Loading...
Improvement Contracts/Bond_Portzen Contruction_Upper Bee Branch Creek Overlook Copyright 2014 City of Dubuque Consent Items # 17. ITEM TITLE: Improvement Contracts / Performance, Payment and Maintenance Bonds SUMMARY: Portzen Construction, Inc., for Lower Bee Branch Creek Overlook at 16th Street Detention Basin SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Approve ATTACHMENTS: Description Type Portzen/IDOTContract for Lower Bee Branch Creek Supporting Documentation Overlook Project = = u www. owadot ^ o= SMARTER USIMPLER UCUSTOMER DRIVEN Office of Contracts | Project Delivery Bmnmam 800 Lincoln Way |Amee, Iowa 50010 Phone: 515-23B-1414 | Emai|: doLcontnacts@dot.iovva.gov December 2S. 2O15 Dear Contractor: VVeare enclosing one fully signed copy ofthe oontrect(n)for the attached project(s). VVahave attached the FHVVA-1273toeach federally funded contract. 23CFR Part G33.1O2(e) requires that you physically attach a copy of the FHWA-1273 to each subcontract on federally funded subcontracts. 8inoara|y. Wes W. Musgrove, P.E Contracts Engineer VWM/met Enc. cc: City with attachment ii i I n ti 9 �; u I 6 i£ I FA96 (Form 650019) uuNTRACT 05-13 Letting Date: November 17, 2015 Contract ID: 31-2100--683 Bid Order No.: 452 County: DUBUQUE Project Engineer: CITY OF DUBUQUE Cast Center: 849300 Object Code: 800 DBE Commitment: $42,000.00 Contract Work Type: MISCELLANEOUS This agreement made and entered by and between the CITY OF DUBUQUE CONTRACTING AUTHORITY, AND PORTZEN CONSTRUCTION, INC. OF DUBUQUE, IA, (PO085) , CONTRACTOR It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed below, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. A true copy of said plan is now on file in the office of the Contracting Authority under date of 11/12/2015 -------------------------------------------------------------------------------------- PROJECT: TAP—U-2100(653)--8I-31 COUNTY: DUBUQUE WORK TYPE: MISCELLANEOUS ACCOUNTING ID: 32979 ROUTE TRAIL OVERLOOK. LENGTH (MILES) : 0 LOCATION: IN THE CITY OF DUBUQUE, LOWER BEE BRANCH: OVERLOOK AT: LOWER BEE BRANCH: OVERLOOK AT 15TH STREET DETENTION BASIN FEDERAL AID — PREDETERMINED WAGES ARE IN EFFECT 9 ------------------------------------------------------------------------------------- I P The specifications consist of the Standard Specifications for Highway and Bridge Construction, Series 2015 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: DS-15019, FHWA-1273.05, GS-15001, IA15-1.1A, SP-157001, SP-1570302, SP-157003, SP-157004, SP-157005, SP-157006, ADDENDUMS: 17NOV452.AO1, 17NOV452.A02 Contractor, for and in considerations of $1,420,509.10 payable as set forth in the specifications constituting a part of this contract; agrees to construct various items of work and/or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contrac- tor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 310.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and accor- ding to the requirements of the specifications the amounts set forth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed in accordance with Page 113 of this Contract and assigned Proposal Notes. To accomplish the purpose herein expressed, the Contracting authority and Contractor have signed this and one other identical instrument. For Federal-Aid contracts the Contractor certifies that each subcontract is evidenced in writing and that it contains all pert.nenovisions and re uirements of t�k1e contract. By ontra r ' Contractor (if joint venture) By Contracting Author Contract Award Date Iowa DOT Concurrence '�11 .�---e.n�b� _ DEC 2 9 2015 For Local Agency Contracts Concurrence Date FB96 (Form 650019) Page: 1B 11-05 Letting Date: November 17, 2015 Contract ID: 31-2100-683 Bid Order No. : 452 It is further understood and agreed that the above work shall be commenced or completed in accordance with the following schedule: SITE CONTRACT PERIOD LIQUIDATED NUMBER /SITE DESCRIPTION DAMAGES CONTRACT APPROX START DATE 06/13/2016 130 WORKING DAYS $1,000.00 CONTRACT NOTES ------------------------------------------------------------------------------------- -WINTER WORK— COLD WEATHER PROTECTION, IF NEEDED, WILL NOT BE PAID FOR BY THE CONTRACTING AUTHORITY. i CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No. : P0085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10: 00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- E I I Item I Unit Price I Bid Amount Line I Item Number I Quantity I ---------------- I -------------- No I Item Description I and Unit I Dollars I Cts I Dollars ICts -------------------------------------------------------------------------------- SECTION 0001 ROADWAY ITEMS -------------------------------------------------------------------------------- 12102-0425070 SPECIAL I I I 0010 (BACKFILL 1 1, 735. 0001 18. 000001 31, 230 .00 1 ITON I I -------------------------------------------------------------------------------- 12102-2710070 EXCAVATION, I 1 I 0020 (CLASS 10, ROADWAY AND 1 1, 300 . 0001 16. 000001 20, 800 . 00 1BORROW ICY I I ------------------------ 12105-8425005 TOPSOIL, I I I j 0030 1FURNISH AND SPREAD 1 289. 0001 80 . 000001 23, 120.00 1 ICY I I -------------------------------------------------------------------------------- 12123-7450020 SHOULDER I 0040 1FINISHING, EARTH 1 2 .2001 800 .000001 1., 760 .00 ------I-- ---- ---( STA 1 ----I- 12213-6745500 REMOVAL OF I I I 0050 1CURB 1 20 . 0001 300.000001 6, 000 . 00 1 TSTA I I -------------------------------------------------------------------------------- 12301-1032080 STANDARD OR I 1 1 0060 1SLIP FORM PORTLAND 1 67 . 0001 110.000001 7, 370 . 00 ICEMENT CONCRETE PAVEMENT, ISY 1CLASS C, CLASS 2 1 1 1 IDURABILITY, 8 IN. I -------------------------------------------------------------------------------- 12303-0021500 HOT MIX I I I 0070 1ASPHALT MIXTURE (300, 000 1 105 . 0001 81 . 990001 8, 608. 95 1ESAL) , BASE COURSE, 1/2 ITON I I IIN. MIX -------------------------------------------------------------------------------- 12303-0023500 HOT MIX I 1 1 0080 1ASPHALT MIXTURE (300, 000 1 210 . 0001 81. 990001 17, 217 . 90 1ESAL) , INTERMEDIATE OR ITON 1SURFACE COURSE, 1/2 IN. 1MIX, NO SPCL FRIG REQ I I -------------------------------------------------------------------------------- 12303-0245828 ASPHALT I 1 1 0090 1BINDER, PG 58-28 1 18 . 9001 470.000001 8, 883.00 1 ITON I I -------------------------------------------------------------------------------- 9 I CONTRACT SCHEDULE OF PRICES Page: 3 ******************************************************************************** Vendor No. : P0085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10: 00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- Item I Unit Price I Bid Amount Line I Item Number I Quantity I ---------------- I -------------- No I Item Description I and Unit I Dollars I Cts I Dollars 1Cts -------------------------------------------------------------------------------- 12401-674535.9 REMOVAL OF I I I 0100 1CONCRETE FOUNDATIONS OF 1 1 . 0001 1, 000 . 000001 1, 000.00 ILIGHT POLES 1EACH -------------------------------------------------------------------------------- 12402-2723000 EXCAVATION, I I I 0110 1CLASS 23 1 2, 100 .0001 88. 000001 184, 800 . 00 I ICY I I -------------------------------------------------------------------------------- 12403-0100000 STRUCTURAL I I I 0120 1CONCRETE (MISCELLANEOUS) 1 190 .0001 855. 000001 162, 450 . 00 1 ICY I I -------------------------------------------------------------------------------- 12404-7775005 REINFORCING I 1 I 0130 ISTEEL, EPDXY COATED 1 19,206.0001 1 .250001 24, 007 .50 1 ILB I I -------------------------------------------------------------------------------- 12435-0250100 INTAKE, I I I 0140 ISW-501 1 3.0001 2, 300 . 000001 6, 900. 00 ' I (EACH I -------------------------------------------------------------------------------- 12435-0600010 MANHOLE I I 1 0150 (ADJUSTMENT, MINOR 1 3.0001 600 . 000001 1, 800 . 00 1 (EACH I I -------------------------------------------------------------------------------- 12502-8212036 SUBDRAIN, I I 1 0160 ILONGITUDINAL, (SHOULDER) 1 216.5001 14.000001 3, 031 . 00 16 IN. DIA. ILF I I -------------------------------------------------------------------------------- 12502-8213204 SUBDRAIN, I 1 1 0170 IPVC, STANDARD, 1 100. 0001 14 . 000001 1, 400 . 00 1PERFORATED, 4 IN. ILF -------------------------------------------------------------------------------- 12503-0114215 STORM SEWER I 1 I 0180 ( GRAVITY MAIN, TRENCHED, 1 140.0001 75. 000001 10, 500 .00 (REINFORCED CONCRETE PIPE ILF I I 1 (RCP) , 2000D (CLASS III) , ( 115 IN. I I -------------------------------------------------------------------------------- 12506-4984000 FLOWABLE I 1 1 0190 (MORTAR 1 14 . 0001 100 .000001 1, 400.00 1 ICY I I -------------------------------------------------------------------------------- 12507-3250005 ENGINEERING I 1 1 0200 IFABRIC 1 2, 860.0001 4 . 000001 11, 440 . 00 1 ISY I I ------------------------------------------------------------------------------ CONTRACT SCHEDULE OF PRICES Page: 4 Vendor No. : P0085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10: 00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- I I Item I Unit Price I Bid Amount Line Item Number I Quantity I ---------------- I -------------- No Item Description I and Unit I Dollars I Cts I Dollars (Cts -------------------------------------------------------------------------------- 12507-8029000 EROSION I 1 1 0210 ISTONE 1 160. 0001 65. 000001 10, 400 . 00 1 ITON I I -------------------------------------------------------------------------------- 12511-6745900 REMOVAL OF I 1 1 0220 ISIDEWALK 1 180 .0001 15. 000001 2, 700 . 00 1 ISY I I -------------------------------------------------------------------------------- 12511-7526004 SIDEWALK, P. 1 1 1 0230 IC. CONCRETE, 4 IN. 1 118 . 0001 50 .000001 5, 900 . 00 1 ISY I I j -------------------------------------------------------------------------------- 12511-7526006 SIDEWALK, P. 1 I 0240 IC. CONCRETE, 6 IN. 1 12 .0001 125 . 000001 1, 500. 00 1 ISY I I -------------------------------------------------------------------------------- 12511-7526107 SIDEWALK, 0250 (REINFORCED P.C. CONCRETE, 1 160 .0001 78 . 000001 12, 480 . 00 17 IN. ISY I I -------------------------------------------------------------------------------- it 12511-7526108 SIDEWALK, I 1 1 0260 IREINFORCED P.C. CONCRETE, 1 327 .0001 125.000001 40, 875 . 00 18 IN. ISY I I -------------------- --------------------------------------------------- 12511-7528101 DETECTABLE I I I 1 0270 (WARNINGS 1 60. 0001 45 .000001 2, 700.00 I ISF I 1 -------------------------------------------------------------------------------- 12512-1725256 CURB AND 0280 ( GUTTER, P.C. CONCRETE, 2 . 1 312 . 0001 22 .000001 6, 864 . 00 15 FT. ILF I I -------------------------------------------------------------------------------- 12518-6910000 SAFETY I 1 I 0290 ICLOSURE 1 4 .0001 250 . 000001 1, 000. 00 I (EACH I I -------------------------------------------------------------------------------- 12524-9275100 WOOD POSTS I 1 1 0300 (FOR TYPE A OR B SIGNS, 4 1 22 .0001 12 . 000001 264.00 IIN. X 4 IN. ILF I I -------------------------------------------------------------------------------- 12524-9325001 TYPE A I 1 1 0310 ( SIGNS, SHEET ALUMINUM 1 13. 0001 18 .000001 234 . 00 1 ISF I I -------------------------------------------------------------------------------- 6 t � CONTRACT SCHEDULE OF PRICES Page: 5 ******************************************************************************** Vendor No. : P0085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10: 00 A.M. Primary County: DUBUQUE --------------------------------------------- I Item I Unit Price I Bid Amount Line Item Number I Quantity I ---------------- I -------------- q No Item Description I and Unit I -Dollars I Cts I Dollars Cts ------------------------------------------------- ----------------------- 12527-9263117 PAINTED I I I 0320 IPAVEMENT MARKINGS, 1 6. 1201 300 . 000001 1, 836. 00 1DURABLE 1STA I I -------------------------------------------------------------------------------- 12527-9263143 PAINTED I I 1 0330 1SYMBOLS AND LEGENDS, 1 4 . 0001 100 .000001 400 . 00 1DURABLE 1EACH ----------------------------------------------------------------- it 12528-8445110 TRAFFIC I 1 1 0340 1CONTROL 1LUMP 1LUMP 1 1, 000 . 00 I I I I -------------------------------------------------------------------------------- 12533-4980005 1 1 1 0350 1MOBILIZATION 1LUMP 1LUMP 1 105, 000 . 00 1 1 1 1 -------------------------------------------------------------------------------- 12599-9999003 ( 'CUBIC I I 1 1 0360 (YARDS' ITEM) Remove 1 71 . 0001 50 .000001 3, 550 . 00 Klass E Revetment ICY I I -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0370 11TEM) BENCH, BACKLESS 1 4 . 0001 2, 100 .000001 8, 400 . 00 1 (EACH I I -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0380 11TEM) BICYCLE RACK 1 5.0001 1, 200. 000001 6, 000.00 1 1EACH I I -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0390 11TEM) INTERPRETIVE SIGN 1 1 . 0001 2, 800 . 000001 2, 800.00 1 (EACH I I -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0400 11TEM) LIMESTONE 1 60. 0001 300 .000001 18, 000 . 00 (OUTCROPPINGS (EACH -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0410 11TEM) LITTER RECEPTACLE 1 1 . 0001 2, 200 .000001 2, 200 . 00 1 (EACH I I -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0420 11TEM) PERENNIALS, 1 12 .0001 21.000001 252.00 1FURNISHED AND INSTALLED 1EACH 1 (WITH WARRANTY) , BIG 1EARS' LAMBS EARS, POT, 4. 1 1 1 15 INCH I I I -------------------------------------------------------------------------------- I d CONTRACT SCHEDULE OF PRICES Page: 6 N Vendor No. : PO085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10:00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- I Item I Unit Price Bid Amount Line I Item Number Quantity I --- --------- I -------------- No I Item Description I and Unit I Dollars I Cts I Dollars ( Cts -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I I 1 0430 ( ITEM) PERENNIALS, 1 4 . 0001 21.000001 84 .00 IFURNISHED AND INSTALLED (EACH 1 (WITH WARRANTY) , BIOKOVO I I I IGERANIUM, CONTAINER, 1 ( GALLON I I I ------------------------------------------------------------------ -------------- 12599-9999005 ( 'EACH' I I I 0440 ( ITEM) PERENNIALS, 1 14. 0001 23.000001 322 .00 IFURNISHED AND INSTALLED (EACH I I 1 (WITH WARRANTY) , BLUE 1 I IICE BLUESTAR, CONTAINER, ------I1-GALLON - --------------- --------------- -------------- 12599-9999005 ( 'EACH' I I I 1 0450 ( ITEM) PERENNIALS, 1 12 .0001 20.000001 240.00 IFURNISHED AND INSTALLED (EACH I I ( (WITH WARRANTY) , ICARADONNA SALVIA, ICONTAINER, 1 GALLON -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I I I 0460 ( ITEM) PERENNIALS, 1 11 . 0001 39. 000001 429. 00 IFURNISHED AND INSTALLED (EACH I I ( (WITH WARRANTY) , DARK ITOWERS PENSTEMON, 1 ICONTAINER, 1 GALLON -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I I I 0470 ( ITEM) PERENNIALS, 1 26. 0001 22 .000001 572 . 00 IFURNISHED AND INSTALLED (EACH I I ( (WITH WARRANTY) , MAGNUS I I I IPURPLE CONEFLOWER, (CONTAINER, 1 GALLON I I I -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I I I 0480 ( ITEM) PERENNIALS, I 52 .0001 57. 000001 2, 964 .00 IFURNISHED AND INSTALLED (EACH ( (WITH WARRANTY) , INORTHWIND SWITCH GRASS 1 ICONTAINER, 3 GALLON 1 1 1 -------------------------------------------------------------------------------- w CONTRACT SCHEDULE OF PRICES Page: 7 Vendor No. : PO085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10: 00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- I I Item I Unit Price I Bid Amount Line I Item Number I Quantity I ---------------- I -------------- No I Item Description I and Unit I Dollars I Cts I Dollars ( Cts -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 I 0490 ( ITEM) PERENNIALS, 1 25.0001 57 . 000001 1, 425.00 ( FURNISHED AND INSTALLED (EACH 1 (WITH WARRANTY) , I I I ISHENANDOAH SWITCH GRASS , I I I ( CONTAINER, 3 GALLON I I I --------------------- ----`----------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0500 ( ITEM) PERENNIALS, 1 50. 0001 23.000001 1, 150 . 00 ( FURNISHED AND INSTALLED (EACH 1 (WITH WARRANTY) , SUMMER (BEAUTY ALLIUM, CONTAINER, 1 I I 1 GALLONI ---------------- - 12599-9999005 ( 'EACH' I 1 1 0510 ( ITEM) PERENNIALS, 1 28 . 0001 28 . 000001 784 .00 ( FURNISHED AND INSTALLED (EACH 1 (WITH WARRANTY) , SUNSET ( CLOUD SEDUM, POT, 4 .5 11NCH I I 1 -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0520 ( ITEM) PERENNIALS, 1 93 . 0001 24 . 000001 2,232 . 00 ( FURNISHED AND INSTALLED 1EACH 1 (WITH WARRANTY) , TARA ( PRAIRIE DROPSEED, ( CONTAINER, 1 GALLON -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0530 ( ITEM) PERENNIALS, 1 3. 0001 20 .000001 60. 00 ( FURNISHED AND INSTALLED (EACH I 1 1 (WITH WARRANTY) , (WALKER'S LOW CATMINT, 1 1 ( GALLON -------------------------------------------------------------------------------- 12599-9999005 ( 'EACH' I 1 1 0540 ( ITEM) PLANTER 1 2 . 0001 9, 500 . 000001 19, 000. 00 I 1EACH I I -------------------------------------------------------------------------------- 12599-9999009 ( 'LINEAR I 1 1 0550 ( FEET' ITEM) SHOVEL CUT 1 117 . 0001 4 .250001 497 .25 (EDGE ILF I I -------------------------------------------------------------------------------- r I CONTRACT SCHEDULE OF PRICES Page: 8 Vendor No. : PO085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10: 00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- Item I Unit Price I Bid Amount Line 1 Item Number I Quantity I ---------------- I -------------- No I Item Description I and Unit I Dollars I Cts I Dollars ( Cts -------------------------------------------------------------------------------- 12599-9999010 ( 'LUMP SUM' I 1 1 0560 ( ITEM) DECORATIVE ( LUMP ILUMP 1 18, 000 . 00 (ALUMINUM GUARDRAIL -------------------------------------------------------------------------------- 12599-9999010 ( 'LUMP SUM' I 1 1 0570 ( ITEM) ELECTRICAL SYSTEM ILUMP ILUMP 70, 000 .00 I I I I -------------------------------------------------------------------------------- 12599-9999010 ( 'LUMP SUM' I 1 1 0580 ( ITEM) EXTERIOR STONE ILUMP ILUMP 1 52, 682 .00 ICLADDING -------------------------------------------------------------------------------- 12599-9999010 ( 'LUMP SUM' I I I 0590 ( ITEM) NUTRIENT ILUMP ILUMP 1 210, 000. 00 ISEPARATING BAFFLE BOX -------------------------------------------------------------------------------- 12599-9999010 ( 'LUMP SUM' I 1 1 0600 ( ITEM) OVERLOOK ROOF ILUMP ILUMP 1 142, 000. 00 ISYSTEM -------------------------------------------------------------------------------- 12599-9999014 ( 'SQUARE I 1 1 0610 ( FEET' ITEM) 1 385.0001 5 . 000001 1, 925. 00 (ARCHITECTURAL SURFACE ISF I I ITREATMENT -------------------------------------------------------------------------------- 12599-9999014 ( 'SQUARE I 1 1 0620 ( FEET' ITEM) PAVERS 1 160 . 0001 13 .500001 2, 160 . 00 1 ISF I I -------------------------------------------------------------------------------- 12599-9999018 ( 'SQUARE I 1 1 0630 ( YARDS' ITEM) MULCHING, 1 469. 0001 2 .000001 938 .00 IWOOD CELLULOSE FIBER ISY -------------------------------------------------------------------------------- 12599-9999018 ( 'SQUARE I 1 1 0640 (YARDS' ITEM) NATIVE 1 87 . 0001 24 . 000001 2, 088 . 00 ( GRASS SEEDING ISY -------------------------------------------------------------------------------- 12599-9999018 ( 'SQUARE I 1 I 0650 ( YARDS' ITEM) PERMEABLE 1 620. 0001 104 . 000001 64, 480 . 00 ( PAVEMENT ISY -------------------------------------------------------------------------------- 12599-9999018 ( ' SQUARE I 1 1 0660 ( YARDS ' ITEM) SEEDBED 1 815. 0001 4 . 000001 3,260. 00 (AERATION ISY I I -------------------------------------------------------------------------------- CONTRACT SCHEDULE OF PRICES Page: 9 ******************************************************************************** Vendor No. : P0085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10: 00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- Item Unit Price I - Bid Amount Line I Item Number Quantity --- --------- ------------- No I Item Description I and Unit Dollars I Cts I Dollars (Cts -------------------------------------------------------------------------------- 12599-9999018 ( 'SQUARE I 1 1 0670 (YARDS' ITEM) SEEDING 1 469.0001 4 . 000001 1, 876. 00 (AND FERTILIZING (URBAN) ISY I I I I I I -------------------------------------------------------------------------------- 12599-9999018 ( ' SQUARE I I I 0680 (YARDS' ITEM) WETLAND 1 259. 0001 14 . 000001 3, 626. 00 IGRASS SEEDING Sy ----- 12601-2633100 MOWING a 0690 1 1 1 . 0001 4, 500 . 000001 4, 500 . 00 (ACRE I I -------------------------------------------------------------------------------- 12601-2640350 SPECIAL I 1 1 0700 ( DITCH CONTROL, WOOD 1 3 .5001 75 . 000001 262 .50 (EXCELSIOR MAT ISQ -------------------------------------------------------------------------------- 12601-2643110 WATERING 0710 IFOR SOD, SPECIAL DITCH 1 46. 0001 60 . 000001 2, 760 . 00 ICONTROL, OR SLOPE IMGAL ( PROTECTION I I I -------------------------------------------------------------------------------- 12602-0000020 SILT FENCE 1 0720 1 1 140. 0001 5 . 000001 700.00 I ILF I I -------------------------------------------------------------------------------- 12602-0000071 REMOVAL OF I 1 1 0730 ( SILT FENCE OR SILT FENCE 1 140. 0001 1.000001 140 .00 ------ IFOR-DITCH CHECKS ---- ILF ----------------- ---------------------------------------------- 12602-0000222 FLOATING I 0740 ( SILT CURTAIN 1 300 .0001 25 . 000001 7, 500 . 00 ( (CONTAINMENT) ILF ----_------- ------ 12602-0000230 CLEAN-OUT I 1 1 0750 IOF FLOATING SILT CURTAIN 1 300 . 0001 10 . 000001 3, 000.00 I (CONTAINMENT) ILF I I -------------------------------------------------------------------------------- 12602-0000240 MAINTENANCE I 1 1 0760 IOF FLOATING SILT CURTAIN 1 300 . 0001 5 . 000001 1, 500. 00 1 ILF I I -------------------------------------------------------------------------------- 12610-0000212 MULCH, I 1 1 0770 ( SHREDDED BARK 1 35. 0001 135. 000001 4, 725. 00 1 ICY I I -------------------------------------------------------------------------------- e a I CONTRACT SCHEDULE OF PRICES Page: 10 ******************************************************************************** Vendor No. : P0085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10:00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- I I Item I Unit Price I Bid Amount Line Item Number I Quantity I ---------------- I -------------- No Item Description I and Unit I Dollars I Cts I Dollars ( Cts -------------------------------------------------------------------------------- 12610-0000300 FERTILIZER I 1 1 0780 1 1 140 .0001 5.000001 700 . 00 1 ILB I I -------------------------------------------------------------------------------- 12610-0000400 WATERING I I I 0790 IFOR PLANTS 1 15.0001 180 . 0.00001 2, 700 . 00 1 IMGAL I I -------------------------------------------------------------------------------- 12610-0000600 TILLAGE I 1 I 0800 I ( LUMP ( LUMP 1 2, 500 . 00 1 1 1 1 -------------------------------------------------------------------------------- 12611-0000100 SHRUBS, I I 1 0810 IFURNISHED AND INSTALLED 1 10. 0001 67 .000001 670 .00 1 (WITH WARRANTY) DWARF ( EACH I I ( BUSH HONESUCKLE, ICONTAINER, 3 GALLON -------------------------------------------------------------------------------- 12611-0000100 SHRUBS, I I 1 0820 ( FURNISHED AND INSTALLED 1 24 . 0001 68 . 000001 1, 632 . 00 ( (WITH WARRANTY) GRO-LOW (EACH ( FRAGRANT SUMAC, I ICONTAINER, 3 GALLON -------------------------------------------------------------------------------- 12611-0000100 SHRUBS, I 1 I 0830 IFURNISHED AND INSTALLED 1 35. 0001 68 . 000001 2, 380 . 00 ( (WITH WARRANTY) 1EACH 8 ( IROQUOIS BEAUTY BLACK I I ICHOKEBERRY, CONTAINER, 3 1 1 ( GALLON -------------------------------------------------------------------------------- 12611-0000100 SHRUBS, I 1 1 0840 IFURNISHED AND INSTALLED 1 3 . 0001 78 . 000001 23.4 . 00 ( (WITH WARRANTY) ( EACH I I ISUMMERWINE NINEBARK, I ( CONTAINER, 5 GALLON I -------------------------------------------------------------------------------- 12611-0000100 SHRUBS, I I I 0850 IFURNISHED AND INSTALLED 1 1. 0001 119.000001 119. 00 ( (WITH WARRANTY) TAUNTON (EACH IYEW, CONTAINER, 5 GALLON-------------------------------------------------------------------------------- 1 I I I I i CONTRACT SCHEDULE OF PRICES Page: 11 Vendor No. : PO085 Bid Order No. : 452 Contract ID No. : 31-2100-683 Letting Date: November 17, 2015 Primary Work Type: MISCELLANEOUS 10:00 A.M. Primary County: DUBUQUE -------------------------------------------------------------------------------- I I Item I Unit Price I Bid Amount Line I Item Number I Quantity I ---------------- I -------------- No I Item Description I and Unit I Dollars I Cts I Dollars 1Cts -------------------------------------------------------------------------------- 12611-0000100 SHRUBS, I I I 0860 ( FURNISHED AND INSTALLED 1 76. 0001 61. 000001 4, 636. 00 ( (WITH WARRANTY) TOR 1EACH ISPIREA, CONTAINER, 3 I I I ( GALLON -------------------------------------------------------------------------------- 12611-0000100 SHRUBS, 1 I 1 0870 ( FURNISHED AND INSTALLED 1 3. 0001 71 . 000001 213.00 ( (WITH WARRANTY) WINE & 1EACH (ROSES WEIGELA, CONTAINER, ( 1 I 13 GALLON I I I -------------------------------------------------------------------------------- 12611-0000200 TREES, I I I 0880 IFURNISHED AND INSTALLED 1 7 . 0001 720 . 000001 5, 040.00 1 (WITH WARRANTY) (EACH ( IMPERIAL HONEYLOCUST, IB&B, 2 .5 INCH CAL. ----------------------------------------------------------------------- 12611-0000200 TREES, I 1 I 0890 ( FURNISHED AND INSTALLED 1 2 . 0001 610 . 000001 1,220 . 00 ( (WITH WARRANTY) IVORY (EACH ( SILK JAPANESE TREE LILAC I I I ( (MULTI-STEMMED) , B&B, 6 1 1 1 IFT. HT. I I I -------------------------------------------------- 12611-0000200 TREES, I I I 0900 ( FURNISHED AND INSTALLED 1 3. 0001 430 . 000001 1,290.00 ( (WITH WARRANTY) STAR (EACH I I MAGNOLIA, B&B 5 FT. HT. I I I I -------------------------------------------------------------------------------- 12611-0000200 TREES, I I I 0910 ( FURNISHED AND INSTALLED 1 2 .0001 610 . 000001 1,220.00 ( (WITH WARRANTY) STATE 1EACH I I ISTREET MAPLE, B&B, 2 .5 1 1 1 ( INCH CAL. I I I -------------------------------------------------------------------------------- 1TOTAL BID 1, 420, 509.10 S ffi A d d e n d u m Iowa Department of Transportation Date of Letting: November 17, 2015 Office of Contracts Date of Addendum: November 6, 2015 B.O. Pro osal ID Proposal Work Type County Project Number Addendum 452 31-2100-683 MISCELLANEOUS DUBUQUE TAP-U-2100(683)--8I-31 17NOV452.A01 Make the following change to the PLANS: Replace SHEETS: A.2,D.1 LA and S.I with the ATTACHED: Summary of changes: Sheet A.2 -Added Note 5 to the General Notes Section Sheet D.1 -Revised rim elevation for Structure TP-3,removed 61' dimension from parking lot. Sheet L.4-Revised multiple elevations Sheet S.1 -Revised multiple stations in table Page 1 of 5 IOP GENERAL NOTES: L WORK UNDER CONTRACT TAP -U-2100(683)--81-31 WILL BE REFERED TO IN THE DRAWINGS AND SPECIFICATIONS AS CONTRACT 4-2015. THIS PROJECT WILL BE COMPLETED IN CONCURRENTLY WITH ONGOING LOCAL CONSTRUCTION CONTRACTS 1-2015. 2-2015, AND 3-2015 AND OTHER FUTURE CONTRACTS. THE PRIME CONTRACTOR FOR CONTRACT 1-2015 IS RESPONSIBLE FOR COORDINATION OF THE OVERALL PROJECT SITE, AND FOR COORDINATION OF INTERACTION OF WORK WITH OTHER CONTRACTS. CONTRACT 4-2015 CONTRACTOR SHALL ACCOUNT FOR THIS COORDINATION, INCLUDING ANY WORK ITEMS REQUIRING STAGED OR PHASED CONSTRUCTION, IN THE UNIT PRICES BID FOR THE WORK. 2. WORK UNDER CONTRACT 4-2015 IN THE UPPER BEE BRANCH WILL COMMENCE AFTER ROUGH GRADE HAS BEEN ESTABLISHED BY CONTRACT 1-2015 CONTRACTOR. CLASS 10 EXCAVATION QUANTITIES ARE EXPECTED TO BE LIMITED TO MINOR GRADING REQUIRED TO ESTABLISH FINAL SUBGRADE ELEVATIONS IN PREPARATION FOR PLACEMENT OF SUBBASE. PAVEMENT AND OTHER SURFACE FEATURES. CONTRACT 4-2015 CONTRACTOR SHALL INCLUDE ANY COSTS NECESSARY TO MEET THIS REQUIREMENT IN THE UNIT PRICES BID FOR THE WORK. 3. TEMPORARY TRAFFIC CONTROL PROVISIONS HAVE BEEN PROVIDED UNDER CONTRACT 1-2015 IN THE UPPER BEE BRANCH WORK AREA. WORK UNDER CONTRACT 4-2015 SHALL MEET THOSE PROVISIONS, AND UTILIZE TRAFFIC CONTROL MEASURES IN PLACE DURING THE DURATION OF THE WORK. MINOR TRAFFIC CONTROL WILL BE NECESSARY AT THE OVERLOOK SITE AND SHOULD BE LIMITED TO TEMPORARY CLOSURE OF THE TRAIL AND PARKING LOT AS NEEDED TO COMPLETE THE WORK. THIS AND. ANY ADDITIONAL TRAFFIC CONTROL REQUIRED TO ACCOMODATE CONTRACT 4-2015, INCLUDING SITE INGRESS AND EGRESS, SHALL BE INCLUDED IN THE UNIT PRICE BID FOR THE WORK. 4. PEDESTRIAN TRAFFIC CONTROL PROVISIONS IN THE UPPER BEE BRANCH CREEK AREA HAVE BEEN COVERED UNDER CONTRACT 1-2015. CONTRACT 4-2015 PROJECT LIMITS WILL BE CLOSED TO PEDESTRIAN TRAFFIC FOR THE DURATION OF THE PROJECT. MINOR PEDESTRIAN TRAFFIC CONTROL WILL BE NECESSARY AT THE OVERLOOK SITE AND SHOULD BE LIMITED TO TEMPORARY CLOSURE OF THE TRAIL AND PARKING LOT AS NEEDED TO COMPLETE THE WORK. ANY ADDITIONAL COSTS REQUIRED TO ACCOMODATE CONTRACT 4-2015 SHALL BE INCLUDED IN THE UNIT PRICE BID FOR THE WORK. 5. UPPER AND LOWER BEE BRANCH CREEK ARE HYDRAULICALLY LINKED TO THE MISSISSIPPI RIVER AT ITS DISCHARGE LOCATION AT KERPER BOULEVARD. DURING PERIODS OF ELEVATED RIVER LEVELS, THE CITY OF DUBUQUE MAINTAINS AND OPERATES A FLOOD PROTECTION PUMPING FACILITY AT THE DISCHARGE POINT IN ORDER TO HELP PREVENT BEE BRANCH CREEK AND THE 16TH STREET. BASIN FROM FLOODING. THE CITY OF DUBUQUE WILL MAKE THE OPERATION AND MAINTENANCE MANUALS FOR THE FLOOD PROTECTION FACILITIES AVAILABLE TO THE CONTRACTOR DURING BIDDING AND CONSTRUCTION, AND THE CONTRACTOR SHOULD CAREFULLY REVIEW THE OPERATING PROTOCAL PRIOR TO BIDDING THE PROJECT IN ORDER TO UNDERSTAND HOW THE FLUCTUATING RIVER CONDITIONS AND PUMPING OPERATIONS MIGHT IMPACT CONSTRUCTION OF THE OVERLOOK STRUCTURE AT THE 16TH STREET BASIN. CONTRACTOR IS SOLELY RESPONSIBLE FOR THE PROTECTION OF THAT WORK, INCLUDING ANY AND ALL NECESSARY DEWATERING EFFORTS AND THIER ASSOCIATED COSTS, AND SHALL REMOVE AND REPLACE ANY WORK DAMAGED BY FLOOD WATERS IN THE BASIN. STANDARD SYMBOLS AREA OF SITE PROPERTY LINE AND/OR RIGHT OF WAY TEMPORARY EASEMENT PERMANENT EASEMENT ON SEWER SECTION CORNER IRON PIPE PROPERTY IRON MONITORING WELL SOIL BORING ID BENCH MARK BURIED TELEPHONE CABLE PEDESTAL d EXISTING UTILITY POLE • LIGHT POLE O TELEPHONE POLE PROPANE TANK O MAIL BOX SIGN AIL ROAD SIGN SAN FO CONTROL POINT GUY WIRE INLET INLET SQUARE CATCH BASIN CURB WATER BOX SEPTIC SEPTIC VENT WELL NOTATION FOR COMBUSTIBLE FLUIDS NEW WATER MAIN AND FIRE HYORANT WITH AUXILIARY VALVE EXISTING SANITARY SEWER AND MANHOLE NEW SANITARY SEWER AND MANHOLE WYE BRANCH CASING PIPE FIBER OPTIC AL OBJECTS TO BE REMOVED DECIDUOUS TREE CONIFEROUS TREE STUMP BUSH WETLAND PAVED ROAD EX TING CULVERT EXISTING CULVERT IN PROFILE ORIGINAL GROUND IN PROFILE EXISTING CONTOUR FENCE GUARD RAIL SILT FENCE RAILROAD - LARGE SCALE -SS ® G UTILITY CONTACTS ALLIANT TERRY J. DEMPEWOLF TEAM LEAD OF FIELD ENGINEERING ALLIANT ENERGY OFFICE: (563) 587-4537 CELL:(563)543-5885 T ER R Y DEMPE W OLF8 ALLIA NT EN ER G Y.COM BLACK HILLS CASSIE HIATT BLACK HILLS ENERGY 1015 CEDAR CROSS RD DUBUQUE, I8 52003 OFFICE:(563)585-4026 CELL:1563)564-7969 CASSIE.HIATT8BLACKHILLSCORP.COM CENTURY LINK CENTURY LINK BRENT GIESE ENGINEER II- NORTHEAST IA 3908 UTICA RIDGE RD BETTENDORF, IA 52722 OFFICE:(563) 355-2592 CELL:(583)650-0147 B R ENT.GI ES EBC ENTURYLINK. CO M STORM SEWER FORCE MAIN ELECTRIC DUCT TELEPHONE OR TV CABLE GAS MAIN UNDERGROUND ELECTRIC CABLE UNDERGROUND ELECTRIC CABLE 1%" IRRIGATION SUPPLY LINE. UNLESS OTHERWISE CALLED OUT %" DISTRIBUTION TUBING. UNLESS OTHERWISE CALLED OUT ORIPLINE TUBING • FLUSH PONT a.- NON -POTABLE WATER SOURCE LINE ❑ FLUSH POINT BENCHMARKS: ITC BRUCE BIELEMA FIELD SUPERVISOR ITC MIDWEST 6750 CHAVENELLE RD. DUBUQUE, IA 52002 (563) 321-1147 BBIELEMAMITCTRANSCO.COM MFO(ATOA PATRICK MOGRAW MEDIACOM CONSTRUCTION SUPERVISOR CELL: (815) 716-0582 P M OGRAW NMEDIA CO MCC.CO M WINDSTREAM DAN HOGAN WINSTREAM P.O. BOX 427. 107 E. FAYETTE ST. MANCHESTER, IA 52057 OFFICE: (563) 927-2623 CELL:(563)920-8347 DANIEL.HOGANNWINDSTREAM.COM CP DESCRIPTION NORTHING EASTING ELEVATION 231 MAG NAIL 3662586.567 56685353.180 607.164 504 %" REBAR 3662320.050 5685807.760 608.050 505 %" REBAR 3662650.550 5686022.740 609.290 506 %" REBAR 3663000.290 5685792.920 612.560 507 % NOTE: EXISTING TOPOGRAPHY NOT SHOWN FOR CLARITY. SCREENED ELEMENTS ARE PROPOSED ELEMENTS BY OTHERS STORM SEWER CONNECTIONS NUTRIENT SEPARATING BY CONTRACT 1-2015 BAFFLE BOX SUBORAIN. PVC, STANDARD, - PERFORATED. 6 IN STORM SEWER GRAVITY MAIN. TRENCHED, RCP, CL III, 15 -IN CURB AND GUTTER. P.C. CONCRETE, 2.5 FT ERMABLE`-PAVEMENT 2 STR TYPE .STA/OFFSET RIM EL DOWNSTREAM I.E. OUT SIZE SLOPE LENGTH TP -1 56501 3001+16.4/32.5'LT 609.05 604.25 15" 0.55 50.0' TP -2 SW501 3002+19.5/32.5'LT 609.25 609.92 15" 0.55 34.4' TP -3 51501 3001+35.12/32.5'LT 609.50 604.53 15" 0.55 55.9' 9F- STA/OFFSET TO CENTER DOE FOR INLETS, CENTER OF MANHOLES. AND FRONT CENTER FOR AEW'S - RIM ELEVATION TO TOP BOC FOR INLET CASTINGS AND TO TOP OF CASTING FOR MH COVERS - LENGTH OF PIPE MEASURED FROM CENTER OF STRUCTURE TO CENTER OF STRUCTURE EXCEPT AT AEW'S. WHERE LENGTH 15 MEASURED FROM CENTER OF STRUCTURE TO BACK END OF AEW REFERENCE LINE CURB AND GUTTER (REJECT) ® SEE SHEET 5.1 FOR DETAIL PAID FOR AS CURB AND GUTTER, P.C. CONCRETE, 2.5 FT NOTE: EXISTING UTILITIES ARE NOT SHOWN ON THIS DRAWING. AND IMPROVEMENT PROPOSED UNDER SEPARATE CONTRACT ARE SCREENED FOR CLARITY. CONTACTOWNER OR ENGINEER FOR CONTRACT 1-2015 '"'ORAWINGS FOR'ADDITIONAL INFORMATION AS NEEDED. PORTLAND CEMENT CONCRETE --;:PAVEMENT. CLASS C, CLASS 2 DURABILITY. 0-119 (TYP.) CURB AND GUTTER (REJECT) PAID FOR AS CURB AND GUTTER, P.C. CONCRETE, 2.5 CONTRA STRUCTURES BY CONTRACT 1-2015 ADJUST RIM ELEVATION. PAID FOR AS"MANHOLE.._ ADJUSTMENT, MINOR STRUCTURE RY."CONTRACT 1-2015 ADJUST"RIM ELEVATION TO FINISHED GRADE -' "PAID FOR AS MANHOLE ADJUSTMENT. MINOR t 0 FEET I 22ND STREET PARKING LOT PLAN AND PROFILE 625 620 615 610 605 600 595 590 S60"-109 71C24:29=== APPROXIMATE-SUBGRADE 15 64OFILE 05 1-2055 CCNTR CTOR off_ NEW ca -,LI OFILE 2 10 REFERENCE LINE PROFILE' FILEN!). 3000+00 3000+50 I ENGLISH DESIGN TEAM STRAND/IIW/KSD S:\MPD\1100-1199\1154 OD7\Micros\Contract 4-2015 (OMATS)\Plop\D.1 — 22nd Street Parking Lot Pion one Pr581..691 3001+00 3001+50 3002+00 3002+50 3003+00 3003+50 3004+00 625 620 615 610 605 600 595 590 CITY OF DUBUQUE ' PROJECT NUMBER TAP -U-2100(683)--81-31 ' SHEET NUMBER D.1 I neer: dianep 10/21/sots 9.08.32 AM OC 609.75 STA.'3002+08.2/32.5' LT OC/EOR,*10.05 STA. 3002+08.2%17x5„1.7 3'RP BOC STA. 3002+111/17.5' LT 3' RP 800 STA. 3002+13.0/17.5' LT BOC 610.83 STA. 3001+46.5/32.5' LT BOC/0fi 612.26 STA. 3000+73.1/32.5' LT BOC/ 01p 61131 STA. 3000+73.1/17.5' LT 3.RP 85 tt STA. 3000+70.1/17.5' LT 3'RP BOC STA. 3001+43.5/17.5' LT 3. RP 80C STA. 3001+42.0/17.5' LT IOC 609.57 (LP) STA. 3001+86.4/32.5' LT BOC 610.02 STA. 3001+38.9/32.5' LT BOC 609.78 STA. 3002+13.0/32.5' LT BOC/EOR 610.33 5TA. 3002+78.5/32.5' LT 600/000 610.58 t STA. 3002+78.5/17.5LT. BOC/EOR 610.20 STA. 3001+39.0/17.5. LT 00/006 610.13 STA. 3001+46.4/17.5' LT 3' RP BOC STA. 3002+812/17.5' LT \ BOC/EOR 610173 STA. 3002+812/14.5' LT BOC/EOR 610.08 STA. 3002+15.8/17.5' LT STA: 3001F42.0/14.5. 800/6015 619.25. 5TA• 3001 43 SF14 5' LT +50. .30C/OR6113.171 STA. 3002+11,1.14.5'71. X002,+0.0 BOC 61169 STA. 3000+64.6/14.5' LT +50 000 612.01 STA. 3000+64.6/14. RBOC/EOR 61194 ' TA 3000 701/14 5 RT 3'RP BOG 3000.;70.1./17,.5'HT _j , OC/E0 612.01 I - STA. 3090+73.V17.5' RT SOC/0015 61075_ ....STA. 3001+42.2/14.5. RT 014. 3901+,43.3/14.5' RT 600/EOR 610.63 STA. 3002+08.2/17.5'RT =0C/EOR 61053 'STA. 3902 12 7/14 5' RT, �"1:117 p 4 000/EOR 610. STA. 3002+15.8/17.5' RT BOC/EOR 611.22 STA. 3002+82.3/14.5' RT\, S' A. 30S POINT78.5 17.5 BOC STA. 3002+TINS/17.5' RT REFERENCE LINE BOC/EOR 610.85 STA. 3001+46.3/17.5' RT I• STA.3001+43.3/17.5' RT111 3. RP BOC STA. 3001+42.2/17.5' RT :OC 611.21 STA. 3001,39 2829 RT''=-::- ,• ...'".. .'^....^ OC 612.26 STA. 3000+73.1/32.5' BOG 610.96 STA. 3002+15.8/32.5'R 3'RP ROC STA. 3002+12.7/17.5.RT' ¢ 3' RP BOC 5TA. 3002*114/17.5 RT 000 611.59 (HP) STA. 3003+35.0/14.5' RT R 54' BOC 611.5 HP) 3003 STA. 3003+35.0/14.5' LT 0C 610.85 STA. 3002+08.2/32.5' RT :0C/EOR 61127 STA. 3002+78.5/17.5' RT BOC 611.54 STA. 3002+78.5/32.5' RT PRI NcE STREET LEGEND RP RADIUS POINT BOG BACK OF CURB EOR END OF RADIUS HP HIGH POINT LP LOW POINT 0 FEET 20 22ND STREET PARKING LOT GRAOPN6 PLAN FILE N0. 1 ENGLISH I\ DESIGN TEAM STRAND/IIW/KSD S:\MPO\1100--1199\1154\007\Micro.\Cantract 4-2015 (DMATS)\Plop\L4 - 22nd Street Parking Lot Plan.tlgn CITY OF DUBUQUE I PROJECT NUMBER TAP -U-2100(683)--81-31 I SHEET NUMBER L.4 1 user. di nel 10/21 2015 9:05:20 AM PAyke '"%'".%%%%'"'%'%"..•1%..%......... 1141100, , SIDEWALK. REINFORCED P.C. IIIII1 11 4j wno8 DETECTABLE WARNINGS % 4 „ /I Si ' i 6.04. ,,: „ W1106 1 mun DETECTABLE WARN/N011 0 -4 ; W120 0 ' .-4c. .. Nr • . CONCRETE. , 1416.,. dir/.1 s r 7 -IN ,,, " ,„.,, Ak / -,.V.',,, 1203 ....0.410; , Mr - ! W1205 PCC SIDEWALK.4-IN PCC SIDEWALK. 6-16 PRINCE STREET ! 1_ - ' ' LOT PARKIWARNINGS / W210- W210 / , w210 DETECTABLE WARNINGS 16, ', W2101 ''''*,• .„,„ , . ,,,„ .,k' fl/ PCC SIDEWALK. -IN / V , W210 , 4Z" . PCC SIDEWALK. 7 -IN W210 4... , / ,...., ,...„- . - 4,- .- , / , . PCC SIDEWALK. 4 -IN W1305 --, \ 1304 •! ' a , _ • • . ' • V0306 i 5,1 i 1.Z. W1303 PCC SIDEWALK. 6 -IN • ; • . • , • : ' 33301 k .;,. DETECTABLE WARNINGS WI302 : ' \ \ \ \\\ . , . 22ND STREET PARKING LOT 0 0 FEET 1 I ....,,i• N. N N N \ \ N . . . . i 20 1 . , • . . : • . . • eRiA ,„?•._, ON. Alt 61E.I92e orN ,f, StNisiA., r, ,,,,Mrmd bu CoNtrt-1111,1,,sharlay,„Itlat.VX VIE! SIA1.1022:,saitatEsx-, EM,,tatre A 1-10,ation Slope SIDEWALK COMPLIANCE iwo 5 16I32122 , StAIng , z 11/91511111/915111RmulrtM1 : MNNSured i , -, , 123-14 19-15-1 991DE 1,,,Cli MY,. 38111E5 DEED IQ 91298P7212/ DESIGNED SIGEES , ,82. 4.82.,488 153 .5 76' ain 914481 8 P48 • an48.88824 28842 ! 4.8 41824 ! 41898 2, i 18812 i 14.884 , 15111,1126?, PNE,7 , StaTim Offser Elimaric, 81181 ' ala WilES 321104 HUBS 81108 1111e6 1-0,291 82292 Win 812214 W1285 111299 81481 11092 111993 81.3221 81101 81E13E 4181 81182 9118/ 821.84 4299 84188 : ff , /5 E, 5 „ PUS- 44 882, i 8n X .. -721,32 ' kaa. 215111 5104 ma .8,89 -0,82 e.111 ,,X, 2,8X 811103 11399 *9,1.9/3/1/5 111//32 5,81 0.27 EA% 0.591 to 8.11 4189 LANNINPITO.INNSpatH 1..39 0,04 e.e% a= 66 2,24 311.165 SSNEwNEN CrasS Slop 1.8.0E 4415 ,E,SN 0.5% to 1,19' 113I65 1911933331141111133 599111 149 -e...17 -E.,,E, 9.19, tz, z..a litlal Raw Numing Slope 1.6/8 4.30 -6.&,' 5.55 to 1..5 ,inu tanzin.,...ening 9994.1' 1B,49 ,E.1/9 -1;3 9.111'21 7.914. 11.1202 Ram 03255 21989 8,11 r4 2.31, WEEMS Ramp 2888i8g 8128,8 5.28 am 1,2163 exXX 10 2,52, ...12i.4 EaNgTHEME,Ning Space '',E* 0,10 1,4 OAS tu La 111285 5111mAW 17.31.13 Slope 5,00 8,07 IA 0,31 20 2.8% WM, EaNding,H.rnIng SuNcE SAE >0.07 -1.4111 a.a t. 2-e16 81291 RAN* Mowing SINN 5.,S9 -9,84 ,5,2', di.,N, to 1.41 11144 82.8 18245 41821. 8 .28 OA/ 27111 (4,116 to 2.442 8130 114.8 288•414g 11c4.4 2.81 11.41, 5,48 4,58142 9.114 ,111304 ..,anUtosinm'MAN 5911g8 57,51 5,81 171" On-, 2211 1.84 111321 598/513111(61156 Siopm 9,8/1 4../216 ..t.. -r. e.,...,%, .r.,.. La : 14184 /,/924749/398/,1 13 Sp.E :,,ffl -117'7 -1,4% 0,4 to :,.' a11391 R,N,Np EuruMNN swum 7,118 .6.;7 4,111 a, :A -18 11.31 ,Pn 82322 4,41148/8248128/ 5848. 5'48 11.1116 15616 *J:4 I:. 1.84 8481 9'4-,,111/#45 71088 5.61 -a16 .2•45 8,37 911 838 451184 82812 0,822 11292 1.5,811 49,1111 4.11 16.1'1 11/1 '.,g.,,.. /111/14 8228.881,11818 51888 2,87 ass 1,21. 9,111/1 9,18 14114.5, /21.2880,88888 199119 11,918 8,916e.,11i ,. .7" 82,,W.3,, 1..thWIV,th..g5*.. 1.8,119 ELBE -86.16 9.11*211 1514, 141182 3046922,90 n4,18 418.12 81242 3893,52,5.8 -14.1e 810,61 21189 3093852,1.9 -13..59 6144118 811B.1 1393E111E.5E -24.99 699.84 11I1e5 3903,11E,50 -:14.50 810.99 81146 3.10142.18 -13.55 618.92 ..15151 31183442.1 14.5a 611.14 81282 584131149.5 14,32 613.,87 141288 EREEE.W.5 1.9.41 111.3? 141184 ,.. .... . 81,33 HIM .NEMS.NLN 83.91e 611_47 HUN. 16985114E,3 19..59 811,46 .21181 1985.94,2 516,2.8 6.11,0, 81182 3..96892,9 37-58 1111 ,9. 1*11993 2a.....4.5... 19.10 422_18 4135.1 994/688E,9 44,90 612,21 4E99 SUOA,UH,S 44.90 E11„2E N1366 E800.96,9 39.50 5122K, 4181 81914111.4 21 . 48 584.74 141191 4/4294.1.11 12.88 98/7411 82103 2,081,81.° , ,A 884,41 8,114,1 4821.12,6 2,18 401,591 82103 4091111.4A z.'49 80484 851.86. 88911111,1 .20,9e. 681,0 FILE NO. I ENGLISH I DESIGN TERN STRAND/IIW/KSD F CITY OF DUBUQUE I PROJECT NUMBER TAP -U-2100(6 8 3)--8I-31 I SHEET NUMBER S.1 I . n mm mg 11119amp e 1. gn A d d e n d u m Iowa Department of Transportation Date of Letting: November 17, 2015 Office of Contracts Date of Addendum: November 13, 2015 B.O. Proposal ID Proposal Work Type County Project Number Addendum 452 31-2100-683 MISCELLANEOUS DUBUQUE TAP-U-2100(683)--8I-31 17NOV452.A02 Make the following changes to the PROPOSAL SPECIAL PROVISIONS LIST&TEXT: Add the attached: i SP- 157006 November 17, 2015 SPECIAL PROVISIONS FOR OVERLOOK ROOF SYSTEM Dubuque County TAP-U-2100(683)--8I-31 s Page 1 of 32 i SP-157006 (New) C4110WADOTi I SPECIAL PROVISIONS FOR OVERLOOK ROOF SYSTEM Dubuque County TAP-U-2100(683)--81-31 I Effective Date November 17, 2015 THE STANDARD SPECIFICATIONS, SERIES 2015, ARE AMENDED BY THE FOLLOWING MODIFICATIONS AND ADDITIONS. THESE ARE SPECIAL PROVISIONS AND THEY SHALL PREVAIL OVER THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS. I i ,h li I Ig II a i i i Page 2 of 32 SP-157006, Page 2 of 31 STEEL DECK 1 GENERAL 1.1 RELATED DOCUMENTS A. Plans. 1.2 SUMMARY A. Section Includes: 1. Roof deck. i r 1.3 ACTION SUBMITTALS A. Product Data: For each type of deck, accessory, and product indicated. B. Shop Drawings: 1. Include layout and types of deck panels, anchorage details, reinforcing channels, pans, cut deck openings, special jointing, accessories, and attachments to other construction. 1.4 INFORMATIONAL SUBMITTALS A. Welding certificates. B. Product Certificates: For each type of steel deck. C. Evaluation Reports: For steel deck. D. Field quality-control reports. 1.5 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.3, "Structural Welding Code-Sheet Steel." 1.6 DELIVERY, STORAGE, AND HANDLING A. Protect steel deck from corrosion, deformation, and other damage during delivery, storage, and handling. B. Stack steel deck on platforms or pallets and slope to provide drainage. Protect with a waterproof covering and ventilate to avoid condensation. Page 3 of 32 SP-157006, Page 3 of 31 2 PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. AISI Specifications: Comply with calculated structural characteristics of steel deck according to AISI's "North American Specification for the Design of Cold-Formed Steel Structural Members." 2.2 ROOF DECK A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. ASC Profiles, Inc.; a Blue Scope Steel company. 2. Canam United States; Canam Group Inc. 3. CMC Joist& Deck. 4. Consolidated Systems, Inc.; Metal Dek Group. 5. Cordeck. 6. DACS, Inc. r 7. Epic Metals Corporation. 8. Marlyn Steel Decks, Inc. 9. New Millennium Building Systems, LLC. 10. Nucor Corp.; Vulcraft Group. 11. Roof Deck, Inc. 12. Valley Joist; Subsidiary of EBSCO Industries, Inc. 13. Verco Manufacturing Co. 14. Wheeling Corrugating Company; Div. of Wheeling-Pittsburgh Steel Corporation. B. Roof Deck: Fabricate panels, without top-flange stiffening grooves, to comply with "SDI Specifications and Commentary for Steel Roof Deck," in SDI Publication No. 31, and with the following: 1. Galvanized-Steel Sheet: ASTM A 653/A 653M, Structural Steel (SS), Grade 33 G60 zinc coating. 2. Deck Profile: As indicated. 3. Profile Depth: As indicated. 4. Design Uncoated-Steel Thickness: As indicated. 5. Span Condition: As indicated. 6. Side Laps: Overlapped or interlocking seam at Contractor's option. 2.3 ACCESSORIES A. General: Provide manufacturer's standard accessory materials for deck that comply with requirements indicated. B. Mechanical Fasteners: Corrosion-resistant, low-velocity, power-actuated or pneumatically driven carbon-steel fasteners; or self-drilling, self-threading screws. C. Side-Lap Fasteners: Corrosion-resistant, hexagonal washer head; self-drilling, carbon-steel screws, No. 10 minimum diameter. D. Flexible Closure Strips: Vulcanized, closed-cell, synthetic rubber. Page 4 of 32 y 4 SP-157006, Page 4 of 31 E. Miscellaneous Sheet Metal Deck Accessories: Steel sheet, minimum yield strength of 33,000 psi, not less than 0.0359 inch design uncoated thickness, of same material and finish as deck; of profile indicated or required for application. F. Weld Washers: Uncoated steel sheet, shaped to fit deck rib, 0.0598 inch thick, with factory- punched hole of 3/8-inch minimum diameter. G. Galvanizing Repair Paint: ASTM A 780SSPC-Paint 20 or MIL-P-210358, with dry film containing a minimum of 94% zinc dust by weight. 3 EXECUTION 3.1 EXAMINATION A. Examine supporting frame and field conditions for compliance with requirements for installation tolerances and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. j 3.2 INSTALLATION, GENERAL A. Install deck panels and accessories according to applicable specifications and commentary in SDI Publication No. 31, manufacturer's written instructions,and requirements in this Section. B. Locate deck bundles to prevent overloading of supporting members. I C. Place deck panels on supporting frame and adjust to final position with ends accurately aligned and bearing on supporting frame before being permanently fastened. Do not stretch or contract i side-lap interlocks. i D. Place deck panels flat and square and fasten to supporting frame without warp or deflection. E. Cut and neatly fit deck panels and accessories around openings and other work projecting through or adjacent to deck. F. Provide additional reinforcement and closure pieces at openings as required for strength, continuity of deck, and support of other work. G. Comply with AWS requirements and procedures for manual shielded metal arc welding, appearance and quality of welds, and methods used for correcting welding work. H. Mechanical fasteners may be used in lieu of welding to fasten deck. Locate mechanical fasteners and install according to deck manufacturer's written instructions. 3.3 ROOF-DECK INSTALLATION A. Fasten roof-deck panels to steel supporting members by arc spot (puddle)welds of the surface diameter indicated or arc seam welds with an equal perimeter that is not less than 1-1/2 inches long, and as follows: 1. Weld Diameter: 5/8 inch, nominal. Page 5 of 32 i SP-157006, Page 5 of 31 2. Weld Spacing: Weld edge and interior ribs of deck units with a minimum of two welds per deck unit at each support. Space welds as indicated. 3. Weld Washers: Install weld washers at each weld location. B. Side-Lap and Perimeter Edge Fastening: Fasten side laps and perimeter edges of panels between supports, at intervals not exceeding the lesser of 1/2 of the span or 18 inches, and as follows: 1. Mechanically fasten with self-drilling, No. 10 diameter or larger, carbon-steel screws. C. End Bearing: Install deck ends over supporting frame with a minimum end bearing of 1 1/2 inches, with end joints as follows: 1. End Joints: Lapped 2 inches minimum. D. Miscellaneous Roof-Deck Accessories: Install ridge and valley plates, finish strips, end closures, and reinforcing channels according to deck manufacturer's written instructions. Weld or mechanically fasten to substrate to provide a complete deck installation. 1. Weld cover plates at changes in direction of roof-deck panels unless otherwise indicated. ii i 3.4 FIELD QUALITY CONTROL A. Testing Agency: Contracting Authority will engage a qualified testing agency to perform tests and inspections. B. Field welds will be subject to inspection. C. Testing agency will report inspection results promptly and in writing to Contractor and Engineer. D. Remove and replace work that does not comply with specified requirements. E. Additional inspecting, at Contractor's expense, will be performed to determine compliance of corrected work with specified requirements. 3.5 PROTECTION A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on both surfaces of deck with galvanized repair paint according to ASTM A 780 and manufacturer's written instructions. B. Provide final protection and maintain conditions to ensure that steel deck is without damage or deterioration at time of Substantial Completion. 4 MEASUREMENT AND PAYMENT 4.1 METHOD OF MEASUREMENT A. Cost for work under this Section shall be paid for in accordance with the lump sum prices bid for the Overlook Roof System. Page 6 of 32 } i w SP-157006, Page 6 of 31 4.2 BASIS OF PAYMENT A. Prices bid shall include all labor, materials, and equipment, necessary to complete the work as specified herein and as shown on the plans. END OF SECTION i I� Page 7 of 32 SP-157006, Page 7 of 31 WOOD DECKING 1 GENERAL 1.1 RELATED DOCUMENTS A. Plans. 1.2 SUMMARY i A. Section Includes: 1. Glued-laminated wood roof decking (for ceiling). 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. �I 1. For glued-laminated wood decking, include installation instructions and data on lumber, adhesives, and fabrication. B. Samples: 24 inches long,showing the range of variation to be expected in appearance of wood decking. I I 1.4 QUALITY ASSURANCE A. Standard for Solid-Sawn Wood Decking: Comply with AITC 112. 1.5 DELIVERY, STORAGE, AND HANDLING A. Schedule delivery of wood decking to avoid extended on-site storage and to avoid delaying the Work. B. Store materials under cover and protected from weather and contact with damp or wet surfaces. Provide for air circulation within and around stacks and under temporary coverings. Stack wood decking with surfaces that are to be exposed in the final Work protected from exposure to sunlight. 2 PRODUCTS 2.1 WOOD DECKING, GENERAL A. General: Comply with DOC PS 20 and with applicable grading rules of inspection agencies certified by ALSC's Board of Review. 0 Page 8 of 32 SP-157006, Page 8 of 31 B. Moisture Content: Provide wood decking with 15% maximum moisture content at time of dressing. 2.2 GLUED-LAMINATED WOOD DECKING i A. Face Species: Western red cedar B. Decking Nominal Size: 2x6 or 2x8 C. Decking length: Random lengths with minimum length 12 feet. D. Decking Configuration: Tongue-and-groove. E. Face Grade: Custom or Supreme: Clear face is required. Occasional pieces may contain a small knot or minor characteristic that does not detract from the overall appearance. F. Face Surface: Smooth u G. Edge Pattern: Channel grooved H. Laminating Adhesive: Wet-use type complying with ASTM D 2559. 1. Adhesives shall contain no urea-formaldehyde resins. 2. Adhesives shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.3 ACCESSORY MATERIALS A. Fasteners for Glued-Laminated Decking: Provide fastener size and type complying with ' requirements in "Installation"Article for installing laminated decking. 7 B. Screws: Square or hex head. Provide minimum 1 1/4 inch penetration into support structure. C. Fastener Material: Stainless steel. 3 EXECUTION 3.1 EXAMINATION A. Examine support framing in areas to receive wood decking for compliance with installation tolerances and other conditions affecting performance of wood decking. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install laminated wood decking to comply with manufacturer's written instructions. Page 9 of 32 J SP-157006, Page 9 of 31 1. Locate end joints for controlled random lay-up. Do not have joints in decking in adjacent pieces. Stagger joints on support members. 2. Slant anchor each course of glued-laminated wood decking thru the tongue of the course at each support member above. 3.3 ADJUSTING A. Repair damaged surfaces and finishes after completing erection. Replace damaged decking if repairs are not approved by Engineer. 3.4 PROTECTION P A. Provide temporary waterproof covering as the Work progresses to protect roof decking until roofing is applied. j 4 MEASUREMENT AND PAYMENT N u 4.1 METHOD OF MEASUREMENT IIS A. Cost for work under this Section shall be paid for in accordance with the lump sum prices bid for the Overlook Roof System. 4.2 BASIS OF PAYMENT A. Prices bid shall include all labor, materials, and equipment, necessary to complete the work for the individual items as specified herein and as shown on the plans. END OF SECTION a F' i Page 10 of 32 i SP-157006, Page 10 of 31 COMPOSITE METAL PANELS 1 GENERAL 1.1 RELATED DOCUMENTS A. Plans. 1.2 SUMMARY A. This Section includes the following: 1. Composite metalp anels. 1.3 SUBMITTALS A. Design criteria and design loads, which are applied to the primary structure, shall be specifi- cally indicated and located on the shop drawings. B. Shop Drawings: Indicate thickness and dimensions of parts, installation requirements,uirements fas- tening and anchorage methods; detail and location of joints and sealants including joints-nec- essary to accommodate structural frame and 160°F temperature range thermal movement. C. Submit certification with shop drawings that material meets requirements specified. D. Samples: 1. Panel Assembly: For each type of assembly, 16 inches by 16 inches minimum. 2. For each color or finish selected 12 inches by 12 inches minimum. 3. Submittal and approval of physical samples representative of the details and specifications of this project's most difficult condition, is required prior to fabrication of said composite panels. 1.4 QUALITY ASSURANCE A. Composite Panel Manufacturer: Minimum of 10 years of continuous experience manufactur- ing composite panels of the type specified, and capable of providing a list of five projects of similar size, including approximate time of installation and the name of the architect for each. B. Fabricator/Installer: Certified by panel manufacturer and have a minimum of 6 years of expe- rience handling composite panels of this type, project size, and scope. They shall also provide a list of five projects utilizing this material with approximate date, and name of architect. C. Shop fabricate all composite panels. No field fabrication will be allowed. Panels must fabricat- ed using the envelope pan corner, with back up plate, caulking, and pneumatically applied pop rivets. Page 11 of 32 SP-157006, Page 11 of 31 1.5 DELIVERY, STORAGE, AND HANDLING A. Protect finish and edges in accordance with panel manufacturer's recommendations. B. Store material in accordance with panel manufacturer's recommendations. 1.6 PROJECT CONDITIONS A. Field Measurements: Verifylocation of structural members and openings in substrates b Y field measurements before fabrication and indicate measurements on Shop Drawings. Coor- dinate fabrication schedule with construction progress to avoid delaying the Work. 1.7 WARRANTY 1 A. General Warranty: Special warranties specified in this Article shall not deprive the Contracting Authority of other rights the Contracting Authority may have under other provisions of the con- tract documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the contract documents. 4 B. Special Finish Warranty: Submit a written warranty, signed by manufacturer, covering failure of the factory-applied exterior finish on metal wall panels within the specified warranty period and agreeing to repair finish or replace wall panels that show evidence of finish deterioration. Deterioration of finish includes, but is not limited to, color fade, chalking, cracking, peeling, and loss of film integrity. l C. Finish Warranty Period: 20 years from date of Substantial Completion. I 2 PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorpo- rated into the Work include, but are not limited to the following: 1. Laminators, Inc. a. Metal Panel Types: 1) Omega-Lite for flat surface installations. 2.2 MATERIALS A. Aluminum-Faced Composite Wall Panels: 2.1 Panel Construction: Finished aluminum sheet over a corrugated polyallomer(CPA) core with backer sheet. 2.2 Panel Facing: Smooth face, minimum 0.021 inch thick, ASTM B209 aluminum sheet. 2.3 Panel Backing: Random painted aluminum sheet, minimum 0.013 inch thick,ASTM B209 aluminum sheet. I d s Page 12 of 32 i SP-157006, Page 12 of 31 2.4 Panel Thickness: 1/4 inch. 2.5 Fire Test Performance: ASTM E84: Class A. 2.6 Bond Test Performance: ASTM C481-A Cyclic Aging: Pass. 2.7 Finish: Kynar 500 - PVDF fluoropolymer paint system meeting AAMA 2605. 1. Finish Colors: To match architects samples. a. Color A to be Rocky Grey b. Color B to be Champagne B. Aluminum-Faced Composite Wall Panels Trim: 1. Manufacturers Two-Piece Snap-Fit—color to match panel. 2.3 ACCESSORIES A. Manufacturer's Sealants and Accessories: Provide manufacturer's recommended sealants and accessories for product installation. B. Flashing: Fabricate flashing materials from 0.030 inch minimum thickness aluminum sheet painted to match the adjacent curtain wall/panel system where exposed. Provide a 12 inch wide lap strap under the flashing at abutted conditions and seal lapped surfaces with a full bed of non- hardening sealant. 2.4 FABRICATION I A. General: Fabricate and finish metal wall panels and accessories at the factory to greatest ex- tent possible, by manufacturer's standard procedures and processes. Comply with indicated profiles and with dimensional requirements. 1. Form panel with surfaces free from warp and buckle. 2. Where indicated, fabricate panels to radius shown. B. Tolerances: Length and Width: plus or minus 1/16 inch. Squareness (Diagonals): equal with- in 1/8 inch. 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. Examine substrates, areas, and conditions, with substrate installer present,for compliance with requirements for structural soundness, installation tolerances, metal panel supports, and other conditions affecting performance of work. 1. Examine primary and secondary wall framing to verify that girts, angles, channels, studs, and other structural panel support members and anchorage have been in- stalled within alignment tolerances listed below. a. 1/4 inch in any 20 feet length vertically or horizontally. b. 1/2 inch in any building elevation. 2. Examine solid wall sheathing to verify that sheathing joints are supported by framing or blocking and that installation is within flatness tolerances required. 3. For the record, prepare written report, endorsed by panel installer and substrate in- Page 13 of 32 SP-157006, Page 13 of 31 staller, listing remedy for conditions detrimental to performance of work. C. Examine roughing-in for components and systems penetrating metal panels to verify actual locations of penetrations relative to seam locations of metal panels before metal panel instal- lation. D. Proceed with installation only after all unsatisfactory conditions have been corrected. E. If substrate preparation is the responsibility of another installer, notify Engineer of unsatisfac- tory preparation before proceeding. 3.2 INSTALLATION A. Comply with panel manufacturer's instructions and approved shop drawings for installation and erection of panels. B. Anchor panels securely in place, providing necessary thermal and structural movement. C. Erect the work plumb, level and true to line with tolerances not exceeding 1/8 inch in 10 feet. D. Provide a concealed fastener installation system, with no fasteners exposed. All fasteners at- tached to the composite panels must be attached with a pneumatically applied pop rivet. E. Conform to panel manufacturer instructions for installation of concealed fasteners. fi F. Where aluminum abuts or joins adjacent dissimilar metals, execute joint to facilitate drainage and eliminate possibility of corrosion. 3.3 SEALANTS A. Sealing of aluminum clad composite panels will be a part of this Section. B. Sealant shall be certified by the Manufacturer for this project and shall be installed per Manu- facturer's procedures with experienced personnel that are approved by Manufacturer. C. Mask, prior to and during installation of silicone, sealant, exposed surfaces adjacent to silicone sealant joinery. D. Remove masking immediately following finishing, tooling before skinning occurs. 3.4 CLEANING AND PROTECTING A. Protection: Protect installed product and finish surfaces from damage during construction. B. Cleaning: Remove temporary coverings and protection of adjacent work areas. Repair or re- place damaged installed products. Clean installed products in accordance with manufactur- er's instructions prior to owner's acceptance. Remove construction debris from project site and legally dispose of debris. C. Protect installed products until completion of project. D. Touch-up, repair or replace damaged products before Substantial Completion. Page 14 of 32 SP-157006, Page 14 of 31 E. Clean only after installation procedures, including joint treatment, are completed. 3.5 DAMAGED PANELS A. Panels may be rejected for any of the following reasons: 1. Exceeding specified installation tolerances. 2. Damage during construction operations. 3. Exposed-to-view surfaces having surface-finish deficiencies, scratches, dents or other condition. B. Panels may be repaired if Engineer has viewed panel and agrees repair may be attempted and damaged area is 15 feet above grade or finish floor. C. Replace panels repaired but not acceptable to the Engineer. 4 MEASUREMENT AND PAYMENT 4.1 METHOD OF MEASUREMENTI A. Cost for work under this Section shall be paid for in accordance with the lump sum price bid for the Overlook Roof System. t i 4.2 BASIS OF PAYMENT A. Prices bid shall include all labor, materials, and equipment, necessary to complete the work for the individual items as specified herein and as shown on the plans. END OF SECTION i I Page 15 of 32 i SP-157006 Page 15 of 31 SHEET METAL ROOFING 1 GENERAL a II I 1.1 RELATED DOCUMENTS A. Plans. . 1.2 SUMMARY A. Section Includes: 1. Standing-seam metal roofing, custom fabricated in factory. I I i 1.3 PERFORMANCE REQUIREMENTS A. General Performance: Sheet metal roofing system including, but not limited to, metal roof u panels, cleats, clips, anchors and fasteners, sheet metal flashing integral with sheet metal roofing, fascia panels, trim, battens, underlayment, and accessories shall comply with requirements indicated without failure due to defective manufacture, fabrication, installation, or other defects in construction. Sheet metal roofing shall remain watertight. B. Thermal Movements: Provide sheet metal roofing that allows for thermal movements from ambient and surface temperature changes. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120°F, ambient; material surfaces. I I I 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Shop Drawings: Show fabrication and installation layouts of sheet metal roofing, including plans, elevations, expansion joint locations, and keyed details. Distinguish between shop- and field-assembled work. Include the following: 1. Details for forming sheet metal roofing, including seams and dimensions. 2. Details for joining and securing sheet metal roofing, including layout of fasteners, cleats, clips, and other attachments. Include pattern of seams. 3. Details of termination points and assemblies, including fixed points. 4. Details of expansion joints, including showing direction of expansion and contraction. 5. Details of roof penetrations. 6. Details of edge conditions, including eaves, ridges, valleys, rakes, crickets, and counter flashings. 7. Details of special conditions. 8. Details of connections to adjoining work. 9. Detail the following accessory items, at a scale of not less than 3 inches per 12 inches Page 16 of 32 5 SP-157006, Page 16 of 31 a. Flashing and trim. b. Gutters and downspouts as they relate to adjacent sheet metal roofing. C. Samples for Initial Selection: For each type of sheet metal roofing indicated, with factory- applied color finishes. 1. Include similar Samples of trim and accessories involving color selection. D. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: 1. Trim and Metal Closures: 12 inches long and in required profile. Include fasteners and other exposed accessories. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Roof plans drawn to scale with coordinated details for penetrations and roof-mounted items. Show the following: 1. Sheet metal roofing and attachments. B. Qualification Data: For qualified Installer. C. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for each product. .i D. Warranties: Sample of special warranties. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For roofing sheet metals and accessories to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Sheet Metal Roofing Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. 1.8 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal roofing materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal roofing materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal roofing from exposure to sunlight and high humidity, except to the extent necessary for the period of sheet metal roofing installation. Page 17 of 32 SP-157006 Page 17 of 31 1.9 COORDINATION A. Coordinate installation of roof curbs, equipment supports, and roof penetrations, which are specified in other Sections. B. Coordinate sheet metal roofing with rain drainage work, flashing, trim, and construction of metal decks walls, and other adjoining work to provide a leakproof, secure, and noncorrosive installation. 1.10 WARRANTY A. Special Warranty: Warranty form at the end of this Section in which Installer agrees to repair or replace components of sheet metal roofing that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: I a. Structural failures, including but not limited to rupturing, cracking, or puncturing. b. Wrinkling or buckling. C. Loose parts. d. Failure to remain weathertight, including uncontrolled water leakage. e. Deterioration of metals, metal finishes, and other materials beyond normal weathering, including non-uniformity of color or finish. f. Galvanic action between sheet metal roofing and dissimilar materials. N 2. Warranty Period: Two years from date of Substantial Completion. B. Special Warranty on Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace sheet metal roofing that shows evidence of deterioration of factory- applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but isnot limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. 2 PRODUCTS 2.1 ROOFING SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable, temporary protective film before shipping. B. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 1. Pac-Clad—Tite-Loc Plus Page 18 of 32 SP-157006, Page 18 of 31 a. Panel Width: 18 inches b. Seam Height: 2 inches C. Aluminum Sheet: ASTM B 209, alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required. 1. Thickness: 0.032 inch. 2. Surface: Smooth, flat 3. All panels to be full length with no lap seams between standing seams. 4. Exposed Coil-Coated Finish: a. Finish shall be a Two-Coat Fluoropolymer: Kynar 500 or Hylar 5000 Fluorocarbon coating with a top side film thickness of 0.70 to 0.90 mil over a 0.25 to 0.3 mil prime coat to provide a total dry film thickness of 0.95 to 1.25 mil, to meet AAMA 621. Bottom side shall be coated with a primer with a dry film thickness of 0.25 mil Finish shall conform to all tests for adhesions, flexibility and longevity as specified by Kynar 500 or Hylar 5000 finish supplier. 5. Color: As selected by Engineer from manufacturer's full range. 6. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester-backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil. 2.2 UNDERLAYMENT MATERIALS A. Self-Adhering, High-Temperature Sheet: Minimum 30 to 40 mils thick, consisting of slip- resisting polyethylene-film top surface laminated to layer of butyl or SBS-modified asphalt adhesive, with release-paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: ASTM D 1970; stable after testing at 240°F. 2. Low-Temperature Flexibility: ASTM D 1970; passes after testing at minus 2.0°F. 3. Products: Subject to compliance with requirements, provide one of the following: a. Carlisle Coatings&Waterproofing Inc.; CCW WIP 300HT. b. Grace Construction Products, a unit of W. R. Grace & Co.; Ultra. C. Henry Company; Blueskin PE200 HT. d. Metal-Fab Manufacturing, LLC; Wind and Water Shield e. Owens Corning; WeatherLock Metal High-Temperature Underlayment. f. Tamko; TW Tile and Metal Underlayment. g. SharkSkin; Ultra 2.3 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for a complete roofing system and as recommended by fabricator for sheet metal roofing. B. Fasteners: Wood screws, annular-threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads. 1. General: a. Exposed Fasteners: Heads matching color of sheet metal roofing using plastic caps or factory-applied coating. d Page 19 of 32 i SP-157006 Page 19 of 31 b. Fasteners for Flashing and Trim: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. C. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. C. Sealant Tape: Pressure-sensitive, 100 %solids, gray polyisobutylene compound sealant tape with release-paper backing. Provide permanently elastic, nonsag; nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. D. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. h 2.4 ACCESSORIES A. Sheet Metal Accessories: Provide components required for a complete sheet metal roofing assembly including trim, copings, fasciae, corner units, clips, flashings, sealants, gaskets, fillers, u metal closures, closure strips, and similar items. Match material and finish of sheet metal N roofing unless otherwise indicated. Custom fabricate flashings and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. Obtain field measurements for accurate fit before shop fabrication. 1. Cleats: For mechanically seaming into joints and formed from the following materials: a. Aluminum Roofing: 0.0250 inch thick stainless steel. 2. Clips: Minimum 0.0625 inch thick, stainless-steel panel clips designed to withstand negative-load requirements. 3. Backing Plates: Plates at roofing splices, fabricated from material recommended by SMACNA. 4. If Strippable coating to be applied on the pre-finished metals to the top side to protect the finish during fabrication, shipping and handling, film shall be removed before installation. 5. Form exposed sheet metal accessories without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 6. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of accessories exposed to view. 7. Fabricate cleats and attachment devices of sizes as recommended by SMACNA's "Architectural Sheet Metal Manual" for application, but not less than thickness of metal being secured. 8. Closures: use composition or metal profiled closures at the top of each elevation to close ends of the panels. Metal closures to be made in the same material and finish as face sheet. 9. Trim: Trim shall be fabricated of the same material and finish to match the profile, and will be press broken in lengths of 10 to 12 feet. Trim shall be formed only by the manufacturer of their approved dealer. Trim to be erected in overlapped condition. Use lap strips only as indicated on drawings. Miter conditions shall be factory welded material to match the sheeting. Page 20 of 32 SP-157006, Page 20 of 31 2.5 FABRICATION A. General: Provide factory-formed metal roof panels designed to be installed by lapping and inter- connecting raised side edges of adjacent panels with joint type indicated and mechanically at- taching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates and accessories required for a weathertight installation. 9 B. Roof panels shall be standing seam with 2 inch high seams that are mechanically seamed to- gether at 180 degrees. C. Panels to be produced with factory supplied hot melt mastic in the seams. D. Panels to be designed for attachment with concealed fastener clips, spaced as required by the manufacturer to provide for both positive and negative design loads, while allowing for the expan- sion and contraction of the entire roof system resulting from variations in temperature. E. Fabrication Tolerances: Fabricate sheet metal roofing that is capable of installation to tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." F. Expansion Provisions: Fabricate sheet metal roofing to allow for expansion in running work suffi- cient to prevent leakage, damage,and deterioration of the Work. Where lapped expansion provi- sions cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch '{ deep, filled with butyl sealant concealed within joints. G. Sealant Joints: Where movable, nonexpansion-type joints are indicated or required to produce weathertight seams, form metal to provide for proper installation of elastomeric sealant in compli- ance with SMACNA standards. H. Metal Protection: Where dissimilar metals will contact each other, protect against galvanic action by painting contact surfaces with bituminous coating, by applying self-adhering sheet underlay- i ment to each contact surface, or by other permanent separation as recommended by fabricator of sheet metal roofing or manufacturers of the metals in contact. L Forming: Use continuous end rolling method. No end laps on panels. No portable roll forming machines will be permitted on this project, no installer-owned or installer-rented machines will be permitted for fabrication of panels. It is the intent of the Engineer to provide factory-manufactured panel systems only for this project. J. Sheet Metal Accessories: Custom fabricate flashings and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. Obtain field measurements for accurate fit before shop fabrication. 1. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces of accessories exposed to view. 2. Fabricate cleats and attachment devices of sizes as recommended by SMACNA's "Architectural Sheet Metal Manual" for application, but not less than thickness of metal being secured. Page 21 of 32 E SP-157006 Page 21 of 31 3 EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting performance of the Work. 1. Examine solid roof sheathing to verify that sheathing joints are supported by framing or blocking, that tops of fasteners are flush with surface, and that installation is within flatness tolerances required for finished roofing installation. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and completely anchored, and that provision has been made for drainage, flashings, and penetrations through sheet metal roofing. B. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. C. Examine roughing-in for components and systems penetrating sheet metal roofing to verify actual locations of penetrations relative to seam locations of sheet metal roofing before installation. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 UNDERLAYMENT INSTALLATION A. Self-Adhering Sheet Underlayment: Install self-adhering sheet underlayment, wrinkle free, on roof sheathing under sheet metal roofing. Apply primer if required by underlayment manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation; use primer rather than nails for installing underlayment at low temperatures. Apply over entire roof, in shingle fashion to shed water, with end laps of not less than 6 inches staggered 24 inches between courses. Overlap side edges not less than 3 1/2 inches. Roll laps with roller. Cover underlayment within 14 days. J B. Install flashings to cover underlayment to comply with requirements in Section "Sheet Metal Flashing and Trim." 3.3 INSTALLATION, GENERAL A. General: Anchor sheet metal roofing and other components of the Work securely in place, with provisions for thermal and structural movement. Install fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for a complete roofing system and as recommended by fabricator for sheet metal roofing. 1. Field cutting of sheet metal roofing by torch is not permitted. 2. Provide metal closures at peaks and rake edges. 3. Flash and seal sheet metal roofing with closure strips at eaves, rakes, and perimeter of all openings. Fasten with self-tapping screws. 4. Locate and space fastenings in uniform vertical and horizontal alignment. Predrill panels for fasteners. 5. Install sealant tape where indicated. h l Page 22 of 32 SP-157006, Page 22 of 31 6. Lap metal flashing over sheet metal roofing to allow moisture to run over and off the material. 7. Do not use graphite pencils to mark metal surfaces. B. Thermal Movement. Rigidly fasten metal roof panels to structure at only one location for each panel. Allow remainder of panel to move freely for thermal expansion and contraction. 1. Avoid attaching accessories through roof panels in a manner that will inhibit thermal movement. C. Fasteners: Use fasteners of sizes that will penetrate metal decking not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. D. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by applying self-adhering sheet underlayment to each contact surface, or by other permanent separation as recommended by SMACNA. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Fasciae: Align bottom of sheet metal roofing and fasten with blind rivets, bolts, or self-tapping screws. Flash and seal sheet metal roofing with closure strips where fasciae meet soffits, along lower panel edges, and at perimeter of all openings. 3.4 SHEET METAL ROOFING INSTALLATION A. Install work with lines and corners of exposed units true and accurate. Form exposed faces flat and free of buckles, excessive waves, and avoidable tool marks, considering temper and reflectivity of metal. Provide uniform, neat seams with minimum exposure of welds, and sealant. 1. Anchor securely in place using clips and fasteners spaced in accordance with manufacturer's recommendations for design wind load criteria. 2. Field apply sealant to penetrations, transitions, and other locations necessary for airtight, waterproof installation. 3. Seamed Joint: Crimp standing seams with manufacturer-approved motorized seamer tool so cleat, sheet metal roofing, and field-applied sealant are completely engaged. 3.5 ACCESSORY INSTALLATION A. General: Install accessories with positive anchorage to building and weathertight mounting and provide for thermal expansion. Coordinate installation with flashings and other components. 1. Install components required for a complete sheet metal roofing assembly including trim, copings, seam covers, flashings, sealants, gaskets, fillers, metal closures, closure strips, and similar items. 2. Install accessories integral to sheet metal roofing that are specified in Section "Sheet Metal Flashing and Trim"to comply with that Section's requirements. B. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners 6 Page 23 of 32 a SP-157006 Page 23 of 31 where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. 1. Install flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. 2. Install continuous strip of self-adhering underlayment at edge of continuous flashing overlapping self-adhering underlayment, where "continuous seal strip" is indicated in SMACNA's "Architectural Sheet Metal Manual," and where indicated on Drawings. 3. Install exposed flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. Install sheet metal flashing and trim to fit substrates and to result in waterproof and weather-resistant performance. 4. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, and filled with butyl sealant concealed within joints. 3.6 ERECTION TOLERANCES i A. Installation Tolerances: Shim and align sheet metal roofing within installed tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." i 3.7 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean off excess sealants. C. Remove temporary protective coverings and strippable films as sheet metal roofing is installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal roofing installation, clean finished surfaces as recommended by sheet metal roofing manufacturer. Maintain sheet metal roofing in a clean condition during construction. a D. Replace sheet metal roofing components that have been damaged or have deteriorated beyond i i successful repair by finish touchup or similar minor repair procedures. Final approval of all touchup and repair shall be given by the Engineer. Replace component if repair or touchup is deemed unacceptable by Engineer. 4 MEASUREMENT AND PAYMENT 4.1 METHOD OF MEASUREMENT A. Cost for work under this Section shall be paid for in accordance with the lump sum prices bid for the Overlook Roof System. i 9 i Page 24 of 32 9 i I 1 _ SP-157006, Page 24 of 31 4.2 BASIS OF PAYMENT A. Prices bid shall include all labor, materials, and equipment, necessary to complete the work for the individual items as specified herein and as shown on the plans. END OF SECTION 4 I Page 25 of 32 SP-157006, Page 25 of 31 SHEET METAL FLASHING AND TRIM 1 GENERAL 1.1 RELATED DOCUMENTS A. Plans. 1.2 SUMMARY A. Section Includes: ti 1. Formed Products: 1 a. Formed roof drainage sheet metal fabrications. b. Formed low-slope roof sheet metal fabrications. Ij 1.3 PERFORMANCE REQUIREMENTS A. General: Sheet metal flashing and trim assemblies as indicated shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Thermal Movements: Provide sheet metal flashing and trim that allows for thermal movements from ambient and surface temperature changes. 1. Temperature Change (Range): 120°F, ambient; material surfaces. 8 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each manufactured product and accessory. B. Shop Drawings: Show fabrication and installation layouts of sheet metal flashing and trim, including plans, elevations, expansion-joint locations, and keyed details. Distinguish between shop-and field-assembled work. Include the following: 1. Identification of material, thickness, weight, and finish for each item and location in Project. 2. Details for forming sheet metal flashing and trim, including profiles, shapes, seams, and dimensions. 3. Details for joining, supporting, and securing sheet metal flashing and trim, including layout of fasteners, cleats, clips, and other attachments. Include pattern of seams. 4. Details of termination points and assemblies, including fixed points. 5. Details of edge conditions, including eaves, ridges, valleys, rakes, crickets, and counter flashings as applicable. 6. Details of special conditions. Page 26 of 32 1 SP-157006, Page 26 of 31 7. Details of connections to adjoining work. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified fabricator. B. Warranty: Sample of special warranty. 1.6 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. 1.7 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flashing and trim materials I away from uncured concrete and masonry. n' B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to the extent necessary for the period of sheet metal flashing and trim installation. 1.8 WARRANTY A. Special Warranty on Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory-applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. 2 PRODUCTS 2.1 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable, temporary protective film before shipping. B. Aluminum Sheet: ASTM B 209, alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required. 1. Exposed Coil-Coated Finishes: a. Two-Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less than 70% PVDF resin by weight in color coat. Prepare, pretreat, and apply coating Page 27 of 32 i SP-157006 Page 27 of 31 to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2. Color: To match material color selection in the Composite Metal Panels Section. 3. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil 2.2 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and recommended by manufacturer of primary sheet metal unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal. 1. General: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. a. Blind fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. 2.3 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, geometry, metal thickness, and other characteristics of item indicated. Fabricate items at the shop to i greatest extent possible: 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces exposed to view. B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. C. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of installation to tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." D. Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant. E. Expansion Provisions: Where lapped expansion provisions cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with butyl sealant concealed within joints. j4 4 Page 28 of 32 SP-157006, Page 28 of 31 F. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal, N 2.4 ROOF DRAINAGE SHEET METAL FABRICATIONS A. Built-in Gutters: Fabricate to cross section indicated, with riveted and soldered joints, complete with end pieces, outlet tubes, and other special accessories as required. Fabricate in minimum 96-inch-long sections. 1. Fabricate from the following materials: a. Copper: 16 ounces per square foot. 2.5 LOW-SLOPE ROOF SHEET METAL FABRICATIONS A. Roof-Edge Flashing (Gravel Stop)and Fascia Cap: Fabricate in minimum 96-inch- long, but not exceeding 10-foot- long, sections. Furnish with 6-inch-wide,joint cover plates. 1. Joint Style: Butt, with 6 inch wide, exposed cover plates. 2. Fabricate from the following materials: a. Aluminum: 0.050 inch thick. B. Base Flashing: Fabricate from the following materials: 1. Aluminum: 0.040 inch thick. I i C. Counter flashing: Fabricate from the following materials: 1. Aluminum: 0.032 inch thick. D. Flashing Receivers: Fabricate from the following materials: 1. Aluminum: 0.032 inch thick. E. Roof-Drain Flashing: Fabricate from the following materials: 1. Copper: 12 ounces per square foot. 3 EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. B. Proceed with installation only after unsatisfactory conditions have been corrected. d Page 29 of 32 SP-157006 Page 29 of 31 3.2 UNDERLAYMENT INSTALLATION A. General: Install underlayment over entire surface of roof. B. Self-Adhering Sheet Underlayment: Install self-adhering sheet underlayment, wrinkle free. Apply primer if required by underlayment manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation; use primer rather than nails for installing underlayment at low temperatures. Apply in shingle fashion to shed water, with end laps of not less than 6 inches staggered 24 inches between courses. Overlap side edges not less than 3 1/2 inches. Roll laps with roller. Cover underlayment within 14 days. 3.3 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Space cleats not more than 12 inches apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. a B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by SMACNA. d 1. Coat back side of uncoated aluminum sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. D. Fastener Sizes: Use fasteners of sizes that will penetrate metal decking not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Seal joints as shown and as required for watertight construction. 1. Where sealant-filled joints are used, embed hooked flanges of joint members not less than 1 inch into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is moderate, between 40°F and 70°F, set joint members for 50% movement each way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant-type joints at temperatures below 40°F. 2. Prepare joints and apply sealants as follows: Page 30 of 32 SP-157006, Page 30 of 31 a. Comply with joint-sealant manufacturer's written installation instructions for producst and applications indicated, unless more stringent requirements apply. b. Sealant installation standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce the cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability d. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. e. Install sealants using proven techniques that comply with the following and at the same time backings are installed. 1) Place sealants so they directly contact and fully wet joint substrates. 2) Completely fill recesses in each joint configuration. 3) Produce uniform, cross-sectional shapes and depth relative to joint widths that allow optimum sealant movement capability. f. Tooling of non-sag sealants: Immediately after sealant application an dbefore skinning of curing begins, tool sealants according to requirements speccified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1) Remove excess sealant from surfaces adjacent to joints. 2) Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3) Provide concave joint profile per Figure 8A in ASTM C 1193, unless ` otherwise indicated. q a) Use masking tape to protect surfaces adjacent to recessed tooled joints. i 3.4 ROOF DRAINAGE SYSTEM INSTALLATION A. General: Install sheet metal roof drainage items to produce complete roof drainage system according to SMACNA recommendations and as indicated. Coordinate installation of roof perimeter flashing with installation of roof drainage system. B. Built-in Gutters: Join sections with riveted and soldered or lapped joints sealed with sealant. Provide for thermal expansion. Slope to downspouts. Provide end closures and seal watertight with sealant. 1. Install underlayment layer in built-in gutter trough and extend to drip edge at eaves and under felt underlayment on roof sheathing. Lap sides a minimum of 2 inches over underlying course. Lap ends a minimum of 4 inches. Stagger end laps between succeeding courses at least 72 inches. Fasten with roofing nails. 2. Anchor and loosely lock back edge of gutter to continuous eave or apron flashing. 3. Anchor back of gutter that extends onto roof deck with cleats spaced not more than 24 inches apart. 3.5 ROOF FLASHING INSTALLATION General: Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. Page 31 of 32 i SP-157006 Page 31 of 31 3.6 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. 9 B. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerances specified in MCA's "Guide Specification for Residential Metal Roofing." 3.7 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. i C. Clean off excess sealants. D. Remove temporary protective coverings and strippable films as sheet metal flashing and trim 1 are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of installation, remove unused materials and clean finished surfaces. Maintain in a clean condition during construction. it E. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. I� ji 4 MEASUREMENT AND PAYMENT 4.1 METHOD OF MEASUREMENT A. Cost for work under this Section shall be paid for in accordance with the lump sum prices bid for i the Overlook Roof System. 4.2 BASIS OF PAYMENT A. Prices bid shall include all labor,materials, and equipment, necessary to complete the work for the individual items as specified herein and as shown on the plans. END OF SECTION Page 32 of 32 i / ` FHVVA-1 273-- Revised May 1.2n12 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS i General o. Abreach«[any ufthe stipulations contained inthese U. Nondiscrimination Required Contract Provisions may bosufficient groundsfor Ui Nonsegregated Facilities withholding n[progress payments,withholding nffinal |V. Davis-Bacon and Related Act Provisions payment,termination ofthe contract,suspension/debarment V. Contract Work Hours and Safety Standards Act orany other action determined mbeappropriate bythe Provisions contracting agency and FHVVA. V|. Subletting o,Assigning the Contract v|i Safety:Accident Prevention 4. Selection ofLabor: During the performance ofthis contract, v|!|. False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose |X Implementation mClean Air Act and Federal Water within the limits vfeconstruction project vnmFederal-aid Pollution Control Act highway unless itiolabor performed byconvicts who are vn X. Compliance with GuvemmenmvideSuspension and parole,supervised release,orprobation. The term Federal-aid Debarment Requirements highway does not include roadways functionally classified an XL Certification Regarding Use ofContract Funds for local roads nrrural minor collectors. Lobbying ATTACHMENTS II. NONDISCRIMINATION A. Employment and Materials Preference for Appalachian The provisions ofthis section related m23CFR Part 23Oare Development Highway System orAppalachian Local Access applicable a,all Federal-aid construction contracts and toall Road Contracts(included|nAppalachian contracts only) related construction subcontracts of$1O.D08n,more. The provisions ofoaCFR Part 2noare not applicable mmaterial supply,engineering,orarchitectural service contracts. 1. GENERAL |naddition,the contractor and all subcontractors must comply 1. Form FHVVA,1273must bephysically incorporated ineach with the following policies: Executive Order 11o4o.41CFR mO. construction contract funded under Title 2o(excluding uyCFR 1szs'102T.Title 23USC Section 14O.the ' emergency contracts solely intended for debris nnmvva;. The Rehabilitation Act nf1or3.aaamended(oSUSC 794).Title v| contractor(or subcontractor)must insert this form ineach ofthe Civil Rights Act vf1eov,eeamended,and related subcontract and further require its inclusion inall lower tier regulations including 49CFR Parts 21.nnand 2r;and 23CFR subcontracts(excluding purchase orders, rental agreements Parts z0o.ua8.and O33. and other agreements for supplies oroervicmm). The contractor and all subcontractors must comply with: the The applicable requirements vfForm FHVVA-12Tnare requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 14(b)and,for all construction contracts exceeding$10.oU0. order, rental agreement nragreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall ueresponsible for compliance b any Construction Contract Specifications in41 CFR 60-4.3. subcontractor, lower-tier subcontractor orservice provider. Note:The U.8Department orLabor has exclusive authority to Form rHVVA,1oramust boincluded inall Federal-aid design- determine compliance with Executive Order 11u4Oand the build contracts, inall subcontracts and inlower tier policies orthe Secretary u[Labor including 41 CFR M0.and 2S subcontracts(excluding subcontracts for design services, CFR 1625-1627. The contracting agency and the FHVVxhave purchase orders, rental agreements and other agreements for the authority and the responsibility tnensure compliance with supplies oraem|cau). The design-builder shall boresponsible Title 23USC Section 14n.the Rehabilitation Act of18ro.eo for compliance hyany subcontractor,lower-tier subcontractor amended(28USC ro4).and Title V|ofthe Civil Rights Act o[ orservice provider. 1SO4.aoamended,and related regulations including 49CFR Parts 21.28and 2r;and 33CFR Parts onn.000.and 03a. Contracting agencies may reference Form FHVVA,1ur3inbid proposal or request 0or proposaldocuments, however,the The following provision isadopted from 23CFR 2no.Appendix Form FHVVf-12r3must bophysically incorporated(not A.with appropriate revisions ooconform mthe U.G. referenced)inall contracts,subcontracts and lower-tier Department ofLabor(US DOL)and pHvv*requirements. subcontracts(excluding purchase orders,rental agreements and other agreements for supplies o,services related toa 1.Equal Employment Opportunity: Equal employment construction contract). opportunity(EsO)requirements not todiscriminate and totake affirmative action toassure equal opportunity aoset forth 2. Subject tuthe applicability criteria noted inthe following under laws,executive orders, rules,regulations(2eCFR 35. sections,these contract provisions shall apply mall work o9CFR 1O3U.2SCFR 1025'1O27.41 CFR 00and 49CFR 2r) performed onthe contract bythe contractor's own organization and orders of the Secretary of Labor modified bythe and with the assistance ofworkers under the contractor's provisions prescribed herein,and imposed pursuant m23 immediate superintendence and toall work performed onthe U.S.C. 14Oshall constitute the EEO and specific affirmative contract bypiecework,station work,orbysubcontract. action standards for the contractor's project activities under ` ' this contract.The provisions of the Americans with Disabilities 4. Recruitment:When advertising for employees,the Act nf1nSO(42U.S.C. 121O1etooq.)set forth under 28CFR contractor will include inall advertisements for employees the 35and 28CFR 1030are incorporated byreference mthis notation:"An Equal Opportunity Emp|oyer.^ All such contract. |nthe execution dthis contract,the contractor advertisements will bpplaced inpublications having olarge agrees mcomply with the following minimum specific circulation among minorities and women inthe area from requirement activities ofEEO: which the project work force would normally bederived. a.The contractor will work with the contracting agency and u. The contractor will, unless precluded byavalid the Federal Government u`ensure that ithas made every bargaining agreement,conduct systematic and direct good faith effort toprovide equal opportunity with respect to all recruitment through public and private employee referral vfits terms and conditions ofemployment and intheir review sources likely Loyield qualified minorities and women. To ofactivities under the contract. meet this requirement,the contractor will identify sources of potential minority group employees,and establish with such b.The contractor will accept asits operating policy the identified sources procedures whereby minority and women following statement: applicants may Umreferred tothe contractor for employment consideration. "it iethe policy ufthis Company massure that applicants are employed,and that employees are treated during u. |nthe event the contractor has avalid bargaining employment,without regard totheir race, religion,sex,color, agreement providing for exclusive hiring hall referrals,the national origin,age ordisability. Such action shall include: contractor ioexpected/oobserve the provisions ofthat employment,upgrading,demotion,nrtransfer; recruitment or agreement tuthe extent that the system meets the contractor's recruitment advertising;layoff urtermination;rates ufpay nr compliance with EEO contract provisions. Where other forms nfcompensation;and selection for training, implementation ofsuch onagreement has the effect oy including appmnt|ceooip.pm'appmnUcoahip.and/or on�ho- discriminaUngagoinmm|nori�esorwomen,o,ob|ig�esthe job training." contractor mduthe same,such implementation violates Federal nondiscrimination provisions. Z EEO Officer:The contractor will designate and make known tnthe contracting officers enEEO Officer who will have o. The contractor will encourage its present employees to the responsibility for and must becapable cdeffectively refer minorities and women ooapplicants for employment. administering and promoting mnactive EEO program and who Information and procedures with regard ooreferring such must bmassigned adequate authority and responsibility todu applicants will badiscussed with employees. e«. 5.Personnel Actions:Wages,working conditions,and 3. Dissemination ofPolicy:All members orthe contractor's employee benefits shall beestablished and administered,and staff who are authorized tohire,supervise, promote,and personnel actions ofevery type,including hiring, upgrading, discharge employees, who recommend such action,o,who promotion,transfer,demotion, layoff,and termination,shall bo are substantially involved insuch action,will bemade fully taken without regard mrace,color,religion,sex,national cognizant of,and will implement,the contractor's EEO policy origin,age ordisability. The following procedures shall bo and contractual responsibilities ioprovide EEO ineach grade followed: and classification nfemployment. Tpensure that the above agreement will uemet,the following actions will uetaken aso o. The contractor will conduct periodic inspections orproject minimum: sites toinsure that working conditions and employee facilities dnnot indicate discriminatory treatment mproject site o. Periodic meetings ofsupervisory and personnel office pvmonne| employees will beconducted before the start nrwork and then not less often than once every six months,etwhich time the u. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will bo wages paid within each classification todetermine any reviewed and explained. The meetings will»*conducted by evidence o[discriminatory wage practices. the EEO Officer. n. The contractor will periodically review selected personnel b. All new supervisory n,personnel office employees will ue actions mdepth todetermine whether there isevidence of given ethorough indoctrination uythe EEO Officer,covering discrimination. Where evidence|ofound,the contractor will all major aspects ofthe contractor's EEO obligations within promptly take corrective action. |fthe review indicates that the thirty days following their reporting for duty with the contractor. discrimination may extend beyond the actions reviewed,such corrective action shall include all affected persons. c� All personnel who are engaged indirect recruitment for the project will 0oinstructed bythe EEO Officer inthe d The contractor will promptly investigate all complaints o[ contractor's procedures for locating and hiring minorities and alleged discriminationmade tothe contractor mconnection women. with its obligations under this contract,will attempt mresolve such complaints,and will take appropriate corrective action u Notices and posters setting forth the contractor's EEO within mreasonable time. |fthe investigation indicates that the policy will boplaced inareas readily accessible toemployees, discrimination may affect persons other than the complainant, applicants for employment and potential employees. such corrective action shall include such other persons. Upon completion ofeach investigation,the contractor will inform e. The contractor's EEO policy and the procedures Lo every complainant ufall oftheir avenues ofappeal. implement such policy will bebrought tothe attention of employees bymeans ofmeetings,employee handbooks,or 8.Training and Promotion: other appropriate a. The contractor will assist mlocating,qualifying,and increasing the skills ofminorities and women who are 2 | ^ applicants for employment orcurrent employees. Such efforts with the requirements for and comply with the Americans with should beaimed sxdeveloping full journey level status Disabilities Act and all rules and regulations established there employees inthe type oftrade orjob classification involved. under. Employers must provide reasonable accommodation in all employment activities unless tod000would cause an u. Consistent with the contractor's work force requirements undue hardship. and oopermissible under Federal and State regulations,the contractor shall make full use oftraining programs,ia. B.Selection ofSubcontractors,Procurement nfMaterials apprenticeship,and nn-the-jobtraining programs for the and Leasing ofEquipment:The contractor shall not geographical area ofcontract performance. |nthe event a discriminate onthe grounds ufrace,color,religion,sex, special provision for training isprovided under this contract, national origin,age ordisability inthe selection and retention this subparagraph will besuperseded aoindicated inthe ofsubcontractors,including procurement ofmaterials and special provision. The contracting agency may reserve leases ufequipment. The contractor shall take all necessary training positions for persons who receive welfare assistance and reasonable steps toensure nondiscrimination|nthe inaccordance with 23U.S.C. 14o(o), administration o[this contract. c. The contractor will advise employees and applicants for m. The contractor shall notify all potential subcontractors and employment nfavailable training programs and entrance suppliers and lessors oftheir EEO obligations under this requirements for each. contract. d. The contractor will periodically review the training and b. The contractor will use good faith efforts toensure promotion potential o;employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees x,apply for such training and promotion. 1O. Assurance Required by4gCFR 20.13(N: r.Unions: xthe contractor relies inwhole orinpart upon unions ouasource o[employees,the contractor will use good e. The requirementsof4SCFRPartoxonuthoState faith efforts|oobtain the cooperation nfsuch unions oo DOT's U.S. DOT-approved DBE program are incorporated bv increase opportunities for minorities and women. Actions by reference. the contractor,either directly orthrough acontractor's association acting aoagent,will include the procedures set b. The contractor ursubcontractor shall not discriminate vn forth below: the basis ofrace,color,national origin,nrsex inthe performance orthis contract. The contractor shall carry out m The contractor will use good faith efforts mdevelop,in applicable requirements of4SCFR Part cninthe award and cooperation with the unions,joint training programs aimed administration ofDOT-assisted contracts. Failure uythe toward qualifying more minorities and women for membership contractor mcarry out these requirements ivamaterial breach inthe unions and increasing the skills o[minorities and women ofthis contract,which may result inthe termination ovthis aothat they may qualify for higher paying employment, contract o,such other remedy anthe contracting agency deems appropriate. u. The contractor will use good faith efforts tuincorporate on EEO clause into each union agreement tothe end that such 11.Records and Reports:The contractor shall keep such union will becontractually bound torefer applicants without records annecessary tudocument compliance with the EEO regard totheir race,color, religion,sex, national origin,age or requirements. Such records shall beretained for eperiod of disability. three years following the date ofthe final payment tothe contractor for all contract work and shall uoavailable at o. The contractor iomobtain information avtnthe referral reasonable times and places for inspection byauthorized practices and policies ofthe labor union except that tothe representatives ofthe contracting agency and the FHvYA. extent such information iawithin the exclusive possession or the labor union and such labor union refuses tofurnish such e. The records kept bythe contractor shall document the information tnthe contractor, the contractor shall uocertify m following: the contracting agency and shall set forth what efforts have been made tnobtain such information. (1)The number and work hours pfminority and non- minority group members and women employed ineach work d. |nthe event the union isunable mprovide the contractor classification onthe project; with ereasonable flow o[referrals within the time limit set forth mthe collective bargaining agreement,the contractor will, (2)The progress and efforts being made incooperation through independent recruitment efforts,fill the employment with unions,when applicable,toincrease employment vacancies without regard torace,color,religion,sex, national opportunities for minorities and women;and origin,age nrdisability;making full efforts mobtain qualified and/or qualifiable minorities and women. The failure ufaunion (3)The progress and efforts being made inlocating,hiring, ooprovide sufficient referrals(even though itisobligated m training,qualifying,and upgrading minorities and women; provide exclusive referrals under the terms ofacollective bargaining agreement)does not relieve the contractor from the b. The contractors and subcontractors will submit anannual' requirements ofthis paragraph. |nthe event the union referral report tvthe contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the project,indicating the number ofminority,women,and pursuant toExecutive Order 11z4o.aaamended,and these non-minority group employees currently engaged ineach work special provisions,such contractor shall immediately notify the classification required bythe contract work. This information is contracting agency. u,bereported nn . The staffing data should represent the project work force onboard inall o,any part of V. Reasonable Accommodation for Applicants/ the last payroll period preceding the end nfJuly. If on-the-job Employees with Disabilities: The contractor must befamiliar training isbeing required byspecial provision,the contractor 3 | ' will marequired tncollect and report training data. The of paragraph I.d.ufthis section;also,regular contributions employment data should reflect the work force on board during made o,costs incurred for more than aweekly period(but not all or any part of the!am payroll period preceding the end of |eem often than quarterly)uvder p|anv, funds,or programs July. which cover the particular weekly pehod,are deemed to be constructively made orincurred during such weekly period. Such laborers and mechanics shall be paid the appropriate U|. NONSEGREGATED FACILITIES wage rate and fringe benefits nnthe wage determination for the classification of work actually performed,without regard to This provision inapplicable mall Federal-aid construction skill,except oaprovided in2SCFR e.o(e)(4).Laborers nr contracts and tnall related construction subcontracts of mechanics performing work inmore than one classification $1O.0OOo,more. may bocompensated otthe rate specified for each classification for the time actually worked therein: Provided, The contractor must ensure that facilities provided for That the employer's peym||mourde accurately set forth the employees are provided in such a mannerthat segregation on time spent in each classification in which work is performed. the basis mrace,color, religion, sex,o,national origin cannot The wage determination(including any additional classification result. The contractor may neither require such segregated and wage rates conformed under paragraph 1.b.ofthis use uywritten ororal policies nor tolerate such use by section)and the Davis-Bacon poster(WH-1321)shall be employee custom. The contractor's obligation extends further posted at all times by the contractor and its subcontractors at tnensure that its employees are not assigned toperform their the site ofthe work|neprominent and accessible place where services at any|uoatinn,under the contractor's uontm|,where it can be easily seen by the workers. the facilities are segregated. The term^fmci|inov"|no|vdoo waiting rooms,work m��u�maandnthvr��ngmnsa� ' ' ' b (1>The�nn��oUngu�ooahe||naquirvthatonyc|aneof time clocks, �amomowmehmomo |odmrmmmnmnucuhnr � ` restrooms, ` — laborers ormochonics including helpers,wNohianntlisted in �omgeorumseingomaa.Pon�ng|mo.dh»ki»Qfountains, the wage d*enninauio'''and which iambe`'omp|oyedunderthe recreation orentertainment areas,banspnueu 'on and housing contract shall ueclassified inconformance with the wage provided for emp|oyees The� determination.Theoon�m�ingo�iuernha||appmvoen o,single-user na�moms and neoeoaa�dressing ora|eepmg � dona|o|assi�cadonand wage rate and fringe benefits aneaa/nassumprivouybs*wmena�xoa � additional therefore only when the following criteria have been met: IV. DAVIS-BACON AND RELATED ACT PROVISIONS (|)The work Lobeperformed bythe classification requested innot performed byaclassification inthe wage � This aemionisapplicable\nall Federal-aid oon�ru� determination;and inn projects exceeding$2.0OOand mall related subcontracts and lower-tier subcontracts(regardless orsubcontract s|ze). The (ii)The classification|sutilized inthe area bvthe requirements apply toall projects located within the,|gm'uf- construction industry;and way of eroadway that iafunctionally classified aoFederal-aid highway. This excludes roadways functionally classified as (iii) indudingany bona fide |ova|n,odsorruns|minorco||omo� wMchaneexempt ' Contraotivgegeno|womuyo|e�to`pp|ytho�onaquire'requirements �ingebene�s. beumamaoonmmom|ononoh|p�the - wage rates contained mthe wage determination, other projects. (z)|fthe contractor and the laborers and mechanics mbo The following pmvini--are from the U.S. Departmentof employed or their Labor�gu|abonnin29CFR o.o�umm�pmvie|onoand ' related matters"with minor revisions toconform mthe FHVV/+ representatives,and the contracting officer agree on the classification and 127afnnna�angF*vvapmgmm�guimmon�� designated for fringe benefits where oppmp,iam).areport vf the action taken shall uesent bythe contracting officer¢/the /. Minimum wages Administrator ofthe Wage and Hour Division,Employment Standards Administration, U.S.Department uxLabor, a. All laborers and mechanics employed n,working upon Washington, DC 20210.The Administrator, orenauthorized x,pveaentauvowi||appmv� modi� n,d|eeppmveswe� the site ofthe wmrk will ' ' ' ' additional dmsm�uaUon��onwukin3ou�svf�xoip«and o�on�Umnonceaweek andwi�hnu�nuUee subsequent —�— uu advise the contracting officer or will notify the contractingnabateonany�ccount�xcopteuoxpaymnueuu�ionnouam v�nerwitbin�he3O-daypehod�heteddiuun�omein perm�euby�Qu|aUnnsissued bythe Secn$a�cxLabor under the Copeland Act(28CFR part necessary. . wages and bona fide fringe benefits(or cash equivalents thereof)due ottime ofpayment computed at rates not less pV|nthe event the contractor,the laborers u,mechanics than those contained inthe wage determination ofthe tobaemployed inthe classification ortheir representatives, Secretary o[Labor which ioattached hereto and made apart and the contracting officer donot agree onthe proposed hereof,regardless ofany contractual relationship which may classification and wage rate(including the amount boalleged\nexist between the contractor and such laborers designated for fringe benefits,where uppmpriato).the and mechanics. contracting officer shall refer the questions, including the views ofall interested parties and the recommendation ofthe Contributions made urcosts reasonably anticipated for bona contracting officer,mthe Wage and Hour Administrator for determination.ThoVVmgeoodHovrAdminiu�tu, or an �defhngeheno��under ee�iun1(b)(2)ofthe Davis-Bacon � ' Act nnbehalf nflaborers ormechanics are considered wages authorized representative,will issue odetermination within paid k`such laborers o,mechanics,subject tothe provisions 3Udays ofreceipt and ooadvise the contracting officer mr 4 | ' will notify the contracting officer within the 3O-dayperiod that Bacon Act,the contractor shall maintain records which show additional time is necessary. that the commitment benefits inenforceable, that the plan orprogram|ufinancially responsible,and that the plan orpmg�mhas been oommuniom�gin��inQmthe (4>Thowagrno|e(induding�hngaben���whena |ohun,�vrm*ohanicsn�'rmd ondroon�s�hirhohnw�he appmp,iate)determined pumuentmpamgmPhu1.b�2�,, rouioonnoip��do't�ea�va|`uotmour�dinpmvidingouoh 1.b.(o)nfthis seodnn.nhaUbepaid tvall wm,k*mPedonn|nQ benefits, Cnnt�ctum�mp|oyin-mpp,vnUceovr�,ain*enunder work inthe o|epvi�caunnunder this oontm��nmthe finu � " appmveupmg�moahaUmaimainwh�onowdanneofthe deyvnw�iohmm,kiap�dbnnedinth*v|aosiOvoUon� registration ofapprenticeship programs and certification of trainee programs,the registration nfthe apprentices and o.Whenever the minimum wage rate prescribed inthe trainees,and the ratios and wage rates prescribed inthe contract for eclass vflaborers ormechanics includes efringe applicable programs. benefit which isnot expressed aomnhourly rate,the contractor shall either pay the benefit aastated{nthe wage determination b,U>The contractor shall submit weekly for each week in nrshall pay another bona fide fringe benefit pranhourly cash which any contract work inperformed ecopy nfall payrolls tn equivalent thereof. the contracting agency. The payrolls submitted shall set out accurately and completely all nfthe information required mb* d. |fthe contractor does not make payments toetrustee o, maintained under 29CFR n.5(e)(3)(i).except that full social other third person,the contractor may consider enpart ffthe security numbers and home addresses shall not beincluded wages ofany laborer nrmechanic the amount orany costs onweekly transmittals. Instead the payrolls shall only need to reasonably anticipated inproviding bona fide fringe benefits include onindividually identifying number for each employee ( under oplan nrprogram, Provided,That the Secretary of ee. .the last four digits nfthe employee's social security Labor has found, upon the written request nfthe contractor, numbar).The required weekly payroll information may bo that the applicable standards ofthe Davis-Bacon Act have submitted ioany form desired.Optional Form VVH-347ia been met.The Secretary ufLabor may require the contractor available for this purpose from the Wage and Hour Division tuset aside inaseparate account assets for the meeting of Web site ouhftp://www.dol.gov/esa/whd/forms/wh347instr.htm obligations under the plan orprogram. orits successor site,The prime contractor|nresponsible for the submission ofcopies ofpayrolls byall subcontractors. Contractors m� � andnuucun� omhaUmaintain the�||social �� Withholdingsecurity number and current address ofeach covered worker, and shall provide them upon request tothe contracting agency The contracting agency shall upon its own action orupon for transmission tuthe State DOT,the FHYVAv,the Wage and written request ofmnauthorized representative ofthe Hour Division nfthe Department nfLabor for purposes cnen Department vrLabor,withhold orcause tobewithheld from investigation o,audit nfcompliance with prevailing wage the contractor under this contract,o,any other Federal requirements.Uinnot aviolation ofthis section for oprime contract with the same prime contractor,orany other federally- contractor»orequire usubcontractor toprovide addresses and assisted contract subject,nDavis-Bacon prevailing wage social security numbers tothe prime contractor for its own requirements,which iuheld uythe same prime contractor,oo records,without weekly submission tothe contracting agency.. much ofthe accrued payments oradvances asmay be considered necessary mpay laborers and mechanics, (2)Each payroll submitted shall boaccompanied byo including apprentices,trainees,and helpers,employed bythe "Statement nfCnmp|ianoe`''signed bythe contractor or uontm,mn,orany subcontractor the full amount nrwages subcontractor u,his urher agent who pays o/supervises the required bythe contract. !nthe event offailure tnpay any payment ofthe persons employed under the contract and shall laborer ormechanic,including any apprentice,trainee,or oeui�the foU � � mwinO� helper, work, ofthe wages required bythe contract,the contracting agency may,after written notice mthe contractor,take such action as (I[That the payroll for the payroll period contains the may bonecessary tocause the suspension n,any further information required tnboprovided under 6oa(a)<3)(li)of payment,advance,orguarantee offunds until such violations Regulations,29CFR part 5 the appropriate information is have ceased. being maintained under§5.5(a)(3)(i)n Regulations,29 CFR part 5.and that such information incorrect and � 3. Payrolls complete; omn�ba�i�reo�n1� a� Peym||oenduaaicneou�om|oting�xemtoakaUUe (ii)That each laborer urmechanic(including each ho|per,apprentice,and�m|noo)emp|oyoUontheonn�na� maintained bythe oont��orduring the coumeofthe work and uunng'�hopaymU '*��hanba�npa|d�ha�||wevNy pmsemed�raperiod nf three yoamthe�afterfor all|abore� �ageseum*d.�it,nu�nebeoe.oi�h�rdim�|yorinU|rnc8y and mechanics working otthe site ofthe work.Such/eoo�a ondtha�nv � havobo*nmadeoi�hord|moUyo' shall contain the nnme address,and deductions ' ' ' indirectly�n the other than each such mmdmchis mher cnn*c c|an,�oaUvn hourly —'--' '� ' ^ ' ofwages paid(including rates ofcontributions n,costs permissible deductions ooset forth inRegu|aU 'pnw 29 CFR � anticipated for bona�do�ingob°ne�ao,cash oqu|ya|en� part ' thereof ofthe types described insection 1(h)(2)(a)nfthe Davis-Bacon Am).daily and weekly number ofhours worked, (iii)That each laborer urmechanic has been paid not deductions made and actual wages paid.Whenever the less than the applicable wage rates and fringe benefits o, Secretary orLabor has found under 28CFR s.5(a)(1)(h)that cash equivalents for the classification nfwork performed, the wages ofany laborer n,mechanic include the amount of asspecified inthe applicable wage determination any costs reasonably anticipated inproviding benefits under a incorpomtedinto the contract. plan orprogram described insection 1(b)(2)(8)ofthe Davis- ' ^ ' - (3)The weekly nmapmpenyexeouted rate specified inthe applicable wage determination. certification set forth nnthe reverse side ofOptional Form Apprentices shall bopaid fringe benefits inaccordance with VVH—S4rshall satisfy the requirement for submission ufthe the provisions ofthe apprenticeship program. |fthe "Statement ofComp|ianoe^required byparagraph 3.b.(2)of apprenticeship program does not specify fringe benefits, this section. apprentices must bepaid the full amount nffringe benefits listed unthe wage determination for the applicable o|aan�nmUnn |ftheAdmin|o�a�,d�enmineeth�ad�emm (4)Th�*s|vi�c�ionofanyoftxeabnve:o�i�oationomey � pre�ic*pmvai|nformo�pp|mamoapp�nUoen|oaai�neUnn suNe�thooun,mmu,orauho�nt��ormuivi|n,orimina| ' prosecution under section 10O1 oftitle 18and section o31of fringes shall bepaid inaccordance with that determination. title 31ufthe United States Code. mthe event the Office of Apprenticeship Training,Employer u.The contractor ursubcontractor shall make the records and Labor Services,ormState Apprenticeship Agency required under paragraph 3m of�hisae�innmvai|mb|efo, recognized»YmoO�ua.withd�wsappmws|ofan � � inspection,copying,or transcription by authorized apprenticeship program, the contractor will nolonger bo representatives mthe contracting agency,the State DDT'the permitted tuutilize apprentices otless than the applicable pre�et*rmmeu���forthewmrkpedb,medund|anonooptob|e rHvVx, orthe oepa�montorLabo, and' representatives tointerview employees during working hours program ioapproved. onthe job.|fthe contractor orsubcontractor fails Lusubmit the required records or0omake them available,the FHVvAmay, b.Trainees(programs ofthe USDOL). after written notice mthe contractor,the contracting agency v, the State DOT,take such action osmay benecessary to cause mesuspension nfany fuuherpayment,advance,nr ExowP�aepmvidndinoo�FR5�1V.�noinanw�ionntbo guamntaeoffunda. Fuuhen^o�.fai�,etuaubmit�em,quired Permiueutowmrka�|esa�han�hepredetennined��efn,too naon�mupon request oruomake such records available may work o� d | sthey are employed pursuant/nand individuaUyregistered|neprogram which has received prior bogrounds for debarment action pursuant to2SCFR 5�12. approval,evidenced byformal certification bythe U.G. Department ofLabor,Employment and Training 4. Apprentices and trainees Administration. a.Apprentices(programs ufthe UGo0/). The ratio nftrainees mjourneymen onthe job site shall not be greater than permitted under the plan approved bythe Apprentices will bopenniu � Employment and Training Administration. . predetermined rate for the work they performed when they are employed pursuant tvand individually registered inabona fide Every trainee must bepaid atnot less than the rate specified apprenticeship program registered with the U.S. Department of inthe approved program for the trainee's level ufprogress, Labor, Employment and Training Administration,Office nf expressed ouopercentage ofthe journeyman hourly rate Apprenticeship Training, Employer and Labor Services,n,with specified inthe applicable wage determination.Trainees shall aState Apprenticeship Agency recognized bythe Office,orifm bepaid fringe benefits inaccordance with the provisions nfthe person iaemployed inhis nrher first 9ndays ofprobationary trainee program.|fthe trainee program does not mention employment ananapprentice insuch anapprenticeship fringe benefits,trainees shall bepaid the full amount uffringe program,who ivnot individually registered inthe program,but benefits listed onthe wage determination unless the who has been certified bythe Office o[Apprenticeship Administrator ofthe Wage and Hour Division determines that Training, Employer and Labor Services vraState there ieanapprenticeship program associated with the Apprenticeship Agency(where appropriate)to be eligible for corresponding journeyman wage rate nnthe wage probationary employment aoanapprentice. determination which provides for less than full fringe benefits for apprentices.Any employee listed onthe payroll etotrainee ��who isnot�gi�e�uand pamm��nginaua�ngplan Txee||ow�b|o�tioofappnnnticooto]oumeymononth�]nU site inany craft classification shall not bvgreater than the ratio approved bythe Employment and Training Administration shall permitted tothe contractor mn/othe entire work force under bepaid not less than the applicable wage rate onthe wage the registered program.Any worker listed nnapayroll atan determination for the classification ofwork actually performed. In addition,any tmineepenonningwork onmejob site in appnondcemmgemto.whvianoLne0ie|*�doru,henwisa ' employed eustated abowe shall emmnonfthe nmiopennivadunder the mg|s/a�dpmg�m ' shaUbopaid not less than the applicable wa t vnthe oppncab|ewmg*ns�eunthewmgedet�rminationfo,tke classification ofwork actually performed.maddition,any wage determination for the work actually performed. apprentice performing work onthe job site inexcess ofthe ratio permitted under the registered program shall uepaid not |nthe event the Employment and Training Administration less than the applicable wage rate onthe wage determination withdraws approval nfetraining program,the contractor will no for the work actually performed.Where acontractor io longer bepermitted t"utilize trainees atless than the performing construction unoproject inalocality other than applicable predetermined rate for the work performed until an that inwhich its program ioregistered,the ratios and wage acceptable program isapproved. rates(expressed inpercentages ofthe journeyman's hourly rate)specified inthe contractor's orsubcontractor's registered c pmgmmsha||beobso�ed� Equal employment oppo�uni�.The uU|izaUonof apprentices,trainees and journeymen under this part shall be inconformity with the equal employment opportunity Every apprentice must bopaid ounot less than the rate requirements ofExecutive Order 11240.aoamended,and 29 specified|nthe registered program for the apprentice's level vf CFR part 3U. progress,expressed eoapercentage ofthe journeymen hourly ' d. Apprentices and Trainees(programs of the U/;. oDT. � Apprentices trainees V. ONTRACTVVVRKHOURS AND SAFETY apprenticeship STANDARDSCONTRACT WORK om||tneiningpmgnemswhichbaveboonoex�iodby/be Secretary ofTransportation anpromoting EEO inconnection with Federal-aid highway construction programs are not The following clauses apply toany Federal-aid construction subject tothe requirements ofparagraph 4ofthis Section IV. contract|nonamount|nexcess of$1o0.0ooand subject to the The straight time hourly wage rates for apprentices and overtime provisions nfthe Contract Work Hours and Safety trainees under such programs will be outob|iohog by the Standards Act.These clauses shall be inserted in addition to particular programs.The nydo of apprentices and trainees tn the clauses required by 29 CFR 5.5(a)or29 CFR 4.6. As journeymen shall not be greater than permitted by the terms of used in this h.the terms laborers and mechanics the particular program. include watchmen and guards. 5.Compliance with Copeland Act requirements. The 1.Overtime requirements. Nocontractor orsubcontractor contractor shall comply with the requirements uf2SCFRpart contracting for any part ofthe contract work which may require 3,which are incorporated by ne»omnoe in this contract. orinvolve the employment of laborers ormechanics shall require o,permit any such laborer o,mechanic in any 6.Subcontracts. The contractor o,subcontractor shall insert workweek in which he or she is employed on such work to wn�inexcess offuMyhou�insuch mm�weekunless such Fonn�HVvA-1273inanyouhoontna�eenda|soequin,�he |abvn,rvrmenhaniuraooivoocnmp000etionatansten�|ova subcontnauomtoinn|ude�unnFHVV�-1�T3inuny|owerUer manoneanUune'ha|fum*stheboainm*,ofpoyfn'o||»nuro aubunn�nma.The prime cnotremoraheUberesponsible for the wmrke�in�mmssoffonyhoominouchwmdrweak compliance byany ouUovntns�ororlower Ue� tier . with all the contract clauses in29CFR oa 2.Violation;liability for unpaid wages; liquidated damages. |n�ee�n ��wv�o�n�Umdam�s��� �Cvm�moum°onima�mn' dobzmovnL Ab�mcho[uhe � ' � mporsgnyph(1 >ofthinoe�ion th�nnn��morandany cnntm�clauses in2SCFR 55maybogmundvhortonninaUon ' � ofthe contnonuboontrm�orresponsible 1homhorshall heliable for the � and' unpaid wages. In such"nntcncmrand oubcontm�or �ubcon�ne�oruapmvidodin28CFR512 � ' � � shall boliable tothe United States(in the case o[work done under contract for the District nfColumbia o,eterritory,tvsuch O.Compliance with Davis-Bacon and Related Act District nrtosuch temtory).for liquidated demageodSuch requirements. All rulings and interpretations of the Davis- liquidated damages ehen be computed with respect to each Bacon and Related Acts contained m29CFR parts 1.3.and 5 individual laborer urmechanic, including watchmen and are herein incorporated byreference|nthis contract. guards,employed inviolation ufthe clause set forth in paragraph(1.)nfthis section, inthe sum nf$1Ofor each ca|enda,day on which such individual was required or �.�imp"|��u�n��rnimg|obmr�/�nda,�s.oinPutmaahsing p*nnivaumwmrxinoxneeonf\hootmnda,dmm�weokvfrnny out ofthe labor�anua�opmvin|onanfmincnn1motshall nm hou��it»ou�poym*ntoftkovve�imewmg�onaqu/neuby�h� be subject to the general disputes n|auvn of this contract.Such clause set forth in paragraph(1 )of section. disputes shall uoresolved inaccn�anvowith the pmoedopav � . of the Department ofLabor set forth in 29 Cpn parts x.O.and 7. Disputes within the meaning o[this clause include disputes 3.Withholding for unpaid wages and liquidated damages. bowm*n the contractor(or any o(its subcontractors)and the The FHvVAorthe contacting agency mhen upon its own action contracting agency,the U£ Department ofLabor,urthe orupon written request ofanauthorized representative ofthe employees ortheir representatives. Department o[Labor withhold orcause tmbewithheld,from any moneys payable unaccount uf.wm,kperformed hythe oontna�ororovhonntnam �� subcontractor under 1V����i�oetio�wfmUgibiU/� other Federal contract with the same prime contractor,orany other federally-assisted contract subject mthe Contract Work a. eyentering into this contract,the contractor certifies that Hours and Safety Standards Act,which|aheld bythe same neither it(nor he or she)no,any parson or firm who has an prime contnmctpr,such sums as may be determined to be interest inthe contractor's firm iaa person nrfirm ineligible 10 necessary msatisfy any liabilities nfsuch contractor or be awarded Government contracts by viuue of section 3(a)of subcontractor for unpaid wages and liquidated damages as the Davis-Bacon Act or2SCFR5.12(a)(1)` provided inthe clause set forth inparagraph(2.)n(this section. U. Nnpart v[this contract shall besubcontracted many person or firm ineligible for award of Government contract by virtue 4.Subcontracts. The contractor nrsubcontractor shall insert ofsection 3(m)ofthe Davis-Bacon Act o,29CFR s.12(a)(1). in any subcontracts the clauses set forth inparagraph(1.) through(4.)of this section and also a clause requiring tho aubonnt�Wo�ioino|ugetkeoeo|ous�sinany�v�rUe, c.The penalty for maNn9false statements is prescribed in the U.S.Criminal Code, 18U�S.C� 1001 , subcontracts.The prim*contractor shall be responsible for compliance byany subcontractor nrlower tier subcontractor with the clauses set forth inparagraphs(1.)through(4.)«[this section. 7 ! | ' ' ~ evidenced inwriting and that kcontains all pertinent provisions VI.SUBLETTING OR ASSIGNING THE CONTRACT and requirements ofthe prime contract. This provision isapplicable toall Federal-aid construction n.The 30%self-performance requirement nfparagraph(1)is contracts onthe National Highway System. not applicable mdesign-build contracts; however,contracting agencies may establish their own self-performance 1.The contractor shall perform with its own organization requirements. contract workamounting tonot less than 3Opercent(or a greater percentage ifspecified elsewhere inthe contract)of the total original contract price,excluding any i |tyitomo VU.SAFETY:ACCIDENT PREVENTION designated uythe contracting agency. Specialty items may bo performed bysubcontract and the amount ofany such Th | a p , uvieiun | a applicable ooall Federal-aid specialty items performed may bededucted from the total construction contracts and toall related subcontracts. original contract price before computing the amount ofwork required tobeperformed bythe contractor's own organization 1. |nthe performance ofthis contract the contractor shall (23CFR 63511s). comply with all applicable Federal,State,and local laws governing safety,health,and sanitation(23CFR 835).The o. The term"perform work with its own organization"refers contractor shall provide all safeguards,safety devices and toworkers employed o,leased bythe prime contractor,and protective equipment and take any other needed actions ao|| equipment owned orrented bythe prime contractor,with or determines,oraothe contracting officer may determine,tobe without operators. Such term does not include employees nr reasonably necessary mprotect the life and health d equipment ofosubcontractor orlower tier subcontractor, employees onthe job and the safety ofthe public and oo agents o[the prime contractor,orany other assignees. The protect property inconnection with the performance ofthe term may include payments for the costs ofhiring leased work covered uythe contract. employees from anemployee leasing firm meeting all relevant Federal and State regulatory requirements. Leased a. |tiaecondition ofthis contract,and shall b*made e employees may only boincluded inthis term ifthe prime condition ufeach subcontract,which the contractor enters into contractor meets all u[the following conditions: pursuant mthis contract,that the contractor and any subcontractor shall not permit any employee, in performance (1)the prime contractor maintains control over the ofthe contract,towork insurroundings o'under conditions supervision nrthe uay-to-uayactivities vfthe leased which are unsanitary, hazardous or dangerous to his/her employees; health orsafety,asdetermined under construction and (2)the prime contractor remains responsible for the quality health standards(2oCFR 1oc0)promulgated bythe Secretary ofthe work nfthe leased emp|oyeoe� nfLabor,inaccordance with Section 107ofthe Contract Work (o)the prime contractor retains all power to accept or Hours and Safety Standards Act(4OU.8.03704). exclude individual employees from work pnthe project;and (4)the prime contractor remains ultimately responsible for 3. Pursuant m2gCFR 1n26.a. itinecondition ofthis contract the payment ofpnedetormin*dminimum*mges.the that the Secretary ofLabor orauthorized representative submission ofpayrolls,statements orcompliance and all thereof,shall have right nfentry tnany site ofcontract other Federal regulatory requirements. performance toinspect mrinvestigate the matter ofcompliance with the construction safety and health standards and mcarry b."Specialty Items"shall bnconstrued mbolimited mwork out the duties ofthe Secretary under Section 107ofthe that requires highly eci |ioadknow|adOa abilities,or Contract Work Hours and Safety Standards Act(4O equipment not ordinarily available inthe type o[contracting U.&C.3704). organizations qualified and expected tobid o,propose onthe contract eoawhole and ingeneral are tubolimited mminor components nfthe overall contract. vU|.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS u.The contract amount upon which the requirements set forth inparagraph(1)nfSection V|iacomputed includes the cost nf T h i a p r v | s o n i n applicable mall Federal-aid material and manufactured products which are tube construction contracts and toall related subcontracts. purchased nrproduced uythe contractor under the contract provisions. |norder massure high quality and durable construction m conformity with approved plans and specifications and ehigh 3.The contractor shall furnish(a)a competentnuprrintendont degree o[reliability nnstatements and representations made orsupervisor who ieemployed bythe firm, has full authority to by engineers,contractors,suppliers,and workers on Federal- direct performance of the work in accordance with the contract aid highway projects,itioessential that all persons concerned requirements,and iaincharge ofall construction operations with the project perform their functions aocarefully,thoroughly, (regardless orwho performs the work)and(b)such other vfits and honestly oopossible. Willful falsification,distortion,ur own organizational resources(oupemiyion.management,and misrepresentation with respect hoany facts related tothe engineering services)osthe contracting officer determines ix project inaviolation,fFederal law. Tnprevent any necessary tnassure the performance ofthe contract. misunderstanding regarding the seriousness ofthese and similar acts, Form FHVVA-1022 shall beposted oneach 4. Nvportion orthe contract shall bosublet,assigned pr Fmdom|'aidhigh O3s)inone o,more otherwise disposed ofexcept with the written consent ofthe places where itiureadily available ooall persons concerned contracting officer,vrauthorized representative,and such with the project: consent when given shall not Uoconstrued mrelieve the contractor ofany responsibility for the fulfillment ofthe contract. Written consent will begiven only after the 18US.C. 1O2Oreads aofollows: contracting agency has assured that each subcontract io 8 | . '. ' ~Whnover, being amofficer,agent,memployee orthe United covered transaction.The prospective first tier participant shall States,orofany State o,Territory,urwhoever,whether a submit anexplanation ofwhy Kcannot provide the certification person,association,firm,vrcorporation,knowingly makes any set out below.The certification nrexplanation will bo false statement,false representation,urfalse report anmthe considered inconnection with the department oragency's character,quality,quantity,urcost ofthe material used orm determination whether tuenter into this transaction.However, ueused,orthe quantity orquality ofthe work performed orm failure«[the prospective first tier participant mfurnish a oeperformed,orthe cost thereof inconnection with the certification nranexplanation shall disqualify such aperson submission ofplans,maps,specifications,contracts,o,costs from participation inthis transaction. gconstruction onany highway u,related project submitted for approval tothe Secretary ofTransportation;or o.The certification inthis clause|oomaterial representation offact upon which reliance was placed when the contracting Whoever knowingly makes any false statement,false agency determined|nenter into this transaction.|fitialater representation,false report orfalse claim with respect tothe determined that the prospective participant knowingly rendered character,quality,quantity,orcost nfany work performed orto mnerroneous certification, inaddition tuother remedies boperformed,ormaterials furnished o,mbefurnished,in available tuthe Federal Government,the contracting agency connection with the construction ofany highway orrelated may terminate this transaction for cause ofdefault. project approved bythe Secretary ufTransportation;nr d.The prospective first tier participant shall provide Whoever knowingly makes any false statement orfalse immediate written notice tothe contracting agency vuwhom representation aatomaterial fact|nany statement,certificate, this proposal iosubmitted|[any time the prospective first tier orreport submitted pursuant toprovisions ofthe Federal-aid participant learns that its certification was erroneous when Roads Act approved July 1. 1S10.(m9Stat.355).anamended submitted orhas become erroneous byreason ofchanged and supplemented; circumstances. Shall befined under this title p,imphnoneunmmore than 5 o.The terms^ouvamdtmnaa�ion.''^uobmrn,d.' yea�orbo(h.'' ^suspenued.^�noU ib|o.^`'peni�pa^/.''''pe�on.^ "principal," and"voluntarily exc|udcd.^anused inthis clause,are defined in2CFR Parts 18Oand 12oO. "First Tier Covered IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions"refers uoany covered transaction between o WATER POLLUTION CONTROL ACT grantee orsubgrantee o[Federal funds and aparticipant(such esthe prime orgeneral nontmct). "Lower Tier Covered This provision isapplicable toall Federal-aid construction Transactions"refers tnany covered transaction under aFirst contracts and toall related subcontracts. Tier Covered Transaction(such ossebcont,acts). "First Tier Participant"refers to the participant who has t into a t oysubmission ofthis bid/proposal urthe execution nrthis covered transaction with agrantee o,subgrantee n[Federal contract,n,subcontract,aoappropriate,the bidder, proposer, funds(such asthe prime urgeneral rnntmotor). "Lower Tier Federal-aid construction contractor,orsubcontractor,aa Participant"refers any participant entered into m appropriate,will bedeemed mhave stipulated mnfollows: covered transaction with oFirst Tier Paumipmntnrother Lower Tier Participants(such aasubcontractors and aupp|iem). 1 That any person who inurwill uoutilized inthe performance orthis contract isnot prohibited from receiving an tThe prospective first tier participant agrees bysubmitting award due 000violation ofSection 5OBofthe Clean Water Act this proposal that,should the proposed covered transaction bo or Section 3O0nfthe Clean Air Act. entered into, it shall not knowingly enter into any lower tier z.That the contractor agrees minclude orcause toba covered transaction with aperson who|sdebarred, included the requirements«[paragraph(1)ofthis Section Xin suspended,declared ineligible,orvoluntarily excluded from every subcontract, and further agrees tvtake such action ee participation inthis covered transaction,unless authorized by the contracting agency may direct aoomeans ofenforcing the department uragency entering into this transaction. such requirements. 0.The prospective first tier participant further agrees Uy submitting this proposal that itwill include the clause titled X.CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment,Suspension, Ineligibility SUSPENSION,INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered TmneacUorm.^ EXCLUSION provided Uythe department n,contracting agency,entering into this covered transaction,without modification, inall lower This provision|aapplicable mall Federal-aid construction tier covered transactions and inall solicitations for lower tier contracts,design-build contracts,subcontracts, lower-tier covered transactions exceeding the$2a.o0Othreshold. subcontracts,purchase orders, lease agreements,consultant contracts nrany other covered transaction requiring rHVVA h.Aparticipant|hacovered transaction may rely upon o approval o,that isestimated tocost*2u.8noormore— as certification ufaprospective participant inalower tier covered defined in2CFR Parts 18Oand 12O0. transaction that isnot debarred,suspended,ineligible,u, voluntarily excluded from the covered transaction,unless it knows that the certification ioerroneous. Aparticipant ia responsible for ensuring that its principals are not suspended, 1.Instructions for Certification—First Tier Participants: debarred,orotherwise ineligible,oparticipate incovered transactions. Toverify the eligibility nfits principals,aowell aa o.Bysigning and submitting this proposal,the prospective the eligibility nfany lower tier prospective participants,each first tier participant isproviding the certification set out below. participant may,but ianot requiredLu check the Excluded Parties List System website .which is o.The inability n aperson toprovide the certification set out compiled bythe General Services Administration. below will not necessarily result|ndenial ofparticipation inthis 9 / i. Nothing contained inthe foregoing shall U*construed m this transaction originated may pursue available remedies, require the establishment ofasystem ofrecords|norder to including suspension and/or debarment. render ingood faith the certification required bythis clause. The knowledge and information ofthe prospective participant o.The prospective lower tier participant shall provide |snot required toexceed that which ienormally possessed by immediate written notice mthe person u.which this proposal io aprudent person inthe ordinary course ufbusiness dealings. submitted|fotany time the prospective lower tier participant learns that its certification was erroneous hyreason of j.Except for transactions authorized under paragraph(f)"f changed circumstances, these instructions,ifoparticipant inacovered transaction knowingly enters into olower tier covered transaction with a d.The terms"covered tranoaminn.^''debaneU.^ person who issuspended,d*barmd. in*|iib| .urvv|untah|y ''ouupondod.^lneliib|o.^^pnuinipant.^^p*raon.^''phnoipa|.^ excluded from participation inthis transaction,inaddition oo and"voluntarily exdoded.^osused inthis clause, are defined other remedies available mthe Federal Government, the in2CFR Parts 188and 12OU. You may contact the person w department vragency may terminate this transaction fvroausa which this proposal iosubmitted for assistance inobtaining o or default. copy vfthose regulations. "First Tier Covered Transactions" refers tnany covered transaction between agrantee nr °°~^~ subgrantee ofFederal funds and aparticipant(such osthe prime orgeneral uontmm). "Lower Tier Covered Transactions" 2. Certification Regarding Debarment,Suspension, refers toany covered transaction under aFirst Tier Covered Ineligibility and Voluntary Exclusion—First Tier Transaction(such eoouboo^trade). "First Tier Participant" Participants: refers tothe participant who has entered into acovered transaction with agrantee orsubgrantee o[Federal funds n. The prospectivefirst tier participant certifies tothe best of (such nethe prime urgeneral oontmctor). "Lower Tier its knowledge and belief,that itand its principals: Participant"refers any participant who has entered into a covered transaction with aFirst Tier Participant orother Lower (1U xrenotpnaeonoyueuemau.ouepmnuo^. pmpnovu/tr Tier Participants(such oosubcontractors and nuppUers). debarment,declared ineligible,o,voluntarily excluded from participating incovered transactions byany Federal e.The prospective lower tier participant agrees by department oragency; submitting this proposal that,should the proposed covered transaction be entered into,it shall not knowingly enter into (2) Have not within athree-year period preceding this any lower tier covered transaction with nperson who ia proposal been convicted oforhad acivil judgment rendered debarred,suspended,declared ineligible,o,voluntarily against them for commission offraud v,acriminal offense m excluded from participation inthis covered transaction, unless connection with obtaining,attempting toobtain,orperforming authorized hythe department o,agency with which this mpublic(pedena|.State o,local)transaction o,contract under transaction originated. mpublic transaction;violation o[Federal orState antitrust statutes o,commission ofembezzlement,theft,forgery, [The prospective lower tier participant further agrees by bribery,falsification ordestruction orrecords,making false submitting this proposal that itwill include this clause titled statements,o,receiving stolen property; "Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Tmnsnmion." (8) Are not presently indicted for o,otherwise criminally nr without modification,inall lower tier covered transactions and civilly charged byagovernmental entity(peu*re|.State or inall solicitations for lower tier covered transactions exceeding local)with commission ofany ofthe offenses enumerated in the$25.0OOthreshold. paragraph(a)(o)ofthis ceuifioaUon;and 0.Apmrtxypantinmcovered transaction may rely upon a (4) Have not within athree-year period preceding this certification moprospective participant inalower tier covered application/proposal had one nrmore public transactions transaction that ianot debarred,suspended, ineligible,or (Fedee|. State orlocal)terminated for cause vrdefault. voluntarily excluded from the covered transaction,unless it knows that the certification inerroneous.Aparticipant is b. Where the prospective participant inunable tocehify to responsible for ensuring that its principals are not suspended, any nfthe statements inthis certification,such prospective debarred,n,otherwise ineligible toparticipate mcovered participant shall attach enexplanation mthis proposal. transactions. Tuverify the eligibility nfits principals,aawell an the |i ibi|xyor any lower tier prospective participants,each 2.Instructions for Certification'Lower Tier Participants: participant may,but is not required to,check the Excluded Parties List System wmnvno which is (Applicable mall subcontracts, purchase orders and other compiled uythe General Services Administration. lower tier transactions requiring prior FHVvAapproval or estimated wcost*25.OoOormore 2CFR Parts 180and h. Nothing contained inthe foregoing shall beconstrued to 1200) require establishment o[asystem ofrecords inorder mrender mgood faith the certification required bythis clause.The e.8ysigning and submitting this proposal,the prospective knowledge and information ofparticipant|mnot required un lower tier inproviding the certification set out below. exceed that which ianormally possessed byaprudent person inthe ordinary course ofbusiness dealings. h.The certification inthis clause iammaterial representation offact upon which reliance was placed when this transaction iExcept for transactions authorized under paragraph mof was entered into.|fitislater determined that the prospective these instructions, ifoparticipant inmcovered transaction lower tier participant knowingly rendered anerroneous knowingly enters into alower tier covered transaction with a certification,inaddition tuother remedies available tothe person who issuspended,debarred, ineligible,orvoluntarily Federal Government,the department,nragency with which excluded from participation inthis transaction, inaddition to other remedies available tnthe Federal Government,the 10 | department magency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion—LpwerTier Participants: 1The prospective lower tier participant certifies,by submission vrthis proposal,that neither hnor its principals is presently debarred,suspended,proposed for debarment, declared ineligible,nrvoluntarily excluded from participating in covered transactions byany Federal department o,agency. 2.Where the prospective lower tier participant inunable to certify toany ofthe statements inthis certification,such prospective participant shall attach onexplanation tothis proposal. XiCERTIFICATION REGARDING USE OFCONTRACT FUNDS FOR LOBBYING This provision isapplicable mall Federal-aid construction contracts and mall related subcontracts which exceed $100.000(48CFR 2o). 1The prospective participant certifies,bysigning and submitting this bid orproposal,tothe best nfhis nrher knowledge and belief,that: a. mnFederal appropriated funds have been paid mwill be paid, bymonbehalf ofthe undersigned,many person for influencing orattempting toinfluence anofficer o,employee uf any Federal agency,aMember n[Congress,onofficer mr employee pfCongress,n,mnemployee nraMember n/ Congress inconnection with the awarding ofany Federal contract,the making vfany Federal grant,the making ufany Federal loan,the entering into orany cooperative agreement, and the extension,continuation, ,wnmwa|,amendment,or modification orany Federal contract,grant,loan,or cooperative agreement. b� |fany funds other than Federal appropriated funds have been paid orwill bmpaid many person for influencing n, attempting minfluence anofficer o,employee ofany Federal agency,aMember ofCongress,anofficer vremployee of Congress,orenemployee oroMember ofCongress in connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard ponn-LLL."Disclosure Form toReport Lobbying.''inaccordance with its instructions. 2.This certification|uomaterial representation o[fact upon which reliance was placed when this transaction was made or entered into. Submission ofthis certification imuprerequisite for making urentering into this transaction imposed bya1 U.S.C. 1n5u. Any person who fails tofile the required certification shall besubject toacivil penalty ofnot less than $1D.000and not more than$100.0OOfor each such failure. 3.The prospective participant also agrees bysubmitting its bid orproposal that the participant shall require that the language nfthis certification boincluded inall lower tier subcontracts,which exceed$1UO.0OOand that all such recipients shall certify and disclose accordingly. 11 | The attached wage rate IA 15-1.1a is identical to both the previous IA 15-1.0 and IA 15-1.1. Both are General Decision Number: IA150001, Modification Number: 0, Publication Date: 01/02/2015. i The new specification numbers IA 15-1.1 and IA 15-1.1a were created and assigned to proposals in an effort to implement new statewide wage rate modifications. However, at the time of issuing this specification,the United States Department of Labor has not published those rate modifications so they may not be assigned to contracts.Therefore,the previous rate: General Decision Number: IA150001, Modification Number: 0, Publication Date: 01/02/2015 is being incorporated into applicable contracts under the new specification number IA 15-1.1a—attached. i I. i I I� i �pp �I s 0 PREDETERMINED WAGE RATE IA15 - l.la General Decision Number: IA150001 01/02/2015 IA1 Superseded General Decision Number: IA20140001 State: Iowa Construction Types: Heavy and Highway Counties: Adair,Adams, Allamakee, Appanoose, Audubon, Benton, Black Hawk, Boone, Bremer, Buchanan, Buena Vista, Butler, Calhoun, Carroll, Cass, Cedar, Cerro Gordo, Cherokee, Chickasaw, Clarke, Clay, Clayton, Clinton, Crawford, Dallas, Davis, Decatur, Delaware, Des Moines, Dickinson, Dubuque, Emmet, Fayette, Floyd, Franklin, Fremont, Greene, Grundy, Guthrie, Hamilton, Hancock, Hardin, Harrison, Henry, Howard, Humboldt, Ida, Iowa, Jackson, Jasper, Jefferson, Johnson, Jones, Keokuk, Kossuth, Lee, Linn, Louisa, Lucas, Lyon, Madison, Mahaska, Marion, Marshall, Mills, Mitchell, Monona, Monroe, Montgomery, Muscatine, q O'Brien, Osceola, Page, Palo Alto, Plymouth, Pocahontas, Polk, Pottawattamie, Poweshiek, Ringgold, Sac, Shelby, Sioux, Story, Tama, Taylor, Union, Van Buren,Wapello,Warren, Washington, Wayne, Webster, Winnebago, Winneshiek, Woodbury, Worth and Wright Counties in Iowa. 1 STATEWIDE EXCEPT SCOTT COUNTY HEAVY CONSTRUCTION PROJECTS (Does not include work on or pertaining to the Mississippi or Missouri Rivers or on Water and Y Sewage Treatment Plants), AND HIGHWAY PROJECTS (does not include building structures in rest areas) d Note: Executive Order(EO) 13658 establishes an hourly minimum wage of$10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is 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 $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. 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 01/02/2015 * SUTA2002-003 02/28/2012 CARPENTERS AND PILEDRIVERMEN: Rates Fringes ZONE 1 24.92 9.93 ZONE 2 22.83 9.93 ZONE 3 22.83 9.93 ZONE 4 22.15 8.25 ZONE 5** 21.25 6.85 s IA150001 - 1 1 6 PREDETERMINED WAGE RATE IA15 - l.la CONCRETE FINISHER: ZONE 1 22.70 7.00 ZONE 2 22.70 7.00 ZONE 3 22.70 7.00 ZONE 4 20.50 5.45 ZONE 5 18.90 6.00 ELECTRICIANS. (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, ZONE 2, AND ZONE 3 21.30 5.70 ZONE 4 20.00 5.70 ZONE 5 17.75 5.70 IRONWORKERS: (SETTING OF STRUCTURAL STEEL) ZONE 1 26.55 7.45 ZONE 2 25.31 7.45 ZONE 3 25.01 7.75 ZONE 4 22.00 6.60 ZONE 5** 21.25 6.10 i LABORERS: Rates Fringes ZONE 1, ZONE 2, AND ZONE 3 GROUP A 20.56 7.95 GROUP AA 22.21 7.95 GROUP B 18.68 7.95 GROUP C 15.45 7.95 ZONE 4 GROUP A 18.05 7.65 GROUP B 16.73 7.65 GROUP C 13.85 7.65 a ZONE 5 GROUP A 18.50 6.00 GROUP B 15.75 6.00 GROUP C 15.15 6.00 POWER EQUIPMENT OPERATORS: ZONE 1 GROUP A 27.80 12.90 GROUP B 26.25 12.90 GROUP C 23.75 12.90 GROUP D 23.75 12.90 ZONE 2 GROUP A 27.10 12.90 GROUP B 25.50 12.90 GROUP C 22.95 12.90 GROUP D 22.95 12.90 IA150001 - 2 f f PREDETERMINED WAGE RATE IA15 - 1.1a ZONE 3 GROUP A 26.70 16.80 GROUP B 24.90 16.80 GROUP C 23.90 16.80 GROUP D 23.90 16.80 ZONE 4 GROUP A 26.75 8.55 GROUP B 25.61 8.55 GROUP C 23.53 8.55 GROUP D 23.53 8.55 ZONE 5 GROUP A 23.07 6.80 GROUP B 22.03 6.80 GROUP C 20.70 6.80 GROUP D 19.70 6.80 TRUCK DRIVER(AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 20.00 10.05 ZONE 2 20.00 10.05 ZONE 3 20.00 10.05 ZONE 4 20.20 5.65 ZONE 5 18.25 5.65 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. s ZONE 3 The Cities of Burlington, Clinton, Fort Madison, Keokuk, and Muscatine (and abutting municipalities of any such cities). q 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(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 & core drills; drill operator on air tracs, wagon drills and similar drills; form setter/stringman on paving work; gunnite nozzleman; IA150001 - 3 i PREDETERMINED WAGE RATE IA15 - I.Ia joint sealer kettleman; laser operator; pipelayer(sewer, water, and conduits) Zone 4 & 5; powderman tender; powderman/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 400 cfm); 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 (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). I GROUP B Articulated off road hauler, asphalt heater/planer; asphalt material transfer vehicle; Asphalt roller; belt loader or similar loader; bulldozer(rough); churn or rotary drill; concrete curb machine; crawler tractor pulling ripper, disk or roller; deck hand/oiler; directional drill (less than 60,000 (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 (350 hp. and less); paving breaker; portland concrete dry batch plant; rubber tired backhoe (1/2 cu. yd. and under); scraper(under 12 cu. yd.); 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; safety 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. IA150001 - 4 PREDETERMINED WAGE RATE IA15 - 1.1a 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 crane driver/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. 4 ------------------------------------------------------------------------ --------------------------------------------------------------------------------------------------------------------- '1 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 (29 CFR l 5.5 (a) (1) (ii)). l --------------------------------------------------------------------------------------------------------------------- I 'lI 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 II 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 4 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. R 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 IA150001 - 5 9 i PREDETERMINED WAGE RATE IA15 - 1.1a 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 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 b 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, D. C. 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, D. C. 20210 i IA150001 - 6 PREDETERMINED WAGE RATE IA15 - 1.1a 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 U. S. Department of Labor 200 Constitution Avenue,N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 'i i I{ I I�! d IA150001 - 7 iUWA T k www.iowa -dot-.gov Office of Contracts I Project Delivery Bureau 800 Lincoln Way I Ames, Iowa 50010 Phone: 515-239-1414 1 Email: dot.contracts@dot.iowa.gov i TO: COUNTIES CITIES COUNTY CONSERVATION BOARDS SUBJECT: INSTRUCTIONS FOR ISSUING SALES AND USE TAX EXEMPTION CERTIFICATES Iowa Code allows designated exempt entities to issues Sales and Use Tax Exemption Certificates. These certificates, when issued to contractors and sub-contractors, allow the purchase of qualifying items to be made exempt from Iowa sales tax, applicable local option sales tax, and school infrastructure local option sales tax. i Enclosed are the Sales and Use Exemption Certificates for contract(s) awarded through the Iowa DOT letting. IMPORTANT: Please sign each of the Sales and Use Tax Exemption Certificates and send them to the prime contractor. Call the Office of Contracts at 515-239-1414 if you have any questions. �I Sincerely, it rr Wes W. Musgrove, P.E. Contracts Engineer WWM/met Enclosure(s) E' 9 w a i E �I ��n j �I fi II fl tl W N N r c �ti P I1 I' 1lowa Department oi. Iowa Department of Revenue �' F0 Transportation F005 (650071) OB-OS www.state.ia.us/tax DESIGNATED EXEMPT ENTITY IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE AND AUTHORIZATION LETTER This document may be completed by a designated exempt entity and given to their contractor and/or subcontractor. Seller: Keep this certificate in your files. Contractor/Exempt Entity: Keep a copy of this certificate for your records. Do not send this to the Department of Revenue. Designated Exempt Entity General Contractor or Subcontractor Name CITY OF DUBUQUE, PUBLIC WORKS DIREC PORTZEN CONSTRUCTION, INC. I� Address 1 Address 1 b 50 WEST 13TH ST 205 STONE VALLEY DRIVE Address 2 Address 2 �I P City State Zip Code City State Zip Code DUBUQUE IA 52001-4864 DUBUQUE IA 52003 Construction Project Name 15/11/17\452 Construction Project Number (if used) 31-2loo-683 Description of contract/subcontract (please print/type clearly) DUBUQUE TAP-U-2100 (683) --81-31 MISCELLANEOUS N h. I The named contractor/subcontractor may purchase building materials used in the contract, exempt from sales tax. This exemption does NOT apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into the real property being constructed. c 0 Designated Exempt Entity Authorized Agent Date 31-013 (8/18/03) AUTHORIZATION LETTER FROM IOWA DEPARTMENT OF TRANSPORTATION CONTRACTOR/SUBCONTRACTORS: A copy of this document must be presented to your supplier(s) prior to purchasing your building materials. Pursuant to Iowa Code Section: 423.3 (80), you are authorized to purchase building materials tax free for the contract specified above. The exemption certificate (or a copy of the certificate) may be provided to the suppliers of your building materials and will authorize them to sell you the materials exempt from Iowa sales tax and any applicable local option sales tax. Complete information on qualifying materials and supplies can be found at www.state.ia.us/tax, the Iowa Department of Revenue (IDR) Web site. It is your responsibility to have records identifying the materials purchased and verifying they were used on this construction project. Any materials purchased tax—free and not used on this construction project are subject to sales and applicable local option tax. Should this occur, the tax must be paid directly by you to IDR in the same calendar quarter the contract is completed. Email the department at idr@iowa.gov if you have questions on this requirement. Contractors should be aware that use of the certificate to claim exemption from tax for items not used on this project or that do not qualify for exemption could result in civil or criminal penalties. u 1 j I{ II i� �i �� i i it j �� Ii �� i! SUBCONTRACTOR AUTHORIZATION AND EEO POSTER NOTICE County: DUBUQUE Contract ID: 31-2100-683 Date of Letting: 15/11/17 Wage Decision: IA15-1.1A i To: Employees and Applicants y Equal Employment Opportunity (EEO) and Affirmative Action (AA) requirements apply to this contract. It is the policy of the contractors working on this contract to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age, or disability. Such action shall include: 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, pre-apprenticeship, and/or on-the-job training. You should contact the Iowa Department of Transportation, Office of Employee Services, Civil Rights Section at 515-239-1921 to register your complaint if you feel that you are ` being discriminated against because of your race, religion, sex, color, national origin, age, or disability. Contractors authorized to work on this contract are listed below. Individuals seeking employment may contact them about employment opportunities and information about each company's training program. I Contractor City State Telephone PORTZEN CONSTRUCTION, INC. DUBUQUE IA (563)557-7642 G I II 0 F002 (650196) 09-13 y� G 1 1 { 1 �� it I 1 1 w i