EACH) shall constitute full payment for the complete relocation of existing trees including removal and disposal of existing mulch, excavation of the existing tree either by hand or appropriately sized tree spade, backfill and compaction of the resulting tree pit, repair with sod or other ground cover as indicated in the contact documents, excavation of a new tree pit in the proper location, placement of the tree, backfill and compaction with new soil, tamping, staking and/or anchoring, new mulch and placement thereof, and watering for the timeframe specified in the contract documents for new trees. Hauling and disposal of excess material shall be considered incidental. 5. Earthwork/Grading (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all equipment, labor, materials, any and all hauling and storing or materials, reconditioning of materials to meet standards and all other necessary labor, equipment and materials to complete the Work. Includes stripping and respreading of topsoil. The measurement for payment for this item will be based on a lump sum and completion of earthwork and grading materials removed and installed in accordance with the Drawings or as directed by the Design Professional. Hauling and disposal of excess material shall be considered incidental. 6. 5" PCC Paving (SY) The unit price for this item (SQUARE YARD) shall constitute full payment for furnishing all equipment, labor and materials necessary to complete paving as shoyvn by the Drawings and as directed by the Design Professional. Paving shall be expressed in square yards and shall be determined from surface measurements. Hauling and disposal of excess mate_al shall be considered incidental. p zc-s2 R -n 7. Fire Pit (LS) v-.4 c-> .� The unit price for this item (LUMP SUM) shall constitute full paymeR74 fZpishirC—all equipment, labor, and materials for one (1) fire pit kit including steel fire ring�sindL1,(.Z,a,ted ir" Drawings and Specifications or as directed by the Design Professional. if Pits sh installed per the supplier/manufacturers recommendations where indicatWTn' th%dDrav Hauling and disposal of excess material shall be considered incidental. v _ 8. Shelter(LS) The unit price for this item (LUMP SUM) shall constitute full payment forfumishing all equipment, MEASUREMENT AND PAYMENT 01025-3 Iowa City # Confluence No, 16070 Cardigan Park Construction Project City of Iowa City, Iowa labor, and materials necessary to procure and install one (1) pre -fabricated Shelter as indicated on the included drawings and specifications, as provided by the shelter manufacturer and/or as directed by the Design Professional. The unit price shall include all required footings, reinforcing and hardware required to complete the installation. The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. Removal and disposal of all packaging and waste shall be considered incidental. 9. Sodding (SQ) The unit price for this item (SQ) shall constitute full payment for furnishing all equipment, labor and materials for the actual number of squares of sod and includes, but is not limited to, preparation of sod and sodbed, stakes, fertilizing, watering, maintenance, and clean up. Also includes any necessary sod replacements during maintenance period. Price shall include placement of sod to match adjacent undisturbed turf areas completed in accordance with the Drawings or as directed by the Design Professional in order to restore the site. Measurement will be in squares, each square containing 100 square feet of sod. No payment will be made for soil preparation and final grading outside limits or for Work required to repair damage. 10. Park Sign (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all equipment, labor, and materials necessary to procure and install one City of Iowa City standard Park Identification Sign as described in the approved current Parks Master Plan and as indicated on the Drawings. The Contractor will coordinate the final design and placement of the identification sign with the City and Design Professional as necessary to ensure all logos and text are included and appropriately located as required by the City. 11. Benches(EA) The unit price for this item (EACH) shall constitute full payment for furnishing all equipment, labor, and materials necessary to procure and install benches as indicated on the Drawings and Specifications. Unit price shall include all required hardware. Furnishings shall be installed per the manufacturers recommendations where indicated on the Drawings. Removal and disposal of all packaging and waste shall be considered incidental. 12. Bicycle Parking Racks (EA) The unit price for this item (EACH) shall constitute full payment for furnishing alrgguipment, labor, and materials necessary to procure and install bicycle parking rack"—s indiMaed om1be Drawings and Specifications. Unit price shall include all required hardwa91mMings s0l be installed per the manufacturers recommendations where indicate df tharawprft. Removal and disposal of all packaging and waste shall be considered incid �o ��- m 13. Picnic Tables (EA) 3 The unit price for this item (EACH) shall constitute full payment for furni all"uip , labor, and materials necessary to procure and install picnic tables as indicajsd on thF–Drawings and Specifications. Unit price shall include all required hardware. Furnishings shall be installed per the manufacturers recommendations where indicated on the Drawings. Removal and disposal of all packaging and waste shall be considered incidental. 14. Trash Receptacles (EA) The unit price for this item (EACH) shall constitute full payment for furnishing all equipment, labor, and materials necessary to procure and install trash receptacles as indicated on the Drawings and Specifications. Unit price shall include all required hardware. Furnishings shall be installed per the manufacturers recommendations where indicated on the Drawings. Removal and disposal of all packaging and waste shall be considered incidental. 15. Drain Tile and Outlet at Playground (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all MEASUREMENT AND PAYMENT 01025-4 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa equipment, labor, and materials necessary to install approximately 200 LF of 6" diameter perforated HDPE drain tile at the playground as indicated on the Drawings or as otherwise directed by the Design Professional. The unit price shall also include the removal, stockpiling and re -placement of existing play surfacing in order to facilitate the work and at completion of the tile installation. The measurement for payment for this item will be based on a lump sum. Hauling and disposal of excess material shall be considered incidental. 16. Plant Maintenance (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all equipment, labor, and materials necessary maintain newly installed and relocated plant materials including trees, shrubs, sod and other plant material. This maintenance contract shall include watering of newly installed and relocated trees, shrubs, sod, and other plant material for a period of 1 year from the date of substantial completion to coincide with the specified warranty period for plants and plant material. Contractor will repair and/or replaced worn or damaged zippered watering bags or tree pans as required to maintain watering schedule. Weeding, cultivating, mulching, removal of dead material and resetting of plants shall not be included in this bid item. 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 Street END OF SECTION nc? rrn 8"s —� c� n.. c�—c ao r MEASUREMENT AND PAYMENT 01025-5 Iowa City # Confluence No. 16070 SECTION 01100 SUMMARY OF THE WORK PART GENERAL 1.01 SECTION INCLUDES A. Project Information. B. Contract Description. C. Commencement of the Work. D. Owner Occupancy. E. Contractor Use of Site and Premises. F. Layout of the Work. G. Work Sequence. H. Permits, Fees and Notices. 1.02 PROJECT INFORMATION A. Project Name: Cardigan Park Construction Project Cardigan Park Construction Project City of Iowa City, Iowa B. Owner's Name: City of Iowa City 1. Address: 410 E. Washington Street, Iowa City, IA 52245 2. Telephone: 319-356-5010 3. Fax: 319-356-5009 C. The Project consists of: Installation of new sidewalk; installation a new park pavilion; installation of a masonry/steel fire ring; installation of metal benches and trash receptacles; as well as clearing and grubbing, site work, grading, site restoration and landscape planting, and other associated construction activities. 1.03 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Form of Agreement. 1.04 QUALITY ASSURANCE A. Supervision and Superintendent: 1. The Contractor or competent Superintendent must be on the Project when construction activities are taking place. The Superintendent shall supervise, direct, and control the Contractor's operations, personnel, work and the Subcontractor's operations. The Contractor shall give the Owner and Engineer written notification of the name of the Superintendent. The Superintendent shall be employed by the General Contractor and shall be assigned to the project full-time. The Superintendent shall be incidental to mobilization. A copy of the Drawings and Specifications shall be available on the project site at all times. 2. 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. 3. Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its representative when requested by Engineer, and such persons shall not again be permitted to return to Work without written consent of Engineer. 1.05 COMMENCEMENT OF THE WORK A. The Contractor shall not commence Work nor allow Subcontractors or Sub -subcontractors to commence Work until: The Agreement has been fully executed. SUMMARY 01100-1 ra CD r� iA �J O n _ c> -f — ca r, cr i a m x C. The Project consists of: Installation of new sidewalk; installation a new park pavilion; installation of a masonry/steel fire ring; installation of metal benches and trash receptacles; as well as clearing and grubbing, site work, grading, site restoration and landscape planting, and other associated construction activities. 1.03 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Form of Agreement. 1.04 QUALITY ASSURANCE A. Supervision and Superintendent: 1. The Contractor or competent Superintendent must be on the Project when construction activities are taking place. The Superintendent shall supervise, direct, and control the Contractor's operations, personnel, work and the Subcontractor's operations. The Contractor shall give the Owner and Engineer written notification of the name of the Superintendent. The Superintendent shall be employed by the General Contractor and shall be assigned to the project full-time. The Superintendent shall be incidental to mobilization. A copy of the Drawings and Specifications shall be available on the project site at all times. 2. 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. 3. Incompetent or incorrigible employees shall be dismissed from Work by Contractor or its representative when requested by Engineer, and such persons shall not again be permitted to return to Work without written consent of Engineer. 1.05 COMMENCEMENT OF THE WORK A. The Contractor shall not commence Work nor allow Subcontractors or Sub -subcontractors to commence Work until: The Agreement has been fully executed. SUMMARY 01100-1 Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa 2. The Owner has approved the Contractor's Performance and Maintenance and Payment Bonds. 3. The Owner has approved evidence of the Contractor's Liability Insurance and other insurance required to be purchased by the Contractor. 4. The Engineer, on behalf of the Owner, has issued a Notice to Proceed. 5. Coordination with Phase 1 contractor has occurred. 1.06 OWNER OCCUPANCY w A. The Owner shall have the right to take possession of and use any completed or parti completed portions of the Work, notwithstanding the time for completing the gire w or sue" portions as may not have expired; but such taking, possession and use shall rte d"ned gg. acceptance of any Work not completed in accordance with the Contract Docut. 1. If such prior use increases the cost of, or delays the Work, the Contracto h I b;Ontitle to such extra compensation or extension of time, or both, as the Engineelpy det�min ,+� B. Owner intends to continue to occupy adjacent portions of the existing building der (In th rentirev construction period. 7� 1. Treatment plant must be maintained in operation throughout the entire con$Ructiorr— period, with planned and scheduled shutdowns for connections, cut -ins, changeovers, etc. C. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. D. Schedule the Work to accommodate Owner occupancy and operations. E. Continuity of treatment system operation. 1. Conduct work in a manner that avoids interruption of effective treatment system operation. 2. Prevent the bypass of untreated wastewaters to surface water or drainage ways. Accidental bypasses caused by Contractor's work activity will entitle Owner to: a. Employ others to stop bypassing without giving notice to Contractor. b. Recover from the Contractor all costs incurred by the Owner as a result of the bypass, including labor, materials, services, legal fees, regulatory penalties, and other related expenses. 3. Submit with the Construction Schedule a detailed outage plan and schedule for each system component. Indicate how effective wastewater system operation will be maintained. 1.07 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Limit use of site and premises to allow: 1. Work by Others. 2. Work by Owner. 3. Use of site and premises by the public. C. All City properties are tobacco free, and policy will be enforced. D. Provide access to and from site as required by law and by Owner. E. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 1.08 LAYOUT OF THE WORK A. The Owner shall provide information to the Contractor regarding bench marks for the project. The Contractor shall be responsible for all detailed construction staking. 1.09 WORK SEQUENCE A. Construct Work in stages to accommodate Owner's occupancy and operational requirements during the construction period. Coordinate construction schedule and operations with Owner. SUMMARY 01100-2 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa B. All portions of work under the proposed Contract Documents shall be completed and ready for operation on or before the date set forth in the Notice of Hearing and Letting. Provisions for liquidated damages are set forth in the Agreement. C. The Contractor shall schedule Work so that interruption of existing utilities, including but not limited to: electric, telephone, communication, cable, gas, water, and sewer service will be at a minimum. When it is necessary to interrupt services, the Contractor shall notify the Owner's representative, Engineer, and appropriate utility companies twenty-four (24) hours in advance of the interruption. D. Plan the construction work and carry out with a minimum of interference with the operation of the existing facilities. Prior to starting the construction, confer with the Engineer and Owner's representative and develop a detailed, approved construction schedule which will permit the facilities to function as normally as practical during the construction period. It will be necessary to do certain parts of the construction work outside normal working hours and on Sundays in order to avoid undesirable conditions, and it shall be the obligation of the Contractor to do this work at such times at no additional cost to the Owner. Do not make connections between existing piping and new piping until necessary inspection and tests have been completed on the new work and it is found to conform in all respects to the requirements of the drawings and specifications. E. Special notes detailing critical portions of the work involving removal, replacement, tie-in, changeover, etc. have been included in the drawings and the Work Sequence of this Section. These notes describe the work, timing, scheduling, and coordination with the Owner and Engineer necessary to complete the work. The detailed construction schedule shall be developed by the Contractor with consideration of these details and the overall progress of the work. The Engineer and Owner shall have full authority to review this schedule in order to protect the operation of the existing facilities during construction. 1.10 PERMITS, FEES AND NOTICES A. The Contractor shall secure and pay for all permits and governmental fees, licenses and inspections for the proper execution and completion of the Work which are customarily secured after execution of the Contract and which were legally required at the time bids were received. City building permits and inspections are required, but the permit fees will be exempted. 1.11 SAFETY AND PROTECTION A. Contractor shall be solely responsible for initiating, maintaining and supervisV3 all safety precautions and programs in connection with the Work. Contractor shall tak8E42neAsaryM precautions for the safety of, and shall provide the necessary protection to pr;der d�lrr age,-� injury or loss to: � �p 1. All persons on the Site or who may be affected by the Work; __4 C-) 2. All the work and materials and equipment to be incorporated therein, wh li in Wrag on or off the Site; and ::% 3. Other property at the Site or adjacent thereto, including trees, shrubs, la s, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. All damage, injury, or loss to any property caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not SUMMARY 01100-3 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). D. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued'a notice to Owner and Contractor that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). PART 2 PRODUCTS - NOT USED END OF SECTION SUMMARY 01100-4 w n Orn'r C7 D -.4 O eno c-)-[ =in — 'o r Gr' M a m cod = � Q SUMMARY 01100-4 Iowa City # Confluence No. 16070 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: Cardigan Park Construction Project City of Iowa City, Iowa A. Prepare, submit and update as necessary a schedule of thework. 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 Design Professional. B. The Contractor shall submit updated construction schedules at two-week intervals throughout the project. PART 2 -PRODUCTS None PART 3 -EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre -Bid meeting will be held at 11:00 a.m. on January 1r, 2018 (on site at Cardigan Park.) N B. A Pre -Construction meeting will be held prior to beginningwork. _ CD o 3.02 PROGRESS OF WORK: ' n r*+ A. Work shall be substantially completed by June 1, 2018. Work shall be fully complEmwby Jbge 15� 2018. Gm 1. The specified early start date is March 5, 2018. Liquidated damages of $500 j4y v&be charged on work beyond this full completion target. y 2. Work shall be fully complete, including installation of final sodding and erosion control, by June 15, 2018. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Design Professional or Parks Department, with the exception of saw cutting freshly poured concrete. 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. Construction will be completed in one phase. Work will proceed in a continuous manner from the start date until the date of completion. MEASUREMENT AND PAYMENT 01310-1 E. Restoration activities as may be required to complete the work such as sod placement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces are inaccessible. 3.03 STREET CLOSINGS: A. Notify the City of Iowa and the Design Professional four days in advance of any anticipated street closings so that a press release can be issued. No street may be closed without the City of Iowa City's approval and said notification. END OF SECTION N C_J .71 -%-t c3 n-< - r <M 3. i ! Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa SECTION 01 5000 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Temporary Utilities: Water. 2. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. 3. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.02 SAFETY FENCING A. Provide minimum 4' high orange safety fencing as indicated on the Plans. 1.03 TEMPORARY WATER SERVICE A. Make suitable arrangements for temporary water service at Contractor's expense if water is needed for construction or testing. ca 1.04 WATER CONTROL �n A. Grade site to drain. Maintain excavations free of water. Contractor maynpgoo p pvide— dewatering operations which shall be at the Contractor's expense. c-) '�o r ..fir^ a M B. Protect site from puddling or running water. Contractor may need to provide �n amtrol� �� ao 1.05 PROTECTION OF INSTALLED WORK y A. Protect installed Work and provide special protection where specified in individual specification Sections and/or on the Plans. 1.06 CONSTRUCTION SITE ACCESS AND ACCESS ROADS A. Construction site access permitted only where shown on the Plans. Construct and maintain temporary access road connecting to public thoroughfares to serve construction area. B. Provide and maintain access to all existing fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. 1.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. If materials are tracked onto the roadway, it shall be broom cleaned to the satisfaction of the Engineer prior to ending work for the day of notification. PART PRODUCTS Not applicable CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 5000-1 Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa PART 3 EXECUTION Not applicable END OF SECTION r9 O 'I �C)rg C-i i �m m rn as CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 5000-2 Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa SECTION 02750 INTEGRALLY COLORED CONCRETE PART1 GENERAL 1.1 RELATED REQUIREMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Work specified in this section includes all labor, materials, equipment and services necessary to complete the colored concrete paving including sub -base, formwork, reinforcement, integrally colored concrete, broadcast applied engineered cement aggregates blend, jointing and surface treatments. B. SUDAS Section 7030 — Sidewalks, Shared Use Paths, and Driveways 1.3 REFERENCESn �^(� A. L.M. Scofield Company Tech — Data Bulletin A-104.10. 3>--r n B. L.M. Scofield Company Tech —Data Bulletin A-514.02. Z; r ..,�� C. L.M. Scofield Company Guide G-107.02. �� _ D. ASTM C309 Liquid Membrane -Forming Compounds for Curing ConcreWx 1.4 QUALITY ASSURANCE N A. Colored concrete finish to be performed by skilled workers who are trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of concrete coloring B. Concrete testing required as described in Section 7030 for all colored concrete. 1.5 SUBMITTALS A. Comply with Section 7030 - 1.03 and others as referenced therein as well as the following: 1. Project Requirements: a. Submit color sample and product data for approval prior to fabrication of any and all mockups. b. Provide one (1) 4'x4' on-site mock-up of each color specified for approval by Design Professional prior to commencing construction. c. Submit jointing plan for approval by Design Professional prior to construction. 1) For integrally colored concrete, provide a pour/batch phasing plan to insure adjacent pours/batches are arranged for optimal color consistency. Coordinate with Design Professional as needed. Phasing plan to be approved by Design Professional prior to construction. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packages and containers, with seals unbroken, approved labels indicating brand name and directions for storage, mixing with other components and application. B. Powdered materials shall be kept dry and under cover. Protect liquid material from freezing. Materials may have an expiration date; order accordingly. COLORED CONCRETE FINISHES 02750-1 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa 1.7 PROJECT CONDITIONS A. Environmental Limitations: 1. Comply with ACI requirements and SUDAS for cold and hot -weather work. PART2 PRODUCTS 2.1 MATERIALS A. Concrete as specified in SUDAS Section 7030 and others as referenced therein. B. Water: fresh, clean and potable. C. Colored Admixture for Integrally Colored Concrete: 1. Basis of Design: a. Chromix Admixture as manufactured by L.M. Scofield Company. Colors as listed on Drawings. 1) Admixture shall be colored, water -reducing, admixture containing no calcium chloride with coloring agents that are lime proof and UV resistant. 2) Colored admixture shall conform to the requirements of ACI 303. 1, ASTM C979, ASTM C494, and AASHTO M194. D. Curing Compound for Integrally Colored Concrete: 1. Curing compound shall comply with ASTM C309 and be of the same manufacturer as colored admixture, for use with integrally colored concrete. a. Exterior Integrally Colored Concrete: Lithochrome Colorwax; L.M. Scofield Company. Use to cure exterior flatwork that will be allowed to cure naturally with only occasional maintenance E. Curing and Sealing Compound: Cureseal-S, Matte finish; L.M. Scofield Company. Curing and sealing compound shall comply with ASTM C309 and be of the same manufacturer as colored admixture, for use with integrally colored concrete. PART 3 EXECUTION 3.1 INSTALLATION A. Install concrete in accordance with Sections 7030 and others as referenced thWein. C-') B. Do not add water to the mix in the field. Z n C. Colored concrete surfaces shall be uniformly finished in accordance wtiv4ecfas 70:.54, and others as referenced therein. -yc-�' G r- 3.2 CURING orn Z rn A. Integrally Colored Concrete: Apply curing compound for integrally coova copsrete ED 11 manufacturers instructions using manufacturers recommend applicAbn tecl niques. Apply curing compound at consistent time for each pour to maintain close color consistency. B. Curing compound shall be the same color as the colored concrete and supplied by the same manufacturer of the colored admixture. C. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. D. Do not cover concrete with plastic sheeting. COLORED CONCRETE FINISHES 02750-2 Iowa City # Confluence No. 16070 3.3 TOLERANCES Cardigan Park Construction Project City of Iowa City, Iowa A. Minor variations in appearance of colored concrete, which are like natural variations in color and appearance of uncolored concrete, are acceptable. 3.4 PROTECTION A. General: Protect finished work from traffic until fully cured in accordance with manufacturer's recommendations. END OF SECTION COLORED CONCRETE FINISHES 02750-3 b A �r M 7> COLORED CONCRETE FINISHES 02750-3 Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa SECTION 02930 PLANT MATERIAL AND PLANTING PARTIGENERAL 1.01 SECTION INCLUDES N o _ A. Provide all labor, materials, equipment and supervision required for the install ry of prop31 plant material.y = t n h� �o {m 1.02 RELATED REQUIREMENTS S A. Comply with SUDAS Specifications. .n D^ 1.03 SUBMITTALS A. Product Data: For each type of product indicated. 1. Plant Materials: Include quantities, sizes, quality, and sources for plant materials 2. Plant Photographs: Include color photographs in digital format of each required species and size of plant material as it will be furnished to the Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or another measuring device in each photograph. For species where more than twenty (20) plants are required, include a minimum of three photographs showing the average plant, the best quality plant, and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. B. Samples for Verification: For each of the following: Organic Mulch: 1 -quart volume of each organic mulch required; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. Each sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. C. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. Submit before start of required maintenance periods. 1.04 DEFINITIONS A. Backfill: The earth used to replace or the act of replacing earth in an excavation. B. Balled and Burlapped Stock: Plants dug with firm, natural balls of earth in which they were grown, with ball size not less than sizes indicated; wrapped with burlap, tied, rigidly supported, and drum laced with twine with the root flare visible at the surface of the ball as recommended by ANSI Z60.1. C. Balled and Potted Stock: Plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than sizes indicated. D. Container -Grown Stock: Healthy, vigorous, well -rooted plants grown in a container, with a well- established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. PLANT MATERIAL AND PLANTING 02930-1 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa E. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. F. Finish Grade: Elevation of finished surface of manufactured soil. G. Manufactured Soil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. H. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. I. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (go- phers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. J. Planting Area: Areas to be planted. K. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. L. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. M. Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. N. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top sur- face of a fill or backfill before manufactured soil is placed. O. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. P. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed, areas such as urban envi- ronments, the surface soil can be subsoil. 1.05 DELIVERY, HANDLING AND TEMPORARY STORAGE A. Install plant material on the day of delivery to the site; in the event this is not possible, protect that stock not planted. B. Keep plant material that cannot be planted immediately after delivery in the shade, well protected with soil, wet moss or other acceptable material and well -watered. C. Do not bind plants with wire or rope at any time so as to damage the bark or break branches. D. Lift and handle plants from the bottom of the ball only. E. Plants moved with a ball will not be accepted if the ball is cracked, loose, or broken before or during planting operations. F. Deliver fertilizer to site in original, unopened containers, each bearing man&cturerldquaranteed analysis o G. Store packaged materials off ground and protect from moisture. Dy n r7� � =tn �v r CODES, PERMITS AND FEES _r- 1.06SCm M A. Obtain any necessary permits for this Section of Work and pay any fees reed fWerm sV. B. The entire installation shall fully comply with all local and state laws and ordinancesgend with all es- tablished codes applicable thereto PLANT MATERIAL AND PLANTING 02930-2 Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa 1.07 JOB CONDITIONS A. Existing Utilities: 1. Locate existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during this work. 2. Underground utilities shown on the drawings have been taken from existing public records, Owner's records available as -built drawings and are correct to the best of our knowledge, provided for information only. 3. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult Utility Owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities caused by Contractor's negligence to the satisfaction of Utility Owner at no cost to the Project Owner. 4. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Landscape Architect and then only after acceptable temporary utility services have been provided. 5. Provide minimum of 48-hour notice to Owner and Landscape Architect and receive written notice to proceed before interrupting any utility. B. Protection of Persons and Property: 1. Barricade open excavations occurring as part of this work and post with warning lights. 2. Operate warning lights as recommended by authorities having jurisdiction. 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by this work. o 4. Perform excavation within drip -line of large trees to remain by hand, rotG) the ��p1 system from damage or dry -out to the greatest extent possible. Maintrois�onditiar�f for root system and cover exposed roots with burlap. Paint root cuts �'T4dialgeter y� larger with emulsified asphalt tree paint. n t <r a rn 1.08 INSPECTION AND APPROVAL V? A. All materials described and specified herein are subject to inspection and appfi5val by'Mwner's Representative. B. Materials may be inspected by the Owner's Representative at source of supply or the Owner's Representative may require the Contractor to submit color slides and/or photographs which illus- trate the specified plant material at the source of supply. C. This inspection does not waive the right to reject any material after it has been delivered to the site and/or installed. 1.09 INITIAL INSPECTION AND ACCEPTANCE A. Initial inspection of the planting to determine completion of contract work, exclusive of possible replacement of plants, will be made by the Owner's Representative upon completion of the work. B. Initial inspection will not be conducted unless all items of work as outlined in 3. EXECUTION have been completed. C. Five (5) days prior to the anticipated date of inspection submit written notice requesting inspec- tion to Owner's Representative. PLANT MATERIAL AND PLANTING 02930-3 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa D. After inspection, the Contractor will be notified in writing, by the Owner, of initial acceptance of inspected work exclusive of the possible replacement of plants and correction of deficiencies in the requirements for completion of the work. E. Maintain, as specified, areas not acceptable until corrections are completed and re -inspection is conducted. F. If a significant time delay (sixty to ninety days) is encountered, through no fault of the Landscape Contractor, inspection and initial acceptance of a major portion of the plantings may be granted. G. All plants shall be alive and healthy at the time of initial acceptance. 1.10 GUARANTEE, REPLACEMENT AND FINAL INSPECTION: A. Guarantee plants for the duration of one (1) full year after they are initially accepted as defined herein. B. Plants shall be alive and in good, healthy and flourishing condition of growth at the end of the guaranty period. C. At the end of the guaranty period, final inspection will be made by Owner's Representative upon written notice requesting such inspection; submit notice to Owner's Representative at least ten (10) days before the anticipated date of inspection. D. Any plant, required under this Contract, that is dead or not in a vigorous, thriving condition, as determined by Owner's Representative at the time of Final Inspection, will be removed from the site. E. Plants that are missing at the time of Final Inspection are to be installed during the specified plant- ing season when weather and site conditions permit. F. In case of any questions regarding the condition and satisfactory establishment of a rejected plant, the Landscape Contractor may elect to allow such plant to remain through another cceplete grow- ing season. If at that time the rejected plant is found to be dead, in an unhealthy or be ly impaired condition, it shall be replaced. fn rrp -n G. After Initial Acceptance, replace plants (once during or at the end of the guAfrt$ pfd) to mtare observed to be dead or in a badly impaired condition. E2 �o r ic--> H. One replacement after initial acceptance shall constitute fulfillment of Contrad59guffianty Me particular plant replaced. - 3 Q X uo I. Replacement Plants: Plants of the same kind and size as specified in the PlanochedJlb; furnished and planted as specified herein. Z J. Replacement Plants: Guyed or staked, mulched, wrapped, fertilized, pruned and restored to orig- inal condition as originally specified at no cost to Owner. K. Make all necessary repairs to grades, lawns and paving required because of plant replacements, at no cost to the Owner. L. Plant Replacement Cost: Bonne by Contractor except for possible replacements resulting from removal, loss or damage due to occupancy of project in any part, vandalism, civil disobedience, or acts of neglect on the part of others, physical damage by animals, vehicles, fire, etc., or losses due to curtailment of water by local authority, or to "Acts of God". Floods, tornadoes, wind of hurricane force, and hail are not normal and the damage they do cannot be calculated in a bid. PLANT MATERIAL AND PLANTING 02930-4 Iowa City # Confluence No. 16070 PART 2 PRODUCTS 2.01 PLANT MATERIALS Cardigan Park Construction Project City of Iowa City, Iowa A. Plant Schedule: A list of plant materials is scheduled on the Drawing. In the event of any discrep- ancy between this schedule and the Plan Drawing showing the quantity of plants, the Plan Drawing shall govern for all quantities. B. Certification of inspection of plant materials required by Federal, State or other governmental agen- cies to accompany all shipments to be furnished to the Owner's Representative. C. Nomenclature: The names of plants required under this Contract conform to those given in the "Standardized Plant Names", 1942 Edition, prepared by the American Joint Committee on Horti- cultural Nomenclature. Names of varieties not included therein conform generally with names ac- cepted in the nursery trade. D. Standards: All plant materials, grading, sizes, methods, etc., are to conform to the Standards of the American Association of Nurserymen, Inc., as contained in their current publication "American Standard for Nursery Stock', (ANSI Z60.1-1996). In the event there is a discrepancy between these standards and this Specification, the most restrictive requirement shall govern. E. Labeling: Legibly tag all plants as to name and size. F. Species and Variety: True to name as specified. Plants approved as true to name at time of initial acceptance which, during the guaranty period, exhibit characteristics indicating they are not true to name will be replaced at no cost to the Owner. G. Availability: Before submitting his bid, the Contractor shall have investigated the sources of supply and satisfied himself that he can supply the listed plants in the size, variety and quality listed and specified. Failure to take this precaution will not relieve the Contractor from his responsibility for fur- nishing and installing all plant materials in strict accordance with the Contract Documents without additional cost to the Owner. o H. Quality pv �cj r ; -n 1. Growth habit typical for species and as indicated on the Plant Schedulga--4 2. Sound, healthy, vigorous and free from insect pests, plant diseases an ies,D rn 3. One sided plants or plants taken from tightly planted nursery rows will bQticte� I. Size and Form: C�= t 1. Equivalent or exceed measurements specified in the Plant Schedule. y 2. Measured before pruning with branches in normal position. Height and spread specified refers to main body of plant and not from tip to tip of branches or roots. 3. Caliper of trees less than four inches (4") - taken six inches (6") above ground level. Trees four inches (4") and over - measured one foot (1') above ground level. 4. Specified trunk height can be obtained by pruning lower branches of a plant after the plant has been installed; however, pruning to achieve specified trunk height is to occur only after Owner's Representative has inspected plant and directed Contractor as to the amount of pruning required. 5. Where specified by caliper, no one stem of a specific multi -stemmed plant shall be smaller than the caliper size specified. J. Balled and Burlapped Plants: Designated as "B&B"; dug with firm, natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. PLANT MATERIAL AND PLANTING 02930-5 Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa 2. In compliance with ANSI Z60.1-1996. 3. Balls: Firmly wrapped with burlap or similar biodegradable material and bound with twine, cord, or wire mesh. 4. Where necessary to prevent breaking or cracking of the ball during the process of planting, the ball may be secured to a platform. Broken or loose balls will not be accepted. 5. A container grown plant, in lieu of a "B&B" plant, will be accepted provided it meets specified sizes and complies with ANSI Z60.1-1996. 6. A machine moved plant, in lieu of a "B&B" plant, will be accepted provided it meets specified sizes and complies with ANSI Z60.1-1996. K. Container Grown Plants: 1. Container size as specified in Plant Schedule. 2. In compliance with ANSI Z60.1-1996 2.02 MANUFACTURED PLANTING SOIL MIX A. Soil excavated from planting pits that is similar in nature to topsoil and is determined to be suitable for planting soil shall be thoroughly mixed with one (1) part of compost to five (5) parts of existing soil. B. Very poor soils of clay, gumbo, gravel, hard -pan, or other soils injurious to plants shall not be used. C. If quantity of soil excavated from planting pits is not adequate for planting, fumish planting soil consisting of partially decomposed vegetable matter of natural occurrence; black, clean, low in con- tent of mineral or woody material, mildly acid, fertile and friable. Mix with one (1) part of compost to four (4) parts of soil. D. Dispose of soil excavated from planting hole that is determined not to be of quality required or is not needed to be used for planting soil. N 2.03 FERTILIZERn A. Similar or equivalent to Milorganite (6-3-0). 7'"4 B. Uniform in composition, dry and free flowing. —tn .<r– rn C. Fertilizer which becomes caked or otherwise damaged making it not suitabI!,-AMusel<will y rwWe accepted. �o V n r 2.04 MULCH A. Shredded premium hardwood bark; a proprietary product; as manufactured by Xylem, LTD 1-800- 736-1356 or equivalent. B. Depth and locations as shown on drawings. C. Furnish in bags or bulk. 2.05 STAKING, GUYING AND WRAPPING MATERIALS A. Stakes and Guys: PLANT MATERIAL AND PLANTING 02930-6 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa Proprietary Staking -and -Guying Devices: Proprietary stake and adjustable tie systems to secure each new planting by plant stem; sized as indicated and per manufacturer's written recommendations. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: 1) Arborbrace; ArborBrace Tree Guying System. 2) Decorations for Generations, Inc.; Reddy Stake System. B. Wrapping material: Heavy crinkle crepe tree wrapping paper in strips four to ten inches (4-10") wide. 2.06 WEED PREVENTER A. Dactal or equivalent. B. For groundcovers and shrub plant beds only. C. Apply as per manufacturer's recommendation. 2.07 WATERING BAGS A. Proprietary slow-release watering bag for shade trees: Provide one (1) slow-release watering bag for each deciduous shade tree 1" caliper and greater; install per manufacturer's written recommendations. _ d 1. Products: Subject to compliance with requirements, available 'pmts VNt m9ne incorporated into the Work include, but are not limited to, the followings- c -i a. Spectrum Products, Inc.; Treegator Original. ao r b. Other approved equal; Contractor shall submit any substitutiorI { es>tw in w t i to Design Professional at earliest possible convenience. itu** re t received with less than 7 working days until bid letting will not onWered. PART 3 EXECUTION 3.01 EXAMINATION A. Contractor to verify existing conditions before starting work. B. Verify that prepared subsoil and planting beds are ready to receive work. C. Owner (UI BLS) to review finish grades prior to any planting commences. Failure to notify Owner at least 24 -hours in advance that final grade has been achieved and planting is set to begin may result in removal and replacement of any plant material placed without Owner approval. D. Verify that required underground utilities are available, in proper location, and ready for use. 3.02 COMMENCEMENT DATE A. At the earliest possible date site conditions permit. PLANT MATERIAL AND PLANTING 02930-7 Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa 3.03 PLANTING SEASON FOR BALLED AND BURLAPPED, CONTAINER GROWN AND MACHINE MOVED PLANTS A. Deciduous trees and shrubs: April 1 to June 1 and September 1 to November 15. 1. Oak varieties shall only be planted between April 1 and May 31. B. Evergreen trees and shrubs: April 1 to June 1 and September to October 15. 3.04 PREPARATION A. Prepare subsoil to eliminate rough or uneven areas. Maintain profiles and contours and ensure positive drainage. Make gradual changes in grade. Blend slopes into level areas. B. Remove foreign materials, weeds and undesirable plants and their roots. Remove contaminated subsoil. C. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has com- pacted subsoil. D. Stake out on the ground the locations of all plants and obtain approval of the Owner's Representa- tive before excavation is begun. Relocate incorrectly located plants at no expense to the Owner. 3.05 EXCAVATION A. Excavate the plant pit, centered at the location stake. B. Planting soil for backfilling shall be kept separate from excavated subsoil. C. Excavate the plant pit large enough to provide for at least six inches (6") of manufactured planting soil mix backfill around and beneath the root system. D. Where surface or subsurface conditions prevent digging a plant pit to specified dimensss, obtain approval from Owner's Representative to modify location of pit dimensions. p a ` n Ti 3.06 PERCOLATION TESTING `—jn zo r A. Notify Owner (City of Iowa City) prior to commencement of percolation testing.:4m = m B. Randomly select a representative number of shrub plant pits in each shrub plaWaremBrid Q for drainage prior to planting. 7a J C. Test all tree plant pits for drainage. D. Fill each selected plant pit with water and let stand for twenty-four (24) hours. E. Do not proceed with planting where drainage problems are apparent. F. Owner to review all percolation test areas prior to placing any plant materials. 3.07 PLACING PLANTING SOIL A. Owner (City of Iowa City) shall be notified prior to soil placement to review subgrade and percola- tion test. B. Place topsoil in areas where seeding or sodding is scheduled, maximum 12" lifts. C. Use topsoil in relatively dry state. Place during dry weather. PLANT MATERIAL AND PLANTING 111040SI4II.? Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa D. Fine grade topsoil eliminating rough or low areas. Maintain levels, profiles, and contours of sub - grade. E. Remove stone, roots, grass, weeds, debris and foreign material while spreading. F. Manually spread topsoil in all planting and small turf areas to avoid compaction. Ensure all debris and clods over 1" size are removed. G. Use a cultipacker, pulverizer or similar tool to pulverize the soil and eliminate all lumps. H. Lightly compact placed topsoil. I. Remove surplus subsoil and topsoil from site. J. Leave stockpile area and site clean and raked, ready to receive landscaping. 3.08 PLACING PLANTING SOIL A. Prepare finished grade for sodding or seeding with only light raking or scarifying required by the Landscape Contractor. B. Round finished surfaces at abrupt changes in slope. C. Should spot elevations for finished grades conflict with finished contours, the spot elevations shall govern. D. Finish grades to uniform levels or slopes between points where levels are given or between such points and existing grades. E. Positively drain all lawn areas to designated surface water collection points, streets and/or water- ways. F. Repair irregularities in lawn surface drainage at no cost to Owner. G. Protect paving, sidewalks, utilities and plants during finish grading; repair or replace any items damaged by construction operations at no cost to Owner. H. After placement, maintain surfaces to indicated finished grades; deposit whatever additional top- soil may be required to take care of any settlement or erosion up to date of final accg6tance. . Scarify surfaces upon which additional topsoil is to be deposited, or otherwise satisfSaorily pre- pare to ensure proper bond. o C-) p I. Notify Owner (City of Iowa City) upon completion of final grading. Contractor nd�'Aistal planting material or turf until final grades have been approved by Owner. n -C 3.09 FINISH GRADING n, M 3 A. Top of Topsoil: Plus or minus 1/2 inch. 3.10 SCHEDULE OF LOCATIONS p A. The following paragraphs identify compacted topsoil thicknesses for various locations: 1. Seeded Grass: 6 in. - 8 in. 2. Sod: 4 in. - 6 in. 3. Shrub Beds: 18 in. - 24 in. 4. Flower Beds: 18 in. - 24 in. 5. Tree planting areas: 36" in. 6. Bio -infiltration areas: 12 in. -18 in. blended mixture of construction sand and organic compost material. PLANT MATERIAL AND PLANTING 02930-9 Iowa City # Cardigan Park Construction Project Confluence No. 16070 City of Iowa City, Iowa 3.11 FERTILIZING BARE ROOT PLANTS A. Trees: One-half (1/2) pound per plant; mix with backfill. B. Shrubs: One-quarter (1/4) pound per plant; mix with backfill. 3.12 FERTILIZING B&B AND CONTAINER GROWN PLANTS A. Trees and Shrubs: Mix with manufactured planting soil backfill. B. Large shade trees: Two (2) pounds per inch of caliper. N C. Small trees: One (1) pound per inch of caliper. o J D. Shrubs: One-quarter (1/4) pound per foot height. C) rn 'n E. Groundcover: One-eighth (1/8) pound per plant; place in bottom of plant pita r' F. Herbaceous plants: One-eighth (1/8) pound per plant._ �� `0 r r rn 3.13 PLANTING 3 A. Place plant for best appearance * `� B. Set plants vertical. y —' C. Remove non -biodegradable containers D. Groundcover: 1. Cultivate groundcover areas six inches (6") deep and grade smooth immediately before planting groundcover plants. 2. Before planting, spread commercial fertilizer at the rate of one-eighth (1/8) pound per plant over entire groundcover area, and cultivate into top six inches (6") of soil. 3. Plant groundcover to within one foot (1) of trunk of tree or shrub planted within the area unless noted otherwise on the Drawings. 4. After planting and before mulching, spread weed preventer over plant bed soil surface as per manufacturer's recommendation. 5. Install mulch to depth of three inches (3") over entire groundcover bed. E. Balled and Burlapped and Container Grown Plants: 1. Center the root ball in the plant pit resting on six inches (6") of well tamped planting soil. 2. Backfill the plant hole with manufacturer planting soil mix placed in layers around the root ball. 3. Carefully tamp each layer in place in a manner to avoid injury to roots or ball. 4. When approximately two-thirds (2/3) of the plant hole has been backfilled, fill the hole with water and allow the soil to settle around the roots. 5. Set top of root ball level with the surrounding grade as shown in the Planting Details. 6. Place mulch as indicated in the Planting Details. 7. Cut cord or wire securing burlap at base of tree. 3.14 TREE STABILIZATION A. Install trunk stabilization as follows unless otherwise indicated: PLANT MATERIAL AND PLANTING 02930-10 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa 1. Upright Staking and Tying: Stake trees of 2- through 5 -inch caliper. Stake trees of less than 2 -inch caliper only as required to prevent wind tip out. Use a minimum of two stakes of length required to penetrate at least 18 inches below bottom of backfilled excavation and to extend at least 72 inches above grade. Set vertical stakes and space to avoid penetrating root balls or root masses. 2. Use two stakes for trees up to 12 feet high and 2-1/2 inches or less in caliper; three stakes for trees less than 14 feet high and up to 4 inches in caliper. Space stakes equally around trees. 3. Support trees with guying material per manufacturer's instructions at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. B. Staking and Guying: Stake and guy trees more than 14 feet in height and more than 3 inches in caliper unless otherwise indicated. Securely attach no fewer than three guys to stakes 30 inches long, driven to grade. Site -Fabricated Staking -and -Guying Method: a. For trees, more than 6 inches in caliper, anchor guys to wood deadmen buried at least 36 inches below grade. Provide turnbuckle for each guy wire and tighten securely. b. Support trees with strands of cable or multiple strands of tie wire, connected to the brass grommets of tree -tie webbing at contact points with tree trunk and reaching to turnbuckle. Allow enough slack to avoid rigid restraint of tree. C. Attach flags to each guy wire, 30 inches above finish grade 2. Proprietary Staking and Guying Device: Install staking and guying system sized and positioned as recommended by manufacturer unless otherwise indicated and per manufacturer's written instructions. C. Root -Ball Stabilization: Install at- or below -grade stabilization system to secure each new planting by the root ball unless otherwise indicated. 1. Wood Hold -Down Method: Place vertical stakes against side of root ball and drive them into subsoil; place horizontal wood hold-down stake across top of root ball and screw at each end to one of the vertical stakes. a. Install stakes of length required to penetrate at least 18 inches below bottom of backfilled excavation. Saw stakes off at horizontal stake. b. Install screws through horizontal hold-down and penetrating ayeast 1 inch into stakes. Predrill holes if necessary to prevent splitting w 0 C. Install second set of stakes on other side of root trugEfa la%r trees indicated. >_.4 n —... �C-) r 2. Proprietary Root -Ball Stabilization Device: Install root -ball stabilizaticARstegysizer}d positioned as recommended by manufacturer unless otherwise�v�cate-9 and -tier manufacturer's written instructions.= V v 3.15 WRAPPING A. Promptly after planting, wrap trunks of all deciduous trees with tree wrapping paper spirally from ground line to bottom branches. B. Neat and snug; materials held in place by a suitable cord; tapes are unacceptable. PLANT MATERIAL AND PLANTING 02930-11 Iowa City # Confluence No. 16070 3.16 PRUNING AND REPAIR Cardigan Park Construction Project City of Iowa City, Iowa A. Prior to initial inspection, prune all trees and shrubs and repair any injuries. B. Limit the amount of pruning to the minimum necessary to remove dead or injured branches and twigs C. Maintain the natural habit, shape and specified size of the plant. D. Maintain central leader by cutting back potential co -dominant leader. E. Where branches are adjacent to walks and trees are placed as street trees, limb branches to a 6'- 7' height while maintaining proper crown proportions. F. Make all cuts flush; leave no stubs. G. On all cuts over three-quarters inch (3/4") in diameter and bruises or scars on the bark, trace the injured cambium back to living tissue and remove; smooth and shape wounds so as not to retain water and coat the treated area with an approved antiseptic tree paint. 3.17 FIELD QUALITY CONTROL A. Plants will be rejected if a ball of earth surrounding roots has been disturbed or damaged prior to or during planting. 3.18 MULCH A. Shredded hardwood bark; a proprietary product; as manufactured by Xylem, LTD 1-800-736-1356 or equivalent. B. Depth and locations as shown on drawings. C. Furnish in bags or bulk. D. Submit 5 -gallon bucket sample for approval by Owners Representative. N E2 3.19 CLEAN UP o � ::2E n rn A. Remove any soil, compost, or similar material that has been brought onto p reP L by p=ng operations keeping those areas clean at all times. =4c-) %0 F_ B. Upon completion of the planting, dispose of all excess soil and stones resu6por4he p19Rtthg operation. (� C. Remove all debris, resulting from planting operations, from the site. s> _ 3.20 MAINTENANCE A. Begin immediately following installation of plants and continue for sixty (60) calendar days after installation or until Substantial Completion, whichever is later. B. Include watering, weeding, cultivating, mulching, removal of dead material, resetting plants to proper grades or upright position and restoration of the planting saucer, maintaining tight guy wires and other necessary operations. 1. Watering: Contractor shall install one (1) new, zippered, slow-release watering bag or tree pan per manufacturer's written recommendations on each newly planted tree, 1" caliper and larger. Bags shall be filled with clean, clear water at a frequency consistent with tree caliper and per manufacturers written recommendations. The watering bag will become the property of the Owner and shall be left on the tree when the Contractor's maintenance obligations have con- cluded. PLANT MATERIAL AND PLANTING 02930-12 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa C. If any planting is done after lawn preparation, provide proper protection to lawn areas and repair any damage resulting from planting operation promptly at no cost to the Owner. D. Landscape Contractor is responsible for maintaining plants from their arrival on site until Substantial Completion. E. Furnish detailed written recommended maintenance program to the Owner with a copy to Owner's Representatives, prior to Substantial Completion of the various planting areas. F. Maintenance performed by the Owner in accordance with recommended program will not affect the Landscape Contractor's obligation to guarantee and replace defective plants as herein described. END OF SECTION PLANT MATERIAL AND PLANTING 02930-13 N n� C-7 7l _ c-> Z5r- �, M �� a a co PLANT MATERIAL AND PLANTING 02930-13 Iowa City # Confluence No. 16070 SECTION 02990 Cardigan Park Construction Project City of Iowa City, Iowa SITE FURNISHINGS AND EQUIPMENT PART 1GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 2. 3. 4. 5. 1.03 SUBMITTALS Trash Receptacles Benches Bike Racks Round Fire Pit Square Shelter A. Product Data: Provide manufacturer's data for each type of product indicated. B. Samples for Verification: For each type of exposed finish required, prepared on Sams of size indicated below. o 1. Size: Not less than 4 -inch -square sheet components. nQ C. Manufacturer's Instructions: Indicate conditions requiring special proceduresm-f r D. Maintenance Data: For site furnishings to include in maintenance manuals. M 1.04 QUALITY ASSURANCE >3 v A. Source Limitations: Obtain each type of site furnishing(s) through one source from a Wigle manufacturer. B. Installer Qualifications: Company specializing in performing the work of this section and approved by manufacturer. PART 2 PRODUCTS 2.01 TRASH RECEPTACLES A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal product as indicated on Drawings: 1. Landscape Forms Inc.: Scarborough Litter Receptacle. Style: Side -opening (30 gallons). Pattern: Vertical Strap with lock. Mount: Surface mount. Finish: Powdercoat Black. Liner Color: Black. SITE FURNISHINGS AND EQUIPMENT 02990-1 Iowa City # Confluence No. 16070 Cardigan Park Construction Project City of Iowa City, Iowa 2.03 BENCHES A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal as indicated on Drawings: 1. Barco Products Inc.: Cassidy Style Bench w/ straight back, end arms. Mount: surface mount. Finish: Powdercoat. Color: Black. 2.04 BIKE RACK A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal product as indicated on Drawings: 1. CycleSafe, Inc.: Classic U/2 Round Rack. Material: Schedule 40 Steel. Surface Mount. Finish: Black Plastisol Rubberized Coating. 2.05 ROUND FIRE PIT A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal product as indicated on Drawings: 1. Rosetta by Midland Concrete Products: Belvedere Fire Pit Kit. 58" overall diameter. 36" diameter steel fire ring insert. Block layout pattern as provided by manufacturer. 2.06 SQUARE SHELTER A. Basis -of -Design Product: Subject to compliance with requirements, provide this product or approved equal product as indicated on Drawings: 1. Coverworx Recreational Architecture: Steelworx Square 18'x18' Shelter w/ Vented Top. Roof Pitch: 4:12 w/ 7'-6" eave height. Polyester Powder Coated Frame. 24 ga MultiRib Metal Roofing. SYP #1 grade Tongue & Groove upgrade. Include: Iowa Engineer, Seals, Footing Details and Calculations. All hardware shall be included. PART 3 EXECUTION N 0 J 3.01 EXAMINATION *C -)n A. Examine areas and conditions, with Installer present, for compliance with regcwekrentMfor c rrect and level finished grade, mounting surfaces, installation tolerances, and other 4oFitionns aff performance. r n _ 1. Proceed with installation only after unsatisfactory conditions have been c d.%a D CD 3.02 INSTALLATION, GENERAL A. Comply with manufacturer's written installation instructions unless more stringent requirements are indicated. Complete field assembly of site furnishings where required. 1. Unless otherwise indicated, install site furnishings after landscaping and paving have been completed. 2. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings. 3.03 CLEANING A. After completing site furnishing installation, inspect components. Remove spots, dirt, and debris. Repair damaged finishes to match original finish or replace component. END OF SECTION SITE FURNISHINGS AND EQUIPMENT 02990-2 SYMBOLS AND ABBREVIATIONS --- PROPERTY LINE — — WATER MAIN --- SANITARY SEWER STORM SEWER — OVERHEAD ELECTRIC UNDERGROUND ELECTRIC --- CENTERLINE --- FIBER OPTIC LINE GAS LINE --------- EASEMENT LINE SILT FENCE O' PROPOSED INDEX CONTOUR O' PROPOSED CONTOUR ------EXISTING INDEX CONTOUR ------ EXISTING CONTOUR �* HORIZONTAL CURVE CUR. CLEARANCE DA. DIAMETER EJ EXPANSION JOINT FES FLARED END SECTION FFE FINISHED FLOOR ELEVATION FU FLOW LINE HP HIGH POINT U' LOW POINT MFR. MANUFACTURER N.C. NOT IN CONTRACT FVC P.V.C. PIPE R RADIUS RCP REINFORCED CONCRETE PIPE RIM RIM ELEVATION FIRE HYDRANT H WATERVALVE M TEE CONNECTION w LIGHT POLE, SINGLE FIXTURE LIGHT POLE, DOUBLE FIXTURE SPOT ELEVATION HORIZONTAL CONTROL POINTS O KEY NOTE —,-i SURFACE DRAINAGE Q STORM MANHOLE ® SANITARY MANHOLE ® CLEANOUT O STORM SEWER CURB INTAKE STORM SEWER AREA INTAKE a, HANDICAP PARKING STALL CARDIGAN PARK CITY OF IOWA CITY 500 HUNTINGTON DRIVE IOWA CITY / IOWA CONFLUENCE PROJECT NO: 16070 FILED 2117 DEC 19 All 9: e 4 FALEIGH LANE BcvaEvawxc- I .. sHEireR.GRwc�w we _ 'f-� _yy RurcRoux ��:Y! MUNFELELiNV.wLYLtSiEMRV \ � � �� -NiHaE PITExRY6WBEN cvosswNx � � ` BENws u.wG HYvI I / 5 mwBm - CARDIGAN PARK p a u z � HxEm o � i `� / .- wlxExwL.nEn z � -� nvRnrwmosmRosx z / � I• EumRE cLOQ cue--nr CITY CLEF,?y CIT Y. I o zp-, THIS PROJECT IS BASED ON 2017 EDITION OF THE SUDAS STANDARD SPECIFICATIONS UNLESS MODIFIED HEREIN. FconFILLJEnCE F— DRAWING INDEX I VICINITY SKETCH ' z camm Re sx�nlr How s, U.' <® _ .cm nro9a m o" I ISSUED FOR CONSTRUCTION SET 100% CD 11X17 ®CALLONE LANDSCAPE ARCHITECT CONFLUENCE 900 2ND STREET, SE CEDAR RAPIDS, IA 52401 PHONE: 319.409.5401 CONTACT: PATRICK R. ALVORD HEx U"NE RUNDEE PORESof SULOCWEN NNB vREvusEO Br ME OR uxoER Nr RERsoxu auRER.nsloNaXo iBMA YCEEuly �ji REGIPN EMCIBIECTuxGERIS u E OOL of lGE IT Ic MIREGI6lR1ilONG4TEISJIIXE3nH,A1B 6NEETB COVERFO BYThISSEgL WOI-HLLO Oul d'llan;.r ___ _—_—_—_ _—_— -------------- _—__ I =W RALEIGH LANE I I jI r E_ �F � I I � F� I I I 11 j &LuI FFFFFJ \I / I / I % I / I � I / I \ {I \ I \ \ y i � I CARDIGAN LAN BOUNDARY AND TOPOGRAPHIC INFORMATION TAKEN FROM SURVEY AS PREPARED BY HBK ENGINEERING, 509 S. GILBERT STREET, IOWA CITY, IOWA, 52240. 01 EXISTING CONDITIONS ConFLUEf10E LANDSCAPE ARCHITECT .CONFLUENCE M MDMIMT,S SURE101 CEDAR RAPM. A S 401 �'L ED 7 DEC 19 AK 9: 14 CITY CLFR#t Wil CIT Y.Ioo REVISION SCHEDULE ISSUED FOR 100% CD FOR CONSTRUCTION EXISTING CONDITIONS CONFIDE CE PROJECT NO. 10070 L1.00 3 I � M R/VO INA SEE NOTE 12 F -' If_ I-s-F11),1f ALVEff 1144- (/91rti 1lrY0] 4 __— _gRALEIGHAN L 1 _ NO PMKINGMYWWN ACCf86 F WITHOUT OWNER APPROVPL u - --------- ���� CONTRCTOR RESPONSIBM FOR COORDINATING CONSTRUCTION G_.. WITH HIOHIAND CONDOMINIUMS WRING WORK WITHIN STREET REMOVE IS OF CURB FOR TWO (2) ADA RAMPS D . T ---1— -- O- - -- -� - - - _ q _ __ ^LFE'c -jam - - A - ---T- — -- - _ l -- I Yfl A -r y__�Y o }_ REMOVEANDSQCKPILEPIAY - _ SURFACING A6 NEEDED FOR NILE -7 AN SIDEWALK INSTAWTION _ T _ _--------- - _- - - _ _ _ _ b�C _j�� -- �i 7 — --------------- ' 1 _ —__ / -- 7 _____/ it f _—`_`_ ------ _— — — / ---7J IEMOVE CURB FOR ONE Ii) ADARAMP- II ;' .: �" _ —�aR9 _ _ _ / i -- / 12 G_—/ I` REMOVE EXISTING SIDEWALK AS NECESSARY TO, — /T _ PROVIDE ADA COMPLIANT CROSS SLOPE FORTRAIL "'^ —i-- _ I — — — — / =r a — — ACCESS 5EENOTE I2 ------------ J = -' I) /� 9 TREE r —_ —_ — J 1 T u)i i / —_— _— —_ i _—_ % ►' 4 -TEE 7 f- _ -_ __-�- _ _ _ _ _ _ _ _ _ _- / _ _ _ \ - _ _ _ _ _ _ _ _ �y - - - y— — _ '— y ( v — i <�� �yj t- — 7 �1 OCt --__ - - 7 E \\Z —_---_= —7-7-74 t _ _ \\ REMOVE qND REPLACE DgMAGED WAU(gNO CURD — gTCONSTRUCTIONENTRY —{ 6EE NOTE 12 \'\ H — .RE(` 6'TREE *TRF 2WSFOFWNKWITHINCDNBTRUCTION ENTRY ���" tWLFOFCURBWITHWCONSTRUCTION ENTRY r — IiR '3 \ .\ .— ,RF — _ — - ,J„—`_ _-4 _ �RF�— 'flllmiffflll ��l� — EEE DEMOLITION PLAN 1 E'T'EE SEENOTEI2 �ra�� SEE NOlE,2 _ —L ____N1 N LANE SCALE,'=40' t0 20 4 DEMOLITION NOTES: 11II 1. CONTRACTOR TO COORDINATE SHE PREPARATION AND DEMOLRIONWITHANY AND ALL BUILDING DEMOLITION SHOWN ON THE ARCHITECTURAL PIANS 2. WHERE PAVING REMOVALS ABUT THE EXISTING BUILDING THE CONTRACTOR SHALL PRESERVE AND PROTECT THE BUILDING AND BUILDING FEATURES DURING PAVING REMOVAL 3. PRIOR TO MY EXCAVATION AT THE SITE, CONTRACTOR SHALL EXAMINE ANY APPLICABLE DRAWINGS AVAII FROM THE OWNER ANDIOR THE LANDSCAPE ARCHITECT. AND CONSULT WITH OWMER'S PERSONNEL AND UTILITY COMPANIES REPRESENTATIVES TO DETERMINE POSSIBLE UTILITY LOCATION AND DEPTHS. NO COMPENSATION WALL BE ALLOWED FOR DAMAGE RESU 1 FROM FAILURE TO COMPLY WITH THIS REQUIREMENT. 4. CONTRACTORS TO FIELD ADJUST ALL EXISTING SITE UTILITIES TO NEW FINISH GRADES IF NECESSARY. MISTING UTILITIES INCLUDE, BUT ARE NOT LIMITED TO FIRE HYDRANTS, MANHOLE RIMS. INLETS, WATER VALVESAND LIGHT BASEIC S. THE CONTRACTOR SHALL VERIFY THE LOCATION AND PROTECT ALL UTILITIES AND STRUCTURES. DAMAGE TO UTILITIES AND STRUCTURES SHALL BE REPAIRED BY THE CONTRACTOR TO THE SATISFACTION OF THE OWNER OF THE UTILITIES. 5. FIELD VERIFY EXISTING GRADES AND LOCATIONS OF EXISTING UTILITIES. CONDUIT, LINES, POLES, TREES, PAVING, BUILDING AND OTHER SITE STRUCTURES PRIOR TO DEMOLITION OR CONSTRUCTION AND IMMEDIATELY INFORM THE LANDSCAPE ARCHITECT OF ANY DISCREPANCIES. 1. CONTACT THE LANDSCAPE ARCHITECT PRIOR TO REMOVING ANY PLANT MATERIAL NOT INDICATED TO BE PROTECTED OR REMOVED. 0. PROTECT ALL ITEMS WTTIHIN CONTRACT LIMITS NOT INDICATED TO BE REMOVED. NOTFTTIE LANDSOAPEARCHTECTOFANY DISCREPANCIES. 9. REPORT TO OWNER'S REPRESENTATIVE ANY DAMAGE TO EXISTING UTILITIES PRIOR TO REPAIR, 10. ALL WORK SHALL BE IN ACCOROANCE WITH OSHA CODES AND STANDARDS. NOTHING INDICATED ON THESE DRAWINGS SHALL RELIEVE THE CONTRACTOR FROM COMPLYING WITH ANY APPROPRIATE SAFETY REGULATIONS, 11. AT ANY INSTANCE WHERE CONSTRUCTION IS REQUIRED ON ADJACENT PROPERTY OWNER'S LAND, COORDINATE CONSTRUCTION EFFORTS. 12. VERIFY MISTING RAMP FOR ADA COMPLIANCE PRIOR TO CONSTRUCTION. RAMPS DEEMED NON-COMPLIANT WILL BE REPAIRED OR REPLACED. COORDINATE WITH CITY ENGINEER AND DESIGN PROFESSIONAL PRIOR TO ANY WORK. DEMCLITIOW EROSION CONTROL PLAN KEYNOTES GREMOVETiM!LkCE EXIST. DECIDUOUS TREE. COORDINATE WITH CITY OF IOWA CITY PARKS AND RECREATION DEPARTMENT PRIOR TO REMOVAL CREMOVER EPI NCE MST, EVERGREEN TREE COORDINATE WITH CITY OF IOWA CITY PARKS AND RECREATION DEPARTMENT PRIOR TO REMOVAL UPRESERVE AND PROTECT EXISTING WALK. TYP. INS) COORDINATE CONSTRUCTION WITH PROPERTY OWNER OPROTECT AND PRESERVE EXISTING TURF GPROTECT EXISTING PCC CURB, TYE. VPROTECT MISTING PLAY EQUIPMENT. REMOVAL OF MULCH FOR DRAIN TLE INSTALLATION REQUIRED. SEE GRADING PLAN. GGRANULAR CONTROL MAT AND CONSTRUCTION ENTRANCE OFILTER SOCK, AS SPECIFIED AREAOFDISTURBANCE GREPAIR CURB AS NECESSARY IEGFJJD: FILTER SOCK PROPERTY LINE — — — — — — — CONSTRUCTION LIMIT LINE --- --- — ORANGE SAFETY FENCE V::99 AREA OF CONSTRUCTION BEYOND OWNER'S PROPERTY LINE. \�V REMOVE AND LEGALLY DISPOSE OF MISTING VEGETATION SI -OWN TO BE REMOVED. REMOVE AND LEGALLY DISPOSE OF MISTING EVERGREEN TREE SHOWN TO BE REMOVED. �IW PRESERVE AND PROTECT EXISTING PCC WALK +LLIrI 4 STAGING AREA F- 71 rr -- AREA OF DISTURBANCE -.95 ACRE STOCKPILE AREA- RESEED DAMAGED NRF PRIOR TO PROJECT COMPLETION COf1FLUEnCE lANOSCAP,� RCHITECT CONFLUENCE M 2ND STREET, BE SUITE 104 LISEj�'�e{j■52401 I 19 AM 9: 04 REVISION SCHEDULE ISSUED FOR loons co FOR CONSTRUCTION DEMOLITION AND EROSION CONTROL PLAP CONFLUENCE PROJECT NO: 16010 L2.00 2 KEYNOTE LEGEND: OSTEELMORX801JARE SHELTER WRH VENTED TOP -1&f. SEE LEN OEXISTING PLAYGROUND EQUIPMENT ODUTY STANDARD LCCP BIKE RACK SEE Thi.W OBENCH.CITYSTANDARD, BIACKCIXAR.SEEVLi.W OEXHITINGTURRERESEWEANDPROTECT,SEEI2,W OOECOMPOSEDbIIANNE-MIDNIOIITBLUESTABILIZEDPATMWAYMM.9" O GRANITE SEE IM7.W {�.��I/I/ �� OG ROUND FIREPRBY.-IFTTASTONE FONDDU EACCOLOR. SEE 11N00AND I&C OBUTTERFLYffWDEN,SEE LS.W 10% OPOO PAVEMENT, TYPE I. SEE IN.W OCOUCRED PCC PAVEMENT, TYPE 2 SEE—.D0 OTRUNCATED DOME PAVER, CAST IRON, BR0K RED O-STING PCC PAH— OONINAGE HILL. SEE -01 O—IN TILE OUTLET WITH RODENT -0. SEE L5.01 OMONUMENTSION, SEE CITY OF SMACRY PARKS SYSTEM MASTER PIAN OTRASH RECEPTACLE CITY STANDARD. INSTALL PER MANUFACTURER'S SPECIFICATION. SURFACE MOUNT. ODISTURBED TURF AREA REPAIR AND RESOD MY DISTURBED AREAS OCONTRACTOR NESFONBIBLE FOR COORDINATING CONSTRUCTION WITH CARDIGAN CCHDOMINIUMS DURINGKORK WNHIN STREET. ■ PCC TYPE ■ PCC TYPE C. COLOR WS'WNAR ECLIPSEBY SOLOMON COLORS INC. EXISTING NRF. PRE.ERVE AND PROTECT. SEE l3.W oI.TUNEE.AREAREPAIR AND RESOD. ® PLAYGROUND BURFACNG NOT IN CONTRACT. DECCMPOSEDGFPNITEAGGREGATEj' MINUS, WABHEO.TOINCLUDE STABILIZER, INSTALL PER KAFKA GRANITE STANDARD SPECIFICATION& SEE 1NLE00 © SHREDDED MARGMCAD MULCH. SEE 1L&W BUTTERFLY PRAIRIE FOR MEDIUM SOILS BY PRAIRIE NURSERY. INSTALL PER PRAIRIE NURSERY'S STANDARD SPECIFICATIONS. PRCPOSEDCANOPYTREE, KEEL3,00 PROPOSED EVERGREEN TREE, SEE IB PO 4 ' t E%ISTING RELOCATE. _ CANOPY TREE DECIDUOUS TREE �f 1 'E q EVERGREEN �h EXISTING EVERGREEN TREE EVEflGREEN TREE PROPOSED SHRUB. SEE LS.W O PROPGEED GRASSES AND PERENNIALS, SEE W.00 CWFLUEME LANDSCAPE ARCHITECT - -CONFLUENCE 0002ND STREET, BE SUITE 109 CEDAR RAPIDS, lA 52001 ' • E +t u.gpp. ' 19 AN 9. o4 REVISION SCHEDULE ISSUED FOR 100%CD FOR CONSTRUCTION KEYNOTE PLAN CONRUENCE PROJECT NO: 18070 L3.00 .T- W;r- �V 9I i. , id�T I � A All' i `� N ,r KEYNOTE LEGEND: OSTEELMORX801JARE SHELTER WRH VENTED TOP -1&f. SEE LEN OEXISTING PLAYGROUND EQUIPMENT ODUTY STANDARD LCCP BIKE RACK SEE Thi.W OBENCH.CITYSTANDARD, BIACKCIXAR.SEEVLi.W OEXHITINGTURRERESEWEANDPROTECT,SEEI2,W OOECOMPOSEDbIIANNE-MIDNIOIITBLUESTABILIZEDPATMWAYMM.9" O GRANITE SEE IM7.W {�.��I/I/ �� OG ROUND FIREPRBY.-IFTTASTONE FONDDU EACCOLOR. SEE 11N00AND I&C OBUTTERFLYffWDEN,SEE LS.W 10% OPOO PAVEMENT, TYPE I. SEE IN.W OCOUCRED PCC PAVEMENT, TYPE 2 SEE—.D0 OTRUNCATED DOME PAVER, CAST IRON, BR0K RED O-STING PCC PAH— OONINAGE HILL. SEE -01 O—IN TILE OUTLET WITH RODENT -0. SEE L5.01 OMONUMENTSION, SEE CITY OF SMACRY PARKS SYSTEM MASTER PIAN OTRASH RECEPTACLE CITY STANDARD. INSTALL PER MANUFACTURER'S SPECIFICATION. SURFACE MOUNT. ODISTURBED TURF AREA REPAIR AND RESOD MY DISTURBED AREAS OCONTRACTOR NESFONBIBLE FOR COORDINATING CONSTRUCTION WITH CARDIGAN CCHDOMINIUMS DURINGKORK WNHIN STREET. ■ PCC TYPE ■ PCC TYPE C. COLOR WS'WNAR ECLIPSEBY SOLOMON COLORS INC. EXISTING NRF. PRE.ERVE AND PROTECT. SEE l3.W oI.TUNEE.AREAREPAIR AND RESOD. ® PLAYGROUND BURFACNG NOT IN CONTRACT. DECCMPOSEDGFPNITEAGGREGATEj' MINUS, WABHEO.TOINCLUDE STABILIZER, INSTALL PER KAFKA GRANITE STANDARD SPECIFICATION& SEE 1NLE00 © SHREDDED MARGMCAD MULCH. SEE 1L&W BUTTERFLY PRAIRIE FOR MEDIUM SOILS BY PRAIRIE NURSERY. INSTALL PER PRAIRIE NURSERY'S STANDARD SPECIFICATIONS. PRCPOSEDCANOPYTREE, KEEL3,00 PROPOSED EVERGREEN TREE, SEE IB PO 4 ' t E%ISTING RELOCATE. _ CANOPY TREE DECIDUOUS TREE �f 1 'E q EVERGREEN �h EXISTING EVERGREEN TREE EVEflGREEN TREE PROPOSED SHRUB. SEE LS.W O PROPGEED GRASSES AND PERENNIALS, SEE W.00 CWFLUEME LANDSCAPE ARCHITECT - -CONFLUENCE 0002ND STREET, BE SUITE 109 CEDAR RAPIDS, lA 52001 ' • E +t u.gpp. ' 19 AN 9. o4 REVISION SCHEDULE ISSUED FOR 100%CD FOR CONSTRUCTION KEYNOTE PLAN CONRUENCE PROJECT NO: 18070 L3.00 BEE NOTES iRALEIGH LANE \ \ \ \ \ \ \ I � I EXISTING ANGLE EXPANSION JOINT, SEE 0 -TW PARKING I 1 24 REMOVE EXISTING SIDEWALK NECESSARY TO OVIOEADA CROSS BPEFO R iRA.I ACESG. INSTALL RAMPSTO MEETNEWPOA 1 ' SEE NOTES T AND 5 WALK LINE C —'T� jl of b.� , BEE Oth40t 1 � / RIO". Ot La m R839' X5:0, EXISTING 9DEWALF ----------- 0 1 LAYOUT PLAN BENCH, SEE )SILTO PCCTYPEI, SEEO111-1UD RF -v EXISTING 14 FIRE PB AREA. SEE IM7.00 BEE NOTES) AND B __ SEE NOTES 7 AND O= -----__ CARDIGAN LANE LAYOUTNOTEB: 1. ALL CURB RAMPS TO BE BUILT AS PER FEDERAL ACCESSIBILITY STANDARDS. I1'd'TYP. I ILu I ? �PROPI 52240. 4. ALL WORK SHALL BE IN ACCORDANCE WITH OSHA CODES AND STANDA EXISTING NOTHING INDICATED ON THESE DRAWINGS SHALL RELIEVE L CONTCTOR FROM COMPLYING WDN ANY APPROPRIATE S4 RA I fnO v I 9 'z F— z C % ' T COORDINATE WITH CITY ENGINEER AND DESIGN PROFESSIONAL PRIOR TO If i N / WALK LINE C —'T� jl of b.� , BEE Oth40t 1 � / RIO". Ot La m R839' X5:0, EXISTING 9DEWALF ----------- 0 1 LAYOUT PLAN BENCH, SEE )SILTO PCCTYPEI, SEEO111-1UD RF -v EXISTING 14 FIRE PB AREA. SEE IM7.00 BEE NOTES) AND B __ SEE NOTES 7 AND O= -----__ CARDIGAN LANE LAYOUTNOTEB: 1. ALL CURB RAMPS TO BE BUILT AS PER FEDERAL ACCESSIBILITY STANDARDS. 2. PAVING DIMENSIONS ARE TO BACK OF CURB UNLESS OTHERWSE NOTED. 3. BOUNDARY AND TOPOGRAPHIC INFORMATION TAKEN FROM SURVEY ARE PREPARED BY HER ENGINEERING SOBS GILBERT STREET IOWA CITY IOWA 52240. 4. ALL WORK SHALL BE IN ACCORDANCE WITH OSHA CODES AND STANDA NOTHING INDICATED ON THESE DRAWINGS SHALL RELIEVE L CONTCTOR FROM COMPLYING WDN ANY APPROPRIATE S4 RA REGULATIONS, 5. VERIFY COORDINATES PRIOR TO CONSTRUCTION. 6. PROPOSED SIGNAGE TO MEET CITY CODES FOR GROUND SIGN2.11I1 DEC 9 T. ADA DETECTABLE WARNING PANELS SHALL BE CAST IRON. BRICK RED COLOR. CIT C 0. VERIFY EXISTING RAMP FOR ADA COMPLIANCE PRIOR TO CONG�AQYIII. RAMPS DEEMED NONCOMPLIANT WILL BE REPAIRED OR ��(� ' T COORDINATE WITH CITY ENGINEER AND DESIGN PROFESSIONAL PRIOR TO ANY WORK JT CO DATA iTHIN NOTE: ALL CONTROL POINTS ARE LOCATED ALONG THE CENTERLINE OF WALK OR PLAZA, EXCEPT AS NOTED HERE'. D3- REFERENCE FOR BENCH PAD • DT- REFERENCE FOR BENCH PAD • 14 -REFERENCE FOR BENCH PAD • 23 -EDGE OF PAVEMENT 24 -EDGE OF PAVEMENT • 25 -EDGE OF PAVEMENT 26- REFERENCE FOR BENCH PAD 31 -CENTER OR PLAYGROUND AND SURROUNDING WALK ■ PCC -PEI ■ PCC TYPE 2. C0.0R 9051UNAREOIJPSE' BY SOLOMON OCLORS IN^_ CWFLUEf10E LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET, BE SUITE 104 CEDAR RAPIDS. W 52401 PH: 319.408.5401 ED AM gi LERtt Y. 101 TVA REVISION SCHEDULE ISSUED FOR 700%CD FOR CONSTRUCTION LAYOUT PLAN CONFLUENCE PROJECT NO: 10W0 L4.00 :onFLUEnCE 1NDSCAPE ARCHITECT DNFLUENCE D 2ND STREET. SE,SURE 1M :DAR R FIDS. A 5MO1 I: 319.09.5101 ILED 19 AM 9.03 CITYEIo . n Y ry U U Q O REVISION SCHEDULE ISSUED FOR 100%CD FOR CONSTRUCTION SHELTER NLARGEMENT PLAN DNRUENCEPROJECTNO: MM L4.01 MATCH EXIBTING: 764.31 RAL-,!� 4 • _di``��s��� � � III �� q I ti 1 H EXISTING: 01 GRADING PLAN 764.59 7 GRADING NOTES COf1 F LU E f1C E 1. ALL SPOT ELEVATIONS ARE AT THE TOP OF FINISHED SURFACES. SPOT ELEVATIONS SHOWN IN PARKING ARE AT THE BOTTOM OF CURB. ADD 6- TO COMPUTE TOP OF CURB ELEVATION. 719.75 i]88 .76],82 T6i.24 TRS 767 2ND BE SUITE 104 REMOVE CUARE R ONE (1)]6]rzI " APPLICABLE DMWiNGS AVAILABLE FROM THE OWNER AND' OR LANDSCAPE < TBT e]efi 319.409.5401 76L32 POSSIBLE UTILITY LOCATIONS AND DEPTHS. MALL 1%.7 ALLOWED FOR DAMAGE RESULTING FROM FAILURE TO COMPLY `MTI THIS LU E TO COMPLY IS pOp RAMP 76171 LP. 161.59 7fi] 55 16161 3, INSTALL SILT SOCKS AT PERMANENT STORM SEWER INLETS AND SOD�A?LL�� rfi] fi0 SLOPES FOR EROSION CONTROL. SILT SOCKS L BE MAINTAINED l � SHALL ]g6 65 ]6] 52 197.6 i REMOVE E%I6iING 61OEWALKAO NECESSARYTOPROVIDEPAA � ]5kii jq]62 ]6T 6g IN \ 4. FINAL BERM SHAPE TO APPROVED BY ONMER. ]6T fi6 _-- 5. SEE SPECS FOR MINIMUM DEPTH OF TOPSOIL FOR ALL LAWN AREAS AND I T Y C [�W CLEW \ COMPLIAM CROSS SLOPE FOR / 76766 A 7 /' /P 767..1,= TRAIEET E55_DN Tl RAMPR TO MEET NEW AGA PATH i 7- 781.64 M.04 - - P. ADEQUATE SCREENING OF PARKING LOT AREAS WITH EARTH BERMS OR 19 188_09 - " \iCH EX16TING: 785.05 / ST91 OF (IOM CITY. IDWM 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR POSITIVE SURFACE DRAINAGE IN ALL AREAS, UNLESS OTIERWISE NOTED. ALL NEWLY GRADED GROUND SURFACES SHALL BE FINISHED TO UNIFORM GRADES AND SLOPED ]65]2 IN SUCH A MANNER TO BE FREE OF DEPRESSIONS THAT CAUSE AREAS OF STANDING WATER. THE CONTRACTOR SHALL REPORT ANY CONFLICTS WITH THIS REQUIREMENT TO THE LANDSCAPE ARCHITECT FOR RESOLUTION PRIOR r65.66,iy rBA01 d a O o -69 SMOOTH TRANSITION BEIWEEN THE NEW WORK AND EXISRNG WORK, I PONDING AT JOINTS WILL NOT BE ACCEPTED. 12. CONTACT LANDSCAPE ARCHITECT PRIOR TO BACKFILLING AGAINST EXISTING A' 1 BUILDINGS. PROVIDE WATERPROOFING WHEN S.ACKMLUNG AGAINST LLL.LLL EXISTING BUILDINGS. \\�� d( -J 13. CONTRACTOR RESPONSIBLE FOR ALL PRIVATE LOCATES NOT COVERED BY THE IOWA ONE CALL SYSTEM.Lu 14. SEE 12.00 FOR EXTENTS OF GRADING. SITE DISTURBANCE, CONSTRUCTION STAGING. STOCKPILE AREA. AND ACCESS, U O Q O 15. SEE -4.01) AND L4.01 FOR ALL WALK LAYOUT DIMENSIONS. / Q \ (I'1 U v_J Q Q 766.1 U I a7 PAVING CROSS SLOPES SHALL BE IS%, O 10 EXTENTBGFDISTURBANCE .' 4 "/6656 759.611 V16.66 /]69.39 J^ / ]55.80 �\\\ ]6947 I `� I J/ \\\ / 65 ].88 / / / ]BB .96 766.66 ]89A5 766gfi / HR ]60.98 1 , �� >.. 769.53 769.00 770 D 1 i .7686 I i+ 769.74 / I o /� 0 2 I 77046 1. p ;� nom / Ls.ot zi DI - _. _. _.�\ 770.03 7711 / 779.110 .L / 770.16 70.110 ��"" ]7a 20 I nO24 1770.12 I M34 I 1 770.0: I j ]]o a 77SO: 770.35 1 / T]Lrz T]0.44 77038. p MATCH E%18TIN0.770.60 ]]IbaG / * ]]11'&5 EXTENTS OF DI6TURBANCE no.a / 7622 - ]]Ci2 � ��7t�i - 771.677018 1 RLII ri /1IO.T0 �1i622 77. 7711 31'a 1[ - R0.1B T70 16 770016 \ 77094 H EXISTING: 01 GRADING PLAN 764.59 7 771.69 m 771 7m'B6 \ \a14 REVISION SCHEDULE __ \ \ I.IE are o¢m..�w / 77774 '77o.9z V .z 710 as '7224 O 7rz.ID� 1 rmm� ra¢oar 77 ., nr 40 .:. \ \ E nvsagr vwnmar I"'iTtB2 - \ 77362 _ �� `\ v71 i2_ \\ 471214 I \ I 712 1 280 I I \ \ \ ISSUED FOR 17z81 I \\ \ r 100% CID • rf'' • j I n2as \\ 16963 sm e• FOR a MATCH EXIBTINO 7 3 ] ]69 61 6 ��H W'�' MATCH ExIsnNG Msec is%M4x rDEnH CONSTRUCTION EXI E 'L ]]3 -�) AGGREGCOMPACATE _vLF. MATCH EXISTING: 769.40 \ II -^ MATCH EXISTING 7fi990o•w S oe ®w AN COWPACTED v*+ow r wane¢ ¢mwrnr ww¢ro SUBBASE GRADING PLAN __-_- -___-_---_-_-_ --_ ,__-_-_-_-___-___-_-_ _ --_ _--_-_-_- �1� SECTION: PCC WALK, TVP. " CON UENCE PROJECT NO: 1860 CARDIGAN LANE - - 1 acALE:r40 _ L5.00 11Y40' eo GRADING NOTES COf1 F LU E f1C E 1. ALL SPOT ELEVATIONS ARE AT THE TOP OF FINISHED SURFACES. SPOT ELEVATIONS SHOWN IN PARKING ARE AT THE BOTTOM OF CURB. ADD 6- TO COMPUTE TOP OF CURB ELEVATION. LANDSCAPE ARCHITECT CONFLUENCE 2 PRIOR TO ANY SITE EXCAVATOR. THE CONTRACTOR SHALL EXAMINE ANY 2ND BE SUITE 104 APPLICABLE DMWiNGS AVAILABLE FROM THE OWNER AND' OR LANDSCAPE CE RAPIDS, CEDANR09.540 M52401 ARCHNECT, AND CONSULT WITH OWNER'S REPRESENTATIVES TO DETERMINE 319.409.5401 POSSIBLE UTILITY LOCATIONS AND DEPTHS. MALL ALLOWED FOR DAMAGE RESULTING FROM FAILURE TO COMPLY `MTI THIS LU E TO COMPLY IS F �H REQUIREMENT. E � 3, INSTALL SILT SOCKS AT PERMANENT STORM SEWER INLETS AND SOD�A?LL�� SLOPES FOR EROSION CONTROL. SILT SOCKS L BE MAINTAINED l � SHALL ESTABLISHMENT OF PERMANENT GROUND COVER 01 EROSION CON MEASURE I EC 19 qy 9. 0- \ 4. FINAL BERM SHAPE TO APPROVED BY ONMER. \ 5. SEE SPECS FOR MINIMUM DEPTH OF TOPSOIL FOR ALL LAWN AREAS AND I T Y C [�W CLEW \ PLANTING BEDS 101, S. ALL DEBRIS SPILLED W4 THE R.O.W. SWILL BE PICKED UP BY THE A CITY. IOWA CONTRACTOR AT THE ENO OF EACH MRK DAY. ]. CONTRACTOR TO FIELD ADJUST ALL EXISTING SITE UTILITIES TO NEW FINISHED GRADES. EXISTING UTIUTIES INCLUDE, SLIT ARE NOT LIMITED TO. FIRE HYDRANTS, MANHOLE RIMS, INLETS, WATER VALVES, AND UGHT BASES, S. BAOKFILLTOTOPCFCURB P. ADEQUATE SCREENING OF PARKING LOT AREAS WITH EARTH BERMS OR LANDSCAPING SHALL BE PROVIDED IN A MANNER ACCEPTABLE TO THE CITY OF (IOM CITY. IDWM 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR POSITIVE SURFACE DRAINAGE IN ALL AREAS, UNLESS OTIERWISE NOTED. ALL NEWLY GRADED GROUND SURFACES SHALL BE FINISHED TO UNIFORM GRADES AND SLOPED IN SUCH A MANNER TO BE FREE OF DEPRESSIONS THAT CAUSE AREAS OF STANDING WATER. THE CONTRACTOR SHALL REPORT ANY CONFLICTS WITH THIS REQUIREMENT TO THE LANDSCAPE ARCHITECT FOR RESOLUTION PRIOR TO FINAL GRADING OPERATIONS. 11. WHERE PROPOSED GRADES MEET EXISTING, BLEND GRADES TO PROVIDE A SMOOTH TRANSITION BEIWEEN THE NEW WORK AND EXISRNG WORK, I PONDING AT JOINTS WILL NOT BE ACCEPTED. 12. CONTACT LANDSCAPE ARCHITECT PRIOR TO BACKFILLING AGAINST EXISTING A' 1 BUILDINGS. PROVIDE WATERPROOFING WHEN S.ACKMLUNG AGAINST LLL.LLL EXISTING BUILDINGS. \\�� d( -J 13. CONTRACTOR RESPONSIBLE FOR ALL PRIVATE LOCATES NOT COVERED BY THE IOWA ONE CALL SYSTEM.Lu 14. SEE 12.00 FOR EXTENTS OF GRADING. SITE DISTURBANCE, CONSTRUCTION STAGING. STOCKPILE AREA. AND ACCESS, U O Q O 15. SEE -4.01) AND L4.01 FOR ALL WALK LAYOUT DIMENSIONS. / Q \ (I'1 U v_J Q Q U rvoTe PAVING CROSS SLOPES SHALL BE IS%, I U 771.69 m 771 7m'B6 \ \a14 REVISION SCHEDULE __ \ \ I.IE are o¢m..�w / 77774 '77o.9z V .z 710 as '7224 O 7rz.ID� 1 rmm� ra¢oar 77 ., nr 40 .:. \ \ E nvsagr vwnmar I"'iTtB2 - \ 77362 _ �� `\ v71 i2_ \\ 471214 I \ I 712 1 280 I I \ \ \ ISSUED FOR 17z81 I \\ \ r 100% CID • rf'' • j I n2as \\ 16963 sm e• FOR a MATCH EXIBTINO 7 3 ] ]69 61 6 ��H W'�' MATCH ExIsnNG Msec is%M4x rDEnH CONSTRUCTION EXI E 'L ]]3 -�) AGGREGCOMPACATE _vLF. MATCH EXISTING: 769.40 \ II -^ MATCH EXISTING 7fi990o•w S oe ®w AN COWPACTED v*+ow r wane¢ ¢mwrnr ww¢ro SUBBASE GRADING PLAN __-_- -___-_---_-_-_ --_ ,__-_-_-_-___-___-_-_ _ --_ _--_-_-_- �1� SECTION: PCC WALK, TVP. " CON UENCE PROJECT NO: 1860 CARDIGAN LANE - - 1 acALE:r40 _ L5.00 11Y40' eo I I I I f LJ 01111 PLAN: PLAY AREA GRADING ENLARGEMENT LINE ------- -- "o 00 / L Wlm -, 00 O 00 `\ � O Tae ' O BOJ G ' 0 D,;� l I ConFLUMCE I I I I F.. I " 6PERF HDPE TION COMPACTED SOIL BELOW PLAYGROUND SURFACING. FINISHED GRADE IS DEFINED AS TOP OF FOOTING LOC AND VERIFY FOOTING LOCATIONS AND PLAYGROUND SURFACING. MAINTAIN I% SLOPE ACROSS FINAL GRADED PLAY SURFACE. INSTALL NTILEAOUNO • jEQUIPMENT PLAYGROUNDENT n _ FOOTINGS, 731.61 MAINTAIN POSITIVE SLOPE FROM - PLAY AREA TO DAYLIGHT ! LOCATION. /\ s( RODENT GUARD AT END OF DRAIN TILE— Y n� ✓A_I�Y4/ I I I I f LJ 01111 PLAN: PLAY AREA GRADING ENLARGEMENT LINE ------- -- "o 00 / L Wlm -, 00 O 00 `\ � O Tae ' O BOJ G ' 0 D,;� l I ConFLUMCE I I I I O I 6' PERF.HE DN TILE RAI COMPACTED SOIL BELOW PLAYGROUND SURFACING. FINISHED GRADE IS DEFINED AS TOP OF FlLODP VERIFY FOOTING LOCATIONSEAND INSTALL DRAM PLAYGROUND SURFACING. MAINTAIN I% SLOPE ACROSS FINAL GRADED PLAY SURFACE. TII£AROUND PLAYGROUND jEQUIPMENT FOOTINGS. n MAINTAIN POSITIVE SLOPE 731.61 FROM PLAT AREA TO DAYLIGHT - LOCATION. ! O ATA I I I I f LJ 01111 PLAN: PLAY AREA GRADING ENLARGEMENT LINE ------- -- "o 00 / L Wlm -, 00 O 00 `\ � O Tae ' O BOJ G ' 0 D,;� l 6 ConFLUMCE NOTE, LANDSCAPE ARCHITECT • SP OF ELEVATIONS ON THIS SHEET DESCRIBE TOP OF SUBGRAOE SUBGRADE IS DEFINED AS CONFLUENCE COMPACTED SOIL BELOW PLAYGROUND SURFACING. FINISHED GRADE IS DEFINED AS TOP OF SIN 2ND STREET, BE SUITE IYO PLAYGROUND SURFACING. MAINTAIN I% SLOPE ACROSS FINAL GRADED PLAY SURFACE. CEDAR RAPIDS, M 5201 • PLAY EQUIPMENT ALREADY IN PLACE EQUIPMENT IS SHOWN ON P FOR REFERENCE ONLY. 1�AOS.5401 �� ED n IDEC 19 AN 731.61 s' - i i i i i i ' ?8 03 i / 1S'%13STEELWORXSOUARE SHELTER WITH VENTED TOP / MODELk60-13&W-VTOR APPROVED EQUAL, SEE LTC1 C PERE HDPE DRAIN TILE / FIELD VERIFY FOOTING .. — LOCATIONSAND INSTALL ---' / DRAINTIIEAROUND / PLAYGROUND EQUIPMENT / FOOTINGS. MAINTAIN POSITIVE SLOPE L FROMPLATAREATO DAYLIGHT LOCATION / / I I - 6 s1o1 SECTION: PLAYGROUND FOOTING L 4 Ls 2o1 I SECTION: PCC WALK AT MULCH EDGE, TYP. REVISION SCHEDULE ISSUED FOR 7W%CD FOR CONSTRUCTION SHELTER GRADING PLAN ENLARGEMENT Q L5.01 ConFLUMCE NOTE, LANDSCAPE ARCHITECT • SP OF ELEVATIONS ON THIS SHEET DESCRIBE TOP OF SUBGRAOE SUBGRADE IS DEFINED AS CONFLUENCE COMPACTED SOIL BELOW PLAYGROUND SURFACING. FINISHED GRADE IS DEFINED AS TOP OF SIN 2ND STREET, BE SUITE IYO PLAYGROUND SURFACING. MAINTAIN I% SLOPE ACROSS FINAL GRADED PLAY SURFACE. CEDAR RAPIDS, M 5201 • PLAY EQUIPMENT ALREADY IN PLACE EQUIPMENT IS SHOWN ON P FOR REFERENCE ONLY. 1�AOS.5401 �� ED n IDEC 19 AN 9{ 05 s1o1 SECTION: PLAYGROUND FOOTING L 4 Ls 2o1 I SECTION: PCC WALK AT MULCH EDGE, TYP. REVISION SCHEDULE ISSUED FOR 7W%CD FOR CONSTRUCTION SHELTER GRADING PLAN ENLARGEMENT Q L5.01 - PLANTING NOTES: ----- - 1. SOD ALL AREAS WITHIN CONTRACT LIMITS. NOT COVERED BY PAVING. BUILDINGS, OR PLANTING BEDS, UNLESS OTHERWISE NOTED. _--- ------ - 2. PLANT QUANTITIES ARE FOR INFORMATION ONLY; DRAWING SHALL PREVAIL IF _ OONFLICTCCCURS. ------------------------ RALEIGH LANE 3. NOTIFY LANDSCAPE ARCHITECT AFTER STAKING IS COMPLETED AND BEFORE - - - - - - - - - - PLANT PRS ARE EXCAVATED. _ - - - 4. CONTRACTOR SHALL PEACE SHREDDED SARK MULCH AROUND ALL TREES -- - --_ AND IN ALL PLANTING BEDS TO A DEPTH OF 3'. - IS. ONE, SIZE AND QUALITY OF PIAN, MATERIAL SHALL CONFORM TO AN " STANDARDS FOR NURSERY STOCK AN51280.1992, OR MOST RECEM E;yr.� -RELOCATED TREES 1 NS 3 _ B. THE CONTRACTOR SHN1 REPORT SUBSURFACE SOIL OR DRAINAGE __ I PROBLEMS TO THE LANDSCAPE ARCHITECT. T . THE CONTRACTOR SHALL SHOW PROOF OF PROCUREMENT -_ QUANTITIES AND VARIETIES NC�{I� A FOR TREES _ _ _ _ _ _ - - _ _ _ - _ _ - - - _ _ GRASSES, AND ANNUALS WlTflN DAY 1 S FOLLO`MNG THE AWAR Do I E - _ _ _ - _ _ _ - _ - THE SUCCESSFUL COMPLETION AND INITIAL ACCEPTANCE OFTHE PROJCT. - _ _ _ _ - �Et - - " -. OWED EN THE CONTRACTOR HAS 8. SUBSTITUTIONSSHALL ONLY SONLY BE ALLWH .O gREgS _ - _ - - - I EXHAUSTED ALL SOURCES FOR THE SPECIFIED MATERIAL, AND HAS PROVEN THAT THE SPECIFIED MATERIALIS NOT AVAILABLE. THE CONTRACTOR MUST PROVIDE NAME AND OF BUB TAG TO THE LANDSCAPE _ _ _ - " - v -• .-c'`' - -- APPROVAL ARCHITECT FOR APPROVAL PRIOR TO TAGGING OR PLANTING. TO SUBSTITLTIONISSHALL NEAREST EQUIVALENT SIZE OF VARIETY OF PLANT HAVING SAME ESSENTIAL CHARACTERISTICS. _ _ - BUTTERFLY GARDEN (8233F) \, 1 B. ALL PLANT MATERIAL SHALL NURSERY GD SOUND, HEALTHY, CL 3—� • • - - \ CT INJURIES. VIGOROUS AND FREE FROM INSECTS, DISEASE AND INJURIES. NTH HL TO OF GROWTH THAT IS NORMAL FOR THE SPECIES. SIZER SHALL BE EQUAL TO OR ` EXCEEDING SIZES INDICATED THE LIST. THE CONTRACTOR SHALL ON SUPPLY PLANTS IN QUANTITY AGS SHOWNN ON TIE DRAVMNGS. - _ - - 10. STAKE PLACE ALL PLANTS, INCLUDING RELOCATED TREES, W FIELD AS - - - INDICATEDTHE DMNOR DIRECTED BY THE LANDSCAPE - - - - - - - - - ARCHITECT FOR APPROVAL BY THE OWNEE R PRIOR TO PLANTING. F O BY THE 1 - NS22 _ - - REPAIR AND RESOD ALL DISTURBED AREAS-- -/ GI=CCIk CNTT RC_Qnn CI I TTISTI IRRFIT AREAS -CX-43� i /V\ KEY I CITY.I BOTANICAL NAME PLANTING PLAN REIDDArEDTREEy 1 PLANT SCHEDULE COMMON NAME SIZE ROOT SPACING 6 REMARKS • • ,*' y OVERSTORY TREES ROTUND0.OSA SWEETGUM I TIAL I SRB iwzo.c. ""� �� �-.. • - =, BLACK GUM ITUPELO 2AL 'cBSB IACE64RKELM 1 TOOL1 RBB 3G-0"OS- UNDERSTORYTREES IT r ------------------------------------- ZDIGAN LANE P 4 B LEGEND EXISTING TURF, PRERERVE AND PROTECT. HE -R) DISTURBED AREA REPAIR AND RESOD. ® PLAYGROUND 6U.—NG. NOTIN CONTRACT. DECOMPOSEDGRNMIEAGGREGATEPMINUS, WASHED.TOINCLUDE STABILIZER. INSTALL PER PAFM GRANITE STANDARD SPECIFICATIONS BEE IM?W © RRREDOED HARDWOOD MILLCR SEE IRB.Po BURERRY PRAIRIE FOR MEDIUM SOILS BY PRAIRIE NURSERY. INSTALL PER PRAIRIE NURSERY'S STANDARD SPECIFICATIONS. PROPOSED CAN. TREE IMPOSED EVERGREEN TREE RE- -1y EXISTINGDECIDU US TREE M1 CANOPY TREE T N_ EMSTING RELOCATED moi? EVERGREEN TREE EVERGREEN TREE O PROPOSED SHRUB 0 • PROPOSED GRASSESPND PERENNIALS ConFLUEn LANDSCAPE ARCHITECT CONFLUENCE - BOO 2ND STREET, BE SUITE 104 CEDAR RAPIDS, W 52401 PH: 310.d09.501 ' E D 19 AN 9: ©s, REVISION SCHEDULE ISSUED FOR 100% CD FOR CONSTRUCTION PLANTING PLAN CONFLUENCE PROJECT NO 10070 L6.00 SPECIAL NOTE. -THE CONTRACTOR IS RESPONSIBLE FOR COMPACTING ANY DISTURBED SUBGRADE TO 95% AID. PROCTOR PIAN Wm PRIOR TO ANY CONSTRUCTION. DECOMPOSED GRANITE O AGGREGATEMINUS. WASHED. TO INCLUDE STAN OFF. MAINTAIN }EDGE TO RETAIN DECOMPOSED GRANITE ITWIDE CONCRETE Z BANDING, SEE WOLIN FOR MULCH TRANSITION /� ELEMAnox III — III—III—III—III III— COMPACTED AGGf—I — I—III—II III- T SUBBASE COMPACTED SUBGRADET09S% STANWO PROCTOR NOTE T=SIAB THICKNESS JOINT CLASS AROAOSTONE, I WITH FINE$ COMPACTED SUBGRADE TO %% STANDARD PROCTOR I '-1 " r—COMPACTEo NOTE. T=THICKNESS SUBGRADETO MA ITHICKNES6 VARIES, BEE STANDARD PROCTOR LAYOUT PWN FOR TYPE ANDTHICKNE%.1 10 SECTION: DECOMPOSED GRANITE, TYP. Lira PLAN/ELEV.: BIKE RACK, TYP. Li oo SECTION: REINFORCED EXPANSION JOINT, TYP. L]t� SECTION: PCC PAVEMENT TYPE 1, TYP. qDAALINEALPE UFCTURTRSSPEC IFICATK MAINTAIN fY' CLR. AT CAPS AND STEEL FIRE RMG INSERT DONT CONTACT LIP OF STEEL RING I �PIROVI STEEL ANUFIRE NG CT I I --I PROVIDED BY MANUFACTURER DECOMPOSED - _ GRANITE. SEE A7,00 STEEL FIRE RING INSERT 6" STANDARD CURB NOTE 1.T=THICKNESS(THICKNESS VARIES, SEE LAYOUT PWA FOR TYPE AND THICKNESS.) SPECIAL NOTE'. 6"PCC INTEGRAL COLORED -THE CONTRACTOR IS RESPONSIBLE PC WILLAND EPDXY IN PLACE rSpW mmw FOR COMPACTING ANY DISTURBED SEE TYPICAL BECTON PER TYPE ,WI SEALANT SUBGRADE TOM STD PROCTOR PRIOR TO PINY CONSTRUCTION. BOURSE'BY SOLOMON COLORS INC. PCC PAVEMENT SEE IAYOJT V PCC PAVWG PCC SIPS, SEE LAYOUT PLAN COMPACTEDAGGR FOR TYPE S THICKNESS PRIOR TO ANY CONSMUCTION SUBBASE BEYOND FIRE RT PATIO AND CONNECTIONS TO SAWCUTJOINT: CLASS A ROAD TONE, j WITH FINES SEE DETAIL 07 00 DRILL AND EPDXY IN PLACE m M °_ CONNECTING WALKS. CLASS AROAOSTONE, I WITH FINE$ COMPACTED SUBGRADE TO %% STANDARD PROCTOR I '-1 " r—COMPACTEo NOTE. T=THICKNESS SUBGRADETO MA ITHICKNES6 VARIES, BEE STANDARD PROCTOR LAYOUT PWN FOR TYPE ANDTHICKNE%.1 10 SECTION: DECOMPOSED GRANITE, TYP. Lira PLAN/ELEV.: BIKE RACK, TYP. Li oo SECTION: REINFORCED EXPANSION JOINT, TYP. L]t� SECTION: PCC PAVEMENT TYPE 1, TYP. qDAALINEALPE UFCTURTRSSPEC IFICATK MAINTAIN fY' CLR. AT CAPS AND STEEL FIRE RMG INSERT DONT CONTACT LIP OF STEEL RING I �PIROVI STEEL ANUFIRE NG CT I I --I PROVIDED BY MANUFACTURER DECOMPOSED - _ GRANITE. SEE A7,00 STEEL FIRE RING INSERT 6" STANDARD CURB NOTE 1.T=THICKNESS(THICKNESS VARIES, SEE LAYOUT PWA FOR TYPE AND THICKNESS.) PCC PAVEMENT, SEE LAYOUT 6"PCC INTEGRAL COLORED 26UBGRADE TREATMENT VARIES, PC WILLAND EPDXY IN PLACE SPECIAL NOTE'. -THE CONTRACTOR IS RESPONSIBLE PAVING.PCC ttPE]. COLOR WB'LUNM SEE TYPICAL BECTON PER TYPE FOR COMPACTING MT DISTURBED BOURSE'BY SOLOMON COLORS INC. PCC PAVEMENT SEE IAYOJT SUBGRADE TO M% STD. PROCTOR PRIOR TO ANY CONSMUCTION PUW FOR TYPE PND LOCATION BEYOND FIRE RT PATIO AND CONNECTIONS TO CLASS A ROAD TONE, j WITH FINES EM. JgNi SEE DETAIL YL].W DRILL AND EPDXY IN PLACE CONNECTING WALKS. ST ANT. eFF TYPRAI. SECTION PER TYPE. p ZINC COATED DEFORMED SEE DDEETAIL NL].O] TIE REBAR ®2d O.C. PCC PAVEMENT MiV M,Y/SYtlryM1rMA ° e e e }'EXPANSION JOINT PCC BANDING, SEE tDN.W ° COMPACTED ° E%P. JgNT SEE CETAL YI]CO E I tLam BGRACE DECOMPOSED TORSUB% J MLINCCWTED DEFORMED FOR TYPE AND THICKlES6 STANDARD AGGREGATE. SEE ID'LTCO -.. �� PROCTOR > Liw SECTION: FIRE PIT Lia I SUDAS STANDARD CURB Lr Bp SECTION: REINFORCED EXPANSION JOINT, TYP.j FL SECTION: PCC PAVEMENT TYPE 2, TYP. NOTE: NOTE t.T FHCKNESB ITHK:KNEM VARIES SEE IAYWTPLAX FOR TYPE AND THICHNESe.) PCC PAVEMENT SEE IAYOJT SEE LAYOUT PIAN FOR ADJACENT MATERIALS PUW FOR TYPE PND LOCATION BEYOND FIRE RT PATIO AND CONNECTIONS TO 2 SUBGRADE TREATMENT VARIES, DRILL AND EPDXY IN PLACE CONNECTING WALKS. eFF TYPRAI. SECTION PER TYPE. SP AEUEwM MiV M,Y/SYtlryM1rMA }'EXPANSION JOINT PCC BANDING, SEE tDN.W –.:—H r rrrr E%P. JgNT SEE CETAL YI]CO E I tLam WITH}'DEPTH SEALER PCC PAVINGDTHICINESS N DECOMPOSED ,r rr MLINCCWTED DEFORMED FOR TYPE AND THICKlES6 P. .. AGGREGATE. SEE ID'LTCO -.. �� § ROUND FIRE PR KR BY - - ......... yr FLC PAVEMENT - CLASS AROAOBTq$YO WITH ' ROSETTA STONE INSTALL -"' FINES Lt - PER MANUFACTURER'S - COMPACTED SUBGPPDE T095% bPECIFICATION _ ry e ° STANDARD PROCTOR °. _ 1-0... • � UNDISTURBED 6UBGRAOE Tz 64 Ilfl 1U NOTE'. T=THICKNESS (THICKNEW VARIES, SEE _ IAYOITPWNFORTYPE _ AND THICKNESS.) LLT.BD I —III L12p PLAN: FIRE PIT 7'. 1 BENCH, TYP. L7S . I SECTION: COLD JOINT, TYP. ConFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE I/(b 2ND STREET. SE 1ME �A SUITrEIDJi „ `l17 DEC 19 (,AAn 9.CIT05 Ic CITh.IOWA REVISION SCHEDULE ISSUED FOR 101196 CD FOR CONSTRUCTION SITE DETAILS CONFLUENCE PROJECT NO: INTO L7.00 LT'Ot CURB RAMP FOR CLASS B SIDEWALK PER SUDAS Li3D SECTION: REINFORCED EXPANSION JOINT, TYP. LTtaT PLAN: FOOTING LAYOUT PLAN Oa! mT IW9 Ntl. %ael mR qmW N8i NOTE. IVNN mr , .Bs O e1RC1UIfA FOOTING s,EE. C0.UW w.ix usE RI.,E � _29.a Ep LSEE OCATIONSFOB LOC/ipN38v COOnWIMTE MINT ANf,,A%/E01xiDCOML12fEfLOiTlJ - F^w P°mnnl T� -Iw,.n caww« ME xEn racE •oxroDT�xc vrrNLa rIP, hr' IT IC TYPICAL =ON - MRS RAMP OaMaNe NnIrg ® gOA® / WENDED SY 44 RATE ` 1 CNt]E1E84/H - w•I.n]rMAYMPMT), ]V•P Al WLyER 6� IN ELEYP1cN OF �TW °' ti' 2!!1 D4 NI. 1° o.w "AUIS a ImmornrP Na. :T{eIw 1 >vW I nvmJ ileM eewLLn mnM � .r NUI �KMMPPII 1ERNn rE ]auc I � . law". N»rnI M °a1..a' Nu ue pmpmPab rmP Nu.n u. Nvl mM Im6n9 ex le RnM mrP I^iT A0. 5 M Lv4. r6A pMEe o prvN rmP b mW W iullm a�mm Belem u. me..v mpu. ammo T ""`�'0" BxT K5' IOM! E%'!)0. WEEP IttP.I E ,Ryba ...wne. me Im9n Iu We pSeul r�puMb eqW IS t 1 Ne rw, g Ncq + .v. nBIASYEM. —_ uaal �a)� b�aar�a.nmlm m IS t LNrE�A,roa. 1 L-)- ��� 1°MFA 11 M II y I ]l a mr d -II-, ANcNOR BOLT OETAX ®- uw rax QI xalm 5 1.1 m m P tl ne 5 .a t amn.l. Ma.a .ae pram. ulmme enp v .IIPompepmPnler la µe �lram.i ormlaremm w`o`a�omoiRv °l u: L.n:l'm la Ne wllvine °E �ona mu.mwn in FOOTING uraur PEAK mr meH1m. FOR REFERENCE ONLY FOR REFERENCE ONLY .0-�... o FMK(,Mk GS BY INWVFACTURFA FINK IXMWINGS BTMANUFACRMER LT'Ot CURB RAMP FOR CLASS B SIDEWALK PER SUDAS Li3D SECTION: REINFORCED EXPANSION JOINT, TYP. LTtaT PLAN: FOOTING LAYOUT PLAN Bgu a 7 A WXr � Yra 7 � Bm1PY 0avW8 LL� i tl uaa4 m miaf. loxl. rolls eeaviw M Ibq EN+r ue =a.N. maNps O Y �IAI�jM M MEv�Lob rorV MEQ the eNM NtlgM°yLq 4 b 8nb1WWqm IngN ��aNMNm M b'!q oN � ko4oC M M vptl 8H ip b Maa mmP slvll St. Is Na 02 Mla E 2{ M NM fmF.) Mp °I MZWIe EvnFP a Me IM d ee6 FaimA Ilu N4:IWe M'MP m.m U'e L1 IIMN M pe ANA QL R. a aNma a e Iwm .r mea+v ew tiv eMe[1W NM�1 W. O las,B Winn, elge a E n m, beelln Os x n� nm Bm+ 1®Na a mmw nq fl'aemlrlm oar on. B PPNe4 o� bl� ea. PmasN mae � oma Pr u. © lmla hml edp of Eelvimle NmF9 pmtl 12 b I51®1 hon minlFe of nmol reL ain\ Wnnlnl Eanu WWIa 1. b. ®rxllm a p.,..Mm NON u6 aMAT _ IPUCmO RwN'E T 1eeww . ANCIKIq B0.T BRACING nBRATE FOR REFERENCE ONLY FINK DRAWINGS BY MANUFACTURER L�Og CURB RAMP FOR SIDEWALK PER SUDAS va0SECTION: REINFORCED EXPANSION JOINT, NP. i, Ik p. nyYl - 1MI I: Ci P, 1 FRAMING FiAN ' ssu x,e a FOR REFERENCE ONLY FINK DRAWINGS BY MANUFACTURER F2 PLAN: FRAMING u.Dl PARK IDENRFICATION BLADE SIGN, 3' THICK STEEL e10pM3 NOTE: pOWCERLOATED ErViF.D EDGETYPKALALL EDGE pDGEq LAST FOOTINGS TO BE COLOR:'BROYM'TOMATCHE%ISTINGPARKSSIONAGE COORDINATED WI TM MPNUFACTURER AND SET AS INDICATED HEREIN. FINK �y CT'OFIOWACITY-PARKSBRECREPTR)N G¢E AND REINFORCING 6'X6"STEEL COLUMN Y� DEPARTMENT LOGO IbW 7I2SI0 WHITE) REQUIREMENTS BY SHELTER MFG. BY SHELTER MFG. LARGE PARK IDENTIFICATION LETTERING. TYP. 5TALL (VERIFY), COLOR: WHITE FOM: SWISS ]2, BOLD BASE PLATE AND PNCHORS PER MFG. Cardigan CONDENSED ITALIC SAW CUT ANCHOR BOLT FLUSH TO TOP ICGfwESLp: xNa _Np �ylw. OFNUTAFTER SHELTER IS SET AND _ �„. Pa 1M' THKK WHINE STRIPE ��D' PADD.1 RNAPr xvxrwrox 'FONT S IISS 721 GOLDING CONDENSED DOLOR WHffE i'%tCHNIFER, ttP. FONT' SYi155 ]21 GOLD CONDENSED RIL1L r RM.N W GRASS PATTERN COLOR: BEIGE CAD PATTERN SUPPLIED BY OWNER I (2) 0 EPDXY COATED HOOPS LIMESTONE BLOCK BASE STONES PER SIGN 1" CHAMFER AN5•, ttP. 10%1'AUGER CART FOOTING, I Ij- tYRFORFOURIO)WEPLANS 111'11 IIIIII IIIIII ANCHOR BOLT55re"OLA.2k'LENGTH. TiRFAOED BDLT _ - DRILLAND EPoXYINTO PCCFOOTING - (3)N EPO%T COATED BARS. F' r VERT. TED TO HOOPS TOP VERTICAL PDX AL REBAR N EY COATED REBNt. VU OZ., AND BOTTOM MIN. T CLEARANCE, ttP. �� /l FRAIIWGSECTpN LJ eeuer P.v HORZOMK RESW. EACH WAY N EFOXT COATED Dlq EPO%Y COATED HOOP RESM.tP O.C.. MIN .3CIEMMICE, TYP. REINFORCED PCC FOOTING, TYPKH FULL#PTH RECTANGULAR FORM TOP OF FOOTING TO EXTEND 2-OP3 C ABOVE FINISH GRADE t' CHAMFER AT A5 -TOP EDGES FOR REFERENCE ONLY FINALDRAWINGS BY MANUFACTURER B SECTION: AUGERCAST FOOTING DETAIL U.O1 COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE BOD 2ND STREET. SE SURE 1a COW RAPIDS. P SEOf L ETI 19 AM 9: 05 Y CLEW CITY. IOWA REVISION SCHEDULE ISSUED FOR 10096 CD FOR CONSTRUCTION SITE DETAILS CONFLUENCE PROJECT NO. IWO L7.01 Oa! mT IW9 Ntl. %ael mR qmW N8i IVNN mr , .Bs O e1RC1UIfA O -mh e'Pr t � _29.a Ep lam. oa 4e �llE r°u" - F^w P°mnnl O - IMg hr' IT IC TYPICAL =ON - MRS RAMP OaMaNe NnIrg Bgu a 7 A WXr � Yra 7 � Bm1PY 0avW8 LL� i tl uaa4 m miaf. loxl. rolls eeaviw M Ibq EN+r ue =a.N. maNps O Y �IAI�jM M MEv�Lob rorV MEQ the eNM NtlgM°yLq 4 b 8nb1WWqm IngN ��aNMNm M b'!q oN � ko4oC M M vptl 8H ip b Maa mmP slvll St. Is Na 02 Mla E 2{ M NM fmF.) Mp °I MZWIe EvnFP a Me IM d ee6 FaimA Ilu N4:IWe M'MP m.m U'e L1 IIMN M pe ANA QL R. a aNma a e Iwm .r mea+v ew tiv eMe[1W NM�1 W. O las,B Winn, elge a E n m, beelln Os x n� nm Bm+ 1®Na a mmw nq fl'aemlrlm oar on. B PPNe4 o� bl� ea. PmasN mae � oma Pr u. © lmla hml edp of Eelvimle NmF9 pmtl 12 b I51®1 hon minlFe of nmol reL ain\ Wnnlnl Eanu WWIa 1. b. ®rxllm a p.,..Mm NON u6 aMAT _ IPUCmO RwN'E T 1eeww . ANCIKIq B0.T BRACING nBRATE FOR REFERENCE ONLY FINK DRAWINGS BY MANUFACTURER L�Og CURB RAMP FOR SIDEWALK PER SUDAS va0SECTION: REINFORCED EXPANSION JOINT, NP. i, Ik p. nyYl - 1MI I: Ci P, 1 FRAMING FiAN ' ssu x,e a FOR REFERENCE ONLY FINK DRAWINGS BY MANUFACTURER F2 PLAN: FRAMING u.Dl PARK IDENRFICATION BLADE SIGN, 3' THICK STEEL e10pM3 NOTE: pOWCERLOATED ErViF.D EDGETYPKALALL EDGE pDGEq LAST FOOTINGS TO BE COLOR:'BROYM'TOMATCHE%ISTINGPARKSSIONAGE COORDINATED WI TM MPNUFACTURER AND SET AS INDICATED HEREIN. FINK �y CT'OFIOWACITY-PARKSBRECREPTR)N G¢E AND REINFORCING 6'X6"STEEL COLUMN Y� DEPARTMENT LOGO IbW 7I2SI0 WHITE) REQUIREMENTS BY SHELTER MFG. BY SHELTER MFG. LARGE PARK IDENTIFICATION LETTERING. TYP. 5TALL (VERIFY), COLOR: WHITE FOM: SWISS ]2, BOLD BASE PLATE AND PNCHORS PER MFG. Cardigan CONDENSED ITALIC SAW CUT ANCHOR BOLT FLUSH TO TOP ICGfwESLp: xNa _Np �ylw. OFNUTAFTER SHELTER IS SET AND _ �„. Pa 1M' THKK WHINE STRIPE ��D' PADD.1 RNAPr xvxrwrox 'FONT S IISS 721 GOLDING CONDENSED DOLOR WHffE i'%tCHNIFER, ttP. FONT' SYi155 ]21 GOLD CONDENSED RIL1L r RM.N W GRASS PATTERN COLOR: BEIGE CAD PATTERN SUPPLIED BY OWNER I (2) 0 EPDXY COATED HOOPS LIMESTONE BLOCK BASE STONES PER SIGN 1" CHAMFER AN5•, ttP. 10%1'AUGER CART FOOTING, I Ij- tYRFORFOURIO)WEPLANS 111'11 IIIIII IIIIII ANCHOR BOLT55re"OLA.2k'LENGTH. TiRFAOED BDLT _ - DRILLAND EPoXYINTO PCCFOOTING - (3)N EPO%T COATED BARS. F' r VERT. TED TO HOOPS TOP VERTICAL PDX AL REBAR N EY COATED REBNt. VU OZ., AND BOTTOM MIN. T CLEARANCE, ttP. �� /l FRAIIWGSECTpN LJ eeuer P.v HORZOMK RESW. EACH WAY N EFOXT COATED Dlq EPO%Y COATED HOOP RESM.tP O.C.. MIN .3CIEMMICE, TYP. REINFORCED PCC FOOTING, TYPKH FULL#PTH RECTANGULAR FORM TOP OF FOOTING TO EXTEND 2-OP3 C ABOVE FINISH GRADE t' CHAMFER AT A5 -TOP EDGES FOR REFERENCE ONLY FINALDRAWINGS BY MANUFACTURER B SECTION: AUGERCAST FOOTING DETAIL U.O1 COf1FLUEf10E LANDSCAPE ARCHITECT CONFLUENCE BOD 2ND STREET. SE SURE 1a COW RAPIDS. P SEOf L ETI 19 AM 9: 05 Y CLEW CITY. IOWA REVISION SCHEDULE ISSUED FOR 10096 CD FOR CONSTRUCTION SITE DETAILS CONFLUENCE PROJECT NO. IWO L7.01 3 TIMES FOOTBALL DIAMETER 10 SECTION: TREE PLANTING DETAIL, TYP.LB's SECTION: TREE PRUNING DETAIL, TYP. �� PLAN: TREE PROTECTION, TYR US SECTION: SECTION: TYPICAL TURF PROFILE STAKINGORIENTATION NORTH NORTH G 2 STAKES -3'CALIPER OR LESS S STAKES- GREATER THAT}CMIPER PRUNE DEM OR DAMAGED BRANCHES6EEDETNL7RN5 ARDOR TIE TREE WRAP SET ROOT BOLL CROWN 2 HIGHER THAT FINISH GRADE. EACH TREE "'K UST BE PUNTED SUCH THAT THE TRUNK FLARE IS VISIBLE AT THE TCP OF THE ROOT BALL 3' DEPTH OF MRDhLOO SHREDDED MULCH FOR SHRUBS AND PERENNIALS. 00 NOT PLACE MULCH IN CONTACT WITH CROWM. MAINTAIN A MIN V DA MULCH P= E RING MOUND TRVNK I AND REMOVE ALL CORDS & ImF W COVERING FROM ROOT BALL PRIOR TO INSTALUTION SCARIFY SIDES MD BOTTOM CF PLANTING PR PLANTING SOIL MIX UNDISTURBED SOIL MIN, 11 SECTION: TREE PLANTING ON SLOPE, TYP. Lfi DD DURING THE SPRING PLANTING SEASON, MY STAKING ORIENTATION EVERGREEN PLANT DELIVERED WITH NEW GROWTH IN STARING ORIENTATION ADVANCE STAGE OF CANDLING OUT WILL SE REJECTED, NORTH NORTH EVERGREEN TREES NOT FULLY BRANCHED FROM ANDTHOSEWITH OTT.TERMIN TLEADERLL THOS ERIN ED WILL EXCEEDING TERMINAL LEADERS EXCEEDING NORTH NORTH ALSO BE REJECTED. 28TN(ES-T CALIPER OR 1E58 EVERGREEN TREE, ]STMES-GREATERTINTYCNIPER ARBOR TIE, ® ® MAINTAIN OR CREATEq 2 STARES -T 11PERANDLESS TERMINAL BUD ON 3 STAKES -GREATER THAN 3 CALPER CENTRA ODERLS PRUNE DEAD OR DAMAGED p 5'-fY'MIN. SODoBBByyyy����ppppRRpp aENDS DeET pt BRANCHES. SEE DETAIL TRSFO t! REMOVECRCIMOVER ARBOR TIE OR EQUIVALENT w1' BRANCHES PEACE STAXES WOUTSIDE OF uF1�0� REMOVE OR CUT BACK MY STAKINGVNIRE TREE DRIPLINE MULCH SHWID wN CODOMINANT LEADERS TREE WRAP EXTENDS" BEYONDSTAIES. /1 2111 DEC T DEPTH OF HARDWOOD ]y uU �U THIN TIGHTLY SPACED BRANCHES CRRICALRCOTRADIUB ((,,� Cy EMBEDDED MULCH DO NOT PEACE '$ 3 PXIF SET ROOT flaLL :ROATITHIGHER MULCH IN CONTACT WITH CgOWN, NANipyNgMIN.P0L4MULCH gm� w 1S PERTDIAMETEfl IT THATFINIS FREE RING MOUND TRUNK O��VyVI � OF TREE TRUNK MEASURED m CAADE EACH p"' as ABOVEORIGINALGRADE —TOPSOIL THEE MUST BE CUT AND REMOVE ALL CORDS S E AOp� IQ(TA IOWA PLANTED SUCHMir ��,';: BURLAP COVERING FROMRWT PROTECTED ROOT ZONE IMYTHE TRUNK /� �� BALL PRpBIG NSTAl1ATR)N W � � h DISC PALO RMEFOR FL ARE I6 VISIBLE AT THE TOP OF —�— SCARIFY SIDES ANDBOTTON 3I F - EXISTING TREE ROCK R= THE ROOT BALL. OF PLANTING PIT I]- SUBGRADE - 1 PUNTING SOIL MIK 4'p'HIGH FENCE 3 TIMES FOOTBALL DIAMETER 10 SECTION: TREE PLANTING DETAIL, TYP.LB's SECTION: TREE PRUNING DETAIL, TYP. �� PLAN: TREE PROTECTION, TYR US SECTION: SECTION: TYPICAL TURF PROFILE STAKINGORIENTATION NORTH NORTH G 2 STAKES -3'CALIPER OR LESS S STAKES- GREATER THAT}CMIPER PRUNE DEM OR DAMAGED BRANCHES6EEDETNL7RN5 ARDOR TIE TREE WRAP SET ROOT BOLL CROWN 2 HIGHER THAT FINISH GRADE. EACH TREE "'K UST BE PUNTED SUCH THAT THE TRUNK FLARE IS VISIBLE AT THE TCP OF THE ROOT BALL 3' DEPTH OF MRDhLOO SHREDDED MULCH FOR SHRUBS AND PERENNIALS. 00 NOT PLACE MULCH IN CONTACT WITH CROWM. MAINTAIN A MIN V DA MULCH P= E RING MOUND TRVNK I AND REMOVE ALL CORDS & ImF W COVERING FROM ROOT BALL PRIOR TO INSTALUTION SCARIFY SIDES MD BOTTOM CF PLANTING PR PLANTING SOIL MIX UNDISTURBED SOIL MIN, 11 SECTION: TREE PLANTING ON SLOPE, TYP. Lfi DD 50 ROOT fl CROWN THIGHERTHATFINISH GRACE, EACH TREE MUST BE PIANTED SUCH THAT THE TRUNK FURS IS VISIBLE AT THE TOP OF THE ROOT SOIL REMOVE TOP OF &TRW. TWINE, ROPE, AND BASKET FROM FOOTBALL. M ROOMALL WIDTH SHREDDED MULCH FOR SHRUBSMDPERENNIALS 00 NOT PLACE MULCH W CONTACT WITH CROWN. "WAIN A MIN, S DN MULCH FREE RING AROUND TRUNK SCARIFY SIDES AND BOTTOM OF PLANTING PR PLANTING SOIL MIX. UNDISTURBED SOIL TO TRUNK FURS RFD GIR INGRONTD AND GIRDLING ROOTS. PCC PAVING, REFER TOSHEET LI00 FOR PAVING TYPE AND UMNTIONS TCP OF BOIL TO BE KEPT 10 BELOW THETOPOFTHEAONCENTPOC PAVING AFTER TURF HA S BEEN ROLLED. TYP. SEE DETAIL IA&W TlEN­.ETORAlUS ORANGE CONSTRUCTION PENCE y14'i{'4� U'GDIAMETER IN INCHES— 2W CONTINUOUS TOP AND BOTTOM A _ COMPACTEDAGGREGAMSUSSASERAIATTACH CONSTRUCTION ' ' A6 SPECIFIED SUBBASE TO EXTEND 6-0"O.C..ITYP.I AMINIMUM OF C' PAST EDGE OF PCC. S STEEL POST a ':\\� • 10 6' SECTION: ROOT BALL PRUNING DETAIL, TYP. �w SECTION: TREE PROTECTION, TYP. um SECTION: TURF AT PAVEMENT EDGE, TYP. A } T I � DURING THE SPRING PLANTING SEASON, MY PUN A' EVERGREEN PLANT DELIVERED WITH NEW GROWTH IN STARING ORIENTATION ADVANCE STAGE OF CANDLING OUT WILL SE REJECTED, NORTH NORTH EVERGREEN TREES NOT FULLY BRANCHED FROM ANDTHOSEWITH OTT.TERMIN TLEADERLL THOS ERIN ED WILL EXCEEDING TERMINAL LEADERS EXCEEDING ALSO BE REJECTED. 28TN(ES-T CALIPER OR 1E58 EVERGREEN TREE, ]STMES-GREATERTINTYCNIPER ARBOR TIE, 50 ROOT fl CROWN THIGHERTHATFINISH GRACE, EACH TREE MUST BE PIANTED SUCH THAT THE TRUNK FURS IS VISIBLE AT THE TOP OF THE ROOT SOIL REMOVE TOP OF &TRW. TWINE, ROPE, AND BASKET FROM FOOTBALL. M ROOMALL WIDTH SHREDDED MULCH FOR SHRUBSMDPERENNIALS 00 NOT PLACE MULCH W CONTACT WITH CROWN. "WAIN A MIN, S DN MULCH FREE RING AROUND TRUNK SCARIFY SIDES AND BOTTOM OF PLANTING PR PLANTING SOIL MIX. UNDISTURBED SOIL TO TRUNK FURS RFD GIR INGRONTD AND GIRDLING ROOTS. PCC PAVING, REFER TOSHEET LI00 FOR PAVING TYPE AND UMNTIONS TCP OF BOIL TO BE KEPT 10 BELOW THETOPOFTHEAONCENTPOC PAVING AFTER TURF HA S BEEN ROLLED. TYP. SEE DETAIL IA&W TlEN­.ETORAlUS ORANGE CONSTRUCTION PENCE y14'i{'4� U'GDIAMETER IN INCHES— 2W CONTINUOUS TOP AND BOTTOM A _ COMPACTEDAGGREGAMSUSSASERAIATTACH CONSTRUCTION ' ' A6 SPECIFIED SUBBASE TO EXTEND 6-0"O.C..ITYP.I AMINIMUM OF C' PAST EDGE OF PCC. S STEEL POST a ':\\� • 10 6' SECTION: ROOT BALL PRUNING DETAIL, TYP. �w SECTION: TREE PROTECTION, TYP. um SECTION: TURF AT PAVEMENT EDGE, TYP. A } T I � G LUS ARE TE: PI -WT SPECIES OF PIT MATERULL PLUGS PLUGSARE i0BE E AFTER HA THE SPECIFIED MULCH AT HAS SEENINSTALLEDL ORTHE 8CELHE PLUGSTHROUGH TO THE MULCHINSTALLED PROPERLY TXROUGXTHE INTJNERMO-SOS-WOF HE TNI LOMANER 601E FLUSH WITH THE THE FINISHGRADE. PUN A' MOTE X= DISTANCE SPECIFIED WITHIN T= NSTANCE'X MULTIPLIED PLANT SCHEDULE BV MS SPECML NOTE: 1, IF A CEM SURFACE MATERML TO SE INSTALLED IS TURF, THE TOP OF SOIL FROM THE SOD CUTTING PROCESS TO BE KEPT 1Q BELOW THE TOP OF THE PCG CURB AFTER SOD HAS BEEN ROLLED. 2. DISTANCE 'T' TO MATCH PROPOSED PAVING THICKNESS, SEE UYOUT PLAN FOR TYPE AND LOCATION, PCC CURB AND GUTTER, SEE LAOJ //;::::— FOR LOCATION. ADWCENT SURFACE VARIES REFER TO PL MWG PENN FOR PIAM LWOUT, SPEDTES. MD OUAMTm 6 GROUND COVER OR PLUG ' PLPM WITH TOP OF CONTAINER b O ////////////// RESPREAD TOPSOIL SOIL I-ASOVE FINISHED GRACE V MULCH (ED WWD/NCO BWK -T� COMPACTED SUBBASETEND AS MU MVTDpApy Bq{R£ILL SPECIFIECTO EXTENOA MK OF S' . PAST EDGE OF V L= T MIN. SOIL 6" MULCH OR TRAP ROCK TO BE KEPT A MINIMUM OF I BELOW THE TOP OF THE ADJACENT PLC PAVING 3' DEPTH OF MULCH, M SPECIFIED, AS SPECIFIED SED SUBGRADE Le o0 SECTION: EVERGREEN TREE PLANTING, TYP. �� GROUNDCOVER SPACING DETAILS, TYP. �� SECTION: TURF AT PCC CURB, TYP. SECTION: PLANT BED AT PAVEMENT EDGE, TYP. ConFLUEnCE LANDSCAPE ARCHITECT CONFLUENCE 600314DSTREET.SEEURE104 IDS. A 52401 ml AM 9= 0 5 ,LEN REVISION SCHEDULE I SSUEDOR D LANDSCAPE DETAILS CONFLUENCE PROJECT NO: I WO 2e (2� Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)35&5145 Resolution No. 17-365 Resolution setting a public hearing on January 2, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Cardigan Park Improvement Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Cardigan Park Development account # R4345. Now, therefore, 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 2"d day of January, 2018, 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. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the 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 19th day of December 2017 Maf6r Approved by City Clerk City Attorney's Office Ia./ /7 It was moved by sotchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton A PRESS -CITIZEN MEDIA PARTOF THE USATODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002613436 12/23/17 12/23/17 $33.05 Copy of Advertisement Exhibit "A" �'A.L� �1_ /,p - Subscribed and sw6M to before me by said affiant this 26th day of December. 2017 CQ9-lqzl `\p�uwuuppr Nota ublic ,`o��,`�� F E C T y �'•O% J a01 A R �.. PUB �G :' A+ PUBLIC HEARING SPECIFICATIONS, OF OF is hereby given that icil of the City, of wa, will con -duct a I on plans, I of contract at 7:00 p.m. on the 2nd day of January, 2018, 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 meetin of the City Council thereaier 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 ouncil for the purpose of making objections to and comments concerning said plans specifications, contract or the cost !r of the of Iowa law. CITY eJa�� a Prepared by: Dave Pence. Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)3555145 Resolution No. 18-10 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Cardigan Park Improvement Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the 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, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Cardigan Park Development account # R4345. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 9th day of February 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 20th day of February 2018, or at a special meeting called for that purpose. Passed and approved this 2nd day of January 20/18 t Ma rloe 1 A proved by Attest 2C�c1 1, Ci y Clerk City Attorney's Officel�y J(, Resolution No. 18-10 Page 2 It was moved by Mimi and seconded by Thomas adopted, and upon roll call there were: Ayes: r-" Nays: Absent: the Resolution be Botchway Cole Mims Salih Taylor Thomas Throgmorlon IZO-4 IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Cardigan Park Construction Project Classified ID: 106923 A printed copy of which is attached and made part of this certificate, provided on 01/04/2018 to be posted on the Iowa League of Cities' internet site on the following date: January 4 , 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 1/4/2018 0J, W Alan Kemp, Executive Director NOTICE TO BIDDERS CARDIGAN PARK CONSTRUCTION PROJECT CITY OF IOWA CITY Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 91 day of February 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. 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 201 day of February 2018, or at special meeting called for that purpose. The Project will involve construction of new park amenities at Cardigan Park located at Huntington Dr. and Raleigh Ln. in Iowa City. The project will include the following: Installation of approximately 856 SY of new concrete sidewalk; installation of one (1) new pre - manufactured park pavilion; installation of a masonry/steel fire ring kit; installation of metal benches and trash receptacles; as well as clearing and grubbing, site work, grading, site restoration and landscape planting, and other associated construction activities. All work is to be done in strict compliance with the plans and specifications prepared by Confluence, Inc., of Cedar Rapids and Des Moines, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to fumish 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 Two (2) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project Specified Date of Substantial Completion: June 15, 2018 Liquidated Damages: $500.00 (Five Hundred Dollars) per calendar 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-354-8973, Toll -Free 800-779-0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specification provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK AF -2 Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, January 04, 2018 4:37 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 1.4.18 notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City - Cardigan Park Improvements City Of Iowa City— Douglass Street And Douglass Court Water Main Improvements A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): January 4, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. January 4, 2018 Date President/CEO of The Construction Update Plan Room Network Cindy Adams — Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — PO Box 695 - Des Moines, Iowa 50306 (D) 515.657.4388 (0) 515.288.7339 Fax: 515-288-8718 (e) mbiplanroom-dsmPmbionline.com www.mbionline.com Project Information Find os on Follow us on Social Medial n Facebook if Iowa's first and only comprehensive construction bid date calendar) IowaBidDatexom NOTICE TO BIDDERS nz�cleIVet) CARDIGAN PARK CONSTRUCTION PROJECT JAN 03 2018 CITY OF IOWA CITY Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the gt' day of February 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. 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 201 day of February 2018, or at special meeting called for that purpose. The Project will involve construction of new park amenities at Cardigan Park located at Huntington Dr. and Raleigh Ln. in Iowa City. The project will include the following: Installation of approximately 856 SY of new concrete sidewalk; installation of one (1) new pre - manufactured park pavilion; installation of a masonry/steel fire ring kit; installation of metal benches and trash receptacles; as well as clearing and grubbing, site work, grading, site restoration and landscape planting, and other associated construction activities. All work is to be done in strict compliance with the plans and specifications prepared by Confluence, Inc., of Cedar Rapids and Des Moines, 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 submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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 falls 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. The City shall retain the bid security fumished by the successful bidder until the approved contract forth has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a 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 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 Two (2) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Specified Date of Substantial Completion: June 15, 2018 Liquidated Damages: $500.00 (Five Hundred Dollars) per calendar 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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950, Fax: 319-354-8973, Toll -Free 800-779-0093 by bona fide bidders. A $30.00 refundable fee is required for each set of plans and specification provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned If the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $15.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantifies, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK AF -2 Prepared by., Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5145 Resolution no. 18-43 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Cardigan Park Improvement Project Whereas, All American Concrete of West Liberty, Iowa has submitted the lowest responsible bid of $163,604 for construction of the above-named project; and Whereas, funds for this project are available in the Cardigan Park Development account # R4345. Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above-named project for the base bid is hereby awarded to All American Concrete, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 20th day of February 2018 Maybr J 772'✓ Attest: �) Z City Jerk City Attorney's Office It was moved by Botchway adopted, and upon roll call there were: Ayes: X X X X X X X and seconded by Nays: salih the Resolution be Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and _All American Concrete, Inc. ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the lVh day of December, 2017, for the CARDIGAN PARK IMPROVEMENT PROJECT ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the sums listed in its Form of Proposal including the total extended amount of $ 163,604.00, which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers #1, #2, attached hereto; b. Standard Specifications Manual, 2017 Edition, Statewide Urban Design And Specifications (SUDAS), as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; FILED LE h. Completed Form of Proposal; and MAR 0 6 2018 i. This Instrument. City Clerk Iowa City, Iowa AG -2 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amntt: E6VCrI S C c ✓OSiOy) 06,1+41 C lrosio✓� Cor u I - Lump Swrvi Yf 1600 Soddivq 4 54 per S a - .1 16, On SIAS4arno-61e Lo o(s4opt SDlL4 -�trhs - pIgn-k^fs, ✓nLj, ) vrdoawix 4rrtf' C,rµ.Shed ararj ife 1#31,200 ISI1C 9q j n5 - P%Arni5h i nsF�lI Si,9n 4-700 DATED this low day of T % hre- GL , 20/p Citv Contractor B B ;. ayor ATTEST: C" Clrk AG -3 Title) �r�s:ArvT ATTEST: d'i' (Title) C?ffyfo . e c . 1 }r{AS . (Company Official) Approved By: Ci Iomey's Office MAR 0 61018 tY rk Iowa Citi , Iowa owa FORM OF PROPOSAL CARDIGAN PARK IMPROVEMENT PROJECT 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 FORM ARE CON- TAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of BidderAll Arne V1can ConGrQ,+e ,TV)C Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 6om G, W eJ +- Lber s.4.5a-7-7 (o The�ersjgned bidder submits herewith bid security in the amount of $ I 00, ° 0 Ted , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda —, and , and to do all work at the prices 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. FILED MAR 0 6 1818 City Clerk Iowa City, Iowa FP -1 BID FORM ADDENDUM #1 Cardigan Park Improvement Project Iowa City, Iowa FILE® MAR 0 6 1018 City Clerk Iowa City, Iowa conFLV EnCE ISE ,-S1 U)C! CE DAR BAWDS. Nb240i Td 919409-5401 WWW.TfaVWNRMrE00W Confluence Project Number. 16070 Date: 0125.18 Item No Item Code Site Preparation/Grading Qty Unit Unit Cost Item Total 1 11020-108-A-0 Mobilization - _ 1 LS 5 DO - �i DU 2 1070-206-A-0 — Traffic Control 1 LS t000 t000 3 9040-108-E-0 Erosion Control 1 LS Ito 0 2-100 4 1050-112-A-0 Relocation of Existing Trees 13 EA c) 0 0 _ 5 2010-108-B-0 Clearing and Grubbing 1 LS q noo, Ll 000 6 2010-108-E-0 Earthwork and Grading 1 LS 7"4009 '3q00 7 7030-108-B-0 Curb and Gutter Removal 48 _ Item No7108-C-0 Hardscapes illy Unit Unit cost Item Total 8 0 Curb and Gutter 0 Curb Ramps 30 LF j' 0 9 0 5' Wide PCC Paving /Walkway (5' Thick) 800 SY S 0 6 10 0 Colored Concrete Patio 65 SY p 11 0 PCC for Curb Ramps 12 SV i 0 12 Detectable Warning Panels 36 SF Item No item Code Fire Area Qty Unit Unit cost item Total 13 14 7030-10&H-0 SPECIAL Crushed Granite Fire PR _- -� 3.5 1 TON LS 6 O ff6 f 'L -L 7 i - - kern No Item Code Shelter Area my Unit Unit Coat item Total 15 SPECUIL Shelter 1 EA 000 '= 7-5 000 Item No Item Code Vegetation Qty Unit Unit Cost Item Total 16 17 18 19 20 9030-108-B-0 9030-108-B-0 9030-1 DB -13-0 9030-108-B-0 9030-108-B-0 Deciduous Trees Evergreen Trees Understory Tree Shrubs Grasses 16 EA q 2- QO 5 EA — Z7CO 3 EA t 0 13o 18 EA —vtp 43 EA f 3 21 9030-108-B-0 j Perennials 12 EA 0 22 9010-108-A-0 I Butterfly Garden Seed 825 SF Ib _ 23 9030-202-A-0 Mulch 11100 SF Ipp 24 9020-201-A-0 Sodding 298 s0 -- Item No item code Furnishings Qty Unit Unit Coat Item Toll 25 26 27 28 29 SPECIAL SPECIAL SPECIAL SPECIAL SPECIAL Park Sign _ Benches Bicycle Parking Rack _ Picnic Table Trash Receptacle 1 4 5 2 2 LS EA LS EA EA 170 0 1 O D _ It, 50 00 5 200 " 'LOOp 0 O Item No Item Code Ispecial Features I QLY UIdt tb t cost Nem Toll 30 31 32 4040-108-A-0 SPECIAL Drain file and Outlet at Playground Plant Maintenance 1 1 LS LS % It DO 1{ 00 �Q O TOTAL (BASE BID AND NON -CONSTRUCTION COST) FP -2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Name: Type of Work: Apox $ Amnt: / O S4C"6— 1 moos: , (,4 of ( p U00 1' I 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. Firm: All /4rnencan C0r)C�t-vie Tv -)C Signature: II ..11 Printed Name: W I G �✓) �� . SI rn 0 n Title: �(e $ I AP 0 t Address: I u 9 wts- Phone: 31.9 - G Contact: Ja �{ S"ono r) 31 - S - Sb -1 I �jL u GoJdaY-d 3IcI—(o3�-393)- 10 G MAR 0 61018 City Clerk FP -3 Iowa City, Iowa ADDENDUM NO. 1 February 2, 2018 MAR 0 6 2018 City Clerk CARDIGAN PARK IMPROVEMENT PROJECT Iowa City, Iowa IOWA CITY, IOWA The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. GENERAL This addendum reflects Contract Document changes or additional information of specific bid items to clarify the intent of scope of work. APPLICABLE TO THE PROJECT MANUAL BID FORM — Pg. FP2 REPLACE Bid Form with the attached revised Bid Form titled Addendum #1. Bid item for Crosswalk Paint Striping (Item 31) has been deleted from the project and the bid form. SECTION 01025 — 3.02B BID ITEM DESCRIPTIONS 9. CHANGE - "Concrete shall comply with SUDAS SECTION 7070-" to "Concrete shall comply with SUDAS SECTION 7030 — SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS." ADD - 4" Aggregate Subbase material is incidental. Subbase material shall be crushed stone or gravel for which 75% or more of the particles retained on the 3/8 inch sieve have at least one fractured face as defined in Iowa DOT Materials I.M. 305 and meeting the requirements for Gradation No. 14 of the Iowa DOT Aggregate Gradation Table, Article 4109.02. 31. DELETE Item 31 and all reference to Crosswalk Paint Striping. APPLICABLE TO THE PLANS SHEET L5.01 — REPLACE Entire sheet L5.01 with attached revised sheet L5.01. Refer to details 1/1-5.01 and 2/1-5.01 for revisions to thickened edge slab at the playground. SHEET L6.00 — ADD — Multi -stem with 3-5 stems under spacing and remarks column to plant schedule item CC — American Hornbeam as shown on attached and revised Sheet L6.00. SHEET L7.00 — REPLACE Entire sheet L7.00 with attached revised sheet L7.00. Refer to revisions to details 4/1-7.00; 5/1-7.00 and 10/1-7.00. Addendum No.1 Page 1 of 2 SHEET L7.01 — F 01 DELETE —Details 9/1-7.01 and 10/1-7.01. MAR 0 6 2018 SHEET L7.02 — City Clerk Iowa City, Iowa ADD Sheet L7.02 to the Drawings. IN RESPONSE.TO BIDDER INQUIRIES 1. The Fire Pit color shall be Fond du Lac as indicated in keynote "G" on Sheet L3.00. 2. The decomposed granite color shall be Midnight Blue as indicated in keynote "F" on Sheet L3.00 3. The 12" banding shall be standard PCC color. 4. No reinforcing is required in the banding. 5. Rebar, where required and indicated on the Drawings shall be epoxy coated in accordance with DOT specifications. 6. Shelter shall be as specified in Section 02990 SITE FURNISHINGS AND EQUIPMENT. Color shall be Regal Blue, a standard color as provided by the specified manufacturer. Approved substitues include shelters meeting the minimum requirements of the specified equipment as manufactured by: Poligon RCP Shelters Picnic tables shall be: Pilot Rock (RJ Thomas Mfg. Co.) — XT Series Picnic Table; Black Powder Coat, Treated Pine, 8' length 8. Staking responsibilities are identified in Section 01100 Summary of the Project Manual. Please refer to 1.08 Layout of the Work in the above referenced section. 9. There is no drinking fountain included in this project. Bidder to strike all reference to drinking fountain on the Drawings. 10. Tree species CC — American hornbeam shall be multi -stem. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly registered Landscape Architect under the laws of the State of Iowa. SIGNED: 095c? Iowa Reg. N16. 577 My license renewal date is June 30, 2018 DATE: 02/02/2018 Addendum No. Page 2 of 2 BID FORM ADDENDUM #1 Cardigan Park Improvement Project IOWA City, Iowa MAR 0 6 2019 City Clerk IOWA City, Iowa conFLUEnCE 900 2ND ST. SE SUITE 104 CEDAR RANDS, IA 52401 Tel 319-409-5401 19141y.1N/NKCONFLUDICEC M4 Confluence Project Number: 16070 Date: 01.25.18 Item No Item Code Site Preparation/Grading qty Unit Unit Cost Item Total 1 2 3 11020-108-A-0 1070-206-A-0 9040-108-E-0 Mobilization Traffic Control Erosion Control 1 1 1 LS LS LS j 4 5 6 1050-112-A-0 2010-108-B-0 2010-108-E-0 Relocation of Existing Trees Clearing and Grubbing Earthwork and Grading 13 1 ! 1 EA LS LS 7 7030-108-B-0 Curb and Gutter Removal 48 LF Item No Item Code Hardscapes qty Unit Unit Cost nem Total 8 7010-108-E-0 Curb and Gutter @ Curb Ramps 30 LF 9 7030-108-C-0 5' Wide PCC Paving / Walkway (5' Thick) 800 SY 10 7030-108-C-0 Colored Concrete Patio 65 SY 11 7030-108-C-0 PCC for Curb Ramps 12 SY 12 7030-108-G-0 Detectable Warning Panels 36 SF Item No Item Code Fire Area City Unit Unit Cost Item Total 13 7030-108-H-0 Crushed Granite 3.5 TON 14 SPECIAL Fire Pit 1 LS Item No Item Code Shelter Area Qty Unit Unit Cost Item Total 15 SPECIAL Shelter 1 EA Item No Item Code Vegetation Qty Unit Unit Cost Item Total 16 9030-108-B-0 Deciduous Trees 16 EA 17 9030-108-B-0. Evergreen Trees 5 EA 18 19 20 9030-108-B-0 9030-108-B-0 9030-108-8-0 Understory Tree _ Shrubs Grasses 3 18 43 EA EA EA 1 _ 21 22 9030-108-B-0 9010-108-A-0 Perennials12 Butterfly Garden Seed 825 EA SF li 23 9030-202-A-0 Mulch 1,100 SF 24 9020-201-A-0 Sodding 298 SO Item No Item Code Furnishings Qty Unit Unit Cost Item Total 25 26 27 28 29 SPECIAL SPECIAL SPECIAL SPECIAL SPECIAL Park Sign Benches Bicycle Parking Rack Picnic Table Trash Receptacle 1 4 5 2 2 LS EA LS EA EA Item No Item Code Special Features Qty Unit Unit Cost Item Total 30 4040-108-A-0 Drain file and Outlet at Playground 1 LS 31 - 32 SPECIAL Plant Maintenance 1 LS TOTAL (BASE BID AND NON -CONSTRUCTION COST) FP -2 PARK IDENTIFICATION BLADE SIGN, ? THICK ALUMINUM. POWDER -COATED COLOR'. TBRGWN TO MATCH EXISTING PARKS SIGNAGE EASED EDGE -TYPICAL All EDGE CITY OF IOWA CITY - PARKS S RECREATION DEPARTMENT LOGO 3MT12S10 WHITE LOGO SUPPLIED BY OWNER LARGE PARK IDENTIFICATION LETTERING. TYP S" TALI, 3M713S10 WHITE FONT: SWISS Mt SOLD CONDENSED ITALIC 14PTALL WHITE STRIPE 3M712S10 WNRE 'ADDRESS' LETTERING, TVP. I 1R'TALL3M)1'N. iomnE FOM: WASSMI BOLD CONDENSED ITALIC SIGN FACE AND GRAPHICS TO SE COVERED WITH CLEAR VINYLUV INHIBITION FILM. TYP. GRASSPATTERN, 3M]12 80EIGE PATTERN SUPPLIED BY OWNER FLANGE PLATE & ANCHOR BOLTS, SEE DETAIL HNS ANAMOSA LIMESTONE BLOCK BASE SEE DETAIL 3M5 V CHAMFER AT 45', TYP. 1-- J 1' 0' Cardigan Cardigar Park Pari 500. Huntington Drive. _.. 500 Huntington Driv SOUTH -BOUND �2 1 SECTION: SIGN "A" ras SECTION/ELEVATION: PARK IDENTIFICATION SIGN "A" 1i. 4 z' PARK IDENTIFICATION BIADE SIGN. J' THICK ALUMINUM, POWDER -COATED COLOR. 'BROWN'TO MATCH EXISTING PARKS SIGNAGE EASED EDGE -TYPICAL ALL EDGE 90' DIA ANCHOR BOLTS, FULLY THREADED, EMBEDDED INTO FCC FOOTING MINIMUM OF 12' AND SECURED WITH EPDXY SEALANT, WITH ASSOCUFED WASHER AND NUT. SAW TOP OF ANCOR BOLT TO BE W THIN 1R' OF TOP OF NUT. GRIND TO REMOVE SHARP EDGES. 314" THICK ALUMINUM, ANCHOR PLATE CONTINUOUS WELD BEAD TO VERTICAL SIGN BLADE. EASED EDGE - TYPICAL ALL EDGES POWDER -COATED "BROWN' SIGN FACE AND ANCHOR PLATE TO BE COVERED WITH CLEAR VINYL UV INHIBRION FILM, TYP. FRE -BORED HOLES -1"GA. ttP. SEE DETAIL 3M5 ! ANCHORED I VERTICAL SIGN BLADE , 29 FTESIGTH. THREADED p-2 DRILL AND EPDXY IMO PCC FFOOTINGT DRILL -,i I DRILL AND EMBED BOLTS MIN. IT INTO ` FCCFOOTING T' CHAMFER AT 45', TYP. VERTICAL REBAR I� MB EPDXY COATED REBAR, C. MIN. 3' E.W TYP, 14Y 0HORIZONTAL ANAMOSA LIMESTONE BLOCK BASE EACH WAV M, EACH f , EPDXY COATEDR, M EPDXY COATED REBAR, I I I 1 r-7 10OC., IN 3"CLEARANCE, ttP. F RPARKIDSIGN REINFGRLEDPCC FOOTING. TYPICAL (. I FULL -DEPTH RECTANGO FAR FORM L _L.- ---- J yJ_ TOP R FOOTING TO EXTEND 4" ABOVE FINISH GRADE 1-- J 1' 0' Cardigan Cardigar Park Pari 500. Huntington Drive. _.. 500 Huntington Driv SOUTH -BOUND �2 1 SECTION: SIGN "A" ras SECTION/ELEVATION: PARK IDENTIFICATION SIGN "A" 1i. 4 z' PARK IDENTIFICATION BIADE SIGN. J' THICK ALUMINUM, POWDER -COATED COLOR. 'BROWN'TO MATCH EXISTING PARKS SIGNAGE EASED EDGE -TYPICAL ALL EDGE 90' DIA ANCHOR BOLTS, FULLY THREADED, EMBEDDED INTO FCC FOOTING MINIMUM OF 12' AND SECURED WITH EPDXY SEALANT, WITH ASSOCUFED WASHER AND NUT. SAW TOP OF ANCOR BOLT TO BE W THIN 1R' OF TOP OF NUT. GRIND TO REMOVE SHARP EDGES. 314" THICK ALUMINUM, ANCHOR PLATE CONTINUOUS WELD BEAD TO VERTICAL SIGN BLADE. EASED EDGE - TYPICAL ALL EDGES POWDER -COATED "BROWN' SIGN FACE AND ANCHOR PLATE TO BE COVERED WITH CLEAR VINYL UV INHIBRION FILM, TYP. FRE -BORED HOLES -1"GA. ttP. SEE DETAIL 3M5 SECTION A2 EXISTING PARSE SIGNAGE EASED EDGE -TYPICAL ALL EDGE CITY OF IOWA CITY -PARKS & RECREATION DEPARTMENT LOGO LARGE PARK IDENTIFICATION LETTERING, TYP. BTALL 311471Y 10 WHITE FOM: SW SS Mi BOLD CONDENSED IU.LIC 11P'TALLWHITE STRIPE SS PATTERN, 31,171 5 8BEIGE ERN SUPPLIED BY OWNER LGE PLATE & ANCHOR BOLTS. DETAIL 4M6 MOSA LIMESTONE BLOCK BASE, DETAIL 3M5 CHAMFER AT 45', TYP - r----- -- 4,.. I VERTICAL SIGN BLADE VERTICALSIGN BLADE p-2 SIGN ANCHOR PLATE I I •' SIB' DIA.,26LENGTH, THREADEOBOL T' CHAMFER AT 45', TYP. I DRILL AND EPDXY INTO PCC FOOTINE ANAMOSA LIMESTONE BLOCK BASE ANpMOSA LIMESTONE BLOCK BASE - -� Z Ic VERTICAL REBAR F RPARKIDSIGN E0 II I I Y L _L.- ---- J yJ_ FREbOREDHOLES-1"DIA,TYP. 1'N• TO' OC., MIN. 3" CLEARANCE, TYP. I PCC FOOTING. TYPICAL a FULL.DEPTHRECTANGULAR FO RM TOP OF FOOTING TO EXTEND PRE -BORED HOLES - P DIA, TYP. 4" Move FINISH GRACE CONTRACTORTOU9E 1"CRIM PER AT 45' TOP EDGES ' I SELF-IEVELMG GROUT, AS NEEDED ' V CHAMFER AT45'. TVP. FCL FOOTING i i .. FlxlSf uaAOF SECTION A2 EXISTING PARSE SIGNAGE EASED EDGE -TYPICAL ALL EDGE CITY OF IOWA CITY -PARKS & RECREATION DEPARTMENT LOGO LARGE PARK IDENTIFICATION LETTERING, TYP. BTALL 311471Y 10 WHITE FOM: SW SS Mi BOLD CONDENSED IU.LIC 11P'TALLWHITE STRIPE SS PATTERN, 31,171 5 8BEIGE ERN SUPPLIED BY OWNER LGE PLATE & ANCHOR BOLTS. DETAIL 4M6 MOSA LIMESTONE BLOCK BASE, DETAIL 3M5 CHAMFER AT 45', TYP - r----- -- ,- I FINISH GRACE VERTICALSIGN BLADE p-2 ANCHOR BOLT. I I Y SIB' DIA.,26LENGTH, THREADEOBOL I. I DRILL AND EPDXY INTO PCC FOOTINE ANAMOSA LIMESTONE BLOCK BASE - -� -� Z Ic VERTICAL REBAR (7 E0 II I I CX IBNATEDREOAN 1'JY'O.C. MIN. 3'CLFARANCE, ttP. L _L.- ---- J yJ_ HORIZONTAL REBAR, EACH WAY EPDXY COATED REBAR, 1'N• TO' OC., MIN. 3" CLEARANCE, TYP. lREINFORCED PCC FOOTING. TYPICAL I -r----r ---- 7 -,� FULL.DEPTHRECTANGULAR FO RM TOP OF FOOTING TO EXTEND PRE -BORED HOLES - P DIA, TYP. 4" Move FINISH GRACE <. 1"CRIM PER AT 45' TOP EDGES NORTH -BOUND Jim S SIGN ANCHOR PLATE LIMESTONE BLOCK BASE VERTICAL SIGN BLADE SPCC FOOTING 7 SECTION Al CONTRACTOR TO USE ^ BE, US SLING GROUT, AS NEEDED � V CHAMFER AT 45', TYR ConFLl1EnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 109 CEDAR RAPIDS, IA 52401 PH: 319409 SKI MAR 0 6 2018 City Clerk Iowa City, Iowa 4IN5 n ( VERTICALSIGN BLADE p-2 RITE SIGNSEE DETAIL UM5 T'CIFYMAT 43', TVP. I II Y I Q O ANAMOSA LIMESTONE BLOCK BASE a Z O (7 W u. FOR PARK ID SIGN _i B. 6, 1'N• 0 O - PRE -BORED HOLES - P DIA, TYP. SECTION Al CONTRACTOR TO USE ^ BE, US SLING GROUT, AS NEEDED � V CHAMFER AT 45', TYR ConFLl1EnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 109 CEDAR RAPIDS, IA 52401 PH: 319409 SKI MAR 0 6 2018 City Clerk Iowa City, Iowa I— 1 pIA TVP ( - I I II Y I Q O F a Z O (7 W u. U _i B. 6, 1'N• 0 O SECTION Al CONTRACTOR TO USE ^ BE, US SLING GROUT, AS NEEDED � V CHAMFER AT 45', TYR ConFLl1EnCE LANDSCAPE ARCHITECT CONFLUENCE 9002ND STREET SE, SUITE 109 CEDAR RAPIDS, IA 52401 PH: 319409 SKI MAR 0 6 2018 City Clerk Iowa City, Iowa REVISION SCHEDULE ISSUED FOR 1110% CD FOR CONSTRUCTION PARK IDENTIFICATION SIGN'A' DETAILS CONFLUENCE PROJECT NO: 16070 L7.02 I— W Y � Q O F a Z O (7 W u. U 0 Q U W Q � O 0 O d REVISION SCHEDULE ISSUED FOR 1110% CD FOR CONSTRUCTION PARK IDENTIFICATION SIGN'A' DETAILS CONFLUENCE PROJECT NO: 16070 L7.02 ADDENDUM NO. 2 FILLD February 7, 2018 MAR 0 61019 City Clerk CARDIGAN PARK IMPROVEMENT PROJECT Iowa City, Iowa IOWA CITY, IOWA The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. GENERAL This addendum reflects Contract Document changes or additional information of specific bid items to clarify the intent of scope of work. APPLICABLE TO THE PROJECT MANUAL IN RESPONSE TO BIDDER INQUIRIES 1. In the event that any relocated tree does not survive, a replacement tree of the same species measuring 2" caliper is required to replace it. 2. As identified in Specification Section 02930 Plant Material 1.10 L.; Contractor is responsible for tree replacement cost and associated plant material within 1 year after initial acceptance. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly registered Landscape Architect under the laws of the State of Iowa. SIG ED: OTOC? Iowa Reg. N16. 577 My license renewal date is June 30, 2018 DATE: 02/07/2018 Addendum No. 2 Page 1 of 1 Prepared by: Ben Clark, Senior Civil Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 Resolution No. 19-227 Resolution accepting the work for the Cardigan Park Improvement Project Whereas, the Engineering Division has recommended that the work for construction of the Cardigan Park Improvement Project, as included in a contract between the City of Iowa City and All American Concrete, Inc. of West Liberty, Iowa, dated March 6, 2018, be accepted; and Whereas, the Engineers 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 Cardigan Park Development account # R4345; and Whereas, the final contract price is $171,505.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 3rd day of September , 2019 L/ �. �= M or Attest: City Jerk Approved by c Uo %-J5 -(i City Attorney's Office It was moved by salih and seconded by trims the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Cole _ Mims _ Salih _ Taylor _ Teague _ Thomas Throgmorton