Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WEATHERYBY PARK IMPROVEMENTS 2016, 2017
WETHERBY SPORT COURT IMPROVEMENTS 2016 05-Dec-2016 Plans,Specs, proposal and contract,opinion of cost. 06-Dec-2016 Res 16-344, setting a public hearing. 19-Dec-2016 Notice of Public Hearing. • 03-Jan-2017 Res 17-8,agreement with Wel[mark for a matching fund grant WETHERBY PARK IMPROVEMENTS 2017 06-Mar-2017 Plans,Specs, proposal and contract,opinion of cost. 07-Mar-2017 Res 17-66, setting a public hearing. 14-Mar-2017 Notice of PH 21-Mar-2017 Res 17-87, approving plans,specs,form of agreement,and estimate of cost. 22-Mar-2017 Notice to Bidders 18-Apr-2017 Res 17-115,awarding contract—LL Pelling 17-Jul-2018 Res 18-209, accepting work I� CITY OF IOWA CITY Cji TJ 9 ¶ 73 i t DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE WETHERBY PARK IMPROVEMENTS IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: "*/1 December 6, 2016 Clay SZ eckloth, PLA Landscape Architect Iowa Reg. No. 512 My license renewal date is June 30, 2017. SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET cr• TABLE OF CONTENTS :1—.4-) FY, n ""` " NOTICE TO BIDDERS NOTE TO BIDDERS -J fB-7775- FORM OF PROPOSAL BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 WAGE THEFT POLICY WT-1 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 BIDDER STATUS FORM BF-1 SPECIAL CONDITIONS—EXHIBIT B SC Exhibit B-1 WAGE RATES (Current as of May 10, 2016) TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work 01010-1 Section 01025 Measurement and Payment 01025-1 Section 01310 Progress and Schedules 01310-1 DIVISION 2 - SITE WORK Section 31230 Excavation and Fill 31230-1 Section 32120 Flexible Pavement 32120-1 Section 32122 Court Surfacing 32122-1 Section 32311 Chainlink Fencing 32311-1 Section 32920 Seeding and Soil Supplements 32920-1 Section 33410 Subsurface Drainage Systems 33410-1 PLANS P-1 of 4 NOTICE TO BIDDERS WETHERBY PARK IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 2511 day of January, 2017. 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 71) day of February, 2017, or at special meeting called for that purpose. The Project will involve the following: The project includes all material, equipment, transportation, labor and coordination needed to complete the improvements associated with the sport court improvements at Wetherby Park in Iowa City. Improvements include grading, HMA pavement, fencing, basketball hoops, futsal goals, court surfacing, markings and associated work. All work is to be done in strict compliance with the plans and specifications prepared by Snyder & Associates, Inc. of Ankeny, 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 lir, and also protect and save harmless the City from all claims and damages..of any dd caused directly or indirectly by the operation of the contract, and shall also gt.ig,r9teeFlie maintenance of the improvement for a period of one (1) year(s) from fter omits ,._ completion and formal acceptance by the City Council. c-a- : � """ The following limitations shall apply to this Project: Specified Start Date: April 1, 2017 Liquidated Damages: $500 per day N 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 Rapids Reproductions / Technographics of Iowa City located at 415 Highland Ave Suite 100, Iowa, by bona fide bidders. AF-1 A $25.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technographics. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. 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. MARIAN K. KARR, CITY CLERK outrun C)-) cJ m AF-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal G7 �-< �=-4c-)- a C) u-i =< -; -0 ni ru rj ' PV NB-1 FORM OF PROPOSAL WETHERBY PARK IMPROVEMENTS 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 Bidder Address of Bidder cr, TO: City Clerk , City of Iowa City c-) ff 1 City Hall 410 E. Washington St. Iowa City, IA 52240 rT7 "s ' The undersigned bidder submits herewith bid security in the mount 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. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization LS 1 $ $ 2. Earthwork LS 1 3. 5" Depth HMA Pavement SY 1,254 4. Court Surfacing, Basketball LS 1 Hoop and Futsal Goal 5. Fencing (Galvanized Chainlink) LS 1 6. Seeding, Surface Restoration LS 1 TOTAL EXTENDED AMOUNT = $ FP-1 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: Appx$Amnt: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: `=, v c --a CD --•1 _1C) Cr1 rte v fin czy 9r + N c.rt F P-2 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Wetherby Park Improvements Project. rri NOW, THEREFORE, �--4 (a) If said Bid shall be rejected, or in the alternate, r d rri r=� (b) If said Bid shall be accepted and the Principal shall execute and.di ivera contrast in the form specified, and the Principal shall then furnish a bond for theTrincipal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain Plans, Specifications, Proposal and Bid Documents dated the 61_day of December , 2016, for the Wetherby Park Improvements Project("Project"), and Whereas, said Plans, Specifications, Proposal and Bid Documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The 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 b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; c. Plans; CO `C., CD d. Specifications and Supplementary Conditions; c7-y `, r e. Notice to Bidders; r- 1-71 — ca=z� � a f. Note to Bidders; "� 5 ev g. Performance and Payment Bond; h. Contractor's Completed Bidder Status Form; attached hereto Contractor's Completed Contract Compliance Program (Anti-Discrimination Requirements); attached hereto j. Proposal and Bid Documents; and k. This Instrument. AG-1 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 approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $Amnt: 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. a c,`„ DATED this day of , 2Q ; ej '-f 01 City Contractor o i cp ry By By cy, (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assns, jointly and severally. -- {..i.1 Ul WHEREAS, Contractor has, as of , entered into`am -i r (date) - —73 ' written Agreement with Owner for Wetherby Park Improvements 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 Snyder &Associates, Inc., 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 PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF , 20 . IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) c (City, Sfatt, zea; tom, (Phone),,. ry,.4 PB-2 Contract _ _ Compliance program Idit ,......, cpsit 1 _ ,c,..) ,. "I: it isim, • • rdt C-, 2 aft 1 1 1 33 - -4(_) c!”, (7= elk All an S. :73 ' 7 111 IN) rn CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. , C"3 C.} C3 r73 #, mgr\asst\contractcompliance.doc CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. 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 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 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. �=a a+ t� t —i C'3 CJl I-- 7<n "0 mgrlassticontractcompliance.doc CC-2 a"�J 6. How does your business currently inform applicants, employees, and recruitment sources (including unions)that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date ry c:" C) .,�, -< ! ,. .s r) ry r;^y mgrlasst\contractcompliance.doc CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF ..- Your staff should be aware of and be required to abide by your EqualpEri�ployr lent Opportunity program. All employees authorized to hire, supervise, promote, or discharge er#ipt"oyees or dire involved in such actions should be trained and required to comply with your policy„? :hd the current equal employment opportunity laws. cp 4. RECRUITMENT iv (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 mgrlasst\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. crs /�+� 4 J ( u9uen:TF:y Flmyly c.)-‹ I T—A 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 immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. -- u cr. F. The following are exempted from the provisions of this section: n.4 I .""q C,, cry _.,. r-' 1-11 ro CC-6 - R3 '}T) -r, 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or 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) na o a. �--, c-3 --1 C) PV r: 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. N u 11 c-)--< 11 ) ;^ ^v 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") I. 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. II. 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. Ill. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy 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); c. Remedial action has been taken to prevent a recurrence of the acts giving rise^tp:ttie cdiscualificatipn or default; � or te. ( �� Z'‹m -0 1111 d. Other factors that the person or entity believes are relevant. n = The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility 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. WT-1 WAGE THEFT AFFIDAVIT STATE OF )ss: COUNTY , upon being duly sworn, state as follows: 1. I 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. Signature This instrument was acknowledged before me by on ,20 Notary Public in and for the State of _ o C7 cr C1 rri - ,...n WT-2 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. ry r�r CD munm ; %. Jo GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practicescrs S-8 Contract Compliance Program (Anti-Discrimination Requirements)Q S-9 Wage Theft Policy ;; Fri S-10 Measurement and Payment S-11 Taxes cJ S-12 Construction Stakes , r`r� r S-13 Bidder Status Form o Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC-1 Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate.`. .1 Bodily Injury& Property Damage* $1,000,000 $2,000.00. Automobile Liability Combined Single.Limit' Bodily Injury& Property YDama e $1,OOO,Q00 - Excess Liability $1,000,000 $1,000,000 • - Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured SC-2 retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on q't itractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract;. r)ternate- this Contract, and withhold payment for work performed on the Contract --4r: (—) --i K.a c t-.,. �r..4. SC-3 =) `� +a C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACT-CR shall furnish documentation of all efforts to recruit MBE's. • S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or SC-4 mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT-1. S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-12 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of$75 per hour. N :[-= 0 ''-4 C7 ... c.n n• Irl Lj -� ra ' N r n. SC-5 Bidder Status Form To be completed by all bidders Part A Please answer"Yes" or"No"for each of the following: ❑ Yes El 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 El 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. 0 Yes El No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. El 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: -; •1 Dates: / / to / / Address: • City, State, Zip: L:4 ,3 Dates: / / to / / Address: ='2 iib City, State, Zip: ,.,1 Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? El 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. Firm Name: Signature: 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 may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. O 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 D 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. O 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. El 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. O Yes 0 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 is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. t 113.111410 C-11 r- BF-2 a r ARC 1271C LABOR SERVICES DIVISION18751 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 subrule 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 term"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 intent. Nwliariance procedures are included in these rules because variance provisions are set forth in 875--�ChaptEl. After analysis and review of this rule making,no impact on jobs has been found. p These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12,2014. The following amendment is adopted. Adopt the following new 875—Chapter 156: -73 -?o Fri CHAPTER 156 ` ;N.) t" 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 (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2)"a"for determining whether a person or entity in that state or country is a resident bidder,then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized Otransact business in the state if one or more of the following accurately describes the person clrtty: cj 11 a. In the case of a sole proprietorship,the sole proprietor is an Iowa resident ffir.Inlya itielzime tax purposes; I b. In the case of a general partnership or joint venture,more than 50 percent of tag ►eranartne,sem or joint venture parties are residents of Iowa for Iowa income tax purposes; :{i- i -v I3 BF-4 • N.) 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 first 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 preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference,a public body shall apply the same resident labor force preference to a public improannent in this state as would be required in the construction of a public improvement by the hon state p}foreign country of the nonresident bidder, or the parent of a resident bidder if the parent wolciti qulify asall nonresident bidder if such parent were to bid on the public improvement in its own nam ,,,,,,'LINO A preference shall not be applied to a subcontractor unless the home state or for6igr Cour&of tl nonresident bidder to whom the contract was awarded would apply a preference to theontractor. [Ti -o I BF-5 TN.) 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 of written complaint form. 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 cause to be taken deposition of witnesses,and require by subpoena the attendance and testimony of witnessesnd the production of all books,registers,payrolls,and other evidence relevant to a matter un�er invejation or hearing. - e. Employment of personnel. The commissioner may employ qualified personnels-ere neo essary., for the enforcement of Iowa Code section 73A.21. The personnel shall be employe$ri suat,to merit system provisions of Iowa Code chapter 8A,subchapter IV. • rn _ o • s-r N BF-6 , 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—I56.9(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 be affected. These rules are intended to implement Iowa Code section 73A.21. o [Filed 12/16/13,effective 2112/14] =mac? ,�,� "7'1 [Published 1/8/14] c-� — EDITOR'S NOTE: For replacement pages for IAC,see IAC Supplement 1/8/14. C) C.J1 ;r-rn 3 'III fp BF-7 � �V Special Conditions Exhibit B Supplement for all CDBG Contracts and Agreements City of Iowa City is referred to as"recipient"below and as"contractor and subcontractor." and _ agree to abide by the following provisions,as applicable: 1)Clean Air Act(42 U.S.C.7401 et seq.)and the Federal Water Pollution Control Act(33 U.S.C. 1251 et seq.),as amended. Contracts and subgrants of amounts in excess of$100,000 shall comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C.7401 et seq.)and the Federal Water Pollution Control Act as amended(33 U.S.C. 1251 et seq.).Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency(EPA). Contractors and subcontractors agree: a.That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency(EPA)List of Violating Facilities; b.To comply with all the requirements of Section 114 of the Clean Air Act,as amended,42 U.S.C. 1857 et seq.and Section 308 of the Federal Water Pollution Control Act,as amended,33 U.S.C. 1251 et seq.relating to inspection,monitoring,entry,reports,and information,as well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively,and all other regulations and guidelines issued thereunder; c.That,as a condition for the award of this contract,the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Vis*ting Facilities; o d.To include or cause to be included in any construction contract or subcontract which excEectilloaloo the � aforementioned criteria and requirements. i -- ,c) (..n 2)Contract Work Hours and Safety Standards Act(40 U.S.C.327 through 333) 73 Where applicable,all contracts awarded by recipients in excess of$2,000 for construction `co ltraats anti in ` excess of$2,500 for other contracts that involve the employment of mechanics or laborers shill includo a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards-Act(40 U.S.C.327-333),as supplemented by Department of Labor regulations(29 CFR part 5).Under Section 102 of the Act,each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours.Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,hazardous or dangerous.These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market,or contracts for transportation or transmission of intelligence. 3)Copeland"Anti-Kickback"Act(18 U.S.C.874 and 40 U.S.C.276c) All contracts and subgrants in excess of$2,000 for construction or repair awarded by recipients and subrecipients shall comply with the Copeland"Anti-Kickback"Act(18 U.S.C.874),as supplemented by Department of Labor regulations(29 CFR part 3,"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that SC Exhibit B-1 each contractor or subrecipient shall be prohibited from inducing,by any means,any person employed in the construction,completion,or repair of public work,to give up any part of the compensation to which he is otherwise entitled.The recipient shall report all suspected or reported violations to HUD. 4)Davis-Bacon Act,as amended (40 U.S.C.276a to 276a-5) When required by Federal program legislation,all construction contracts awarded by the recipients and subrecipients of more than$2,000 shall include a provision for compliance with the Davis-Bacon Act(40 U.S.C.276a to 276a-5)and as supplemented by Department of Labor regulations(29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act,contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor.In addition,contractors shall be required to pay wages not less than once a week.The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination.The recipient shall report all suspected or reported violations to HUD. 5)Debarment and Suspension(E.O.s 12549 and 12689) No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension,"as set forth at 24 CFR part 24.This list contains the names of parties debarred, suspended,or otherwise excluded by agencies,and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549.Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 6)Drug-Free Workplace Requirements The Drug-Free Workplace Act of 1988(42 U.S.C.701)requires grantees(including individuals)o`federal agencies,as a prior condition of being awarded a grant,to certify that they will provide dee rkplaces,E, Each potential recipient must certify that it will comply with drug-free workplace requirein-'entp ins cordaneel with the Act and with HUD's rules at 24 CFR part 24,subpart F. (-< I 7)Equal Employment Opportunity Contractor shall comply with E.O. 11246, "Equal Employment Opportunity,"as amended:WEST,7 I375; "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and as'supplemented by regulations at 41 CFR part 60,"Office of Federal Contract Compliance Programs,Equal Employmbnt Opportunity,Department of Labor." During the performance of the contract,the Contractor agrees as follows: a.The Contractor will not discriminate against any employee or applicant for employment because of race, color,religion,sex or national origin.The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment,without regard to their race,color,religion,sex or national origin.Such action shall include,but not be limited to the following:employment,upgrading, demotion,or transfer;recruitment or recruitment advertising;layoff or termination rates of pay or other forms of compensation;and selection for training,including apprenticeship.The Contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the municipality setting forth the provisions of the non-discrimination clause. b.The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the Contractor,state that all qualified applicants will receive consideration for employment without regard to race, color,religion,sex or national origin. SC Exhibit B-2 c.The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice,to be provided by the property Owner, advising the labor union of workers'representative of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d.The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations and relevant orders of the Secretary of Labor. e.The Contractor will furnish all information and reports required by Executive Order 11246 amended as of September 24, 1965,and by the rules,regulations and orders of the Secretary of Labor,or the Secretary of Housing and Urban Development,pursuant thereto,and will permit access to his books,records,and accounts by the property owner,the City,the Secretary of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations and orders. f.In the event of the Contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules,regulations or orders,this contract may be cancelled,terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or Federally funded constructed contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies involved as provided in Executive Order 11246 of September 24, 1965,or by rule,regulations or order of the Secretary of Labor,or as otherwise provided by law. g.The Contractor will include the provisions of paragraphs(a)through(g)in every subcontract or purchase order unless exempted by rules,regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965,so that such provisions will be binding upon each subcontractor or vendor.The Contractor will take such action with respect to any subcontract or purchase order as the property owner may direct as a means of enforcing such provisions,including sanctions for non- compliance;provided,however,that,in the event the Contractor becomes involved in,or is threatened with litigation with a subcontractor or vendor as a result of such direction,the Contractor may request the United States to enter into such litigation to protect the interest of the United States. In addition to the federal EEO requirements above,Contractor agrees that its employees and agents shall not discriminate against any person in employment or public accommodation because of race,religion,color, creed,gender identity,sex,national origin,sexual orientation,mental or physical disability,marital status,or age."Employment"shall include but not be limited to hiring,accepting,registering,classifying,promoting,or referring to employment. "Public accommodation"shall include but not be limited to providing goods, services,facilities,privileges and advantages to the public. 8)Lobbying and Influencing Federal Employees i.No Federal appropriated funds shall be paid,by or on behalf of the contractor,to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. ii.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with any Federal rant,the contractor shall complete and submit Standard Form-LLL,"Disclosure of Lobby Activities'in accordance with its instructions. CDrii —1 t7 --4 C) °7 r` f"" SC Exhibit B-3 0 r iii.The Recipient shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31,U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure." 9)Nonsegregated Facilities The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees,any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location,under his control,where segregated facilities are maintained.The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees,segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained.The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification,the term"segregated facilities"means any waiting rooms,work areas,restrooms, and washrooms,restaurants and other eating areas,timeclocks,locker rooms and other storage or dressing areas,parking lots,drinking fountains,recreation or entertainment areas,transportation,and housing facilities provided for employees which are segregated by explicit directives or are,in fact,segregated on the basis of race,color,religion,or national origin because of habit,local custom,or any other reason.The federally- assisted construction contractor agrees that(except where she or he has obtained identical certifications from proposed subcontractors for specific time periods)she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. 10)Section 3 of the Housing and Urban Development Act of 1968 Contractor agrees to comply with Section 3 requirements,the regulations set forth in 24 CFR 135,and to include the following language in all subcontracts executed under this Agreement: a.The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968,as amended, 12 U.S.C. 1701u(Section 3).The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3 shall,to the greatest extent feasible,be directed to low-and very low-income persons,particularly persons who are recipients of HUD assistance for housing. b.The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135,which implement Section 3.As evidenced by their execution of this contract,the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. c.The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding,if any,a notice advising the labor organization or workers'representative of the contractor's commitments under this Section 3 clause,and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice.The notice shall describe the Section 3 prefet''ace,shall set forth minimum number and job titles subject to hire,availability of apprenticeship and ining positions, the qualifications for each;and the name and location of the person(s)taking applications each Ahe positions;and the anticipated date the work shall begin. >--t C, (-5 SC Exhibit B-4 ry d.The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135,and agrees to take appropriate action,as provided in an applicable provision of the subcontract or in this Section 3 clause,upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135.The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. e.The contractor will certify that any vacant employment positions,including training positions,that are filled (1)after the contractor is selected but before the contract is executed,and(2)with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed,were not filled to circumvent the contractor's obligations under 24 CFR part 135. f.Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions,termination of this contract for default,and debarment or suspension from future HUD assisted contracts. g.With respect to work performed in connection with Section 3 covered Indian housing assistance,section 7(b)of the Indian Self-Determination and Education Assistance Act(25 U.S.C.450e)also applies to the work to be performed under this contract.Section 7(b)requires that to the greatest extent feasible(i)preference and opportunities for training and employment shall be given to Indians,and(ii)preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned EconomioVnterprises. Parties to this contract that are subject to the provisions of Section 3 and section 7(b)wee to e reply u�ri Section 3 to the maximum extent feasible,but not in derogation of compliance with se ticrf 7( i 11)Women and Minority Owned Business Enterprises C, cI t Contractor shall use its best efforts to afford minority and women-owned business enters(at least fli one(51)percent owned and controlled by minority group members or women)the maxi enters pr icable. opportunity to participate in the performance of this Agreement. N �`' 12)Federal Labor Provisions N Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1.(i)Minimum Wages.All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week,and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR Part 3),the full amount of wages and bona fide fringe benefits(or cash equivalents thereof)due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof,regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv);also,regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans,funds,or programs,which cover the particular weekly period,are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill,except as provided in 29 CFR 5.5(a)(4).Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein:Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed.The wage determination(including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii)and the Davis-Bacon poster(WH-1321)shall be posted at all times by the contractor and SC Exhibit B-5 its subcontractors at the site of the work in a prominent and accessible,place where it can be easily seen by the workers. (ii)(a)Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination.HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1)The work to be performed by the classification requested is not performed by a classification in the wage determination;and (2)The classification is utilized in the area by the construction industry;and (3)The proposed wage rate,including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination. (b)If the contractor and the laborers and mechanics to be employed in the classification(if known),or their representatives,and HUD or its designee agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate),a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division,Employment Standards Administration,U.S. Department of Labor,Washington,D.C.20210.The Administrator,or an authorized representative,will approve,modify,or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary.(Approved by the Office of Management and Budget under OMB control number 12150140.) (c)In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives,and HUD or its designee do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits,where appropriate),HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee,to the Administrator for determination.The Administrator,or an authorized representative,will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30- day period that additional time is necessary.(Approved by the Office of Management and Budget under OMB Control Number 12150140.) (d)The wage rate(including fringe benefits where appropriate)determined pursuant to subparagraphs (1)(ii)(b)or(c)of this paragraph,shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the contractor does not make payments to a trustee or other third person,the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided,That the Secretary of Labor has found,upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.(Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) 2.Withholding.HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor,or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements,which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics,including apprentices,trainees and helpers,employed by the contractor or any subcontractor the full amount wages required by the contract. In the event of failure to pay any laborer or mechanic, including as apprei hce, trainee or helper,employed or working on the site of the work,all or part of the wages regtl~by contract,HUD or its designee may,after written notice to the contractor,sponsor,applicant -ewneR take--- such action as may be necessary to cause the suspension of any further payment,advance, ttrant§i of r- funds until such violations have ceased.HUD or its designee may,after written notice to the1{ractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the-ris>pecti SC Exhibit B-6 employees to whom they are due.The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3.(i)Payrolls and basic records.Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work.Such records shall contain the name,address,and social security number of each such worker,his or her correct classification,hourly rates of wages paid(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(bx2)(B)of the Davis-bacon Act),daily and weekly number of hours worked,deductions made and actual wages paid.Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2XB)of the Davis-Bacon Act,the contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the laborers or mechanics affected,and records which show the costs anticipated or the actual cost incurred in providing such benefits.Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and trainees,and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii)(a)The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract,but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor,or owner,as the case may be,for transmission to HUD or its designee.The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i).This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents(Federal Stock Number 029-005-00014-1),U.S.Government Printing Office,Washington,DC 20402.The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b)Each payroll submitted shall be accompanied by a"Statement of Compliance,"signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i)and that such information is correct and complete; (2)That each laborer or mechanic(including each helper,apprentice,and trainee)employed on the contract during the payroll period has been paid the full weekly wages earned,without rebate,either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned,other than permissible deductions as set forth in 29 CFR Part 3; (3)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed,as specified in the applicable wage determination incorporated into the contract. (c)The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the"Statement of Compliance"required by subparagraph A.3.(ii)(b). (d)The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii)The contractor or subcontractor shall make the records required under subparagraph A.3.(i)available for inspection,copying,or transcription by authorized representatives of HUD or its designee or the Department of Labor,and shall permit such representatives to interview employees during working hours on the job.If the contractor or subcontractor fails to submit the required records or to make them available,HUD its designee may,after written notice to the contractor,sponsor,applicant or owner,take such actiork may l necessary to cause the suspension of any further payment,advance,or guarantee of funds.Furtherm8te;faire to sulit the required records upon request or to make such records available may be grounds for'dbba¢men0 action. pursuant to 29 CFR 5.12. �-- SC Exhibit B-7 — N . tV 4.Apprentices and Trainees. (i)Apprentices.Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S.Department of Labor,Employment and Training Administration,Office of Apprenticeship Training,Employer and Labor Services,or with a State Apprenticeship Agency recognized by the Office,or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program,but who has been certified by the Office of Apprenticeship Training,Employer and Labor Services or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice.The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program.Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise employed as stated above,shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition,any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.Where a contractor is performing construction on a project in a locality other than that in which its program is registered,the ratios and wage rates(expressed in percentages of the journeyman "s hourly rate)specified in the contractor's or subcontractor"s registered program shall be observed.Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress,expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination.Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program.If the apprenticeship program does not specify fringe benefits,apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification.If the Administrator determines that a different practice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination.In the event the Office of Apprenticeship Training, Employer and Labor Services,or a State Apprenticeship Agency recognized by the Office,withdraws approval of an apprenticeship program,the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii)Trainees.Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval,evidenced by formal certification by the U.S.Department of Labor,Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress,expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination.Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices.Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.In addition,any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program,the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii)Equal employment opportunity.The utilization of apprentices,trainees and journeymen under,29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive O er 11246, as amended,and 29 CFR Part 30. L? r— 1 5.Compliance with Copeland Act requirements.The contractor shall comply with the eats of 29"' CFR Part 3 which are incorporated by reference in this contract r-y_< I Cil :.<Fri —v SC Exhibit B-8 =- .3 1,71 6.Subcontracts.The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 of this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require,and a copy of the applicable prevailing wage decision,and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7.Contract termination;debarment.A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8.Compliance with Davis-Bacon and Related Act Requirements.All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1,3,and 5 are herein incorporated by reference in this contract 9.Disputes concerning labor standards.Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract.Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5,6,and 7.Disputes within the meaning of this clause include disputes between the contractor(or any of its subcontractors)and HUD or its designee,the U.S.Department of Labor,or the employees or their representatives. 10.(i)Certification of Eligibility.By entering into this contract the contractor certifies that neither it(nor he or she)nor any person or firm who has an interest in the contractors firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1)or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii)No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(I)or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii)The penalty for making false statements is prescribed in the U.S.Criminal Code, 18 U.S.C. 1001. Additionally,U.S.Criminal Code,Section 101 0,Title 18,U.S.C.,"Federal Housing Administration transactions",provides in part:"Whoever,for the purpose of. ..influencing in any way the action of such Administration makes,utters or publishes any statement knowing the same to be false shall be fined not more than$5,000 or imprisoned not more than two years,or both." 11.Complaints,Proceedings,or Testimony by Employees.No laborer or mechanic to whom the wage, salary,or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B.Contract Work Hours and Safety Standards Act.The provisions of this paragraph B are applicable only where the amount of the prime contract exceeds$100,000.As used in this paragraph,the terms"laborers"and "mechanics"include watchmen and guards.(1)Overtime requirements.No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2)Violation; liability for unpaid wages;liquidated damages.In the event of any violation of the clause set forth in subparagraph(1)of this paragraph,the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages.In addition,such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory),for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic,including watchmen and guards,employed in violation of the clause set forth subparagraph(1)of this paragraph,in the sum of$10 for each calendar day on which such individuaf3vas required or permitted to work in excess of the standard workweek of 40 hours without payment of tlpvertini wages required by the clause set forth in sub paragraph(1)of this paragraph. 3 (3)Withholding for unpaid wages and liquidated damages.HUD or its designee shall u . owp action-— or upon written request of an authorized representative of the Department of Labor withhol c . usd-fb be 1, —C - in SC Exhibit B-9 57'3 tV tee./ withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract,or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph(2) of this paragraph. (4)Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph(1)through(4)of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs(1)through(4)of this paragraph. C.Health and Safety.The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds$100,000. (1)No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,hazardous,or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2)The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act,40 USC 3701 et seq. (3)The Contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor.The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 13)Access and Maintenance of Records The contractor must maintain all required records for five years after final payments are made and all other pending matters are closed. At any time during normal business hours and as frequently as is deemed necessary,the contractor shall make available to the Iowa Department of Economic Development,the State Auditor,the General Accounting Office,and the Department of Housing and Urban Development,for their examination,all of its records pertaining to all matters covered by this contract and permit these agencies to audit,examine,make excerpts or transcripts from such records,contract,invoices,payrolls,personnel records,conditions of employment,and all other matters covered by this contract. 14)Civil Rights Provisions As applicable,the Subcontractor agrees to comply with: a.Title VI of the Civil Rights Act of 1964 as amended Title VI,codified at 42 U.S.C.§2000d,prohibits racial discrimination by recipients of federal funds as follows:No person in the United States shall,on the ground of race,color,or national origin,be excluded from participation in,be denied the benefits of,or be subjected to discrimination under any program or activity receiving Federal financial assistance. b.Title VIII of the Civil Rights Act of 1968 as amended Title VIII of the Civil Rights Act of 1968,as amended by the Fair Housing Act of 1988,which is codified at 42 U.S.C.§3604,prohibits discriminating against persons in the sale or rent or a dwelling based on disability.Discrimination includes a refusal to make reasonable accommodations in rules and policies,when such accommodations may be necessary to afford such person equal opportunity to use and enjoy a dwelling. (=. O `r Iowa Civil Rights Act of 1965: The Iowa Civil Rights Act prohibits discrimination in etrgdetneriased otfl positive HIV tests or on AIDS or the symptoms of AIDS and on the basis of pregnancy,chirdbfrth,yid relate' conditions.Also prohibited is employment discrimination based on age,race,creed,color coloational origin, religion,and disability.The Iowa Civil Rights Act is administered and enforced by the Iow Civil Rights cu Commission(ICRC). �'TI c.Section 109 of Title I of the Housing and Community Development Act of 1974 as amen — j ry SC Exhibit B-10 Section 109 is codified at 42 USC 5309 and provides that no person shall on the ground of race,color,national origin,religion,or sex be excluded from participation in,be denied the benefits of,or be subjected to discrimination under any program or activity funded in whole or in part with CDBG funds. d.Americans with Disabilities Act of 1990 as amended The Americans with Disabilities Act of 1990,as amended,prohibits private employers,state and local governments,employment agencies and labor unions from discriminating against qualified individuals with disabilities in job application procedures,hiring,firing,advancement,compensation,job training,and other terms,conditions,and privileges of employment.The ADA covers employers with 15 or more employees, including state and local governments. e. Section 504 of the 1973 Rehabilitation Act The Subcontractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973(29 U.S.C.794),which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program.The Contractor shall provide the Subcontractor with any guidelines necessary for compliance with that portion of the regulations in force during the term of this Agreement. f.Age Discrimination Act of 1975 This prohibits discrimination on the basis of age in programs or activities receiving Federal financial assistance. g.Executive Order 11063 This Executive Order signed by President Kennedy"prohibits discrimination in the sale,leasing,rental,or other disposition of properties and facilities owned or operated by the federal government or provided with federal funds." 15)Prevailing Wage See Current wage rate forms ATTACHED,following this section for rates at the time of specification printing. Upon execution of the contract,the City will reprint the current wage rate forms at the time of execution of the contract. The wage rates at the time of execution of the contract will be the rates that are used for review and interview of employees for compliance. 2f117,1 ii -< I r- •-1 cn Y`' N SC Exhibit B-11 12/5/2016 www.wdd.govlwddlscafilesldavisbacon/IA97.dvb?v=0 General Decision Number: IA16OO97 06/17/2016 IA97 State: Iowa Construction Types: Heavy and Highway Counties: Iowa Statewide. STATEWIDE EXCEPT SCOTT COUNTY HEAVY CONSTRUCTION PROJECTS (Does not include work on or pertaining to the Mississippi or Missouri Rivers or on Water and Sewage Treatment Plants), AND HIGHWAY PROJECTS (does not include building structures in rest areas) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 06/17/2016 SUTA2O16-001 06/07/2016 Rates Fringes O Carpenter & Piledrivermen , ZONE 1 $ 26.42 11.13 Q ZONE 2 $ 24.33 11.13 ZONE 3 $ 24.33 11.13 `),..< 0 ZONE 4 $ 23.65 8.95 cn ZONE 5 $ 22.75 7.55 0-" _7 • 0, 70 a CONCRETE FINISHER `D -- ZONE ZONE 1 $ 24.50 7.10 ZONE 2 $ 24.50 7.10 _3 ZONE 3 $ 24.50 7.10 ZONE 4 $ 22.05 5.55 ZONE 5 $ 20.45 6.10 ELECTRICIAN (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, 2, AND 3 $ 22.80 5.70 ZONE 4 $ 21.50 5.70 ZONE 5 $ 19.30 5.70 IRONWORKER (SETTING OF STRUCTURAL STEEL) ZONE 1 $ 29.00 8.55 ZONE 2 $ 26.91 8.55 ZONE 3 $ 26.61 8.85 ZONE 4 $ 24.75 7.85 ZONE 5 $ 22.90 7.40 http://www.wdd.gov/wdol/scafiles/davisbacon/1A97.dvb?v=0 1/6 12/5/2016 www.wdd.gov/wdd/scafiles/davisbacoMA97.dvb?v=0 LABORER ZONE 1, 2, AND 3 GROUP A $ 21.33 8.50 GROUP AA $ 23.71 8.50 GROUP B $ 19.48 8.50 GROUP C $ 16.40 8.50 ZONE 4 GROUP A $ 19.00 7.95 GROUP B $ 17.68 7.95 GROUP C $ 14.80 7.95 ZONE 5 GROUP A $ 19.50 6.50 GROUP B $ 17.00 6.50 GROUP C $ 16.15 6.50 POWER EQUIPMENT OPERATOR ZONE 1 GROUP A $ 29.40 13.30 GROUP B $ 27.85 13.30 GROUP C $ 25.35 13.30 GROUP D $ 25.35 13.30 ZONE 2 GROUP A $ 28.70 13.30 GROUP B $ 27.10 13.30 GROUP C $ 24.55 13.30 GROUP D $ 24.55 13.30 ZONE 3 GROUP A $ 27.50 19.55 GROUP B $ 25.70 19.55 GROUP C $ 24.70 19.55 GROUP D $ 24.70 19.55 ZONE 4 GROUP A $ 28.35 9.35 GROUP B $ 27.21 9.35 d GROUP C $ 25.13 9.35 CD r_T. GROUP D $ 25.13 9.35 .. ZONE 5 > 21 ` . 1 GROUP A $ 24.67 7.60 ?'< GROUP B $ 23.63 7.60 Ti GROUP C $ 21.90 7.60 " `f r7 7 GROUP D $ 20.90 7.60 J "` } TRUCK DRIVER ti ZONE 1 $ 21.50 10.30 ZONE 2 $ 21.50 10.30 ZONE 3 $ 21.50 10.30 ZONE 4 $ 21.60 6.00 ZONE 5 $ 19.65 6.00 ZONE DEFINITIONS ZONE 1 - The Counties of Polk, Warren and Dallas for all Crafts, and Linn County Carpenters Only. ZONE 2 - The Counties of Dubuque for all crafts and Linn County for all Crafts except Carpenters. ZONE 3 - The Cities of Burlington, Clinton, Fort Madison Keokuk, and Muscatine (and abutting municipalities of any such cities). ZONE 4 - Story, Black Hawk, Cedar, Jasper, Jones, Jackson, Louisa, Madison and Marion Counties; Clinton County (except http:/lwww.wdd.gov/wdd/scafiles/davisbacoMA97.dvb?v=0 2)6 12/5/2016 www.wdd.gov/wdd/scafilesldavisbaconllA97.dvb?v=0 the City of Clinton), Johnson County, Muscatine County (except the City of Muscatine), the City of Council Bluffs, Lee County and Des Moines County. ZONE 5 - All areas of the state not listed above. LABORER CLASSIFICATIONS - ALL ZONES GROUP AA: Asbestos abatement worker (Zones 1, 2, and 3) Skilled pipelayer (sewer, water and conduits) and tunnel laborers (zones 1, 2 and 3) GROUP A - Asbestos abatement worker (Zones 4 and 5): Carpenter tender on bridges and box culverts; curb machine (without a seat); deck hand; diamond and core drills; drill operator on air tracs, wagon drills and similar drills; form setter/stringman on paving work; gunnite nozzleman; joint sealer kettleman; laser operator; pipelayer (sewer water and conduits) Zone 4 & 5; powderman tender; powerman/blaster; saw operator; tunnel laborer (zones 4 and 5). GROUP B - Air, gas, electric tool operator; barco hammer; carpenter tender; caulker; chain sawman; compressor (under 400cfm); concrete finisher tender; concrete processing materials and monitors; cutting torch on demolition; drill tender; dumpmen; electric drills; fence erectors; form line expansion joint assembler; form tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reinforcing bars and chairs; hot asphalt laborer; installing temporary traffic control devices; jackhammerman; mechanical grouter; painter (all except stripers); paving breaker; planting trees, shrubs and flowers; power broom (not self/propelled); power buggyman; rakers; rodman (tying reinforcing steel); sandblaster; seeding and mulching; sewer utility topman/bottom man; spaders; stressor or stretcherman on pre or post tensioned 4 concrete; stringman on re/surfacing/no grade control; © C^ swinging stage, tagline or block and tackle; tampers; =;= —11'1 t timberman; tool room men and checkers; tree climber; tree --r groundman; underpinning and shoring caissons over twelve CD—C feet deep; vibrators; walk behind trencher; walk behind p••. -g+� paint stripers; walk behind vibrating compactor; water ' r-r1 * i pumps (under three inch); work from bosun chair. ;D: r) GROUP C - Scale weigh person; traffic control/flagger, rV surveillance or monitor, water carrier. POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZONES GROUP A - All terrain (off road) forklift; Asphalt Breakdown Roller (vibratory), Asphalt laydown machine; asphalt plant; Asphalt Screed, bulldozer finish); central mix plant; concrete pump; crane; crawler tractor pulling scraper; directional drill (60,000(lbs) pullback and above); dragline and power shovel; dredge engineer; excavator (over 1/2 cu. yd.) front end loader (4 cy and over); horizontal boring machine; master mechanic; milling machine (over 350 hp); motor grader (finish); push cat; rubber tired backhoe (over 1/2 cu. yd.) scraper (12 cu. yd. and over or finish); Self-propelled rotary mixer/road reclaimer; sidebroom tractor; slipform portland concrete paver; tow or push boat; trenching machine (Cleveland 80 or similar). http://www.wdd.govlwdd/scafiles/davisbaconllA97.dvb?v=0 3/6 12/5/2016 www.wdd.govhvdol/scafiles/davisbacaVIA97.dvb?v=0 GROUP B - Articulated off road hauler, asphalt heater/planer; asphalt material transfer vehicle; Asphalt Roller; belt loader or similar loader; bulldozer (rough); churn or rotarydrill; concrete curb machine, crawler tractor pulling ripper, disk or roller; deck hand/oiler directional drill (less than 6O,000(lbs) pullback); distributor; excavator 1/2 cu. yd. and under); form riding concrete paver; front end loader (2 to less than 4 cu. yd.); group equipment greaser; mechanic; milling machine (350hp. and less); paving breaker; portland concrete dry batch plant; rubber tired backhoe 1/2 cu. yd. and under); scraper (under 12 cy), screening, washing and crushing plant (mobile, portable or stationary); shoulder machine; skid loader (1 cu. yd and over); subgrader or trimmer; trenching machine; water wagon on compaction. GROUP C - Boom & winch truck, concrete spreader/belt placer, deep wells for dewatering; farm type tractor (over 75 hp.) pulling disc or roller; forklift; front end loader (under 2 cu. yd.); motor grader (rough); pile hammer power unit; pump (greater than three inch diameter); pumps on well points; safty boat; self-propelled roller (other than asphalt); self-propelled sand blaster or shot blaster, water blaster or striping grinder/remover; skid loader (under 1 cu. yd.); truck mounted post driver. GROUP D - Boiler, compressor, cure and texture machine; dow box; farm type or utility tractor (under 75 hp.) pulling disk, roller or other attachments; group greaser tender; light plants; mechanic tender; mechanical broom; mechanical heaters; oiler; pumps (under three inch diameter); tree chipping machine; truck cranedriver/oiler. CARPENTERS AND PILEDRIVERMEN, OR IRONWORKERS (ZONE 5) _ o q v'+ Setting of structural steel; any welding incidental to bridge -`'E2c,rt .rn or culvert construction; setting concrete beams. WELDERS - Receive rate prescribed for craft performing CD - operation to which welding is incidental. 3 's Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). http://www.wdd.govlwdollscafiles/davisbacon/IA97.dvb?v=0 4/6 12/5/2016 www.wdd.gov/wdol/scafiles/davisbaconllA97.dvb?v=0 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion o date for the classifications and rates under that identifier. LIN ^, nIII Survey wage rates are not updated and remain in effect until a new survey is conducted. c)—( cfl Union Average Rate Identifiers r- Ti rn Classification(s) listed under the UAVG identifier indicate C.3 that no single majority rate prevailed for those na classifications; however, 100% of the data reported for the .1 classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: http://www.wdd.gov/wdd/scafiles/davisbacoMA97.dvb?v=0 5/6 12/5/2016 www.wdd.gov/wdol/scafilesldavisbacoMA97.dvb?v=0 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the o interested party's position and by any information (wage p �. payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. : 1-.100 7 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative 7.-< —a yri Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor —� 200 Constitution Avenue, N.W. • Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdd.gov/wdd/scafiles/davisbacon/IA97.dvb?v=0 6/6 SECTION 01010 SUMMARY OF THE WORK PART 1 -GENERAL General description,not all inclusive. A. Base Bid Work: The project includes all material,equipment,transportation, labor and coordination needed to complete the improvements associated with the sport court improvements at Wetherby Park in Iowa City. Improvements include grading, HMA pavement, fencing, basketball hoops,futsal goals,court surfacing,markings and associated work. 5/02 sharedkngineer\specs-u101010 Q © Cr. cr- .11 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OFPAYMENT:• A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work,which will be paid on a unit cost basis. In either case,some work may be required for which a separate pay item is not provided.Completion of this work is required.If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. r.J PART 2 - PRODUCTS CD > m ;r>-4 2.01 NONE CD cI =(e'> PART 3-EXECUTIONv F75 • 3.01 PROCEDURE: yp sv A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5%retainage will be released 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. 01025-1 3.02 BID ITEMS: A. GENERAL c' -a _ The following subsections describe the measurement of and payment fst ie ' k 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 Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree,shrub or root system. 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 OF PROPOSAL. 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 off adjacent driveways, streets, sidewalks and private property,when mud and debris is deposited there as a result of any construction activity.The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS 1. Bid Item I:Mobilization(LS)—Lump Sum price shall consist of preparatory work and operation for all items under the contract,including,but not limited to, those necessary for the movement of personnel,equipment,supplies, construction staking,testing,tree protection and incidentals to the project site, which must be performed or costs incurred prior to beginning work on the various items on the project.Payment shall occur as stated in the Urban Standard Specifications. 2. Bid Item 2:Earthwork(LS)—Lump Sum price includes site topsoil stripping, stockpile and respread,import,excavating,hauling,depositing,compacting, grading,shaping and work necessary to conform to lines,grades and slopes as shown on the plans and taking into account all staging of the construction.Lump Sum price includes placement of the excavated material as compacted fill and soil testing by an independent laboratory during construction as specified. Includes all materials,labor and equipment required to protect the project site from erosion,and filter sock. Includes frisbee golf tee pavement removal and trail removal and replacement.Also includes all tile,connections,aggregate and cleanouts. Measurement for payment will be based on percentage of complete as per plan,without field measurement. 3. Bid Item 3: 5"Depth HMA Pavement(SY)—Unit price includes subgrade preparation,adjusting fixtures,furnishing and installing specified hot mixed asphalt mixture,placing and compacting surface course,edge backfill,testing, saw cutting,and associated work.Also included is the granular subbase. Quantity paid shall be plan quantity in square yards,without final field measurement. 4. Bid Item 4:Court Surfacing,Basketball Hoop and Futsal Goal(LS)—Lump Sum price includes furnishing labor,materials and equipment,cleaning and preparing pavement surface and application of surfacing and pavement markings in accordance with manufacturer's recommendations and as indicated on the plan. Also includes providing and installing basketball hoop,footing and futsal goal at locations shown on the plan in accordance with manufacturer's recommendations.Measurement for payment based on the percentage complete of in-place material. 5. Bid Item 5:Fencing(LS)—Lump Sum price includes providing and installing the fence,fabric,posts,tops,fabric ties,bracing,tension bars,rails, fittings and accessories for a complete and operational system as shown on the plans. Measurement for payment based on the percentage complete in-place material. 6. Bid Item 6: Seeding,Surface Restoration(LS)—Lump Sum price includes furnishing and installing and removing erosion control for the site,and furnishing and installing all materials,equipment and labor necessary to finish grade and seed(type I seed mix with hydromulch)all areas disturbed construction.Measurement for payment based on the percentaga compote of surface restoration. :� , rq 11/00 �_ shared\engineee,specs-ii101025.doc —_'�'• r75 01025-3 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare,submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2-PRODUCTS None. PART 3-EXECUTION 0 3.01 MEETINGS PRIOR TO CONSTRUCTION: o =I::CD , .i A. A Pre-Construction meeting will be held prior to beginning work. Ci 6.,::,�. 3.02 PROGRESS OF WORK: A. The specified start date is April 1,2017. "' r.� =� N B. Completion Deadline Date is June 30,2017. —' C. Liquidated damages of$500 per day will be charged on work beyond June 30,2017. D. No work shall be done between the hours of 10:00 p.m.and 7:00 a.m.without the approval of the Engineer,with the exception of saw cutting freshly poured concrete. E. 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. 01310-1 F. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. G. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. H. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. The Contractor shall work closely with the utility companies for proposed improvements and schedules. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 11/00 shared lengineerlspecs-i i10I 310.doc fV Cr; mil rl -4 rC c i 11 r-- r,-1 --a r7.5 l 01310-2 SECTION 31230 EXCAVATION AND EARTHWORK PART 1 - GENERAL 1.1 SECTION INCLUDES A. Drawings and general provisions of contract, including general and supplementary conditions and Division 1 Specification Sections, apply to this section. B. This section includes excavation and earthwork for all site work including pavement earth subgrade. 1.2 DESCRIPTION OF WORK A. Work includes stockpiling topsoil, excavating, loading, hauling, depositing, compacting, grading, pavement subgrade preparation, topsoil respreading, finish grading, and restoring surfaces as necessary to conform to lines, grades, and slopes as shown on plans. B. Related work covered by other sections: rn , 1. Section 32 13 13: Concrete Paving ;„�,� -< cil I 1.3 DEFINITIONS A. Reference to percent maximum density shall mean a soil density not leis than°'he stated percentage of maximum density for soil as determined by ASTM D698, "Moisture Density Relations of Soils", using 5.5-lb. rammer and 12 inch drop. (Standard Proctor Method). 1.4 TESTING A. Contractor shall employ and pay for services of an independent testing laboratory for tests required to show compliance with specifications. B. Contractor to provide equipment and materials as required for de-watering site areas for excavation operations. C. Contractor to plan work and provide temporary means for routing storm water drainage as necessary during construction. CITY OF IOWA CITY 31230- 1 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK PART 2 - PRODUCTS 2.1 MATERIALS A. Earth: All materials not classified as rock or rubble including loam, silt, gumbo, peat, clay, soft shale, sand, gravel, and fragmentary rock or boulders which can be handled by normal earth moving equipment. B. Rock: Boulders so large that they cannot be handled by normal earth moving equipment or solid deposits so firmly cemented together that they cannot be removed without continuous use of pneumatic tools or blasting. C. Rubble: Buried concrete foundations, beams, walls, and other materials which cannot be removed without continuous use of pneumatic tools or blasting. D. Topsoil: Organic well draining soil free from clay lumps, rocks, stones, concrete, toxic minerals, roots over 1/4" in diameter or other material which will not provide good turf growth. Secure from stripping operations as required or provide as necessary for finish grading. E. Contractor shall notify the Owner if unsuitable soils are encountered during construction. Acceptable materials for construction shall include: 1. Fill used for site construction shall be free of organic matter and debris. The soils shall have a liquid limit less than 45 and a plasticity index less than 20 to 25. C�3 2. All backfill and subgrade for pavements shall be compacted to 959/0 of sttpdard proctor and shall be within a range of 0% to 4% of the materials:op'timurr moisture content. -3 C.) (.71 ..y PART 3- EXECUTION <r—ry -- • 3.1 EROSION PROTECTION ` IN) A. Code Compliance: The Contractor shall comply with soil erosion control requirements of the Iowa Code, the Iowa Department of Natural Resources NPDES Permit, the construction drawings and local ordinances. The Contractor shall take all necessary measurements to protect against erosion and dust pollution on this project site and all off-site borrow or deposit areas, during performance or as a result of performance. B. Damage claims: The Contractor will hold the Owner harmless from any and all claims of any type whatsoever resulting from damages to adjoining public or private property, including reasonable attorney's fees incurred to Owner. Further, if the Contractor fails to take necessary steps to promptly remove earth sedimentation or debris which comes onto adjoining public or private property, the Owner may, but need not, remove such items and deduct the cost thereof from amounts due the Contractor. CITY OF IOWA CITY 31230-2 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK C. The Contractor shall be responsible for compliance and fulfillment of all requirements of the Storm Water Pollution Prevention Plan and the NPDES General Permit No. 2 for Storm Water Discharge Associated with Industrial Activity for Construction Activities. 3.2 Protection of existing utilities: The contractor shall protect existing gas, electric, water, fiber optic, subdrain lines, storm and sanitary service lines encountered during construction. Any damage shall be repaired by the Contractor to the Owners specifications at the Contractor's expense. 3.3 EXCAVATION A. Excavate, load, transport and place excavated materials as necessary to conform to lines, grades and slopes as shown on plans. B. Roll and compact cut areas to density not less than specified for fill area. C. If soft or yielding materials are encountered near finished grade in cut areas, remove unstable materials at a depth specified by Owner and replace with suitable materials and compact. D. Excavate in manner to avoid construction of lenses, pockets, streaks or layers of material differing from surrounding materials in fill areas. E. Cooperate with Owner in selection of locations for placement of excavated materials which differ appreciably from surrounding materials. F. Maintain excavation in free draining condition; provide drainage for any water or springs which may be encountered. G. The Contractor shall notify the Owner should existing drain tile be encountered during excavation and earthwork activities. Contractor is to connect all existing tiles encountered during construction to the storm sewer system. H. Provide temporary drainage facilities to prevent damage when necessary to ietrrupt natural drainage or flow of storm sewers, culverts or subdrains. I. Maximum height of vertical cut shall be three (3) feet. "' 2-1 ; t^) Cil 3.4 EARTHWORK _r'"" A. Prepare areas for fill by discing, plowing and scarifying to depth of 4 to 6 inches following topsoil removal under building pad or proposed paved areas. B. If soft or yielding materials at existing grade are encountered, remove unstable materials and replace with suitable materials and compact prior to fill operations. C. When fill meets natural grade of slope, cut bench in existing slope to connect existing grade with new fill. CITY OF IOWA CITY 31230-3 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK D. Step or bench all existing slopes greater than 5 horizontal to 1 vertical to connect existing grade with new fill. E. Place no roots, brush, grass or other organic material in fill under buildings, pavement, and pond areas. Place no material on fill when material or foundation is frozen. F. Select material for each portion of fill with approval of the Engineer; select materials to avoid sharp change in texture. G. Use fill material free of lenses, pockets, streaks or layers of materials differing from surrounding materials. H. Construct fill in horizontal layers not more than 9 inches in loose thickness. I. Deposit each layer over full width of fill as separate and distinct operation. J. After layer is deposited, smooth to uniform depth by means of suitable motor patrol or bulldozer. K. Maintain fill in free draining condition, provide drainage for any water or springs which may be encountered, except in the pond areas. L. If soft or yielding materials are encountered within fill areas due to trapped water, remove unstable materials and replace with suitable materials and compact. 3.5 COMPACTION A. Contractor is responsible for all required compaction tests. Contractor will engage a qualified independent geotechnical engineering testing agency to perform field quality control testing. 1. Allow testing agency to inspect and test subgrades and fill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. 2. Perform soil density and moisture tests on earthwork at locations selected by Owner to show compliance of compaction with specifications. Provide one test every 1,000 square yards of subgrade preparation, 1,800 square yards of fill placement, or as may be required by geotechnical engineer. Intent is to provide sufficient test to adequately control and represent the compaction procedures. 3. If compaction fails density and moisture tests, rework fill by mechanical means until specified density and moisture is obtained; Contractor shall pay all casts for testing and retesting. o � B. Compact all materials placed in fill. -- C") u1 I n CITY OF IOWA CITY 31230-4 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK C. Compact selected materials in horizontal layers with tamping or sheepsfoot roller; use roller designed to provide at least 200 psi distributed on one row of knobs; tamping feet must project not less than 6% inches from face of drum. D. Compact layer by rolling with tamping type roller until full weight of roller is supported by tamping feet. E. Roller will be considered to be supported entirely on its tamping feet when feet do not penetrate more than 3 inches into material being compacted. F. If soil is wet so that it will not sufficiently compact by one passage of roller per inch of loose thickness, provide one discing per 2 inches of loose thickness. 1. Cut and stir full depth of layer. 2. Allow interval of not longer than 2 hours between successive discings, or as directed by Geotechnical Engineer. 3. After discing is completed, compact layer by specified rolling. G. If soil is dry so that it will not satisfactorily compact by rolling, moisten material before compaction; manipulate material to secure proper distribution of moisture before compaction. H. Compact fill slopes progressively until slopes are stable. I. Place fill and compact on all sides of structures to same level as fill operation progresses to protect structures against displacement or other damage. J. Areas adjacent to structures which cannot be tamped with rollers: hand tamp with mechanical tamper to same degree of compaction as specified for other parts of fill. K. Place fill material in maximum of 8 inch lifts. L. Whenever operations are suspended during period, when rain is likely to occur, smooth and compact surface to shed water readily. M. Compact all fill material in non-paved areas to not less than 85% maximum density as determined by ASTM D698 (Standard Proctor Method) with moisture content within 0% to plus 4% points optimum moisture. N. Compact all fill material in the upper 12 inches below paved areas, proposed building area, proposed future building area, and below footing elevations to not less than 95% maximum density as determined by ASTM D 698 (Standard Proctor Nhod) with moisture content within 0% to plus 4% points of optimum. c a rrrili :_ t 3.6 SUBGRADE PREPARATION -T`t7 !'i A. Shape and consolidate subgrade for placement of pavements. CITY OF IOWA CITY 31230-5 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK B. Prepare subgrade as separate and distinct construction operation just prior to pavement placement. C. Provide a uniform composition below top of subgrade of at least 12 inch depth under new paving plus 2 feet outside pavement limits. D. Compact upper 12 inches with moisture and density control (95% MD). Moisture content to be 0% to 4% points of optimum. E. Excavate top 6 inches of subgrade, scarify, pulverize, mix and recompact with moisture and density control. Pulverize, mix and replace top 6 inches of subgrade and compact with moisture and density control (95% MD). F. Other methods for construction of subgrade preparation may be considered for use if uniform composition of finished subgrade is obtained and moisture and density tests taken at top of final subgrade and at 6 inches below top of final subgrade meet specified requirements as approved by Owner. G. Remove stones over 3 inches in size from subgrade and stockpile as directed by Owner. H. If ruts or other objectionable irregularities form in subgrade during construction, reshape and reroll subgrade before placing pavement; fill ruts or other depressions with material similar to other subgrade material and compact. No extra payment will be made for subsequent subgrade re-compaction. I. Construct to elevation and cross section such that, after rolling, surface will be above required subgrade elevation. J. Proof roll subgrade with loaded tandem axle truck to determine uniformity and stability of subgrade. K. If soft or yielding areas are located, remove unstable materials and replace with suitable materials and compact as specified. L. Complete final subgrade within drive areas by excavation to grade by use of steel-shod template supported on side forms or support rollers or by use of automatically controlled subgrade excavating machine. M. Check subgrade elevation and grade within drives and parking areas by method approved by Owner prior to paving. No additional payment will be made for rework of subgrade after rain or snow events. The Contractor is responsible for scheduling subgrade operations with pavement installations to ensure proper timing of construction. N. Maintain subgrade prior to and during paving operations; repair any damaged.or disturbed areas prior to paving. No additional payment will be allowed,#or,the re- ,1 compaction of subgrade area if work is not protected. rn CITY OF IOWA CITY 31230-6 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK 3.7 FINISH GRADING A. Finish excavating and fill areas to conform to lines, grades and slopes as shown on plans or as directed by Owner. B. Maximum allowable variation in finished earth grade from design grade outside of paved areas is 0.2 feet. Grade and slope all earth surfaces to drain. C. Smooth and finish all earth surfaces disturbed by construction operations. D. Provide continuous use of blade grader, dozer or similar equipment of adequate size and power to handle materials encountered during finishing of excavation and fill. E. Respread stockpiled topsoil as required for finish grading to a minimum 6 inch depth. F. Disc earth surfaces to depth of 3 inches and place topsoil 6 inches deep on finished earth surfaces; smooth and grade ready for turf bed preparation. G. Schedule and coordinate topsoil respreading with seeding, sodding, and planting operations. END OF SECTION �iIF- p-a- .4^ CN.) CITY OF IOWA CITY 31230-7 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK 0 4^ SECTION 32120 FLEXIBLE PAVEMENT --e °) cji PART 1 - GENERAL - - ru,k) � A. Drawings and general provisions of contract, including general, supplementary conditions and Division 1 specification sections, apply to this section. B. This part of specifications includes construction of Hot Mix Asphalt (HMA) Pavement. C. Contractor shall submit to the owner and obtain approval for the Hot Mix Asphalt pavement design for each type of course prior to construction. D. RESTRICTIONS ON OPERATIONS 1. Wet/Night Conditions: Asphaltic mixtures shall not be placed on a wet or damp surface or in night conditions. 2. Surface Temperature Restrictions: Asphaltic mixtures shall not be placed when the temperature of the road surface is less than shown in the following table: (Iowa DOT 2303). TEMPERATURE RESTRICTIONS ALL BASE AND INTERMEDIATE COURSE LIFTS OF HMA MIXTURES NOMINAL THICKNESS (Inches) ROAD SURFACE TEMPERATURE, °F * 1 1/2" 40 2-3" 35 Over 3" 25 ALL SURFACE COURSE LIFTS OF HMA MIXTURES NOMINAL THICKNESS (Inches) ROAD SURFACE TEMPERATURE, °F * 1 50 1 1/2" 45 2" and greater 40 * The Owner may further limit placement if, in the Owner's judgment, other conditions are detrimental to quality work. When the temperature is near the minimum and the wind is significant, the Owner may consider a chill factor. 3. Delivery Temperature Restrictions: For delivery temperature restrictions see Iowa DOT 2303. CITY OF IOWA CITY 32120- 1 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT PART 2 - MATERIALS A. Type 'A' mix shall be used. B. ASPHALT BINDER Type of Mixture Asphalt Cement Tack (1) (2) Performance Grade (PG) Base PG 58-28 SS-1, SS-1H, CSS-1, CSS-1H Intermediate & Surface PG 58-28 SS-1, SS-1H, CSS-1, CSS-1H (1) Mixing of CSS and SS grades will not be permitted. (2) RC-70 and MC-70 may also be used after October 1, at the Contractor's option The asphalt binder shall meet the requirements in AASHTO MP1. C. INDIVIDUAL AGGREGATES 1. Base Course: 3/4 inch mixture size; Iowa DOT 4127. Fine Aggregate shall be Manufactured Sand, free of iron pyrite. 2. Intermediate and Surface Course: 3/8 inch mixture size, Iowa DOT 4127. Fine Aggregate shall be Manufactured Sand, free of iron pyrite. 3. Tack Coats: Sand shall meet Iowa DOT 4109 (Gradation No. 1), shall be Manufactured Sand, free of iron pyrite. D. PROPORTIONS FOR MIX Mix design to be performed by certified testing laboratory or certified contractor mix design personnel. 1. AC Content BASIC ASPHALT CONTENT, PERCENT Mixture Size 3/4 inch 1/2 inch Intermediate and Surface 5.75 6.00 Base 6.00 6.00 2. Aggregate: a. Contractor to certify that sources of aggregates are Iowa DOT approved. Aggregates proposed for use on a project will be sampled, propoftned, and a job mix formula shall be prepared in accordance withthe c' requirements for the type of mix specified. yc - v CITY OF IOWA CITY 32120-2 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT b. The minimum percent of crushed aggregate may vary by mix type and use. Unless otherwise designated, Binder and Intermediate and Surface courses shall meet the following minimum requirements. ASPHALT CEMENT CONCRETE % CRUSHED AGGREGATE (MIN) Type of Mixture Roadway Base Intermediate and Surface (Iowa DOT I.M. 510) (Iowa DOT I.M. 510) Drive, Parking 45% 45% E. RECYCLED ASPHALT PAVEMENT -� 1. RAP cannot be used on the project. ii. � _t yt ` ? F. HOT MIX ASPHALT MIXTURE =F 1. The Contractor shall prepare gyratory HMA mixture designs for all base, intermediate, and surface mixtures. The gyratory design procedure shall follow the procedure in Materials I.M. 510. The gyratory mixture designs submitted shall comply with the following criteria. DESIGN COMPACTION REQUIRED DENSITY FILM ESALs LAYER LEVELS (%of Gmm) VFA(1) THICK F;B (million) "ini "des "max "ini "des(target) "max (urn) (max) (air voids) (max) >0.1 All 7 68 104 92.5 97.0(3.0) 98.5 75-85 8-13 0.6-1.4 (1)VFA is recommended criteria, but not required for mix design approval. Mix Size 3/8 inch 1/2 inch 3/4 inch 1 inch (9.5 mm) (12.5 mm) (19 mm) (25 mm) Mininum VMA(%) 15 14 13 12 2. The gyratory compactor used for design and field control shall meet the AASHTO PP 38 protocol. Compactors for which compliance with this protocol is pending may be used at the discretion of the District Materials Engineer. 3. The HMA mixture designed shall meet gyratory design and mixture criteria corresponding to the size of the mixture and the 20 year design traffic level (ESALs) for the project or an appropriate design level as specified in the contract documents. G. EQUIPMENT AND OPERATIONS 1. Paving Plant Equipment: Iowa DOT 2001. 2. Paving Plant Operations: Iowa DOT 2303.03, B. CITY OF IOWA CITY 32120-3 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT O rn 3. Trucks: Iowa DOT 2001. L)-e. CJI I 4. Placement Equipment: Iowa DOT 2303.02F. °. ti =' � I t. PART 3 - EXECUTION fi A. ASPHALT CEMENT CONCRETE PAVEMENT 1. Tack Coat: Place bitumen at undiluted rate 0.02 to 0.05 gallon/SY on horizontal surfaces, 0.10 to 0.15 gallon/SY on vertical surfaces; provide sand cover if required; Iowa DOT 2303.03. 2. Handling and Delivering: HMA not to be placed when asphalt temperature is less than 245°F for lifts 1 1/2 inches or less or 225°F for lifts in excess of 1 1/2 inches; material delivery should be at a continuous uniform rate, do not incorporate cold segregated material, Iowa DOT 2303.03. 3. Joints: a. Offset longitudinal joints between succeeding layers a minimum of three inches (3"), offset transverse joints between succeeding layers a minimum of six feet (6'); provide sawed vertical face at all transverse joints and when meeting existing pavements; Iowa DOT 2303.03. b. The use of wood or metal headers to form the edge of the joint during the rolling of the fresh mixture shall not be permitted. The edges of all fixtures in the streets, edges or curbs, bridges or cold asphaltic concrete shall be tacked to facilitate a tight joint with the fresh mixture. 4. Base and Intermediate and Surface Courses: Conform with general requirements of Iowa DOT 2303.03. a. Thickness of courses to be placed as shown on Plans. After the base has been prepared and tack coated, the succeeding courses may be placed. b. The surface of each layer shall be clean and free from foreign matter when each succeeding layer is placed. Any surface which becomes dirty shall be cleaned and if necessary the surface shall be primed to provide bond between succeeding courses. c. When laying surfaces which require three or more adjacent passes of the finishing machine, the outer lanes shall be laid first and closure of the surface made by the interior strips near the center line. d. Except for unavoidable delay or breakdown, the delivery of hot asphalt cement concrete to any individual spreading unit shall be continuous and uniform at a rate sufficient to provide continuous operation of the spreading unit. CITY OF IOWA CITY 32120-4 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT O 0CSN e. All handling and manipulation of the hot mixture from themixerto the;.final placement on the road shall be so controlled that uniformrcomposition is maintained and segregation of coarser particles is prevented. f. Machine Spreading: On areas of uniform width, the surface course shall be spread with a finishing machine. The spreading of surface course shall be at such rate that when compacted, the layer will be of the thickness and dimensions specified on the plans. Hand raking or disturbance of the layer spread by the machine shall be avoided. 5. Compaction: Conform with general requirements of Iowa DOT 2303.03. a. Thoroughly compact asphalt concrete while hot by rolling to specified density or tamping. All areas of binder or intermediate and surface course inaccessible to the roller shall be thoroughly hand tamped while hot enough to compact properly. 1) Base Course: Minimum of 94% laboratory density; average void level shall not exceed 8% voids; Iowa DOT Class IC compaction. 2) Intermediate and Surface Course: Minimum of 95% laboratory density, less than 8% voids; Iowa DOT Class IC compaction. b. Rolling patterns for Class IC shall follow Iowa DOT 2303.03. 6. Hand Work: When practical, all wearing surface mixtures shall be spread by finishing machine. Irregular areas may be spread by hand methods. Do not dump truck loads of hot mixture directly upon the surface on which they will be spread. Loads may be dumped on metal pans or the material may be spread by hot shovels directly from the truck to the road surface. Spread hot mixture uniformly to the desired depth with shovels and rakes. Tines of the rake to be at lease one-half inch (1/2") longer than the loose depth of the mixture. The hot mixture shall be carefully smoothed with a lute after spreading. The handles of the lutes shall be long enough to reach from the edge to the middle of the strip under construction. Loads shall not be dumped faster than they can be spread properly. Laborers shall not stand on the loose mixture while spreading; Iowa DOT 2303. Compact with mechanical tampers in areas not accessible to rollers. 7. Pavement Smoothness: a. Each pavement layer is to be inspected visually to insure that the surface is free of roller marks and distortion. Longitudinal and transverse joints are to be checked with a 10 foot straight-edge. Surface courses inspected with a rolling surface checker shall meet the 1/4 inch tolerance. When the rolling surface checker is used, it should be operated immediately behind the finish rollers. CITY OF IOWA CITY 32120-5 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT b. Prior to removal of bumps, the surface shall first be warmed with a surface heater to soften the mixture until the surface can be loosened, and smoothed with rakes and straightedge. Do not burn asphalt. While still hot, the mixture shall be rolled to obtain property density; Iowa DOT 2303.03. in lieu of the above procedure, a diamond grinder may be used with the approval of the Engineer and will be in accordance with Iowa DOT 2532. 8. Fillets: Conform with general requirements of Iowa DOT 2303.03. B. TESTING 1. Samples: All testing by approved testing laboratory; Iowa DOT 2303. a. For frequency see table 3.1. b. Core samples shall be taken at points designated by the Owner by drilling with a 4-inch diameter core drill. c. The surfaces from which core samples have been taken shall be restored by the Contractor on the next succeeding day of plant operation. 2. Area represented by each core is one-half(1/2) of distance to next core or to end of pavement. 3. Additional core samples specified by the Owner may be made and measured at Contractor's expense to determine the extent and severity of pavement deficiency for thickness and density. Frequency Table 3.1 20 year traffic loading under 1 million ESALs Contract Contract quantity greater quantity less than 1000 tons than 1000 tons of HMA of HMA Quality Control Criteria .E'. o L C O. L C J O O c V 0) :,1 C U p U ti• . e `2 (0 (� t0 (6 Mix design approval (1) req'd req'd req'd req'd. 7 Aggregate(2) Asphalt Binder(2) HMA mixture(2) req'd Contractor certified HMA Density/Thickness Cores(2) req d Lot size daily CITY OF IOWA CITY 32120-6 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT Provide Job Mix Formula (mix design) and test results for approval at least 2 weeks prior to HMA production. Provide aggregate certification for approval at least two weeks prior to HMA production. When required, quality control tests shall be completed by the Contractor. Provide acceptance testing and/or material certification in accordance with Iowa DOT Materials I.M. 204, Appendix F (available on the internet at http://www.erl.dot.state.ia.us). Thickness cores based on one 4 inch diameter core taken for each ± 2,000 SY of paving for quantity less than 1,000 tons. Low daily production is defined as HMA plant production of less than 500 tons. Low production may be tied to any HMA bid item and is not tied to contract quantity. Contractor Certified HMA is based on written approval of the Contractor HMA production Quality Control (QC) program by the Owner or designated representative. Upon approval of the QC program, Contractor Certified HMA may be used in lieu of the testing as indicated in the table. A production QC program for small quantities includes the following minimum provisions: • Use of certified asphalt binder and aggregate • Asphalt binder log to track when binder was used • System approach for sampling and testing the combined aggregate (minimum 1 test per 2000 tons of plant production or portion thereof) • System approach for sampling and testing loose HMA (minimum 1 test per 1000 tons of plant production or portion thereof) • HMA delivery tickets identify the Job Mix Formula. • Density, measured by cores or nuclear gauge. A system approach for sampling and testing recognizes any production quality control sampling and testing in the same period of time as the certified material production. A completed certification document is required for acceptance and payment for Contractor Certified HMA. The certification may be inclusive for all HMA or for portions of the project quantity. The certification shall include the following statement: "The HMA production and placement followed the provisions for Contractor Certified HMA program." If the Contractor does not have an approved HMA production QC program for Contractor Certified HMA, the quality control criteria for aggregate, HMA mixture, and density cores sampled and tested on a project lot size are required. The contractor shall provide the Owner with a copy of all required test results upon completion of the project. 0 C. REVIEW AND ACCEPTANCE o 1. Repairs Required: �,11.27 n� a. Pavement containing excessive cracks, cold joints, deformities, or other defects shall be removed and replaced, or repaired, at no cost to the Jurisdiction. Severity of defects and remedy determined by the Owner. -] CITY OF IOWA CITY 32120-7 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT In lieu of the above negotiations, extended warranty may be approved by the Owner. b. Thickness Deficiencies: Remove, replace or repair at no cost to the Owner. END OF SECTION N CD j 3 y CITY OF IOWA CITY 32120-8 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT 0 o Q, { SECTION 32122 COURT SURFACING —' PART 1 - GENERAL 1.1 Drawings and general provisions of contract, including general and supplementary conditions and Division I Specification Section, apply to this section. 1.2 This section of specifications includes providing of all materials, transportation equipment and labor and associated work for the complete installation of the color system over the Hot Mix Asphalt (HMA) pavement. See section 02740. 1.3 Contractor to coordinate with Owner on the storage location of materials. 1.4 Contractor to provide U.S. Open Blue materials for the areas inside each court and dark green color materials outside the courts. 1.5 Contractor to allow a minimum of 14 days or longer for curing of the hot mix asphalt pavement before application of the Plexicushion Color system, or approved equal. Coordinate installation of color system with Owner . 1.6 Materials specified for the Color System shall be delivered to the site in sealed, properly labeled containers with California Products Corporation labels and stenciled with the proper batch code numbers. Products packaged or labeled in any other manner will not be accepted. Mixing with clean fresh water shall only be done at the job site. Coverage rates are based upon material prior to mixing with water as directed. PART 2 - PRODUCTS 2.1 Court Patch Binder—shall comply with Specification 10.14 of California Products Corporation or Plexipatch Specification 10.21, or approved equal. 2.2 Acrylic Resurfacer— shall comply with Specification 10.8 of California Products Corporation, or approved equal. 2.3 Fortified Plexipave®- shall conform to Specification 10.12 of California Products Corporation, or approved equal. 2.4 Pexichrome®—shall conform to Specification 10.1 of California Products Corporation, or approved equal. 2.5 Plexicolor® Line Paint- shall conform to Specification 10.4 of California Products Corporation, or approved equal. 2.6 Water—shall be fresh and potable. CITY OF IOWA CITY 32122- 1 WETHERBY PARK IMPROVEMENTS TENNIS COURT SURFACING PART 3 - EXECUTION A. Surface Preparation —The surface to be coated must be sound, smooth, and free from dust, dirt or oily materials. Prior to the application of surfacing materials, the entire surface should be checked for minor depressions or irregularities. After the courts have been flooded, any depressions covering a nickel and irregularities shall be filled with Court Patch Binder in accordance with manufacturer's specifications and recommendations. 1. Tack Coat—Areas to be patched shall be pretreated with tack coat of 1 part Court Patch Binder diluted with 2 parts water and allowed to thoroughly dry prior to patching. 2. Plexipatch may also be used. (Specification 10.21) of California Products Corporation. 3. After patching the surface shall not vary more than 1/8" in ten feet measured in any direction. B. Surface Course Preparation — In order to provide a smooth, dense underlayment, provide two applications of California Acrylic Resurfacer applied to the surface at the rate of 15-20 sq. yds. Per gallon (.07 - .05 gallons per square yard). No application shall be covered by a succeeding application until thoroughly cured. Dilution with water and sand is required in accordance with manufacturer's recommendations. C. Fortified Plexipave —Application 1. Allow the Acrylic Resurfacer coat to thoroughly dry in good weather conditions. The Fortified Plexipave Surface System shall be applied according to Caiifprnia Products Corporation's specification 10.12. Fortified Plexipave i5 7bp mixed using the following mixture: D.>:7 Plexipave Color Base 30 gallons Plexichrome 20 gallons : cr� ^,° _� Water 20 gallons ' 2. A minimum of 2 applications of Fortified Plexipave shall be applied at the rale of .06 gallon per square yard per coat. D. The first coat of Fortified Plexipave shall be sanded after the application has thoroughly dried and prior to subsequent coats to insure surface uniformity. E. All line markings shall be applied with Textured Plexicolor Line Paint. F. Plexichrome —Application: 1. Apply a finish course of at least one coat of California Products Plexichrome (or equivalent) as per manufacturer's recommendations. 2. Colors shall be approved by Owner prior to finish. CITY OF IOWA CITY 32122-2 WETHERBY PARK IMPROVEMENTS TENNIS COURT SURFACING 3. Apply additional coats if uniform coverage is not attained with one coat. Costs for additional coats will be incidental. G. Precautions 1. Do not allow materials to drop on adjacent areas. 2. Consult California Products before attempting application on concrete surfaces. 3. Temperature must be within range of manufacturer's specifications to allow proper curing. H. General 1. Upon completion, the contractor shall remove all containers, surplus materials and debris and leave the site in a clean and orderly condition acceptable to the owner. Gates shall be secured and all containers shall be disposed of in accordance with state, local and federal regulations. END OF SECTION N 3 Cr' ra 7 "11 �?-< ci C") trra �.. in ;. CITY OF IOWA CITY 32122-3 WETHERBY PARK IMPROVEMENTS TENNIS COURT SURFACING SECTION 32311 CHAIN LINK FENCING PART 1 -GENERAL 1.1 Drawings and general requirements of contract, including general and supplementary conditions, apply to this section. 1.2 The intent of the specifications is to describe the construction desired, performance requirements, and standards of materials and construction. 1.3 Contractor shall furnish and install materials and perform all work and services for completed project described in Contract Documents. 1.4 Contractor shall submit and obtain all required permits including payment of all fees and hook-up charges, telephone, cable TV, electrical power, water, gas and other associated items. 1.5 DESCRIPTION OF WORK A. Provide all labor, materials and equipment, and supervision required to construct the chain link fencing. 1.6 DELIVERY, HANDLING, AND STORAGE . CT A. Materials shall be delivered to the site in accordance with manufactureE : c,7.1 recommendations for shipment and protection of materials. :5:74 ( B. Handling of materials as recommended by manufacturer. ;r; e51 C. Storage of materials in locations designated and approved by Owner.; c) r:a 1.7 CODES, INSPECTIONS, AND PERMITS r- A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. 1.8 SUBMITTALS A. The Contractor shall submit certification that all materials used in the erection, assembly, and construction meet the minimum requirements as herein specified. Certification to be on either supplier, manufacturer, and/or Contractor's letterhead and submitted prior to final acceptance. B. Submit shop drawings and product data. Indicate layout, spacing of components, accessories, and anchorage. C. Submit manufacturer's specifications for proposed materials, technical data, method of installation instructions, and list of materials for the fencing and gates. CITY OF IOWA CITY 32311 - 1 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING D. Upon request the Contractor will provide Material Certifications to the Engineer. 1.9 SITE CONDITIONS A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depth of all underground utilities prior to excavation. C. Repair and/or return to original condition any damage caused by Contractors negligence at no cost to Owner. 1.10 EXISTING UTILITIES: A. 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. B. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with owner and utilities companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. C. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner and then only after acceptable temporary utility services have been provided. D. Provide minimum 48-hour notice to Owner and receive written notice to proceed before interrupting any utility. 1.11 Protection of Persons and Property: A. Barricade open excavations occurring as part of this work and post wiftwarniktis lights. B. Operate warning lights as recommended by authorities having jurisdictibn. C. Protect structures, utilities, sidewalks, pavements, and other facilities froth damage °+ caused by settlement, lateral movement, undermining, washout, and other hazards created by this work. PART2-PRODUCTS co 2.1 Fabric-All Fencing: A. The fabric shall be chain link, zinc coated (galvanized) or aluminum coated No. 9 gauge wire woven in a 2-inch mesh. On all fabric the top and bottom selvage is to have a knuckled finish, unless specified otherwise in the drawings. Fabric height shall be the same as height of fence specified. B. Zinc coated fabric shall meet the requirements of ASTM A 392, Class II coating. C. Aluminized before weaving to produce an aluminum coating not less in weight than 0.4 oz. per square foot of uncoated wire surface. D. Conform to ASTM Specification A392-55T and Federal Specification RR-F191A. CITY OF IOWA CITY 32311 -2 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING E. Wire in complete fabric to stand tensile strength test of 80,000 pounds per square inch after galvanizing. 2.2 End and Corner Post Tops: Heavy malleable iron or aluminum sand castings. 2.3 Linepost Tops: A. Heavy malleable iron or aluminum sand castings. B. Fitting over top and outside of post. C. Provided with means of passing or supporting top rail. 2.4 Fabric Ties -All Fencing: A. For attaching fabric to line posts or rails. B. Provide steel ties (9 gauge galvanized). 2.5 Brace and Tension Bands-All Fencing: Unclimbable beveled edge type with 3/8"diameter square shouldered aluminum carriage bolts. 2.6 Bracing: A. For bracing all end and corner posts. B. 1-5/8" O.D. horizontal compression member weighting 2.27 pounds per foot. 2.7 Tension Bars-All Fencing: a o A. For attaching fabric to end posts. CD cr. B. 3/6"x 3/4" high carbon steel. c C')--C 2.8 Miscellaneous Fittings and Accessories -All Fencing: �--- ;�r _� Pri A. Sand cast aluminum, pressed steel, aluminum or forgings. .2.3 B. Wire ties, etc., as required for complete assembly. •°w 2.9 Bottom Tension Wire: 6 gauge galvanized. 2.10 Rails: Top, middle, and bottom rails, end, corner and line posts, bracing posts, gate posts, and gate frames: A. Schedule 40 pipe. SS40 pipe may be substituted. B. Hot dipped galvanized with 2 oz. coating. C. Sizes as specified or as shown on the Drawings. CITY OF IOWA CITY 32311 -3 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING 2.11 Fence Schedule: A. 8' Height Fence: End and corner posts: 3"dia. Concrete Footings: 12"dia./48" depth Line posts: 2 1/2" dia. Spacing: 8' O.C. max Concrete footings: 12" dia./48"depth Top rail: 1-5/8" dia. Middle rail: 1-5/8"dia. Bottom rail: 1-5/8"dia. Bottom tension wire: Not required Bracing: 1-5/8" dia. All end and corner posts Fabric: to be composed of No. 9 W&M gauge steel wire 2.12 Concrete Post Footings for All Fence: N A. Minimum 3,000 psi compressive strength at 28 days. p cr, B. Gravel aggregate. PART 3- EXECUTION 3.1 Fabric: .) L.; :v A. Place on court side of posts. �D B. Attach to rails using Fabric Ties every 24 inches. C. Attach to line posts using Fabric Ties every 14 inches. D. Attach to end posts using Tension Bars—attach by means of beveled edge bands. E. Install knuckled selvage at top and bottom of fence. Maintain 3/4"clearance between bottom selvage and finished ground surface. 3.2 Post Spacing: See Fence Schedule. 3.3 End and Corner Post Tops: Drive fitting outside of post to exclude moisture. 3.4 Bracing: A. All fence that does not have a middle rail. B. Brace all end and corner posts. C. Securely attach to terminal and first line post with required fitting and beveled edge band, and truss braced from first line post to bottom of end and corner post with 3/8" rod and take-up. D. Brace corner posts in both directions. 3.5 End, Corner, Second Line Posts, and Line Posts: CITY OF IOWA CITY 32311 -4 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING A. Top of footing as shown on the construction plans. 3.6 Assembly: A. Plumb, true, and rigid. B. Standard tolerances apply. C. Installation by experienced fence erectors to lines and grades as shown on Drawings. D. Unless shown otherwise, top of all footings to be flush with grade and slope away from posts to provide drainage. E. All welds to be ground smooth, rust removed, cleaned, and painted with rust proof paint to match galvanized surface as per manufacturer's recommendations. 3.7 Clean-up: A. Remove from the site and dispose of all debris resulting from this work. B. Earth excavated from post holes to be disposed of off site or, if suitable, used in fill areas as possible. END OF SECTION N O CT -0, `i irepagle - j Cn c') tl{r N cx, CITY OF IOWA CITY 32311 -5 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING SECTION 32920 SEEDING AND SOIL SUPPLEMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Description of Work B. Warranty C. Seeding Dates D. Seedbed Preparation o SCI• r� E. Seed Preparation :r �; 111 F. Application of Seed �� c11 r"" G. Watering >U H. Reseedingcq I. Cleanup J. Acceptance 1.2 DESCRIPTION OF WORK A. Drawings and general provisions of contract, including general and supplementary conditions apply to this section. B. This section shall include materials, equipment, and labor for the preparation of the seedbed, furnishing and installing seed, fertilizer and mulch, maintenance, and guarantee for completed seeded areas, as shown on plans. Seed all areas disturbed by construction, unless otherwise noted. C. The Contractor has the option of using either hydraulic or conventional seeding methods; unless specified otherwise in the contract documents. D. Provide permanent seed at the earliest possible date following grading and topsoil re- spreading and/or irrigation installation operations, as approved by Engineer. CITY OF IOWA CITY 32920-1 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 1.3 PROTECTION OF PROPERTY A. Protect existing conditions at the site against damage including the following: 1. Take precautions to insure that equipment, vehicles, and seeding operations do not disturb or damage existing grades, walls, drives, pavement, utilities, plants, lawns, irrigation systems, and other facilities. 2. Verify locations and depths of all underground utilities prior to excavation and report conflicts with new seeding operations. 3. Any damage to existing trees or shrubs, including branches and root systems shall be repaired and/or pruned by an experienced tree surgeon or arborist. 4. Contractor shall replace plantings damaged due to watering of newly seeded areas with same species, size, 1-year warranty, and planted as approved by Engineer without additional compensation. 5. All existing lawn areas undisturbed by construction within the construction limits shall be mown by the Contractor until the project is accepted. 6. New seeding installed adjacent to existing lawns shall be installed to provide a smooth matching grade transition in a straight, neat alignment as approved by the Engineer. 7. Repair, replace, and/or return to original condition any damaged item, without additional compensation. 1.4 SUBMITTALS A. Submit a laboratory analysis showing the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document in accordance with the AOSA (Association of Official Seed Analysts) rules. The seed certification tag and seed analysis document provided must be from the same lot number as shown on the seed tag. The date of test results shall be no greater than 9 months from seed application date. The following inforrrtation shall be included on the seed laboratory analysis: 1. Name of company responsible for analysis, -r, ■ 2. Lot number of seed being provided and tested, 3. Kind - Species or common name of seed. Include cultivar or variety nariie if L, applicable, 4. Seed origin, 5. Percentage of purity and germination, CITY OF IOWA CITY 32920-2 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 6. Percentage of dormant seed, 7. Percentage of inert matter, other crop seed and weed seeds, 8. Restricted and prohibited noxious seed. Provide name of and number per pound of seed. B. Submit from an established seed dealer or certified seed grower the applicable Association of Official Seed Certifying Agencies (AOSCA) certified Blue, Gold or Yellow Tag, from each container seed mixture dated within 9 months of delivery, indicating bulk weight of bag or container, percentage by weight and percentage of purity, germination and weed seed for each grass, forb, legume, and cereal crop stating botanical and common name of each species as specified in contract documents. C. Submit certificates of inspection as required by governmental authorities and manufacturer's or vendor's certified analysis for soil amendments. 1. Certification of the fertilizer analysis with scale weight and statement of guaranteed analysis. 2. Certification of the tackifier ingredients, recommended rates of application, and expiration date. 3. Certification of the inoculant ingredient for legumes and the specific seed to be inoculated with the application rate and expiration date. 4. Certification of the fungicide ingredients and applicable fungus disease control and recommended application rate of manufacturer. 5. Certification on the sticking agent ingredients with applicable use and rate by manufacturer. 6. Certification in the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. D. Submit written maintenance instructions recommending procedures for maintenance of seeded areas for one year, prior to final acceptance of the seeded areas. E. Upon request the Contractor will provide additional Material Certifications to the Owner c7 cn 1.5 QUALITY ASSURANCE •;773 77 kaj A. All seed shall be certified and provided by an established seed dealer or certified seed grower. B. All materials to be in accordance with Iowa Seed Law and Iowa Department of Agricultural Regulations and shall be labeled accordingly. CITY OF IOWA CITY 32920-3 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS C. All materials and method of operation shall be subject to inspection and approval by Engineer. D. Material not meeting requirements specified will be rejected. 1.6 DELIVERY, HANDLING, AND STORAGE A. Packaged materials shall be delivered in original, unopened, and undamaged containers. B. Deliver, handle and store all materials according to product recommendations and protect them from loss, damage and deterioration. C. Deliver all seed in original containers. Seed shall not be mixed or blended except in the presence of the Engineer. 1.7 SCHEDULING A. Coordinate the seeding schedule with all other work on the project. Notify the Engineer at least three working days prior to the start of seeding operations. B. After all land-disturbing activities are complete and the seedbed has been apprbved by, the Engineer, perform seeding operations. 1.8 WARRANTY .•__1 i .2 • The seeding shall be installed as specified to germinate and provide a uniformly dense stand of the seed mix specified, free of weeds and undesirable species, debris,and free of eroded areas and bare spots. Re-rake areas failing to show a good dense stand within 60 days and reseed as originally specified. A. A warranty is to be provided for completed seeded areas, starting upon the date of initial acceptance. The warranty is to guarantee completed seeded areas to provide a uniformly dense, live, and healthy stand of seed mix specified, free of weeds and undesirable species, debris, and free of eroded areas, bare spots, diseases, and insects at the end of the warranty period of 60 days for domestic/lawn grasses and a 12-month period for native prairie and wetlands species from date of project acceptance. B. During warranty period, any defects in the seeded area and grass stand such as weedy areas, eroded areas and bare spots shall be corrected and reseeded as originally specified until all affected areas are accepted by the Engineer, without additional compensation. C. Repair and replace to original condition all damages to property resultant from the seeding operation and all damages as a resultant from the remedying of these defects, without additional compensation. CITY OF IOWA CITY 32920-4 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS PART 2 - PART 2 PRODUCTS 2.1 SEED A. Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of poa annus, bent grass, and noxious weed seed. Furnish all seeds, including grass, legume, forbs, and cereal crop seeds, from an established seed dealer or certified seed grower. All materials and suppliers are to follow Iowa Seed Law and Iowa Department of Agriculture and Land Stewardship regulations, and be labeled accordingly. B. Type 1 —Permanent Lawn Seed Mix: SUDAS Urban Type 1. 2.2 FERTILIZER A. Fertilizer shall comply with the rules of the Iowa Department of Agriculture and Land Stewardship as follows: 1. The grade of fertilizer will be identified according to the percent nitrogen (N), percent of available phosphoric acid (P205), and percent water soluble potassium (K20), in that order, and approval will be based on that identification. 2. All fertilizer shall be furnished from an established fertilizer dealer and guaranteed percentage analysis shall be provided by the fertilizer supplier on each container with the proper scale weight records. 3. Fertilizer shall be of a type that can be uniformly distributed by the application equipment. Fertilizer may be furnished in a dry or liquid form. 4. When applied dry, the fertilizer shall be a granular, non-burning chemically combined product composed of not less than 50% organic slow acting, guaranteed analysis professional fertilizer. Granular or pellet form shall be uniform in composition, dry, and free flowing without caking or other damage not suitable for use. 5. When applied in a liquid form, fertilizer may be chemically combined or may be furnished as separate ingredients. 6. Upon request of the Engineer, the Contractor shall provide a test of the fertilizer for conformance with the required analysis at no additional compensatic a tolerance of 1.0 percentage point plus or minus of that specified will be - considered to be in substantial compliance. CI C, < I tTi Int � �y N CITY OF IOWA CITY 32920-5 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 2.3 WATER A. Water shall be free of any substance harmful to seed growth. B. The Contractor shall provide water, equipment, methods of transportation, watcr tanker, hoses, sprinklers, and labor necessary for the application of water. 2.4 MULCH -4c Fri A. Hydraulic Seeding: r— _° • 1. The material shall be a natural or cooked cellulose fiber processed fromlvhole wood chips (no recycled material) which will disperse readily in water to form a homogeneous slurry and remain in such state when agitated in the hydraulic mulching unit. Material shall be completely photo-degradable or biodegradable. 2. The homogeneous slurry of material and water shall be capable of being applied with standard hydraulic mulching equipment. 3. The slurry shall be dyed green to facilitate visual metering during application with said material or homogeneous slurry having no growth or germination-inhibiting factors, being completely non-injurious to plant or animal life and having no toxic effect when combined with seed, fertilizer, and water. 4. When applied, the wood cellulose fiber slurry shall be free from weeds or other foreign matter toxic to seed, consisting of a classification of fibers with a minimum of 30 percent having an average length of 0.15 inches or passing a Clarke Classifier 24 mesh screen, will form an absorptive mat, but not a plant- inhibiting membrane, which will allow moisture to percolate into the underlying soil. 5. Mulch shall have a water-holding capacity of not less than 9 pounds of water per pound of fiber. 6. The wood cellulose fiber shall have an equilibrium air dry moisture content of 12 percent or less a time of manufacture, as defined by the pulp and paper industry standards, and shall have a ph range of 4.0— 5.5. 7. It shall be packaged in new labeled containers and be applied at a rate of 1,800 pounds per acre (41.3 lb/1,000 sf). 8. The mulch shall include a colloidal polysaccharide tackifier which shall be adhered to the fiber to prevent separation during shipment and avoid chemical co-agglomeration during mixing within the hydraulic mulching equipment. 9. The material shall be homogeneous within the slurry and shall have no growth or germination-inhibiting factors nor any toxic effect on plant or animal life when combined with seed or fertilizer. The material shall not form a water-resistant crust that can inhibit plant growth. CITY OF IOWA CITY 32920-6 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 10. The tackifier shall be applied at a minimum rate of 50 pounds per acre (0.11Ib/sq) and shall be packaged in new labeled containers. 11. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. 2.5 FUNGICIDE A. A fungicide shall be a noncommercial protectant formulation to provide protection from soil-born fungus diseases of seeds. B. The application shall be made at the rate of 5 1/2 ounces of a 75 percent concentrate or equivalent per 100 pounds of seed. 2.6 STICKING AGENT A. A sticking agent shall be a commercial material recommended by the manufacturer to improve adhesion of inoculant and fungicide to the seed. B. For small quantities, less than 50 pounds, the sticking agent need not be a commercial agent, but it must be approved by the Engineer and must be applied separately prior to application of inoculant and fungicide. <: -< I .i s...+ c.si PART 3 - PART 3 EXECUTION -7<s-1 `t 3.1 AREA OF SEEDING - v A. Areas to be seeded shall conform to the limits stated or shown on the construction plans and contract documents. Areas disturbed outside the contract limits approved for seeding shall be seeded by the Contractor at no additional compensation. B. Temporary Erosion Control: Contractor to provide and seed temporary seeding as may be required. 3.2 SEEDING DATES A. Seeding dates Turf Type 1 seed shall be between March 1 to May 31 and between August 10 and September 30. Commence only when ground temperatures are 55 degrees Fahrenheit or greater. B. Dormant seeding for domestic lawn seed, if approved by Owner, shall be completed when air temperatures are consistently below 40°F and prior to December 25 of a given year, unless otherwise approved. Dormant seeding is not allowed on snow. Prepare the seedbed before the ground freezes. To ensure protection of the seed, apply on a frosty morning or before a predicted snow. CITY OF IOWA CITY 32920-7 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS C. At the option and at the full responsibility of the Contractor, seeding operations may be conducted under unseasonable conditions. The final results shall be as specified and guaranteed without additional compensation should the seeded areas require reseeding. 3.3 SEEDBED PREPARATION A. Limit preparation of seedbed to areas which will be seeded immediately upon completion. B. Remove all straw-mulch, weeds and weed debris where weed growth has developed, in the opinion of the Engineer. Straw-mulch, weed growth and weed debris removal process shall be approved by the Engineer and shall be done without additional compensation. C. Use crawler type or dual-wheeled tractors for seedbed preparation. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Harrow ridging in excess of 4 inches due to operation of tillage equipment prior to rolling with the cultipacker. Roll the area with no less than one pass of the cultipacker prior to permanent seeding. D. The Contractor shall shape and fine grade to remove washes or gullies, water pockets, and irregularities to provide a smooth, firm, and even surface true to grade and cross- section. E. Disk or rototill and cultivate seedbed to a minimum 3 inch depth to a fine texture and without soil lumps. Where the area is inaccessible to machinery, it shall be prepared by hand to a minimum depth of 2 inches after the fertilizer has been applied. For lawn seeding areas, prepare to a fine texture and without soil lumps. Coordinate preparation of all ditches designated for special ditch control with the seedbed preparation. Till parallel to the contours. F. Smooth the seedbed with a cultivator-type tillage tool having a rake bar or a rock rake. Pick up and remove all debris, such as rocks, stones, concrete larger than 2 inches (1/2 inch maximum for lawn seeding areas), or roots and other objectionable material that will interfere with the seeding operation. A spring tooth cultivator may be used in lieu of a rock picker. Remove the rock by hand after each use of the cultivator; repeat the process until the soil is relatively free of rock as determined by the Engineer. G. Choose equipment to minimize soil compaction. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Rolgthe area with at least one pass of the cultipacker. Remove ruts that develop during:the sequence of operations before subsequent operations are performed. `This must be completed just prior to seeding and the work approved by the Engineer before the seeding application. • H. Application of Fertilizer: =` + i 1. Do not apply fertilizer with native grass and forb mixes. CITY OF IOWA CITY 32920-8 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 2. Apply fertilizer after shaping and fine grading and prior to the combined tillage and rock-removal operations. On areas inaccessible to machinery, the fertilizer may be spread prior to tillage and cultivated seedbed preparation and uniformly mixed into the top 1 1/2 inches of soil. 3. Fertilizer shall be spread with a mechanical spreader or sprayer uniformly to all areas to be seeded at the minimum rate specified herein. The fertilizer shall be tilled into the soil to a minimum depth of 3 inches. 4. The Contractor shall be permitted to substitute other fertilizer containing analysis percentages different from those specified, provided that the minimum amounts of actual nitrogen (N), phosphate (P), and potash (K) per acre are supplied and that in no case shall the total amount per acre of the three fertilizer elements (N), (P), or(K) be exceeded by 30 percent of the following minimum amounts. 5. Hydraulic Seeding (Lawn Seed Mixes Only): a. Apply 6-24-12 commercial fertilizer or the equivalent units of nitrogen (N), phosphate (P), and potash (K) at the rate of 200 pounds per acre prior to seeding. b. In addition to the above, a minimum of 100 pounds per acre of a 20-26-6 fertilizer in which a minimum of 50 percent of the total nitrogen is water insoluble nitrogen shall be applied as part of the seed, fertilizer, mulch, and water slurry. 6. Tilling: a. After fertilizer has been applied, a mechanical rock picker shall be used on areas accessible to machinery to mix fertilizer in the soil to a depth of 3 inches and to remove all rocks, debris, and solid non-soil material larger than 1 inche in diameter from the upper 3 inches of the soil. A spring tooth cultivator may be used in lieu of a rock picker. The rock shall then be removed by hand after each use of the cultivator--the process to be repeated until the soil is relatively free of rock as determined by the Engineer. b. Remove all rock remnants from rock piles used on project smaller than 1 inch. c. The seedbed shall then be smoothed with a cultivator-type tillage tool having a rake bar-such as the Roseman rake-or a rock rake-such as the York-gauged by rear gauge wheels or by a blade gauged by a landscape roller-such as the Viking roller blade. d. Tilling shall be parallel to the contours. e. Ruts and wheel tracks in the seedbed from seedbed preparation are;to be removed prior to seeding. This must be completed just prior,toseec?ing and the work approved by the Engineer before the seeding application. CITY OF IOWA CITY 32920-9 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 3.4 SEED PREPARATION A. Treat all legume seed with a commercial sticking agent to be applied prior to application of inoculant, or as a mixture when the sticking agent is compatible with other materials. A sticking agent is not required if a liquid formulation of inoculant is used. Use mechanical mixing equipment to apply sticking agent and inoculant on seed quantities over 50 pounds. B. Inoculate all legumes with a standard product humus culture before being mixed with other seeds for sowing. C. Inoculate all legumes with a standard culture at the rate specified by the manufacturer of the inoculant according to Iowa DOT Article 4169.04. Do not expose inoculated seed to direct sunlight for more than 30 minutes. Re-inoculate seed that is not sown within 8 hours after inoculation prior to use. Pre-inoculated seed with manufacturer's recommended protective coating may be used in lieu of seed with Contractor-applied inoculant. D. When the gravity or cyclone seeder is used for application of seed, inoculate legume seed according to the manufacturer's recommended procedures, before mixing with other grass seeds for sowing. Furnish and apply inoculant. 3.5 APPLICATION OF SEED 73,--� ' ' A. Prior to seeding, the seedbed shall be inspected and approved by the Erijirteer and fl Owner. B. Hydraulic Seeding: 1. Hydraulic seeding shall be applied as specified. 2. All material, seed, fertilizer, mulch, tackifier, and fungicide shall be placed in hydraulic-mulching equipment specifically manufactured for hydraulic seeding and mulching. 3. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. 4. Materials shall be mixed with fresh potable water using a combination of both recirculation through the equipment's pump and mechanical agitation to form a homogeneous slurry. 5. It shall be applied evenly over all specified areas in a workmanlike manner at component material rates specified. 6. Apply mixture within one hour after seed and fertilizer are placed in the hydraulic seeder. CITY OF IOWA CITY 32920-10 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 7. If necessary, dampen dry, dusty soil, to prevent balling of the material during application. 8. Site cleanup shall be considered part of application and shall include the removal of hydraulic mulch slurry from buildings, landscaping, sidewalks, and any other areas not specified for application. All debris resulting from this app}itiation shall be removed from the site. o Cr,��..� C:3 1-11 3.6 WATERING {2*< :ft A. All seeded areas shall be kept moist at all times. The areas shall be artificially watered a minimum of twice a day (early morning and evening) every day for the first week after seeding is completed. B. For the second and third weeks after seeding, the seeded areas shall be artificially watered once a day (early morning or evening). C. The quantity of water used shall be adequate to keep the soil and mulch moist to a depth of 1 inch and ensure growth of the seed. If natural rainfall is adequate to keep the soil and mulch moist as stated above, artificial watering may be deleted. D. Any area seeded in the month of May shall be maintained for an additional 3 weeks. The seeded areas shall receive a minimum of 1 inch of water each week (either natural, artificial, or combination) for the fourth, fifth, and sixth week after seeding. 3.7 MAINTENANCE A. Domestic Grasses- Maintenance shall begin immediately following the installation of seed and mulch and continue for a 60 day period from project acceptance. B. Maintenance of seeded areas shall include protection against traffic, repairing of areas damaged, watering, rolling, and mowing when grasses are at an approximate 3-inch height. 1. If areas are seeded in the fall and not given a full maintenance period, or if seeding establishment is not acceptable at that time, continue maintenance the following spring until acceptable lawn or native seeded area is established. 3.8 RE-SEEDING A. When all work related to seeding on an area has been completed but is washed out or damaged prior to final acceptance of the seeding area and that area involves seeding in combination with mulching or fertilizing or both, the area shall be reseeded, refertilized, and remulched at the contract unit price or prices when so ordered by the Owner. CITY OF IOWA CITY 32920-11 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS B. Fertilized or seeded areas damaged by rain prior to required mulching or areas where the mulch is not tucked shall be refertilized or reseeded or both at a rate not to exceed the specified rate, as designated by the Engineer, without additional compensation. 3.9 CLEANUP A. Perform cleanup operations during installation of work and upon completion. B. Remove from site all excess materials, debris, and equipment. C. Hose down and/or broom clean all paved surfaces. D. Repair any damage resulting from seeding operations. E. Remove hydraulic slurry from buildings landscaping and plantings, mulch, sidewalks, pavement, and any other areas not specified for application. 3.10 FINAL ACCEPTANCE A. The areas seeded shall be given acceptance based upon the following criteria: 1. All requirements for the completed installation and a minimum of 60 days maintenance have been provided for domestic grasses and a minimum of 12 month for native grasses and forbes. 2. Seeded areas shall be in a live, healthy, growing, and well-established condition without eroded areas, bare spots, free of weeds, undesirable grasses, disease, or insects. 3. Re-seeding operations are completed, as per original specifications. B. Final acceptance may be given by the Owner upon fulfillment of all items completed as required. END OF SECTION r.=1 N 0 CITY OF IOWA CITY 32920- 12 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS SECTION 33410 SUB-SURFACE DRAINAGE SYSTEM PART 1 GENERAL 1.1 DESCRIPTION OF WORK A. Provide all labor, materials, equipment, and supervision required to construct the sub-surface drainage system including: 1. Trenching and disposal of trench excavation. 2. Provide and install drainage piping. r 3. Provide sand. c� .41 4. Sand and earth backfill. c7 CUP ..( 1.2 DELIVERY, HANDLING, AND STORAGE •°• A. Materials shall be delivered to the site in accordance with manufacturer recommendations for shipment and protection of materials. B. Handling of materials as recommended by manufacturer. C. Storage of all materials in locations designated and approved by Owner. 1.3 CODES, INSPECTIONS AND PERMITS A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and State laws and ordinances, and with all established codes applicable thereto. 1.4 SITE CONDITIONS A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. C. Repair and/or return to original condition any damage caused by Contractor's negligence at no cost to Owner. D. Existing Utilities: CITY OF IOWA CITY 33410- 1 WETHERBY PARK IMPROVEMENTS SUB-SURFACE DRAINAGE SYSTEM 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. 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 to satisfaction of utility owner. 3. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner and then only after acceptable temporary utility services have been provided. 4. Provided minimum of 48-hour notice to Owner and Engineer and receive written notice to proceed before interrupting any utility. 5. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut-off of services if lines are active. E. 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. K PART 2 PRODUCTS •i" , 2.1 Perforated Corrugated Plastic Tubing: A. Similar or equal to as manufactured by Advanced Drainage Systems, Inc., or Han-Cor. B. With a drain guard similar or equal to Drain*Guard as manufactured by Advanced Drainage Systems, Inc. C. Comply with all performance requirements of S.C.S. Code 606. D. Comply with requirements of ASTM-F-405. CITY OF IOWA CITY 33410-2 WETHERBY PARK IMPROVEMENTS SUB-SURFACE DRAINAGE SYSTEM E. Sizes as shown on Drawings. 2.2 Non-Perforated Corrugated Plastic Tubing: A. Similar or equal to as manufactured by Advanced Drainage System, Inc., or Han- Cor. B. Comply with all performance requirements of S.C.S. Code 606. C. Comply with requirements of ASTM-F-405. D. Sizes as shown on Drawings. 2.3 Plastic Fittings: A. Similar or equal to as manufactured by Advanced Drainage Systems, Inc., or Han-Cor. B. Comply with all performance requirements of S.C.S. Code 606. C. Comply with requirements of ASTM-F-405. 2.4 Sand Backfill: A. Locally obtained, concrete sand. B. Washed concrete sand having a fineness modulus of approximately 2.8. C. Furnish test data and analysis for approval. PART 3 EXECUTION o mac-, 9 3.1 Layout: As shown on Drawings. -0 3.2 Trenching: -. A. Trench width for specified tubing sizes as shown on Drawings. 1/40 B. Remove from site and dispose of all excavated material. 3.3 Installation of Tubing: A. Slopes and grades as shown on Drawings. B. Lay tubing on bottom of trench and centered in trench. CITY OF IOWA CITY 33410-3 WETHERBY PARK IMPROVEMENTS SUB-SURFACE DRAINAGE SYSTEM C. All tubing connections to be made as required and as recommended by manufacturer. 3.4 Backfilling: A. Backfill all trenches having perforated corrugated plastic tubing with sand as specified in this Section. Settle sand by flooding. B. Backfill all trenches having non-perforated corrugated plastic tubing with material excavated from trench. C. Compact backfill to insure settlement does not occur. Place backfill in 4" layers mechanically compacted into place a minimum of 1' above the top of the pipe to 95% Standard Proctor density. D. Top of backfill, after compaction, to be flush with finish surface grade. 3.5 Repair: If settlement occurs, add backfill, compact, and restore finish grade. 3.6 Clean-Up: A. Contractor shall at all times keep premises on which work is being done, and adjoining premises within the Contract Limits, clean of rubbish caused by his work. B. Upon completion of job, Contractor shall clean-up all debris caused by his work and leave area in a neat and clean condition. C. Remove from the site and dispose of all debris and excess materials. crn END OF SECTION -74 CITY OF IOWA CITY 33410-4 WETHERBY PARK IMPROVEMENTS SUB-SURFACE DRAINAGE SYSTEM PRELIMINARY BUDGETARY OPINION OF PROBABLE CONSTRUCTION COST CITY OF IOWA CITY SNYDER &ASSOCIATES WETHERBY PARK SPORT COURT IMPROVEMENTS Engineers and Planners November 29,2016 1 ITEM (DESCRIPTION I QTY I UNIT I UNIT PRICE I EXTENSION'. 1 MOBILIZATION Mobilization 1 LS $10,000 $10,000 2 GRADING Earthwork&Erosion Control 1 LS $5,000 $5,00C 3 HMA PAVEMENT HMA Pavement,5"Depth(94'X 120') 1,254 SY $50 $62,700 Ganular Subbase,6"Depth 1,254 SY $10 $12,54C $75,24C 4 COURT SURFACING AND STRUCTURES Court Surfacing&Painting 1,254 SY $10 $12,540 Basketball Hoop 4 EA $3,500 $14,000 Futsal Goal 4 EA $2,000— $8,000 $34,540 5 FENCING(Galvanized Chainlink) 10'Ht. Fence, Posts&Footings 200 LF $40 $8,000 $8,000 6 SEEDING,SURFACE RESTORATION Seeding and Site Restoration 1 LS $6,500, $6,500 Subtotal= $139,280 Does not include: Lighting,Sidewalks, Benches, Drinking Fountain,or Plant Material ry C7 ter.�,..-� C� wrv'A�'! Fri . t"--) r.loomult C"3— : I � —Il 3 c a N) `r� c:\snyder\pw_data\cschneckloth1d0111431\cost est 112916.xls O; -1' 0 H N p "o- Dt) I CONSTRUCTION PLANS sC) .?. .2 (i) ,.0 0) U w FOR >• m N .r I.I. E U O t0 ✓ Z .T„-, WETHERBY PARK IMPROVEMENTS . Q, o J > s a U m CITY OF IOWA CITY, IOWA Q U � h N N Q cc p R N m s. is o :. F r OWNER/DEVELOPER ?g r ,�.w T - wii s N r, L i 1 CITY OF IOWA CITY (»z i y— q ,ys"9' 0 ., r°"' C':A;,' .? . { - . ti »� h 220 S.GILBERT STREET -:) n z o GENERAL NOTES: 4 t �'�" �P y; . IOWA CITY,IA 52240 ti a o ^.^ Y> a (319)356-5100 N A NOTIFY UTILITY OWNERS PRIOR TO BEGINNING ANY CONSTRUCTION.CONTRACTOR IS ; ,H,, - iY, ` : ': ,4Ap.*t , RESPONSIBLE FOR DETERMINING EXISTENCE,EXACT LOCATION AND DEPTH OF ALL '� ',1" 'M:,. ;` $ " i r, . y• , Ni e,: ip ,6 UTILITIES. AVOID DAMAGE TO UTILITIES AND SERVICES DURING CONSTRUCTION. ANY - ' F - ,. °• ,_ - -,...1...„- NDE}(OF SHEETS DAMAGE DUE TO THE CONTRACTOR'S CARELESSNESS SHALL BE CORRECTED AT THE - ,. . '' '' fes. !---- Y $- '- ;ia' _} ,.,„.rs — CONTRACTOR'S EXPENSE. COORDINATE AND COOPERATE WITH UTILITY COMPANIES DURING •y -t.,, I p a r 1....„..„., ,,,,, !� s y yis s�+M , CONSTRICTION. 1,4,.04:,,t'" t. ." `- ! C v-} S r ''1.• 1 : vrl H i ` �, is 1. TITLE SHEET B.THE CONTRACTOR SHALL PROTECT ALL EXISTING SITE FEATURES WHICH ME TO REMAIN. , �.;. r : , 1 _ ..�' a d 'I c �.l '( - �c A DAMAGE TO EXISTING SITE FEATURES SUCH AS PAVEMENTS,LIGHTS,GATES,FENCING, y=- ;11,, " :," \. - --, TURF AREAS,STRUCTURES,AND ETC.SHALL BE REPAN(ED BY THE CONTRACTOR TO THE ''' + �.' e �`• k. '� .,�. .. -' r �' "( {.,- • �'`' I:. - 1 2. LAYOUT AND DIMENSION PLAN OWNER'S AS,STRUCTURES AT THE CONTRACTOR'S EXPENSE. . --, ' ' '`tet 1> - ,I x.�• • ,j \,.- - i ;.? U C.THE CONTRACTOR SHALL LOAD AND TRANSPORT ALL MATERIALS NOT DESIRABLE TO ° , '' ] •t I �. pk. ►¢ \ � +, 3. GRADING AND EROSION CONTROL PLAN COV/ BE INCORPORATED INTO THE PROJECT TO AN APPROVED OFF-SITE WASTE SITE. a:," .` -'.. BURNS AVENUE a, . ey. I. Z MATERI SITE. SHOULD BE PROPERLY COVERED DURING THE COMMUTE TO THE OFF-SITE - `."_ • - - r/ `' �,;;.¢- s :1 WASTE SITE. , ` s..,. -,I: {�: z .._ .�, y '" �� £.k. I .•��-�, 4. SITE DETAILS Z D.THE CONTRACTOR SHALL BE RESPONSIBLE FOR MATERIALS AND EQUIPMENT DURING r E" �.{' ,, A .I 1i '" " ' - 'AC' E S 41:...„_::,,,..-„,,,, 'r I - I , .. NON-WORKING HOURS.AT NO TIME SHALL EQUIPMENT OR CONSTRUCTION MATERIALS BE it i: �- CONSTRUCTION ACCESS .T - ;�' r. •`T 4 CONSTRUCTION SEQUENCE W STORED WITHIN OTHER SPORTS FIELD AREAS. CONTRACTOR TO COORDINATE AND GET ? _.......,,,...._,,,-;....4. " _ � rt as DEMOLITION/GRADING APRIL 2017 APPROVAL FOR STAGING AREA/EQUIPMENT STORAGE FROM CITY OF IOWA CITY. c• TM :. ,;.1'-�' _� s� -'�� t , Y �� ,y ),.', I COURT PAVEMENT A^RIS/MAY 2017 G .. , N t - ~' 1 COURT POST/NETS MAY 2017 ..■ W E.ALL CONSTRUCTION MATERIALS,DUMPSTERS,DETACHED TRAILERS,FILL OR EXCAVATED ,1:'x'35.. - - I ? t„_, ,__ ;je' -s - COURT SURFACING MAY/JUNE 2017 W MATERIALS,OR SIMILAR ITEMS ARE PROHIBITED ON PUBLIC STREETS OR WITHIN TIE ''-,'''.!‘f,,,,, 'r« i ' -' -, I n� _-• t SITE RESTORATION JUNE 20•.7 PUBLIC RIGHT-OF-WAY, t . I .• `r^' J / • , F.TIE CONTRACTOR IS RESPONSIBLE FOR CLEANING DIRT AND DEBRIS FROM STREETS, a.+ { i, Q ty / DRIVEWAYS,AND SIDEWALKS CAUSED BY CONSTRUCTION ACTIVITIES 'i + ,•‘''. ] `"` A_i.1 'Al A/ r, I I ]: t' S1�f �A,r U r/,� O i I. f C.THE CONTRACTOR SHALL MEET ALL APPROPRIATE INSURANCE REQUIREMENTS SET FORTH � w�'M1••�s s r ,.i I w I � �c- 3 /� � BY TIE OWNER. t''''t `� ' l47Se. � 'r- ' '+ 0.. U H.ALL CONSTRUCTION IMPROVEMENTS SHALL COMPLY WITH AMERICAN SPORTS BUILDERS -• ° $ -A 1 ( 1;% '� y t A"; ASSOCIATION SPECFICATIONS. �x "k`„ + t ` j.. O 'a! t �� 1 ,L , 1x...1„,-, J c. . ,Y' s. .. I. THE CONTRACTOR IS RESPONSIBLE FOR THE ADJUSTMENT OF GATES L FENCING.THIS A Y 1 t •' SHALL BE CONSIDERED NCDENTAL TO THE PROJECT. . 4 t', 1".‘,:.''.. ' f - - ` R T"4 *�. 1 •a s p .,s ` '; �/ J.SITE ACCESS TO COURTS SHALL BE FROM THE NORTH. SEE MAP FOR ACCESS "r - - ♦ '^'^ "\ v J' I� 1q -!!lt-1`.` Cf)) ROUTE. >III ."E : .,,. Ce V! _:: �` 11 K.CONTRACTOR SHALL SUBMIT SHOP DRAWINGS PRIOR TO CONSTRUCTION FOR ALL }� a i,_ I<` MA�TERRIIAL AND PROOUCTS TO BE USED,OR APPROVED EQUAL,FOR ENGINEER'S "; - - I ,..-,.!4*---,..f,-7.1...,...:; p I -, y ..► �, Q Q L.CONTRACTOR SHALL BE RESPONSIBLE FOR LAYOUT OF ALL SITE IMPROVEMENTS ` �( PRIOR TO CONSTRUCTION. t, �./ d PROJECT LOCATION PROJECT DESCRIPTION i' 1 - I till.- Ca 112e THE PROJECT INCLUDES ALL MATERIALS.EQUIPMENT,TRANSPORTATION,LABOR AND '.",`, I " COORDINATION NEEDED TO COMPLETE THE IMPROVEMENTS ASSOCIATED WITH THE SPORT $ - tt z , , W COURT IMPROVEMENTS AT WETHERBY PAfil( N IOWA CITY.IMPROVEMENTS INCLUDE GRADING, " - - 1 LIJ HMA PAVEMENT,FENCING,BASKETBALL HOOPS,FUTSAL GOALS,COURT SURFACING.MARKINGS. ,r - s W W Q AND ASSOCIATED WORK. 0.1 t ?''`L}1s1 ;r a A-s 0 200 '^ V♦ s ps i4+ I SCALE (FEET) pR , 6r • 'E,,.fir,! '.4`�X f 3• f+. ''.!:"-,'-'-.^..- .w'r: ,f `. I hereby tort i fy Shot the Portion<: , ; ,q ... Pati'A t t c this technical submission describe,, "i�"gqC,l ��yT �jj�} 1f�� 1dOffJ FF be f or Ilea oreparetl by Re ar,abler 7-.. `c:..'n:..,.x��,. �_f \= .h .. _ �' Z 'f -r Y }a..:.s��,:e. ,. __. ``Ny\\4FI.IIt.I,, Char�•stvvem,aiouly/Ioensdeos ib'c: VICINITY MAP =,v5���c OF,o A.1'., ut�sihelar8aCf 5 esra elofa�ac,. g I�l`r� _ ,s C_AY R �`_- �YLn /2-6 zo E,—.1.- W A SCHNECNLDTR lc` �+ '�, AAL dt7EwCT _ CI R. Stl+nock loth. ASLA aata 0 (/(�� �n''1L O11F[ j {Jj f Ib. V- LiCen50 Nueber SIT ,.o ')1IANo`cal Potts o sheets covered by lois seal: 1-800-292$989 I ) 5144 / 4 y ."--- Project No: 1160864 '�s tet,,,,,_ License Esnires: b Juror 70.201] ,N wtvw.iov:aoOocaii.cam , Sheet 1 of 4 a !. u 1P DIMENSION PLAN CONSTRUCTION NOTES m v . R 8 0 Conc ete 1E 1. EXISTING FEATURES,PROTECT TFE FOLLOWING: o JI N oQ Yn O A EXISTING ASPHALT TRAIL. Bench :ench 'as B.EXISTING GRANULAR TRAIL. � I Q Concrete I/, C.EXISTING TREES. m as 1111111,,. O •�-� ���/I`j- D.EXISTINGUTILITIES. L, % Grit / F.EXISTING SPE.EXISTING RASH PAD. GO F4_ G.EXISTING BENCH. C t 10 111/0"1"1 ' ��� H.EXISTING GRILL. V co-' , I ® 01 I.EXISTING LIGHT. ' ��\ J.EXISTING FRISBEE GOLF GOAL. 4� m N �. %� 2.DEMOLITION,RELOCATE THE FOLLOWINGGr' ® ���` A FRISBEE GOLF TEE. 1 CO I �& • OCPit22 3.PAVEMENTS,PROVIDE THE FOLLOWING: c) o Iod - • O O -���� ,� A5"DEPTH HMA BASKETBALL COURT PAVEMENT. SEE SITE DETAILSV > ` I I 1 AND SPECFICATIONS. O to 03 �' _�� Granular Troil A4111 vvB.4"DEPTH PCC PAVEMENT FOR RELOCATED FRISBEE GOLF TEE. 0 j 6 �` 41'�1,-� ��, \ +'1.'� / C.TRAIL TO BE REMOVED AND REPLACED WITH SIMILAR MATERIAL TO MATCH EXISTING m Jiv 1 I DEPTH AND WIDTH IN AREA SHOWN ON PLANS. Nlii,�-_ - ' �.'. / p 4.COURT SURFACING,PROVIDE THE FOLLOWING: s 'S a '' ` A A BASKETBALL:co;URT LINE MARKINGS,COLOR.WHITE. SEE a �' a• �� 1`\. • ` �.- DETAIL FOR OR COAT FINISH AND DIMENSIONS. •B.FUTSAL COULINE MARKINGS,COLOR:YELLOW. SEE DETAILFOR ORCOATFINISHANDDIMENSIONS. Q 3 ailir*A) 44, 4 .� \ C.BASKETBALLURT SI1fiFACING,COLORS US OPEN BLUE.SEE g � •'� DETAIL FOR COLOR COAT FINISH. } o t 5.SITE AMENITIES,PROVIDE THE FOLLOWING; V m alp Q ` CD '1 A PROVIDE'COALSETTER'ADJUSTABLE BASKETBALL GOALS(MODEL MVP SIGNATURE m 4SERIES)WITH ASSOCIATED FOOTING 0.S SPECIFIED.MANUFACTURED BY COALSETTER Q Frisbee Te SYSTEMS n-800-362-GOAL)WITH ACRYLIC BACKBOARD,DOUBLE STATIC RIM OR �j o \ �` APPROVED EQUAL. r( '� -j���_ BM B.PROVEff 7(WIKGOAI.'FUTSAI.GOALS(NODEL�2P20D NANUfACTURED BY KWKGOAL, 0 (0 �` -qu re - 713.26 `(� 140 PACIFICDRIVE WAKERTOWN,PA 18951,(800)531.4252,TURED ECOALCOM,OR1.- �.� �' w¢a/ ui" ` © ' ��© 411166._ APPROVED EQUAL. COALS WILL NOT BE SURFACE MOUNTED. p a /1 I, C.RELOCATED FRISBEE GOLF TEE. (", `t I Z p N N `�'�I I,.` Y -��I r— 6.FENCING,PROVIDE THE FOLLOWING M---j<') rA j • A 8'HT.CHNNLIIO FENCE.SEE DETAIL. w_ isbee Gool �41151.11( 7.SITE RESTORATION,PROVIDE THE FOLLOWNIG w A.Iva CONTRACTOR TO RESTORE AND SEED ALL AREAS DISTURBED BY CONSTRUCTION N Q N Ps 0 - -I 1i 1mii �—_�Iilea" �'O 1111,4 ,, ACTIVITES. = . N itill ill 111174 0111 NI el • , . I I 4bilh". Iii 0 . i? I . C . C __ _` '14 __....,„ Ili. „,:;.:„..ii,,,Nob . . m ,f �� �� \ Jp_ •Ili di�4im1OSifti,1 AA _ _ " , miiiik, W..(Ts.,‘ 0,..A , ,_ ~���® ` immumimmum m 111 _ 1� Q 0 lr- r Ce r 0 0 *IV A Z V I� I — 56'- 0" `- J Co 48'-0" I 48'-0" \2Or 50'-0" �`IL•_'_O"r50'-0" F a Z 11111 120'-0" O 0 aCl. Z a CO o El re Z W i Im i • 700_ Frisbee Goc W O Z 41 CO rlO 3 MO" E N11111 _....Alli/OP , . 0 20 5 11 Project No: 1160864 n SCALE (FEET) Sheet 2 of 4 s"� so a' U U GRADING PLAN GENERAL NOTES c>6 v $$ \Z! A.UTILITY WARNING. < Ri 8' O Cone eteTHE UTILITIES SHOWN HAVE BEEN LOCATED FROM FIELD SURVEY "s M 10111V•ri, INFORMATION ANO/OR RECORDS OBTAINED. THE SURVEYOR MACES NO y 10 ii Bench :each -Oso GUARANTEE THAT THE UTILITIES SHOWN COMPRISE ALL SUCH UTILITIES am 0 \�� Concrete III'//, � IN THE AREA EITHER IN SERVICE OR ABANDONED. THE SURVEY FURTHER s 33 DOES NOT WARRANT THAT THE UTILITIES SHOWN ARE IN THE EXACT ° u iiii a� o, ` LOCATION INDICATED. co Grill . -TA cam. N • 1 B.CONTRACTOR IS RESPONSIBLE FOR DETERMINING EXISTENCE,EXACT L. L ` O 1A0001 N*- -_, \ LOCATION AND DEPTH OF ALL UCTION.S. AVON DAMAGE TO UTLITES �v z o , \1 k w AND SERVICES DURING CONSTRUCTION. ANY DAMAGE DUE TO TFE +♦ y y; N v bik 4 ,III���1^\\ CONTRACTOR'S CARELESSNESS SHALL BE CORRECTED AT THE t.,''} y m %' ` \ CONTRACTOR'S EXPENSE. COORDNATE AND COOPERATE WITH UTLITY I"- 1, r•" '�r °� ro ;< , Grill ',/' ��Ahr,), COMPANIES DURNG CONSTRUCTION. F, i` + r-y, C .. m 0 O {Grill f C.ALL PROPOSED CONTOURS AND SPOT ELEVATIONS SHOWN ARE FINISHED �l¢�') ( T ±';? v 0 J� jw.~... . d _illoo • , O �� GRADES MID/OR TOP OF PAVING SLAB (GUTTER),UNLESS OTHERWISE Cr� ‘t''' '' C9 1 7-0 4" _ �, .. 1�\ NOTED. /• V J o JI % \t)4 Granular D.ALL STORM SEWER PIPE LENGTHS ARE MEASURED FROM CENTER OFSTRUCTURE TO CENTER OF STRUCTURE AND INCLUDE FLARED ENDBenchSECTION. r 111 E.CONTRACTOR 70 STRIP AND STOCKPILE TOPSOIL FROM ALL AREAS TO BE "CUT OR FILLED.RESPREAD TO MINIMUM 8"DEPTH TO FINISH GRADES.OCEF.TFE CONTRACTOR IS RESPONSIBLE FOR CLEANING DIRT AND DEBRISFROM STREETS,DRIVEWAYS,ANO SIDEWALKS CAUSED BY > E 34. CONSTRUCTION ACTIVITIES.1 o- pPOLUTION PREVENTION NOTES� - ' A.POLLUTION PREVENTION AND EROSION PROTECTION J R H 1111/4, RIM•71•.i,i Nple '�` 08 :M _`-/ T1. CODE COMPLIANCE'TFE CONTRACTOR IS RESPONSIBLE FOR COMPLIANCE WITH ALL POTENTIAL POLLUTION AND SOIL EROSION CONTROL 0 m$ m4V+703.r m 4 '_` �,bCL OUT REQUIREMENTS OF THE IOWA CODE,THE IOWA DEPARTMENT OF NATURAL RESOURCES(ONR)NPDES PERMIT,THE U.S.CLEAN WATER ACT 0v7°.111111111111, _ 5=re - 709 RIM• . 50 O AND ANY LOCAL ORDINANCES.THE CONTRACTOR SHALL TAKE ALL NECESSARY STEPS TO PROTECT AGAINST EROSION AND POLLUTION L¢D. `` 706 �,4"•702. ! FROM THIS PROJECT SITE AND ALL OFF-SITE BORROW OR DEPOSIT AREAS DURING PERFORMANCE OR ASA RESULT OF PERFORMANCE. z 30 a, � 4"CROSS2.DAMAGE CLAMS THE CONTRACTOR WILL HOLD THE OWNER AND ARCHITECT /ENGINEER HARMLESS FROM IWY MND ALL CLAMS OF ANY 1 *pit `�• All '106 - _' p�.,�`"•702.40 TYPE WHATSOEVER RESULTING FROM DAMAGES TO ADJOINING PUBLIC OR PRIVATE PROPERTY,NCLUDING REASONABLE ATTORNEY FEES3 Zr INCURRED TO OWNER.FURTHER.F THE CONTRACTOR FAILS TO TAKE NECESSARY STEPS TO PROMPTLY REMOVE EARTH SEDIMENTATION 122 LF 4' RFOR, . HRAN QO.SY. 'P, N - �• �` OR DEBRIS WHCH COMES ONTO ADJOINING PUBLIC OR PRIVATE PROPERTY,THE OWNER MAY,BUT NEED NOT,REMOVE SUCH ITEMS ANDisbee G°al DEDUCT THE COST THEREOF FROM AMOUNTS DUE TO THE CONTRACTOR. n Q a\ �'4 � 707.0`� B.STORM WATER DISCHARGE PERMIT N N S o 1010 Ir. , � �./ H OF 4" , TED PE 1. THS PROJECT DISTURBS LESS THAN 1.00 ACRES,THEREFORE IT DOES NOT REQUIRE COVERAGE UNDER THE REQUIRED NPDES GENERAL PERMIT >O CL :N �► . 1 +�i�" 0 2.5 N0.2 FOR STORM WATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES FROM THE DNR,AS REQUIRED BY THE ° RIM•706.05 \,� II ` ��, `` ENVIRONMENTAL PROTECTION AGENCY (EPA).IF MORE THAN 1.00 ACRES ARE DISTURBED DURING CONSTRUCTION,THE GENERAL `�73.04dirp, �\`-� , CONTRACTOR PND ALL SUBCONTRACTORS ARE RESPONSIBLE FDR COMPLIANCE WITH AND FULFILLMENT EOfV ALL REOUIIREMEN75 OF THE -NPDES GENERAL PERMT 40.2 INCLUDING CREATING OR MAINTAINNG THE STORM WATER POLLUTION PREVENTION PLAN (SWPPP)AND OBTAINNG THE GENERAL PERMIT COVERAGE FROM THE (DNR.04 'I > 111W I `` �� 2.ALL DOCUMENTS RELATED TO THE STORM WATER DISCHARGE PERMIT.NCLUDING,BUT NOT LIMITED TO,THE NOTICE OF INTENT.PROOF > 77 L • 4" p6 >p, OF PUBLICATIONS DISCHARGE AUTHORIZATION LETTER,CURRENT SWPPP,SITE INSPECTION LOG,AND OTHER ITEMS,SHALL BE KEPT ON PERFORATED PE ") �I \ SITE AT ALL TIMES AND MUST BE PRESENTED TO ANY JURISDICTIONAL AGENCIES UPON REQUEST. FAILURE TO OMPLY WITH THE �/� U PERFORATED 0 1. I_�� \i I- %:RLEAW LEANOUT NPDES PERMIT REQUIREMENTS IS A VIOLATION OF THE CLEAN WATER ACT AND THE CODE OF IOWA. V/ -' ,I `__/ 07 .30 NV•70 \ 3.AA�NOTICE OF DI EROSION CONTROL MEASURES."MUST BE DAL ITH THE IDNR UPON FINAL PLANS,INSPECTION REPORTS,STABILIZATION OTHER DOCUMENTS MUST BIEERETAINEDMOVAL A \> v-'41441111 ‘_1,0• �' �I ` DPOCUUMDNENTSF TTOETHEEARS OWNER TER PROJECT UPON PROJECTACCEPTANCE AND//OROMPLETION.THE RSUBBMTTAL OF HALL THE NOTICE OFETAIN A RD DISCONTINUATIOPY AND N. C. THE ORIGINAL Z 0 100 LF OF 4" I 4 CROSS W PERFORATED PE o I 111)1140•14.... INV-702.00 i 6 SUBDRAIN 0 O.5% O C.POLLUTION PREVENTION PLAN: Cr) - � `�I �.` 70 - DF 4„ BO 0 1. THE STORM WATER POLLUTION PREVENTION PLAN(SWPPP)IS A SEPARATE DOCUMENT IN ADDITION TO THESE PLAN DRAWINGS. THE Z V �w�` WWII ...AlPER'NRATED PE PERFvATED - ':I: tIIh;1 CONTRACTOR SHOULD REFER TO THE SWPPP FOR ADDITIONAL REQUIREMENTS AND MODIFICATIONS TO THE POLLUTON PREVENTION U. AN Q 0.5. a LL.I ", - .9 7 PLAN MADE DURING CONSTRUCTION.p2 �� ��� 0CLEANOUT /�r 2.THE SWPPP ILLUSTRATES GENERAL MEASURES AND BEST MANAGEMENT PRACTICES(BMP)FOR COMPLIANCE WITH THE PROJECT'S NPDES > a PERMIT COVERAGE. ALL BMP'S A) EROSION CONTROL MEASURES REQUIRED AS A RESULT OF CONSTRUCTION ACTIVITIES ARE L_�'M L•1 NI L_L;�� ' RIM=706.05 THE RESPONSIBILITY OF THE CONTRACTOR TO IDENTIFY,NOTE AND IMPLEMENT.ADDITIONAL BMP'S FROM THOSE SHOWN ON THE O J Q o wit 705.0. _�c..,4:;,"'05 V•703.054% PLAN MAY BE REQUIRED. /��// O " 705 Zs 3.PROJECTESWPSITAAND SITE MAP SHOULD BE EXPEDITIOUSLY REVISED TO REFLECT CONSTRUCTION PROGRESS AND CHANGES AT THE CL � ' __707 ��� _ I 705.80X 1•i. V 11111r,„_ 4.THE CONTRACTOR IS RESPONSIBLE FOR COMPLIANCE WITH ALL REOUREMENTS OF THE GENERAL PERMIT AND SWPPP,INCLUDING,BUTZO705NOT LIMITED TO,THE FOLLOWING BMP'S UNLESS INFEASIBLE OR NOT APPLICABLE704 - °.UTLIZE OUTLET STRUCTURES THAT WITHDRAW WATER FROM THE SURFACE WHEN DISCHARGING FROM BASKS,PROVIDE AND 702 703 _ REMOVAL MAINTAIN NATURAL AND MAXIMIZE STORM AROUNDUFFERS SURFACE INFILTRATON,AND MINIM ECT TORM WATER SOIL COMPACTION. VEGETATED AREAS TD INCREASE SEDIMENT C� Cl')CO ei >O - ° V O - -- b.INSTALL PERIMETER AND FINAL SEDIMENT CONTROL MEASURES SUCH AS SILT BARRERS,DITCH CHECKS,DIVERSION BERMS,OR 0 nr DAYLIGHT SUBDRMN --- SILT FE'- P) k SEDIMENTATION BASINS DOWNSTREAM OF SOIL DISTURBING ACTIVITIES PRIOR TO SITE CLEARING AND GRADING OPERATIONS. Ce TH RODENT GUARD „ , c.PRESERVE EXISTING VEGETATION IN AREAS NOT NEEDED FOR CONSTRUCTION AND LIMIT TO A MINIMUM THE TOTAL AREA DISTURBED < C 5 Q INV. 8i BY CONSTRUCTION OPERATIONS AT ANY TIME. O 702 d.MAINTAIN ALL TEMPORARY AND PERMANENT EROSION CONTROL MEASURES IN WORKING ORDER,INCLUDING CLEANING,REPAIRING, re Oa a `699 REPLACEMENT.HAA DLOST INTO F RETHEIR ORIGINAL CAPACITTHROUGHOUT Y,PERMIT PERIOD.CLEAN OR REPLACE SILT CONTROL DEVICES WHEN THE ` W i 707 C.INSPECT THE PROJECT AREA AND CONTROL DEVICES (BY QUALIFIED PERSONNEL ASSIGNED BY THE CONTRACTOR)EVERY SEVEN W ❑ LL CALENDAR DAYS.RECORD THE FNDNGS OF THESE INSPECTIONS AND ANY RESULTING ACTIONS IN THE SWPPP WITH A COPY SUBMITTED WEEKLY TO THE OWNER OR ENGINEER DURING CONSTRUCTION.REVISE THE SWPPP AND IMPLEMENT ANY RECOMMENDED A/ Z AS MEURES WITHIN 7 DAYS. I.I� 70I I.PREVENT ACCUMULATION OF EARTH AND DEBRIS FROM CONSTRUCTION ACTIVITIES ON ADJOINING PUBLIC OR PRIVATE PROPERTES, W Q INCLUDING STREETS.DRIVEWAYS,SIDEWALKS,DRAINAGEWAYS,OR UNDERGROUND SEWERS.REMOVE ANY ACCUMULATION OF EARTH OR Z 52 ''Ca DEBRIS IMMEDIATELY AND TAKE REMEDIAL ACTIONS FOR FUTURE PREVENTION. g.INSTALL NECESSARY CONTROL MEASURES SUCH AS SILT BARRIERS,EROSION CONTROL MATS,MULCH,DITCH CHECKS OR RIPRAP AS ❑ All CONTROL.SOON AS AREAS REACH THEIR FINAL GRADES AND AS CONSTRUCTION OPERATIONS PROGRESS TO ENSURE CONTINUOUS RUNOFF CONTROL. PROVIDE INLET AND OUTLET CONTROL MEASURES SOON AS STORM SEWERS ARE INSTALLED. -, 14 Frisbee Goal- B.RESPREAD A MINIMUM OF 8 INCHES OF TOPSOIL(INCLUDING TOPSOIL FOUND IN SOD)ON ALL DISTURBED AREAS,EXCEPT WHERE Ct (A PAVEMENT,BUILDINGS OR OTHER IMPROVEMENTS ARE LOCATED. /�V V ) Egg i.STABILIZE UNDEVELOPED,DISTURBED AREAS WITH MULCH,TEMPORARY SEED MIX.PERMANENT SEED MIX,OR SOD AS SOON AS O PRACTICAL UPON COMPLETION OR DELAY OF GRADING OPERATIONS. INITIATE STABILIZATION MEASURES NO LATER THAN 14 CALENDAR DAYS AFTER CONSTRUCTION ACTIVITY HAS FINISHED OR IS PLANNED TO BE DELAYED MORE THAN 21 CALENDAR DAYS. j.COORDINATE LOCATIONS OF STAGING AREAS WITH THE OWNER AND RECORD IN THE SWPPP. UNLESS NOTED OTHERWISE,STAGING 9 �� ` AREAS SHOULD CONTAIN THE FOLLOWING:JOB TRAILERS,FUELING / VEHICLE MAINTENANCE AREA,TEMPORARY SAMTARY FACILITIES. i III MATERIALS STORAGE.MID CONCRETE WASHOUT FACILITY.CONTROL RUNOFF FROM STAGING AREAS WITH DIVERSION BERMS AND/OR 698 I i SILT BARRIERS AND DIRECT TO A SEDIMENT BASIN OR OTHER CONTROL DEVICE WHERE POSSIBLE.CONCRETE WASHOUT MUST BE CONTAINED ONSITE. e ® B.REMOVE ALL TEMPORARY EROSION CONTROL MEASURES AM) SITE WASTE PRIOR TO FILNG OF THE "NOTICE OF DISCONTINUATION". T. 97 / 0 20 -a SCPL_) Project No: 1160864 Sheet 3 of 4 fl- io a' z 48.0' ,, a' 3. 1' : LE r) co U soso o J _ Z016DP � _ LO o P m o iO 1��' ��� t..Eit' ick 0 J u 1 rl fa I 1 a w\F Et. O Q r E Yo0able(221>a mmao':a ata.) �' fFA[R/L NOTES f= 0 . o bNaa91 lance otter to w r emmla of O w abpe P b Men%extend al lona•tide 30 () R. < • ,0 I I Seaton 9010,3.07 col of broom Moen n the canlrml IM bottom Nerolgn•o1 1M MO al the Idea e Q to ,j A, !y �} O ammwlta 0e m dratted by IM Jo004otmaEn9iwr, o mniwn of 2 n.Nona INN UN lop of the p V a..A, Poal Peal y Qr�'/ 11M1e or lance n IM be pool of tM ala. J M N t:::: (5'0'froe,l (5'-2'matt AO •,,•,�,, :///2.4:;•C0d0 ties'"" p haat R in.of fabric o nitro n of 6'es deo; p Sleelposla to be en0epoed 20 n.wi not 0 m CI m �— — •v,:' © e:it!: * I oof Nei troy v Ilee:w Owed by the aentalima — 0. • a folded Woo w ground wl P •:!,••'i1::' ',s 4577.47/Mil • Fabi '4.ti:44 t word 90 atm)0,0 tide of p N )• / • ss '•• 5•'••��it,�., •�ti.[[j:ti rf;p} •,T: ..��,, +?:�y j7':: • .'•l:p; ® ICA*affil(rpia OiaiN to.1s.nny O Serve top oF dgrm:q Imri to leelpmla 2- v 2 7}•.•. { ;$$$•$ .{• ;L%• Y� ••• *ewe 1M lobi 1M tenth a e.ml urq I,* 0 N O t7 _ 1yJ• 'h,'i::'�•:: '••:•:••'?"L¢??i''•1L�% ••••O a': a •;.V,: Most ma M mar tin lex. p del bo mi•NIaocMwi o Posta.:TN.See - • •'�'.'!9:]:::>fi•::-til:L:':.�.M.•;•:.•ti'•ate.' �-Ot )�'•.O S .`.:•s'•+=:• 0 3 2 "- 5.4,k_____ O - ;$.::.!.!.- ..'•,•, Z \\\ !.{-" to•r M*A•a.oat doer of m w \pal MlapraNlo i o,440.ctin of al lance SN pins la swig �y Faro Y- 1 — want conlw Z o Q ATTACHMENT TO POST -f n TYPICAL SAT FENCE IXTCbI CHECK 910- I I Gand w Ferri / �Fb. 0' r,© 62*?ai� I 908 f 1%./S41._ iy G 6 l. CIES: 1R i:}.C:!:!:!:::::::::::::::22225:{4:42222424/4/5 {} _. �g0+ 1?"ants ti i. I P/NTEO LEES f0 0.J'NOiN,C0.0R�YELLON. :42222222222522225252222222:44 • , of t-rin•:.j, 1'*1*tl tome pal - 4':V4 r'.' �Gr444::::}O:Y:Cid �..0 X90 bliMMW �� .dna 6 ®G1�90E OGE Of 71E0 INE - OUTS LVED O _ O PAKr DETMS OF SRT FENCE fk1 LONGITl1DMAL SLOPES 200'�Y,U per eeatm - 0 CO (602N..dN I.than SO •RM.pmt apacip to 5'-0'el/rotor coventralian areae, TYPICAL SLI FENCE NSTALLATION ON LOM TLONAL SLOPES a m ref/Area to amoaley support lave TYPICAL SRCE T FENMSTALLA110N ON LONGITUDNAL SLOPES (Plot 09.9 Bro0.Woo/ O2 TYPICAL FUTSAL COURT LAYOUT&PAINTED LINES SILT FENCE DETAIL LU .. ...ALE ALE A NO SCALE Cl)) W W NON ROOM FERfNLE CODE OF HU C0.FI O am muss SCREW RUG 4 52-0' �I TE61 WC( Ili —./ _ Om Cm) 4.4 12"WOE Ea M1 �,■ \ TORY 6'DEPTH BY 2/• L O 12 DEEP"E ,•"OJ` MAK CONCRETE COLLA .- _ GALVANIZED POST W/ CPP : GALVANIZED TOP RAIL Cr) \ 72 \ 90 DEQEE ElBOIf OR 2-/5 DEG EE ELBOWS v) ' EE .`0. GALVANIZED tlp, ♦♦ CHAIN LINK CRUSTE0 STONE KOOK •,`'�• E� . FENCE FABRIC a•�II f Q/'� 6'10 OUTSIDE EDGE , i- .41;•VAI''' �• a. ROW LRCS(H-HOE REKOLOR Lit PANTI,MNL I cow% '�'�"' SURFACE IE0TL9E(ICRYLOTER LA AND GALVANIZED �!'��/ tjj ' oes REOGRpE1 FINISH COAT,YR I COURSE /:oil MIDDLE RAIL O SUBDRAIN CLEANOUT 6'TO OUT90E ENE BASE TECYE(ACR1101EE KA NO PLED:MC/EL 4 NO SCALE CO li LK 2 CURDS ♦♦ _ 6 GALVANIZED _ ACRT[1 RESt9FICIR ♦♦♦♦ BOTTOM RAIL J ep NL 2 COMES CORE DRILL 12" ♦♦♦ W il 7111111111111111 DIAMETER.SLOPE ♦:♦♦♦ LU Q 1%i LEI HIA TOP 1/4" •-• . .♦, /` / (/,(//,(�,�((���/ 1 W te 15' • \ SURFACING DETAIL A:�.�:�.�.�" �.v:�.�.•.•..�.v ��t�\�\���\��`����4 �����������G���\�\� W W r Y�EAOR pC MT /eovE. r I=R� 111— z Nn E SPECF CATgll FOR IOOITIOWL _ if@IYATION.[ ����� LY'NINA'TYPE-N SURFACE COURSE CONCRETE FOOTING • 4- o E8 _o� 1 U 11 1 3.5•H U-IYR-E D..I BASE Coat% k : n COIPACTED(2TAAL*968ASE.IOOT 41211 •OJJ .`/,`` I 1 ILL IK 990114 HRA GRAVEL 044 4 pl . TES: . 1111 44 1e�I.�`�I.<`./.I a kE.Q•nomICT a Nu THEE•PONT LIE SHALL 0.DE 5A E COLOR AS 11E FREE-THROW -I = - =7277 LAK LNC NO SEYCACLE.COLOR'9091[. i. )PiNTEO LIES TO BE 2'*ON. PROPOSED MIM CROSS SECTION: I e { C> 9ZE A5 NOTED ON Tr.12000 PVC ii O,1 DIMENSIONS ARE TO THE .•II PERFORAICO OR/N TLE,SLOPE TO DR.W WT51OE EDGE OF TT( 12" 7 O- PINT LINES. ... TYPICAL BASKETBALL COURT LAYOUT&PAINTED LINES O 5 SPORTCOURT HMA SURFACING 64'HT.FENCE POST FOOTING 7 SUBDRAIN DETAIL Pre ext No. 1160864 c3 A NO SCALE 4 NO SCALE A NO SCALE NO SCALE PZA Sheet 4 of 4 'ie cl ) Prepared by:Juli Seydell Johnson,Director of Parks&Recreation 220 S.Gilbert St, Iowa City,IA 52240,(319)356-5104 RESOLUTION NO. 16-344 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 3, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WETHERBY SPORT COURT PROJECT 2017, 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 Parks Maintenance Fund accounts#R4342. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 3rd day of January, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four(4) nor more than twenty(20)days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 6th day of December , 20 16 . M OR \ ` Approved by ATTEST: \x , I � .� Q T � 3o—( CI LERK City Attorney's Office Jk3iedia PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, 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: 0001795790 12/16/16 12/16/16 $32.57 Copy of Advertisement Exhibit"A" 419 /L/ . Subscri and sw��i t fore me by said affiant this 19th day of Dace ter. 2016 aeje Notary Public in and for State of Iowa kr-s ANDREA HOUGHTON A COMMISSION NO. 753956 I COMMISSION EXPIRES lowf� _ 5 2��l NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE WETHERBY PARK SPORT COURT PROJECT 2017 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will con-duct a public hearing on plans specifications, form of contract and estimated cost for the con-struction of the Wetherby Park Sport Court Prosect 2017 in said city at 7:00 p.m. on the 3rd day of January, 2017, said meeting to be held in the Emma J. Harvat Hall in the City Hail, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall In Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK Publish 12/19 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE WETHERBY PARK SPORT COURT PROJECT 2017 IN THE CITY OF IOWA CITY,IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Wetherby Park Sport Court Project 2017 in said city at 7:00 p.m. on the 3rd day of January, 2017, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 01-03-17 3d(8) Prepared by: Marcia Bollinger,410 E.Washington St., Iowa City, IA 52240(319)356-5237 RESOLUTION NO. 17-8 RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT BETWEEN THE CITY AND THE WELLMARK FOUNDATION OUTLINING TERMS AND CONDITIONS FOR A MATCHING FUND GRANT TO FUND A MULTI-USE SPORTS COURT IN WETHERBY PARK WHEREAS, an application to the Wellmark Foundation for a Matching Assets to Community Health (MATCH) Grant was approved by the foundation in August to construct a multi-use sports court in Wetherby Park; and WHEREAS, matching funds through the FY17 Community Development Block Grant program of $75,000 are available, and WHEREAS, an agreement between the City and the Wellmark Foundation outlining the terms and conditions of the grant is required, and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The City Manager is hereby authorized to sign the attached agreement with the Wellmark Foundation and amendments if needed. Passed and approved this 3rd day of January , 2017. 4/iS.M'� \\ Approved ATTEST: � �G� ra� W lJ - 1 �j - (So CI '( k ERK City Attorney's Office It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway Cole x Dickens x Mims x Taylor x Thomas x Throgmorton The Wellmark Foundation Grant Agreement This Wellmark Foundation Grant Agreement ("Agreement") is made by and between The Wellmark Foundation("Foundation"), an Iowa nonprofit corporation,and the GRANTEE identified on the signature page (hereinafter,°Grantee"). RECITALS: A. Foundation qualifies as a private foundation under the Internal Revenue Code of 1986 as amended ("Code"). B. The purpose of this Agreement is to set forth the terms and conditions under which the Foundation has awarded a grant to Grantee. NOW,THEREFORE, in consideration of the mutual covenants contained herein,the parties agree as follows: Article I Scope This Agreement applies to the project submitted by Grantee as a grant application entitled "Multi Use Recreational Court - Wetherby Park" (grant ID # 241901), as more fully described in Grantee's written proposal to the Foundation incorporated by this reference as a part of this Agreement("Grant Project"). This Agreement does not apply to any other project or program of Grantee or the Foundation. Article II Grant Award The Foundation agrees to award Grantee the total of $75,000 for the Grant Project to be paid in one (1) payment over the Grant Period defined in Article III at the discretion of the Foundation($75,000 overall award; $75,000 full grant payment on or about 12/1512016). The payment shall be made subsequent to the announcement of the Grant Project award and full execution of this Agreement. All payments hereunder are subject to the terms and conditions of this Agreement and shall be used only for purposes specified in the Grant Project. Grant Project funds shall not be used to reimburse expenses incurred prior to the Foundation's date of acceptance of this Agreement. Any funds that are not used by the end of the next calendar year following the end of the Grant Period shall be transferred back to the Foundation. The process and procedure for the transfer of unexpended funds will be done in accordance with instructions by the Foundation.An unfunded extension of the Grant Period may be granted in writing at the sole discretion of the Foundation. Article III Grantee Responsibilities and Representations Grantee shall perform all services and activities described in the proposal materials or the project work plan for the Grant Project("Multi Use Recreational Court-Wetherby Park"). Grantee also shall comply with such procedures as the Foundation has established,from time to time, as requirements for the Grant Project award and as set forth in its notification of the award and/or posted on the Foundation website (www.wellmark.com/foundation), incorporated herein by reference and made a part of this Agreement. The °Grant Period"will be 12/15/2016 through 12/14/2018. Grantee agrees to submit written progress and budget reports to the Foundation every six months during the grant period(initial report due July 1,2017)and a final report upon completion. Grantee agrees to include video or photographs as may be appropriate with the progress reports and agrees to submit other reports that the Foundation may reasonably request. Grantee agrees to permit the Foundation to visit the Grant Project and videotape or photograph the Grant Project. Wellmark rev. 12122016 In carrying out the Grant Project, Grantee shall comply with all applicable laws, regulations, and rules and will not infringe, misappropriate, or violate the intellectual property rights of any third party. At all times during the Grant Period,Grantee shall maintain its tax-exempt status under(and conduct its activities in accordance with) Section 501(c)(3)of the Code unless Grantee is a government entity. Article IV Changes in Grant Project Any changes in the Grant Project (including, without limitation, any changes in the services or activities described in the Grant Project Description) require the prior written approval of the Foundation. Failure to obtain prior approval may result in the suspension of the award payments or termination of this Agreement in accordance with Article Xl. Article V Changes in Key Personnel Grantee shall provide notice to the Foundation within ten (10) days of any changes in the key personnel performing services for the Grant Project. Such written notice shall include the individual's successor,title and resume. Article VI Records; Right to Examination and Audit • Grantee shall maintain adequate accounting records and other records related to the Grant Project. Grantee will permit the Foundation on-site visits and access to examine and audit all records and documents reasonably related to Grantee's obligations under this Agreement. Grantee agrees to ensure the cooperation of its employees, officers, directors and agents in such examination and audit. The Foundation will provide notice to Grantee prior to the performance of an examination and audit and arrange a mutually acceptable time for it. Article VII Assignment This Agreement shall not be assigned by either party without the prior written consent of the other party,which consent shall not be unreasonably withheld. Any assignment not in accordance with this Article VII shall be null and void. Article VIII Publication by Foundation and Grantee; Rights to Data The Foundation may include information about the Grant Project, including any videos or photographs, in its periodic public reports and may make such information available on the Wellmark.com/foundation website as part of press releases, public reports, presentations, newsletters, tax returns, and other public disclosures. Grantee may publish the results of the Grant Project subject to the Foundation's prior review and comment. Any materials used by Grantee for the purpose of publicity pursuant to this Agreement shall display the Foundation's designated and approved logo in a manner acceptable to and approved by the Foundation. In the event activities supported by this Agreement produce original computer programs, writing, sound recordings, pictorial reproductions, drawings or other graphic representations and works of similar nature(the term computer programs includes executable computer programs and supporting data in any form) (collectively, the"Materials"), the Foundation reserves the right to use, duplicate and disclose, in whole or in part, the Materials in any manner for any purpose whatsoever. Without limiting the foregoing,Grantee hereby grants to the Foundation a non-exclusive,transferable, perpetual,irrevocable, royalty-free, paid-up,worldwide license to use or publish the Materials in any manner for any purpose whatsoever. 2 Article IX Release of Information Grantee agrees to provide to the Foundation, upon request, all written program records including, but not limited to, non-identifiable physician and client records, statistical information, board, administrative and financial records, including budget, accounting activities,financial statements and audits reasonably related to the Grant Project. Article X Remedies for Breach In the event Grantee violates or breaches the terms of this Agreement,the Foundation reserves all contractual and legal remedies that are available. Upon notice, the Foundation may suspend this Agreement, in whole or in part, and withhold payment of funds or recoup awarded funds when the Grantee has failed to comply with the terms of this Agreement until a corrective action plan has been submitted and approved by the Foundation. Reasons for suspension of this Agreement may include, but are not limited to,the following: a. Delinquency in submitting required reports by established due dates. b. Failure to show satisfactory progress in achieving the objectives of the Grant Project or failure to meet the terms and conditions of this Agreement. c. Failure to provide adequate management of the Grant Project funds. d. Failure to obtain matching funding in the amount and time required in the award notification when such funding was a condition of the grant award. A suspension shall be in effect until the Grantee has taken corrective action or given evidence satisfactory to the Foundation that corrective action will be taken or until this Agreement is terminated. Costs incurred by the Grantee during the suspension period shall not be allowed under this Agreement unless expressly authorized in the notice of suspension. Necessary costs that the Grantee could not reasonably avoid during the suspension shall be allowed only if the Grantee had a prior obligation for these expenses. Article XI Term and Termination This Agreement shall commence upon the date of acceptance by the Foundation and shall terminate two(2) years thereafter. This Agreement may be terminated immediately upon notice(1)if circumstances beyond the control of the Foundation or the Grantee make continuation of this Agreement impossible or(2)in the event of the Grantee's noncompliance with any term or condition, related rules, regulations or requests or the Grantee has proven unable to fulfill the work and services described in this Agreement. In the event of such termination, the Grantee shall be reimbursed by the Foundation only for those costs allowable under the award for the Grant Project that are incurred prior to the termination date. Any unexpended funds shall be immediately returned to the Foundation unless otherwise agreed by the Foundation. Article XII Notices Any notice required to be given under this Agreement shall be in writing and deemed delivered when personally delivered, sent by a commercial overnight courier, sent by certified mail, return receipt requested, or transmitted by electronic means, to the address set forth on the signature page to this Agreement and the Grant Project. 3 Article XIII Nonwaiver and Invalidity Failure of either party to exercise any of such party's rights under this Agreement will not constitute a waiver of such rights in the future. In the event any provision of this Agreement is held invalid,illegal or unenforceable, in whole or in part,the remaining provisions of this Agreement shall not be affected thereby and shall continue to be valid and enforceable. Article XIV Section Headings and Interpretation The Section headings used in this Agreement have been inserted for convenience of reference only and shall not in any manner modify or restrict any of its terms or provisions.This Agreement shall not be construed more strongly against any party regardless of who was more responsible for its preparation. Article XV Entire Agreement and Amendments This Agreements and all attachments hereto constitute the entire Agreement between the parties with respect to the subject matter hereof and any prior agreements, understandings, representations and warranties, whether written or oral in regard to the subject matter hereof,are hereby superseded. No amendment,change or modification of any of the terms, provisions or conditions of this Agreement shall be effective unless such amendment is clearly identified as an amendment to this Agreement,made in writing and signed by authorized personnel of both parties. Article XVI Governing Law This Agreement shall be construed and enforced in accordance with the laws of the State of Iowa without regard to conflict of laws principles. Article XVII Limitation of Action No action, regardless of form,may be brought by either party on any claim arising out of this Agreement more than two years after the claim arose. Article XVIII Indemnification The Grantee shall indemnify and hold Foundation harmless from and against any and all liabilities, losses, damages, costs or expenses, including, but not limited to, reasonable attorneys' fees and legal expenses, incurred by Foundation as a result of a breach of this Agreement by the Grantee or any tortious, unlawful or unauthorized acts or omissions by the Grantee, Article XIX Consent to Jurisdiction Each of the parties hereby irrevocably submits to the exclusive jurisdiction of any United States District Court or Iowa District Court sitting in Des Moines, Iowa in any action or proceeding arising out of or relating to this Agreement, and each party hereby irrevocably agrees that all claims in respect of such action or proceeding shall be heard and determined in either of such courts. Each of the parties irrevocably waives any objection, including without limitation, any objection on the grounds of forum nonconveniens, which it may now or hereafter have to the bringing of any such action or proceedings in such respective jurisdictions. In addition, 4 the parties agree that neither of them shall commence any action arising out of or relating to this Agreement In any court other than the United States District Court or the Iowa District Court sitting in Des Moines, Iowa. Article XX Waiver of Jury Trial EACH OF THE PARTIES IRREVOCABLY WAIVES ALL RIGHT TO TRIAL BY JURY IN ANY ACTION, PROCEEDING OR COUNTERCLAIM ARISING OUT OF OR RELATING TO THIS AGREEMENT. IN WITNESS WHEREOF, THE PARTIES HAVE CAUSED THIS AGREEMENT TO BE EXECUTED IN DUPLICATE COUNTERPARTS, EACH BEING DEEMED AN ORIGINAL, AS OF THE DATE OF EXECUTION SET FORTH BELOW. City of Iowa City (Legal Name of Grantee) 4Z-6004805 (501(0)(3)Tax Identification Number) 410 East Washington Street (Street Address) atd Iowa City. IA 52240 �-v`l� (City,State and Zip Code) Cr ty A(tt;:1:* lnarcla-bollingerallowa-dty.org (smell address By: nN Title: e07t V-y4jH - C14/ Mg u,q y+✓' //s//7 (Date of Execution by Grantee) The Welimark Foundation 1331 Grand Avenue Des Moines, Iowa 50308 email:WellmarkFoundation( Welimark.com By: Rebecca Wangler Bland Title: Executive Director gtexceoc e h#p/.r✓&PetneP Signature (Date of Acceptance by The Welimark Foundation) 5 4 I L E ' 27:17 I''n -O dt i 9: 71y 1 i CITY CLARK ( r-,..-virai... ---,... .....44. - r CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE WETHERBY PARK IMPROVEMENTS IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: / / /1 March 3, 2017 Clay S eckloth, PLA Landscape Architect Iowa Reg. No. 512 My license renewal date is June 30, 2017. SPECIFICATIONS . TABLE OF CONTENTS CITY GJ umber TITLE SHEET ''� ' Ci T Y' I O VA TABLE OF CONTENTS NOTICE TO BIDDERS AF-1 NOTE TO BIDDERS NB-1 FORM OF PROPOSAL FP-1 BID BOND BB-1 FORM OF AGREEMENT AG-1 PERFORMANCE AND PAYMENT BOND PB-1 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) CC-1 WAGE THEFT POLICY WT-1 GENERAL CONDITIONS GC-1 SUPPLEMENTARY CONDITIONS SC-1 BIDDER STATUS FORM BF-1 SPECIAL CONDITIONS— EXHIBIT SC Exhibit B-1 WAGE RATES (Current as of May 10, 2016) TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work 01010-1 Section 01025 Measurement and Payment 01025-1 Section 01310 Progress and Schedules 01310-1 DIVISION 2- SITE WORK Section 31230 Excavation and Fill 31230-1 Section 32120 Flexible Pavement 32120-1 Section 32122 Court Surfacing 32122-1 Section 32311 Chainlink Fencing 32311-1 Section 32920 Seeding and Soil Supplements 32920-1 Section 33410 Subsurface Drainage Systems 33410-1 PLANS P-1 of 4 NOTICE TO BIDDERS WETHERBY PARK IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 12th day of April, 2017. 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 18 day of April, 2017, or at special meeting called for that purpose. The project includes all material, equipment, transportation, labor and coordination needed to complete the improvements associated with the sport court improvements at Wetherby Park in Iowa City. Improvements include grading, HMA pavement, fencing, basketball hoops, futsal goals, court surfacing, markings and associated work. All work is to be done in strict compliance with the plans and specifications prepared by Snyder & Associates, Inc. of Ankeny, 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 one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: May 1, 2017 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions / Technographics of Iowa City located at 415 Highland Ave Suite 100, Iowa, by bona fide bidders. AF-1 A $25.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made-payable to Technographics. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minoritycontractors 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. JULIE VOLPARIL, DEPUTY CITY CLERK AF-2 M d . 5 m NOTE TO BIDDERS 1317 MAR -& Al 9: 34 1. The successful bidder and all subcontractors are required to submit at Least 4-days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal NB-1 FORM OF PROPOSAL F WETHERBY PARK IMPROVEMENTS PROJECT CITY OF IOWA CITY 2n:7 MAR _5 APi NOTICE TO BIDDERS: CITY CLERK 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. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization LS 1 $ $ 2. Earthwork LS 1 $ $ 3. 5" Depth HMA Pavement SY 1,254 $ $ 4. 6" Depth HMA Pavement SY 256 $ $ 5. Court Surfacing, Basketball LS 1 $ $ Hoop and Futsal Goal 6. Fencing LS 1 $ $ (Galvanized Chainlink) 7. Seeding, Surface Restoration LS 1 $ $ TOTAL EXTENDED AMOUNT = $ FP-1 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: Ap(X$'AM iit:-S i ?: -QTY CLERK liJ'40-, CITY, Wv•.';k NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP-2 BID BOND , as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and . ("Qontractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of , 20 , for the Wetherby Park Improvements Proiect("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 $ 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 for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, 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 This Instrument. AG-1 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 C)show/ten on .an attachment): 1A CI ! I. iowa Name: Quantity: Unit Price: $Amnt: DATED this day of , 20 . City Contractor By By Mayor (Title) ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) 2. 11 M.', -6 PIM 9. Principal, hereinafter called the Contractor and (insert the legal title of the•Sure[')_ • , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for 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 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 PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner .to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 nil MAR -5 All 9: 34 CITY CLERK 'O 'A CITY. IOWA Contract Compliance Program .411 Pak WIMP .7 „,,A. 4:77;77.4pcilia eat Aeon CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunify-in all'City'contract work. This policy prohibits discrimination by the City's contractors, consultants and-vendors and requires them to ensure that applicants seeking employment with them and their employees. are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mgr\asst\contractcompliance.doc CC-1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. i .,if CL With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. 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 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 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. mgrlasst\contractcompliance.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? • ti,i t ^1T I`�""ea The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date mgrlassticontractcompliance.doc CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities.Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermgrp,_disseminate the policy to all potential sources of employees and to your subcontractors asking theircooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 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 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-ideratity, 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 immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: CC-6 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious'qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or 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 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of -c P,11 9: CITY 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 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 economicdevelolsment 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 conimittitig-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") I. 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. II. 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. Ill. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy 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); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility 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. WT-1 WAGE THEFT AFFIDAVIT — C.1TY CLERK DW STATE OF ss: COUNTY , upon being duly sworn,state as follows: 1. I 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. Signature This instrument was acknowledged before me by on ,20_ Notary Public in and for the State of WT-2 a-- i 3 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION ' _o 9: JJ O•VTY CLERK \ CITY, 10W S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Wage Theft Policy S-10 Measurement and Payment S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: SC-1 Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION 7 M ,Z - AM 9: 1. Before commencing work, the Contractor shall submit to the City •for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury& Property Damage* $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily Injury& Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured SC-2 retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any:special_exclusioas or limitations not common to the type of coverage being provided, such exclusions Dr limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. SC-3 C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or SC-4 mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of-such person or employee. - - To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT-1. S-10 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-12 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of$75 per hour. S-13 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. Note that these requirements involve only highway projects not funded with Federal monies. SC-5 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: Dates: / / to / / Address: You may attach additional sheet(s)if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes 0 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. Firm Name: Signature: 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 may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. 2017 MAR -b P.' 4: ❑ 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. O 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. O 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 is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. BF-2 ARC 1271C LABOR SERVICES DIVISION18751 Adopted and Filed .. - s :tri -: 35 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. i This amendment adopts new rules concerning preferences for resident bidders on government ' P, j 11/ 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 subrule 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 term"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 intent. No variance procedures are included in these rules because variance provisions are set forth in 875—Chapter 1. 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. The following amendment is adopted. Adopt the following new 875—Chapter 156: 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 intermedi:ai'+e,s,., - • r. "Public body"means the state and any of its political subdivisions,including a`schbol'dNtriCt,public" ' utility,or the state board of regents. •Y. ; "Public improvement"means a building or other construction work to be paid for in whp`(e'orins • 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 (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2)"a"for determining whether a person or entity in that state or country is a resident bidder,then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship,the sole proprietor is an Iowa resident for Iowa income 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 quaIifcatl iii 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 quali4catipn in Iowa^.- and a statement of cancellation has not been filed pursuant to Iowa Code section 486k105(41; e. In the case of a limited partnership or limited liability limited partnership whose certiftcate'of limited partnership is filed in this state,the limited partnership or limited liability limited,partnersthip ltAS\ 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 first 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 preference given or required by the home state or foreign country of the bidder's parent. In the instance of a labor force preference,a public body shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the home state or foreign country of the nonresident bidder, or the parent of a resident bidder if the parent would qualify as a nonresident bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country of the nonresident bidder to whom the contract was awarded would apply a preference to the subcontractor. BF-5 s t r ►- 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 c t_bg terpaine , gd;; . n the calculation for a labor force preference shall include only the labor force wo on the 13ubiic improvement in Iowa on a regular basis calculated by pay period. CITV CLERK 875—I56.4(73A)Complaints regarding alleged violations of the Act. B;i C, I `i. WA. 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 of written complaint form. 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 cause to be taken deposition of witnesses,and require by subpoena the attendance and testimony of witnesses and the production of all books,registers,payrolls,and other evidence relevant to a matter under investigation or hearing. e. Employment of personnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A,subchapter IV. BF-6 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 publ�'j.i,r rgverpent.or undertook the public improvement, to withhold immediately from payment to-=` 1 e.Tontraetor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under Aire,terms.of. . the contract or written instrument under which the public improvement is being performed. The.writ_ ..: withheld shall be immediately released upon receipt by the public body of a notice from the comrnissibher 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 be affected. These rules are intended to implement Iowa Code section 73A.21. [Filed 12/16/13,effective 2/12/14] [Published 1/8/14] EDITOR'S Non:For replacement pages for IAC,see IAC Supplement 1/8/14. BF-7 Special Conditions Exhibit B Supplement for all CDBG Contracts and Agreements"' Mrr, -o AM 9' 3`E City of Iowa City is referred to as"recipient"below and_ as"contractor subcontractor." and agree to abide by the following provisions,as applicable: 1)Clean Air Act(42 U.S.C.7401 et seq.)and the Federal Water Pollution Control Act(33 U.S.C. 1251 et seq.),as amended. Contracts and subgrants of amounts in excess of$100,000 shall comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C.7401 et seq.)and the Federal Water Pollution Control Act as amended(33 U.S.C. 1251 et seq.).Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency(EPA). Contractors and subcontractors agree: a.That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency(EPA)List of Violating Facilities; b.To comply with all the requirements of Section 114 of the Clean Air Act,as amended,42 U.S.C. 1857 et seq.and Section 308 of the Federal Water Pollution Control Act,as amended,33 U.S.C. 1251 et seq.relating to inspection,monitoring,entry,reports,and information,as well as all other requirements specified in Section 114 and Section 308 of the Acts,respectively,and all other regulations and guidelines issued thereunder; c.That,as a condition for the award of this contract,the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds$100,000 the aforementioned criteria and requirements. 2)Contract Work Hours and Safety Standards Act(40 U.S.C.327 through 333) Where applicable,all contracts awarded by recipients in excess of$2,000 for construction contracts and in excess of$2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C.327-333),as supplemented by Department of Labor regulations(29 CFR part 5).Under Section 102 of the Act,each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours.Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek.Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,hazardous or dangerous.These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market,or contracts for transportation or transmission of intelligence. 3)Copeland"Anti-Kickback"Act(18 U.S.C.874 and 40 U.S.C.276c) All contracts and subgrants in excess of$2,000 for construction or repair awarded by recipients and subrecipients shall comply with the Copeland"Anti-Kickback"Act(18 U.S.C.874),as supplemented by Department of Labor regulations(29 CFR part 3,"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that SC Exhibit B-1 each contractor or subrecipient shall be prohibited from inducing,by any means,any person employed in the construction,completion,or repair of public work,to give up any part of the come t'�n�to whiclipe is c otherwise entitled.The recipient shall report all suspected or reported violations tt�'J� ; — ii 9: 3 CLERK C ,P, 4)Davis-Bacon Act,as amended(40 U.S.C.276a to 276a-5) �.�: ! 1' �. r O'1TY, 'r-t:i'A When required by Federal program legislation,all construction contracts awarded by the recipients and subrecipients of more than$2,000 shall include a provision for compliance with the Davis-Bacon Act(40 U.S.C.276a to 276a-5)and as supplemented by Department of Labor regulations(29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act,contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor.In addition,contractors shall be required to pay wages not less than once a week.The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination.The recipient shall report all suspected or reported violations to HUD. 5)Debarment and Suspension(E.O.s 12549 and 12689) No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension,"as set forth at 24 CFR part 24.This list contains the names of parties debarred, suspended,or otherwise excluded by agencies,and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549.Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 6)Drug-Free Workplace Requirements The Drug-Free Workplace Act of 1988(42 U.S.C.701)requires grantees(including individuals)of federal agencies,as a prior condition of being awarded a grant,to certify that they will provide drug-free workplaces. Each potential recipient must certify that it will comply with drug-free workplace requirements in accordance with the Act and with HUD's rules at 24 CFR part 24,subpart F. 7)Equal Employment Opportunity Contractor shall comply with E.O. 11246, "Equal Employment Opportunity,"as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and as supplemented by regulations at 41 CFR part 60,"Office of Federal Contract Compliance Programs,Equal Employment Opportunity,Department of Labor." During the performance of the contract,the Contractor agrees as follows: a.The Contractor will not discriminate against any employee or applicant for employment because of race, color,religion,sex or national origin.The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment,without regard to their race,color,religion,sex or national origin.Such action shall include,but not be limited to the following:employment,upgrading, demotion,or transfer;recruitment or recruitment advertising;layoff or termination rates of pay or other forms of compensation;and selection for training,including apprenticeship.The Contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided by the municipality setting forth the provisions of the non-discrimination clause. b.The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the Contractor,state that all qualified applicants will receive consideration for employment without regard to race, color,religion,sex or national origin. SC Exhibit B-2 c.The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice,to be provided by the p r vnes, r m a. r advising the labor union of workers'representative of the Contractor's commitments undetfli4 seetion—a-hd '" shall post copies of the notice in conspicuous places available to employees and applicants for employe pt.,-.-,,a d.The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations and relevant orders of the Secretary of Labor. e.The Contractor will furnish all information and reports required by Executive Order 11246 amended as of September 24, 1965,and by the rules,regulations and orders of the Secretary of Labor,or the Secretary of Housing and Urban Development,pursuant thereto,and will permit access to his books,records,and accounts by the property owner,the City,the Secretary of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations and orders. f.In the event of the Contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules,regulations or orders,this contract may be cancelled,terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or Federally funded constructed contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies involved as provided in Executive Order 11246 of September 24, 1965,or by rule,regulations or order of the Secretary of Labor,or as otherwise provided by law. g.The Contractor will include the provisions of paragraphs(a)through(g)in every subcontract or purchase order unless exempted by rules,regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965,so that such provisions will be binding upon each subcontractor or vendor.The Contractor will take such action with respect to any subcontract or purchase order as the property owner may direct as a means of enforcing such provisions,including sanctions for non- compliance;provided,however,that,in the event the Contractor becomes involved in,or is threatened with litigation with a subcontractor or vendor as a result of such direction,the Contractor may request the United States to enter into such litigation to protect the interest of the United States. In addition to the federal EEO requirements above,Contractor agrees that its employees and agents shall not discriminate against any person in employment or public accommodation because of race,religion,color, creed,gender identity,sex,national origin,sexual orientation,mental or physical disability,marital status,or age."Employment"shall include but not be limited to hiring,accepting,registering,classifying,promoting,or referring to employment. "Public accommodation"shall include but not be limited to providing goods, services,facilities,privileges and advantages to the public. 8)Lobbying and Influencing Federal Employees i.No Federal appropriated funds shall be paid,by or on behalf of the contractor,to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. ii.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with any Federal grant,the contractor shall complete and submit Standard Form-LLL,"Disclosure of Lobby Activities,"in accordance with its instructions. SC Exhibit B-3 iii.The Recipient shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. 17 !V P _r t,M 0. •, This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31,U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure." 9)Nonsegregated Facilities The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees,any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location,under his control,where segregated facilities are maintained.The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees,segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained.The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification,the term"segregated facilities"means any waiting rooms,work areas,restrooms, and washrooms,restaurants and other eating areas,timeclocks,locker rooms and other storage or dressing areas,parking lots,drinking fountains,recreation or entertainment areas,transportation,and housing facilities provided for employees which are segregated by explicit directives or are,in fact,segregated on the basis of race,color,religion,or national origin because of habit,local custom,or any other reason.The federally- assisted construction contractor agrees that(except where she or he has obtained identical certifications from proposed subcontractors for specific time periods)she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. 10)Section 3 of the Housing and Urban Development Act of 1968 Contractor agrees to comply with Section 3 requirements,the regulations set forth in 24 CFR 135,and to include the following language in all subcontracts executed under this Agreement: a.The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968,as amended, 12 U.S.C. 1701u(Section 3).The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3 shall,to the greatest extent feasible,be directed to low-and very low-income persons,particularly persons who are recipients of HUD assistance for housing. b.The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135,which implement Section 3.As evidenced by their execution of this contract,the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. c.The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding,if any,a notice advising the labor organization or workers'representative of the contractor's commitments under this Section 3 clause,and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice.The notice shall describe the Section 3 preference,shall set forth minimum number and job titles subject to hire,availability of apprenticeship and training positions, the qualifications for each;and the name and location of the person(s)taking applications for each of the positions;and the anticipated date the work shall begin. SC Exhibit B-4 d.The contractor agrees to include this Section 3 clause in every subcontract subject to compliance-with regulations in 24 CFR part 135,and agrees to take appropriate action,as provided in an applicable provision of the subcontract or in this Section 3 clause,upon a finding that the subcontractor; in vivlaIjep of the c: " regulations in 24 CFR part 135.The contractor will not subcontract with any suiticontractor Where'the- contractor hecontractor has notice or knowledge that the subcontractor has been found in violation-of e regu}ations in 24 CFR part 135. i • It t J i i t e.The contractor will certify that any vacant employment positions,including training positions,that are filled (1)after the contractor is selected but before the contract is executed,and(2)with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed,were not filled to circumvent the contractor's obligations under 24 CFR part 135. f.Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions,termination of this contract for default,and debarment or suspension from future HUD assisted contracts. g.With respect to work performed in connection with Section 3 covered Indian housing assistance,section 7(b)of the Indian Self-Determination and Education Assistance Act(25 U.S.C.450e)also applies to the work to be performed under this contract.Section 7(b)requires that to the greatest extent feasible(i)preference and opportunities for training and employment shall be given to Indians,and(ii)preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and section 7(b)agree to comply with Section 3 to the maximum extent feasible,but not in derogation of compliance with section 7(b). 11)Women and Minority Owned Business Enterprises Contractor shall use its best efforts to afford minority and women-owned business enterprises(at least fifty- one(51)percent owned and controlled by minority group members or women)the maximum practicable opportunity to participate in the performance of this Agreement. 12)Federal Labor Provisions Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1.(i)Minimum Wages.All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week,and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR Part 3),the full amount of wages and bona fide fringe benefits(or cash equivalents thereof)due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof,regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv);also,regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans,funds,or programs,which cover the particular weekly period,are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill,except as provided in 29 CFR 5.5(a)(4).Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein:Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed.The wage determination(including any additional classification and wage rates conformed under 29 CFR 5.5(a)(lxii)and the Davis-Bacon poster(WH-1321)shall be posted at all times by the contractor and SC Exhibit B-5 its subcontractors at the site of the work in a prominent and accessible,place where it can be easily seen by the A" workers. in (ii)(a)Any class of laborers or mechanics which is not listed in the wage determination and wdhh 4s t6 be—5 Am ; employed under the contract shall be classified in conformance with the wage determination.HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following] y C L Fr" criteria have been met: ' • , 1 T Y i c.,1- (1)The work to be performed by the classification requested is not performed by a classification in the wage determination;and (2)The classification is utilized in the area by the construction industry;and (3)The proposed wage rate,including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination. (b)If the contractor and the laborers and mechanics to be employed in the classification(if known),or their representatives,and HUD or its designee agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate),a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division,Employment Standards Administration,U.S. Department of Labor,Washington,D.C.20210.The Administrator,or an authorized representative,will approve,modify,or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary.(Approved by the Office of Management and Budget under OMB control number 12150140.) (c)In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives,and HUD or its designee do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits,where appropriate),HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee,to the Administrator for determination.The Administrator,or an authorized representative,will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30- day period that additional time is necessary.(Approved by the Office of Management and Budget under OMB Control Number 12150140.) (d)The wage rate(including fringe benefits where appropriate)determined pursuant to subparagraphs (1)(ii)(b)or(c)of this paragraph,shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the contractor does not make payments to a trustee or other third person,the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided,That the Secretary of Labor has found,upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.(Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) 2.Withholding.HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor,or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements,which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics,including apprentices,trainees and helpers,employed by the contractor or any subcontractor the full amount of wages required by the contract.In the event of failure to pay any laborer or mechanic,including any apprentice, trainee or helper,employed or working on the site of the work,all or part of the wages required by the contract,HUD or its designee may,after written notice to the contractor,sponsor,applicant,or owner,take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of funds until such violations have ceased.HUD or its designee may,after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective SC Exhibit B-6 employees to whom they are due.The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. , 3.(i)Payrolls and basic records.Payrolls and basic records relating thrg,o sa1115t 3naltitained by the contractor during the course of the work preserved for a period of three years thereafter fo..all laborers and mechanics working at the site of the work.Such records shall contain the name,6.dctresskaiad_sop(al security number of each such worker,his or her correct classification,hourly rates of wages paid‘(inClaing rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section l(b)(2)(B)of the Davis-bacon Act),daily and weekly number of hours worked,deductions made and actual wages paid.Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(bx2)(B)of the Davis-Bacon Act,the contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the laborers or mechanics affected,and records which show the costs anticipated or the actual cost incurred in providing such benefits.Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and trainees,and the ratios and wage rates prescribed in the applicable programs.(Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii)(a)The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract,but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor,or owner,as the case may be,for transmission to HUD or its designee.The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3Xi).This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents(Federal Stock Number 029-005-00014-1),U.S.Government Printing Office,Washington,DC 20402.The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b)Each payroll submitted shall be accompanied by a"Statement of Compliance,"signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i)and that such information is correct and complete; (2)That each laborer or mechanic(including each helper,apprentice,and trainee)employed on the contract during the payroll period has been paid the full weekly wages earned,without rebate,either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned,other than permissible deductions as set forth in 29 CFR Part 3; (3)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed,as specified in the applicable wage determination incorporated into the contract. (c)The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the"Statement of Compliance"required by subparagraph A.3.(ii)(b). (d)The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii)The contractor or subcontractor shall make the records required under subparagraph A.3.(i)available for inspection,copying,or transcription by authorized representatives of HUD or its designee or the Department of Labor,and shall permit such representatives to interview employees during working hours on the job.If the contractor or subcontractor fails to submit the required records or to make them available,HUD or its designee may,after written notice to the contractor,sponsor,applicant or owner,take such action as may be necessary to cause the suspension of any further payment,advance,or guarantee of funds.Furthermore,failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. SC Exhibit B-7 4.Apprentices and Trainees. (i)Apprentices.Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bong tide.apprepticeship.., . program registered with the U.S.Department of Labor,Employment and Training Administration,Office of ' Apprenticeship Training,Employer and Labor Services,or with a State Apprenticeship Ageincy recognized by the Office,or if a person is employed in his or her first 90 days of probationary employment*pn apprentice in such an apprenticeship program,who is not individually registered in the program,but who-has been certified by the Office of Apprenticeship Training,Employer and Labor Services or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice.The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program.Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise employed as stated above,shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed.In addition,any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.Where a contractor is performing construction on a project in a locality other than that in which its program is registered,the ratios and wage rates(expressed in percentages of the journeyman "s hourly rate)specified in the contractor's or subcontractor"s registered program shall be observed.Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress,expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination.Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification.If the Administrator determines that a different practice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination.In the event the Office of Apprenticeship Training, Employer and Labor Services,or a State Apprenticeship Agency recognized by the Office,withdraws approval of an apprenticeship program,the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii)Trainees.Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval,evidenced by formal certification by the U.S.Department of Labor,Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress,expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination.Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices.Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.In addition,any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.In the event the Employment and Training Administration withdraws approval of a training program,the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii)Equal employment opportunity.The utilization of apprentices,trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended,and 29 CFR Part 30. 5.Compliance with Copeland Act requirements.The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract SC Exhibit B-8 6.Subcontracts.The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 of this paragraph A and such other clauses as HUD or its desig ee•mc t Ivis V C.?: appropriate instructions require,and a copy of the applicable prevailing wage decision,arid'also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime cpriorsh ' be responsible for the compliance by any subcontractor or lower tier subcontractor with all thF_Fti;itl'alatiOattses' `.. in this paragraph. .~ ' 7.Contract termination;debarment.A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8.Compliance with Davis-Bacon and Related Act Requirements.All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1,3,and 5 are herein incorporated by reference in this contract 9.Disputes concerning labor standards.Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract.Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5,6,and 7.Disputes within the meaning of this clause include disputes between the contractor(or any of its subcontractors)and HUD or its designee,the U.S.Department of Labor,or the employees or their representatives. 10.(i)Certification of Eligibility.By entering into this contract the contractor certifies that neither it(nor he or she)nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1)or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii)No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1)or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii)The penalty for making false statements is prescribed in the U.S.Criminal Code, 18 U.S.C. 1001. Additionally,U.S.Criminal Code,Section 1 01 0,Title 18,U.S.C.,"Federal Housing Administration transactions",provides in part:"Whoever,for the purpose of. ..influencing in any way the action of such Administration makes,utters or publishes any statement knowing the same to be false shall be fined not more than$5,000 or imprisoned not more than two years,or both." 11.Complaints,Proceedings,or Testimony by Employees.No laborer or mechanic to whom the wage, salary,or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B.Contract Work Hours and Safety Standards Act.The provisions of this paragraph B are applicable only where the amount of the prime contract exceeds$100,000.As used in this paragraph,the terms"laborers"and "mechanics"include watchmen and guards.(1)Overtime requirements.No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages.In the event of any violation of the clause set forth in subparagraph(1)of this paragraph,the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages.In addition,such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory),for liquidated damages.Such liquidated damages shall be computed with respect to each individual laborer or mechanic,including watchmen and guards,employed in violation of the clause set forth in subparagraph(1)of this paragraph,in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph(1)of this paragraph. (3)Withholding for unpaid wages and liquidated damages.HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be SC Exhibit B-9 withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract,or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the sam rime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contra for or —6 i .M1 1,: subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph(2) of this paragraph. j TY CI am...: . . (4)Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses set tathin '; TY. ' '' subparagraph(1)through(4)of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs(1)through(4)of this paragraph. C. Health and Safety.The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds$100,000. (1)No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary,hazardous,or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2)The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act,40 USC 3701 et seq. (3)The Contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor.The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 13)Access and Maintenance of Records The contractor must maintain all required records for five years after final payments are made and all other pending matters are closed. At any time during normal business hours and as frequently as is deemed necessary,the contractor shall make available to the Iowa Department of Economic Development,the State Auditor,the General Accounting Office,and the Department of Housing and Urban Development,for their examination,all of its records pertaining to all matters covered by this contract and permit these agencies to audit,examine,make excerpts or transcripts from such records,contract,invoices,payrolls,personnel records,conditions of employment,and all other matters covered by this contract. 14)Civil Rights Provisions As applicable,the Subcontractor agrees to comply with: a.Title VI of the Civil Rights Act of 1964 as amended Title VI,codified at 42 U.S.C. §2000d,prohibits racial discrimination by recipients of federal funds as follows:No person in the United States shall,on the ground of race,color,or national origin,be excluded from participation in,be denied the benefits of,or be subjected to discrimination under any program or activity receiving Federal financial assistance. b.Title VIII of the Civil Rights Act of 1968 as amended Title VIII of the Civil Rights Act of 1968,as amended by the Fair Housing Act of 1988,which is codified at 42 U.S.C.§3604,prohibits discriminating against persons in the sale or rent or a dwelling based on disability.Discrimination includes a refusal to make reasonable accommodations in rules and policies,when such accommodations may be necessary to afford such person equal opportunity to use and enjoy a dwelling. Iowa Civil Rights Act of 1965: The Iowa Civil Rights Act prohibits discrimination in employment based on positive HIV tests or on AIDS or the symptoms of AIDS and on the basis of pregnancy,childbirth,and related conditions.Also prohibited is employment discrimination based on age,race,creed,color,sex,national origin, religion,and disability.The Iowa Civil Rights Act is administered and enforced by the Iowa Civil Rights Commission(ICRC). c.Section 109 of Title I of the Housing and Community Development Act of 1974 as amended SC Exhibit B-t0 Section 109 is codified at 42 USC 5309 and provides that no person shall on the ground of race,color,national origin,religion,or sex be excluded from participation in,be denied the benefits of,or be subjected to discrimination under any program or activity funded in whole or in part wit1WDBOfund . rI-i Q: 37 d.Americans with Disabilities Act of 1990 as amended The Americans with Disabilities Act of 1990,as amended,prohibits private employers;4, 4t4 anti 1Qcal governments,employment agencies and labor unions from discriminating against.againstcjualifieldfilitpyidikids with disabilities in job application procedures,hiring,firing,advancement,compensdll'ori,j'ob training,and other terms,conditions,and privileges of employment.The ADA covers employers with 15 or more employees, including state and local governments. e.Section 504 of the 1973 Rehabilitation Act The Subcontractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973(29 U.S.C.794),which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program.The Contractor shall provide the Subcontractor with any guidelines necessary for compliance with that portion of the regulations in force during the term of this Agreement. f.Age Discrimination Act of 1975 This prohibits discrimination on the basis of age in programs or activities receiving Federal financial assistance. g.Executive Order 11063 This Executive Order signed by President Kennedy"prohibits discrimination in the sale,leasing,rental,or other disposition of properties and facilities owned or operated by the federal government or provided with federal funds." 15)Prevailing Wage See Current wage rate forms ATTACHED,following this section for rates at the time of specification printing. Upon execution of the contract,the City will reprint the current wage rate forms at the time of execution of the contract. The wage rates at the time of execution of the contract will be the rates that are used for review and interview of employees for compliance. SC Exhibit B-11 3/1/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IA97.dvb?v=0 General Decision Number: IA17OO97 01/06/2017 IA97 Superseded General Decision Number: IA2O16OO97 r- State: Iowa V� Construction Types: Heavy and Highway 2011 MAR -6 Q: 37 Counties: Iowa Statewide. CITY CI E 11 4 s f` V f' J-' STATEWIDE EXCEPT SCOTT COUNTY HEAVY CONSTRUCTION PROJECTS ,� "` Ill t '- (Does not include work on or pertaining to the Mississippi or Missouri Rivers or on Water and Sewage Treatment Plants), AND HIGHWAY PROJECTS (does not include building structures in rest areas) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 SUTA2O16-001 06/07/2016 Rates Fringes Carpenter & Piledrivermen ZONE 1 $ 26.42 11.13 ZONE 2 $ 24.33 11.13 ZONE 3 $ 24.33 11.13 ZONE 4 $ 23.65 8.95 ZONE 5 $ 22.75 7.55 CONCRETE FINISHER ZONE 1 $ 24.50 7.10 ZONE 2 $ 24.50 7.10 ZONE 3 $ 24.50 7.10 ZONE 4 $ 22.05 5.55 ZONE 5 $ 20.45 6.10 ELECTRICIAN (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, 2, AND 3 $ 22.80 5.70 ZONE 4 $ 21.50 5.70 ZONE 5 $ 19.30 5.70 IRONWORKER (SETTING OF STRUCTURAL STEEL) ZONE 1 $ 29.00 8.55 ZONE 2 $ 26.91 8.55 ZONE 3 $ 26.61 8.85 https://www.wdol.gov/wdol/scafiles/davisbacon/lA97.dvb?v=0 1/7 3/1/2017 https:/lwww.wdol.gov/wdol/scafiles/davisbacoMA97.dvb?v=0 ZONE 4 $ 24.75 7.85 ZONE 5 $ 22.90 7.40 LABORER ZONE 1, 2, AND 3 GROUP A $ 21.33 8.50 GROUP AA $ 23.71 8.50 GROUP B $ 19.48 8.50 2017 MIR -6 Au o. ' ,1 GROUP C $ 16.40 8.50 ZONE 4 ��� ��` hr GROUP A $ 19.00 7.95 (� CITY,CL 11 GROUP B $ 17.68 7.95 GROUP C $ 14.80 7.95 ZONE 5 GROUP A $ 19.50 6.50 GROUP B $ 17.00 6.50 GROUP C $ 16.15 6.50 POWER EQUIPMENT OPERATOR ZONE 1 GROUP A $ 29.40 13.30 GROUP B $ 27.85 13.30 GROUP C $ 25.35 13.30 GROUP D $ 25.35 13.30 ZONE 2 GROUP A $ 28.70 13.30 GROUP B $ 27.10 13.30 GROUP C $ 24.55 13.30 GROUP D $ 24.55 13.30 ZONE 3 GROUP A $ 27.50 19.55 GROUP B $ 25.70 19.55 GROUP C $ 24.70 19.55 GROUP D $ 24.70 19.55 ZONE 4 GROUP A $ 28.35 9.35 GROUP B $ 27.21 9.35 GROUP C $ 25.13 9.35 GROUP D $ 25.13 9.35 ZONE 5 GROUP A $ 24.67 7.60 GROUP B $ 23.63 7.60 GROUP C $ 21.90 7.60 GROUP D $ 20.90 7.60 TRUCK DRIVER ZONE 1 $ 21.50 10.30 ZONE 2 $ 21.50 10.30 ZONE 3 $ 21.50 10.30 ZONE 4 $ 21.60 6.00 ZONE 5 $ 19.65 6.00 ZONE DEFINITIONS ZONE 1 - The Counties of Polk, Warren and Dallas for all Crafts, and Linn County Carpenters Only. ZONE 2 - The Counties of Dubuque for all crafts and Linn County for all Crafts except Carpenters. ZONE 3 - The Cities of Burlington, Clinton, Fort Madison Keokuk, and Muscatine (and abutting municipalities of any such cities). https:/lwww.wdol.gov/wdol/scafiles/davisbaconlIA97.dvb?v=0 2/7 3/1/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IA97.dvb?v=0 ZONE 4 - Story, Black Hawk, Cedar, Jasper, Jones, Jackson, Louisa, Madison and Marion Counties; Clinton County (except the City of Clinton), Johnson County, Muscatine County h (except the City of Muscatine), the City of Council Bluffs, ' M Lee County and Des Moines County. _ ZONE 5 - All areas of the state not listed above. 2 I7 PAjit� -6 Am+ 9: 37 LABORER CLASSIFICATIONS - ALL ZONES „CITY CLERK GROUP AA: Asbestos abatement worker (Zones 1, 2, and 3) JQ � Y C Yrvit .+ Skilled pipelayer (sewer, water and conduits) and tunnel laborers (zones 1, 2 and 3) GROUP A - Asbestos abatement worker (Zones 4 and 5): Carpenter tender on bridges and box culverts; curb machine (without a seat); deck hand; diamond and core drills; drill operator on air tracs, wagon drills and similar drills; form setter/stringman on paving work; gunnite nozzleman; joint sealer kettleman; laser operator; pipelayer (sewer water and conduits) Zone 4 & 5; powderman tender; powerman/blaster; saw operator; tunnel laborer (zones 4 and 5). GROUP B - Air, gas, electric tool operator; barco hammer; carpenter tender; caulker; chain sawman; compressor (under 4OOcfm); concrete finisher tender; concrete processing materials and monitors; cutting torch on demolition; drill tender; dumpmen; electric drills; fence erectors; form line expansion joint assembler; form tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reinforcing bars and chairs; hot asphalt laborer; installing temporary traffic control devices; jackhammerman; mechanical grouter; painter (all except stripers); paving breaker; planting trees, shrubs and flowers; power broom (not self/propelled); power buggyman; rakers; rodman (tying reinforcing steel); sandblaster; seeding and mulching; sewer utility topman/bottom man; spaders; stressor or stretcherman on pre or post tensioned concrete; stringman on re/surfacing/no grade control; swinging stage, tagline or block and tackle; tampers; timberman; tool room men and checkers; tree climber; tree groundman; underpinning and shoring caissons over twelve feet deep; vibrators; walk behind trencher; walk behind paint stripers; walk behind vibrating compactor; water pumps (under three inch); work from bosun chair. GROUP C - Scale weigh person; traffic control/flagger, surveillance or monitor, water carrier. POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZONES GROUP A - All terrain (off road) forklift; Asphalt Breakdown Roller (vibratory), Asphalt laydown machine; asphalt plant; Asphalt Screed, bulldozer finish); central mix plant; concrete pump; crane; crawler tractor pulling scraper; directional drill (6O,OOO(lbs) pullback and above); dragline and power shovel; dredge engineer; excavator (over 1/2 cu. yd.) front end loader (4 cy and over); horizontal boring machine; master mechanic; milling machine (over 350 hp); motor grader (finish); push cat; rubber tired backhoe (over 1/2 cu. yd.) scraper (12 cu. yd. and over or finish); Self-propelled rotary mixer/road reclaimer; sidebroom tractor; slipform portland concrete https://wwwwdd.gov/wdol/scafiles/davisbaconlIA97.dvb?v=0 37 3/1/2017 https://www.wdol.gov/wdol/scafiles/davisbacorJIA97.dvb?v=0 paver; tow or push boat; trenching machine (Cleveland 80 or similar). GROUP B - Articulated off road hauler, asphalt heater/planer; - r_ asphalt material transfer vehicle; Asphalt Roller; belt loader or similar loader; bulldozer (rough); churn or rotarydrill; concrete curb machine, crawler tractor pulling ripper, disk or roller; deck hand/oiler directional drill 2017 MAR —6 AM Q: 37 (less than 60,000(lbs) pullback); distributor; excavator 1/2 cu. yd. and under); form riding concrete paver; front `-‘11-Y t,i ii end loader (2 to less than 4 cu. yd.); group equipment CITY, A a: greaser; mechanic; milling machine (350hp. and less); paving breaker; portland concrete dry batch plant; rubber tired backhoe 1/2 cu. yd. and under); scraper (under 12 cy), screening, washing and crushing plant (mobile, portable or stationary); shoulder machine; skid loader (1 cu. yd and over); subgrader or trimmer; trenching machine; water wagon on compaction. GROUP C - Boom & winch truck, concrete spreader/belt placer, deep wells for dewatering; farm type tractor (over 75 hp.) pulling disc or roller; forklift; front end loader (under 2 cu. yd.); motor grader (rough); pile hammer power unit; pump (greater than three inch diameter); pumps on well points; safty boat; self-propelled roller (other than asphalt); self-propelled sand blaster or shot blaster, water blaster or striping grinder/remover; skid loader (under 1 cu. yd.); truck mounted post driver. GROUP D - Boiler, compressor, cure and texture machine; dow box; farm type or utility tractor (under 75 hp.) pulling disk, roller or other attachments; group greaser tender; light plants; mechanic tender; mechanical broom; mechanical heaters; oiler; pumps (under three inch diameter); tree chipping machine; truck cranedriver/oiler. CARPENTERS AND PILEDRIVERMEN, OR IRONWORKERS (ZONE 5) Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams. WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO htips://www.wdol.gov/wdol/scafiles/davisbacoMA97.dvb?v=0 4/7 3/1/2017 https://www.wdol.gov/wdol/scafiles/davisbacoMA97.dvb?v=0 is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses A. (29CFR 5.5 (a) (1) (ii)). 9: 31 riT'i" CLERK riT Y. L O r'1 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the https:/hvww.wdol.gov/wdd/scafilesldavisbacoNIA97.dvb?v=0 5r7 3/1/2017 https:/lwww.wdol.govlwdol/scafiles/davisbacoNIA97.dvb?v=0 classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of 2017MAR —6 AM 9: 31 each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is CITY C L Ei' c based. i0titt,A, CITY. (`-.'.af)'t WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board haps:/www.wda.gov/wdol/scafiles/davisbacon/lA97.dvb?v=0 6/7 3/1/2017 https:/lwww.wdol.gov/wdol/scafiles/davisbaconllA97.dvb?v=0 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 �'# 4.) All decisions by the Administrative Review Board are final. _.. ?�. �- ^ 2011 MAR _6 fH 9: 37 END OF GENERAL DECISION • C.IiYCLQ+E ,1 fir,t,;l C1 T ri::y tat 1 a i•: „A haps://www-wdol.govlwdol/scafiles/davisbaconlIA97.dvb?v=0 7/7 SECTION 01010 ZOI7 MAR -6 QM 9: 37 SUMMARY OF THE WORK Li i f CLERK ( TY. tQV1 PART 1 -GENERAL General description,not all inclusive. A. Base Bid Work: The project includes all materials, equipment, transportation, labor and coordination needed to complete the improvements associated with the sport court improvements at Wetherby Park in Iowa City. Improvements include demolition, grading, HMA pavement, HMA trail, fencing, basketball hoops, futsal goals, court surfacing, markings, and associated work. 5/02 shared\engi neer\specs-ii101010 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT':'R _ �` a_• CITY LTi% iC` 'A C"1 T Y, !G' PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section.The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT:: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work,which will be paid on a unit cost basis. In either case,some work may be required for which a separate pay item is not provided.Completion of this work is required.If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 -PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5%retainage will be released 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. 01025-1 3.02 BID ITEMS: A. GENERAL - '. . The following subsections describe the measurement ay. nt for tbeAuork to be done under the items listed in the FORM OF PROPOSAL. •33 Y RK Each unit or lump sum price stated shall constitute full payment as-herern 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 Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree,shrub or root system. 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 OF PROPOSAL. 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 off adjacent driveways,streets,sidewalks and private property,when mud and debris is deposited there as a result of any construction activity.The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS :- 'z� fl 1. Bid Item 1: Mobilization(LS)—Lump Sum price shall consist of preparatory work and operation for all items under the contract,including,but not lim)tectq, those necessary for the movement of personnel,equipment,sdip idst t construction staking,testing,tree protection and incidentals to the rojqct s�#e,_. ; which must be performed or costs incurred prior to beginning work ori various items on the project.Payment shall occur as stated in the brban'Sdndttd2 Specifications. 2. Bid Item 2: Earthwork(LS)—Lump Sum price includes site topsoil stripping, stockpile and respread, import,excavating,hauling,depositing,compacting, grading,shaping and work necessary to conform to lines, grades and slopes as shown on the plans and taking into account all staging of the construction. Lump Sum price includes placement of the excavated material as compacted fill and soil testing by an independent laboratory during construction as specified. Includes all materials, labor and equipment required to protect the project site from erosion,and filter sock. Includes frisbee golf tee pavement removal and trail removal and replacement. Also includes all tile,connections,aggregate and cleanouts.Measurement for payment will be based on percentage of complete as per plan,without field measurement. 3. Bid Item 3: 5"Depth HMA Pavement(SY)—Unit price includes subgrade preparation,adjusting fixtures,furnishing and installing specified hot mixed asphalt mixture,placing and compacting surface course,edge backfill,testing, saw cutting,and associated work.Also included is the granular subbase. Quantity paid shall be plan quantity in square yards,without final field measurement. 4. Bid Item 3:6"Depth HMA Pavement(SY)—Unit price includes subgrade preparation,adjusting fixtures, furnishing and installing specified hot mixed asphalt mixture,placing and compacting surface course,edge backfill,testing, saw cutting,and associated work.Also included is the granular subbase. Quantity paid shall be plan quantity in square yards,without final field measurement. 5. Bid Item 4: Court Surfacing,Basketball Hoop and Futsal Goal(LS)—Lump Sum price includes furnishing labor,materials and equipment,cleaning and preparing pavement surface and application of surfacing and pavement markings in accordance with manufacturer's recommendations and as indicated on the plan. Also includes providing and installing basketball hoop and footing,futsal goal and PCC pad for frisbee golf at locations shown on the plan in accordance with manufacturer's recommendations.Measurement for payment based on the percentage complete of in-place material. 6. Bid Item 5: Fencing(LS)—Lump Sum price includes providing and installing the fence,fabric,posts,tops,fabric ties,bracing,tension bars,rails,fittings and accessories for a complete and operational system as shown on the plans. Measurement for payment based on the percentage complete in-place material. 7. Bid Item 6: Seeding, Surface Restoration(LS)—Lump Sum price includes furnishing and installing and removing erosion control for the site,and furnishing and installing all materials,equipment and labor necessary to finish grade and seed(type 1 seed mix with hydromulch)all areas disturbed by 01025-3 construction.Measurement for payment based on the percentage complete of surface restoration. 7017 KIR —5 Ail 9: 38 woo (� _ shared\engineerlspecs-ii\01025.doc CITY T Y j L F•R 1 L3' i T Y, 10`itrI • 01025-4 • SECTION 01310 2017MAR -6 AM 9: 3 PROGRESS AND SCHEDULES ;TY CLERK 10(VA CI T Y. IOWA PART 1 -GENERAL 1.01 SUMMARY: A. Prepare,submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS None. PART 3-EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION: A. A Pre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. The specified start date is May 1,2017. B. Completion Deadline Date is July 31,2017. C. Liquidated damages of$500 per day will be charged on work beyond July 31,2017. D. No work shall be done between the hours of 10:00 p.m.and 7:00 a.m.without the approval of the Engineer,with the exception of saw cutting freshly poured concrete. E. 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. 01310-1 F. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. G. The Contractor will become an active partner with the City in altinunkatiOg iviGh and providing information to concerned residents and businesses. C! 1 Y CSE PR)i H. Work will be staged to minimize the length of time parking spaces and`pa • •rking re'erlue are lost. 3.03 COORDINATION WITH UTILITIESAND RAILROADS: A. The Contractor shall work closely with the utility companies for proposed improvements and schedules. 3.09 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 11/00 shared\engineer\specs-i ao 1310.doe 01310-2 SECTION 31230 EXCAVATION AND EARTHWORK- -S AM 9: 38 . TY CLERK PART 1 - GENERAL "• Y, IO 1.1 SECTION INCLUDES A. Drawings and general provisions of contract, including general and supplementary conditions and Division 1 Specification Sections, apply to this section. B. This section includes excavation and earthwork for all site work including pavement earth subgrade. 1.2 DESCRIPTION OF WORK A. Work includes stockpiling topsoil, excavating, loading, hauling, depositing, compacting, grading, pavement subgrade preparation, topsoil respreading, finish grading, and restoring surfaces as necessary to conform to lines, grades, and slopes as shown on plans. B. Related work covered by other sections: 1. Section 32 13 13: Concrete Paving 1.3 DEFINITIONS A. Reference to percent maximum density shall mean a soil density not less than the stated percentage of maximum density for soil as determined by ASTM D698, "Moisture Density Relations of Soils", using 5.5-lb. rammer and 12 inch drop. (Standard Proctor Method). 1.4 TESTING A. Contractor shall employ and pay for services of an independent testing laboratory for tests required to show compliance with specifications. B. Contractor to provide equipment and materials as required for de-watering site areas for excavation operations. C. Contractor to plan work and provide temporary means for routing storm water drainage as necessary during construction. CITY OF IOWA CITY 31230-1 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK PART 2 - PRODUCTS 2.1 MATERIALS A. Earth: All materials not classified as rock or rubble including loam, silt, gumbo,-,peat, clay, soft shale, sand, gravel, and fragmentary rock or boulders which can be handled by normal earth moving equipment. B. Rock: Boulders so large that they cannot be handled by normal earth moving equipment or solid deposits so firmly cemented together that they cannot be removed without continuous use of pneumatic tools or blasting. C. Rubble: Buried concrete foundations, beams, walls, and other materials which cannot be removed without continuous use of pneumatic tools or blasting. D. Topsoil: Organic well draining soil free from clay lumps, rocks, stones, concrete, toxic minerals, roots over 1/4" in diameter or other material which will not provide good turf growth. Secure from stripping operations as required or provide as necessary for finish grading. E. Contractor shall notify the Owner if unsuitable soils are encountered during construction. Acceptable materials for construction shall include: 1. Fill used for site construction shall be free of organic matter and debris. The soils shall have a liquid limit less than 45 and a plasticity index less than 20 to 25. 2. All backfill and subgrade for pavements shall be compacted to 95% of standard proctor and shall be within a range of 0% to 4% of the materials optimum moisture content. PART 3- EXECUTION 3.1 EROSION PROTECTION A. Code Compliance: The Contractor shall comply with soil erosion control requirements of the Iowa Code, the Iowa Department of Natural Resources NPDES Permit, the construction drawings and local ordinances. The Contractor shall take all necessary measurements to protect against erosion and dust pollution on this project site and all off-site borrow or deposit areas, during performance or as a result of performance. B. Damage claims: The Contractor will hold the Owner harmless from any and all claims of any type whatsoever resulting from damages to adjoining public or private property, including reasonable attorney's fees incurred to Owner. Further, if the Contractor fails to take necessary steps to promptly remove earth sedimentation or debris which comes onto adjoining public or private property, the Owner may, but need not, remove such items and deduct the cost thereof from amounts due the Contractor. CITY OF IOWA CITY 31230-2 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK C. The Contractor shall be responsible for compliance and fulfillment of all requirements of the Storm Water Pollution Prevention Plan and the NPDES General Permit No. 2 for Storm Water Discharge Associated with Industrial Activity for Corjstruetielj Activitibs^'. 3.2 Protection of existing utilities: The contractor shall protect existing gas, electric, water, fiber optic, subdrain lines, storm and sanitary service lines encountered during construction. Any damage shall be repaired by the Contractor to the Owners specifications at the Contractor's expense. 3.3 EXCAVATION A. Excavate, load, transport and place excavated materials as necessary to conform to lines, grades and slopes as shown on plans. B. Roll and compact cut areas to density not less than specified for fill area. C. If soft or yielding materials are encountered near finished grade in cut areas, remove unstable materials at a depth specified by Owner and replace with suitable materials and compact. D. Excavate in manner to avoid construction of lenses, pockets, streaks or layers of material differing from surrounding materials in fill areas. E. Cooperate with Owner in selection of locations for placement of excavated materials which differ appreciably from surrounding materials. F. Maintain excavation in free draining condition; provide drainage for any water or springs which may be encountered. G. The Contractor shall notify the Owner should existing drain tile be encountered during excavation and earthwork activities. Contractor is to connect all existing tiles encountered during construction to the storm sewer system. H. Provide temporary drainage facilities to prevent damage when necessary to interrupt natural drainage or flow of storm sewers, culverts or subdrains. I. Maximum height of vertical cut shall be three (3)feet. 3.4 EARTHWORK A. Prepare areas for fill by discing, plowing and scarifying to depth of 4 to 6 inches following topsoil removal under building pad or proposed paved areas. B. If soft or yielding materials at existing grade are encountered, remove unstable materials and replace with suitable materials and compact prior to fill operations. C. When fill meets natural grade of slope, cut bench in existing slope to connect existing grade with new fill. CITY OF IOWA CITY 31230-3 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK D. Step or bench all existing slopes greater than 5 horizontal to,1 vertical to connect existing grade with new fill. t u i f H t _o h c , E. Place no roots, brush, grass or other organic material in fill under buildings, pavement, and pond areas. Place no material on fill when material or foundatiOn Ss frozen. F. Select material for each portion of fill with approval of the Engineer; select materials to avoid sharp change in texture. G. Use fill material free of lenses, pockets, streaks or layers of materials differing from surrounding materials. H. Construct fill in horizontal layers not more than 9 inches in loose thickness. I. Deposit each layer over full width of fill as separate and distinct operation. J. After layer is deposited, smooth to uniform depth by means of suitable motor patrol or bulldozer. K. Maintain fill in free draining condition, provide drainage for any water or springs which may be encountered, except in the pond areas. L. If soft or yielding materials are encountered within fill areas due to trapped water, remove unstable materials and replace with suitable materials and compact. 3.5 COMPACTION A. Contractor is responsible for all required compaction tests. Contractor will engage a qualified independent geotechnical engineering testing agency to perform field quality control testing. 1. Allow testing agency to inspect and test subgrades and fill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. 2. Perform soil density and moisture tests on earthwork at locations selected by Owner to show compliance of compaction with specifications. Provide one test every 1,000 square yards of subgrade preparation, 1,800 square yards of fill placement, or as may be required by geotechnical engineer. Intent is to provide sufficient test to adequately control and represent the compaction procedures. 3. If compaction fails density and moisture tests, rework fill by mechanical means until specified density and moisture is obtained; Contractor shall pay all costs for testing and retesting. B. Compact all materials placed in fill. CITY OF IOWA CITY 31230-4 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK C. Compact selected materials in horizontal layers with tamping or sheepsfoot roller; use roller designed to provide at least 200 psi distributed on one row of kpolp;larnping feet must project not less than 6% inches from face of drOftri..7 EA -G `, i(-7 D. Compact layer by rolling with tamping type roller until full weight of roller is supported by tamping feet. E. Roller will be considered to be supported entirely on its tamping feet when feet do not penetrate more than 3 inches into material being compacted. F. If soil is wet so that it will not sufficiently compact by one passage of roller per inch of loose thickness, provide one discing per 2 inches of loose thickness. 1. Cut and stir full depth of layer. 2. Allow interval of not longer than 2 hours between successive discings, or as directed by Geotechnical Engineer. 3. After discing is completed, compact layer by specified rolling. G. If soil is dry so that it will not satisfactorily compact by rolling, moisten material before compaction; manipulate material to secure proper distribution of moisture before compaction. H. Compact fill slopes progressively until slopes are stable. I. Place fill and compact on all sides of structures to same level as fill operation progresses to protect structures against displacement or other damage. J. Areas adjacent to structures which cannot be tamped with rollers: hand tamp with mechanical tamper to same degree of compaction as specified for other parts of fill. K. Place fill material in maximum of 8 inch lifts. L. Whenever operations are suspended during period, when rain is likely to occur, smooth and compact surface to shed water readily. M. Compact all fill material in non-paved areas to not less than 85% maximum density as determined by ASTM D698 (Standard Proctor Method) with moisture content within 0% to plus 4% points optimum moisture. N. Compact all fill material in the upper 12 inches below paved areas, proposed building area, proposed future building area, and below footing elevations to not less than 95% maximum density as determined by ASTM D 698 (Standard Proctor Method) with moisture content within 0% to plus 4% points of optimum. 3.6 SUBGRADE PREPARATION A. Shape and consolidate subgrade for placement of pavements. CITY OF IOWA CITY 31230-5 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK B. Prepare subgrade as separate and distinct construction operation just prior to pavement placement. C. Provide a uniform composition below top of subgrade of at least 12 inch depth under new paving plus 2 feet outside pavement limits. D. Compact upper 12 inches with moisture and density control (95% MD). Moisture content to be 0% to 4% points of optimum. E. Excavate top 6 inches of subgrade, scarify, pulverize, mix and recompact with moisture and density control. Pulverize, mix and replace top 6 inches of subgrade and compact with moisture and density control (95% MD). F. Other methods for construction of subgrade preparation may be considered for use if uniform composition of finished subgrade is obtained and moisture and density tests taken at top of final subgrade and at 6 inches below top of final subgrade meet specified requirements as approved by Owner. G. Remove stones over 3 inches in size from subgrade and stockpile as directed by Owner. H. If ruts or other objectionable irregularities form in subgrade during construction, reshape and reroll subgrade before placing pavement; fill ruts or other depressions with material similar to other subgrade material and compact. No extra payment will be made for subsequent subgrade re-compaction. I. Construct to elevation and cross section such that, after rolling, surface will be above required subgrade elevation. J. Proof roll subgrade with loaded tandem axle truck to determine uniformity and stability of subgrade. K. If soft or yielding areas are located, remove unstable materials and replace with suitable materials and compact as specified. L. Complete final subgrade within drive areas by excavation to grade by use of steel-shod template supported on side forms or support rollers or by use of automatically controlled subgrade excavating machine. M. Check subgrade elevation and grade within drives and parking areas by method approved by Owner prior to paving. No additional payment will be made for rework of subgrade after rain or snow events. The Contractor is responsible for scheduling subgrade operations with pavement installations to ensure proper timing of construction. N. Maintain subgrade prior to and during paving operations; repair any damaged or disturbed areas prior to paving. No additional payment will be allowed for the re- compaction of subgrade area if work is not protected. CITY OF IOWA CITY 31230-6 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK 3.7 FINISH GRADING A. Finish excavating and fill areas to conform to lines, grades-and slopes-as shove on plans or as directed by Owner. B. Maximum allowable variation in finished earth grade from design grade outside of paved areas is 0.2 feet. Grade and slope all earth surfaces to drain. C. Smooth and finish all earth surfaces disturbed by construction operations. D. Provide continuous use of blade grader, dozer or similar equipment of adequate size and power to handle materials encountered during finishing of excavation and fill. E. Respread stockpiled topsoil as required for finish grading to a minimum 6 inch depth. F. Disc earth surfaces to depth of 3 inches and place topsoil 6 inches deep on finished earth surfaces; smooth and grade ready for turf bed preparation. G. Schedule and coordinate topsoil respreading with seeding, sodding, and planting operations. END OF SECTION CITY OF IOWA CITY 31230-7 WETHERBY PARK IMPROVEMENTS EXCAVATION AND EARTHWORK SECTION 32120 FLEXIBLE PAVEMENT 2017 IIAR -6 AM 9: 3c CITY CLFi?K PART 1 - GENERAL IOWA CITY, ?O A. Drawings and general provisions of contract, including general, supplementary conditions and Division 1 specification sections, apply to this section. B. This part of specifications includes construction of Hot Mix Asphalt (HMA) Pavement. C. Contractor shall submit to the owner and obtain approval for the Hot Mix Asphalt pavement design for each type of course prior to construction. D. RESTRICTIONS ON OPERATIONS 1. Wet/Night Conditions: Asphaltic mixtures shall not be placed on a wet or damp surface or in night conditions. 2. Surface Temperature Restrictions: Asphaltic mixtures shall not be placed when the temperature of the road surface is less than shown in the following table: (Iowa DOT 2303). TEMPERATURE RESTRICTIONS ALL BASE AND INTERMEDIATE COURSE LIFTS OF HMA MIXTURES NOMINAL THICKNESS (Inches) ROAD SURFACE TEMPERATURE, °F * 1 1/2" 40 2-3" 35 Over 3" 25 ALL SURFACE COURSE LIFTS OF HMA MIXTURES NOMINAL THICKNESS (Inches) ROAD SURFACE TEMPERATURE, °F 1 50 1 1/2" 45 2" and greater 40 " The Owner may further limit placement if, in the Owner's judgment, other conditions are detrimental to quality work. When the temperature is near the minimum and the wind is significant, the Owner may consider a chill factor. 3. Delivery Temperature Restrictions: For delivery temperature restrictions see Iowa DOT 2303. CITY OF IOWA CITY 32120- 1 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT PART 2 - MATERIALS 9: 3q A. Type `LT' mix shall be used. I; B. ASPHALT BINDER Type of Mixture Asphalt Cement Tack (1) (2) Performance Grade (PG) _ Base PG 58-28 SS-1, SS-1H, CSS-1, CSS-1H Intermediate & Surface PG 58-28 SS-1, SS-1H, CSS-1, CSS-1H (1) Mixing of CSS and SS grades will not be permitted. (2) RC-70 and MC-70 may also be used after October 1, at the Contractor's option The asphalt binder shall meet the requirements in AASHTO MP1. C. INDIVIDUAL AGGREGATES 1. Base Course: 3/4 inch mixture size; Iowa DOT 4127. Fine Aggregate shall be Manufactured Sand, free of iron pyrite. 2. Intermediate and Surface Course: 3/8 inch mixture size, Iowa DOT 4127. Fine Aggregate shall be Manufactured Sand, free of iron pyrite. 3. Tack Coats: Sand shall meet Iowa DOT 4109 (Gradation No. 1), shall be Manufactured Sand, free of iron pyrite. D. PROPORTIONS FOR MIX Mix design to be performed by certified testing laboratory or certified contractor mix design personnel. 1. AC Content BASIC ASPHALT CONTENT, PERCENT Mixture Size 3/4 inch 1/2 inch Intermediate and Surface 5.75 6.00 Base 6.00 6.00 2. Aggregate: a. Contractor to certify that sources of aggregates are Iowa DOT approved. Aggregates proposed for use on a project will be sampled, proportioned, and a job mix formula shall be prepared in accordance with the requirements for the type of mix specified. CITY OF IOWA CITY 32120-2 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT b. The minimum percent of crushed aggregate may vary by mix-type and use. Unless otherwise designated, Binder and Intermediate-and.Surfa_ce courses shall meet the following minimum requirements. ASPHALT CEMENT CONCRETE % CRUSHED AGGREGATE (MIN) Type of Mixture Roadway Base Intermediate and Surface (Iowa DOT I.M. 510) (Iowa DOT I.M. 510) Drive, Parking 45% 45% E. RECYCLED ASPHALT PAVEMENT 1. RAP cannot be used on the project. F. HOT MIX ASPHALT MIXTURE 1. The Contractor shall prepare gyratory HMA mixture designs for all base, intermediate, and surface mixtures. The gyratory design procedure shall follow the procedure in Materials I.M. 510. The gyratory mixture designs submitted shall comply with the following criteria. Gyratory LayerDensity palm Aggregate' [Mix Designation Design Thickness Quality Crush FAA Sand Now %Gam Equivalent (target) Type (min) (min) (min) 0.3 M S LT 0.3 M I 50 96.0 8.0- 15.0 Al 601 --- 40 0.3 M B 97.0 Al 45 •1M S A 751 ST 1M1 50 96.0 8.0- 15.0 Al 601 40 40 11M B 97.0 10M S 75 HT 10M I_ 75 96.0 8.0- 15.0 l A 43 45 10M B 96.5 l A' ( 60 For mix design levels exceeding 1DM ESALs, see Iowa DOT Materials I.M. 510. Requirements differing from Iowa DOT Materials I.M.510;for base mixes,aggregate quality Improved from B to A and percent crushed aggregate increased by 15%. 2 Flat 8 Elongated 10%maximum at a 5:1 ratio 2. The gyratory compactor used for design and field control shall meet the AASHTO PP 38 protocol. Compactors for which compliance with this protocol is pending may be used at the discretion of the District Materials Engineer. 3. The HMA mixture designed shall meet gyratory design and mixture criteria corresponding to the size of the mixture and the 20 year design traffic level CITY OF IOWA CITY 32120-3 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT (ESALs) for the project or an appropriate design level as specified in the contract documents. j„ r• ,), V r11 I i• .i. G. EQUIPMENT AND OPERATIONS CLERK 1. Paving Plant Equipment: Iowa DOT 2001. ;, I I Y. 1 Nil� 2. Paving Plant Operations: Iowa DOT 2303.03, B. 3. Trucks: Iowa DOT 2001. 4. Placement Equipment: Iowa DOT 2303.02F. PART 3- EXECUTION A. ASPHALT CEMENT CONCRETE PAVEMENT 1. Tack Coat: Place bitumen at undiluted rate 0.02 to 0.05 gallon/SY on horizontal surfaces, 0.10 to 0.15 gallon/SY on vertical surfaces; provide sand cover if required; Iowa DOT 2303.03. 2. Handling and Delivering: HMA not to be placed when asphalt temperature is less than 245°F for lifts 1 1/2 inches or less or 225°F for lifts in excess of 1 1/2 inches; material delivery should be at a continuous uniform rate, do not incorporate cold segregated material, Iowa DOT 2303.03. 3. Joints: a. Offset longitudinal joints between succeeding layers a minimum of three inches (3"), offset transverse joints between succeeding layers a minimum of six feet (6'); provide sawed vertical face at all transverse joints and when meeting existing pavements; Iowa DOT 2303.03. b. The use of wood or metal headers to form the edge of the joint during the rolling of the fresh mixture shall not be permitted. The edges of all fixtures in the streets, edges or curbs, bridges or cold asphaltic concrete shall be tacked to facilitate a tight joint with the fresh mixture. 4. Base and Intermediate and Surface Courses: Conform with general requirements of Iowa DOT 2303.03. a. Thickness of courses to be placed as shown on Plans. After the base has been prepared and tack coated, the succeeding courses may be placed. b. The surface of each layer shall be clean and free from foreign matter when each succeeding layer is placed. Any surface which becomes dirty shall be cleaned and if necessary the surface shall be primed to provide bond between succeeding courses. CITY OF IOWA CITY 32120-4 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT c. When laying surfaces which require three or more adjacent passes of the finishing machine, the outer lanes shall belaid first and closure of the surface made by the interior strips near the center line. d. Except for unavoidable delay or breakdown, the delivery of hot asphalt cement concrete to any individual spreading unit shall be continuous and uniform at a rate sufficient to provide continuous operation of the spreading unit. e. All handling and manipulation of the hot mixture from the mixer to the final placement on the road shall be so controlled that uniform composition is maintained and segregation of coarser particles is prevented. f. Machine Spreading: On areas of uniform width, the surface course shall be spread with a finishing machine. The spreading of surface course shall be at such rate that when compacted, the layer will be of the thickness and dimensions specified on the plans. Hand raking or disturbance of the layer spread by the machine shall be avoided. 5. Compaction: Conform with general requirements of Iowa DOT 2303.03. a. Thoroughly compact asphalt concrete while hot by rolling to specified density or tamping. All areas of binder or intermediate and surface course inaccessible to the roller shall be thoroughly hand tamped while hot enough to compact properly. 1) Base Course: Minimum of 94% laboratory density; average void level shall not exceed 8% voids; Iowa DOT Class IC compaction. 2) Intermediate and Surface Course: Minimum of 95% laboratory density, less than 8% voids; Iowa DOT Class IC compaction. b. Rolling patterns for Class IC shall follow Iowa DOT 2303.03. 6. Hand Work: When practical, all wearing surface mixtures shall be spread by finishing machine. Irregular areas may be spread by hand methods. Do not dump truck loads of hot mixture directly upon the surface on which they will be spread. Loads may be dumped on metal pans or the material may be spread by hot shovels directly from the truck to the road surface. Spread hot mixture uniformly to the desired depth with shovels and rakes. Tines of the rake to be at lease one-half inch (1/2") longer than the loose depth of the mixture. The hot mixture shall be carefully smoothed with a lute after spreading. The handles of the lutes shall be long enough to reach from the edge to the middle of the strip under construction. Loads shall not be dumped faster than they can be spread properly. Laborers shall not stand on the loose mixture while spreading; Iowa DOT 2303. Compact with mechanical tampers in areas not accessible to rollers. CITY OF IOWA CITY 32120-5 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT 7. Pavement Smoothness: a. Each pavement layer is to be inspected visually to insurethat the surface is free of roller marks and distortion. Longitudinal and transverse.joints are to be checked with a 10 foot straight-edge. Surface courses: inspected with a rolling surface checker shall meet the 1/4 inch tolerance. When the rolling surface checker is used, it should be operated immediately behind the finish rollers. b. Prior to removal of bumps, the surface shall first be warmed with a surface heater to soften the mixture until the surface can be loosened, and smoothed with rakes and straightedge. Do not burn asphalt. While still hot, the mixture shall be rolled to obtain property density; Iowa DOT 2303.03. in lieu of the above procedure, a diamond grinder may be used with the approval of the Engineer and will be in accordance with Iowa DOT 2532. 8. Fillets: Conform with general requirements of Iowa DOT 2303.03. B. TESTING 1. Samples: All testing by approved testing laboratory; Iowa DOT 2303. a. For frequency see table 3.1. b. Core samples shall be taken at points designated by the Owner by drilling with a 4-inch diameter core drill. c. The surfaces from which core samples have been taken shall be restored by the Contractor on the next succeeding day of plant operation. 2. Area represented by each core is one-half(1/2) of distance to next core or to end of pavement. 3. Additional core samples specified by the Owner may be made and measured at Contractor's expense to determine the extent and severity of pavement deficiency for thickness and density. CITY OF IOWA CITY 32120-6 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT Frequency Table 3.1 20 year traffic loading- •• . -_ . under 1 million ESALs Contract Contract ' quantity greater quantity less than 1000 tons than 1000 tons of HMA of HMA Quality Control Criteria vV v L o c o c o rn o p) C U C U C c U -p U -0 (3_ aoa d a_ 0a. Mix design approval (1) req'd req'd req'd req'd Aggregate(2) Asphalt Binder(2) HMA mixture ) req'd Contractor certified HMA Density/Thickness Cores(�) req d Lot size daily Provide Job Mix Formula (mix design) and test results for approval at least 2 weeks prior to HMA production. Provide aggregate certification for approval at least two weeks prior to HMA production. When required, quality control tests shall be completed by the Contractor. Provide acceptance testing and/or material certification in accordance with Iowa DOT Materials I.M. 204, Appendix F (available on the internet at http://www.erl.dot.state.ia.us). Thickness cores based on one 4 inch diameter core taken for each ± 2,000 SY of paving for quantity less than 1,000 tons. Low daily production is defined as HMA plant production of less than 500 tons. Low production may be tied to any HMA bid item and is not tied to contract quantity. Contractor Certified HMA is based on written approval of the Contractor HMA production Quality Control (QC) program by the Owner or designated representative. Upon approval of the QC program, Contractor Certified HMA may be used in lieu of the testing as indicated in the table. A production QC program for small quantities includes the following minimum provisions: • Use of certified asphalt binder and aggregate • Asphalt binder log to track when binder was used • System approach for sampling and testing the combined aggregate (minimum 1 test per 2000 tons of plant production or portion thereof) • System approach for sampling and testing loose HMA (minimum 1 test per 1000 tons of plant production or portion thereof) • HMA delivery tickets identify the Job Mix Formula. • Density, measured by cores or nuclear gauge. A system approach for sampling and testing recognizes any production quality CITY OF IOWA CITY 32120-7 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT control sampling and testing in the same period of time as the certified material production. A completed certification document is required for acceptance.and payment for Contractor Certified HMA. The certification may be inclusive for all HMA or for portions of the project quantity. The certification shall.jnclude the following statement: "The HMA production and placement followed the provisions for Contractor Certified HMA program." If the Contractor does not have an approved HMA production QC program for Contractor Certified HMA, the quality control criteria for aggregate, HMA mixture, and density cores sampled and tested on a project lot size are required. The contractor shall provide the Owner with a copy of all required test results upon completion of the project. C. REVIEW AND ACCEPTANCE 1. Repairs Required: a. Pavement containing excessive cracks, cold joints, deformities, or other defects shall be removed and replaced, or repaired, at no cost to the Jurisdiction. Severity of defects and remedy determined by the Owner. In lieu of the above negotiations, extended warranty may be approved by the Owner. b. Thickness Deficiencies: Remove, replace or repair at no cost to the Owner. END OF SECTION CITY OF IOWA CITY 32120-8 WETHERBY PARK IMPROVEMENTS FLEXIBLE PAVEMENT SECTION 32122 COURT SURFACING LL ; ; AR -6 9' LQ CITY CL _i r; �r", F 1Q't'iP•�. CITY,Y, IO r PART 1 - GENERAL 1.1 Drawings and general provisions of contract, including general and supplementary conditions and Division I Specification Section, apply to this section. 1.2 This section of specifications includes providing of all materials, transportation equipment and labor and associated work for the complete installation of the color system over the Hot Mix Asphalt (HMA) pavement. See section 02740. 1.3 Contractor to coordinate with Owner on the storage location of materials. 1.4 Contractor to provide U.S. Open Blue materials for the areas inside each court and dark green color materials outside the courts. 1.5 Contractor to allow a minimum of 14 days or longer for curing of the hot mix asphalt pavement before application of the Plexicushion Color system, or approved equal. Coordinate installation of color system with Owner . 1.6 Materials specified for the Color System shall be delivered to the site in sealed, properly labeled containers with California Products Corporation labels and stenciled with the proper batch code numbers. Products packaged or labeled in any other manner will not be accepted. Mixing with clean fresh water shall only be done at the job site. Coverage rates are based upon material prior to mixing with water as directed. PART 2 - PRODUCTS 2.1 Court Patch Binder—shall comply with Specification 10.14 of California Products Corporation or Plexipatch Specification 10.21, or approved equal. 2.2 Acrylic Resurfacer—shall comply with Specification 10.8 of California Products Corporation, or approved equal. 2.3 Fortified Plexipave®- shall conform to Specification 10.12 of California Products Corporation, or approved equal. 2.4 Pexichrome®—shall conform to Specification 10.1 of California Products Corporation, or approved equal. 2.5 Plexicolor® Line Paint- shall conform to Specification 10.4 of California Products Corporation, or approved equal. 2.6 Water—shall be fresh and potable. CITY OF IOWA CITY 32122-1 WETHERBY PARK IMPROVEMENTS COURT SURFACING PART 3 - EXECUTION A. Surface Preparation—The surface to be coated must be sound,smooth, and free from dust, dirt or oily materials. Prior to the application of surfacing materials, the entire surface should be checked for minor depressions or irregularities.-After the courts have been flooded, any depressions covering a nickel and irregularities shall be filled with Court Patch Binder in accordance with manufacturers specifications and recommendations. 1. Tack Coat—Areas to be patched shall be pretreated with tack coat of 1 part Court Patch Binder diluted with 2 parts water and allowed to thoroughly dry prior to patching. 2. Plexipatch may also be used. (Specification 10.21) of California Products Corporation. 3. After patching the surface shall not vary more than 1/8" in ten feet measured in any direction. B. Surface Course Preparation — In order to provide a smooth, dense underlayment, provide two applications of California Acrylic Resurfacer applied to the surface at the rate of 15-20 sq. yds. Per gallon (.07- .05 gallons per square yard). No application shall be covered by a succeeding application until thoroughly cured. Dilution with water and sand is required in accordance with manufacturer's recommendations. C. Fortified Plexipave—Application 1. Allow the Acrylic Resurfacer coat to thoroughly dry in good weather conditions. The Fortified Plexipave Surface System shall be applied according to California Products Corporation's specification 10.12. Fortified Plexipave is job mixed using the following mixture: Plexipave Color Base 30 gallons Plexichrome 20 gallons Water 20 gallons 2. A minimum of 2 applications of Fortified Plexipave shall be applied at the rate of .06 gallon per square yard per coat. D. The first coat of Fortified Plexipave shall be sanded after the application has thoroughly dried and prior to subsequent coats to insure surface uniformity. E. All line markings shall be applied with Textured Plexicolor Line Paint. F. Plexichrome—Application: 1. Apply a finish course of at least one coat of California Products Plexichrome (or equivalent) as per manufacturer's recommendations. 2. Colors shall be approved by Owner prior to finish. CITY OF IOWA CITY 32122-2 WETHERBY PARK IMPROVEMENTS COURT SURFACING 3. Apply additional coats if uniform coverage is not attained with one coat. Costs for additional coats will be incidental. LUI I I AR -G AI-1 9: 41 G. Precautions CITY CLERK 1. Do not allow materials to drop on adjacent areas. �'.`�'t, C`1 TY, IOWA 2. Consult California Products before attempting application on concrete surfaces. 3. Temperature must be within range of manufacturer's specifications to allow proper curing. H. General 1. Upon completion, the contractor shall remove all containers, surplus materials and debris and leave the site in a clean and orderly condition acceptable to the owner. Gates shall be secured and all containers shall be disposed of in accordance with state, local and federal regulations. END OF SECTION CITY OF IOWA CITY 32122-3 WETHERBY PARK IMPROVEMENTS COURT SURFACING SECTION 32311 •CHAIN LINK FENCING , _ }`" (Try CLE/ PART 1 - GENERAL ;gra �i s Y. I " ; 1.1 Drawings and general requirements of contract, including general and supplementary conditions, apply to this section. 1.2 The intent of the specifications is to describe the construction desired, performance requirements, and standards of materials and construction. 1.3 Contractor shall furnish and install materials and perform all work and services for completed project described in Contract Documents. 1.4 Contractor shall submit and obtain all required permits including payment of all fees and hook-up charges, telephone, cable TV, electrical power, water, gas and other associated items. 1.5 DESCRIPTION OF WORK A. Provide all labor, materials and equipment, and supervision required to construct the chain link fencing. 1.6 DELIVERY, HANDLING,AND STORAGE A. Materials shall be delivered to the site in accordance with manufacturer's recommendations for shipment and protection of materials. B. Handling of materials as recommended by manufacturer. C. Storage of materials in locations designated and approved by Owner. 1.7 CODES, INSPECTIONS, AND PERMITS A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and state laws and ordinances, and with all established codes applicable thereto. 1.8 SUBMITTALS A. The Contractor shall submit certification that all materials used in the erection, assembly, and construction meet the minimum requirements as herein specified. Certification to be on either supplier, manufacturer, and/or Contractor's letterhead and submitted prior to final acceptance. B. Submit shop drawings and product data. Indicate layout, spacing of components, accessories, and anchorage. C. Submit manufacturer's specifications for proposed materials, technical data, method of installation instructions, and list of materials for the fencing and gates. CITY OF IOWA CITY 32311 - 1 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING D. Upon request the Contractor will provide Material Certifications to the Engineer. 1.9 SITE CONDITIONS , A. Take precautions to insure that equipment and vehicles danotA+sturb tir::damage existing site grading, walks, drives, utilities, plants, etc. , l • n+.:! B. Verify locations and depth of all underground utilities prior to excavation. C. Repair and/or return to original condition any damage caused by Contractors negligence at no cost to Owner. 1.10 EXISTING UTILITIES: A. 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. B. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with owner and utilities companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. C. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner and then only after acceptable temporary utility services have been provided. D. Provide minimum 48-hour notice to Owner and receive written notice to proceed before interrupting any utility. 1.11 Protection of Persons and Property: A. Barricade open excavations occurring as part of this work and post with warning lights. B. Operate warning lights as recommended by authorities having jurisdiction. C. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by this work. PART 2-PRODUCTS 2.1 Fabric-All Fencing: A. The fabric shall be chain link, zinc coated (galvanized) or aluminum coated No. 9 gauge wire woven in a 2-inch mesh. On all fabric the top and bottom selvage is to have a knuckled finish, unless specified otherwise in the drawings. Fabric height shall be the same as height of fence specified. B. Zinc coated fabric shall meet the requirements of ASTM A 392, Class II coating. C. Aluminized before weaving to produce an aluminum coating not less in weight than 0.4 oz. per square foot of uncoated wire surface. D. Conform to ASTM Specification A392-55T and Federal Specification RR-F191A. CITY OF IOWA CITY 32311 -2 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING E. Wire in complete fabric to stand tensile strength test of 80,000 pounds per square inch after galvanizing. 2.2 End and Corner Post Tops: Heavy malleable iron or aluminum sand castings.-- 2.3 2.3 Linepost Tops: A. Heavy malleable iron or aluminum sand castings. B. Fitting over top and outside of post. C. Provided with means of passing or supporting top rail. 2.4 Fabric Ties-All Fencing: A. For attaching fabric to line posts or rails. B. Provide steel ties (9 gauge galvanized). 2.5 Brace and Tension Bands-All Fencing: Unclimbable beveled edge type with 3/8"diameter square shouldered aluminum carriage bolts. 2.6 Bracing: A. For bracing all end and corner posts. B. 1-5/8" O.D. horizontal compression member weighting 2.27 pounds per foot. 2.7 Tension Bars-All Fencing: A. For attaching fabric to end posts. B. 3/6" x 3/4" high carbon steel. 2.8 Miscellaneous Fittings and Accessories-All Fencing: A. Sand cast aluminum, pressed steel, aluminum or forgings. B. Wire ties, etc., as required for complete assembly. 2.9 Bottom Tension Wire: 6 gauge galvanized. 2.10 Rails: Top, middle, and bottom rails, end, corner and line posts, bracing posts, gate posts, and gate frames: A. Schedule 40 pipe. SS40 pipe may be substituted. B. Hot dipped galvanized with 2 oz. coating. C. Sizes as specified or as shown on the Drawings. CITY OF IOWA CITY 32311 -3 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING - a .... . -..1 2.11 Fence Schedule: - A. 8' Height Fence: _._ . .y5 FIE 9• ; I 1 End and corner posts: 3"dia. Concrete Footings: 12"dia./48"depth -TY CI ERIK Line posts: 2 1/2" dia. Spacing: 8'O.C. max 713 s t..;\ C i 1 Y. IOWA Concrete footings: 12" dia./48" depth Top rail: 1-5/8" dia. Middle rail: 1-5/8"dia. Bottom rail: 1-5/8"dia. Bottom tension wire: Not required Bracing: 1-5/8" dia.AU end and corner posts Fabric: to be composed of No. 9 W&M gauge steel wire 2.12 Concrete Post Footings for All Fence: A. Minimum 3,000 psi compressive strength at 28 days. B. Gravel aggregate. PART 3- EXECUTION 3.1 Fabric: A. Place on court side of posts. B. Attach to rails using Fabric Ties every 24 inches. C. Attach to line posts using Fabric Ties every 14 inches. D. Attach to end posts using Tension Bars—attach by means of beveled edge bands. E. Install knuckled selvage at top and bottom of fence. Maintain 3/4"clearance between bottom selvage and finished ground surface. 3.2 Post Spacing: See Fence Schedule. 3.3 End and Corner Post Tops: Drive fitting outside of post to exclude moisture. 3.4 Bracing: A. All fence that does not have a middle rail. B. Brace all end and corner posts. C. Securely attach to terminal and first line post with required fitting and beveled edge band, and truss braced from first line post to bottom of end and corner post with 3/8" rod and take-up. D. Brace corner posts in both directions. 3.5 End, Corner, Second Line Posts, and Line Posts: CITY OF IOWA CITY 32311 -4 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING A. Top of footing as shown on the construction plans. C' 3.6 Assembly: ._ 1 A. Plumb, true, and rigid. ,s, r*; B. Standard tolerances apply. C. Installation by experienced fence erectors to lines and grades as shown on Drawings. D. Unless shown otherwise, top of all footings to be flush with grade and slope away from posts to provide drainage. E. All welds to be ground smooth, rust removed, cleaned, and painted with rust proof paint to match galvanized surface as per manufacturer's recommendations. 3.7 Clean-up: A. Remove from the site and dispose of all debris resulting from this work. B. Earth excavated from post holes to be disposed of off site or, if suitable, used in fill areas as possible. END OF SECTION CITY OF IOWA CITY 32311 -5 WETHERBY PARK IMPROVEMENTS CHAIN LINK FENCING SECTION 32920 SEEDING AND SOIL SUPPLEMENTS - - __ PART 1 - GENERAL 1.1 SECTION INCLUDES A. Description of Work B. Warranty C. Seeding Dates D. Seedbed Preparation E. Seed Preparation F. Application of Seed G. Watering H. Reseeding I. Cleanup J. Acceptance 1.2 DESCRIPTION OF WORK A. Drawings and general provisions of contract, including general and supplementary conditions apply to this section. B. This section shall include materials, equipment, and labor for the preparation of the seedbed, furnishing and installing seed, fertilizer and mulch, maintenance, and guarantee for completed seeded areas, as shown on plans. Seed all areas disturbed by construction, unless otherwise noted. C. The Contractor has the option of using either hydraulic or conventional seeding methods; unless specified otherwise in the contract documents. D. Provide permanent seed at the earliest possible date following grading and topsoil re- spreading and/or irrigation installation operations, as approved by Engineer. CITY OF IOWA CITY 32920-1 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 1.3 PROTECTION OF PROPERTY A. Protect existing conditions at the site against damage includingthefoUoWiri9: o.: t 1. Take precautions to insure that equipment, vehicles, and seeding operations do not disturb or damage existing grades, walls, drives, pavement, utilities, plants, lawns, irrigation systems, and other facilities. 2. Verify locations and depths of all underground utilities prior to excavation and report conflicts with new seeding operations. 3. Any damage to existing trees or shrubs, including branches and root systems shall be repaired and/or pruned by an experienced tree surgeon or arborist. 4. Contractor shall replace plantings damaged due to watering of newly seeded areas with same species, size, 1-year warranty, and planted as approved by Engineer without additional compensation. 5. All existing lawn areas undisturbed by construction within the construction limits shall be mown by the Contractor until the project is accepted. 6. New seeding installed adjacent to existing lawns shall be installed to provide a smooth matching grade transition in a straight, neat alignment as approved by the Engineer. 7. Repair, replace, and/or return to original condition any damaged item, without additional compensation. 1.4 SUBMITTALS A. Submit a laboratory analysis showing the seed provided meets or exceeds the minimum requirements of purity and germination stated on an independent certificate of seed analysis document in accordance with the AOSA (Association of Official Seed Analysts) rules. The seed certification tag and seed analysis document provided must be from the same lot number as shown on the seed tag. The date of test results shall be no greater than 9 months from seed application date. The following information shall be included on the seed laboratory analysis: 1. Name of company responsible for analysis, 2. Lot number of seed being provided and tested, 3. Kind - Species or common name of seed. Include cultivar or variety name if applicable, 4. Seed origin, 5. Percentage of purity and germination, CITY OF IOWA CITY 32920-2 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 6. Percentage of dormant seed, 7. Percentage of inert matter, other crop seed and weed seeds, - 8. Restricted and prohibited noxious seed. Provide name of and number'per pound of seed. B. Submit from an established seed dealer or certified seed grower the applicable Association of Official Seed Certifying Agencies (AOSCA) certified Blue, Gold or Yellow Tag, from each container seed mixture dated within 9 months of delivery, indicating bulk weight of bag or container, percentage by weight and percentage of purity, germination and weed seed for each grass, forb, legume, and cereal crop stating botanical and common name of each species as specified in contract documents. C. Submit certificates of inspection as required by governmental authorities and manufacturer's or vendor's certified analysis for soil amendments. 1. Certification of the fertilizer analysis with scale weight and statement of guaranteed analysis. 2. Certification of the tackifier ingredients, recommended rates of application, and expiration date. 3. Certification of the inoculant ingredient for legumes and the specific seed to be inoculated with the application rate and expiration date. 4. Certification of the fungicide ingredients and applicable fungus disease control and recommended application rate of manufacturer. 5. Certification on the sticking agent ingredients with applicable use and rate by manufacturer. 6. Certification in the degradable wood cellulose fiber mulch ingredients with applicable use and rate, and the water retention capacity by manufacturer or supplier. D. Submit written maintenance instructions recommending procedures for maintenance of seeded areas for one year, prior to final acceptance of the seeded areas. E. Upon request the Contractor will provide additional Material Certifications to the Owner. 1.5 QUALITY ASSURANCE A. All seed shall be certified and provided by an established seed dealer or certified seed grower. B. All materials to be in accordance with Iowa Seed Law and Iowa Department of Agricultural Regulations and shall be labeled accordingly. CITY OF IOWA CITY 32920-3 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS C. All materials and method of operation shall be subject to inspection and approval by Engineer. , _. ... F - c. It ikr% -C7 ill _;- LAI D. Material not meeting requirements specified will be rejected. CITY LERK 1.6 DELIVERY, HANDLING, AND STORAGE A. Packaged materials shall be delivered in original, unopened, and undamaged containers. B. Deliver, handle and store all materials according to product recommendations and protect them from loss, damage and deterioration. C. Deliver all seed in original containers. Seed shall not be mixed or blended except in the presence of the Engineer. 1.7 SCHEDULING A. Coordinate the seeding schedule with all other work on the project. Notify the Engineer at least three working days prior to the start of seeding operations. B. After all land-disturbing activities are complete and the seedbed has been approved by the Engineer, perform seeding operations. 1.8 WARRANTY The seeding shall be installed as specified to germinate and provide a uniformly dense stand of the seed mix specified, free of weeds and undesirable species, debris, and free of eroded areas and bare spots. Re-rake areas failing to show a good dense stand within 60 days and reseed as originally specified. A. A warranty is to be provided for completed seeded areas, starting upon the date of initial acceptance. The warranty is to guarantee completed seeded areas to provide a uniformly dense, live, and healthy stand of seed mix specified, free of weeds and undesirable species, debris, and free of eroded areas, bare spots, diseases, and insects at the end of the warranty period of 60 days for domestic/lawn grasses and a 12-month period for native prairie and wetlands species from date of project acceptance. B. During warranty period, any defects in the seeded area and grass stand such as weedy areas, eroded areas and bare spots shall be corrected and reseeded as originally specified until all affected areas are accepted by the Engineer, without additional compensation. C. Repair and replace to original condition all damages to property resultant from the seeding operation and all damages as a resultant from the remedying of these defects, without additional compensation. • CITY OF IOWA CITY 32920-4 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS PART 2 - PART 2 PRODUCTS r 4: 2.1 SEED A. Provide fresh, clean, new crop, certified seed complying with tolerance for germination and purity and free of poa annua, bent grass, and noxious weed seed. Furnish all seeds, including grass, legume, forbs, and cereal crop seeds, from an established seed dealer or certified seed grower. All materials and suppliers are to follow Iowa Seed Law and Iowa Department of Agriculture and Land Stewardship regulations, and be labeled accordingly. B. Type 1 —Permanent Lawn Seed Mix: SUDAS Urban Type 1. 2.2 FERTILIZER A. Fertilizer shall comply with the rules of the Iowa Department of Agriculture and Land Stewardship as follows: 1. The grade of fertilizer will be identified according to the percent nitrogen (N), percent of available phosphoric acid (P205), and percent water soluble potassium (K20), in that order, and approval will be based on that identification. 2. All fertilizer shall be furnished from an established fertilizer dealer and guaranteed percentage analysis shall be provided by the fertilizer supplier on each container with the proper scale weight records. 3. Fertilizer shall be of a type that can be uniformly distributed by the application equipment. Fertilizer may be furnished in a dry or liquid form. 4. When applied dry, the fertilizer shall be a granular, non-burning chemically combined product composed of not less than 50% organic slow acting, guaranteed analysis professional fertilizer. Granular or pellet form shall be uniform in composition, dry, and free flowing without caking or other damage not suitable for use. 5. When applied in a liquid form, fertilizer may be chemically combined or may be furnished as separate ingredients. 6. Upon request of the Engineer, the Contractor shall provide a test of the fertilizer for conformance with the required analysis at no additional compensation; a tolerance of 1.0 percentage point plus or minus of that specified will be considered to be in substantial compliance. CITY OF IOWA CITY 32920-5 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 2.3 WATER A. Water shall be free of any substance harmful to seed growth. B. The Contractor shall provide water, equipment, methods of transportation, water, tanker, hoses, sprinklers, and labor necessary for the application of water. 2.4 MULCH A. Hydraulic Seeding: 1. The material shall be a natural or cooked cellulose fiber processed from whole wood chips (no recycled material) which will disperse readily in water to form a homogeneous slurry and remain in such state when agitated in the hydraulic mulching unit. Material shall be completely photo-degradable or biodegradable. 2. The homogeneous slurry of material and water shall be capable of being applied with standard hydraulic mulching equipment. 3. The slurry shall be dyed green to facilitate visual metering during application with said material or homogeneous slurry having no growth or germination-inhibiting factors, being completely non-injurious to plant or animal life and having no toxic effect when combined with seed, fertilizer, and water. 4. When applied, the wood cellulose fiber slurry shall be free from weeds or other foreign matter toxic to seed, consisting of a classification of fibers with a minimum of 30 percent having an average length of 0.15 inches or passing a Clarke Classifier 24 mesh screen, will form an absorptive mat, but not a plant- inhibiting membrane, which will allow moisture to percolate into the underlying soil. 5. Mulch shall have a water-holding capacity of not less than 9 pounds of water per pound of fiber. 6. The wood cellulose fiber shall have an equilibrium air dry moisture content of 12 percent or less a time of manufacture, as defined by the pulp and paper industry standards, and shall have a ph range of 4.0— 5.5. 7. It shall be packaged in new labeled containers and be applied at a rate of 1,800 pounds per acre (41.3 lb/1,000 sf). 8. The mulch shall include a colloidal polysaccharide tackifier which shall be adhered to the fiber to prevent separation during shipment and avoid chemical co-agglomeration during mixing within the hydraulic mulching equipment. 9. The material shall be homogeneous within the slurry and shall have no growth or germination-inhibiting factors nor any toxic effect on plant or animal life when combined with seed or fertilizer. The material shall not form a water-resistant crust that can inhibit plant growth. CITY OF IOWA CITY 32920-6 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 10. The tackifier shall be applied at a minimum rate of 50 pounds per acre (0.111b/sq) and shall be packaged in new labeled containers. 11. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. 2.5 FUNGICIDE A. A fungicide shall be a noncommercial protectant formulation to provide protection from soil-born fungus diseases of seeds. B. The application shall be made at the rate of 5 1/2 ounces of a 75 percent concentrate or equivalent per 100 pounds of seed. 2.6 STICKING AGENT A. A sticking agent shall be a commercial material recommended by the manufacturer to improve adhesion of inoculant and fungicide to the seed. B. For small quantities, less than 50 pounds, the sticking agent need not be a commercial agent, but it must be approved by the Engineer and must be applied separately prior to application of inoculant and fungicide. PART 3 - PART 3 EXECUTION 3.1 AREA OF SEEDING A. Areas to be seeded shall conform to the limits stated or shown on the construction plans and contract documents. Areas disturbed outside the contract limits approved for seeding shall be seeded by the Contractor at no additional compensation. B. Temporary Erosion Control: Contractor to provide and seed temporary seeding as may be required. 3.2 SEEDING DATES A. Seeding dates Turf Type 1 seed shall be between March 1 to May 31 and between August 10 and September 30. Commence only when ground temperatures are 55 degrees Fahrenheit or greater. B. Dormant seeding for domestic lawn seed, if approved by Owner, shall be completed when air temperatures are consistently below 40°F and prior to December 25 of a given year, unless otherwise approved. Dormant seeding is not allowed on snow. Prepare the seedbed before the ground freezes. To ensure protection of the seed, apply on a frosty morning or before a predicted snow. CITY OF IOWA CITY 32920-7 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS C. At the option and at the full responsibility of the Contractor, seeding operations may be conducted under unseasonable conditions. The final results shall be as specified and guaranteed without additional compensation should the seeded areas require reseeding. CITY I CI 3.3 SEEDBED PREPARATION A. Limit preparation of seedbed to areas which will be seeded immediately upon completion. B. Remove all straw-mulch, weeds and weed debris where weed growth has developed, in the opinion of the Engineer. Straw-mulch, weed growth and weed debris removal process shall be approved by the Engineer and shall be done without additional compensation. C. Use crawler type or dual-wheeled tractors for seedbed preparation. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Harrow ridging in excess of 4 inches due to operation of tillage equipment prior to rolling with the cultipacker. Roll the area with no less than one pass of the cultipacker prior to permanent seeding. D. The Contractor shall shape and fine grade to remove washes or gullies, water pockets, and irregularities to provide a smooth, firm, and even surface true to grade and cross- section. E. Disk or rototill and cultivate seedbed to a minimum 3 inch depth to a fine texture and without soil lumps. Where the area is inaccessible to machinery, it shall be prepared by hand to a minimum depth of 2 inches after the fertilizer has been applied. For lawn seeding areas, prepare to a fine texture and without soil lumps. Coordinate preparation of all ditches designated for special ditch control with the seedbed preparation. Till parallel to the contours. F. Smooth the seedbed with a cultivator-type tillage tool having a rake bar or a rock rake. Pick up and remove all debris, such as rocks, stones, concrete larger than 2 inches (1/2 inch maximum for lawn seeding areas), or roots and other objectionable material that will interfere with the seeding operation. A spring tooth cultivator may be used in lieu of a rock picker. Remove the rock by hand after each use of the cultivator; repeat the process until the soil is relatively free of rock as determined by the Engineer. G. Choose equipment to minimize soil compaction. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Roll the area with at least one pass of the cultipacker. Remove ruts that develop during the sequence of operations before subsequent operations are performed. This must be completed just prior to seeding and the work approved by the Engineer before the seeding application. H. Application of Fertilizer: 1. Do not apply fertilizer with native grass and forb mixes. CITY OF IOWA CITY 32920-8 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 2. Apply fertilizer after shaping and fine grading and prior to the combined tillage and rock-removal operations. On areas inaccessible to machinery, the fertilizer may be spread prior to tillage and cultivated seedbed preparation and-uniformly mixed into the top 1 1/2 inches of soil. • 3. Fertilizer shall be spread with a mechanical spreader or sprayer uniformly to all areas to be seeded at the minimum rate specified herein. The fertilizer shall be tilled into the soil to a minimum depth of 3 inches. 4. The Contractor shall be permitted to substitute other fertilizer containing analysis percentages different from those specified, provided that the minimum amounts of actual nitrogen (N), phosphate (P), and potash (K) per acre are supplied and that in no case shall the total amount per acre of the three fertilizer elements (N), (P), or (K) be exceeded by 30 percent of the following minimum amounts. 5. Hydraulic Seeding (Lawn Seed Mixes Only): a. Apply 6-24-12 commercial fertilizer or the equivalent units of nitrogen (N), phosphate (P), and potash (K) at the rate of 200 pounds per acre prior to seeding. b. In addition to the above, a minimum of 100 pounds per acre of a 20-26-6 fertilizer in which a minimum of 50 percent of the total nitrogen is water insoluble nitrogen shall be applied as part of the seed, fertilizer, mulch, and water slurry. 6. Tilling: a. After fertilizer has been applied, a mechanical rock picker shall be used on areas accessible to machinery to mix fertilizer in the soil to a depth of 3 inches and to remove all rocks, debris, and solid non-soil material larger than 1 inche in diameter from the upper 3 inches of the soil. A spring tooth cultivator may be used in lieu of a rock picker. The rock shall then be removed by hand after each use of the cultivator--the process to be repeated until the soil is relatively free of rock as determined by the Engineer. b. Remove all rock remnants from rock piles used on project smaller than 1 inch. c. The seedbed shall then be smoothed with a cultivator-type tillage tool having a rake bar-such as the Roseman rake-or a rock rake-such as the York-gauged by rear gauge wheels or by a blade gauged by a landscape roller-such as the Viking roller blade. d. Tilling shall be parallel to the contours. e. Ruts and wheel tracks in the seedbed from seedbed preparation are to be removed prior to seeding. This must be completed just prior to seeding and the work approved by the Engineer before the seeding application. CITY OF IOWA CITY 32920-9 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 3.4 SEED PREPARATION A. Treat all legume seed with a commercial sticking agent to be applied prior to application of inoculant, or as a mixture when the sticking agent is compatible with other materials. A sticking agent is not required if a liquid formulation of inoculant is used. Use mechanical mixing equipment to apply sticking agent and inoculant on seed quantities over 50 pounds. B. Inoculate all legumes with a standard product humus culture before being mixed with other seeds for sowing. C. Inoculate all legumes with a standard culture at the rate specified by the manufacturer of the inoculant according to Iowa DOT Article 4169.04. Do not expose inoculated seed to direct sunlight for more than 30 minutes. Re-inoculate seed that is not sown within 8 hours after inoculation prior to use. Pre-inoculated seed with manufacturer's recommended protective coating may be used in lieu of seed with Contractor-applied inoculant. D. When the gravity or cyclone seeder is used for application of seed, inoculate legume seed according to the manufacturer's recommended procedures, before mixing with other grass seeds for sowing. Furnish and apply inoculant. 3.5 APPLICATION OF SEED A. Prior to seeding, the seedbed shall be inspected and approved by the Engineer and Owner. B. Hydraulic Seeding: 1. Hydraulic seeding shall be applied as specified. 2. All material, seed, fertilizer, mulch, tackifier, and fungicide shall be placed in hydraulic-mulching equipment specifically manufactured for hydraulic seeding and mulching. 3. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. 4. Materials shall be mixed with fresh potable water using a combination of both recirculation through the equipment's pump and mechanical agitation to form a homogeneous slurry. 5. It shall be applied evenly over all specified areas in a workmanlike manner at component material rates specified. 6. Apply mixture within one hour after seed and fertilizer are placed in the hydraulic seeder. CITY OF IOWA CITY 32920-10 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS 7. If necessary, dampen dry, dusty soil, to prevent balling of the material during application. 8. Site cleanup shall be considered part of application and shall include the removal of hydraulic mulch slurry from buildings, landscaping, sidewalks, and any other areas not specified for application. All debris resulting from this application shall be removed from the site. 3.6 WATERING A. All seeded areas shall be kept moist at all times. The areas shall be artificially watered a minimum of twice a day (early morning and evening) every day for the first week after seeding is completed. B. For the second and third weeks after seeding, the seeded areas shall be artificially watered once a day (early morning or evening). C. The quantity of water used shall be adequate to keep the soil and mulch moist to a depth of 1 inch and ensure growth of the seed. If natural rainfall is adequate to keep the soil and mulch moist as stated above, artificial watering may be deleted. D. Any area seeded in the month of May shall be maintained for an additional 3 weeks. The seeded areas shall receive a minimum of 1 inch of water each week (either natural, artificial, or combination) for the fourth, fifth, and sixth week after seeding. 3.7 MAINTENANCE A. Domestic Grasses - Maintenance shall begin immediately following the installation of seed and mulch and continue for a 60 day period from project acceptance. B. Maintenance of seeded areas shall include protection against traffic, repairing of areas damaged, watering, rolling, and mowing when grasses are at an approximate 3-inch height. 1. If areas are seeded in the fall and not given a full maintenance period, or if seeding establishment is not acceptable at that time, continue maintenance the following spring until acceptable lawn or native seeded area is established. 3.8 RE-SEEDING A. When all work related to seeding on an area has been completed but is washed out or damaged prior to final acceptance of the seeding area and that area involves seeding in combination with mulching or fertilizing or both, the area shall be reseeded, refertilized, and remulched at the contract unit price or prices when so ordered by the Owner. CITY OF IOWA CITY 32920- 11 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS B. Fertilized or seeded areas damaged by rain prior to required mulching or areas where the mulch is not tucked shall be refertilized or reseeded or both at a rate not to exceed the specified rate, as designated by the Engineer, without additional compensation. !.i f C:r 3.9 CLEANUP `"" C - - A. Perform cleanup operations during installation of work and upon completion. B. Remove from site all excess materials, debris, and equipment. C. Hose down and/or broom clean all paved surfaces. D. Repair any damage resulting from seeding operations. E. Remove hydraulic slurry from buildings landscaping and plantings, mulch, sidewalks, pavement, and any other areas not specified for application. 3.10 FINAL ACCEPTANCE A. The areas seeded shall be given acceptance based upon the following criteria: 1. All requirements for the completed installation and a minimum of 60 days maintenance have been provided for domestic grasses and a minimum of 12 month for native grasses and forbes. 2. Seeded areas shall be in a live, healthy, growing, and well-established condition without eroded areas, bare spots, free of weeds, undesirable grasses, disease, or insects. 3. Re-seeding operations are completed, as per original specifications. B. Final acceptance may be given by the Owner upon fulfillment of all items completed as required. END OF SECTION CITY OF IOWA CITY 32920-12 WETHERBY PARK IMPROVEMENTS SEEDING AND SOIL SUPPLEMENTS SECTION 33410 SUB-SURFACE DRAINAGE SYSTEM PART 1 GENERAL • 1.1 DESCRIPTION OF WORK A. Provide all labor, materials, equipment, and supervision required to construct the sub-surface drainage system including: 1. Trenching and disposal of trench excavation. 2. Provide and install drainage piping. 3. Provide sand. 4. Sand and earth backfill. 1.2 DELIVERY, HANDLING, AND STORAGE A. Materials shall be delivered to the site in accordance with manufacturer's recommendations for shipment and protection of materials. B. Handling of materials as recommended by manufacturer. C. Storage of all materials in locations designated and approved by Owner. 1.3 CODES, INSPECTIONS AND PERMITS A. Obtain any necessary permits for this Section of Work and pay any fees required for permits. B. The entire installation shall fully comply with all local and State laws and ordinances, and with all established codes applicable thereto. 1.4 SITE CONDITIONS A. Take precautions to insure that equipment and vehicles do not disturb or damage existing site grading, walks, drives, utilities, plants, etc. B. Verify locations and depths of all underground utilities prior to excavation. C. Repair and/or return to original condition any damage caused by Contractor's negligence at no cost to Owner. D. Existing Utilities: CITY OF IOWA CITY 33410-1 WETHERBY PARK IMPROVEMENTS SUB-SURFACE DRAINAGE SYSTEM 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. 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 to satisfaction of utility owner. 3. Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Owner and then only after acceptable temporary utility services have been provided. 4. Provided minimum of 48-hour notice to Owner and Engineer and receive written notice to proceed before interrupting any utility. 5. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut-off of services if lines are active. E. 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. PART 2 PRODUCTS 2.1 Perforated Corrugated Plastic Tubing: A. Similar or equal to as manufactured by Advanced Drainage Systems, Inc., or Han-Cor. B. With a drain guard similar or equal to Drain*Guard as manufactured by Advanced Drainage Systems, Inc. C. Comply with all performance requirements of S.C.S. Code 606. D. Comply with requirements of ASTM-F-405. CITY OF IOWA CITY 33410-2 WETHERBY PARK IMPROVEMENTS SUB-SURFACE DRAINAGE SYSTEM E. Sizes as shown on Drawings. 2.2 Non-Perforated Corrugated Plastic Tubing: A. Similar or equal to as manufactured by Advanced Drainage System, Inc., or Han- Cor. B. Comply with all performance requirements of S.C.S. Code 606. C. Comply with requirements of ASTM-F-405. D. Sizes as shown on Drawings. 2.3 Plastic Fittings: A. Similar or equal to as manufactured by Advanced Drainage Systems, Inc., or Han-Cor. B. Comply with all performance requirements of S.C.S. Code 606. C. Comply with requirements of ASTM-F-405. 2.4 Sand Backfill: A. Locally obtained, concrete sand. B. Washed concrete sand having a fineness modulus of approximately 2.8. C. Furnish test data and analysis for approval. PART 3 EXECUTION 3.1 Layout: As shown on Drawings. 3.2 Trenching: A. Trench width for specified tubing sizes as shown on Drawings. B. Remove from site and dispose of all excavated material. 3.3 Installation of Tubing: A. Slopes and grades as shown on Drawings. B. Lay tubing on bottom of trench and centered in trench. CITY OF IOWA CITY 33410-3 WETHERBY PARK IMPROVEMENTS SUB-SURFACE DRAINAGE SYSTEM C. All tubing connections to be made as required and as recommended by manufacturer. 3.4 Backfilling: A. Backfill all trenches having perforated corrugated plastic tubing with sand as specified in this Section. Settle sand by flooding. B. Backfill all trenches having non-perforated corrugated plastic tubing with material excavated from trench. C. Compact backfill to insure settlement does not occur. Place backfill in 4" layers mechanically compacted into place a minimum of 1' above the top of the pipe to 95% Standard Proctor density. D. Top of backfill, after compaction, to be flush with finish surface grade. 3.5 Repair: If settlement occurs, add backfill, compact, and restore finish grade. 3.6 Clean-Up: A. Contractor shall at all times keep premises on which work is being done, and adjoining premises within the Contract Limits, clean of rubbish caused by his work. B. Upon completion of job, Contractor shall clean-up all debris caused by his work and leave area in a neat and clean condition. C. Remove from the site and dispose of all debris and excess materials. END OF SECTION CITY OF IOWA CITY 33410-4 WETHERBY PARK IMPROVEMENTS SUB-SURFACE DRAINAGE SYSTEM PRELIMINARY BUDGETARY OPINION OF PROBABLE CONSTRUCTION COST " 1 gi9 CITY OF IOWA CITY Q. SNYDER &ASSOCIATES WETHERBY PARK SPORT COURT IMPROVEMENTS 2011 MAR -6 Pati 33 Engineers and Planners a CTG March 1,2017 'Cril± CITY, 1j.--.0.,.r, 1 ITEM IDESCRIPTION I QTY I UNIT I UNIT PRICE I EXTENSION( 1 MOBILIZATION Mobilization 1 LS $10,000 $10,000 2 GRADING Demolition of Existing Trail 1 LS $2,000 $2.000 Earthwork&Erosion Control 1 LS $5,000 $5,000 $7,000 3 HMA PAVEMENT -7-- HMA Pavement Trail,6"Depth 256 SY $55 $14,080 HMA Pavement, 5"Depth(94'X 120') 1,254 SY $50 $62,700 Ganular Subbase,6"Depth 1,254 SY $10 $12.540 $89,320 4 COURT SURFACING AND STRUCTURES gilligFai4i. '", Court Surfacing&Painting 1,254 SY $10 $12,540 Basketball Hoop 4 EA $3,500 $14,000 Futsal Goal 4 EA $2,000 $8,000 $34,540 5 FENCING(Galvanized Chainlink) 10'Ht. Fence, Posts&Footings 200 LF $40 $8,000 6 SEEDING,SURFACE RESTORATION • ', Seeding and Site Restoration1 LS $6,500 $6,5C0 Subtotal= $155,360 Construction Contingency= $10,875 Construction Total $166,235 Does not include: Lighting,Sidewalks, Benches, Drinking Fountain,or Plant Material c:\s nyder\pw_data\csch neckloth1d0111431\cost est 030117.xls d' CONSTRUCTION PLANS g � cev0 11 FOR ° " S m M a —69: o c� r �L 0 -J L. O WETHERBY PARK IMPROVEMENTS !�} _ , C1ry. y:- ',, 1m i a \ } E E- u U d CITY OF IOWA CITY, IOWA 4 opo O OD8T wa-. j( '`_ _r_ ,- ;- , wee 3 t" ,- ;"r-__AL.„F7.Ore�r , s a,.� OWNER/DEVELOPER z <n .,.,, 0-14 �.x= �!�- y.� ,r�� ,®-w , "d ,..r IL j CITY OF IOWA CITY w T" ';.1,,6,0.4220 S.GILBERT STREET GENERAL NOTES: !i^ �":4 �' ► a M ., ,g . y� IOWA CITY,IA 52240 r--q No • i, .,. F,. ...� _ X, y T �s I 13791 356-5700 N N A.NOTIFY UTILITY OWNERS PRIOR TO BEGINNING ANY CONSTRUCTION.CONTRACTOR IS oaf �' A 9 n + �y: T<' gg °` • < RESPONSBLE FOR DETERMINING EXISTENCE,EXACT LOCATION AND DEPTH OF ALL :.is. ' , >+ ` +d +�"6°, 'F' i ! ,-, m UTILITIES,AVOID DAMAGE TO UTILITIES AND SERVICES DURING CONSTRUCTION. ANY = } sA. I'�" 5 7rw - '`„,, "`A--` • INDEX OF SHEETS DAMAGE DUE TO THE CONTRACTORS CARELESSNESS SHALL BE CORRECTED AT THE : ;) +��'} F - I '`. - #. a.s_.,9 .. ,• ,ri CONTRACTORS EXPENSE. COORDINATE AND COOPERATE WITH UTILITY COMPANIES DURING `; r 7 -• a i.Ata`.YF 1111',•• •.4441._ CONSTRUCTION. r F' f 1'`` "°'"• 1 r >a 'F wad_. ''-Y' j ) ,(. s�^ w , i a `v{ ,IS $t'�, O' , 4,,,..,.... ; '� ,5; 1. TITLE SHEETB.THE CONTRACTOR SHALL PROTECT ALL EXISTING SITE iEATURES WHICH ARE TO REMAIN ' `t + - �, ,,, - Y _ _ DAMAGE TO EXISTING SITE FEATURES SUCH AS PAVEMENTS,LIGHTS,GATES,FENCING, •'+.. r +,> I _ `4- kl ...s �9ti I1 °. c 1 •. TURF AREAS,STRUCTURES,AND ETC.SHALL BE REPAIRED BY THE CONTRACTOR TO THE ,A7[ ' . i y�_- "N,r • 1 x p? - 2. LAYOUT AND DIMENSION PLAN U OWNERS SPECIFICATIONS AT THE CONTRACTORS EXPENSE. - '4+ 'R"(1 �` _ ' t. �7N a ..3 � Yal jr .., fir" e 1 'I :` I o , ! i 1 C.THE CONTRACTOR SHALL LOAD AND TRANSPORT ALL MATERIALS NOT DESIRABLE TO - �7 'V" .. p k ;z., 3. GRADING AND EROSION CONTROL PLAN q�qs BE INCORPORATED INTO THE PROJECT TO AN APPROVED OFF-SITE WASTE SITE. , •� '-' * r @7 _ • FURNS AVENUE • , a• .. MATERIALS SHOULD BE PROPERLY COVERED DURING THE COMMUTE TO THE Off-SITE .. 'n - - / ' WASTE SITE. _ r, - ' -(' s % ' '7' 4. SITE DETAILS i y D.THE CONTRACTOR SHALL BE RESPONSIBLE FOR MATERIALS AND EQUPMENT DURING I ,. ? .'7 - - --ON A u-- — NON-WORKING HOURS.AT NO TIME SHALL EQUIPMENT OR CONSTRUCTION MATERIALS BE = - ) ' CONSTRUCTION ACCESS . `°4' " .,•-7, ,, , CONSTRUCTION SEQUENCE W STORED WITHIN OTHER SPORTS FIELD AREAS. CONTRACTOR TO COORDINATE AND GET .. .= T - '- ` •:+„ - / ° " R '�� w�" DEMOLITION/GRADING MAY 2017 //^� APPROVAL FOR STAGING AREA/EQUIPMENT STORAGE FROM CITY OF IOWA CITY. ''.`44,4''''..- a '' V♦ ,> . Y' .. 1 �� / ' h . COURT PAVEMENT MAY 2017 a<` °' ')` •>- - € :< COURT POST/NETS MAY/JUNE 2017 E.ALL CONSTRUCTION MATERIALS,DUMPSTERS,DETACHED TRAILERS,FLL OR EXCAVATED ,. - +_ P _ _1 ! Rf „ a1 . 2017 MATERIALS,OR SIMILAR ITEMS ARE PROHIBITED ON PUBLIC STREETS OR WITHIN THE .3 'tl - -. 41&1� STERRESTORA ION MAY/JUNEUL017 PUBLIC RIGHT-OF-WAY. -_ - - '� + `` M' ,. t-f a`°� 's _!il L w•..tlf jJ ,. '¢ , 1 _T F.THE CONTRACTOR IS RESPONSIBLE FOR CLEANING DIRT AND DEBRIS FROM STREETS, n A. ' `" , f m• / I - DRIVEWAYS.AND SIDEWALKS CAUSED BY CONSTRUCTION ACTIVITIES. - :/, - ....41 I�.a 1 :�+ �, M ( V 4 i if _ G.THE CONTRACTOR SHALL MEET ALL APPROPRIATE INSURANCE REQUIREMENTS SET FORTH - ?'^ f ' BY THE OWNER. ' ,- .'? •6i�.. 4 - ▪ - H.ALL CONSTRUCTION IMPROVEMENTS SHALL COMPLY WITH AMERICAN SPORTS BUILDERS N.. I I �'P""A' r '44 ! [� V ASSOCIATION SPECIFICATIONS. y„ky - '• t ' .,`" I. TEE CONTRACTOR IS RESPONSIBLE FOR THE ADJUSTMENT OF GATES& FENCING.THIS -�`:� t` ,� y c: i v7 4.♦ `-T "•` "^'•,:..3': • SHALL BE CONSIDERED INCIDENTAL TO THE PROJECT. •- -^ - „,A,21.1,. .._ a ro ... �':" M. '�`"�"' �� I j ..rA�r•„I� *� rt.ia.P-"s 111.7".. 'I ISITE OUTE.CESS TO COURTS SHALL BE FROM THE NORTH. SEE MAP FOR ACCESS - h �'�.,,- 7 ,.. Cr) � t _ IX K.CONTRACTOR SHALL SUBMIT SHOP DRAWINGS PRIOR TO CONSTRUCTION FOR ALL ,r p Flia le', - MATERIAL AND PRODUCTS TO BE USED,OR APPROVED EQUAL.FOR ENGINEERS ,_��_ .• 6: ” •v-/ }}} a APPROVAL. e` .. ��'` r 4k. < MCC L.CONTRACTOR SHALL BE RESPONSIBLE FOR LAYOUT OF ALL SITE IMPROVEMENTS 4 f T' -•, ^- CL [ PRIOR TO CONSTRUCTION. re- a I r a- VV " h,;� .Q - . PROJECT LOCATION 0 ; �- PROJECT DESCRIPTION ', 4 A ,. i y `p 41 CO Ce THE PROJECT INCLUDES ALL MATERIALS,EOUIPNENT,TRANSPORTATION.LABOR AND t - 1 d� d ,,,s_: r'� I COORDINATION NEEDED TO COMPLETE THE IMPROVEMENTS ASSOCIATED WITH THE SPORT •c - - ` a W W COURT IMPROVEMENTS AT WETHERBY PARK IN IOWA CITY.IMPROVEMENTS INCLUDE y.=Q'- ,',1.! ik DEMOLITION,GRADING.HMA PAVEMENT.HMA TRAIL,FENCING.BASKETBALL HOOPS.FUTSAL GOALS Y3,. '' r+T •. k,. _ _,� Li COURT SURFACING,MARKINGS,AND ASSOCIATED WORK. E T ;1 J '+�:. • s--1„;,,,,.2-: J F+..' =',,.'",-,9 , • fes' ry{i r y% J r4 - ' •. w .' Cr) ce s ^. a i a °''Sr R r- _:. \ J 6 - 0 200 FLS r :y/ ) eft ., —..r / SCALE (FEE T> 7 ft .� � �4 w 0 �� � I I hereby certify that the portion Ot I'' - .! vi 1A i� :rip; this technical SUDmiss Non described } 4 '1�M _� - j Ty belOM was DrepOreO by me Or UnOer my • direct SUpervIs;on and reSpOnsible ,,' ,\I,ur I/�<y/ Frro,essle. mclmLandscuoe t Archetect VICINITY MAP 5 * , Under the lave of the State of Iowa. * +` � _ SCHNECU.OTH r� `--'.0.•a i 3/3/17 IOWA T �� % ARI(IDxSC�T .W X101 . $ehneck 10th. AXLE Date POMC e�aaa '%s-� 5;2 owns ee r e512 db /�h1 LANDS,,,,` Ropes ar sheets covered by this sear: Project No: 1160864 1-800-292-8989 e�e E)R;,es: WWW.loW�... -7...7.--=-. 1 Jure 30.2017 Sheet 1 of 4 = 8: V 7F V CO is DIMENSION PLAN CONSTRUCTION NOTES V .12 $ o �,t Conc eke 1E p 1. EXISTING FEATURES,PROTECT TEE FOLLOWING, o N 51 A.EXISTING ASPHALT TRAIL. N Bench :ench �'os rete - B.EXISTING GRANULAR TRAIL. a 1.1.... Cont C.EXISTING TREES. CONTRACTOR TO INSTALL TEMPORARY 4'HT.ORANGE SNOW a, FENCING AT DRIPLIEE OF TREE AT MEAS SHOWN ON PLAN.SEE DETAIL.ON THIS t 'a Ilk 0 CD I, �- i,.. `Grill it SHEET. i i � ID.EXISTING UTILITIES. i 4aN — E.EXISTING PERGOLA CC N ® „ GF.E%STNG BEXISTING NCHFPD. U MH.EXISTING GRILL. '� enGr' QD %�, • � \ J.EX STING FRISBEE GOLF COAL. 21J 1 1 f1 f R —6 A it 9• 3, Mst W�OCPtt22 - 2.DEMOLITION,PROVDE THE FOLLOWING: ro• O A RELOCATE FRISBEE GOLF TEE. (49/1 • OO .I�� B.REMOVE AND DISPOSE OF EXISTNG GRANULAR TRAIL. ' L V O LI g2 1111111r=, � � 4 3.PAVEMENTS,PROVIDE THE FOLLOWING •^)r` ��a. (�r'r e O Z AlihrirAhh. ® A 5”DEPTH HMA BASKETBALL COURT PAVEMENT. SEE SITE DETAILS `; -I; `f. YrE I`,<`� U nt 1CO ♦ Ge f ; E THE FOLLOWING. I �� �I ♦ � URT••v`Icp• ! p 140 PACIFIC DRIVE gUMERTOWN,PA 18951,(800)531-4252,WWW.KWKGOAL.COM,OR W O N ♦ APPROVED EQUAL. GOALS WILL NOT BE SURFACE MOUNTED.INSTALL GOALS Z X N 601,480.00Z (, r �"�'� q— AS SPECIFIED AND RECOMMENDED BY MANUFACTURER > r`� 1 �`� �� E 2,182,232.88 Y_ I'. C.RELOCATED FRISBEE GOLF TEE. ;z 1 6.FENCING,PROVIDE THE FOLLOWING: Frisbee Goal \ Mr 4D 0.8'HT.CHNNLINK FENCE.SEE DETAIL. n¢o \ = -rl61-1 -rlil- 7.SITE RESTORATION,PROVIDE THE FOLLOWING c' N • ,�, ,I , 40)(9- A CONTRACTOR TO RESTORE AND SEED ALL AREAS DISTURBED BY CONSTRUCTION m ` ACTIVITIES. u5 r_ iv 4'ORANGE CONSTRUCTION FENCE DBH= DIAMETER AT BREAST HEIGHT, — • :- �� TO COMPLETELY ENCIRCLE TREE THE DUIMETER OF TREE TRUNK - � OR GROUP OF TREES IN INCHES AT HEIGHT OF 4.5 Cr- 4C3A4CIl ABOVE NATURAL GROUND.p o o • �\ � X CRR CRITICAL ROOT RADIUS IS THECO /�� / g1 DISTANCE IN FEET EQUAL TO m03 N ,�t�1 `_� ,1, �__, THE DBH IN INCHES.THIS IS THE r �/ �:•� _ DESIRED DISTANCE FROM THE Z \ ® / TREE TRUNK AT WHICH FENCING c0 \ 18n IS INSTALLED. W (TVP.) ` P'(TVP.) 9. o __ cc 111) 6" STAY OUT G W w w c° y 4'owwGE iii �© >r ��o r FENCE I CONSTRUCTION W GO r,�, •• - T, SIGN DETAIL SUPPORTS FENCE —LI•J—� I °� MIN,DIMENSIONS DBk. H O ■� ��_ METAL SIGN WITH CONTRASTING I PAINTED LETTERS ATTACH SIGN r n p p- n Y N N 601,366.00 TO FENCE �� 11 Z:,:;; N 601,386.D0 L E 2,182,112.88 56'-O" 56'-0" E2,162,232.88 PLACESIGN ON FENCE ...___. i'.. II J O a6'-o' aB'-o' O TEMPORARY 4'HT.TREE PROTECTION co �' (,350'-0" 10'-0" 50'-0" 0 2 NO SCALE O (,/,I w 120'-0" 0 W ED a Q CO o Ce Ce Q W s w13 iI . a 'Z Frisbee Goc V _ J 0 i E o N111111 t 0 20 Project No: 1160864 E _ _ ,1 Fr. SCALE (FEET) Sheet 2 of d a' °aU V N( s� �� GRADING PLAN GENERAL NOTES cete el A.UTILITY WARNING: 8' p Conc THE UTILITES SHOWN HAVE BEEN LOCATED FROM FEb SURVEY M F/�Nihr INFORMATION AND/OR RECORDS OBTAINED. THE SURVEYOR MAKES NO 3 Bench tench lo GUARANTEE THAT THE UTILITIES SHOWN COMPRISE ALL SUCH UTILITES I! ConcreteIN THE AREA,EITHER N SERVICE OR ABANDONED. THE SURVEY FURTHER _ • m d. O �� \ U�i DOE$NOT WARRANT THAT Ttf UTILITIES SHOWN ARE IN THE EXACT g� / ` LOCATION INDICATED. '-tea (/i , rGrill +€ L N T -11114111--r; B.NOTFY UTILITY OWNERS PRIOR TO BEGINNING ANY CONSTRUCTION. D: 5 V I �1 ��� \\ CONTRACTOR IS RESPONSIBLE FOR DETERMINING EXISTENCE,EXACT f.1 o , \. �II LOCATION AND DEPTH ALL UTILITIES. DAMAGE TO UTILITIESHz AND SERVICES DURNG CONSTRUCTION. ANY DAMAGE DUE TO THE 4 ---1,41/4,11,„ CONTRACTOR'S CARELESSNESS SHALL BE CORRECTED AT THE S 33 1 m O 4 %' `���\ CONTRACTOR'S EXPENSE. RUORONATE AND COOPERATE WITH UTILITY 0 R (i 9: el m s Grill �\ COMPANIES DURING CONSTRUCTION. 21 t p '° O / OCPu22 C.ALL PROPOSED CONTOURS AND SPOT ELEVATIONS SHOWN ARE FINISHED U 0 S 4 4sh 1 wil,„, T(71 • VERIFY` O O •�I�7 GRADES AND/OR TOP OF PAVING SLAB(GUTTER).UNLESS OTHERWISE j''• CL o `,i__Ai -____ / .. 'Lj�/,l�`�\� NOTED. s V _ ,IV t kik \� 4111°6-�1r� , f;Isfr �,j��t (( 1T1f („) b �`� �� , D.ST STORM TOWCRTRE LFNSTRUAUR MAUNCL FE FLARED CENTER OF Ems) {. 1 •• ERK '' _•-- VERIFY I STRUCTURE TO CENTER OF STRUCTURE AND INCLUDE END E I SECTION. Y S } `7r__ Bench ' 'I �i3 AN � / a a � E.CONTRACTOR TO STRP AND STOCKPILE TOPSOIL FROM ALL AREAS TO BE f , , +.,, ,`, O CUT OR FILLED.RESPREAD TO MINIMUM 8"DEPTH TO FINISH GRADES. I F.THE CONTRACTOR IS RESPONSIBLE FOR CLEANING DIRT AND DEBRIS Q FROM STREETS,DRIVEWAYS,AND SIDEWALKS CAUSED BY il kV O01 \�\ CONSTRUCTION ACTIVITIES..t‘ Si Q > o. Q ` , POLUTION PREVENTION NOTES 0 m ., • T 08 •�B� �,�`` _\` CLEANOUT ' A.POLLUTION PREVENTION AND EROSION PROTECTION o N $ Te �' RIM•707.50 N PoM•7••.� 0 ` '��� ^_��� •702.50 1. CODE COMPLIANCE!THE CONTRACTOR IS RESPONSIBLE FOR COMPLIANCE WITH ALL POTENTIAL POLLUTION AND SOIL EROSION CONTROL 0 m m INV=703. 0'>� 111111W- �Squ•re :M - "I /2 REQUIREMENTS OF THE IOWA CODE,THE IOWA DEPARTMENT OF NATURAL RESOURCES((DNR)NPDES PERMIT,THE U.S.CLEAN WATER ACT § / `• 707 6!. 709 O AND ANY LOCAL ORDNANCES.THE CONTRACTOR SHALL TAKE ALL NECESSARY STEPS TO PROTECT AGAINST EROSION AND POLLUTION w<a 7171t 706 �_ 4"CRN FROM THIS PROJECT SITE ANO ALL OFF-SITE BORROW OR DEPOSIT AREAS DURING PERFORMANCE OR AS A RESULT OF PERFORMANCE. >.O N`�. / `11 \ 6 `� � �., NV•702. • ,\ 2.DAMAGEPCLAJMS THE CONTRACTOR WILL HOLD THE ADJOINING AND ARCHITECT R ENGINEER HARMLESS FROM ANY AND ALL CLAIMS OF ANY 3> _ 10 TYPE WHATSOEVER RESULTING FROM S TO PDJONING PUBLIC OR PRIVATE HARMLES INCLUDING REASONABLE ATTORNEY FEES 122 LI I .4' -ERFOR,..• INCURRED TO OWNER.FURTHER,IF THE CONTRACTOR FAILS TO TAKE NECESSARY STEPS TO PROMPTLY REMOVE EARTH SEDIMENTATION w- _ na•..:•RAN Q0.5% di I� \ OR DEBRIS WHICH COMES ONTO ADJOINING PUBLIC OR PRIVATE PROPERTY,THE OWNER MAY,BUT NEED NOT,REMOVE SUCH ITEMS AND r-z o • ` _ DEDUCT THE COST THEREOF FROM AMOUNTS DUE TO THE CONTRACTOR. isbee Goal �--707.0`' SILT F n Q o \ \� r,ra of l --_rl�- `\ B.STORM WATER DISCHARGE PERMIT a g •• O `\ _ r�!i 38 • OFE4D" 1. THIS PROJECT DISTURBS LESS THAN 1.00 ACRES,THEREFORE IT DOES NOT REQUIRE COVERAGE UNDER THE NPDES GENERAL PERMIT 7, O CL , ,1..,,„,1110P1 \,�� ��ilL �; LA0.I2 FOR STORM WATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES FROM THE ION/,AS REQUIRED BY THE 0 S PoM•706.05 ,`�, PE "•;/W ENVIRONMENTAL PROTECTION AGENCY (EPA),IF MORE THAN 1.00 ACRES ME DISTURBED DURING CONSTRUCTION.TIEGENERAL •3.04 \fir �- o 2.5% ` •` CONTRACTOR MID ALL SUBCONTRACTORS ARE RESPONSIBLE FOR COMPLIANCE WITH AND FULFILLMENT OF ALL REQUIREMENTS OF THE/� - = \ NPDES GEFTHE PERMIT LA0.2 INCLLA)ING E FRO NG OR MAINTAINING THE STORM WATER POLLUTION PREVENTION PLM)(SWPPP)AND _- ` �� OBTAINING THE GENERAL PERMIT COVERAGE FROM THE (DNR.2.ALL DOCUMENTS RELATEDTOTHE STORMWATERDISCHARGE PERMIT,NCLUDING,BUTNOTLIMITED TO,THENOTICEOF LATENT,PROOF >0. PERF(7 OF ' EO PEOs 06.58 ' !°'- 03.3•�O• E ATOF LIPLL PUBLICATIONS, AND MUST BE PRESENTED TO DISCHARGE AUTHORIZATION LETTER, dURISOICT JURRENT ISDICTIONAL AGENCIESSITE ECTION UPON REQUEST.�NIURE THER TTOSCOMPLY SHALL BE KEPT WITH THEN Cl) �/ SUBORAN Q 1.35Y. o !tel A i o� 0335 •, \ �/o NPDES PERMIT REQUIREMENTS IS A VIOLATION OF THE CLEAN WATER ACT AND THE CODE OF IOWA y) Z ��l • 50 • ` \ 3.A"NOTICE OF DISCONTINUATION"MUST BE FILED WITH THE IDNR UPON FINAL STABILIZATION OF THE DISTURBED SITE AND REMOVAL OF �` `J I` W--------- ,/� O _�_ . ALL TEMPORARY EROSION CONTROL MEASURES. ALL PLANS,INSPECTION REPORTS,AND OTHER DOCUMENTS MUST BE RETAINED FOR A ii 70=.•0)VERIFY 100 LF OF 4" �_ ` O 70::0(V Y PERIOD OF THREE YEARS ALTER PROJECT COMPLETION.THE CONTRACTOR SHALL RETAIN A RECORD COPY AND PROVIDE THE ORIGINAL >O PERFORATED PE + I IN CROSS _ I DOCUAENTS TO THE OWNER UPON PROJECT ACCEPTANCE MD/OR SUBMITTAL OF THE NOTICE OF DISCONTINUATION. co $UBORAIN Q 0.5% n INV•702.00 --- 6 .-. C.POLLUTION PREVENTION PLAN: 7 � kNI � � 801. THE STORM WATER POLLUTION PREVENTION PLAN(SWPPP)IS A SEPARATE DOCUMENT IN ADDITION TO THESE LUTI DR/EVEN' THEz� I� LF OF 4" PERF•�ATED C CONTRACTOR SHOULD REFER TO THE SWPPP FOR ADDITIONAL REQUIREMENTS MIO MODIFICATIONS TO THE POLLUTION PREVENTION IA ilitifilli:=IIIIII PERFORATED PE UB•-AN Q 0. o PLAN MADE DURING CONSTRUCTIgV, < W 02 DRAIN 0 1.5% / a I- IW CLEANOUT �r 2.TFE SWPPP ILLUSTRATES GENERAL MEASURES AND BEST MANAGEMENT PRACTICES(BMP)FOR COMPLIANCE WITH THE PROJECT'S NPDES PERMIT COVERAGE. ALL BMP'S AND EROSION CONTROL MEASURES REQUIRED ASA RESULT OF CONSTRUCTION ACTIVITIES ARE -LI�1� � RIM•706.05 °'> THE RESPONSIBILITY OF THE CONTRACTOR TO IDENTFY,NOTE AND IMPLEMENT.ADDITIONAL BMPS FROM THOSE SHOWN ON THE O J Q �� 705 _ MAP1111% PROJECT SITE. ^ � ♦ _70) o, X ---- , 705.80x ` li H V • - \11111111,,..... 4.THE CONTRACTOR IS RESPONSIBLE FOR COMPLIANCE WITH ALL REQUIREMENTS OF THE GENERAL PERMT AND SWPPP,INCLUDNG,BUT 705NOT LIMITED TO,THE FOLLOWING BMP'S UNLESS INFEASIBLE OR NOT APPLICABLE! Z O 704 - a.UTILIZE OUTLET STRUCTURES THAT WITHDRAW WATER FROM THE SURFACE WHEN DISCHARGING FROM BASINS,PROVIDE AND 0 703 MAINTAIN NATURAL BUFFERS AROUND SURFACE WATERS,DIRECT STORM WATER TO VEGETATED AREAS TO INCREASE SEDIMENT V 70CO 2 > -• REMOVAL AND MAXIMIZE STORM WATER INFILTRATION,AND MINIMIZE SOIL COMPACTION. Z ^i > 0• \ ° b.INSTALL PERIMETER AN FINAL SEDIMENT CONTROL MEASURES SUCH AS SILT BARRIERS,DITCH CHECKS,DIVERSION BERMS,OR ��// Cl) ilDAYLIGHT SUBDRAN SILT FE`- P.) k SEDIMENTATION BASINS DOWNSTREAM OF SOIL DISTURBING ACTIVITIES PRIOR TO SITE CLEARING AND GRADING OPERATIONS. LL O ,,; •TH RODENT GUARD .., c.PRESERVE EXISTING VEGETATION IN AREAS NOT NEEDED FOR CONSTRUCTION AND LIMIT TO A MINIMUM THE TOTAL AREA DISTURBED < (I) INV. •.-I BY CONSTRUCTION OPERATIONS AT ANY TME. O 702 A.MAINTAIN Al TEMPORARY AND PERMANENT EROSION CONTROL MEASURES IN WORKING ORDER,NCLUDING CLEANING,REPAIRING, Ll. (la € `699 REPLACEMENT,AND SEDIMENT REMOVAL THROUGHOUT THE PERMIT PERIOD.CLEAN OR REPLACE SILT CONTROL DEVICES WHEN THE ��vv MEASURES HAVE LOST 50%OF THEIR ORIGINAL CAPACITY. LU 7o7 e.INSPECT THE PROJECT AREA AND CONTROL DEVICES(BY QUALIFIED PERSONNEL ASSIGNED BY THE CONTRACTOR)EVERY SEVEN W Q CALENDAR DAYS.RECORD THE FINDINGS OF THESE INSPECTIONS AND ANY RESULTING ACTIONS IN THE SWPPP WITH A COPY iii SUBMITTED WEEKLY TO THE OWNER OR ENGINEER DURING CONSTRUCTION.REVISE THE SWPPP AND IMPLEMENT ANY RECOMMENDED IT Z LU MEASURES WITHIN 7 DAYS. < ° 7p• • I.PREVENT ACCUMULATION OF EARTH AND DEBRIS FROM CONSTRUCTION ACTIVITIES ON ADJgFANG PUBLIC OR PRIVATE PROPERTIES, W Q 'g INCLUDING STREETS,DRIVEWAYS,SIDEWALKS,ORANAGEWAYS,OR UNDERGROUND SEWERS.REMOVE ANY ACCUMULATION OF EARTH OR Z 698 DEBRIS IMMEDIATELY AND TAKE REMEDIAL ACTIONS FOR FUTURE PREVENTION. die g.INSTAL NECESSARY CONTROL MEASURES SUCH AS SILT BARRIERS,EROSION CONTROL MATS,MULCH,DITCH CHECKS OR RIPRAP AS o SOON AS AREAS REACH THEIR FINAL GRADES AND AS CONSTRUCTION OPERATIONS PROGRESS TO ENSURE CONTINUOUS RUNOFF CONTROL. PROVIDE INLET AND OUTLET CONTROL MEASURES AS SOON AS STORM SEWERS ARE INSTALLED. LU 45%�y Frisbee Goal- N.RESPREAD A MINIMUM OF B INCHES OF TOPSOIL (INCLUDING TOPSOIL FOUND IN SOD)ON ALL DISTURBED AREAS,EXCEPT WHERE ^ co PAVEMENT,BUILDNGS OR OTHER IMPROVEMENTS ARE LOCATED. V V 699 i.STABILIZE UNDEVELOPED.DISTURBED AREAS WITH MULCH,TEMPORARY SEED MX,PERMANENT SEED MX,OR SOD AS SOON AS O PRACTICAL UPON COMPLETION OR DELAY OF GRADING OPERATIONS. INITIATE STABILIZATION MEASURES NO LATER THAN 14 E CALENDAR DAYS AFTER CONSTRUCTION ACTIVITY HAS FINISHED OR IS PLANNED TO BE DELAYED MORE THAN 21 CALENDAR DAYS. 1 j.COORDINATE LOCATIONS OF STAGING AREAS WITH THE OWNER AND RECORD IN THE SWPPP. UNLESS NOTED OTHERWISE,STAGING �� ` AREAS SHOULD CONTAIN THE FOLLOWING JOB TRALERS,FUELING /VEHICLE MAINTENANCE AREA,TEMPORARY SANITARY FACILITIES, y MATERIALS STORAGE.AND CONCRETE WASHOUT FACLITY.CONTROL RUNOFF FROM STAGING AREAS WITH DIVERSION BERMS AND/OR 698 i SILT BARRIERS AND DIRECT TO A SEDIMENT BASIN OR OTHER CONTROL DEVICE WHERE POSSIBLE.CONCRETE WASHOUT MUST BE 0 it CONTAINED ONSITE. _ I.REMOVE ALL TEMPORARY EROSION CONTROL MEASURES AND SITE WASTE PRIOR TO FILING OF THE"NOTICE OF DISCONTINUATION". 11111I •97 A d 0 20 5 •/IIIV Project No: 1160864 1 - SCALE (FEET) - 0 - Sheet 3 of 4 s% Bw to '41- W o g'.5. 48.0' c 1 a; 'tiI a~ L z I. ---•"") — U 7. 2 11 R — �t m TM 6 08 Zu tT V O E — N — '' Ljt,; u. !sl f C Z G to 1 o u n -)— Q SP 1.-->v--"I GEHaRM.NOTES: g "P Voidable 120'Ice o normal 111'irk*did,/ �•I b dt< nlmtl dl fangE 2.2 < • C 1 I Section 9010,, S7 old locol'anae4a.n name contract © '�d a thea II 4 V IM tarsen tens an et the end al IM lance is StiA, docanenla r oe dracted by the JredltandE neer. o mdnun of 2 n.Ngla+n than the lop of the a r.....� Pool apxip Peal,•••• -� I •`• Mre y fence in the toe pool of the(itch. (] ai •-o•moa.) IS'-0"max.) 5 •,I •",/cable NeeO 0 Insert 12 A. I TAMC a '• of 6'.deep p St•elpoela to be embedded 20 A.unless Q ..— — I 1 (fabric may of folded bob:the woad Ine) threes allowed Ly the.Modcbmoi U '9) © - () Compact word by triroN wch 6d•of [ng'er. } s� y •�•i• qpq — m :¢,S ;d:,:,*�:.• :::,•5}S; the sit lance o repined la eullidpnen 5 Secve I of an fobrk to staS oils — 5) -;?0, ^.3•{•, •j•':•fJJ:`,y. I •the latre n the trench to prevent A pbata Ma(50 e.inn.).See re -,- b O 'O - •'u-•T ••:II'•• •r{�':iY same end floe wider the fence. usnngq W ,2:2: Pdeo des Loh of•AttocMienl to Posts.' q a 15 a + ..,. �: tixesvr i, o "O• c.... c::,...•. ,•.•. ? OO erg•. }o V..." a \\ td'J-laok•of each end elm Z N �— \ — •❖❖••• Post 9?ld pordkl la ndridod section of ll fence See pions for spool.; I Fabrk >. \1 and conlov ATTACHMENT TO POST fn Y— I TYPICAL SLT FENCE DITCH CHECK 910 F-Z o 4owid ie B 0•apady Fabric �g / _ ......--Floe Flo+ N q N y _ i�rI N © MI906 ` �� O1 }yq.` .,.144. . eIXIXI`IN , = ra -P steel fence post CSIP TED LIES TO BE 3 EOM vti e?s :' vp,;,pv r r --(i) ' 0-0' U ,p•q tin n O ,COLOR:YELIOW. �r iiigi:°••••3yi:a:Ktit:a•ititi3 4 O vJ/ ©Al OIEN9ONS NE TO THE OUTSIDE EDGE OF THE O l O — PUf1 LIES. .. - O DETAILS OF SILT FENCE ON LONGITUDINAL SLOPES t.r,•,elope a tour mm Al «a m r aaaeta pas to 5-0"owf esti Imca enlrotim oreoa' TYPICAL SILT FENCE INSTALLATION ON LONGITUDINAL SLOPES G,. •A .r 6. I 6, MN I' U IRon Vie.) IProfie Sleet Oi1 TYPICAL FUTSAL COURT LAYOUT&PAINTED LINES 2 SILT FENCE DETAIL NO SCALE 4 NO SCALE Z — cw -- G W ww 140NON BCOY FERRULE ma Of FIA COURT > •w 1111111111111111111111111111! 2"16U'TYPE-A'SRIACE COURSE WIN BRASS SCREW PLUG O a 50-0' ' 21•_24 1 re 1"MIA'TYPED'0..t BASE COURSE INSH GRADE p'-3" 13'-4' 17-0" _ ID-9" Y-3" 1e NIEZEM COIFOC1E0 GROWN 9.BBA4.(WT 4128 B FYSM-coupy t, Oma Csa) o ://.: -ee: ./%i 91KiU0f12 BCEPTH E MT =.■ S U,WOEr 75- 11 • ). LI d(4) Prepared by:Dave Panos,Senior Civil Engineer,410 E.Washington St., Iowa City,IA 52240,(319)356-5145 RESOLUTION NO. 17-66 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 21, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WETHERBY 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 Parks Maintenance Fund account # R4342. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 21st day of March, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 7th day of March , 20 17 K7<r) - MAOR Approved by ATTES.T:7 ' -Z i2�c 2 �'L.U�4� A f sez!W-tahw-�ti DEPUTY CITY ERK ' J City Attorney's Office 3I,h 7 pwenglmasterslsetph.doc 1111 Resolution No. 17-66 Page 2 It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton ei Paled IR3iedia PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, 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: 0001986286 3/14/17 03/14/17 $32.57 Copy of Advertisement Exhibit"A" , ' I 0Subscribed and sworn t •re me by said affiant this 16th QJ- Notary dayyof Marrch 2017 Public in and for State of Iowa ts kly, ANDREA HOUGHTON a COMMISSION N0.753956 4` t _ * 44YQOMMISSJON EXPIRES j powl. Cat7t 2011 U r. NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE WETHERBY PARK IMPROVEMENT PROJECT IN THE CITY OF IOWA CITY IOWA TO TY OFA IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications form of contract and estimated cost for the construction of the Wetherby Park Improvement Project in said city at 7:00 p.m. on the 21st day of March, 2017, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City; Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans specifications, contract or the cost of making said improvement. This notice Is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. JULIE VOPARIL, DEPUTY CITY CLERK a I v CP Prepared by:Dave Panos,Senior Civil Engineer,Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5145 RESOLUTION NO. 17-87 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WETHERBY PARK IMPROVEMENTS 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 Parks Maintenance Fund account# R4342. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to 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 2:30 p.m. on the 12th day of April, 2017. 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 le day of April, 2017, or at a special meeting called for that purpose. Passed and approved this 21st day of March _ 20 17 . r•� M •YOR Approved by U � • ATTEST: A°('( ''- , z1,4a7,?.,4 Lie CITY CLERK City Attorney's Office 3//j1/9 pweng\masters\res appp&s.doc 3/17 Resolution No. 17-87 Page 2 It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims % Taylor x Thomas x Throgmorton ed. o 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 - Wetherby Park Improvement Project Classified ID: 102678 A printed copy of which is attached and made part of this certificate, provided on 03/22/2017 to be posted on the Iowa League of Cities' internes site on the following date: March 22 , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 3/22/2017 VV -7(sudy--, Alan Kemp, Executive Director Post 3/22 NOTICE TO BIDDERS WETHERBY PARK IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 12th day of April, 2017. 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 18 day of April, 2017, or at special meeting called for that purpose. The project includes all material, equipment, transportation, labor and coordination needed to complete the improvements associated with the sport court improvements at Wetherby Park in Iowa City. Improvements include site grading, 1,510sy HMA pavement, fencing, basketball hoops,futsal goals, court surfacing, markings and associated work. All work is to be done in strict compliance with the plans and specifications prepared by Snyder & Associates, Inc. of Ankeny, 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 one (1)year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: May 1, 2017 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions / Technographics of Iowa City located at 415 Highland Ave Suite 100, Iowa, by bona fide bidders. A $25.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technographics. The fee is refundable if retumed within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority AF-1 -4 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. CHRIS GUIDRY, CITY CLERK AF-2 :Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, March 23, 2017 4:43 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 3.23.17 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 Wetherby Park 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): March 23, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. March 23, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long—Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d) 515-657-4400(o)515-288-7339 (f) 515-288-8718 (e) mbiplanroom-dsm@mbionline.com (w) www.mbionline.com Find Ys on Project Information Follow us on Social Media! El Facebook Wir klwas lir It and only comprehen:rve rcvKtr"3"hw7 rlrir c.yentl..' lowaBidDate.com 1 FIECL VIED Post 3/22 MAR 2 2 2017 NOTICE TO BIDDERS WETHERBY PARK IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 12th day of April, 2017. 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 18 day of April, 2017, or at special meeting called for that purpose. The project includes all material, equipment, transportation, labor and coordination needed to complete the improvements associated with the sport court improvements at Wetherby Park in Iowa City. Improvements include site grading, 1,510sy HMA pavement, fencing, basketball hoops,futsal goals, court surfacing, markings and associated work. All work is to be done in strict compliance with the plans and specifications prepared by Snyder & Associates, Inc. of Ankeny, 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 one (1)year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: May 1. 2017 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Rapids Reproductions I Technographics of Iowa City located at 415 Highland Ave Suite 100, Iowa, by bona fide bidders. A $25.00 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technographics. The fee is refundable if returned within 14 days of award of the project by City Council in re-usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority AF-1 . I 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. CHRIS GUIDRY, CITY CLERK AF-2 r ,A ` I I Prepared by:Dave Panos,Public Works,410 E.Washington St.,Iowa City,IA 52240(319)356-5145 RESOLUTION NO. 17-115 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE WETHERBY PARK IMPROVEMENT PROJECT. WHEREAS, L.L. Pelling Company of North Liberty, Iowa has submitted the lowest responsible bid of$162,750.00 for construction of the above-named project; and WHEREAS, funds for this project are available in the Parks Maintenance Fund account# R4342; and 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: 1. The contract for the construction of the above-named project is hereby awarded to L.L. Pelting Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 18th day of April , 2017. M/A1OR • C. ��� /u�) /.,� 7 ATTEST: TY'6L ��. �-' �S-� QpvEy CI ERK City Attorney's Office It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Cole X Dickens X Mims x Taylor x Thomas X Throgmorton Prepared by: Dave Panos, Public Works,410 E.Washington St., Iowa City,IA 52240(319)356-5145 Resolution No. 18-209 Resolution accepting the work for the Wetherby Park Improvement Project Whereas, the Engineering Division has recommended that the work for construction of the Wetherby Park Improvement Project, as included in a contract between the City of Iowa City and LL Pelting Company of North Liberty, Iowa, dated April 18, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Parks Maintenance Fund account # R4342; and Whereas, the final contract price is$162,750.00. 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 17th day of July , 2018 Ma r • *1— Approved by • Attest: .�� ' fries( Deputy City rk City Attorney's Office It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: X Botchway X Cole X Mims X Salih X Taylor X Thomas X Throgmorton