Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WEST SIDE LEVEE/CRANDIC RAILROAD TO MCCOLLISTER BLVD/2013
WEST SIDE LEVEE/ CANDIC RAILROAD TO McCOLLISTER BLVD/2013 c.c) a -k S % de Leo..z owl ryl,-7 41-A /Y Q:Yor /gyp— JaL3 5rrov�n r--r`-i�or �`'�.Cfrc4i --�� e x e ck-�-� ren �.__ �_ C�y C (Q•- �.� � � n`,4— &, P,L,eml.`.-i-- �e.'�uJ•ee�.. 4L- 1. y DTA/3. CC -_b AAA&S eorSkfT'S._h.-6 i Qoms&4-1{'c,y�- _$41^J:CcS _ Or 4kc 4rk 1 r_ 1 t r c S;,), �►•i�rr-1y C e � o s7 o a�u7 C:� T w C:4g M� c S�t�A T .�, �• � �; 1 ;� 15—F _ /3%kns r 4A, k%.�E 11 S; d� Lego-e- eJtti5— ca�;o„r e con{rg. 19 - FWg - .sic so (3- S rrr»osgl S W n % : c A to ' cap. r c. F lnS fz -tCor Cllr O Y rl ar" fi ;ftG C4 C R•esy n '1[ r 6 . in 9 , c&j,s�- S-, d e- — ccq,-,,c4<< R P� '�o Iulcoo f ks�er �).��. �ov�j — -�20l3 Tadd d of _-._— �c 33 Y -MAR --/3 1 AG- 1 diJ�r st�nC T r.. is CWros;ng PICLrIS, 5per-A: C4,7kans� �A•�, OT _ CC'*d►aC-'- f esF%,r1�Y -�� Cosi %.c-_�h�. cais4(IuC-Rq of Af Cc7 ;de Lev« ?c`o#C4�r_,_ CS-i-abl',sh;nq 4fylc,.tr,4--o'� .�:p__5�cc.ir;-!� -�� a«Qrnpaftt C�a�y Cllr K �a -- t o�6�;rn azci[� (t�eSl Sde Le jee/R;mer - C.r.+cle RR M' Qoi(;S4v,- B I5 d. /�� -�C) Vag e 3 Of ', b►. NDAL;c�- ar- Watt, ProDSA� iµ6L'ca�v,ti �due�lstm<ni �v- $:ds - ,,P j:_3L~_/3._„ Resol4{ m� 13-99 awarcl;ncl Ca�,irac�- E n c �y C It,- K v u Ni s�~ a -For COrl5jf-&� ia')j -- 12--J�h-13 FDR M W-Agrrree. - .na.-rce lF rne, 2-0-Aua-�3:�f�es /3-3� afcs�_.cndinef' -foc - JwfL,P-.12 , 2-P/3 a-Aree ,te e Wl� - 0 4zy . Q -F Iecr_ ar—ora- ----A /r uv6de, --- P!2,�-52 - ✓1'tc�fC r�' �vti�s__ 7-A (ay IL Prepared by: Crystal Smith, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5410 RESOLUTION NO. 09-227 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT BETWEEN THE CITY OF IOWA CITY AND MMS CONSULTANTS TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE IOWA RIVER LEVEE— CRANDIC RR TO McCOLLISTER BOULEVARD PROJECT. WHEREAS, the City of Iowa City desires to obtain the services of a consulting firm in order to provide services to prepare preliminary and final design drawings and specifications for a flood control levee with a ten foot wide PCC trail in southwest Iowa City. WHEREAS, the construction of the flood control levee and trail shall extend along the west side of the Iowa River from McCollister Boulevard north to the railroad crossing. WHEREAS, the CITY desires the services of a consulting firm to prepare preliminary and final design drawings and specifications for bidding and construction of the flood control levee and trail, all of which shall be called the PROJECT, and NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. 1. The Consultant's Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant's Agreement. Passed and approved this 30th day of ATTEST: /7k�Lt� /� • 944L1 -J CITY—CLERK Pwenglreslmms8 9.dx Resolution No. 09-227 Page 2 It was moved by Hayek and seconded by adopted, and upon roll call there were: AYES: NAYS: Wilburn - the Resolution be ABSENT: x Bailey x Champion x Correia x Hayek x O'Donnell _x Wilburn x Wright wpdata/glossary/resolution-ic.doc CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this invi, day of .Tune , 2009 , by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and MMS Consultants, Inc., of Iowa City, Iowa, hereinafter referred to as the Consultant. WHEREAS, the City of Iowa City desires to obtain the services of a consulting firm in order to provide services to prepare preliminary and final design drawings and specifications for a flood control levee with a ten foot wide PCC trail in southwest Iowa City. WHEREAS, the construction of the flood control levee and trail shall extend along the west side of the Iowa River from McCollister Boulevard north to the,railroad crossing. WHEREAS, the CITY desires the services of a consulting firm to prepare preliminary and final design drawings and specifications for bidding and construction of the flood control levee and trail, all of which shall be called the PROJECT, and NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. The work to be performed by the CONSULTANT under this Scope of Services shall encompass and include the preliminary design, final detail design, construction plans and specification preparation for the improvements which include: The grading and storm sewer drainage required to build a flood control levee and ten foot wide trial along the west side of the Iowa River from McCollister Boulevard north to the railroad crossing. A. Preliminary Design and Plan Preparation 1. Preliminary Survey and Mapping The CONSULTANT will perform a topographic and boundary survey to obtain a base drawing for use in the design of the improvements. The CONSULTANT will research courthouse records to establish approximate locations of existing property lines, right-of-way lines and property ownership for the properties affected by the PROJECT and incorporate this data into the base mapping of the PROJECT. The CONSULTANT will research underground utility locations with the various companies and plot such locations on the base mapping of the PROJECT. Utilities to be researched include: sanitary sewer, storm sewer, electric, gas, water, telephone, cablevision, and fiber optic lines. This task will include field surveys to establish vertical and horizontal control, and obtaining supplemental topographic data required for the development of the preliminary plans. This task also includes incorporating the survey data collected -2 - into the base mapping. Permanent benchmarks will be established. Horizontal control to be based on Johnson County GPS control monuments (NGS NAD83). Vertical control to be based on NGVD 1929. 2. Soils Report This task will consist of a maximum of 15 soil borings to appropriate depths below grade. This subsurface exploration will include cone penetration tests, field vane shear tests, groundwater monitoring, visual soil classifications, moisture content tests, dry density determinations, plastic and liquid limit tests, laboratory compaction tests, sieve analysis, one-dimensional consolidation tests, UU triaxial shear tests, CUIC triaxial shear with pore pressures, cunconfined compressive strength tests, laboratory permeability tests. The soils report will contain a description of the PROJECT; a summary of the drilling, sampling, and testing procedures; logs of the boring and laboratory test results; and recommendations regarding the suitability of the soil for levee construction. 3. FEMA Letter of Map Revision This task will involve running a new hydraulic model to change the location of the floodway. The appropriate FEMA documents will be submitted to FEMA so the flood insurance rate map can be revised. The current floodway shows most of the overbank flood conveyance is on the west side of the river. The topography of the east side of the Iowa River is such that there is an area that would allow for overbank flood conveyance. The revised modeling will move the floodway so most of the conveyance is on the east side of the Iowa River. The property on the east side of the Iowa River is Napoleon Park. Moving the floodway line to the east would have no effect on the use of Napoleon Park and would reduce the amount of private property the city would have to acquire. 4. Wetland Investigation and Delineation This task will involve investigation of the levee site to determine the potential for possible wetlands. If wetlands are determined to exist on the site a detailed wetland delineation will be performed to determine their extent. A final wetland delineation report will be prepared that will outline the surveyed wetland boundary and determine the total number of wetland acres that will be impacted by the proposed project. 5. Preliminary Levee Alignment This task will involve preparing preliminary plan sheets that will show the existing topography and the proposed grading along the proposed Levee. Existing features such as trees, pavement, and buildings that will be impacted by the proposed grading will be shown. Proposed permanent and temporary easement limits will be shown. Included will be the necessary CADD work to show the preliminary design features for the proposed improvements, as well as preliminary cross sections for the determination of earthwork quantities. The proposed improvements will include a levee that will be a minimum of 3 feet above the 100 year flood elevation. The levee will be designed so it can accommodate a 10 foot wide trail on top. 6. Preliminary Drainage Analysis This task consists of completing an inventory of the existing hydrologic and hydraulic conditions and identifying the impacts the proposed improvements will have on the -3 - area wide drainage patterns and storm sewers. Once the impacts have been quantified alternatives to create storm water pumping stations to discharge local runoff to the Iowa River will be evaluated. 7. Preliminary Cost Estimate Preparation This task will include tabulating estimated construction quantities. These quantities will be used to prepare a preliminary cost estimate. 8. Preliminary Acquisition Plats and Easement Plats This task consists of identifying the areas impacted by the proposed improvements. Preliminary acquisition and easement plats will be prepared to identify the amount of property that will need to be acquired to construct the project. These plats will be used to determine an estimated cost of the land acquisition. B. Final Plan and Specification Preparation Based upon the preliminary design and plan preparation, field examination, review comments and various meetings, the CONSULTANT shall proceed with the final design, contract drawings, specifications, and estimates for the PROJECT. The contract documents shall describe in detail the work to be done, materials to be used, and the construction methods to be followed. Final construction plans will be ink plotted on mylar and will become the property of the CITY. The work tasks to be performed by the CONSULTANT under section 1.6 Final Plan and Specification Preparation shall include the following: 1. Final Levee Alignment This task will involve preparing final plan sheets that will show the existing topography and the proposed grading along the proposed Levee. Existing features such as trees, pavement, and buildings that will be impacted by the proposed grading will be shown. Proposed permanent and temporary easement limits will be shown. Included will be the necessary CADD work to show the final design features for the proposed improvements, as well as final cross sections for the determination of earthwork quantities. The proposed improvements will include a levee that will be a minimum of 3 feet above the 100 year flood elevation. The levee will be designed so it can be FEMA and Corps of Engineers Certified. A ten foot wide trail will be designed on the top of the levee. 2. Final Drainage Analysis This item consists of using the findings from the preliminary drainage analysis to design water pumping stations to discharge local runoff to the Iowa River. Final plan sheets will show the required improvements to construct the pumping stations. 3. Final Acquisition Plats and Easement Plats This task consists of identifying the areas impacted by the proposed improvements. Final acquisition and easement plats will be prepared to identify the amount of property that will need to be acquired to construct the project. These plats and legal descriptions shall comply with requirements of the Iowa Code and shall be prepared by or under the direct supervision of a duly licensed land surveyor under the laws of the State of Iowa. WE 4. Permitting The CONSULTANT will secure all permits on behalf of the CITY. Any fees for construction permits, licenses and other costs associated with permits and approvals shall be the responsibility of the CITY. The CONSULTANT shall provide technical criteria, written descriptions, and design data in filing applications for permits. The CONSULTANT will also be available to participate in consultations with permitting authorities. It is anticipated that the following permit(s) will be applied for: • IDNR Permit for NPDES • IDNR flood plain development permit • US Army Corps of Engineers 404 permit (Wetland mitigation design if required will be a separate agreement) 5. Archeological Investigation This task consists of performing a phase one cultural resource survey for the project area. A report will be prepared to meet the requirements of the State Historical Society of Iowa. 6. PROJECT Manual This task consists of providing a Project Manual for the PROJECT, including; Notice of Hearing and Letting, Instruction to Bidders, Bid Forms, Bond Forms, Agreement Forms, General Conditions of the Construction Contract, Supplementary General Conditions, and Detailed Construction Specifications. The Project Manual will be developed using the Iowa City engineering consultant dossier (most recent copy) as a guide. 7. Opinion of Probable Construction Cost The CONSULTANT shall prepare an updated Opinion of Probable Construction Cost for the PROJECT at the time of completion of the final plans and specifications. The Opinion of Probable Construction Cost is intended for the use of the Owner in financing and bidding the PROJECT. 8. Meetings The CONSULTANT staff will attend a maximum of 4 meetings to review progress, assist in decision-making, and receive direction from the CITY, one field exam which includes the preparation of materials, participation in the field exam and reviewing results of the field exam with the CITY, and others; and two public information meetings which include the preparation of display materials and hand out information, attendance at a public informational meeting and reviewing results of the informational meetings with the CITY and others. C. Additional Services Additional Services are not included in this contract. If authorized under a Supplemental Agreement the CONSULTANT shall furnish or obtain from others the following services. 1. Title Searches 2. DOT Type Plot Plans 3. Appraisals -5- 4. Appraisal reviews 5. Right -of -Way negotiation/acquisition services 6. Environmental impact statements 7. Investigation and/or mitigation of hazardous materials, if any 8. Construction Administration 9. Construction Observation and Materials Testing 10. Construction Layout and Staking 11. Wetland mitigation design 12. Phase Two Archeological investigation and/or assessment 13 Application, impact and permit fees 14 Letting services II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. The work will commence within one week of receipt of written notice to proceed. LA Preliminary Design and Plan Preparation within 6 weeks after notice to proceed LB Final Plan & Specification Preparation within 8 weeks after notice to proceed III. GENERAL TERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable am request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to fumish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. I. The Consultant agrees to fumish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. V -7 - COMPENSATION FOR SERVICES CITY shall pay CONSULTANT for services rendered under Section I - Scope of Services the fee amount as follows: LA Preliminary Design and Plan Preparation $92,550.00 (lump sum) LB Final Plan & Specification Preparation $52,810.00 (lump sum) MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. B. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. Date: Juane 30, 2009 ATTEST: Ci Clerk FOR THE ONSULTAA,NNT/ By: Title: 4114(f/ Date: 61912 oo Approved by: 4! x., //t�y ttomey's Office Y /1x310 f Date -Prob 1 14 Prepared by. Ronald Knoche, City Engineer, 410 E. Washington SL, Iowa City, IA 52240 319-356-5138 RESOLUTION NO. RESOLUTION AUTHORIZING THE ACQUISITION OF PROPERTY INTERESTS NECESSARY FOR CONSTRUCTION OF THE WEST SIDE LEVEE — CRANDIC RAILROAD TO MCCOLLISTER BOULEVARD PROJECT. WHEREAS, the City of Iowa City desires to construct the West Side Levee — CRANDIC Railroad to McCollister Boulevard Project ("Project") which includes the construction of an earthen levee along the west bank of the Iowa River, storm sewer and storm sewer pump stations; and WHEREAS, the City Council has determined that construction of the Project is a valid public purpose under State and Federal law, and has further determined that acquisition of certain property rights is necessary to construct, operate and maintain the proposed project; and WHEREAS, the City staff has determined the location of the proposed Project; and WHEREAS, City staff should be authorized to acquire necessary property rights at the best overall price to the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The City Council finds that it is in the public interest to acquire property rights by warranty deed, quit -claim deed, and/or easement for the construction of the West Side Levee — CRANDIC Railroad to McCollister Boulevard Project ("Project") which Project constitutes a public improvement under Iowa law. The City Council further finds that acquisition of said property rights is necessary to carry out the functions of the Project, and that such Project constitutes a valid public purpose under state and federal law. 2. The City Manager or designee is hereby authorized and directed to negotiate the purchase of property rights by warranty deed, quitclaim deed and/or easement for the construction, operation and maintenance of the Project. The City Manager or designee is authorized to sign purchase agreements for the purchase of property and/or easements, and offers to purchase property and/or easements. 3. The City Manager or designee, in consultation with the City Attorney's Office, is authorized and directed to establish, on behalf of City, an amount the City believes to be just compensation for the property to be acquired, and to make an offer to purchase the property for the established fair market value. 4. In the event negotiation is successful, the Mayor and City Clerk are hereby authorized to execute and attest easement agreements and agreements in lieu of condemnation. The City Attorney is hereby directed to take all necessary action to complete said transactions, as required by law. 5. In the event the necessary property rights for the Project cannot be acquired by negotiation, the City Attorney is hereby authorized and directed to initiate condemnation proceedings for acquisition of any and all property rights necessary to fulfill the functions of the Project, as provided by law. Passed and approved this 10th day of January 2011 Resolution No. 11-17 Page 2 ATTEST: 24ay to� T ARS CITTYY`�g�LERK MAYOR Approved by A0A41- � I City Attorney's Office t-„ 20(jo It was moved by rhn. jnn and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Dickens x Hayek x Mims x Wilburn x Wright Pweng/res/westsidelevee-acquireprop.doc --Prz� cZC1(11) Prepared by: Jason Reichart, Special Projects Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5416 RESOLUTION NO. 12-524 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AMENDMENT #1 TO THE JUNE 30, 2009 AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND MMS CONSULTANTS, INC. TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE WEST SIDE LEVEE PROJECT. WHEREAS, the City of Iowa City entered into a contract for consulting services with MMS Consultants, Inc., of Iowa City, Iowa, on June 30, 2009 to prepare preliminary and final design drawings and specifications for a flood control levee and necessary appurtenances; and WHEREAS, the CITY received a Community Development Block Grant (CDBG) for the construction of the West Side Levee Project after MMS had completed the preliminary design; and WHEREAS, the CITY directed MMS to review and modify the design plans and specifications so they would meet the requirements of the funding source (CDBG); and WHEREAS, the CITY also directed MMS to review and modify the design of the storm water pumping stations to provide additional operation and maintenance benefits; and WHEREAS, the City of Iowa City has negotiated Amendment #1 to the June 30, 2009 Agreement for said consulting services with MMS Consultants, Inc., to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with HDR Engineering, Inc.; and WHEREAS, funds for this project are available in the Taft Speedway Levee account # 3961 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. Amendment #1 to the Consultant's Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Amendment #1 to the Consultant's Agreement. Passed and approved this 18th day of December , 20 12 W, 11• •: lJ , Ap roved by ATTEST:C k CITY ERK JCiQtyykA—ttomey's Office jZhdd J2 pm-&naslmrs Res -Co ULAgtdac Resolution No. 12-524 Page 2 It was moved by Champion and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton CONSULTANT AGREEMENT WEST SIDE LEVEE PROJECT AMENDMENT NO. 1 THIS AMENDMENT No. 1 to the June 30, 2009, CONSULTANT AGREEMENT for the West Side Levee Project, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the CITY and MMS Consultants, Inc., of Iowa City, Iowa hereinafter referred to as the CONSULTANT, is made and entered into this i Rrh day of nerember 7012 WHEREAS, the CITY desires to broaden the scope of services to be performed by the CONSULTANT to accommodate significant modifications to the final design drawings and specifications for the West Side Levee Project; and WHEREAS, the CITY received a Community Disaster Grant (CDG) for the design of the West Side Levee Project; and WHEREAS, the CITY received a Community Development Block Grant (CDBG) for the construction of the West Side Levee Project after the CONSULTANT had completed the preliminary design; and WHEREAS, the CITY directed the CONSULTANT to review and modify the design plans and specifications so they would meet the requirements of the funding source (CDBG); and WHEREAS, the CITY also directed the CONSULTANT to review and modify the design of the storm water pumping stations to provide additional operation and maintenance benefits; and WHEREAS, the CONSULTANT is willing to perform these additional services for an increase in their fee and extension of the schedule for completion. NOW THEREFORE, it is agreed by and between the parties hereto that the parties do now agree to the following amendments to the June 30, 2009 Consultant Agreement: 1. Section I. SCOPE OF SERVICES: A. Task A — Modifications to the design 1. Revise the pump station design to include a mechanical bar screen instead of a simple bar rack. 2. Changing the pump station design to eliminate the submersible pumps and use vertical line shaft pumps with the motor above the operating floor. 3. Revising the pump station design to eliminate the simple flap gates and replace them with sluice gates with an electric actuator. 4. Changing from the electric controls being mounted outside in a panel similar to the River Street Pump Station to a completely new electrical power distribution design for a pumping station with a building allowing for the electrical controls to be mounted inside. 5. Changing the size and geometry of the structure to accommodate the mechanical bar screen, sluice gates and building. B. Task B —Additional Services 1. Adding the structural design to raise the elevation of the siphon structure on the Willow Creek Sanitary Sewer. 2. Adding the roadway design to allow access to the south pump structure and the siphon structure. 3. Adding a fixed emergency power generator and automatic power transfer switch to the design. II. Section II. TIME OF COMPLETION: The Scope of Services stated in this Amendment No. 1 above shall be completed according to the following schedule: I.A. Modifications to the design within 4 weeks after notice to proceed 1. B. Additional Services within 2 weeks after notice to proceed ill. Section III. COMPENSATION FOR SERVICES In consideration for the above-described change in the Scope of Services, Consultant's total lump sum fee is hereby amended to $211,130. This additional $71,400 in fees is summarized below: I.A. Modifications to the design: 1. B. Additional Services: $58,600 $12,800 IV. All other provisions of the June 30, 2009, Consultant Agreement not specifically amended herein shall remain in full force and effect. FOR THE CITY Matthew J. Hayek Title: Mavnr Date: _DEcE—n68r-p. IX 12n/.1 / ATTEST: City Jerk FOR B,� SU By: Title: /rd9ywldr Date: Approved by: Ciy Attorney's Office Date MM CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT WEST SIDE LEVEE CRANDIC RAILROAD to McCOLLISTER BLVD PROJECT Prepared by: MMS CONSULTANTS, INC. 1917 S. Gilbert St. Iowa City, IA 52240 February 14, 2013 I hereby certify that this plan, specification or report was prepared by me or under my direct personal supervision and that I am a duly Registered Professional Engineer under the laws of the State of Iowa. Signed: Ronald L. Amelon, P.E. IA. Reg. No. 14201 Date My biennial registration renewal date is December 31, 2013. All pages in this document, excluding Division 3, are covered by this seal. 7 - Adam,.;-I�-)finon, Adamon, P.E. IA Reg. No. 17363 My riennip registration renewal date is December 31, 2014. All Division 3 items are covered by this seal. 'Zo Date f 0 W u SPECIFICATIONS TABLE OF CONTENTS Lagaumber TITLE SHEET TABLE OF CONTENTS NOTICE OF PUBLIC HEARING......................................................................................... NP -1 ADVERTISEMENT FOR BIDS........................................................................................... AB -1 INSTRUCTIONS TO BIDDERS............................................................................................ 00100-1 NOTETO BIDDERS.............................................................................................................. NB -1 FORMOF PROPOSAL........................................................................................................ PR -1 BIDBOND.............................................................................................................................. BB -1 FORMOF AGREEMENT...................................................................................................... AG -1 PERFORMANCE AND PAYMENT BOND........................................................................ PB -1 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRAIINATION REQUIREMENTS)............................................................ CC -1 GENERALCONDITIONS..................................................................................................... GC -1 SUPPLEMENTARY CONDITIONS..................................................................................... SC -1 FEDERAL LABOR STANDARDS PROVISIONS .................................................. FLSP-1 CDBG REQUIRED CONTRACT LANGUAGE...................................................... CDBG CL -I CDBG SPECIAL CONDITIONS............................................................................... CDBG SC -1 SAFETY POLICY REGARDING CRANDIC PROPERTY .................................... CR -1 TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work............................................................................... 01010-1 Section 01025 Measurement and Payment....................................................................... 01025-1 Section 01300 Submittals......................................................................... 01300-1 S:\ENG REICHARTMest Side Levee\Specs\021913-Tab1e of Contents.doc Index — 1 March 5, 2013 - ' SPECIPICATIONS TABLE OF CONTENTS ` 1 /�V •,. r{ t,i { i. iu.f�Y TITLE SHEET TABLE OF CONTENTS NOTICE OF PUBLIC HEA G .... ADVERTISEMENT FOR BIDS NOTICE TO BIDDERS ..................... INSTRUCTIONS TO BIDDERS....... FORM OF PROPOSAL ................... BID BOND ......................................... FORM OF AGREEMENT ................. PERFORMANCE AND PAYMENT CONTRACT COMPLIANCE PR (ANTI -DISCRIMINATION C, GENERAL CONDITIONS ............... SUPPLEMENTARY COND ONS Pne Number ...................... NP -1 ...................... AB -1 ...................... NB -1 ...................... 00100-1 ...................... PR -1 ...................... BB -1 ...................... AG -1 ...................... PB -1 FEDERAL LABOR STA ARDS PROVISIONS ............................................... CDBG REQUIRED C CT LANGUAGE ................................................... CDBG SPECIAL CO ITIONS............................................................................. SAFETY POLICY GARDING CRANDIC PROPERTY ................................... TECHNICAL S CTION CC -1 GC -1 SC -1 FLSP-1 CDBG CL -1 CDBG SC -1 CR -1 DMSION 1 GENERAL REQUIREMENTS Sectio 1010 Summary of the Work............................................................................... 01010-1 Sectio 01025 Measurement and Payment....................................................................... 01025-1 Section 01300 Submittals......................................................................... 01300-1 Side Levee\Specs\021913-Table of Contents.doc Index — I February 26, 2013 Section 01310 Progress and Schedules............................................................................. 01310-1 Section 01570 Traffic Control and Construction Facilities ............................................... 01570-1 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ............................................. 02050-1 Section 02100 Site Preparation......................................................................................... 02100-1 Section 02220 Earth Excavation, Backfill, Fill and Grading ............................................ 02220-1 Section 02270 Slope Protection and Erosion Control ............................... .......,,........... 02270-1 y Section 02277 Floating Silt Curtain............................................................. 02277-1 Section 02510 Asphalt Cement Concrete Paving............................................................. 02510-1 Section 02520 Portland Cement Concrete Paving............................................................ 02520-1 Section02700 Sewers....................................................................................................... 02700-1 Section02920 Seeding..................................................................................................... 02920-1 Section 02951 Chain Link Fences and Gates.................................................................. 02951-1 DIVISION 3 – CONCRETE Section 03100 Concrete Formwork -------------- 03100-1 Section 03200 Concrete Reinforcement----------------------„------------------------------------------------ 03200-1 Section 03300 Cast -In -Place Concrete03300-1 ----------------------------------=----------------------------- DIVISION 4 - MASONRY Section 04100 Mortar................................................................................................... 04100-1 Section 04210 Unit Masonry ........................................................................................ 04210-1 DIVISIONS–METALS G :fin w tl= Section 05120 Structural Steel 051204— ®5120;I ": Section 05500 Metal Fabrications .......... ------------------------------------------------- •------ ----- eS 500-1, - – c'3 DIVISION 6 - WOOD & PLASTICS r N Section 06100 Rough Carpentry______- _____________________ 06100-1 DIVISION 7 - THERMAL & MOISTURE PROTECTION Section 07192 Vapor Retarders------------------------------------------------------------------------ 07192-1 Section 07200 Insulation ...................... ..... 07200-1 Section 07600 Flashing and Sheet Metal------------------------------------------------------------------------ 07600-1 Section 07920 Sealants and Caulking____________________________________________________________________________ 07920-1 DIVISION 8 - DOORS, WINDOWS & GLASS S:\ENG\aE1CHART\We t Side Levee\Specs\021913-Tab1e of Contents.doc Index — 2 February 26, 2013 '=11F Section 08110 Hollow Metal Frames & Doors 08110-1 Section 08710 Finish Hazdware-----------------------------Pi 3'1---------------- 08710-1 DIVISION 9 — FINISHES Section 09910 Coating Systems------------------------------------------------------------------------------------- 09910-1 DIVISION 11 —EQUIPMENT Section 11315 Vertical Axial Flow Pumps and Motors 11315-1 Section 11335 Catenary Bar Screen Equipment_____________________________________________________________ 11335-1 Section 11340 Mechanically Cleaned Heavy Duty Bar Screens-------------------------------------- 11340-1 DIVISION 15—MECHANICAL Variable Frequency Motor Drives--------- Section 15060 Pipe and Plumbing Specialties---------------------------------------------------------------- 15060-1 Section 15450 Slide Gates and Operators------------------------------------------------------------------------ 15450-1 Section 15780 Wall Mounted Heat Pumo 15780-1 DIVISION 16 — ELECTRICAL Section 16050 Basic Electrical Materials and Methods -------------------------------------------------- 16050-1 Section 16111 Conduit, Raceways and Boxes for Electrical Systems _____________________________ 16111-1 Section 16158 Variable Frequency Motor Drives--------- 16158-1 Section 16160 Circuit Breaker Panelboards 16160-1 Section 16170 Disconnect Switches ----------------------------------------------------------------------------- 16170-1 Section 16205 Standby Power Generation Systems________________________________________________________ 16205-1 Section 16289 Surge Protective Devices (SPD)------------------------------------------------------------- 16289-1 Section 16400 Service and Distribution ------------------------------------------------------------------------ 16400-1 Section 16408 West Levee Storm Water Pump Station Control Systems .--------. 16408-1 Section 16425 Main Distribution Panels 16425-1 Section 16450 Grounding & Bonding--------------------------------------------------------------------------- 16450-1 Section 16461 Dry Type Transformers - ------- - ----- ---- 16461-1 Section 16510 Lighting Fixtures and Lamps ------------------------------------------ 1----------------------- 16510-1 S1ENMREICHART\West Side Levee\Specs\021913-Table of Contents.doc Index — 3 February 26, 2013 SPECIFICATIONS TABLE OF CONTENTS TIME SHEET TABLE OF CO S NOTICE OF PUBLIC HE G AND ADVERTISEMENT FOR BIDS NOTICE TO BIDDERS ................................ INSTRUCTIONS TO BIDDERS ................. FORM OF PROPOSAL .............................. BIDBOND..................................................... FORM OF AGREEMENT .............................. PERFORMANCE AND PAYMENT BOND CONTRACT COMPLLANCE PROGRAM (ANTI-DISCRB,UNATION REQUIREN FEDERAL LABOR STANDARDS PROVIS GENERAL CONDITIONS ........................... SUPPLEMENTARY CONDITIONS............ RESTRICTION ON NON-RESID BIDDING ON NON -FEDERAL -All) i Page Number <�2 NPH -1 NB -1 00100-1 PR -1 BB -1 AG -1 PB -1 ).......................................................... CC -1 (CDBG).................................. FLSP-1 TECHNICAL SECTION DIVISION 1 -GENE REQUIREMENTS ......... GC -1 ......... SC -1 R-1 Section 01010 S!7- ary of the Work............................................................................... 010-1 Section 01025 easurement and Payment....................................................................... Ol 5-1 Section 01300 130 ubmittals......................................................................... 0130 1 Section 013 Progress and Schedules............................................................................. 01310- VSection70 Traffic Control and Conshvction Facilities ............................................... 01570-1 DIITE WORK 50 Demolitions, Removals and Abandonments ............................................. 02050-1 00 Site Preparation......................................................................................... 02100-1 T:\0339\0339-234-\Specificatiom\SPEC-100%\Front End Documents\0339234-1ndmdac Index — I February 14, 2013 Section 02220 Earth Excavation, Backfill, Fill and Grading ............................................ 02220-1 Section 02270 Slope Protection and Erosion Control ...................................................... 02270-1 Section 02277 Floating Silt Curtain............................................................. 02277-1 Section 02510 Asphalt Cement Concrete Paving........................................................... 02510-1 Section 02520 Portland Cement Concrete Paving........................................................... 02520-1 Section02700 Sewers...................................................................................................... 02700-1 Section02920 Seeding.................................................................................................... 02920-1 Section 02951 Chain Link Fences and Gates................................................................ 02951-1 DIVISION 3 - CONCRETE Section 03 0 Concrete Formwork ------------------------ ------------ ------------------- I................---- 03100-1 Section 03200 oncrete Reinforcement-------------------------------------------------------------•-••------ 03200-1 Section 03300 C M_Place Concrete........................................................................ 03300-1 DIVISION 4 - MASONRY Section04100 Mortar................................................................................................ 04100-1 Section 04210 Unit Masonry.................................................................................... 04210-1 DIVISION 5 -METALS Section 05120 Structural Steel___---•._..._..................._---_-_-------------------------- 05120-1 Section 05500 Metal Fabrications___-______________________________________________________________ 05500-1 DIVISION 6 - WOOD & PLASTIC Section 06100 Rough Carpen....................................................._------------------------ 06100-1 DIVIS& 7 - T14/*and OISTURE PROTECTION Sec4idn 07192 ders 07192-1 -... sSectldn 072Q0'-------------------------------------------------------------------------------------------- 07200-1 7 Sectien 0760&nd Sheet Metal 07600-1 Sectd 079211 d Caulking ------------------------------ 07920-1 CJ DIVISION 8 - DODOWS & GLASS Section 08110etal Frames & Doors--------------------------------------------------------------- 08110-1 Section 08710rdware 08710-1 DIVISION 9 - Section 09910 Coating Systems--------------------------------------------- 09910-1 T:\0339\0339-234-\Specifications\SPEC-1000/o\Front End Documents\0339234-lndex.doc Index — 2 February 14, 2013 DIVISION 11 — EQUIPMENT Section 11315 Vertical Axial Flow Pumps and Motors. Section 11335 Catenary Bar Screen Equipment ----------- Section 11340 Mechanically Cleaned Heavy Duty Bar DIVISION 15 — MECHANICAL Section 15060 Pipe and Plumbing Specialties -------------- Section 15450 Slide Gates and Operators --------------------- Section 15780 Wall Mminted Heat Pump---- --- DIVISION 16 — ELECTRICAL Section 16050 Basic Electrical aterials and Methods Section 16111 Conduit, Raceways Boxes for Elect Section 16158 Variable Frequency Moto I Section 16160 Circuit Breaker Panelboards Section 16170 Disconnect Switches Section 16205 Standby Power Generation Section 16289 Surge Protective Devices (S. Section 16400 Service and Distribution Section 16408 West Levee Storm Wate Pu Section 16425 Main Distribution Pan is Section 16450 Grounding & Bond' g -------- Section 16461 Dry Type Transfo ers-------- Section 16510 Lighting Fixtur and Lampe APPENDIX A — Systems Station Cdptrol Systems------------------------ f, WOO IN 15060-1 15450-1 15780-1 16050-1 16111-1 16158-1 16160-1 16170-1 16205-1 16289-1 16400-1 16408-1 16425-1 16450-1 16461-1 16510-1 T:\0339\0339-234-\SpeciScations\SPEG100�o\Fmnt End D) ments\0339234-]ndmdoc Index — 3 February 14, 2013 NOTICE OF PUBLIC HEARING ON PLANS. SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE WEST SIDE LEVEE PROJECT CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the West Side Levee Project in said city at 7:00 p.m. on the 5th day of March, 2013, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. The West Side Levee Project is funded by Community Development Block Grant (CDBG) funds received through the Iowa Economic Development Authority (IEDA). The legislation providing the disaster recovery funding is the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of 2009 (Pub. L. 110-329). Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK �y F h' ADVERTISEMENT FOR BIDS WEST SIDE LEVEE PROJECT CITY OF IOWA CITY, IOWA 2013 Pi x.43 Sealed proposals will be received by the City: Clerk of the City of Iowa City, Iowa, until 2.y3q; p.m. local time on the 2ntl day of April, 2093. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 p.m. on the 9h day of April, 2013, or at special meeting called for that purpose. The West Side Levee Project is funded by Community Development Block Grant (CDBG) funds received through the Iowa Economic Development Authority (IEDA). The legislation providing the disaster recovery funding is the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of 2009 (Pub. L. 110-329).Community Development Block Grant (CDBG) funds received through the Iowa Economic Development Authority (IEDA). The legislation providing the disaster recovery funding is the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of 2009 (Pub. L. 110-329). The Project will involve the following: Permanent flood mitigation measures along the western bank of the Iowa River from the CRANDIC Railroad Bridge to McCollister Boulevard including; construction of an earthen levee approximately 3000 linear feet in length, riverbank stabilization, and the construction of new storm sewer and two storm water pumping stations. There will be a Site Visit and Pre -Bid conference on Wednesday, March 13, 2013 at 9:30 a.m. local time, at Iowa City Municipal Airport located at 1801 South Riverside Dr., Iowa City, Iowa 52240. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a AF -1 surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: November 15, 2014 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Engineering Division, City of Iowa City, 410 E. Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $60 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). AF -2 rI9z.,pn 201311T.R -! P€? 3: 43 t EA%'K (sl I �i' CLz:.ri4°, 10 C E TY, ? The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-3 AF-3 ADVERTISEMENT FOR BIDS WEST SIDE LEVEE PROJECT CITY OF IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. local time on the 2ntl day of April, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deem a "sea d bid" for purposes of this Pr 'ect. Prop al received after this deadline ill be returntd to the bidder unopened. Prop als will be acte upon by the City Council at a eating to be held the Emma J. Harvat Hall a 7:00 P.M. on the day of April, 2013, o at special meeting cal d for that purpose. The West 'de Levee Project is funded by Community De elopment Block Grant (CDBG) funds received hrough the owa Economic Development Aut rity (IEDA . The legislation providing the disas r recov ry funding is the Consolidated Securi , Disa er Assistance, and Continuing Appropriatio s ct of 2009 (Pub. L. 110-329). Community De opment Block Grant (CDBG) funds receive hrough the Iowa Economic Development Aut rity (IEDA). The legislation providing a di star recovery funding is the Cc sol, ated Se rity, Disaster Assistance, and Con uing Appr nations Act of 2009 (Pub. L. 110- 29). The Project will in ve the following: Permanent flood mitigation measu s along the western ba k of the Iowa River m the CRANDIC R Ilroad Bridge to McC lister Boulevard i cluding; construction o an earthen leve approximately 3000 linear t inlength, iverbank stabilization, and t constructio of new storm sewer and storm wat r pumping stations. All work is be done in strict compliance with the plans d specifications prepared by MMS Consultan , Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are oo file for public examination in the Office of the Ciq Clerk. Each p oposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to AF -1 r° AF -2 enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will a required to furnish a bond in an amount a al to one hundred percent (100%) of the con tr ct price, said bond to be issued by a responsib surety approved by the City, and shall guarant a the prompt payment of all materials and labor and also protect and save armless the City from all claims and damag s of any kind ceu ed directly or indirectly by the Aeration of the ntract, and shall also guarant the maintena ce of the improvement for a pend of two (2) y ar(s) from and after its completio and formal oceptance by the City Council. The follo 'ng limitab ns shall apply to this Project Completion te: Nov mber 15, 2014 Liquidated Da ages: 500.00 per day The plans, s ificati ns and proposed contract documents may a ex mined at the office of the City Clerk. Copie o said plans and specifi- cations and form f proposal blanks may be secured at the Offic of MMS Consultants, Inc., 1917 South Gilbert eet, Iowa City, IA 52240, by bona fide bidders. t' A $60 non-refunda le a is required for each set of plans and spe 'fications provided to bidders or other inte sted ersons. The fee shall _ be in the form of a heck, ade payable to the — City of Iowa City. ..- — Prospective bidde are advis that the City of Iowa City desires t employ min rity contractors and subcontractors n City proje s. A listing of minority contracto can be obtai d from the Iowa Department o Inspections and ppeals at (515) 281-5796 a the Iowa Depa ment of Transportation Con(racts Office at (51 ) 239- 1422. :the Bidders shall listI\{ the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must AF -2 be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. AF -3 N 7 G' ter. G7 y N W FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 2013, for the West Side Levee Crandic RR to McCollister Blvd. Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Notice of Public Hearing and Advertisement for Bids b. Instructions to Bidders C. Form of Proposal d. Bid Bond e. Form of Agreement (this instrument) g. Performance and Payment Bond h. Contract Compliance Program, City of Iowa City i. General Conditions j. Supplementary Conditions k. Federal Labor Standards Provisions, US HUD I. CDBG Required Contract Language and CDBG Special Conditions M. Plans n. Technical Specifications o. Addenda Numbers AG -1 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of Citv ATTEST: Mayor City Clerk AG -2 20 Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal &I-]= SECTION 00100 INSTRUCTIONS TO BIDDERS PART I - GENERAL • ,3 1.01 CONTRACT DOCUMENTS A. Contract Documents, sometimes referred to as the "plans and specifications," shall mean and include the following parts as used herein: 1. Notice of Public Hearing and Advertisement for Bids 2. Instructions to Bidders 3. Form of Proposal 4. Bid Bond 5. Foran of Agreement 6. Performance and Payment Bond 7. Contract Compliance Program, City of Iowa City 8. Federal Labor Standards Provisions, CDBG 9. General Conditions 10. Supplementary Conditions 11. Plans List 12. Detailed Specifications 13. Numbered addenda issued to the foregoing. 1.02 DEFINITIONS 1. Bidder —The individual or entity that submits a bid directly to the OWNER. 2. Engineer— The OWNER's Professional Consultant as defined in the General Conditions. 1.03 EXAMINATION of SITE, PLANS and SPECIFICATIONS A. It is the responsibility of the bidder to thoroughly examine the plans and specifications and requirements of the Work. This shall also include all federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work. B. All questions about the meaning or intent of the Contract documents shall be directed to the OWNER. Bidders shall notify the OWNER of any errors, omissions, or discrepancies contained within the Contract Documents. The Bidder shall not at any time after the submission of bid, assert that there was any misunderstanding in regard to the nature or amount of work to be done. C. There will be a Site Visit and Pre -Bid Meeting on March 13, 2013 at 9:30 AM local time, at the Iowa City Municipal Airport located at 1801 South Riverside Dr., Iowa City, Iowa 52240. Meeting minutes and attendance list for the Pre -Bid Meeting minutes and an attendance list will be made available to all those in attendance. D. Submission of a signed proposal by a Bidder shall signify to the OWNER that the Bidder has examined the Project Site and/or the Contract Documents and has found them to be sufficient in scope and detail to convey an understanding of all terms and conditions for performing and furnishing the Work. E. The Bidders shall not use or be entitled to use any of the information made available to them as stated above or obtained in any examination made by them in any manner as a basis of or ground 00100-1 for any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual visible or other conditions encountered during the construction work, except as may be expressly provided for in the contract documents. 1.04 INTERPRETATIONS AND ADDENDA A. Additions, deletions, or revisions to the Contract Documents considered necessary by the Engineer or OWNER in response to Bidder's questions will be issued be addenda mailed or delivered to all parties recorded by the OWNER as having received the Contract Documents. Questions received less than ten (10) days prior to the Bid submission deadline may not be answered. Only answers to Bidder's questions issued by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. O 1.05 QUALIFICATIONS OF BIDDERS b A. Bidders shall be prepared to satisfy Owner as to integrity, experience, adequacy of equipments and personnel, and financial ability to perform work specified. — ti B. If successful Bidder is a non -Iowa corporation, they shall submit proof to Owner prior -16 execution of contract that they have been authorized by Secretary of State to do.busine`ss in Iowa. C. Any bidder or equipment supplier whose firm or affiliate is listed in the GSA publication "List of Parties Excluded from Federal Procurement and Nonprocurement Programs" will be prohibited from the bidding process. Anyone submitting a bid who is listed in this publication will be determined to be a nonresponsive bidder in accordance with 40 CFR Part 31. A contractor's Suspension/Debarment Certification will be contained in the specifications; however, this certification should not preclude any interested party from ascertaining whether the certifying person is actually on the "List of Parties Excluded from Federal Procurement and Non - procurement Programs". 1.06 METHOD of BIDDING A. Bidders shall submit unit price or lump sum bid as specified for the work covered by the plans and specifications. Prices shall cover complete work and include all costs incidental thereto, unless indicated otherwise. Section 01025 - Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. B. Total lump sum bids for both pump stations includes furnishing and installing all major equipment items and incidental items in a manner that pump stations are constructed and operate as intended. The price for said items shall total installed price of complete operating installation for both pumping stations including furnishing and installing piping, building, mechanical and electrical work, accessories, controls and similar items in addition to that shown on plans which may be necessary to accommodate equipment as specified. 00100-2 1.07 SUBSTITUTE and "OR -EQUAL -ITEMS A. The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal" items. B. Other Materials and Equipment. Whenever it is specified or described in the Bidding Documents that a substitute or "or -equal" item of material or equipment may he furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. 1.08 OF BIDS IV A. The required Bid submittals are: Envelope l: Bid Security Envelope 2: Form of Proposal - B. Sealed bids for the above-named project are to be received by the City of Iowa -'City aE4he Office of the City Clerk at City Hall, 410 E. Washington St., Iowa City, IA 52240 before 2.30 RM., on Tuesday. April 2.2013. C. The sealed proposals will be opened immediately thereafter by the City Engineer or designee in Emma J. Harvat Hall (Council Chambers). Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this project. D. Bidders shall submit the Proposal in a sealed envelope. Envelope shall bear return address of the bidder and shall be addressed as follows: City of Iowa City Proposal for: City Clerk's Ofice West Side Levee Project 410 E. Washington Street Crandic Railroad To Mccollister Blvd Iowa City, IA 52240 E. Bids shall be signed by a legally authorized representative of the bidder. 1.09 BID SECURITY A. Proposals shall be accompanied by bid security in the form and amount set out in the Notice of Public Hearing and Advertisement for Bids. B . Bid security shall be enclosed in a sealed envelope separate from the bid. C. The bid security shall be forfeited and become the property of the Owner if the Bidder fails or refuses to enter into contract and to furnish bond within 10 calendar days after their proposal has been accepted. D. Bid security of the unsuccessful bidders will be returned as soon as the successful bidder is determined or within 30 days, whichever is sooner; bid security of successful bidder will be returned upon execution of contract and furnishing of bond. E. Use bid bond form included with specifications. 00100-3 LI 0 REFERENCES A. The successful bidder and all subcontractors are required to submit, prior to award, three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. B. References shall be addressed to the City Engineer and include name, address and phone number of contact person for City verification. 1.11 CLARIFICATION on SUBMITTAL of EQUAL OPPORTUNITYPOLICYSTATEMENT A. The Equal Opportunity Policy Statement as described in the CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS) does not have to be shitted with the bid. It must be submitted before execution of the Agreement. 1.12 EVALUATION OF BIDS _ A. Award of this contract will be made to the lowest responsive, responsible bidder whose bid, conforming to the solicitation, will be the most advantageous to the City of Iowa City. Past performance of the bidder and completeness of the bid will be considered for award. the City reserves the right to qualify, accept, or reject any or all bidders as deemed to be in th5est interest of the City. The City of Iowa City reserves the right to accept or reject any or all bids and to waive irregularities or technicalities in any bids when in the best interest of the City. The City of Iowa City reserves the right to accept or reject any exception taken by the bidder to the terms and conditions of the request for bid. It is the intent of the City to make an award within twenty (20) working days of the bid opening date. B. Bids shall be considered non-responsive and shall be rejected for any of the following reasons: a. Multiple Bids from a Bidder under the same or different names. If the OWNER believes the Bidder is interested in more than one bid for the Work, all Bids in which said Bidder is interested will be rejected. b. Bids containing unauthorized additions or irregularities of any kind which make the proposal incomplete, indefinite, or ambiguous as to its meaning. c. Bids containing lump sum or unit prices which do not reflect reasonable actual costs plus a reasonable share of the Bidder's anticipated profit, overhead and other indirect costs to complete said Bid. C. Award, if made, will be in accordance with the terms and conditions herein. 1.13 WITHDRAWAL OF BIDS A. A bidder may withdraw their bid at any time prior to scheduled closing time for receipt of bids, but no bid shall be withdrawn for a period of 50 calendar days thereafter. B. If a Bidder has requestedto withdraw a Bid prior to the scheduled closing time for receipt of bids, said Bidder may submit a different Bid and Bid Security any time prior to the Bid submission deadline. 1.14 EXECUTION OF CONTRACT 00100-4 A. The successful bidder shall enter into a written contract with the Owner within 10 days after acceptance of their proposal on the forms included with these specifications for the performance of the work awarded to him. B. The contract, when executed, shall be deemed to include the entire agreement between the parties hereto, and the Contractor shall not claim any modification thereof resulting from any representation or promise made at any time by any representative of the Owner or any other person. 1.15 INSURANCE A. Awarded bidder will be required to submit a current certificate of insurance prior to commencement of work. The certificate of insurance shall include the following items: 1. The City of Iowa City shall be named as additional insured. 2. Project bid number and project title as the description. 3. Insurance carriers shall berated as A or better by A.M. Best. a 1.16 CONTRACT TERMINATION A. Provisions of law, as contained in Chapter 573A of the Code of Iowa, shall apply to and be a p'qff of this contract. Chapter 573A provides for termination of contracts for construction of public, 7 uu improvements when construction or work thereon is stopped because of a national emet&ncy" The provisions of Chapter 573A shall be binding upon all parties thereto, including, subcontractors and sureties upon any bond given or filed in connection therewith: 117 TAXES A. The City will issue a sales tax exemption certificate for all materials purchased on the project. The City will issue the appropriate tax exemption certificates and authorization letters to the Contractor and all subcontractors completing work on the project. Tax exemption certificates are applicable only for the specific project for which the tax exemption certificate is issued. B. Contractor shall provide a listing to the City identifying all appropriate subcontractors qualified for use of the tax exemption certificate. Contractor and subcontractors may make copies of the certificate and provide to each supplier providing construction material a copy of the tax exemption certificate. C. Income tax: 1. Successful bidder is subject to payment of Iowa income tax on income from this work in amounts prescribed by law. 2. If successful bidder is a non -Iowa partnership, individual or association, they shall furnish evidence prior to execution of contract, that bond or securities have been posted with the Iowa Department of Revenue in the amount required by law. 1.18 PAYMENT A. Payment will be made as set forth in the Notice of Public Hearing and Advertisement for Bids and Section 01025 Measurement and Payment. 00100-5 B. Payments will be made on the basis of estimates prepared by Contractor and approved by Engineer solely for the purpose of payment, but approval by Engineer shall not be deemed approval of workmanship or material. 1.19 PERIOD OF GUARANTEE AND BOND A. Contractor shall guarantee work for a period of two (2) years from the date of final acceptance of the work by the Owner as provided for in the Code of Iowa. Performance Bond and Payment Bond furnished by Contractor shall run for a like period. 1.19 SOIL BORINGS — SUBSURFACE AND PHYSICAL CONDITIONS A. Reference the Supplementary Conditions 1.21 GOVERNMENTAL REQUIREMENTS —FUNDING SOURCE REQUIREMENTS A. Refer to the Federal Labor Standards Provisions section B. Successful bidder must comply with all parts of the governmental requirements as set forth in the contract documents, instructions and attachments. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-100%\0339234-00100-instructions.doc 02/14/13 00100-6 0 G w ' Cl) r 00100-6 SECTION 00100 INSTRUCTIONS TO BI. PART I -GENERAL 1.01 CONTRACT DOCUMENTS A. Contract Documents, sometimes referred to as the "plans and specifications," shall mean and include the following parts as used herein: 1. Notice of Public Dearing ind Advertisement for Bids 2. Instructions to Bidders 3. Form of Proposal 4. Bid Bond 5. Form of Agreement 6. Performance and Payment Bo d 7. Contract Compliance Program, 8. Federal Labor Standards Provisi 9. General Conditions 10. Supplementary Conditions 11. Restriction on Non -Resident Bid 12. Plans List 13. Detailed Specifications 14. Numbered addenda issued to the 1.02 DEFEVMONS 1. Bidder — The individual or entity 2. Engineer — The OWNER'sProfq 1.03 EXAMINATION ofSITE, of Iowa City CDBG on Non-F9deral Aid Projects a bid directly to the OWNER altant as defined in the General Conditions. A. It is the responsibility of the dder to thoroughly examine a plans and specifications and requirements of the Work. is shall also include all feder state, and local laws and regulations that may affect cost pro ss, or or of the Work. B. All questions about the eaning or intent of the Contract doc ents shall be directed to the OWNER. Bidders shat notify the OWNER of any errors, omissions,, or discrepancies contained within the Contract D cuments. The Bidder shall not at any time after the submission of bid, assert that there w any misunderstanding in regard to the nature or amount of work to be done. C. Bidders shallatte the Pre -Bid Meeting on March 13, 2013 to examine the Project Site. Site visits will not be (lowed before or after this date. Meeting minutes and attendance list for the Pre -Bid Msigne eetin will be made available to all those in attendance. D. Submission of d proposal by a Bidder shall signify to the OWNER that the Bidder has examined the/Project Site and/or the Contract Documents and has found them to be sufficient in scope and d tail to convey an understanding of all terms and conditions for performing and furnishing a Work. E. The Bidders shall not use or be entitled to use any of the information made available to them as stated above or obtained in any examination made by them in any manner as a basis of or ground 00100-1 for any claim or demand against the Owner or the Engineer, arising from or by reason of any variance which may exist between the information made available and the actual visible or other conditions encountered during the construction work, except as may be expressly provided for in the contract documents. 1.04 INTERPRETATIONS AND ADDENDA A. Additions, deletions, or revisions to the Contract Engineer or OWNER in response to Bidder's qui delivered to all parties recorded by the OWNER Questions received less than ten (10) days prior�l answered. Only answers to Bidder's questions s. Oral and other interpretations or L05 QUALIFICATIONS OF A. Bidders shall be prepared to and personnel, and financial B. If successful Bidder is a non -Iowa c execution of contract that they have C. Any bidder or equipment supplier Parties Excluded from Federal Pr( from the bidding process. Anyone determined to be a nonresponsive Suspension/Debarment Certificati certification should not preclude person is actually on the "List of procurement Programs". 1.06 METHOD ojBIDDING A. Bidders shall submit unit price and specifications. Prices shall unless indicated otherwise. Se )ocuments considered necessary by the tions will be issued be addenda mailed or having received the Contract Documents. the Bid submission deadline may not be ed by formal written Addenda will be binding. be without legal effect. as to integrity, experience, adequacy of equipment xm work specified. ition, they shall submit proof to Owner prior to auporized by Secretary of State to do business in Iowa. or affiliate is listed in the GSA publication "List of A Nonprocurement Programs" will be prohibited i bid who is listed in this publication will be bi der in ac rdance with 40 CFR Part 31. A contractor's 01 will be co fined in the specifications; however, this an interested p from ascertaining whether the certifying P 'es Excluded on Federal Procurement and Non - lump sum bid as specified r the work covered by the plans ver complete work and inclu all costs incidental thereto, m 01025 -Measurement and Pa ent, contained in Division 1 of these specifications defines gill pay items and methods B. Total lump sum bids for both pimip stations includes furnishing and installing all specific major process equipment items of thq manufacturer designated by the bidder as "BASE BID CHOICES" on the PROPOSAL FORM. ,a CFAnstalled price blank must be illed in order to allow the Owner to consider alternative proposals. Bidder must write in name of Iternate bid manufacturer. Equipment by suppliers other than those listed which meets the r quirement of the specifications may be acceptable, if approved not less than'2weeks before sche led bid date. i_ "cam 00100-2 D. Price for either `BASE BID ITEM" or alternate makes shall total installed price of complete operating installation for both pumping stations including furnishing and installing piping, building, mechanical and electrical work, accessories, controls and similar items in addition to that shown on plans which may be necessary to accommodate equipment as specified. E. Failure of bidder to include a price in Proposal for "BASE BID ITEM" will constitute evidence that he will furnish "BASE BID ITEM" at lowest price bid for alternate equipment or that he will furnish `BASE BID TTEM if no alternate equipment is entered in Proposal. F. The Owner will designate the manufacturer if the bidder fails to circle the manufacturer the bid is based on. G. Owner reserves right to select any of the specific items bid upon, inpluding "BASE BID ITEM" with choice of equipment made by Owner after award of contract successful bidder. H. The intent and method of a. Provide method whereby ITEM" with choice of eq bidder. b. Allow bidder to offer alternate c. Enable Owner to make final ecified is as follows: of contract is made on t made by Owner afte q ipment which c mp ice n certain a uipme 1. 0 7 S UBSTITUTE and "OR -EQUAL -ITEMS of lowest bid using "BASE BID I of contract to successful with specifications. A. The Contract, if awarded, will be on the basi of materials and equipment specified or described in the Bidding Documents without consider, h of possible substitute or "or -equal" items with the exception of Base Bid Equipm/application B. Other Materials and Equipment. it is spe ified or described in the Bidding Documents that a substitute or "or equal" iteal or eq ' ment may be famished or used by Contractor if acceptable to Enginfor s h acceptance will not be considered by Engineer until after the Effectivee Agreemen 1.08 SUBMISSION OFBIDS A. The required Bid sule-named - Envelope 1: Bid Envelope 2: Foral Statesident Bidder B. Sealed bids for the aproject are to be received by the Ci ofIowaCity et tljo Officeof the City Clerk at10 E. Washington St., Iowa City, IA 5 240 bd i re 2:30 C. The sealed propo s will be opened immediately thereafter by the City Engilkeer or designee in Emma J. Harva l (Council Chambers). Bids submitted by fax machine shall not be deemed a "sealed bid" f9f purposes of this project. D. Bidders sh9n submit the Proposal in a sealed envelope. Envelope shall bear return address of the bidder aud shall be addressed as follows: r City of Iowa City Proposal for: 00100-3 City Clerk's Ofice West Side Levee Project 410 E. Washington Street Crandic Railroad To Mccollister Blvd Iowa City, IA 52240 E. Bids shall be signed by a legally authorized representative of the bidder. 1.09 BID SECURITY A. Proposals shall be accompanied by bid security i# the form and amount set out in the Notice of Public Hearing and Advertisement for Bids. B . Bid security shall be enclosed in a sealed C. The bid security shall a forfeited and become fails or refuses to ente into contract and to proposal has been accepte . D. Bid security of the unsuccess bidders wi bi determined or within 30 days, ichever i soc returned upon execution of contra and sl E. Use bid bond form included with LIOREFERENCES separate from the bid. of the Owner if the Bidder bond within 10 calendar days after their returned as soon as the successful bidder is ier; bid security of successful bidder will be rg of bond. A. The successful bidder and all subcon tors ate required to submit, prior to award, three references involving similar projects, including t least one municipal reference. Award of the bid or use of specific subcontractors may be deni if sufficient favorable references are not verified or may be denied based on past experience o projects with the ity of Iowa City. B. References shall be addressed to a City Engineer and ' lude name, address and phone number of contact person for City verifica ' n. 1.11 CLARIFICATION on SUBMI AL of EQUAL OPPORT POLICYSTATEMENT A. ate Equal Opportunity Polic Statement as described in the CO CT COMPLIANCE OGRAM (ANTI -DISC ATION REQUIREMENTS) do not have to be submitted with ie bid. It must be submi before execution of the Agreement. `132 EVUUATIONOFBIDS \ A. Qkvard of this contract wi I be made to the lowest responsive, responsible bidder whose bid, c¢iiforming to the solici tion, will be the most advantageous to the City of Iowa City. Past performance of the bidd r and completeness of the bid will be considered for award. The City reserves the right to qua ify, accept, or reject any or all bidders as deemed to be in the best interest of the City. Th City of Iowa City reserves the right to accept or reject any or all bids and to waive irregnlari es or technicalities in any bids when in the best interest of the City. The City of Iowa City rese es the right to accept or reject any exception taken by the bidder to the terms and conditions of the request for bid. It is the intent of the City to make an award within twenty (20) working days of the bid opening date. B. Bids shall be considered non-responsive and shall be rejected for any of the following reasons: 00100-4 a. Multiple Bids from a Bidder under the same or different names. If the OWNER believes the Bidder is interested in more than one bid for the Work, all Bids in which said Bidder is interested will be rejected. b. Bids containing unauthorized additions or irregularities of any kind which make the proposal incomplete, indefinite, or ambiguous as to its meaning. c. Bids containing lump sum or unit prices which do not reflect reasonable actual costs plus a reasonable share of the Bidder's anticipated profit, overhead and other indirect costs to complete said Bid. C. Award, if made, will be in accordance with the terms and conditions herein. L13 WITHDRAWAL OF BIDS A. A bidder may withdraw tBeir bid at any time prior to scheduled but no bid shall be withdra for a period of 50 calendar days t B. If a Bidder has requestedto wi draw a Bid prior to the schedult said Bidder may submit a differe Bid and Bid Security any tip deadline. / 1.14 EXECUTIONOFCONTRACT A. The successful bidder shall enter into a w acceptance of their proposal on the forms of the work awarded to him. G' T �.N G or -r regGeipt ofbids,' closing time fcr'ieceijit of bids, prior to the Bid s'u issiord? 'v with the Owner within 10 days after these specifications for the performance B. The contract, when executed, shall be deemed inclu the entire agreement between the parties hereto, and the Contractor shall not claim an modificati thereof resulting from any representation or promise made at any time y any represe five of the Owner or any other person. 1.15 INSURANCE A. Awarded bidder will be required to ubmit a current certificate of iksurance prior to commencement of work. The cerfificate of insurance shall include tXe following items: 1. The City of Iowa City s be named as additional insured. 2. Project bid number and oject title as the description. 3. Insurance carriers shall a rated as A or better by A.M. Best. 1.16 CONTRACT A. Provisions of law, as ontained in Chapter 573A of the Code of Iowa, shall apply to and be a part of this contract. Ch ter 573A provides for termination of contracts for construction of public improvements w n construction or work thereon is stopped because of a national emergency. The provisions Chapter 573A shall be binding upon all parties thereto, including subcontractors d sureties upon any bond given or filed in connection therewith. L17TAXES A. The City 'll issue a sales tax exemption certificate for all materials purchased on the project. The City will issue the appropriate tax exemption certificates and authorization letters to the 00100-5 Contractor and all subcontractors completing work on the project. Tax exemption certificates are applicable only for the specific project for which the tax exemption certificate is issued. B. Contractor shall provide a listing to the City identifying all appropriate subcontractors qualified for use of the tax exemption certificate. Contractor and subcontractors may make copies of the certificate and provide to each supplier providing construction material a copy of the tax exemption certificate. C. Income tax: 1. Successful bidder is subject to payment of Iowan amounts prescribed by law. 2. If successful bidder is a non -Iowa partnership, in( evidence prior to execution of contract, that bond Iowa Department of Revenu@ in the amount requi 1.18 PAYMENT A. Payment will be made as set forth in t%e Notice Section 01025 Measurement and Pa ent. B. Payments will be made on the basis of Engineer solely for the purpose of pay approval of workmanship or material. tax on income from this work in dual or association, they shall furnish >ecurities have been posted with the by law. Hearing and Advertisement for Bids and prepared by Contractor and approved by approval by Engineer shall not be deemed 1.19 PERIOD OF GUARANTEE AND BOND A. Contractor shall guarantee work for erio of two 2 ears from the date of final acceptance of the work by the Owner s provide for in the Code of Iowa. Performance Bond and Payment Bond furnished by Con ctor shall for a like period. 1.19 SOIL BORINGS — SUBSURFACE PRYSICAL ONDITIONS A. Reference the Supplementary 1.21 GOVERNMENTALREQ UIRE*NTS—FUNDING SO URtEREQ UIREMENTS A. Refer to the Federal Labor Provisions section B. Successful bidder must co ply with all parts of the governmentalk quirements asset forth in the contract documents, in ctions and attachments. \\ N L T'.103p%034.97z34-1pccil c-� END OF SECTION 00100-6 02/14/13 FORM OF PROPOSAL WEST SIDE LEVEE - CRANDIC RR to McCOLLISTER BLVD PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization LS 1 $ 2. PCC Pavement Removal SY 2,099 $ 3. ACC Pavement Removal SY 211 $ 4. Gravel Removal SY 4,225 $ 5. Clearing and Grubbing levee construction site LS 1 $ 6. Clearing and Grubbing forested wetland creation mitigation area LS 1 $ lural F, E? 7. Clearing Only, forested PR -2 I wetland enhancement mitigation area LS 1 8. Remove Building Group EA 2 9. Remove Metal Shed EA 2 10. Fence removal LF 539 11. Storm Sewer and Tile Removal 21" diameter RCP LF 82 12. Storm Sewer and Tile Removal 12" diameter ADS LF 144 13. Storm Sewer and Tile Removal 12" diameter unknown material LF 235 14. Storm Sewer and Tile Removal 8" diameter iron LF 78 15. Storm Sewer and Tile Removal 6" diameter unknown material LF 114 16. Safety Fence LF 2,715 17. Silt Fence LF 6,100 18. Floating Silt Curtain LF 2,750 19. Excavation, Class 10: excavation of existing fill and existing berm within levee footprint, place on site. CY 11,120 20. Excavation, Class 10: excavation of existing fill and existing berm within levee footprint, disposal off site. CY 16,480 21. Excavation, Class 10: Channel Excavation, Disposal off site. CY 13,000 22. Excavation, Class 10: Excavation at offsite Wetland mitigation site, Disposal offsite. CY 15,300 PR -2 I 23. Excavation, Import TON Impervious Material. 24. Topsoil, Strip, stockpile EA and spread, levee EA construction site. 25. Topsoil, Import and EA spread, levee construction EA site. 26. Topsoil, Strip, stockpile EA and spread, offsite EA wetland mitigation site. 27. Topsoil, Import and PR spread, offsite wetland mitigation site. 28. Rip -Rap, IDOT Class E 29. Engineering fabric under rip rap 30. Storm Intake, IDOT SW -562 31. Storm Intake, 72" manhole with grate 32. Storm Intake, 60" manhole with grate 33. Detention Basin Structure (DBS) 34. Storm Manhole, 108" Diameter 35. Storm Manhole, 96" Diameter 36. Storm Manhole, 72" Diameter 37. Storm Manhole, 60" Diameter 38. Storm Manhole, 48" Diameter CY 45,290 $ $' CY 530 $ $ CY 5,430 $ $ CY 2,070 $ $ CY 2,070 TON 13,600 SY 14,400 EA 11 EA 1 EA 1 EA 1 EA 1 EA 3 EA 3 EA 4 EA 6 PR -3 39. RCP Flared End Section EA EA EA LF 75 LF 328 LF 301 LF 590 LF 514 LF 293 LF 162 LF LS LS 465 1 1 9Cal 1 $ $ 20131a ,,R — I FPi 3: 44 Ci_I. C4 ERIN' 1 $ 10't'!A C€P,10L ^$ 1 $ $ with Apron Guard 60" Diameter 40. RCP Flared End Section with Apron Guard 48" Diameter 41. RCP Flared End Section with Apron Guard 12" Diameter 42. RCP Storm Sewer with gasketed joints 60" Class III 43. RCP Storm Sewer with gasketed joints 48" Class III 44. RCP Storm Sewer with gasketed joints 36" Class III 45. RCP Storm Sewer with gasketed joints 30" Class III 46. RCP Storm Sewer with gasketed joints 24" Class III 47. RCP Storm Sewer with gasketed joints 18" Class III 48. RCP Storm Sewer with gasketed joints 15" Class III 49. RCP Storm Sewer with gasketed joints 12" Class III 50. North Pump Station 51. South Pump Station EA EA EA LF 75 LF 328 LF 301 LF 590 LF 514 LF 293 LF 162 LF LS LS 465 1 1 9Cal 1 $ $ 20131a ,,R — I FPi 3: 44 Ci_I. C4 ERIN' 1 $ 10't'!A C€P,10L ^$ 1 $ $ 52. Modifications to Existing L S 1 $ $ Sanitary Sewer Siphon Structure C3 �77 53. 1" diameter Schedule 80 PVC Conduit to Sanitary Sewer Siphon Structure LF 1016 $ $ 54. PCC Pavement, 7" thick SY 2,074 $ $ 55. ACC Pavement, 4" thick SY 165 $ $ 56. Permanent Turf SY 11,610 $ $ Reinforcement Mat 57. Temporary Erosion Control Blanket SY 17,805 $ $ 58. Stabilization Seeding and Fertilizing AC 6.1 $ $ 59. Permanent Seeding and Fertilizing AC 6.1 $ $ 60. Wet Mesic Wetland Seeding Including Nurse Crop and Fertilizing AC 8.74 $ $ 61. Wetland Tree Installation EA 480 $ $ 62. Wetland Shrub Installation EA 230 $ $ 63. Construction Staking LS 1 $ $ TOTAL EXTENDED AMOUNT = N O w PR -5 C3 �77 T Z71 P PR -5 Subcontractor Information The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: T:\0339\0339-234-\Specifications\SPEC-100%\022713 Revisions\0339234 Fonn of Proposal (revl ).doc 02/28/13 FORM OF PROPOSAL WEST SIDE LEVEE - CRANDIC RR to McCOLLISTER BLVD PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder \ TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits here $ in accordance with t e tt The undersigned bidder, having exams Documents, hereby proposes to provide the r quire and to perform the Project as described in the and , and t9 do all we fl bid security in the amount of is set forth in the 'Project Specifications." J determined the scope of the Contract labor, services, materials and equipment 'ontract Documents, including Addenda �@t the prices set forth herein. We further propose to do all "EAra Work" which a: contemplated, at unit prices or lumps s to be agreed upon ITEM DESCRIPTION 1. Mobilization 2. PCC Pavement moval 3. ACC Paveme Removal 4. Gravel Re oval 5. Clearin and Grubbing levee onstruction site 6. Cl ring and Grubbing fo ested wetland creation mitigation area ESTIMATED UNIT QUANTITY LS 1 SY 2,099 SY 211 SY 4,225 LS 1 LS 1 PR -1 be required to complete the work writing prior to starting such work. UNIT EXTENDED PRICE AMOUNT 7. Clearing Only, forested wetland enhancement mitigation area LS 1 $ $ 8. Remove Building Group EA 2 $ $ 9. Remove Metal Shed EA 2 $ $ 10. Fence removal LF 539 $ $ 11. Storm Sewer and Tile Removal 21" diameter RCP LF 8 $ $ 12. Storm Sewer and Tile Removal 12" diameter ADS LF 44 $ $ 13. Storm Sewer and Tile emoval 12" diameter unknown aterial LF 235 $ $ 14. Storm Sewer and Tile Re oval 8" diameter iron LF 78 $ $ 15. Storm Sewer and Tile Remo 1 6" diameter unknown materia L 114 $ $ 16. Safety Fence 2,715 $ $ 17. Silt Fence LF 6,100 $ $ 18. Floating Silt Curtain LF 2,750 $ $ 19. Excavation, Class 10: excavation of existing fill d r'1xisting-berm within leve c#ootpflhfj place on site. Plari.C2uantity 11,120 C LS 1 $ $ 20. -Excavation, Class 10: excavation of existin fill and existing berm within evee aotprinf, disposal ff site. Plan Quantity 16, 80 CY LS 1 $ $ 21. Excavation, Cla s 10: Channel Excavation, Disposal off site. Plan Quantity 13,000 CY LS 1 $ $ PR -2 22. Excavation, Class 10 MIM Excavation at offsite Wetland mitigation site, Disposal offsite. Plan Quantity 15,300 CY LS 1 $ $ 23. Excavation, Import Impervious Material. Plan Quantity 45,290 CY LS 1 $ $ 24. Topsoil, Strip, stockpile, and spread, levee/ 7= construction site. Plan 1 quantity 530 CYL 1 $ $rn .. 25. Topsoil, Import and spread, levee construction_.: y site. Plan quantity 5,430 CY LS 1 $r 7P 26. Topsoil, Strip, stockpile and spread, offsite wetland mitigation site. Plan quantity 2070 CY LS 1 $ $ 27. Topsoil, Import and spread, offsite wetland mitigation site. Plan quantity 2,070 CY LS 1 $ $ 28. Rip -Rap, MOT Class E TON 13,600 $ 29. Engineering fabric under rip rap Y 14,400 $ $ 30. Storm Intake, IDOT SW -562 EA 11 $ $ 31. Storm Intake, 72" manhole with grate EA 1 $ $ 32. Storm Intake, 60" manhole with gra EA 1 $ $ 33. Detention Basi Structure (D ) EA 1 $ $ 34. Storm M hole, 108" Di eter EA 1 $ $ MIM 35. Storm Manhole, EA 96" Diameter 36. Storm Manhole, 3 72" Diameter 37. Storm Manhole, $ 60" Diameter 38. Storm Manhole, 75 48" Diameter 39. RCP Flared End Section with Apron Guard 60" Diameter \ 40. RCP Flared End Section with Apron Guard 48" Diameter 41. RCP Flared End Section with Apron Guard 12" Diameter 42. RCP Storm Sewer with gasketed joints 60" Class III 43. RCP Storm Sewer with gasketed joints 48" Class III 44. RCP Storm Sewer with gasketed joints 36" Class III 45. RCP Storm Sewer with gasketed joints 30" Class III 46. RCP Storm Sewer with gasketed joint 24" Class III 47. RCP Storm Sew r %kith gasketed jq(nts 18" Class III r_ I1 in N EA 3 $ EA 3 $ EA 4 $ EA 6 $ EA 1 / $ LF 301 \ $ $ LF 590 \ $ LF 514 LF 293 $ $ PR -4 EA 1 $ 1 $ LF 75 $ LF 301 \ $ $ LF 590 \ $ LF 514 LF 293 $ $ PR -4 49. RCP Storm Sewer PR -5 with gasketed joints 15" Class III LF 162 $ $ 50. RCP Storm Sewer with gasketed joints 12" Class III LF 465 $ $ ro 51. North Pump Station L S 1 $ $� 52. South Pump Station L S 1 53. Modifications to Existi L S 1 Sanitary Sewer Siphon Structure C13 N 54. V diameter Schedule 80 PVC Conduit to Sanitary Sewer Siphon Structure L 1016 $ $ 55. PCC Pavement, 7" thick SY 2,0 4 $ $ 56. ACC Pavement, 4" thick SY 165 $ $ 57. Permanent Turf SY 11,6 0 $ $ Reinforcement Mat 58. Temporary Erosion Control Blanket Y 17,805 $ S 59. Stabilization Seeding and Fertilizing AC 6.1 $ $ 60. Permanent Seeding and Fertilizing AC 6.1 $ $ 61. Wet Mesic We nd Seeding Including Nu a Crop and Fertilizi AC 8.74 $ $ 62. Wetland ree Installation EA 480 $ $ 63. Wetla Shrub Installation EA 230 $ $ 64. Co truction Staking LS 1 $ $ 11' TOTAL EXTENDED AMOUNT= $ PR -5 Required Information for Evaluation of Maior process Equipment Total lump sum bids stated above for both pump stations includes furnishing and installing all specific major process equipment items of the manufacturer designated by the bidder as "BASE BID CHOICES" in the following tabulation. Bidder must identify the supplier by encircling the manufacturer's name. In the case of the Bar Screen, the Base Bid Lump Sum must include the E & I Corporation as the base bid and the bidder may include alternative bids for the screen equipment according to the procedures. Installed price blank must be filled in order to allow the Owner to consider alternative proposals. Bidder must write in name of alternate bid manufacturer. Equipment by suppliers other than those listed which meets the requirement of the specifications may be acceptable, if approved not less than 2 weeks before scheduled bid date. Substitutions will be considered in accordance with the provisions of Section 00100 and the General Conditions. Table of Base Bid Equipment Selections or Alternatives for Maior Process Equipment Item Specifica- Item Name Manufacturer Installed Price No. tion Section Ca �l Axial Flow Pumps Fairbanks Morse $ Flowserve $ (1) 11315 Base Bid Choices Axial Flow Pumps Alternate Bid $ 11335 Bar Screen Base Bid E & I Corporation $ 2 () 11340 Bar Screen Alternate Bid Dup eron $ 11335 or Bar Screen 11340 Alternate Bid $ m r., Ln Ca �l N m Item Specifica- Item Name I Manufacturer Installed Price No. tion Section $ - (5) 16158 Variable Frequency Motor Drives Base Bid Choices Allen Bradley Hydro Gate $ $ VFD Motor Drives Alternate Bid Sluice Gates Base Bid Choices (3) 15450 Generator Base Bid Choices Whioos.lnc $ Cummings $ Sluice Gates $ Generator Alternate Bid Alternate Bid $ $ (7) (4) 15450 Sluice Gate Operators Base Bid Choice AUMA $ Sluice Gate Operators Alternate Bid $ - (5) 16158 Variable Frequency Motor Drives Base Bid Choices Allen Bradley $ Danfoss $ VFD Motor Drives Alternate Bid (6) 16205 Generator Base Bid Choices Caterpillar $ Cummings $ Kohler $ Generator Alternate Bid $ (7) 16408 Controls Base Bid Choices Allied Systems $ Automatic Systems $ PR -7 Subcontractor Information The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. WM Automation Systems & Control $ ESCO Group $ Jetco Electric $ Controls Alternate Bid $ Subcontractor Information The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. WM The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: TA0339\0339-234-\spec resources\0339234 Forth of Proposal (rev1)doc YJ TA0339\0339-234-\spec resources\0339234 Forth of Proposal (rev1)doc as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for West Side Levee Crandic RR to McCollister Blvd. Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for -the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 2013. Witness Witness KM day of (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney THIS PAGE INTENTIONALLY LEFT BLANK in f L� . � N FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 2013, for the West Side Levee Crandic RR to McCollister Blvd. Project ('Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Notice of Public Hearing and Advertisement for Bids b. Instructions to Bidders C. Form of Proposal d. Bid Bond e. Form of Agreement (this instrument) g. Performance and Payment Bond h. Contract Compliance Program, City of Iowa City i. Federal Labor Standards Provisions, US HUD j. General Conditions k. Supplementary Conditions I. Restriction on Non -Resident Bidding on Nan -Federal -Aid Projects M. Plans n. Specifications and Supplementary Conditions; o. Addenda Numbers AGA The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of Mayor ATTEST: City Clerk AG -2 20 Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the West Side Levee Crandic RR to McCollister Blvd. Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by MMS Consultants, Inc., which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: Witness Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) 0 Contract Compliance Program CITY OF IOWA CITY Contract Compliance Program CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the Citys Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. ,,J C •: 4- l CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seg.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 u' ' o M rV 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program.. - 3. INSTRUCT STAFF - Your staff should be aware of and be required to abide by your Equal EmploymentOpjiortunity program. All employees authorized to hire, supervise, promote, or discharge employees or are =such such actions should be trained and required to comply with your policy and the current equal erriploym&t t opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 i r -Wiwi 1 -makM city or O�w IC� Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 t C7 C^i CC -5 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION 2-3-1: Employment; Exceptions 2-3-2: Public Accommodation; Exceptions 2.3-3: Credit Transactions; Exceptions 2-3-4: Education 2-3-5: Aiding Or Abetting; Retaliation; Intimidation 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment of membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. E. it shall be unlawful for any person to solicit or require as a condition of . employment of any employee or pro - 897 Iowa City CC -6 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, Is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health . declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human Immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or Its educational facility, association, corporation- or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving In a supervisory capacity of a bona fide religious educational facility or reli- gious Institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94-3647, 11-8-1994) ` Iowa City CC -7 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari. tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability In those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) CEDAR RAPIDS AND IOWA CITY RAILWAY COQ An Alliant Energy Transportation Company Safety Policy Regarding CRANDIC Property Contractors must observe the following safety instructions, which are the minimum required for all miscellaneous work, regular work or major project situations. Notification: Notifications shall be made by the contractor each day prior to entry onto CRANDIC property for permission and to obtain a permit that identifies the location, person responsible, duration and contact information. The contractor must contact CRANDIC to verify completion for the day. Safety: The contractor must keep the job site free from all safety and health hazards. The contractor and its employees must be competent and adequately trained in all safety aspects performed. Proper first-aid supplies should be provided by the contractor and available on the job site should an injury occur. All U.S. Occupational Safety and Health Administration reportable injuries occurring to any person during work performed on the job site must be reported to the railroad by the contractor. Illegal substances: The contractor has a non -delegable duty to supervise its employees working on the job site or any other railroad property to ensure they do not use, are not under the influence of, or have in their possession any alcoholic beverage or illegally obtained drug, narcotic or other substance. Appropriate work attire and PPE: The employee of the contractor must be dressed to perform their duties safety. Items worn should not interfere with their vision, hearing, or free use of their hands or feet. Waist -length shirts with sleeves and trousers that cover the entire leg are required. If flare -legged pants are worn, the bottoms must be tied to prevent catching. Contractor employees must wear steel -toe protective work footwear: no sandals, canvas type shoes, or other shoes that have thin soles or heels that are higher than normal are permitted. The contractor shall require its employees to wear personal protective equipment (PPE) as specified by railroad rules, regulations, or railroad officials overlooking the work at the job site. PPE must meet the following requirements: • Protective head gear must meet American National Standard Z89. 1 — latest revision. Hard hats should have the contractors or subcontractor's company logo or name. Hard hats are required to have reflective tape or other suitable reflective material. • Eye protection that meets American National Standard for occupational and educational eye and face protection, Z87. 1 — latest revision. Additional eye protection must be provided to during specific job situations such as welding, grinding, burning, etc. • Hearing protection should shield contract employees from any and all noise levels occurring on the job site. Equipment: Heavy equipment provided or leased by the contractor must be equipped with audible backup -warning devices. Railroad representatives reserve the right to deny use of any contractor -provided equipment deemed unsafe for use on the railroad's right-of-way. CR -1 Safe equipment operation: The contractor shall ensure that each and all of its employees responsible for operating any motive power including, without limitation, any hyrail equipment on any trackage of railroad, are trained to know, understand, and comply with railroad's operating rules applicable to the operation and use of such motive power. In the event contractor's employees use any such motive power to move any rail cars or other railbound equipment equipped with air brakes, contractor shall further ensure that the employees are trained to know and understand and will comply with railroad's rules for handling such motive power, cars and equipment, and that contractor's employees perform all required tests of the operating systems of any motive power, cars and other equipment before and after movement. Contractor acknowledges receipt of railroad's applicable rules governing operation and use of motive power, cars and other equipment, and the movement of motive power, cars and other equipment by rail. • Track safety: During live -track operations, a distance of 20 feet from the track must be maintained unless the contract necessitates working in closer proximity. In that event, contractor employees and equipment must have prior authorization from CRANDIC, and a CRANDIC flagman is required. Contractor employees must be familiar with procedures to safely clear workers and equipment from track area for approaching trains. In addition, the following safety procedures shall be followed by all contractor employees: • Be alert for moving equipment while working near any railroad tracks or facilities. • Do not step or walk on the top of the rail, frog, switches, guard rails or other track components. • Leave at least one rail car length (50 feet) between yourself and the end of the equipment when going around standing cars, engines, railroad machinery and other track equipment. • Avoid walking or standing on track at any time. • When absolutely necessary to walk or work on tracks, be cautious about approaching trains from either direction. • Before stepping or crossing tracks, look in both directions first. This also applies when walking around machinery and equipment on and about the tracks. • Do not sit on, lie under, or cross between cars except as required in performance of your duty, and only when track and equipment are properly protected. • Where multiple tracks exist, never stand on one track when a train is passing on another track. Revised: July 2010 CR -2 N U � w _ c CITY OF IOWA CITY GENERAL CONDITIONS ARTICLE I- DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms 25Q V' A. Wherever used in the Contract Documents the terms listed below will have the meanings indicated which. are applicable to both the singular and plural thereof i e', 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement --The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment --The form acceptable to OWNER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid --The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents --The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements --The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds --Performance and payment bonds and other instruments of security. 9. Change Order --A document required by OWNER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim --A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract --The entire and integrated written agreement between OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. City Of Iowa City General Conditions 12. Contract Documents --The Contract Documents establish the rights and obligations of the partl9I,, and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and OWNER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be famished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price --The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times --The number of days or the dates stated in the Agreement to: (i) achieve milestones; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by OWNER's written approval of final payment. 15. CONTRACTOR --The individual or entity with whom OWNER has entered into the Agreement. 16. Cost of the Work --The sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. 17. Drawings --That part of the Contract Documents approved by OWNER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. 18. Effective Date of the Agreement --The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Extra Work— Work not provided for in the Contract as awarded or deemed essential to the satisfactory completion of the Contract and authorized by OWNER. 20. Field Order --A written order issued by OWNER which requires minor changes in the Work GC -I but which does not involve a change in the Contract Price or the Contract Times. 21. Final Payment --Payment made to CONTRACTOR after all work is satisfactorily completed. Final payment does not include retainage. 22. General Requirements --Sections of Division 1 of the Specifications. 23. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste --The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903), as amended from time to time. 25. Laws and Regulations; Laws or Regulations -- Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 28. Notice of Award --The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed --A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence and on which CONTRACTOR shall start to perform the Work under the Contract Documents. 30. OWNER --The City of Iowa City with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed, including its employees and professional consultants under contract providing services for the Work. 31. OWNER's Professional Consultant --An individual or entity having a contract with OWNER to furnish services as OWNER's independent professional consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 32. Partial Utilization --Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 33. PCBs --Polychlorinated biphenyls. City of Iowa City General Conditions 34. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 12.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non - Hazardous Waste and crude oils. 35. Project—The total construction of the Work to be performed under the Contract Documents, which may be the whole or a part, as may be indicated in the Contract Documents. 36. Project Manual --The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 37. Radioactive Material --Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 38. Resident Project Representative --The authorized representative of OWNER who is assigned to the Site or any part thereof. 39. Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of L Work will be judged. 7 40. Shop Drawings --Aft -ilrai tgs, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled _by or for CONTRACTOR and submitted by CQNTRACTOR to OWNER to illustrate some portion of the Worle. 41. Site --Lands or area9-indicat@1Lin the Contract Documents as being furnished by�OWNER upon which the Work is to be performed, including rights- of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 42. Specifications --That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 43. Subcontractor --An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion --The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of OWNER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof rw i 45. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 46. Supplier --A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with. CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 47. Underground Facilities --All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 48. Unit Price Work --Work to be paid for on the basis of unit prices. 49. Work --The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 50. Work Change Directive --A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and CONTRACTOR ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 51. Written Amendment --A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non -engineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed;" "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable, "proper, " "satisfactory, " or adjectives of like effect or import are used to describe an action or determination of OWNER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the City of Iowa City General Conditions requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to OWNER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to any provisions of the Contract Documents. i, 1. The word "day" shall consti a calendar day of 24 hours measured froom- midn`6t to the next midnight. - _ C. Defective _ 1. The word "defective,.' -_when modifying the word "Work," refers to Workthat !R unsatisfactory, faulty, or deficient in that it does mit conform to the Contract Documents or does 3iot meet the requirements of any inspection, reference standard, test, or approval referred to iii- the Contract Documents, or has been damaged prior to OWNER's final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 12.04 or 12.05). D. Furnish, Install, Perform, Provide 1. The word "famish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to fumish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "pro- vide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Documents, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds GC -3 A. When CONTRACTOR delivers the executed Agreement to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. Refer to Supplementary Conditions regarding copies of Drawings and Project Manuals. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence. No Work shall be done at the Site prior to the date on which the Contract Times commence. 2.05 Before Starting Construction A. CONTRACTOR's Review of Contract Documents: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to OWNER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from OWNER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to OWNER for its timely review: 1. a progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing, and processing such submittal; and 3. a schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. City of Iowa City General Conditions C. Evidence ofinsurance: Before any Work at the Site is started, CONTRACTOR and OWNER shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with Article 5. 2.06 Preconstruction Conference A. Within 20 days after the Contract Times start to run, but before any Work at the Site is started, a conference attended by CONTRACTOR, OWNER, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.05.13, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 0 2.07 Initial Acceptance ofSchediges - A. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of * first Application for Payment a conference aftended:by CON- TRACTOR, OWNER, and others as apWopriate will be held to review for acceptability to OWNER as provided below the schedules submitted 'in c*cordance with paragraph 2.05.B. CONTRACTOR shall have an additional ten days to make correctiolir and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to OWNER. 1. The progress schedule will be acceptable to OWNER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on OWNER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to OWNER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to OWNER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. GC -4 Any labor, documentation, services, materials, or 1. Except as may be otherwise specifically stated equipment that may reasonably be inferred from the in the Contract Documents, the provisions of the Contract Documents or from prevailing custom or trade Contract Documents shall take precedence in usage as being required to produce the intended result will _ .. resolving any conflict, error, ambiguity, or be provided whether specifically called for at no additional discrepancy between the provisions of the Contract cost to OWNER. Documents and: C. Clarifications and interpretations of the Conttes�tt ., q{&,the provisions of any standard, Documents shall be issued by OWNER and shallCiS�3�' ^a`tion, manual, code, or instruction consistent with the intent of and as reasonably inferable (whether specifically incorporated by reference in from the Contract Documents. the Contract Documents); or 7' 3.02 Reference Standards b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless A. Standards, Specifications, Codes, Laws, and such an interpretation of the provisions of the Regulations Contract Documents would result in violation of such Law or Regulation). 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, or any of its consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to OWNER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04. 2. CONTRACTOR shall not be liable to OWNER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies City of Iowa City General Conditions 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amendment or (ii) a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) OWNER's approval of a Shop Drawing or Sample; or (iii) OWNER's written interpretation or clarification. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or furnishing any of the Work under a direct or indirect contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or on behalf of OWNER, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project without written consent of OWNER or use of same on any other project. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. OWNER shall famish the Site. OWNER shall notify CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. B. Upon reasonable written request, OWNER shall famish CONTRACTOR with a current statement of record GC -5 legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Such additional land uses acquired by CONTRACTOR shall be by written agreement with the property owner. A copy of the written agreement shall be provided to OWNER. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that OWNER has used in preparing the Contract Docu- ments; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that OWNER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2, other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. differs substantially and materially from that shown or indicated in the Contract Documents; or 2, is of an unusual nature, and differs substantially and materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in City of Iowa City General Conditions connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order by OWNER to do so. B. OWNER's Review: After receipt of written notice as required by paragraph 4.03.A, OWNER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise CONTRACTOR in writing of findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in CONTRACTOR's cost of, or time required for, perfor- mance of the Work, as determined by OWNER; subject to the following: a. such condition must meet any one or more of the categories described in paragraph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provision§g Article 9. 0 2. CONTRACTOR shall not 'be entitled to any adjustment in the Contract Price or Contract Times if. a. CONTRACTOR knew bf the existence of such conditions at the-tRiie CONTRACTOR made a final commitment -td OWNER in respect of Contract Price and Contrae€ Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Article 9. However, OWNER, shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities GC -6 A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to OWNER by OWNERS of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. OWNER shall not be responsible for the accuracy or completeness of any such information or data; and 2. The cost of all of the following will be included in the Contract Price, and CONTRACTOR shall have full responsibility for: a. reviewing and checking all such information and data; b. locating and exposing when requested by OWNER all Underground Facilities within the Work area whether they are indicated in the Contract Documents; c. coordination of the Work with OWNERS of such Underground Facilities, including OWNER, during construction; and d. the safety and protection of all Under- ground Facilities and repairing any damage thereto resulting from the Work; e. Notifying all utility companies, all pipeline owners, or other parties affected, and endeavoring to have all necessary adjustments of the public or private utility fixtures, pipelines, and other appurtenances within or adjacent to the limit, of construction made as soon as practicable; and f. Notification concerning work near buried utilities as required by Section 479.47, Code of Iowa (2011), and for conducting work as required therein. 3. Water lines, gas lines, wire lines, communication lines, service connections, water and gas meter boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the limits of the proposed construction, which are to be relocated or adjusted, are to be moved by OWNERS of the utility at their expense, except as otherwise provided for in the Contract Documents; 4. It is understood and agreed that CONTRACTOR has considered in the Bid all of the permanent and temporary utility appurtenances in their present or relocated positions as shown in the Contract Documents and that additional compensation will not be allowed for any delays, inconvenience, or damage sustained by CONTRACTOR due to any interference from the utility appurtenances or their operation or relocation. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not City of Iowa City General Conditions shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected . thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify OWNER of such Pndergreyn4 Facility and give written notice to "that-oWner and to ZMER. OWNER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. No compensation shall be due for any Work stoppage caused by the location of an Underground Facility. 2. If OWNER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Times, to the extent that it is attributable to the existence of an Underground Facility. 4.05 Reference Points A. OWNER shall provide engineering surveys to establish reference points for construction which in OWNER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to OWNER whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by OWNER in the preparation of the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER or OWNER's Professional Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction GC -7 to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encounters a Hazardous Environmental Condition or if CONTRACTOR or anyone for whom CONTRACTOR is responsible creates a Hazardous Environmental Condition, CONTRACTOR shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by paragraph 6.16); and (iii) notify OWNER (and promptly thereafter confirm such notice in writing). OWNER may retain a qualified expert to evaluate such condition or take corrective action, if any. E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in Article 9. F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Article 9. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, OWNER's Professional Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them City of Iowa City General Conditions from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.E shall obligate OWNER to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS ANDINSUReJRCE 5.01 Performance, Payment, and .Other onds — A. CONTRACTOR shall :furnish performance and payment Bonds, each in an amount Wleast equal to the Contract Price as security for the faith I performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall' remain in effect at least until one year after the date 'when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.01.13, CONTRACTOR shall GC -8 within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.0 1.13 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates oflnsurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supple- mentary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain. 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and, in addition, provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: City of Iowa City General Conditions 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, OWNER's Professional Consultants, and any other individuals or entities identified in the Supplementary Conditions, all of 2013 *bard s 'Be 11# ted as additional insureds, and include coverage erage or the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and ,the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under para- graphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by CONTRACTOR pursuant to paragraph 5.03 will so provide); and 6. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 11.07. C. CONTRACTOR shall purchase as provided in the Supplementary Conditions, OWNER's and CONTRACTOR's Protective Liability Insurance from CONTRACTOR's sources as primary coverage for OWNER and OWNER's Professional Consultant. 5.05 Acceptance of Bonds and Insurance; Option to Replace A. If OWNER has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, OWNER shall so notify CONTRACTOR in writing within 10 days after receipt of the certificates (or other evidence requested) required by paragraph 2.05.C. CONTRACTOR shall provide such additional information in respect of insurance provided as OWNER may reasonably request. If CONTRACTOR does not purchase or maintain all of the Bonds and insurance required by the Contract Documents, OWNER shall notify CONTRACTOR in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, OWNER may elect to obtain equivalent Bonds or insurance to protect its interests at the expense of GC -9 CONTRACTOR, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.06 Property Insurance A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1, include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all-risk or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils" as may be specifically required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment in transit for incorporation in the Work or stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; and 5. be maintained in effect until final payment is made. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. At all times during the progress of the Work, CONTRACTOR shall assign a competent resident superin- tendent thereto who shall not be replaced without written notice to OWNER except under extraordinary City of Iowa City General Conditions circumstances. The superintendent will be CONTRACTOR's representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. The name, address and telephone number of the Resident Superintendent shall be provided to OWNER prior to commencement of Work. 6.02 Labor; Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, layout, and construct the Work as required by the Contract Documents. CON- TRACTOR shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without OWNER's written consent given after prior written notice to OWNER. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the WD*. B. All materials and equipmentincorporated into the Work shall be as specified or, if.ii0i spepired, shall be of good quality and new, except as-otherwisf provided;in the Contract Documents. All wManties--and guarantees specifically called for by the SpecificatioDs shall expressly run to the benefit of OWNER. if iequirgd by 'OWNER, CONTRACTOR shall furnish--satisfagqtory evidence (including reports of required tests) as tcrAe source, kind, and quality of materials and equipment. STI materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Docu- ments. 6.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to OWNER for acceptance (to the extent indicated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in changing the Contract Times. Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. GC -10 2. Proposed adjustments in the progress schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 10. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 10. 6.05 Substitutes and "Or -Equals" 20 13 Q Ifs f - A. Whenever an item of material or equipment is; specified or described in the Contract Documents by us��'tt}}gg� the name of a proprietary item or the name of a particulkt 1'. Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to OWNER for review under the circumstances described below: 1. "Or -Equal" Items: If, in OWNER's sole discretion, an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by OWNER as an "or -equal" item, in which case review and approval of the proposed item may, in OWNER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. in the exercise of reasonable judgment OWNER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and b. CONTRACTOR certifies that: (i) there is no increase in cost to OWNER; and (ii) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If, in OWNER's sole discretion, an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit sufficient information as provided below to allow OWNER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by OWNER from anyone other than CONTRACTOR. c. The procedure for review by OWNER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as City of Iowa City General Conditions OWNER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to OWNER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The Apatlation shall certify that the proposed substitute item will adequately perform the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified shall be identified in the application, and available engineering, sales, maintenance, repair, and replacement services shall be indicated. The application shall also contain an itemized estimate of all costs or credits that will result directly or 'indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by OWNER in evaluating the proposed substitute item. OWNER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may famish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by OWNER. CONTRACTOR shall submit sufficient information to allow OWNER, in OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by OWNER will be similar to that provided in subparagraph 6.05.A.2. C. Owner's Evaluation: OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.05.A and 6.05.B. OWNER will be the sole judge of acceptability. No "or - equal" or substitute will be ordered, installed or utilized until OWNER's review is complete, which will be evidenced by either a Change Order for a substitute, an approved Shop Drawing for an "or equal". OWNER will advise CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER may require CON- TRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute. GC -1 I E. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.13), whether initially or as a replacement, against whom OWNER has reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with OWNER through CONTRACTOR. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among City of Iowa City General Conditions Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate. agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the SubcontractoL,pr Sqp lier to the applicable terms and 201 onditionh of the•_CX act Documents for the benefit of OWNER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on property insurance, the agreement between CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, OWNER's Professional Consultant, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultant, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work. GC -12 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, OWNER shall not be responsible for monitoriT i CONTRACTOR's compliance with any Laws of Regulations. B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR'S obligations under paragraph 3.03. 6.10 Taxes A. CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by CONTRAC- TOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to OWNER or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, OWNER's Professional Consultant, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. City of Iowa City General Conditions B. Removal of Debris During Performance of the Work: During the progress of the Work CONTRACTOR shall keep the Site and other areas free from accumulations of wastematerials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. _C. C leanhigt,, Prior to Substantial Completion of the Work, CONTRACTOR shall clean the Site and make it ready for utilization by OWNER. At the completion of the Work, CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to OWNER and OWNER's Professional Consultant for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to OWNER. 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or GC -13 loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER, its employees, or anyone for whose acts OWNER may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed in accordance with paragraph 12.07.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connections with the Work. OWNER will not have such responsibility. No action under taken by OWNER under General Conditions paragraphs 13.1 or 13.2, will constitute a transfer of this responsibility or acceptance of this responsibility by OWNER. 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give OWNER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If OWNER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as OWNER may require and in the number of copies specified in the General Requirements. The data shown on the Shop City of Iowa City General Conditions Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show OWNER the services, materials, and equipment CONTRACTOR proposes to provide and to enable OWNER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as OWNER may require to enable OWNER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to OWNER as required by paragraph 2.07, any related Work performed prior to OWNER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures ry 0 1. Before submitting�ach STiop Drawing or Sample, CONTRACTOR shali.have: a. determined and -' verited all -field measurements, quantities; dimensions, specified performance criteria, --installation requirements, materials, catalog -numbers, and -'similar information with respect thereto; b. determined and verified UI1 materials with respect to intended use, fabt'icption, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. determined and verified all information relative to means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto; and d. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOWs review and approval of that submittal. 3. At the time of each submittal, CONTRACTOR shall give OWNER specific written notice of any variations that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to OWNER for review and approval of each such variation. E. OWNER''s Review GC -14 1. OWNER will timely review and approve or give notice of necessary corrections to the submitted Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to OWNER. OWNER's review will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. OWNER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. OWNER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called OWNER's attention to each such variation at the time of each submittal as required by paragraph 6.17.D.3 and OWNER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by OWNER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make corrections required by OWNER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by OWNER on previous submittals. 6.18 Continuing the Work A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 13.04 or as OWNER and CONTRACTOR may otherwise agree in writing. B. Time is an essential element of the Contract, an it is important that the Work continue each working day and pressed vigorously to completion. 6.19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. City of Iowa City General Conditions CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1., abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 20131 ii RT-nonnal weaAnli tear under normal usage B. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perforin the Work in accordance with the Contract Documents: 1. observations by OWNER; 2. payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by OWNER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by OWNER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, OWNER's Professional Consultant, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by GC -15 Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or OWNER's Professional Consultant or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CONTRACTOR under paragraph 6.20.A shall not extend to the liability of OWNER's Professional Consultant or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of the preparation of, or the failure to prepare maps, Drawings, opinions, reports, surveys, designs, or Specifications. ARTICLE 7 - OTHER WORK 7.01 Related Work at Site A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Con- tract Documents, then written notice thereof will be given to CONTRACTOR prior to starting any such other work. B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the other work with OWNER's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of OWNER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to OWNER in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution City of Iowa City General Conditions and results of CONTRACTOR's Work. CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent defects and deficie$k in such, other work. 7.02 Coordination 20 JJ.EJf,i)W*ER intendllb contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and respon- sibility for such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Furnish Data A. OWNER shall promptly famish the data required of OWNER under the Contract Documents. 8.02 Pay Promptly When Due A. OWNER shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 12.02.0 and 12.07.C. 8.03 Lands and Easements; Reports and Tests A. OWNER's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by OWNER in preparing the Contract Documents. 8.04 Insurance A. OWNER's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.05 Limitations on OWNER's Responsibilities A. OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER shall not be GC -16 responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. B. OWNER shall not be obligated to pay standby or down time rental on any equipment used or stored at the Site unless agreed to and included in an approved Change Order. 8.06 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility with respect to any undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.07 Evidence offinancial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. I:1:i elil*9819 A61DRIKy 9.01 Scope of Payment A. CONTRACTOR shall accept the compensation herein provided as full payment for furnishing all material, labor, tools, and equipment and for performing all work under the Contract or any extension thereof allowed under Article 10; also, for all cost arising from the action of the elements or other natural causes, agreements, and performances, non -performances, or delays involving other contractors and third parties, or injunctions or lawsuits resulting therefrom, or from any unforeseen difficulties not otherwise provided for in the Contract Documents and which may be encountered during prosecution of the Work and up to the time of acceptance thereof, except damage to the Work due to acts of war. Nothing herein shall in and of itself be construed to prejudice or deny any claim filed under provisions of Article 9.05. B. The Contract Price for any item shall be full compensation for acceptable work and for materials, equipment, tools, and labor for performance of all work necessary to complete the item in accordance with the Contract Documents. 9.02Payment For Work Performed A. CONTRACTOR shall receive and accept payment for work performed under the Contract as follows: 1. Items of Work Performed Which Are Covered by Definite Prices Stipulated in the Contract. For all items of acceptable work performed which are covered by definite unit prices or lump sum amounts specified in the contract, CONTRACTOR shall receive and accept compensation at the rate specified in the contract, except for items identified as that of significant change as provided in Articles 4.03 and 9.04. 2. In making Contract adjustments, consideration shall be given to the portion of the cost of the Work that can be classified as fixed costs, independent of the exact quantity of work performed, such as City of Iowa City General Conditions transportation and installation costs on equipment, overhead cost, etc. Any price adjustment shall be arrived at from the standpoint that neither party to the contract shall be penalized by the increase or decrease jjhrgt7antlitr O -Which occasioned the price adjustment. B. Extra Work. ` —1; Exp W&r ordered by OWNER of a quality or class not covered by the Contract, will be paid for either at' anagreed price or on a force account basis. - - . . a. Agreed Price Basis. For Extra Work ordered by OWNER and performed on an agreed price basis, OWNER and CONTRACTOR shall enter into a written agreement before the work is undertaken. This written agreement shall describe the Extra Work that is to be done and shall specify the agreed price or prices therefor. b. Force Account Basis. (1) For Extra Work performed on a force account basis, CONTRACTOR shall receive the rate of wage (or scale) agreed to in writing with OWNER before beginning work for each and every hour that laborers, timekeepers, supervisors, and superintendents are actually engaged in work. (2) CONTRACTOR shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits, or other benefits, when the amounts are required by a collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the work. (3) An amount equal to 35 percent of the sum of the above items listed in (1) and (2) will also be paid to CONTRACTOR. The 35 percent shall cover compensation for furnishing the necessary small tools for work, together with all other overhead items of expense. (4) For property damage, liability, and worker's compensation insurance premiums, unemployment insurance contributions, and social security taxes on the force account work, CONTRACTOR shall receive the actual cost, to which 10 percent will be added. CONTRACTOR shall furnish evidence of the rate or rates paid for such bond, insurance, and tax. (5) The wage of the superintendent, timekeeper, or supervisor who is employed partly on force account work and partly on other work shall be prorated between two classes of work according to the number of persons shown by the payrolls as employed on each class of work. (6) For materials used on force account work, CONTRACTOR shall receive the actual cost of materials delivered on the GC -17 work, including the freight and handling charges as shown by original receipted bills, to which cost shall be added a sum equal to 15 percent thereof. (7) Rental rate for machinery, tools or equipment (except small hand tools which may be used) and fuel and lubricants shall be _ based on the average monthly rental ratJOi 1 the most recent Rental Rate Blue Book published by Dataquest Incorporated. OWNER and CONTRACTOR shall agree on a rental rate in writing before Extra Work on force account basis is performed. Profit percentage shall not be added to the rental rate. (8) Compensation as herein provided shall be accepted by CONTRACTOR as payment in full for Extra Work done on a force account basis. It will be assumed that such payment includes the use of tools and equipment for which no rate is allowed, overhead, and profit. (9) At the end of each day, CONTRACTOR shall prepare payrolls in duplicate for labor furnished on a force account basis using OWNER's standard force account forms. Both copies shall be signed by the OWNER's representative and CONTRACTOR's representative. One copy shall be furnished to OWNER and one to CONTRACTOR. Claims for Extra Work performed on a force account basis shall be submitted to OWNER in triplicate. Any receipts or statements required by OWNER to support such claims shall be attached thereto. Such claims shall be filed no later than the tenth day of the month following that in which the work was actually performed, and shall include all labor charges, rental charges on machinery, tools, and equipment, and all material charges insofar as they are available. 3. Extra Work Performed by a Subcontractor. The percentage markup to be allowed to CONTRACTOR for Extra Work (including force account work) performed by a Subcontractor shall be in accordance with the following: a. 10 percent on the first $50,000 with a $100 minimum. b. 5 percent on the portion over $50,000. C. Deficient Work Payment for work judged by OWNER to be deficient Work will be made at the reduced rate specified in the Contract Documents or, if no such rate is specified, at a modification of the Contract Price, as determined by OWNER. 9.03 Cancelled Work A. OWNER shall have the right to cancel any or all items from the Contract when unforeseen circumstances, unanticipated design changes, or other reasons beyond the control of CONTRACTOR prevent or unreasonably delay City of Iowa City General Conditions completion of the Contract or certain items of the Contract, or when OWNER determines that cancellation is in the public interest. $. OWNER may prevent CONTRACTOR from starting Work on the Contract or an identified phase of the Contract as a result of a delay caused by OWNER or others - C. When the Contract period is defined by the approximate starting date and the delay prevents CONTRACTOR starting Work on the Contract or an identified phase of the Contract for 30 calendar days beyond such date, CONTRACTOR may request cancellation by written notice to OWNER stating the reasons therefor. D. When the Contract period is defined by the late start date and the delay prevents CONTRACTOR starting for more than 30 calendar days after the date of award of Contract and at least 30 calendar days beyond the date which, by notice to OWNER, CONTRACTOR proposed to start work, CONTRACTOR may request cancellation by providing written notice to OWNER, stating the reasons therefor. E. In the case of 9.03C., or 9.03D., within 30 calendar days from the date of the request, OWNER will eliminate or minimize, if possible, the cause for the delay and issue a Notice to Proceed, redefine the basis on which the Work is to proceed, or cancel the Contract or phase of the Contract. F. CONTRACTOR shall not use delays that occur prior to starting Work or an identified phase of the Work as a basis of a claim against OWNER except for an extension of Contract period. Notices described in this Article 9 shall be transmitted by ordinary mail. G. For finished portions of non -major items cancelled, CONTRACTOR will be paid, at the contract unit prices, in accordance with the provisions of Article 9.02. For finished portions of major items cancelled, CONTRACTOR will be paid as provided in Article 9.02. For all items, materials ordered and delivered for the unfinished portion of such cancelled or omitted items, OWNER will pay cost plus 10 percent as an overhead charge. CONTRACTOR's expense for handling or transporting this material shall be included in computing the cost. OWNER will also pay any actual expenses sustained by CONTRACTOR by reason of such cancellation or omission and not represented by work completed or material delivered. In computation of material cost or expenses sustained, no anticipated profit will be included. Material paid for shall become the property of OWNER and shall be disposed of as directed by OWNER. 9.04 Standardized Contract Clauses A. Suspensions of Work Ordered by OWNER 1. If the performance of all or any portion of the Work is suspended or delayed by OWNER in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and CONTRACTOR believes that additional compensation and/or contract time is due as a result of such suspension or delay, CONTRACTOR shall submit to OWNER, in writing, a request for GC -18 adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 2. Upon receipt, OWNER will evaluate CONTRACTOR's request. If OWNER agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspensioon� I q and the suspension was caused by conditions beyoz the control of and not the fault of CONTRACTOR, its Suppliers, or Subcontractors at any approved tier, and not caused by weather, OWNER will make an adjustment (excluding profit) and modify the Contract in writing accordingly. CONTRACTOR will be notified of OWNER's determination whether an adjustment of the Contract is warranted. 3. No Contract adjustment will be allowed unless CONTRACTOR has submitted the written request for adjustment within the time prescribed. 4. No Contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which adjustment is provided or excluded under any other term or condition of this Contract. B. Significant Changes in the Character of Work. 1. OWNER reserves the right to make, in writing, at any time during the Work, such changes in quantities and such alterations in the Work as are necessary to satisfactorily complete the Project. Such changes in quantities and alterations will not invalidate the Contract nor release the surety, and CONTRACTOR agrees to perform the Work as altered. 2. If the alterations or changes in quantities significantly change the character of the Work under the Contract, whether such alterations or changes are in themselves significant changes to the character of the Work or, by affecting other work, cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the Contract. The basis for the adjustment shall be agreed upon in writing prior to the performance of the Work. If a basis cannot be agreed upon, then an adjustment will he made either for or against CONTRACTOR in such amount as OWNER may determine to be fair and equitable. 3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the Contract, the altered Work will be paid for as provided elsewhere in the Contract. 4. The term "significant change" shall apply only to the following circumstances: a. When the character of the Work, as altered, differs materially in kind or nature from that involved or included in the original proposed construction; or b. When a major item of Work, defined as an item of Work in excess of $50,000, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original Contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 9.05 Disputed Claims For Extra Compensation A. In any case where CONTRACTOR deems that extra compensation is due for work or material not clearly covered in; the Contract and not ordered by OWNER as Extra Work as defined herein, CONTRACTOR shall file a written claim with OWNER for this extra compensation before commencing the Extra Work upon which the claim is based. B. OWNER shall be responsible for damages attributable to the performance, nonperformance or delay of any other contractor, governmental agency, utility, firm, corporation, or individual authorized to do work on the project, only when these damages result from negligence on the part of OWNER its officers or employees. In any case where CONTRACTOR deems extra compensation is due from OWNER as damages resulting from these performances, nonperformances, or delays, CONTRACTOR shall notify OWNER in writing at the time the delay occurs. C. In all cases, if the notification required pursuant to 9.05.13 is not given or, if after the notification is given, OWNER is not afforded the ability to keep strict account of actual costs as defined for force account construction, CONTRACTOR thereby agrees to waive the claim for extra compensation for this work. This notice by CONTRACTOR, and the fact that OWNER has kept account of the cost as aforesaid, shall not be construed as establishing the validity of the claim. The claim, when filed, shall be in writing and in sufficient detail to permit auditing and an intelligent evaluation by OWNER. The claim shall be supported by such documentary evidence as the claimant has available and shall be verified by affidavit of the claimant or other persons having knowledge of the facts. If the claimant wishes an opportunity to present the claim in person, then the claim shall be accompanied by a written request to do so. Where the claimant asks an opportunity to present the claim in person, OWNER, within 30 calendar days of the filing of the claim, will fix a time and place for a meeting, between the claimant and OWNER. OWNER will, within a reasonable time from the filing of the claim or the meeting above referred to, whichever is later, rule upon the validity of the claim and notify the claimant, in writing, of the ruling together with the reasons therefor. In case the claim is found to be just, in whole or in part, it will be allowed and paid to the extent so found. CONTRACTOR shall not institute any court action against OWNER for the adjudication of any claims until the claim has been first presented to OWNER pursuant to this Article. ARTICLE 10 - CHANGE OF CONTRACT TIMES 10.01 Change of Contract Times A. The Contract Times may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times shall be made in writing and submitted by the party making the claim to the other party to the Contract. City of Iowa City GC -19 General Conditions 11.02 Access to Work B. Any adjustment of the Contract Times will be determined in accordance with the provisions of this A. OWNER, OWNER's Professional Consultant, Article 10. other representatives and personnel of OWNER, independent testing laboratories, and governmental 10.02 Delays Beyond CONTRACTOR's Control agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, A. Where CONTRACTOR is prevented from,,_ .inspectjng, : ,tgstapg. CONTRACTOR shall provide completing any part of the Work within the Contract Times (' them prop d3saf, donditions for such access and advise due to delay beyond the control of CONTRACTOR, the them of CONTRACTOR's Site safety procedures and Contract Times will be extended in an amount equal to the programs so that they may comply therewith as applicable. time lost due to such delay if a Claim is made therefor as provided in paragraph 10.01.A. Delays beyond the control -A 1.03 Tests and Inspections of CONTRACTOR shall include, but not be limited to, negligent acts by OWNER, negligent acts by utility owners A. CONTRACTOR shall give OWNER timely notice or other contractors performing other work as contemplated of readiness of the Work for all required inspections, tests, by Article 7, fires, floods, epidemics, abnormal weather or approvals and shall cooperate with inspection and conditions, or acts of God. testing personnel to facilitate required inspections or tests. 10.03 Delays Within CONTRACTOR's Control A. The Contract Times will not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 10.04 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, as determined by OWNER in its sole discretion, an extension of the Contract Times in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 10.05 Delay Damages A. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CON- TRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR, including, but not limited to, fres, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 11 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 11. City of Iowa City General Conditions B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by paragraphs 11.03.0 and 11.03.1) below; 2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 11.04.13 shall be paid as provided in said paragraph 11.04.13; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish OWNER the required certificates of inspection or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's acceptance of materials or equipment to be incorporated in the Work, or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CONTRACTOR without written concurrence of OWNER, it must, if requested by OWNER, be uncovered for observation. F. Uncovering Work as provided in paragraph 11.03.E shall be at CONTRACTOR's expense unless CON- TRACTOR has given OWNER timely notice of CONTRACTOR's intention to cover the same and OWNER has not acted with reasonable promptness in response to such notice. 11.04 Uncovering Work MOWN A. If any Work is covered contrary to the written request of OWNER, it must, if requested by OWNER, be uncovered for OWNER's observation and replaced at CONTRACTOR's expense. B. If OWNER considers it necessary or advisable that inspected covered Work be observed by OWNER, reinstalled or tested by others, CONTRACTOR, at , OWNER's request, shall uncover, expose, or otherwisE.,i make available for observation, inspection, or testing as OWNER may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in Article 9. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in Article 9. 11.05 OWNER May Stop the Work A. If the Work is defective, or CONTRACTOR fails to supply sufficiently skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work or any portion thereof, until the cause for such order has been eliminated. The right of OWNER, however, to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for,employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether fabricated, installed, or completed, or, if the Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal, including, but not limited to, all costs of repair or replacement of work of others. 11.07 Correction Period A. If, within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations, the terms of any applicable special guarantee required by or specific provision stated in the Contract Documents , any Work, City of Iowa City General Conditions material, or equipment is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6A LA ie found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, perform one to more of the Tgllowingremedif fictions: (i) repair such defective land or areM;1(u) correct §uch defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective; or (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions or, in an emergency where delay would cause serious risk of loss or damage, OWNER may perforin or have a third party perform the required remedial actions, and CONTRACTOR shall pay all Claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs arising out of or relating to the performance of said remedial action. B. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. C. Where defective Work and damage to other Work resulting therefrom has been corrected or removed and replaced under this paragraph 11.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR's obligations under this paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this paragraph 11.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 11.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER's evaluation of and determination to accept such defective Work and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in Article 9. If the acceptance occurs after final payment, an appropriate amount will be paid by CONTRACTOR to OWNER. GC -21 11.09 OWNER May Correct Defective Work A. If CONTRACTOR fails within a reasonable time after written notice from OWNER to correct defective Work or to remove and replace rejected Work as required by OWNER in accordance with paragraph 11.06.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this section, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, and OWNER's other contractors access to the Site to enable OWNER to exercise the rights and remedies under this section. C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 11.09 will be charged against CONTRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, OWNER may make a Claim therefor as provided in Article 9. Such claims, costs, losses and damages will include, but not be limited to, all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies under this section 11.09. ARTICLE 12 - PAYMENTS TO CONTRACTOR AND COMPLETION 12.01 Schedule of Values A. The schedule of values established pursuant to paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to OWNER. Progress payments on account of Unit Price Work will be based on the number of units completed. 12.02 Progress Payments A. Applications for Payments City of Iowa City General Conditions 1. At least 20 days before the date established for each progress payment, but not more often than once a month, CONTRACTOR shall submit to OWNER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied c,by�z.;.such supporting documentation requited `by fie contract Documents. If payment is requested on the basis of materials and equipment not Acorrppotated.in the Work but delivered and suitably storeU'X' lie Site or at another location agreed to in writing the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review ofApplications 1. OWNER will, within 10 days after receipt of each Application for Payment, indicate in writing acceptance or denial of the Application for Payment. If the Application is denied, OWNER shall state the reasons for such denial and CONTRACTOR may make the necessary corrections and resubmit the Application. 2. Payment by OWNER of amount requested in an Application for Payment will constitute a representation by OWNER that to the best of OWNER's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents subject to: (i) an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, (ii) the results of any subsequent tests called for in the Contract Documents, (iii) a final determination of quantities and classifications for Unit Price Work under Article 9, and (iv) any other qualifications stated in the recommendation; and C. the conditions precedent to CONTRACTOR's entitlement to such payment appear to have been fulfilled in so far as it is OWNER's responsibility to observe the Work. 3. By making any such payment OWNER will not thereby be deemed to have accepted that: (i) GC -22 inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work, or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither OWNER's review of CONTRACTOR's Work for the purposes of making payments, including Final Payment, will impose responsibility on OWNER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on OWNER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. OWNER may, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made to such extent as may be necessary to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requires correction or replacement; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 11.09; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraph 13.02.A. C. Payment Becomes Due 1. Twenty days after presentation of the Application for Payment to OWNER, the amount will become due, subject to the provisions of paragraph 12.02.D, and when due will be paid by OWNER to CONTRACTOR. D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount because: a. claims have been made against OWNER arising from CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER City of Iowa City General Conditions to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWNER to a set-off against the amount requested; or d. OWNER has actual knowledge of the `viii 3 i -' ocrurr�snce1111 y of the events enumerated in pazagtaphs 12. .B.5.a through 12.02.B.5.c or paragraph 13.02.A. 2; T( OWNER refuses to make payment of the full amount, OWNER must give CONTRACTOR immediate written notice stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 12.02.C.1. 12.03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment, free and clear of all Liens. 12.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that OWNER issue a certificate of Substantial Completion. B. Promptly thereafter, OWNER and CONTRACTOR shall make an inspection of the Work to determine the status of completion. If OWNER does not consider the Work substantially complete, OWNER will notify CONTRACTOR in writing, giving the reasons therefor. C. If OWNER considers the Work substantially complete, OWNER will prepare a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion and will issue a final certificate of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. D. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 12.05 Partial Utilization A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has GC -23 specifically been identified in the Contract Documents, or which OWNER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions: 1. OWNER at any time may request, at any time Z� J and in writing, that CONTRACTOR permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER that such part of the Work is substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER and CONTRACTOR shall make an inspection of that part of the Work to determine its status of completion. If OWNER does not consider that part of the Work to be substantially complete, OWNER will notify CONTRACTOR in writing giving the reasons therefor. If OWNER considers that part of the Work to be substantially complete, the provisions of section 12.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 12.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, OWNER will promptly make a final inspection with CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.07 Final Payment A. Application for Payment 1. After CONTRACTOR has, in the opinion of OWNER, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all main- tenance and operating instructions, schedules, guaran- tees, Bonds, certificates or other evidence of insurance certificates of inspection, marked -up record documents (as provided in paragraph 6.12), and any other necessary documents, CONTRACTOR may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied by the following, unless previously delivered: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.B.7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers satisfactory to OWNER of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in pqagraph 12.07.A.2 and as approved by (1WNI O14TdtACTOR may fumish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish a release or receipt of payment in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. B. Review of Application and Acceptance 1. If, on the basis of OWNER's observation of the Work during construction and final inspection, and OWNER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, OWNER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, OWNER will, within ten days after receipt of the final complete Application for Payment, indicate in writing to CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 12.09.OWNER will otherwise return the Application for Payment to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 1. Thirty days after the formal acceptance of the Work by OWNER, retainage will become due and payable. 12.08 Final Completion Delayed A. If final completion of the Work is significantly delayed through no fault of CONTRACTOR, OWNER may, upon receipt of CONTRACTOR's final Application for Payment, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to OWNER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 12.09 Waiver of Claims City of Iowa City GC -24 General Conditions A. The making and acceptance of final payment will constitute a waiver of all Claims: 1. by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 12.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. by CONTRACTOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 13 - SUSPENSION OF WORK AND TERMINATION 13.01 OWNER May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination of the Contract for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents, including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04; 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of OWNER; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 13.01.A occur, OWNER may, after giving CONTRACTOR and the surety, if any, seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR without liability to CONTRACTOR for trespass or conversion, incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be incorporated in a Change Order. When exercising any rights or remedies under this paragraph City of Iowa City General Conditions OWNER shall not be required to obtain the lowest price for the Work performed. C.. Where CONTRACTOR's services have been so terminated by O Ek; the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any ro�p� on- or payment of.�µr� eys due CONTRACTOR by dWNLR wilT>!ot teleasde&TTRACTOR from liability. 13.02 OWNER May Terminate For Convenience ICL A. Upon seven days written notice to CONTRACTOR, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid, without duplication of any items: 1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. for all claims, costs, losses, and damages including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 13.03 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or OWNER fails to act on any Application for Payment within 30 days after it is submitted, or OWNER fails for 30 days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days written notice to OWNER and provided OWNER does not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in section 13.02. In lieu of terminating the Contract and without prejudice to any other right or remedy, if OWNER has failed for 30 days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may, seven days after providing written notice to OWNER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this section 13.03 are not intended to preclude CONTRACTOR from making a Claim under GC -25 Article 9 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 14 - DISPUTE RESOLUTION 14.01 Methods and Procedures A. OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. ARTICLE 15 - MISCELLANEOUS 15.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by ordinary mail, postage prepaid, to the last business address known to the giver of the notice. 15.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the fust and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 15.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 15.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. 15.05 Controlling Law City of Iowa City General Conditions A. This Contract is to be governed by the laws of the State of Iowa. 15.06 Compliance with OSHA Regulations A. CONTRACTOR and all Subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). CONTRACTOR and all Subcontractors are solely responsible for compliance with said regulations. 15.07 Employment Practices A. Neither CONTRACTOR nor its Subcontractors shall employ any person whose physical or mental condition is such that its employment will endanger the health and safety of themselves or others employed on the Project. B. CONTRACTOR shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: 1. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identityy marital status, age, or disability unless such disability is related to the job performance of such performance or employee. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or em*yee. _J 15.08 Contract Complipnce - Program (Anti -Discrimination Requirements). A. For all Contracts and subcontracts of $15,000 or more, CONTRACTOR and all affected Subcontractors shall abide by the requirements of the City of Iowa City Contract Compliance Program, whiph is included with these Specifications beginning on pagiYtC-1. 15.09 Restriction on Non -Resident Bidding of Non -Federal Aid Projects A. CONTRACTOR awarded the Project, together with all Subcontractors, shall be required to complete the form included with these Specifications titled the same as this section and submit it to OWNER before work can begin on the Project. Note that this requirement involves only those projects not funded with Federal moneys. 15.10 Construction Stakes A. CONTRACTOR shall be responsible for the preservation of stakes and marks. Any necessary restaking will be at CONTRACTOR's expense and will be charged at a rate of $75 per hour. ktkk# XG&V CITY OF IOWA CITY GENERAL CONDITIONS ARTICLE 1- DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement --The n instrument which is evidence of the agreement etween OWNER and CONTRACTOR covering the ork. 3. Application for Payment --The form acceptable to OWNER which is to be used by ONTRACTOR during the course of the Work in requ g progress or final payments and which is to be acco anted by such supporting documentation as is requir by the Contract Documents. 4. Asbestos --Any material that contains more an one percent asbestos and is friable or is releasi4g asbestos fibers into the air above current action leve established by the United States Occupational Safety and Health Administration. 5. Bid --The offer or proposal of a bidd submitted on the prescribed form setting forth e prices for the Work to be performed. 6. Bidding Documents --The tdding Requirements and the proposed Contract D urn (including all Addenda issued prior to receip of Bids). 7. Bidding Requirements --The Adv rtisement or Invitation to Bid, Instructions to Bidd ,Bid security form, if any, and the Bid form with an supplements. 8. Bonds --Performance and yment bonds and other instruments of security. 9. Change Order—A ocument required by OWNER which is signed y CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or EA adjustment in the Contract Price or the Contract 7imes, issued on or after the Effective Date of thePATeement. 10. Claim --A d4mand or assertion by OWNER or CONTRACTOR )(eeking an adjustment of Contract Price or Contra9f Times, or both, or other relief with respect to the erns of the Contract. A demand for money or serytces by a third party is not a Claim. 11. ntract--The entire and integrated written -me t between OWNER and CONTRACTOR e g the Work. The Contract supersedes prior ttions, representations, or agreements, whether n or oral. City Of Iowa City General Conditions 12. Contract Documents= -The . Contract Documents establish the 'rights and obligations of the parties and include the Agreement, -Addenda (which pertain to the Contract Documents),'EONTRACTOWs Bid (including documentation=accompanying the Bid and any post Bid documentalibn submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to oceed, thea Bonds, these General Conditions, the lement�ry Conditions, the Specifications and Drawings as the same are more specifically Iden ' ed in the Agreement together with all Written dments, Change Orders, Work Change Directive , Field Orders, and OWNEWs written interpre ons and clarifications issued on or after the Effec ' e Date of the Agreement. Approved Shop Draw' s and the reports and drawings of subsurface d physical conditions are not Contract Documen . Only printed or hard copies of the items listed ' s paragraph are Contract Documents. Files in ele onic media format of text, data, graphics, and the a that may be furnished by OWNER to C CTOR are not Contract Documents. / 13. Contract Price --The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times --The number of days or the dates stated in the Agreement to: (i) achieve milestones; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final -Rayment as evidenced by OWNER's written approval o al payment. 15, CONTRACTOR --The individual or entity with whom OWNER has entered into the Agreement. 16. Cok of the Work --The sum of all costs necessarily in ed and paid by CONTRACTOR in the proper perforMance of the Work. 17. .Drawings- at part of the Contract Documents approved OWNER which graphically shows the scope, extent d character of the Work to be performed by CONTRA TOR. Shop Drawings and other CONTRACTOR submt s are not Drawings as so defined. 18. Effective Date of the A eement--The date indicated in the Agreement on w 'ch it becomes effective, but if no such date is indicat , it means the date on which the Agreement is signed d delivered by the last of the two parties to sign and del er. 19. Extra Work— Work not provided fo the Contract as awarded or deemed essential to the satisfactory completion of the Contract and autho ' ed by OWNER. 20. Field Order --A written order issued by OWNER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. Final Payment --Payment made to CONTRACTOR after all work is satisfactorily completed. Final payment does not include retainage. 22. General Requirements --Sections of Division 1 of the Specifications. 23. Hazardous Environmental Condition --The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste --The term Hazazdo Waste shall have the meaning provided in Section 1014 of the Solid Waste Disposal Act (42 USC Section 6 3), as amended from time to time. 25. Laws and Regulations; Laws or Regulati, Any and all applicable laws, rules, regular ordinances, codes, and orders of any and governmental bodies, agencies, authorities, and a having jurisdiction. 26. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial I Completion of all the Work. 28. Notice of Award --The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed --A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence and on whit CONTRACTOR shall start to perform the Work and the Contract Documents. 30. ER--Tbe City of Iowa City with w m CONTRAt OR his -entered into the Agreement and for whom the Work is to be performed, inclu ' g its einployees,and professional consultants under c tract providing services for the Work. 31. OWNER's Professional Consult nt--An individual or entity having a contract with O R to furnish seit0ices 4 OWNER's in pendent profesgional.consultantwith respect to the ject and who is ideiited as such in the Supp ementary Conditions. 32. Partial Utilization --Use by O R of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 33. PCBs --Polychlorinated biphenyls City of Iowa City General Conditions 34. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 12.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non - Hazardous Waste and crude oils. 35. Project --The total construction of the Work to be performed under the Contract Documents, which may be the whole or a part, as may be indicated in the Contract Documents. 36. Project Manual --The bound documentary information prepared for bidding and constructing the Work. A Psting of the contents of the Project Manual, which i#ay be bound in one or more volumes, is containo in the table(s) of contents. 37. Radioactive Material --Source, special nuclear, or b roduct material as defined by the Atomic Ener Act of 1954 (42 USC Section 2011 et seq.) as ame ded from time to time. 38. Resident Project Representative --The thorized representative of OWNER who is assigned the Site or any part thereof. 1 39. Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be 40. Shop Drawings --All drawings, diagrams, ation.s, schedules, and other data or information are specifically prepared or assembled by or for J CTOR and submitted by CONTRACTOR to NE to illustrate some portion of the Work. 41. Sit -Lands or areas indicated in the Contract Documents being furnished by OWNER upon which the Wo is to be performed, including rights- of-way and easoknents for access thereto, and such other lands shed by OWNER which are designated for the usR of CONTRACTOR. 42. Specifications—That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 43. Subcontractor --An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion --The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of OWNER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 46. Supplier --A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to OWNER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to any provisions of the Contract Documents. 1.02 A. Intelfrof Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed;" "as approved," or teens of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable, "proper, " "satisfactory, " or adjectives of like effect or import are used to describe an action or determination of OWNER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the City of Iowa City General Conditions E. Unless stated otherwise in the Contract Documents, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. � ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds 47. Underground Facilities --All underground B. Day pipelines, conduits, ducts, cables, wires, manholes, > -- — - vaults, tanks, tunnels, or other such facilities or 1. Theord "day" shall constitutq a calend�r day attachments, and any encasements containing such of 24 ho measured from" mid2nEht to the next facilities, including those that convey electricity, midnight. _ c . gases, steam, liquid petroleum products, telephone or a other communications, cable television, water, C. Def dive wastewater, stone water, other liquids or chemicals, or r traffic or other control systems. 1. The word "defective,"' whewmodifying the w rd "Work," refers to Woiit that fsounsatisfactory, 48. Unit Price Work --Work to be paid for on the ulty, or deficient in that it does nott7�onform to the basis of unit prices. Contract Documents or does not meet the requirements of any inspection, reference standard, 49. Work --The entire completed cons ction or test, or approval referred to in the Contract the various separately identifiable p thereof Documents, or has been damaged prior to OWNER's required to be provided under the Contract Do uments. final payment (unless responsibility for the protection Work includes and is the result of perfo ing or thereof has been assumed by OWNER at Substantial providing all labor, services, and docume ation Completion in accordance with paragraph 12.04 or necessary to produce such construction, an 12.05). furnishing, installing, and incorporating all mate and equipment into such construction, all as req ' D. Furnish, Install, Perform, Provide by the Contract Documents. 1. The word "furnish," when used in connection 50. Work Change Directive --A written s went with services, materials, or equipment, shall mean to to CONTRACTOR issued on or after the ffective supply and deliver said services, materials, or Date of the Agreement and signed by O R and equipment to the Site (or some other specified CONTRACTOR ordering an addition, letion, or location) ready for use or installation and in usable or revision in the Work, or responding to iffering or operable condition. unforeseen subsurface or physical con 'tions under which the Work is to be performed or emergencies. 2. The word "install," when used in connection A Work Change Directive will not ch ge the Contract wi services, materials, or equipment, shall mean to Price or the Contract Times but is vidence that the put to use or place in final position said services, parties expect that the change ore d or documented maten s, or equipment complete and ready for by a Work Change Directive wil a incorporated in a intende use. subsequently issued Chang Order following negotiations by the parties as its effect, if any, on 3. Th words "perform" or "provide," when used the Contract Price or Contrac imes. in connecti with services, materials, or equipment, shall mean o furnish and install said services, 51. Written Amend ent--A written statement materials, or equipment complete and ready for modifying the Con t Documents, signed by intended use. OWNER and CON CTOR on or after the Effective Date of the greement and normally dealing 4. When " ish " "install," "perform," or "pro - with the non -engin ring or nontechnical rather than vide" isnot use in connection with services, strictly constmcti-related aspects of the Contract materials, or equipm nt in a context clearly requiring Documents. an obligation of CONTRACTOR, "provide" is implied. 1.02 A. Intelfrof Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed;" "as approved," or teens of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable, "proper, " "satisfactory, " or adjectives of like effect or import are used to describe an action or determination of OWNER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the City of Iowa City General Conditions E. Unless stated otherwise in the Contract Documents, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. � ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreement to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. Refer to Supplementary Conditions regarding copies of Drawings and Project Manuals. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start top rm the Work on the date when the Contract Times comm ce. No Work shall be done at the Site prior to the to n which the Contract Times commence. 2.05 Before Starting Construction A. CONTRACTOR's Review of Contract Docum is Before undertaking each part of the Wo CONTRACTOR shall carefully study and compare e Contract Documents and check and verify pertinent fi s therein and all applicable field measureme ts. CONTRACTOR shall promptly report in writing to OWNER any conflict, error, ambiguity, or discrep cy which CONTRACTOR may discover and shall ob a written interpretation or clarification from OWNER b fore proceeding with any Work affected thereby; ho ever, CONTRACTOR shall not be liable to OWNER for ' ure to report any conflict, error, ambiguity, or discrep cy in the Contract Documents unless CONTRACTOR ew or reasonably should have known thereof. B. Schedules: Within ten days after the Effective Date of the Agement Iunless otherwise specifie4 in the Genyral Requfrements� CONTRACTOR shall ubmit to OWNER foritstimely review: 1. S _progress_ schedule indicating the times (numbers. of days ordates) for starting and completing the .various stages of the Work, in uding any Milestone' specified in the Contract Doc on 2. a schedule of Shop Drawing and Sample submittaloRhich will list each required ubmittal and the times for submitting, reviewing, d processing such submittal; and 3. a schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. City of Iowa City General Conditions C. Evidence oflnsurance: Before any Work at the Site is started, CONTRACTOR and OWNER shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which CONTRACTOR and OWNER respectively are required to purchase and maintain in accordance with Article 5. 2.06 Preconstruction Conference A. Within 20 days after the Contract Times start to but before any Work at the Site is started, a conference tded by CONTRACTOR, OWNER, and others as opriate will be held to establish a working :rstanding among the parties as to the Work and to iss the schedules referred to in paragraph 2.05.13, edures for handling Shop Drawings and other aittals, processing Applications for Payment, and staining required records. 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first Application for Payment a conference attended by CON- TRACTOR, OWNER, and others as appropriate will be held to review for acceptability to OWNER as provided below the schedules submitted in accordance with paragraph 2.05.13. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to OWNER. 1. The progress schedule will be acceptable to I'M if if it provides an orderly progression of the k to completion within any specified Milestones and a Contract Times. Such acceptance will not impose on OWNER responsibility for the progress schedule, or sequencing, scheduling, or progress of the Wor nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to OWNER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to OWNER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether specifically called for at no additional cost to OWNER C. Clarifications and interpretations of the Contract Documents shall be issued by OWNER and shall be consistent with the intent of and as reasonably inferable from the Contract Documents. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, speci\oL manuals, or codes of any technical societyation or association or to Laws or Regulatither such reference be specific or by implicatimean the standard, specification, manual, cLaws or Regulations in effect at the time of oids (or on the Effective Date of the Agreee were no Bids), except as may be otheeci ly stated in the Contract Documents. 2. No provision of any such standard; specification manual or code, or any instruction of Supplier shall be effective to change the duties r responsibilities of OWNER, CONTRACTOR, or y of their subcontractors, consultants, agen , or employees from those set forth in the ntract Documents, nor shall any such provision or ' truction be effective to assign to OWNER, or y of its consultants, agents, or employees any duty r authority to supervise or direct the performance o the Work or any duty or authority to undertak responsibility inconsistent with the provisions f the Contract Documents. 3.03 Reporting and Resolving A. Reporting Discrepancies 1. If, during the erformance of the Work CONTRACTOR dis ers any conflict, error, ambiguity, or disc ancy within the Contract Documents or betw n the Contract Documents and any provision of Law or Regulation applicable to the performance f the Work or of any standard, specification, mpAual or code, or of any instruction of any Supplier CONTRACTOR shall report it to OWNER blvftiting at once. CONTRACTOR shall not proceed th the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04. 2. CONTRACTOR shall not be liable to OWNER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies City of Iowa City General Conditions 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 AmenyMg and Supplementing Contract Documents A. a Contract Documents may be amended to pro ' e for additions, deletions, and revisions in the Work Kor o modify the teams and conditions thereof in one or re of the following ways: (i) a Written Amendment or ii) a Change Order. B. The requirements of the Contrapt,Documents may be supplemented, and minor variations and deviations in the Work may be authorizeci:by one or more of the following ways: (i) a Field Order; -(ii) OV?WERs approval of a Shop Drawing or Sample; -or (iii),OWNER;s,written terpretation or clarification. — — 3. 5 Reuse of Documents - CONTRACTOR and a0 Subcontractor or Supplier or oth individual or entity peiforming,;or furnishing any of the ork under a direct or indireci contract with OWNER (i) shall not have or acquire any title to or ownership is in any of the Drawings, Specifications, or other docum is (or copies of any thereof) prepared by or on behalf of O R in electronic media editions; and (ll) shall not reuse any of such Drawings, Specifications, o er documents, or copies thereof on extensions of the roject without written consent of OWNER or use o same on any other project. This prohibition will survi final payment, completion, and acceptance of the Wor or termination or completion of the Contract No herein shall preclude CONTRACTOR from r ' ' g copies of the Contract Documents for record purpo s. ARTICLE 4 - AVAIL IIdTY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. OWNER shall furnish the Site. OWNER shall notify CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Such additional land uses acquired by CONTRACTOR shall be by written agreement with the property owner. A copy of the written agreement shall be provided to OWNER. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that OWNER has used in preparing the Contract Docu- ments; and 2. those drawings of physical conditions in or relating to existing surface or subs ace structures at or contiguous to the Site (exc Underground Facilities) that OWNER has used inreparing the Contract Documents. B. Limited Reliance by CONTRACTOR on TeHTiTl Data Authorized: CONTRACTOR may rely upon e general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or t^ 2. other data, interpretations, opinions, and informatioA "contained in such reports or shown or indicated i4 suchArawings; or 3. any�CQNTRACTOR interpretation of or conclusion Vrawn from any "technical data" or any stjch - othL* data, interpretations, opinions, or information. - 4.03 Differing S4bb�urface or Physical Conditions A. Notice: If CONTT�AACTOR believes that subsurface or physical corgition at or contiguous to Site that is uncovered or revealed either: I. differs substantially and materially fir shown or indicated in the Contract Documents; 2. is of an unusual nature, and differs substantially and materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in City of Iowa City General Conditions connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order by OWNER to do so. B. OWNER's Review: After receipt of written notice as required by paragraph 4.03.A, OWNER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise CONTRACTOR in writing of findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence or sucl} differing subsurface or physical conditio causes an increase or decrease in CO CTOR's cost of, or time required for, perfor- mance of the Work as determined by OWNER; subje to the following: a. such condition must meet any one or more the categories described in paragraph 4.03.A; b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Article 9. 2. CONTRACTOR shall not be entitled to any stment in the Contract Price or Contract Times if: a. CONTRACTOR knew of the existence of subkconditions at the time CONTRACTOR made a W commitment to OWNER in respect of Con Price and Contract Times by the Submissi0 of a Bid or becoming bound under a negotiated tract; or b. the exi ence of such condition could reasonably have en discovered or revealed as a result of any xamination, investigation, exploration test, o study of the Site and contiguous areas req ' by the Bidding Requirements or Con Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Article 9. However, OWIIER, shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to OWNER by OWNERs of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. OWNER shall not be responsible for the accuracy or completeness of any such information or data; and 2. The cost of all of the following will be included in the Contract Price, and CONTRACTOR shall have full responsibility for: a. reviewing and checking all such information and data; b. locating and exposinwhen requested by OWNER all Underground F ilities within the Work area whether they are ' dicated in the Contract Documents; c. coordination of the Work with WNERs of such Underground Facilities, including WNER, during construction; and d. the safety and protection of all U er- ground Facilities and repairing any dam e thereto resulting from the Work; e. Notifying all utility companies, all pipel' e owners, or other parties affected, and endeavo g to have all necessary adjustments of the pu c or private utility fixtures, pipelines, an other appurtenances within or adjacent to the t of construction made as soon as practicabl , and f. Notification concerning wor near buried utilities as required by Section 9.47, Code of Iowa (2011), and for conductin ork as required therein. 3. Water lines, gas lines, wire lines, communication lines, service on 1 etions, water and gas meter boxes, water an gas valve boxes, light standards, cableways, si s, and all other utility appurtenances within limits of the proposed construction, which are be relocated or adjusted, are to be moved by O Rs of the utility at their expense, except as therwise provided for in the Contract Documents* 4. It is understood and agreed that CONTRACTO has considered in the Bid all of the permanent anemporary utility appurtenances in their present or r9l6cated positions as shown in the Contract DocumegWand that additional compensation will not b ed for any delays, inconvenience, or damage sustained by CONTRACTOR due to any interference from the utility appurtenances or their operation or relocation. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not City of Iowa City General Conditions shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify OWNER of such Underground Facility and give written notice to that owner and to OWNER OWNER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. No compensation shall be due for any Work stoppage caused by the location of an Underground Facility. 2. If OWNER concludes that a change in the Con Documents is required„' 4 Work Change Duect' a or a Change Order will lq,-Jssued to reflect /nde ocumantsuch coirsequencess An equitable entshae made is the-CoFh ctTims?tothe that t is attributal1le to the_existence, of an ground Facility.nce Points A. OWNER shall provide engineering surveys to establish reference points for consufle'tion which in OWNER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference oints and property monuments, and shall make no c ges or relocations without the prior written approval of OWNEC ONTRACTOR shall report to OWNER when ver any reference point or property monument is lost or des yed or requires relocation because of necessary changesgrades or locations, and shall be responsible for the accura replacement or relocation of such reference points or pr rty monuments by professionally qualified personnel. 4.06 Hazardous ironmental Condition at Site A. Reports and awings: Reference is made to the Supplementary Con ' ns for the identification of those reports and drawing relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by O R in the preparation of the Contract Documents. B. Limited Reliance by C&FTRACTOR on Technical Data Authorized: CONTRAC R may rely upon the general accuracy of the "technic data" contained in such reports and drawings, but such r orts and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER or OWNER's Professional Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encoun rs a Hazardous Environmental Condition or if CO TOR or anyone for whom CONTRACTOR is respo 'ble creates a Hazardous Environmental Condition, NTRACTO shall immediately: (i) secure or otherwise is su condition; (ii) stop all Work in connectio with s h condition and in any area affected thereby (e cept ' an emergency as required by paragraph 6.16); and "') n tify OWNER (and promptly thereafter confirm such a in writing). OWNER may retain a qualified expert to a uate such condition or take corrective action, if any. E. CONTRACTOR shall not be required 0 resume Work in connection with such condition or in aip affected area until after OWNER has obtained any reqd permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition an any affected area is or has been rendered safefor the fesumption of Work; or (ii) specifying any special conditiqhs under which such Work may be resumed safely. ly OWNER and CONTRACTOR cannot agree as to entitle ent to or on the amount or extent, if any, of any adjus ent in Contract Price or Contract Times, or both, as a r ult of such Work stoppage or such special conditions er which Work is agreed to be resumed by CONTRACT R either party may make a Clai"erefor as provided in icle 9. F. If rafter recelorontract s ch written notice CONTRACTOR does ht resume such Work based- on a reasonable besafe, or does not agree to resume suckWdrk unpecial conditions, then OWNER may -order the o the Work that is in the area�affected .by suc5 cto be deleted from the Work. If OWNER dad CTOR cannot agree as to entitlement to • or on theor extent, if any, of an adjustment in CTtract Pontract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Article 9. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, OWNER's Professional Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them City of Iowa City General Conditions from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.E shall obligate OWNER to indemnify any individual or�tity from and against the consequences of that in dual's or entity's own negligence. H. To the fullest extent permitted by Laws and egulations, CONTRACTOR shall indemnify and hold armless OWNER, OWNER's Professional Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. 5 - BONDS AND INSURANCE 5.01 P65ormance, Payment, and Other Bonds A. CO CTOR shall furnish performance and payment Bon , each in an amount at least equal to the Contract Price security for the faithful performance and payment of all NTRACTOR's obligations under the Contract Do These Bonds shall remain in effect at least until one year er the date when final payment becomes due, except provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. '% C. If the surety on any Bond famished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.0I.B, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.01.13 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates oflnsurance A. CONTRACTOR shall deliver to QWNER, with copies to each additional insured identified th the Supple- mentary Conditions, certificates of inc marc (and other evidence of insurance requested by OWNER any other additional insured) which CONTRACTOR is qJ ed to purchase and maintain 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain sigh liability and other insurance as is appropriate for the Work being performed and, in addition, provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under theContract Documents, whether it is to be performed CONTRACTOR, any Subcontractor or Supplier, or/by anyone directly or indirectly employed by any of th to perform any of the Work, or by anyone for whose apts any of them may be liable: 1. claims under workers' compensatioiX disability benefits, and other similar employee bene acts; 2. claims for damages because o bodily injury, occupational sickness or disease or death of CONTRACTOR's employees; 3. claims for damages beca)ise of bodily injury, sickness or disease, or death of y person other than CONTRACTOR'S employees; 4. claims for damag insured by reasonably available per.. injury 1' bility coverage which are sustained: (i) by any pe n as a result of an offense directly or indirectly rela d to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for Omages, other than to the Work itself, because of Ajury to or destruction of tangible property wherev r located, including loss of use resultin¢ therem; and 6. cla' s for damages because of bodily injury or death any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: City of Iowa City General Conditions 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, OWNER's Professional Consultants, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; , 3, include complgted operations`i_dsurance; i 4. include contractual liability insurance covering ONTRACTOR's indemniL_y obligations undet para- graphs 6.07, 6.11, and 6.20;— . 5. contain a provision—or endorsementrtltat the coverage afforded will nol be canceled, materially changed or renewal refused:antil at 1 ast thirty days prior written notice has been given t0_NWNER and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by CONTRACTOR pursuant to paragraph 5.03 will so provide); and 6. remain in effect at least until final payment and I times thereafter when CONTRACTOR may be Feting, removing, or replacing defective Work in itoauce with paragraph 11.07. C. COIVRACTOR shall purchase as provided in the Supp, lemen Conditions, OWNER's and CONTRACT 's Protective Liability Insurance from CONTRACTO 's sources as primary coverage for OWNER and O R's Professional Consultant. 5.05 Acceptance\f Bonds and Insurance; Option to Replace A. If OWNE has any objection to the coverage afforded by or other p any of the Bonds or insurance required to be p chased and maintained by CONTRACTOR in acro ce with Article 5 on the basis of non-conformance the Contract Documents, OWNER shall so notify C NTRACTOR in writing within 10 days after receipt of the certificates (or other evidence requested) required by para aph 2.05.C. CONTRACTOR shall provide such addition information in respect of insurance provided as OWNE may reasonably request. If CONTRACTOR does not purchase or maintain all of the Bonds and insurance required by the Contract Documents, OWNER shall notify CONTRACTOR in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, OWNER may elect to obtain equivalent Bonds or insurance to protect its interests at the expense of CONTRACTOR, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.06 Property Insurance A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in these Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all-risk or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils: fire, lightning, extended co rageqq vandalism and malicious mischief, earcollapse, debris removal, demolition occ Tenforcement of Laws and Regulations, watand such other perils" as may be specifically by the Supplementary Conditions; 3. include expenses incurred in the or replacement of any insured property (including ut t limited to fees and charges of engine an architects); 4. cover materials and equipment in it for incorporation in the Work or stored at th site or at another location that was agreed to in 'ting by OWNER prior to being incorporated ' the Work, provided that such materials and erq in t have been included in an Application for Payment ecommended by OWNER4 and LJ 5. be .maintained in effect until payment is trade. 13• CONTRACTORshall be resp nsible for any deductible or self-insured retention. ARTICLE 6 - CONTRACTOR'S RES ONSIBUMUS 6.01 Supervisiob hnd Superintendence A. CONTRACTOR shall supervise, i*ect, and direct the Work competently and efficiently, Vevoting such attention thereto and applying such skills arld expertise as may be necessary to perform the Work in aclbrdance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. At all times during the progress of the Work, CONTRACTOR shall assign a competent resident superin- tendent thereto who shall not be replaced without written notice to OWNER except under extraordinary City of Iowa City General Conditions circumstances. The superintendent will be CONTRACTOR's representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. The name, address and telephone number of the Resident Superintendent shall be provided to OWNER prior to commencement of Work. 6.02 Labor; Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, layout, and construct the Work as required by the Contract Documents. CON - TR' e OR shall at all times maintain good discipline and or r at the Site. B. Except as otherwise required for the safety or rotection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday withdut OWNER's written consent given after prior written notice to OWNER. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. Al3. materials and equipment incorporated into the Whall be as specified or, if not specified, shall be of good q lity and new, except as otherwise provided in the Contract ocuments. All warranties and guarantees specifically led for by the Specifications shall expressly run to the be fit of OWNER. If required by OWNER, CONTRACTO shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Docu- ments. 6.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to OWNER for acceptance (to the extent indicated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in changing the Contract Times. Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 10 2. Proposed adjustments in the progress schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 10. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 10. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to OWNER for review under the circumstances described below: 1. "Or -Equal" Items: If, in OWNER's sole discretion, an item of material or equipment proposed by CONTRACTOR is functionally eq to that named and sufficiently similar so that n change in related Work will be required, itmay be co idered by OWNER as an "or -equal" item, in which c e review and approval of the proposed it may, in R's sole discretion be accomplished without co liance with some or all of the requirements for appr val of proposed substitute items. For the purposes 0' ffiiy paragraph 6.05A.1, a proposed item of in; equipment will be considered functionally equal t item so named if: a. in the exercise of reasonable j dgment OWNER determines that: (i) it is at le equal in quality, durability, appearance, sir gth, and design characteristics; (ii) it will re ' ly perform at least equally well the it ' posed by the design concept of the /detailed Project as a functioning whole, and b. CONTRACTOR at: (i) there is no increase in cost to nd (ii) it will conform substantially to requirements of the item named in theocuments. 2. Substitute Items a. If, in O 's sole discretion, an item of material or equipment proposed by CONTRACTO does not qualify as an "or -equal" item under aragraph 6.05.A.1, it will be considered a roposed substitute item. b. 96NTRACTOR shall submit sufficient info tion as provided below to allow OWNER to etermine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by OWNER from anyone other than CONTRACTOR. c. The procedure for review by OWNER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as City of Iowa City General Conditions OWNER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to OWNER for review of a proposed substitute item of material pr, equipment that CONTRACTOR seeks to furnish or use. The application shall certifythe proposed substitute item will' adequately perform the functions and achieve thesesults balled fo gy the general design, be similar'.in 70stance to that specified, and be suited to -the same use as that specified. The application will state the•ektent, if any, to which the use of the proposed suNtitute item will prejudice, CONTRACTOR's achievement of Substantial Commotion on time, whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substi. e item from that specified shall be identified in the application, and available engineering, sales, maintenance, repair, and replacement services shall be indicated. The application shall also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by OWNER in evaluating the proposed substitute item. OWNER may require CONTRACTOR to famish additional data about the proposed substitute item. Nrovidcd Substitute Construction Methods or Procedures: If cific means, method, technique, sequence, or ure of construction is shown or indicated in and ly required by the Contract Documents, CTOR may furnish or utilize a substitute means, technique, sequence, or procedure of construction by OWNER CONTRACTOR shall submit nt ormation to allow OWNER, in OWNER's sole on, o determine that the substitute proposed is lent t that expressly called for by the Contract ents. a procedure for review by OWNER will be to that rovided in subparagraph 6.05.A.2. C. Owner's valuation: OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pant to paragraphs 6.05.A and 6.05.B. OWNER will be%U sole judge of acceptability. No "or - equal" or substitute will be ordered, installed or utilized until OWNER's review is complete, which will be evidenced by.ejyrer a Change Order for a substitute, an approved Shop Drawing for an "or equal". OWNER will advise CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER may require CON- TRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute. 11 E. CONTR4CTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.11), whether initially or as a replacement, against whom OWNER has reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to famish or perform any of the Work against whom CONTRACTOR has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection ' the Bidding Documents or the Contract Documents) o any such Subcontractor, Supplier, or other individual or a 'ty so identified may be revoked on the basis of reaso e objection after due investigation. CONTRACTOR s submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in th cost occasioned by such replacement, and an appropria Change Order will be issued or Written Amendm t signed. No acceptance by OWNER of anys ch Subcontractor, Supplier, or other individual or a 'ty, whether initially or as a replacement, shall consti to a waiver of any right of OWNER to reject defective W k. C. CONTRACTOR shall be fully respon4ble to OWNER for all acts and omissions of the Subco actors, Suppliers, and other individuals or entities perf g or furnishing any of the Work just as CO CTOR is responsible for CONTRACTOR'S own acts and omissions. Nothing in the Contract Documents shall cr ate for the benefit of any such Subcontractor, Supplir, or other individual or entity any contractual relatio p between OWNER and any such Subcontractor, Sup lier or other individual or entity, nor shall it create any o 'gation on the part y OWN gFR to pay or to see to the yment of any moneys due�any such :Subcontractor, Su plier, or other individual or emity'except as may otherwi be required by Laws and Regulations. D. CONTRACTADZ shall be sol y responsible for scheduling and-ecotdinating the Work[of Subcontractors, Suppliers, and; other individuals or en es performing or furnishing any of the Vork under a direct or indirect contract With CONTRAt' OR. E. CONTRACTOR shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with OWNER through CONTRACTOR F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among City of Iowa City General Conditions Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on property insurance, the agreement between CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, OWNER's Professional Consultant, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and a officers, drectors, partners, employees, agents, and ther consultants and subcontractors of each and any of em) for all losses and damages caused by, arising out of relating to, or resulting from any of the perils or causes loss covered by such policies and any other property urance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. a particular invention, design, process, product, or device i specified in the Contract Documents for use in the pe ormance of the Work and if to the actual knowledge of O\mnid R its use is subject to patent rights or copyrights cafor the payment of any license fee or royalty to othe existence of such rights shall be disclosed by Oin the Contract Documents. To the fullest extent pee by Laws and Regulations, CONTRACTOR shall inni and hold harmless OWNER, OWNER's Prsion Consultant, and the officers, directors, pas, em loyees or agents, and other consultants of ead any f them from and against all claims, costs, loand ges (including but not limited to all fees anarges of a eers, architects, attorneys, and other prionals and court or arbitration or other dispute reon costs) sing out of or relating to any inement of paten 'ghts or copyrights incident to the usthe performance f the Work or resulting from the inration in the k of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work. 12 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work Except where otherwise expressly required by applicable Laws and Regulations, OWNER shall not be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragralkh 3.03. 6.10 Taxes A. CONTRACTOR shall pay all sales, conipmer, use, and other similar taxes required to be paid by C C - TOR in accordance with the Laws and Regulatio of the place of the Project which are applicable d ' g the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine constructi n equipment the storage of materials and equip n and the operations of workers to the Site and th areas pertmtted by Laws and Re ations, shall not unreasonably encumber the rte and o r areas with construction equipment or other m erials or equipment. CONTRACTOR shall ume full responsibility for any damage to any suc and or area or to OWNER or occupant thereof, or any adjacent land or areas resulting from the pe rmance of the Work. 2. Should any claim be ma by any such owner or occupant because of thtr p rmance of the Work, CONTRACTOR shall promp settle with such other party by negotiation or othe ise resolve the claim by arbitration or other dispute esolution proceeding or at law. 3. To the fullest xteIt permitted by Laws and Regulations, CONT CTOR shall indemnify and hold harmless R OWNER's Professional Consultant, an the officers, directors, partners, employees, a ts, and other consultants of each and any of them om and against all claims, costs, losses, and d s (including but not limited to all fees and charge of engineers, architects, attorneys, and other prof sionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, OWNEWs Professional Consultant, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. City of Iowa City General Conditions B. Removal of Debris During Performance of the Work. During the progress of the Work CONTRACTOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning. Prior to Substantial Completion of the Work, CONTRACTOR shall clean the Site and make it ready for utilization by OWNER At the completion of the Work, CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CO TOR shall maintain in a safe place at the Site o e record copy of all Drawings, Specifications, AddendX Written Amendments, Change Orders, Work Chan Directives, Field Orders, and written int -rations and clarifications in good order and fated to show changes made during construction. est record documents together with all approved ampler and a counterpart of all approvgdhop Drawings will be available to OWNER and OWNFR's Professional Consultant for reference. Upon' completion of the Work, these record documents, Samples, and Sho¢ Drawin4s will be delivered to OWNER. 6.13 Safety and Protection A. CONTRACTOR shall he solely, responsible for initiating, maintaining and ;supervising all safety precautions and programs in comiectionrw'ith the Work. CONTRACTOR shall take all necessary`p'recautions for the safety ot; and shall provide the necessary protection to ,prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be rpomted therein, whether in storage on or off the and 3. other property at the Site or adjacent thereto, rding trees, shrubs, lawns, walks, pavements, ways, structures, utilities, and Underground uhes not designated for removal, relocation, or %ement in the course of construction. B. CONTRACTOR shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or 13 loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER, its employees, or anyone for whose acts OWNER may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed in accordance with paragraph 12.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connections with the Work. OWNER will not have such responsibility. No action under taken by OWNER under General Conditions paragraphs 13.1 or 13.2, will constitute transfer of this rreesEiibility or acceptance of this re onsibility by 6.14 Safety Representative A. CONTRACTOR shall designate a qualifie\die experienced safety representative at the Site whose and responsibilities shall be the prevention of accidenthe maintaining and supervising of safety precautio programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets o other hazard communication information required to made available to or exchanged between or amo g employers at the Site in accordance with Laws or Regulations. - 6.16 Emergeocies A. In emergencies -affecting the safetyiggeDirective e 'on of persbns or the 4Vo& or -property at tiie jacent thereto, CONTRACTOR is obligated toprevent threatened damage, injury, or loss. CONTR shall give 'OWNER;prompt wAitten notice if CTOR believes 'that �y significant changes iork or variations from the Contract Documents hcaused thereby or are`required as a result thereWNER determines that a change in the Contracents is required because of the action taken by COTOR in response to such an emergency, a Work Cirective or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as OWNER may require and in the number of copies specified in the General Requirements. The data shown on the Shop City of Iowa City General Conditions Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show OWNER the services, materials, and equipment CONTRACTOR proposes to provide and to enable OWNER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as OWNER may require to enable OWNER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submi acceptable to OWNER as required by paragraph 2.07, any related Work performed prior to OWN10s review and approval of the pertinent submittal will a !!__!he sole expense and responsibility of D. $ubmittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have: a. determined and verified all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. determined and verified all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. determined and verified all information elative to means, methods, techniques, s fences, and procedures of construction and safletZ precautions and programs incident thereto; and d. r ewed and coordinated each Shop Drawing o ample with other Shop Drawings and Samples d with lite requirements of the Work and the C tract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. - �1' 3. At the time of each submittal, CONTRACTOR shall give OWNER specific written notice of any variations that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to OWNER for review and approval of each such variation. E. OWNER's Review 14 1. OWNER will timely review and approve or give notice of necessary corrections to the submitted Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to OWNER OWNER's review will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. OWNER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item fancti s. 3. OWNER's review and appy vat of Shop Drawings or Samples shall of relieve CONTRACTOR from responsibility for y variation from the requirements of the Contract Vocuments unless CONTRACTOR has in wri ' called OWNER's attention to each such variation a the of each submittal as required I paragraph 17. .3 and OWNER has given written approval of eac ifich variation by specific writtennotation reof incorporated in or accompanying the Shop D in or Sample approval; nor will any approval by relieve CONTRACTOR from respons' ility f complying with the requirementso paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shallmake corrections required by OWNER ands return the required number of corrected copies Shop Drawings and submit as required new S mples for review and approval. CONTRALTO shall direct specific attention in writing to revisions other than the corrections calledfor y OWNER on previous submittals. 6.18 Continuing the A. CONTRACT shall carry on the Work and adhere to the pro ss schedule during all disputes or disagreements wi WNER No Work shall be delayed or postponed peno&g resolution of any disputes or disagreements xcept as permitted by paragraph 13.04 or as OWNE d CONTRACTOR may otherwise agree in writing. B. Time is an essential element of the Contract, an it is important that the Work continue each working day and pressed vigorously to completion. 6.19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER that all Work will be in accordance with the Contract Documents and will not be defective. City of Iowa City General Conditions CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. B. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 1. observations by OWNER; 2. payment by OWNER of any progress or final 3. the issuance of a certificate of Substantial Completion by OWNER or any payment related thereto by OWNER; 4. use or occupancy of'the V11vrk or any part thereof by OWNER; 5. any acceptance by ONI TER or dny failure to do so; 6. any review and approval of a Sixop Drawing or Sample submittal or the issuance a notice of acceptability by OWNER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER 6. OIndemnification To the fullest extent permitted by Laws and Re tions, CONTRACTOR shall indemnify and hold harml s OWNER, OWNER's Professional Consultant, and the fficers, directors, partners, employees, agents, and other cc ultants and subcontractors of each and any of them fro and against all claims, costs, losses, and damages ( cluding but not limited to all fees and charges of engine architects, attorneys, and other professionals and all cc or arbitration or other dispute resolution costs) arising ut of or relating to the performance of the Work, provide that any such claim, cost, loss, or damage: 1. is butable to bodily injury, sickness, disease, or eath, or to injury to or destruction of tangible p perty (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by 15 Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or OWNER's Professional Consultant or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CONTRACTOR under paragraph 6.20.A shall not extend to the liability of OWNER's Professional Consultant or to the officers, directors, partners, employees, agents, d other consultants and subcontractors of each and y of them arising out of the preparation of, or the failure to prepare maps, Drawings, opinions, reports, surveys, signs, or Specifications. ARTICLE 7 - OTHER WORK 7.01 Related Work at Site A. OWNER may perform other work related t Project at the Site by OWNER's employees, or let direct contracts therefor, or have other work perform utility owners. If such other work is not noted in the tract Documents, then written notice thereof will be to CONTRACTOR prior to starting any such other we B. CONTRACTOR shall afford each other con ctor who is a party to such a direct contract and eac utility owner (and OWNER, if OWNER is performing a other work with OWNER's employees) proper and safe cce5 to the Site and a reasonable opportunity for the in oduction and storage of materials and equipment and the xecution of such other work and shall properly cooramat the Work with theirs. Unless otherwise provided in Contract Docurients,-CONTRACTOR shall do all cu g, fitting, and patching -of the iVvrk that maybe require to properly connect or otherwise rgake its several parts c me together and ' properly integrate with such the, work. CONTRACTOR shall aot endanger any wor of others by cufijpg, excavating, orAtherwise altering eir work and will only cut',o�. alter.their work with the en consent of OWNER and,the others whose work will affected. The duttgs and responsibilities of CONT AC OR under this paragraph are pr the benefit of such ut 'ty owners and other contractors to the extent that there are comparable provisions for & benefit of CONTRACTPR in said direct contracts between OWNER and suchu lity owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to OWNER in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution City of Iowa City General Conditions and results of CONTRACTOR's Work. CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and respon- sibility for such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Furnish Data A. OWNER shall promptly furnish the data required of OWNER under the Contract Documents. 8.02 Pay Promptly When Due A. OWNER shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 12.02.0 and 12.07.C. 8.03 Lands and Easements; Reports and Tests A. OWNER's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.01 d 4.05. Paragraph 4.02 refers to OWNER's identifying making available to CONTRACTOR copies of reports of xplorat us and tests of subsurface conditions and dra gs of physical conditions in or relating to existing surfa or subsurface structures at or contiguous to the Sit e that h ve been utilized by OWNER in preparing the 8.04 A. OWNER's responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.05 Limitations on OWNER's Responsibilities A. OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER shall not be 16 responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. B. OWNER shall not be obligated to pay standby or down time rental on any equipment used or stored at the Site unless agreed to and included in an approved Change Order. 8.06 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility with respect to any undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.07 Evidence offinancial Arrangements A. If and to the extent OWNER has agreed to fiunish CONTRACTOR reasonable evidencet financial arrangements have been made to satis OWNER's obligations under the Contract Documen OWNER's responsibility in respect thereof will be as se forth in the Supplementary Conditions. ARTICLE 9 - PAYMENTS 9.01 Scope of Payment A. CONTRACTOR shall accept the compe sation herein provided as full payment: furnishing all m 'al, labor, tools, and equipment and for performing all or under the Contract or any extension thereof allowed Article 10; also, for all cost arising from the action o e elements or other natural causes, agreements d performances, non -performances, or delays invol ' g oth r contractors and third parties, or injunctions o lawsui resulting therefrom, or from any unforeseen . culties no otherwise provided for in the Contract Do uments and which may be encountered during prosecuti of the Work and up to the time of acceptance thereof, cept damage to the Work due to acts of war. Nothing he in shall in and of itself be construed to prejudice or d y any claim filed under provisions of Article 9.05. B. The Contract Price for any item shall be full compensation for acceptable work and for materials, equipment, tools, and labor or performance of all work necessary to complete the item in accordance with the Contract Documents. 9.02Payment For A. CON%PTOR shall receive and accept payment for work performed under the Contract as follows: 1. 1 ms of Work Performed Which Are Covered by De ntte Prices Stipulated in the Contract. For all ite of acceptable work performed which are covered by/flefinite unit prices or lump sum amounts specified 16 the contract, CONTRACTOR shall receive and accept compensation at the rate specified in the contract, except for items identified as that of significant change as provided in Articles 4.03 and 9.04. 2. In making Contract adjustments, consideration shall be given to the portion of the cost of the Work that can be classified as fixed costs, independent of the exact quantity of work performed, such as City of Iowa City General Conditions transportation and installation costs on equipment, overhead cost, etc. Any price adjustment shall be arrived at from the standpoint that neither party to the contract shall be penalized by the increase or decrease in quantities which occasioned the price adjustment. B. Extra Work 1. Extra Work ordered by OWNER of a quality or class not covered by the Contract, will be paid for either at an agreed price or on a force account basis. a. Agreed Price Basis. For Extra Work ordered by OWNER and performed on an agreed price basis, OWNER and CONTRACTOR shall enter into a written agreement before the work is undertaken. This written agreement shall describe the Extra Work that is to be done and shall specify the agreed price or prices therefore b. Force Account Baia,.., --i - ' - a (1) For Extra Wiikperfoaned on a force account basis, CONTRtkCTOR shall -receive the rate of wage (6n scale)_ agreed to in writing with OWNER before beginnitig.work for each and every hour .tt)at laborers, timekeepers, supervisors, and superintendents are actually engaged in work. (2) CONTRACTOR shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits, or other benefits, when the amounts are required by a collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the work. (3) An amount equal to 35 percent of the sum of the above items listed in (1) and (2) will also be paid to CONTRACTOR The 35 percent shall cover compensation for fiunishing the necessary small tools for work, together with all other overhead items of expense. (4) For property damage, liability, and worker's compensation insurance premiums, unemployment insurance contributions, and social security taxes on the force account work, CONTRACTOR shall receive the actual cost, to which 10 percent will be added. CONTRACTOR shall furnish evidence of the rate or rates paid for such bond, insurance, and tax. (5) The wage of the superintendent, timekeeper, or supervisor who is employed partly on force account work and partly on other' work shall be prorated between two class of work according to the number of persons shown by the payrolls as employed on each class of work. (6) For materials used on force account work, CONTRACTOR shall receive the actual cost of materials delivered on the WA work, including the freight and handling charges as shown by original receipted bills, to which cost shall be added a sum equal to 15 percent thereof. (7) Rental rate for machinery, tools or equipment (except small hand tools which may be used) and fuel and lubricants shall be based on the average monthly rental rate in the most recent Rental Rate Blue Book published by Dataquest Incorporated. OWNER and CONTRACTOR shall agree on a rental rate in writing before Extra Work on force account basis is performed. Profit percentage shall not be added to the rental rate. (8) Compensation as herein provided shall be accepted by CONTRACTOR as payment in fall for Extra Work done on a force account basis. It will be assumed that such payment includes the use of tools and equipment for which no rate is allowed, overhead, and profit. (9) At the end of each day, CONTRACTOR shall prepare payrolls in duplicate for labor furnished on a force account basis using OWNER's standard force account forms. Both copies shall be signed by the OWNER'S representative and CONTRACTOR'S representative. One copy shall be furnished to OWNER and one to CANTRAQTOR. Claims for Extra Work performed on a force account basis shall be submitted to OWNER in triplicate. Any receipts or statements required by OWNER to support suctr claims shall be attached thereto. Such claims. shall be filed no later than the t6hih ray of the month following that in which the work was actually performed, and shall include all labor charges, rental charges on machinery, tools, and equipment, and all tdaterial charges insofar as they are available. 3. Extra Work Performed by a Subcontractor. The percentage markup to be allowed to CONTRACTOR for Extra Work (including force account work) performed by a Subcontractor shall be in accordance with the following: a. 10 percent on the first $50,000 with a minimum. b. 5 percent on the portion over $50,000. C. Deficient Work Payment for work juJh by OWNER to be deficient Work will be made at theed rate specified in the Contract Documents or, if norate is specified, at a modification of the Contract, as determined by OWNER 9.03 Cancelled Work A. OWNER shall have the right to cancel any or all items from the Contract when unforeseen circumstances, unanticipated design changes, or other reasons beyond the control of CONTRACTOR prevent or unreasonably delay City of Iowa City General Conditions completion of the Contract or certain items of the Contract, or when OWNER determines that cancellation is in the public interest. B. OWNER may prevent CONTRACTOR from starting Work on the Contract or an identified phase of the Contract as a result of a delay caused by OWNER or others. C. When the Contract period is defined by the approximate starting date and the delay prevents CONTRACTOR starting Work on the Contract or an identified phase of the Contract for 30 calendar days beyond such date, CONTRACTOR may request cancellation by written notice to OWNER stating the reasons therefor. 1. When the Contract period is defined by the late A-te and the delay prevents CONTRACTOR starting fo more than 30 alendar days after the date of award of C tract and at east 30 calendar days beyond the date nofic to OWNER, CONTRACTOR proposed to s work C CTOR may request cancellation by pro 'ding wri en notice to OWNER, stating the reasons V case of 9.03C., or 9.03D., within 30 calendar daysadate ofe request,OWNER willeliminate orifpossible, the cause for the delay and issue a Noticeed redefine the basis on which the Workistopr cancel the Contract or phase of the Contract. F. C NTRACTOR shall not use delays that occur prior t s ' g Work or an identified phase of the Work as a bas' of a lain against OWNER except for an extension of C tract p 'od. Notices described in this Article 9 shall be mitte y ordinary maIl. G. For fmislted portions of non -major items cancelled, C NTRACTOR ill be paid at the contract unit prices, in rdance with a provisions of Article 9.02. For he portio of major items cancelled, ONTRACTOR be paid as provided in Article 9.02. or all items, mate s ordered and delivered for the unfinished portion of uch cancelled or omitted items, OWNER will pay cost plus 10 percent as an overhead charge. CONTRACTOR's expense for handling or transporting this material shall be included in computing the cost. OWNER will also pay any actual expenses sustained by CONTRACTOR by reason of such cancellation or omission and not represented by work completed or material delivered. In computation of material cost or expenses sustained, no anticipated profit will be included. Material paid for shall become the property of OWNER and shall be disposed -of as directed by OWNER 9.04 Standardized Contract Clauses A. Suspensions of Work Ordered by OWNER 1. If the performance of all or any portion of the Work is suspended or delayed by OWNER in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and CONTRACTOR believes that additional compensation and/or contract time is due as a result of such suspension or delay, CONTRACTOR shall submit to OWNER, in writing, a request for 18 adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 2. Upon receipt, OWNER will evaluate CONTRACTOR's request. If OWNER agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of CONTRACTOR, its Suppliers, or Subcontractors at any approved tier, and not caused by weather, OWNER will make an adjustment (excluding profit) and modify the Contract in writing accordingly. CONTRACTOR will be notified of OWNER's determination whether an adjustment of the Contract is warranted. 3. No Contract adjustment will be alto ed unless CONTRACTOR has submitted the written rdelleSt for adjustment within the time prescribed. 4. No Contract adjustment will be owe under this clause to the extent that performance wool ha been suspended or delayed by any other cause, or which adjustment is provided or excluded and y other term or condition of this Contract. B. Significant Changes in the Character of ork 1. OWNER reserves the right to m e, in writing, at any time during the Work su changes in quantities and such alterations in Work as are necessary to satisfactorily complete a Project. Such changes in quantities and alteratio will not invalidate the Contract nor release a surety, and CONTRACTOR agrees to p orm the Work as altered. 2. If the alterations o changes in quantifies significantly change the ch atter of the Work under the Contract whether sac alterations or changes are in themselves significant anges to the character of the Work or, by affectin ther work, cause such other work to become signific tly different in character, an adjustment, excluding ticipated profit, will be made to the Contract. The is for the adjustment shall be agreed upon in wri ' prior to the performance of the Work. If a basis of be agreed upon, then an adjustment will made either for or against CONTRACTOR ' such amount as OWNER may determine to be and equitable. 3. If the rations or changes in quantities do not significantly phange the character of the work to be perfortrapd gKder the Contract, the altered Work will be paid for provided elsewhere in the Contract. 4. The term "significant change" shall apply only to the following circumstances: a. When the character of the Work, as altered, differs materially in kind or nature from that involved or included in the original proposed construction; or b. When a major item of Work, defined as an item of Work in excess of $50,000, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. Any City of Iowa City General Conditions allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original Contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 9.05 Disputed Claims For Extra Compensation N A. In any case where CONTRAF,_TOR deems that extra compensation is due for irk or materlal'nQt clearly covered in the Contract and rmfi"rderdUlby OWNER as Extra Work as defined herein, OONTRACTOR shalt file a written claim with OWNER foF this extra compensation before commencing the Extra Work upon which the claim is based. A. OWNER shall be responsibfe. for damages a hatable to the performance, nonperforfir�mce or delay f any other contractor, governmental agen6y; utility, firm, corporation, or individual authorized to do work on the project, only when these damages result from negligence on the part of OWNER, its officers or employees. In any case where CONTRACTOR deems extra compensation is due from OWNER as damages resulting from these performances, nonperformances, or delays, CONTRACTOR shall notify OWNER in writing at the time the delay occurs. C. In all cases, if the notification required pursuant to 9.05.13 is not given or, if after the notification is given, OWNER is not afforded the ability to keep strict account of actual costs as defined for force account construction, \7nhe TRACTOR thereby agrees to waive the claim for compensation for this work. This notice by TRACTOR, and the fact that OWNER has kept unt of the cost as aforesaid, shall not be construed as fishing the validity of the claim. The claim, when shall be in writing and in sufficient detail to permit ' g and an intelligent evaluation by OWNER The all be supported by such documentary evidence as ' ant has available and shall be verified by affidavit e c ' ant or other persons having knowledge of the . If a claimant wishes an opportunity to present the in p son, then the claim shall be accompanied by a en req est to do so. Where the claimant asks an rtunity o present the claim in person, OWNER, in 30 cale dar days of the filing of the claim, will £ix a and plac for a meeting, between the claimant and NER. O R will, within a reasonable time from the Sling of the claim or the meeting above referred to, whichever is later, rule upon the validity of the claim and notify the claimant, in writing, of the ruling together with the reasons therefor. In case the claim is found to be just, in whole or in part, it will be allowed and paid to the extent so found. CONTRACTOR shall not institute any court action against OWNER for the adjudication of any claims until the claim has been fust presented to OWNER pursuant to this Article. ARTICLE 10 - CHANGE OF CONTRACT TIMES 10.01 Change of Contract Times A. The Contract Times may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times shall be made in writing and submitted by the party making the claim to the other party to the Contract. 19 B. Any adjustment of the Contract Times will be determined in accordance with the provisions of this Article 10. 10.02 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of CONTRACTOR, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 10.01A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, negligent acts by OWNER, negligent acts by utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 10.03 Delays Within CONTRACTOR's A. The Contract Times will not be exten d due to delays within the control of CONTRACTO Delays attributable to and within the control of a Subcon ctor or Supplier shall be deemed to be delays within the co' ---f of CONTRACTOR 10.04 Delays Beyond OWNER's and Control A. Where CONTRACTOR is prevented from complet- ing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, as determined by OWI4ER in its sole discretion, an extension of the Contract Times in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 10.05 Delay Damages A. In do' event shall OWNER be liable to CONTRACTOR; any Subcontractor, any Supplier, or any other: person or organization, or to any surety for o employee or agent of any bf them, for damages arising o t of or resulting from: 1, delays caused by or within tl 'control of C N - TRACTOR; or 2. delays beyond the control of both 0 R and CONTRACTOR, including, but not limited ,fires, floods, epidemics, abnormal weather conditi ns, acts of God, or acts or neglect by utility owne or other contractors performing other work as conte plated by Article 7. ARTICLE 11 - TESTS AND INS ECTIONS; CORRECTION, REMOVAL OR ACCE ANCE OF DEFECTIVE WORK 11.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER has actual knowledge will be given to CONTRACTOR All defective Work may be rejected, corrected, or accepted as provided in this Article 11. City of Iowa City General Conditions 11.02 Access to Work A. OWNER, OWNER's Professional Consultant, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. CONTRACTOR shall give OWNER timely notice of readiness of the Work for all required inspections, tests, or approv and shall cooperate with inspection and testing pets noel to facilitate required inspections or tests. B.�O R shall employ and pay for the services of an inde endent testing laboratory to perform all inspecti , tests, or approvals required by the Contract Docum is except: 1. for inspections, tests, or approvals covered by gaphs 11.03.0 and 11.03.D below; ins2. that costs incurred in connection with tests or pections conducted pursuant to paragraph 11.04.13 shall be paid as provided in said paragraph 11.04.13; and 3. as otherwise specifically provided in the Contract Documents. \there s or Regulations of any public body having jurOquire any Work (or part thereof) specifically to bd, tested, or approved by an employee or othetative of such public body, CONTRACTOR shallresponsibility for arranging and obtaining such tests, or approvals, pay all costs in connre 'th, and furnish OWNER the required certiinspe 'on or approval. D. CONTRACTOI>I\shall be responsible for arranging and obtaining and shallay all costs in connection with any inspections, tests, or approvals required for OWNER's acceptance of materials or equipment to be incorporated in the Work, or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CONTRACTOR without written concurrence of OWNER, it must, if requested by OWNER, be uncovered for observation. F. Uncovering Work as provided in paragraph 11.03.E shall be at CONTRACTOR's expense unless CON- TRACTOR has given OWNER timely notice of CONTRACTOR's intention to cover the same and OWNER has not acted with reasonable promptness in response to such notice. 11.04 Uncovering Work 20 A. If any Work is covered contrary to the written request of OWNER, it must, if requested by OWNER, be uncovered for OWNER's observation and replaced at CONTRACTOR's expense. B. If OWNER considers it necessary or advisable that inspected covered Work be observed by OWNER, reinstalled or tested by others, CONTRACTOR, at OWNER'S request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as OWNER may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to allc is of repair or replacement of work of others); and O R shall be entitled to an appropriate decrease in the Co ct Price. If the parties are unable to agree as to the am unt thereof', OWNER may make a Claim therefor as provi ed in Article 9. It however, such Work is not found to e defective, CONTRACTOR shall be allowed an increase iN the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof; CONTRACTOR may make a Claim therefor as provided in Article 9. 11.05 OWNER May Stop the Work A. If the Work is defective, or CONTRACTOR fail o supply sufficiently skilled workers or suitable materia or equipment, or fails to perform the Work in such a w that the completed Work will conform to the ntract Documents, OWNER may order CO CTO to stop the Work or any portion thereof, until the taus for such order has been eliminated. The right of OWNE however, to stop the Work shall not give rise to any du rm the part of OWNER to exercise this right for benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety or,employee or agent of any of them. 11.06 Correction or Removal ofDefec$ve Work A. CONTRACTOR shall torr ct all defective Work, whether fabricated installed, or c pleted, or, if the Work has been rejected by OWNER, r move it from the Project and replace it with Wor that is not defective. CONTRACTOR shall pay a Claims, costs, losses, and damages (including but not 'ted to all fees and charges of engineers, architects, a meys, and other professionals and all court or arbitratio r other dispute resolution costs) arising out of or rela ' to such correction or removal, including, but not 'ted to, all costs of repair or replacement of work others. 11.07 Correction A. It -within two years after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations, the terms of any applicable special guarantee required by or specific provision stated in the Contract Documents , any Work, City of Iowa City General Conditions material, or equipment is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.1 LA is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNEWs written instructions, perform one to more of the following remedial actions: (i) repair such defective land or areas; (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective; or (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions or, in an emergency where delay would cause serious risk of loss or damage, OWNER may perform or have a third party perform the required remedial actions, and CONTRACTOR shall pay all Claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or at ,Mtration or other dispute resolution costs arising out of/,6r relating to the performance of said remedial actio B. special circumstances where Oparticular item of equip nt is placed in continuous :service before Sub tial Completion of all the Work, the correction pe 'od for that item may start to run from an earlierdate if provided in the Specifications �r by . Written endment. C. Where defective Work and- damage to other. Work res g therefrom has been corrected, or removed and repl d under this paragraph 11.07, the correction period hereun r with respect to such Work will -be extended for an addi nal period of one year after sUh correction or removal and replacement has been satisfactorily D. CO CTOR's obligations under this paragraph 11.07 are in dition to any other obligation or warranty. The provisio of this paragraph 11.07 shall not be construed as a Xubstitute for or a waiver of the provisions of any applicablk statute of limitation or repose. 11.08 Acceptance�pfDefectfve Work A. I1; instead requiring correction or removal and replacement of defe 've Work, OWNER or to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to. all fees ancharges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER's evaluation of and determination to accept such defective Work and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in Article 9. If the acceptance occurs after final payment, an appropriate amount will be paid by CONTRACTOR to OWNER 21 11.09 OWNER May Correct Defective Work A. If CONTRACTOR fails within a reasonable time after written notice from OWNER to correct defective Work or to remove and replace rejected Work as required by OWNER in accordance with paragraph 11.06.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this section, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTtfrom all or part of the Site, take possession of all or Pkrt of the Work and suspend CONTRACTOWs services rated thereto, take possession of CONTRACTOR's t�ols, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and e4uipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRA TOR shall allow OWNER OWNER's representatives, ents and employees, and OWNER's other contractors ac ss to the Site to enable OWNER to exercise the rights andedies under this section. C. All Claims, costs, losses, and damages (inclu but not limited to all fees and charges of engine architects, attorneys, and other professionals and all co or arbitration or other dispute resolution costs) incurred r sustained by OWNER in exercising the rights and reme es under this paragraph 11.09 will be charged t CONTRACTOR, and a Change Order will be i ued incorporating the necessary revisions in the C tract Documents with respect to the Work; and OWNER 1 be entitled to an appropriate decrease in the Contract ice. If the parties are unable to agree as to the amo t of the adjustment, OWNER may make a Claim refor as provided in Article 9. Such claims, costs, sses and damages will include, but not be limited to, costs of repair, or replacement of work of others stroyed or damaged by correction, removal, or rep be of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allow an extension of the Contract Times because of any delay in the performancei4 the WQrk attributable to a exercise by OWNER of OWNER'S rights and rem dies under this section 11.09`. ARTICLE 12 PAYMENTS TO CO ACTOR AND COMPLETION 12.0f,Schedule'of Values: A. The schedule of values Paragraph 2.07.A will serve a; payments and will be incorp Application for Payment accepts payments on account of Unit the number of units completed. 12.02 Progress Payments A. Applications for Payments City of Iowa City General Conditions 41ablished pursuant to he basis for progress ated into a form of to OWNER Progress Work will be based on 1. At least 20 days before the date established for each progress payment, but not more often than once a month, CONTRACTOR shall submit to OWNER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stofed at the Site or at another location agreed to in ung, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other ocumentation Warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1. OWNER will, within 10 days after receipt of each Application for Payment, indicate in writing acceptance or denial of the Application for Payment. If (he Application is denied, OWNER shall state the r ons for such denial and CONTRACTOR may m e the necessary corrections and resubmit the 2.'Tayment by OWNER of amount requested in an Ap cation for Payment will constitute a representAoon by OWNER that to the best of OWNER's knowledpe, information and belief: a Work has progressed to the point indicated; b. the slily of the Work is generally in accordance the Contract Documents subject to: (i) an eval tion of the Work as a functioning whole prior to r upon Substantial Completion, (ii) the results of y subsequent tests called for in the Contract ocuments, (iii) a final determination of quantities and classifications for Unit Price Work under Article 9, and (iv) any other qualifications stated in the recommendation; and C. the conditions precedent to CONTRACTOWs entitlement to such payment appear to have been fulfilled in so far as it is OWNER's responsibility to observe the Work _ 3. By making any such payment OWNER will not thereby be deemed to have accepted that: (i) 22 inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work, or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR 4. Neither OWNER's review of CONTRACTOR's Work for the purposes of making payments, including Final Payment, will impose responsibility on OWNER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precatoons and programs incident thereto, or for CONTRA TOR's failure to comply with Laws and Regulatidns applicable to CONTRACTOR'S performance of the Work. Additionally, said review or recomme dation will not impose responsibility on OWNER o make any examination to ascertain how or for t purposes CONTRACTOR has used the moneys pal on account of the Contract Price, or to determine that 'tie to any of the Work, materials, or equipment has assed to OWNER free and clear of any Liens. 5. OWNER may, because of subseqi discovered evidence or the results of subse inspections or tests, revise or revoke any such pa; recommendation previously made to such exte may be necessary to protect OWNER from because: a. the Work is defective, or completed has been damaged, requires correcti( replacement; b. the Contract Price hasre4dced by Written Amendment or Change Orders. c. OWNER has been re to correct defective Work or complete Wor in accordance with paragraph 11.09; or d. OWNER has actual/knowledge of the occurrence of any of the ents enumerated in paragraph 13.02.A. C. Payment Becomes Due 1. Twenty days her presentation of the Application for Paymen to OWNER, the amount will become due, subject 0 the provisions of paragraph 12.02.1), and when d4e will be paid by OWNER to CONTRACTOR D. Reduction in 1. OWNEJt; may refuse to make payment of the full amount bbbcause: .laims have been made against OWNER from CONTRACTOWs performance or sg of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER City of Iowa City General Conditions to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWNER to a set-off against the amount requested; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 12.02.B.5.a through 12.02.B.5.c or paragraph 13.02.A. 2. If OWNER refuses to make payment of the full amount, OWNER must give CONTRACTOR immediate written notice stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. �. If it is subsequently determined that OWNER's re al of payment was not justified, the amount ngfuIly withheld shall be treated as an amount due determined by paragraph 12.02.C.1, 1.03 CONTRACTOR's WarranikofTitle A. CONTRACTOR warrants and guarantees' that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated- in the Project or not, will pass to OWNER, no later. than the time of payment, free and clear of all Liens. 12.04 Substantial Completion r cs A. When CONTRACTOR considers the entire Work re dy for its intended use, CONTRACTOR shall notify O in writing that the entire Work is substantially com fete (except for items specifically listed by CO CTOR as incomplete) and request that OWNER issue a ertificate of Substantial Completion. B. Promptly thereafter, OWNER and CONTRA TOR shall make an inspection of the Work to determine a status of completion. If OWNER does not consider th Work substantially complete, OWNER will notify CO CTOR in writing, giving the reasons therefor. C. If O R considers the Work substantially complete, O will prepare a tentative certificate of Substantial Com etion which shall fix the date of Substantial Comple 'on and will issue a final certificate of Substantial Comple n. There shall be attached to the certificate a tentative list of items to be completed or corrected before final p ent. D. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. 12.05 Partial Utilization A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has 23 specifically been identified in the Contract Documents, or which OWNER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions: I. OWNER at any time may request, at any time and in writing, that CONTRACTOR permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER that such part of the Work is substantially complete and request OWNER to issue a certificate of Substantial Completion for that part of the Work. CO CTOR at any time may notify OWNER in ing that CONTRACTOR considers any such part of a Work ready for its intended use and substantially omplete and request OWNER to issue a certi ate of Substantial Completion for that part of the Work. Within a reasonable time after either such r uest, OWNER and CONTRACTOR shall mak an inspection of that part of the Work to determin its status of completion. If OWNER does not coni er that part of the Work to be substantially compl , OWNER will notify CONTRACTOR in writing givin the reasons therefor. If OWNER considers that part of the Work to be substantially complete, the provisions of section 12.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 12.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion there 1-t complete, OWNER will promptly make a final inspection with CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.07 Finai);,.ent `: A. Application fqr-Payment 1. After CONTRACTOR has, in the o inion of OWNER,_-satisfactdrily completed all rrections identified during the final inspection and delivered, to accordance with the Contract Docume s, all main- tenance and operating instructions, sche es, guaran- tees, Bonds, certificates or other evidenc of insurance certificatevof inspection, marked -up re rd documents (as provided in paragraph 6.12), d any other necessary documents, CONTRACT R may make application for final payment followpg the procedure for progress payments. 2. The final Application fo Payment shall be accompanied by the follow4, unless previously delivered: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph City of Iowa City General Conditions 5.04.B.7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers satisfactory to OWNER of all Lien rights arising out of or Liens Sled in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 12.07.A.2 and as approved by OWNER, CONTRACTOR may famish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could a filed and (ii) all payrolls, material and equii�r nt bills and other indebtedness connected withWork for which OWNER or OWNER's propmight in any way be responsible have been paidptherwise satisfied. If any Subcontractor or Supplier fails to famish a release or receipt of payment in 1, CONTRACTOR may famish a Bond or other co ateral satisfactory to OWNER to indemnify O R against any Lien. Review ofApplication and Acceptance 1. If, on the basis of OWNER's observation of the Work during construction and final inspection, and OWNER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, OWNER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, OWNER will, within ten days after receipt of the final complete Application for Payment, indicate in writing to CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 12.09.OWNER will otherwise return the Application or Payment to CONTRACTOR, indicating in writing tN reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the nece ary corrections and resubmit the Application for C. Paymeh0ecomes Due 1. Thirty ys after the formal acceptance of the Work by OWNIR retainage will become due and payable. 12.08 Final A. If final completion o the Work is significantly delayed through no fault of CONTRACTOR, OWNER may, upon receipt of CONTRACTOR's final Application for Payment, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work Silly completed and accepted shall be submitted by CONTRACTOR to OWNER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 12.09 Waiver of Claims 24 A. The making and acceptance of final payment will constitute a waiver of all Claims: 1. by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 12.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. by CONTRACTOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 13 - SUSPENSION OF WORK AND TERMINATION . 13.01 OWNER May Terminate for Cause A. The occurrence of any one or more of the events will justify termination of the Contract for 1. CONTRACTOR's persistent failure to perforhk the Work in accordance with the Contract Documents, including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04; 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority OWNER; or i 4. CONTRACTOR's violation in any way of any provisions of the Contract Docu B. If one or more of the events identified ' paragraph 13.01.A occur, OWNER may, r giving CONTRACTOR and the surety, if any, seve days written notice, terminate the services of CONTRA TOR exclude CONTRACTOR from the Site, and take ossession of the Work and of all CONTRACTOR'S ols, appliances, construction equipment and machinery t the Site, and use the same to the full extent they could be used by CONTRACTOR without &ability t CONTRACTOR for trespass or conversion, incorpor a in the Work all materials and equipment stored the Site or for which OWNER has paid CONTRACT R but which are stored elsewhere, and finish the Wo as OWNER may deem expedient. In such case, C CTOR shall not be entitled to receive any payment until the Work is finished. If the unpaid ante of the Contract Price exceeds all claims, costs osses, and damages, including, but not limited t fees and charges of engineers, architects, attorneys, d other professionals and all court or arbitration or othft dispute resolution costs sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER Such claims, costs, losses, and damages incurred by OWNER will be incorporated in a Change Order. When exercising any rights or remedies under this paragraph City of Iowa City General Conditions OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 13.02 OWNER May Terminate For Convenience A. Upon seven days written notice to CONTRACTOR, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid, without -duplication of any items: O 1. for completed and acc¢ptable-Work executed in accordance with the Contrabf Documents prior to the effective date of terminaMn, tp`eluding fair and reasonablesttnps for ovorliead and profit on such Work; / 2. fof expenses sustained pri6rAo the effective date of termination in performing services and g labor, materials, or equipment as required by/the Contract Documents in connection with rompleted Work, plus fair and reasonable sums for verhead and profit on such expenses; 3. for all claims, costs, losses, and damages in luding, but not limited to, all fees and charges of enlkneers, architects, attorneys, and other pro ssionals and all court or arbitration or other disp resolution costs incurred in settlement of terrain ted on with Subcontractors, Suppliers, and oth s: and 4. fm\reasonable expenses directly attributable to B. CONTRACTOR shall not be paid on account of loss of anticipate profits or revenue or other economic loss arising out of o resulting from such termination. 13.03 CONTRACTOR14fay Stop Work or Terminate A. K through no or fault of CONTRACTOR, the Work is suspended form a than 90 consecutive days by OWNER or under an or er of court or other public authority, or OWNER failsN act on any Application for Payment within 30 days after4 after'is submitted, or OWNER fails for 30 days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days written notice to OWNER and provided OWNER does not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in section 13.02. In lieu of terminating the Contract and without prejudice to any other right or remedy, if OWNER has failed for 30 days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may, seven days after providing written notice to OWNER, stop the Work until payment i� made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this section 13.03 are not intended to preclude CONTRACTOR from making a Claim under 25 Article 9 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTORS stopping the Work as permitted by this paragraph. ARTICLE 14 - DISPUTE RESOLUTION 14.01 Methods and Procedures A. OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise ha a under the Contract Documents or by Laws or Regulatio in respect of any dispute. Disputes shall be resolved y legal or equitable proceedings in a court of appropriate j sdiction. Under no circumstances shall binding arbi tion be required as to any dispute arising between the es or under the Contract Documents. ARTICLE 15 - MISCELLANEOUS 15.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by ordinary mail, postage prepaid, to the last business address known to the giver of the notice. 15.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. the last day of any such period falls on a Saturday Sunday or on a day made a legal holiday by the law ofye applicable jurisdiction, such day will be omitted from e computation. 15.03 Cumulative Remedies At -The duties and obligations imposed b these General Conditions and tlfe rights and remedies available hereunder to theparties hereto are in addition to / and are not to be construed in any way as a limitation of� �y rights and remedies a�pilable to any or all of them hich are otherwise imposed or availtable by Laws or Re lations, by special watrantyrof guarantee, or by other pro ions of the Contract Documents, and the provisions of tlt s paragraph will be as effective as if repeated spectt'ff�ally in the Contract Documents in connection with eabh particular duty, obligation, right, and remedy to which t ey apply. 15.04 Survival of Obligations A. All representations, indemnifica ' ns, warranties, and guarantees made in, required or given in accordance with the Contract Docume is as well as all continuing obligations indicated the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. 15.05 Controlling Law City of Iowa City General Conditions A. This Contract is to be governed by the laws of the State of Iowa 15.06 Compliance with OSHA Regulations A. CONTRACTOR and all Subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). CONTRACTOR and all Subcontractors are solely responsible for compliance with said regulations. 15.07 Employment Practices A. Neither CONTRACTOR nor its Subcontractors shall mploy any person whose physical or mental con ' 'on is such that its employment will endanger the heal and safety of themselves or others employed on the B. CONTRACTOR shall not commit any of the owing employment practices and agrees to include the owing clauses in any subcontracts: 1. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to the job performance of such performance or employee. 2. To discriminate against any individual in terms, litions, or privileges of employment because of race, color, religion, national origin, sexual itation, gender identity, marital status, age or bility unless such disability is related to job prmance of such person or employee. 15.08 \ Contract Compliance Program (Anti-DiscrY nination Requirements). A. For Contracts and subcontracts of $25,000 or more, CO CTOR and all affected Subcontractors shall abide by a requirements of the City of Iowa City Contract Compli ce Program, which is included with these Specificatio beginning on page CC -1. 15.09 Restrictio on Non -Resident Bidding of Non -Federal Aid Proie is A. CONTRACTOR arded the Project, together with all Subcontractors, shall b required to complete the form included with these Specifi tions titled the same as this section and submit it to O R before work can begin on the Project. Note that this req ' ement involves only those projects not funded with Fede moneys. 15.10 Construction Stakes A. CONTRACTOR shall be responsible for the preservation of stakes and marks. Any necessary restaking Will be at CONTRACTORS expense and will be charged at a rate of $75 per hour. M lei 161911 a 0111IY1111Jf 11_•1 SUPPLEMENTARY CONDIRO S V :.-, These Supplementary Conditions amend or supplement the City of Iowa City General Conditions of the Construction Contract and other provisions of the C0htrbct'Docdm4htt; �s lodicated below. All provisions which are not so amended or supplemented remain in full force and effect. Terms used in these Supplementary Conditions will We meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. SC -1.01.A DEFINED TERMS 31. OWNER's Professional Consultant—MMS Consultants, Inc., will act as OWNER's Professional Consultant.. 52. Engineer—The OWNER's Professional Consultant as defined in the General Conditions. MMS Consultants, Inc., located at 1917 South Gilbert Street, Iowa City, Iowa. SC -2.02 COPIES OF DOCUMENTS A. After Notice of Award, CONTRACTOR may obtain, at no charge, maximum of five (5) complete, full-size sets of the Drawings listed in the project manual and five (5) sets of the Project Manual. 1. Additional copies of the Project Manual and half-size or full-size Drawings may be obtained under following conditions: a. Project Manual: (1) For each additional Project Manual requested and where such additional copies have already been printed, CONTRACTOR may purchase such at OWNER's reproduction cost plus a handling charge. (2) For each additional Project Manual requested that requires reprinting, CONTRACTOR may purchase such at the entire cost of such reprinting. (3) Partial sets of project manuals will not be provided. b. Half-size Drawings: (1) For each set of half-size Drawings requested and where such copies have already been printed, CONTRACTOR may purchase such at OWNER's reproduction cost plus a handling charge. (2) For each set of half-size Drawings requested that requires reprinting, CONTRACTOR may purchase such at the entire cost of such reprinting. c. Full-size Drawings: (1) For each additional set of full-size Drawings and where such additional copies have already been printed, CONTRACTOR may purchase said additional sets at OWNER's reproduction cost plus a handling charge per set. (2) For each additional set of full-size Drawings requested that requires reprinting, CONTRACTOR may purchase such at OWNER's reproduction cost plus a handling charge. B. Any revised Drawings and Project Manuals will be provided by OWNER to show authorized changes or Extra Work under following conditions: 1. Project Manual: Furnished at no charge, in same quantity as original issuance. 2. Full-size Drawings: a. One revised, complete set of full-size Drawings will be issued at no charge for each full-size set originally issued and for each full-size set purchased by CONTRACTOR after Notice of Award, up to a maximum of four (4) additional copies. b. One full-size reproducible set will be issued to accommodate fifth and subsequent sets purchased by CONTRACTOR. CONTRACTOR shall use reproducible set to complete printing for additional Drawings in its possession. 3. Half-size Drawings: Furnished at OWNER's reproduction cost plus handling charges. City of Iowa City SCA Supplementary Conditions SC -2.03 COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEED Add the following paragraphs to 2.03 of the General Conditions B. Work in the CRANDIC Railroad Right of Way shall not commence until the OWNER has issued a Notice to Proceed. Storage of construction equipment or other materials and/or equipment shall be prohibited during the time as well. C. Work in the MidAmerican Easements in Lot 17 of the Streb South Industrial Park shall not commence until the OWNER has issued a Notice to Proceed. SC -4.02, SUBSURFACE AND PHYSICAL CONDITIONS In the preparation of Drawings and Specifications, OWNER or OWNER's Professional Consultant relied upon the following reports of explorations and tests of subsurface conditions at the Site: 1. Report dated May 26, 2010 prepared by Braun Intertec Corporation, entitled: "Final Geothechnical Evaluation Report: Proposed Levee along the West Side of the Iowa River Railroad Right of Way to McCollister Boulevard Iowa City, Iowa". The technical data contained in such report upon which CONTRACTOR may rely is boring logs, laboratory test data, and stability analyses. 2. Boring logs dated July 3, 1974 prepared by Soil Testing Services of Iowa, Inc. for the University Parking Ramp #2 Project. The CONTRACTOR may rely on technical data contained in said boring logs. 3. Boring logs dated August 29, 2011 prepared by Terracon Consultants, for the UIHC Children's Hospital Project. The CONTRACTOR may rely on technical data contained in said boring logs Copies of these reports and drawings that are not included with Bidding Documents may be examined at office of MMS Consultants, Inc., located at 1917 South Gilbert Street, Iowa City, Iowa or City of Iowa City Public Works Department, City Hall, 410 East Washington Street, Iowa City, Iowa during regular business hours or may be obtained from OWNER at OWNER's reproduction cost plus handling charge. These reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which CONTRACTOR may rely as identified and established above are incorporated therein by reference. CONTRACTOR is not entitled to rely upon other information and data utilized by OWNER and OWNER's Professional Consultant in the preparation of Drawings and Specifications. SC -5.01 BONDS AND INSURANCE Delete paragraph 5.01.A. of the General Conditions in its entirety and insert the following in its place: A. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until two years after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. SC -5.04 CONTRACTOR's LIABILITY INSURANCE The limits of liability for the insurance required by section 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: City of Iowa City SC -2 Supplementary Conditions 1. Workers' Compensation, and related coverages under paragraphs 5.04.A.1 and A.2 of the General Conditions: a. State: Statutory b. Applicable Federal (e.g., Longshoreman's): Statutory c. Employer's Liability: $1,000,000 2. CONTRACTOR's General Liability under paragraphs 5.04.A.3 through A.6 of the General Conditions which shall include completed operations and product liability coverages: a. General Aggregate $2,000,000 �b. Products --Completed Operations Aggregate $2,000,000 .c. Personal and Advertising Injury $1,000,000 ;., Each Occurrence (Bodily Injury and Property Damage) $1,000,000 0 ` e. Property Damage liability insurance will provide Explosion, Collapse and Underground coverages where applicable. f. Excess or Umbrella Liability: General Aggregate $4,000,000 Each Occurrence $4,000,000 3. Automobile Liability under paragraph 5.04.A.6 of the General Conditions: a. Bodily injury and Property Damage: Single Combined Limit $1,000,000 4. Railroad Protective Liability: $5,000,000 Commercial General Liability: $2,000,000 The Contractual Liability coverage required by 5.04.13.4 of the General Conditions shall provide coverage for not less than the following amounts: General Aggregate $2,000,000 Each Occurrence (Bodily Injury and Property Damage) $1,000,000 In addition, CONTRACTOR shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of CONTRACTOR's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured CONTRACTOR becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by CONTRACTOR's insurer. The entire amount of CONTRACTOR's liability insurance policy coverage limits shall be payable by CONTRACTOR's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, CONTRACTOR unless this requirement is waived by OWNER. CONTRACTOR's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. City of Iowa City SC -3 Supplementary Conditions If CONTRACTOR's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations,ghgll be noted on the Certificate of Insurance. The OWNER requires that the CONTRACTOR'S Insurance carrier be A rated or better by A.M. Best. CONTRACTOR shall provide OWNER with "occurrence form" liability insurance coverage Automotive Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the OWNER. All liability policies above, except for Workers Compensation, shall include the OWNER's Governmental Immunities Endorsement and Waiver of Subrogation in favor of the OWNER. The CONTRACTOR shall include the City as additional insured on all policies except Workers Compensation. The CONTRACTOR shall include the OWNER as additional insured on all policies except Workers Compensation and Professional Liability. Such additional insured endorsement(s) shall make the CONTRACTOR's liability insurance primary to the OWNER's and, furthermore, shall not be contributing with any other insurance or similar protection available to the OWNER, whether such available protection be primary, contributing or excess. OWNER shall be an Additional Insured with respect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement apply. The CONTRACTOR shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required by the CONTRACTOR. OWNER reserves the right to waive any of the insurance requirements herein provided. OWNER also reserves the right to reject CONTRACTOR's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. In the event that any of the policies of insurance or insurance coverage identified on CONTRACTOR's Certificate of Insurance are cancelled or modified, or in the event that CONTRACTOR incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of CONTRACTOR's liability insurance, then OWNER may, in its discretion, either suspend CONTRACTOR's operations or activities under this Contract, or terminate this Contract, and withhold payment for Work performed on the Contract. In the event that any of the policies or insurance coverage identified on CONTRACTOR's Certificate of Insurance are cancelled or modified, then OWNER may, in its discretion either suspend CONTRACTOR's operations or activities under this Contract or terminate this Contract and withhold payment for Work performed on the Contract. Delete section 5.04.C. of the General Conditions in its entirety. SC -5.06 PROPERTY INSURANCE Delete paragraphs 5.06.A. and 5.06.8. of the General Conditions in their entirety and insert the following in their place: City of Iowa City SC4 Supplementary Conditions A. OWNER will purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof, subject to such deductible amounts provided in the Supplementary Conditions or required by Laws and Regulations. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consultant, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; 2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforce- ment of Laws and Regulations, water damage, and such other perils or causes of loss; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; 0 5. allow for partial utilization of the Work by OWNER; Z_ 6. include testing and startup; and f 7. be maintained in effect until final payment is made. B. OWNER will purchase and maintain such boiler and machinery insurance mMjch shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consultant, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with section 5.06 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. D. CONTRACTOR shall be responsible for any deductible amounts. OWNER's property insurance has a deductible amount of an amount not to exceed $10,000. E. If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under section 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall advise CONTRACTOR in writing whether such other insurance has been procured by OWNER. SC -6.01 SUPERVISION AND SUPERINTENDENCE C. Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days a week to respond to emergencies which may occur after hours. CONTRACTOR shall provide Engineer the phone number and/or paging service of said individual. City of Iowa City SC -5 Supplementary Conditions SC -6.06.6. CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS CONTRACTOR shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this Project as required on the Bid Form and the Agreement. Such identification will not be made public at the bid opening. If no minority business enterprises (MBE) are utilized, CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit and acceptable replacement for the rejected Subcontractor, Supplier or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriated Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER to reject defective Work. SC -6.08 PERMITS Add the following paragraph to 6.08 of the General Conditions: B. The CONTRACTOR shall obtain all necessary federal, state, and local permits required for any dewatering and storm water discharges necessary during construction. The CONTRACTOR shall also provide all monitoring and test reporting relating to said discharges. SC -6,11 USE OF SITE AND OTHER AREAS o w SCC T� Add the following paragraph to 6.11.A of the General Conditions 4. The CONTRACTOR shall not use private roads in the Bacuris and Thatcher manufactured home parks for any reason, construction related or otherwise: Access to the Site shall be limited to locations specified in the Contract Documents and/or approved by the OWNER. SC -9.02 PAYMENT FOR WORK PERFORMED Add the following paragraphs to 9.02.13.3 of the General Conditions The amount of credit to be allowed by the CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by the amount equal to five percent (5%) of such net decrease. When both additions and credits are involved in any one change, the adjustments in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with Paragraph 9.02.6.3. SC -10.03 AMOUNT OF RETAINAGE B. The Owner shall retain from each monthly payment 5% of the amount which is determined to be due according to the recommendations of the Engineer. The retainage shall constitute a fund for the payment of claims for materials furnished and labor performed on the project and will be held and disposed of the OWNER as provided in Chapters 26 and 573 of the latest edition of the Iowa Code, including revisions. SC -12.07.A.3 LIQUIDATED DAMAGES Delete paragraph 12.07.A.3 of the General Conditions and replace with the following paragraph: 3. OWNER and CONTRACTOR recognize that the OWNER will suffer financial loss if the Work is not completed within the Contracted Times, plus any extensions authorized in accordance with the General Conditions. They also recognize the delays, expense, and City of Iowa City SC -6 Supplementary Conditions difficulties involved in proving in a legal preceding the actual loss suffered by the OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, the OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) the CONTRACTOR shall pay the OWNER $500.00 for each calendar day after the Contract Times expire, until the Work is complete. SC -15.09 RESTRICTIONS ON NON-RESIDENT BIDDING OF NON-FEDERAL AID PROJECTS Delete section 15.09.A. of the General Conditions in its entirety. SC -15.10 CONSTRUCTION STAKES Delete section 15.10.A. of the General Conditions in its entirety. SC -15.11 DAVIS-BACON WAGE RATES Add section 15.11.A. to read: A. Where both Johnson County and the City of Iowa City wage rates are given for a trade, the City of Iowa City wage rate shall apply. END OF SUPPLEMENTARY CONDITIONS City of Iowa City SC -7 Supplementary Conditions _c-, City of Iowa City SC -7 Supplementary Conditions CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the City of Iowa City General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. Terms used in these Supply General Conditions. Additional tem indicated below, which are applicable SC -1.01.A DEFINED TERMS 31. OWNER's Professional Professional Consultant.. y Conditions will have meanings assigned to them in the in these Supplementary Conditions have the meanings the singular and plural thereof. 52. Engineer—The OWNER's Prc Supplementary conditions. MMS Consultants, SC -2.02 COPIES OF DOCUMENTS A. After Notice of Award, CONTRACT complete, full-size sets of the Drawings listed in Manual. Inc., will act as- OWNER's rftant as defined in the General and 917 South Gilbert Street, Iowa City, Iowa. obtain, at no charge, maximum of five (5) pct manual and five (5) sets of the Project 1. Additional copies of the Proj t Manual and half-size or full-size Drawings may be obtained underfollowing conditions: a. Proj/hset nual: (1) ch addif nal Project Man al requested and where such additional have ready been printe ,CONTRACTOR may purchase such at R'S re roduction cost plus a ndling charge. (2) ach dditional Project Manu requested that requires reprinting, RA OR may purchase such at the entire cost of such reprinting. (3) s s of project manuals will not b provided. b. Half wings: (1) h set of half-size Drawings reque ted and where such copies have y been printed, CONTRACTOR m y purchase such at OWNER's uction cost plus a handling charge.(2) ach set of half-size Drawings requ sted that requires reprinting, RACTOR may purchase such at the ent a cost of such reprinting. C. Full- ize Dwings: (1For eraach additional set of full-size Drawings and where such additional /copies have already been printed, CONTRACTOR may purchase said additional sets at OWNER's reproduction cost p s a handling charge per set. (2') For each additional set of full-size Drawings requested that requires reprinting, CONTRACTOR may purchase such at OWNER's reproduction cost plus a handling charge. B. Any re sed Drawings and Project Manuals will be provided by OWNER to show authorized changes or Extra Work under following conditions: 1. Project Manual: Furnished at no charge, in same quantity as original issuance. 2. Full-size Drawings: a. One revised, complete set of full-size Drawings will be issued at no charge for each full-size set originally issued and for each full-size set purchased by CONTRACTOR after Notice of Award, up to a maximum of four (4) additional copies. b. One full-size reproducible set will be issued to accommodate fifth and subsequent sets purchased by CONTRACTOR. CONTRACTOR shall use reproducible set to complete printing for additional Drawings in its possession. 3. Half-size Drawings: Furnished at OWNER's reproduction cost plus handling charges. City of Iowa City 1 Supplementary Conditions SC -2.03 COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEED Add the following paragraphs to 2.03 of the General Conditions B. Work in the CRANDIC Railroad Right of Way shall not commence until the OWNER has given the CONTRACTOR Notice to Proceed. Storage of construction equipment or other materials and/or equipment shall be prohibited during the time as well. C. Work in the Midamerican Easements in Lot 17 of the Streb South Industrial Park shall not commence until the OWNER has given the CONTRACTOR Notice to Proceed. SC -4.02, SUBSURFACE AND PHYSICAL CONDITIONS SC -5.01 SC -5.04 In the preparation of Drawings and Specifications, OWtXER or OWNER's Professional Consultant relied upon the following reports of explorations an tests of subsurface conditions at the Site: 1. Report dated May 26, 2010 prepared "Final Geothetinical Evaluation Report: F Iowa River Rail' ad Right of Way to Mc technical data co tained in such report boring logs, laboratX.1 , and stabi r� 2.: Boring logs dated Jprepared University Parking rojekt. Th contained in said b3. -fBoring logs dated 011 p epa Children's Hospitahe ONcontained in said b Copies of these reports and drawings tl examined at office of MMS Consultants, Iowa or City of Iowa City Public Works Iowa City, Iowa during regular busines reproduction cost plus handling char r Contract Documents, but the "techni I by aun Intertec Corporation, entitled: op ed Levee along the West Side of the :oll' ter Boulevard Iowa City, Iowa". The u on which CONTRACTOR may rely is analyses. Soil Testing Services of Iowa, Inc. for the :ONTRACTOR may rely on technical data Terracon Consultants, for the UIHC 'OR may rely on technical data re not included with Bidding Documents may be c., located at 1917 South Gilbert Street, Iowa City, epa ent, City Hall, 410 East Washington Street, lours o may be obtained from OWNER at OWNER's Thes reports and drawings are not part of the data" co aired therein upon which CONTRACTOR may rely as identified and est ib shed above re incorporated therein by reference. CONTRACTOR is not entitled to r y upon other i ormation and data utilized by OWNER and OWNER's Professional Consu ant in the prepara on of Drawings and Specifications. BONDS AND INSURANCE Delete paragraph 5.01.A. o the General Conditions in\,each and insert the following in its place: A. CONTRACTOR shall fur sh performance and payment h in an amount at least equal to the Contract Pr' as securityfor the faithful e and payment of all CONTRACTOR'S obligptions under the Contract DocumeBonds shall remain in effect at least until two years after the date when final pcomes due, except as provided otherwise byLaws or Regulations or by the Conents. CONTRACTOR shall also furnish such other Bonds as are required by the Cc ants. CONTRACTOR's LIABILITY INSURANCE The limits of liability for the insurance required by section 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: City of Iowa City Supplementary Conditions 1. Workers' Compensation, and related coverages under paragraphs 5.04.A.1 and A.2 of the General Conditions: a. State: Statutory b. Applicable Federal (e.g., Longshoreman's): Statutory C. Employer's Liability: $1,000,000 2. CONTRACTOR's General Liability under paragraphs 5.04.A.3 through A.6 of the General Conditions which shall i lude completed operations and product liability coverages: a. General Aggregat $2,000,000 b. Products—Comple d Operations Aggregate $2,000,000 c. Personal and Adve ising Injury $1,0 ,000 d. Each Occurrence (B dily Injury and Property Damage) 1,000,000 P- e. Property Damage li bility insurance will provid Explosion, Collapse and Underground coverag where applicable. f. Excess or Umbrella General Aggregate Each Occurrence 3. Automobile Liability under para( a. Bodily injury and Property Single Combined Limit/ 4. OWNER'S and CONT ACTOR's 5.04.0 of the Gene I Conditions: $4,000,000` $4,000,000 of the General Conditions: $1,000,000 Liability Insurance pursuant to paragraph General Ag egate \ $5,000,000 Each O urrence $5,000,000 5. Railroad rotective Liability: $5,000,000 C mercial General Liability: $2,000,000 The Contractu Liability coverage required by 5.04.B.4 of the General Conditions shall provide coverage for not less an the following amounts: Ge era[ Aggregate $2,000,000 ach Occurrence (Bodily Injury and Property Damage) $1,000,000 In add' ion, CONTRACTOR shall be required to comply with the following provisions with respect toinsurance an/ City of Iowa City 3 Supplementary Conditions The entire amount of CONTRACTOR's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured CONTRACTOR becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by CONTRACTOR's insurer. The entire amount of CONTRACTOR's liability insurance policy coverage limits shall be payable by CONTRACTOR's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, CONTRACTOR unless this requirement is waived by OWNER. CONTRACTOR's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. If CONTRACTOR's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. CONTRACTOR'S General Liability, Auto Liability and orkers' Compensation insurance shall be endorsed with the Governme tal Immunities Endorsem t (see attached copy) and Waiver of Subrogation in favor of the OWNf R. CONTRACTOR'SW ers' Compensation insurance shall also be endorsed with the Alternate Empl yer endorsement namin he OWNER as the Alternate Employer. . The OWNER requires that CONTRACTOR shall provide OWNER with OWNER reserves the right to also reserves the right to reject COP herein provided, and on that basis to and seek specific performance or tem In the event that any of the poli CONTRACTOR's Certificate of Insurance are incurs liability losses, either due to activities i Contract but covered by the same insura CONTRACTOR's liability insurance, thery CONTRACTOR's operations or activities ur/c payment for Work performed on the Contra carrier be A rated or better by A.M. Best. form" liability insurance coverage. ,y bf t insurance requirements herein provided. OWNER DR's i surance if not in compliance with the requirements yard t e contract to the next low bidder, or declare a default as t e case may be. of insurance or insurance coverage identified on c celled or modified, or in the event that CONTRACTOR i dthis Contract, or due to other activities not under this ce, nd such losses exhaust the aggregate limits of O NER may, in its discretion, either suspend er this ontract, or terminate this Contract, and withhold In the event that any of the p icies or insur Certificate of Insurance are cancelled of modified, then CONTRACTOR's operations or activiti s under this Cc payment for Work performed on the Co tract. of SC -5.06 PROPERTY INSURANCE Delete paragraphs 5.06.A. following,m their place: A. OWNER will amount of the full n Supplementary Con 5.06.B. of the General coverage identified on CONTRACTOR's IER may, in its discretion either suspend or terminate this Contract and withhold in their entirety and insert the fse and maintain property insurance up the Work at the Site in the nent cost thereof, subject to such cleductibite amounts provided in the or required by Laws and Regulations. This insurance shall: 1, include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consul ant, and any other individuals or entities identified in the Supplementary Conditions, and thl officers, directors, partners, employees, agents, and other consultants and subcontractor of each and any of them, each of whom is deemed to have an insurable interest and shall a listed as an additional insured; 2. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least City of Iowa City Supplementary Conditions the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforce- ment of Laws and Regulations, water damage, and such other perils or causes of loss; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. include $1,000,000 for mated and equipment stored at the Site or at another location that was agreed to in writin by OWNER prior to being incorporated in the Work, provided that such materials and/equipment have been included in an Application for Payment recommended by OWNER, 5. allow for partial utilization of the Work by OWNER 6. include testing and startup; 7. be maintained in effect B. OWNER will purchase anc specifically cover such insured obj Laws and Regulations which Subcontractors, OWNER's Profess in the Supplementary Conditions, shall be listed as an insured or addl r payment is made./ ntain su/nd d machinery insurance: which shall or additiy insurance as -may be required by include sts of OWNER, CONTRACTOR, Consultaother individuals or entities identified i of whod to have an insurable; lgterest and linsured C. All the policies of insurance (aifid the 96rtificates or other evidence thereof) required to be purchased and maintained in accdrdan96 with section 5.06 will contain a provision or endorsement that the coverage affor d ill not be cancelled or materially changed or renewal refused until at least 30 days prior wri a notice has been given to OWNER and CONTRACTOR and to each other additional insured t hom a certificate of insurance has been issued and will ions. contain waiver provis D. CONTRACTOR shall be phsp�nsible for any deductible amounts. OWNER's property insurance has a deductible amowit of 100.000. E. If CONTRACTOR re ests in riting that other special insurance be included in the property insurance policies ovided un er section 5.06, OWNER shall, if possible, include such insurance, and the cost th eof will be targed to CONTRACTOR by appropriate Change Order or Written Amendment. or to comma cement of the Work at the Site, OWNER shall advise CONTRACTOR in writi whether such cqher insurance has been procured by OWNER. SC -6.01 SUPERVISION D SUPERINTENDENCE C. Contracto shall maintain a qualified and responsible person available 24 hours per day, seven days a w ek to respond to emergencies which may occur after hours. CONTRACTOR shall provide E ineer the phone number and/or paging service of said individual. SC -6.06.B. CONCE ING SUBCONTRACTORS, SUPPLIERS, AND OTHERS CONTRAC OR shall list those persons, firms, companies or other parties to whom it proposes/intends enter into a subcontract regarding this Project as required on the Bid Form and the Agreement. Suo identification will not be made public at the bid opening. If no minority business enterprises (MB ) are utilized, CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. OWNER's acc ptance (either in writing or by failing to make written objection thereto by the date indicated for acpeptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may b�� revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit and acceptable replacement for the rejected Subcontractor, Supplier or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriated Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or City of Iowa City Supplementary Conditions other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER to reject defective Work. SC -6.08 PERMITS Add the following paragraph to 6.08 of the General Conditions: B. The CONTRACTOR shall obtain all necessary federal, state, and local permits required for any dewatering and storm water discharges necessary during construction. The CONTRACTOR shall also provide all monitoring and test reporting relating to said discharges. SC -6.11 USE OF SITE AND OTHER AREAS Add the following paragraph to 6.11.A of the General Conditions 4. The CONTRACTOR shall not ;e private roads in the Baculis and Thatcher manufactured hoparks for any reason me , construction related or otherwise. Access to the Site shall be limited to �ocations specified i the Contract Documents and/or approved by the OWNER. SC -9.02 PAYMENT FOR Add the following The amount c which results in a net deduction in CONTR decrease. When both a CONTRACTOR's fee Paragraph 9.02.B.3. SC -10.03 AMOUNT OF B. The Owner shall determined to be due ac( constitute a fund for the f project and will be held a latest edition of the Iowa SC -12.07.A.3 LIQUIDATED to 9.02.B.3 of the General Conditions to bq' allowed by the CONTRACTOR to OWNER for any change nil will be the amount of the actual net decrease in cost plus a s f e by the amount equal to five percent (5%) of such net credits are involved in any one change, the adjustments in nputed on the basis of the net change in accordance with from each monthly payment 5% of the amount which is to the recommendations of the Engineer. The retainage shall Elof claims for materials furnished and labor performed on the IE of the OWNER as provided in Chapters 26 and 573 of the l ing revisions. —Delete paragraph 12.0 A.3 of the Genei'el Conditions and replace with the following paragraph: C 3. OWNER and ONTRACTOR reco nize that the OWNER will suffer financial loss if the Work is not comp) ted within the Contr ted Times, plus any extensions authorized in 'accordance with th General Conditions. ey also recognize the delays, expense, and difficulties. -involved ih proving in a legal precedi the actual loss suffered by the OWNER if the Work isnot completed on time. Accordingly, instea of requiring any such proof, the OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) the CONTRACTOR shall pay the OWNER $500.00 for each calendar day after the Contract Times e`?p.re, until the Work is complete. SC -15.10 CONSTRUCTION STAKES Delete section 15.10.A. of the General Conditions in its entirety. SC -15.12 DAVIS-BACON WAGE RATES Add paragraph to read: City of Iowa City Supplementary Conditions A. Where both Johnson County and the City of Iowa City wage rates are given for a trade, the City of Iowa City wage rate shall apply. Conditions JNDITIONS N t_J G `J 71 co c -a -� u, r� CJ Federal Labor Standards Provisions Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (t) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or rash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employers payroll records accurately set forth the time spent in each dassification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(5) and the Davis -Bacon poster (WH - 1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (it) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: Previous aftons are obsolete U.S. Department of Housing And Urban Development Office of Labor Relations (1) The work to be performed by 'the classification requested is not performed by a�classificatlon in the wage determination; and (2) The classification is utilized in the3area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(11)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider FLSP -1 of 5 form HUD4010 (062009) rat. Handbook 1344.1 as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis - Bacon Act contracts. 3. (t) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section I(b)(2)(B) of the Davis -bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably antlb;i ated in providing benefits under a plan or program described in Section I(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provitle such benefits is enforceable, that the plan or program is financially responsible, and that the plan or programhas been Previouse moons are+ to communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i) except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at httpl/www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5 (a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; FLSP-2of5 forth HUD- 010 (96/2009) rat Handbook 1344.1 (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (fit) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under Previous editions are Obsolete the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (it) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant',to and individually registered in a,program which has received prior approval, evidenced by formal certification by the U.S. Departmerrt of Labor, Employment and Training Administration. The ratio" of trainees to journeymen on the job site shall nbt 6e' greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage FLSP - 3 of 5 form HUD4010 (082009) ref. Handbook 1344.1 determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (Iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 in this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract the cof?trractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractors firm is a person or firm ineligible to be awarded Government contracts by yirtue of Section 3(a) of the Davis -Bacon Act or 29 CFR.5.12(a)(1) or to be awarded HUD contracts or -participate in HUD programs Previous edi s are obsolete (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which the individual is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violafion; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. FLSP-4of5 form HUD4010 (062009) ret. Handbook 1344.1 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contrail exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC 3701 et seq. (3) The contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. Previous editions are obsolete FLSP-5of5 forrn HUD4010 (062009) ref Handbook 1344.1 CDBG REQUIRED CONTRACT LANGUAGE All project contracts shall contain at a minimum the following provisions, as appropriate. ALL CONTRACTS 1. Access and Maintenance of Records The contractor must maintain all required records for five years after final payments are made and all other pending matters are closed. At any time during normal business hours and as frequently as is deemed necessary, the contractor shall make available to the Iowa Economic Development Authority, the State Auditor, the General Accounting Office, and the Department of Housing and Urban Development, for their examination, all of its records pertaining to all matters covered by this contract and permit these agencies to audit, examine, make excerpts or transcripts from such records, contract, invoices, payrolls, personnel records, conditions of employment, and all other matters covered by this contract. 2. Civil Rights The Contractor must comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 (P.L. 88-352). States that no person may be excluded from participation in, denied the benefits of, or subjected to discrimination under any program or activity receiving Federal financial assistance on the basis of race, color, or national origin. • Title VIII of the Civil Rights Act of 1968 (Fair Housing Act), as amended. • Iowa Civil Rights Act of 1965. ThA Act mirrors the Federal Civil Rights Act. L7 • S.ection F09 of Title I of the Housing and Community Development Act of 1974, as amended (42 U.S.C. 5309): Provides that no person shall be excluded from participation in, denied the benefits of, or subjected to disffminggqP on the basis of race, color, national origin, sex, age, or handicap under any program or Activity funded in part or in whole under Title I of the Act. • The Age ]Discrimination Act of 1975, as amended (42 U.S.C. 1601 et seq.) Protides that no person on the basis of age, be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity receiving Federal financial assistance. • Section 504 of the Rehabilitation Act of 1973, as amended (P.L. 93-112,29 U.S.C. 794). Provides that no otherwise qualified individual shall solely by reason of his/her handicap be excluded from participation in, be denied the benefits of, or be discriminated against under any program or activity receiving Federal financial assistance. • Americans with Disabilities Act (P.L. 101-336,42 U.S.C. 12101-12213) Provides comprehensive civil rights to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunications. CDBG CL -1 • Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. 1701u). Provides to the greatest extent feasible, that training and employment opportunities be made available to lower-income residents ofproject areas and that contracts be awarded to small businesses located within the project area or owned in substantial part by project area residents. • Federal Executive Order 11246, as amended by Executive Order 11357. Provides that no one be discriminated in employment. • Federal Executive Order 11063, as amended by Executive Order 12259. 3. Termination Clause All contracts utilizing CDBG funds must contain a termination clause that specifies the following: • Under what conditions the clause may be imposed. • The form the termination notice must take(g•e., certified letter). • The time frame required between the notice of termination and its effective date. • The method used to compute the final payment(s) to the contractor. 4. Certification regarding government -wide restriction on lobbying. All contracts utilizing CDBG funds must contain the following certification concerningrestrictC4 of lobbying: "The Recipient certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. ii. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee, or an employee of a Member of congress in connection with this Federal contract, grant, loan, or cooperative agreement, the Recipient shall complete and submit Standard Form -LLL, "Disclosure Form to Report Federal Lobbying" in accordance with its instruction. iii. The Recipient shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure." CDBG CL - 2 5. Lead -Safe Housing Regulations (As applicable) 24 CFR Part 35 et al. Requirements for Notification, Evaluation and Reduction of Lead -Based Paint Hazards in Federally Owned Residential Properties and Housing Receiving Federal Assistance, Final Rule ALL CONTRACTS IN EXCESS OF $10,000 In addition to the preceding provisions, all contracts in excess of $10,000 must include the following language, pursuant to Federal Executive Orders 11246 and 11375: "During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee -or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of the Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, of the rules, regulations, and relevant orders of the Secretary of Labor. 1(5) The cofactor will furnish all information and reports required by Executive Order No. 11246 of Septembei*, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant theftto,.and will permit access to his books, records, and accounts by the contracting agency and the ;, ... Sepretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, an{I_orders_. = (6) In event of the contractor's non-compliance with the nondiscrimination clause of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect CDBG CL - 3 to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." ALL CONTRACTS IN EXCESS OF $100.000 In addition to the preceding provisions, contracts in excess of $100,000 shall require compliance with the following laws and regulations: Section 306 of the Clean Air Acts (42 U.S.C. 1857(h)). Section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738. EPA Regulations - 40 CFR, Part 32. — Clean Air and Water Acts - required clauses: -� This clause is required in all third party contracts involving projects subject to the Clean Ar Act -(42 U.S.C. 1857 et seq.), the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), and the regulations of the Environmental Protection Agency with respect to 40 CFR Part 32, as amended. It should also be mentioned in the bid document. During the performance of this contract, the CONTRACTOR agrees as follows: (1) The CONTRACTOR will certify that any facility to be utilized in the performance of any nonexempt contract or subcontract is not listed on the Excluded Party Listing System pursuant to 40 CFR 32. (2) The CONTRACTOR agrees to comply with all the requirements of Section 114 of the Clean Air Act, as amended, (42 U.S.C. 1857x8) and Section 308 of the Federal Water Pollution Control Act, as amended (33 U.S.C. 1318) relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in said Section 114 and Section 308, and all regulations and guidelines issued thereunder. (3) The CONTRACTOR agrees that as a condition for the award of the contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, Environmental Protection Agency, indicating that a facility utilized or to be utilized for the contract is under consideration to be listed on the Excluded Party Listing System. (4) The CONTRACTOR agrees that it will include or cause to be included the criteria and requirements in Paragraph (1) through (4) of this section in every nonexempt subcontract and require every subcontractor to take such action as the Government may direct as a means of enforcing such provisions. ALL CONSTRUCTION CONTRACTS IN EXCESS OF $2,000 In addition to the preceding provisions, all construction contracts in excess of $2,000 must include the Federal Labor Standards Provisions (verbatim) found in Appendix Two under Required Contract Provisions. (Housing rehabilitation contracts of less than 8 units are excluded from this requirement.) CDBG CL - 4 HOUSING AND URBAN DEVELOPMENT ACT OF 1968 SAMPLE SECTION 3 CLAUSE A. The work to be performed under this contract is on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. B. The parties to this contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 CFR Section 3, and all applicable rules and orders of the Department issued there under prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability that would prevent them from complying with these requirements. C. The contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding if any, a notice advising said labor organization or workers' representative of his commitments under this Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The contractor will include this Section 3 clause in every subcontract; for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to the Subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR Section 3. The contractor will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR Section 3 and will not let any subcontract unless the subcontractor has fust provided it with a preliminary statement of ability to comply with the requirements of these regulations. E. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Section 3, and all applicable rules and orders of the Department issued there under prior to the execution of the contract, shall be a condition of the Federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors, and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors, and assigns to those sanctions specified by the grant or loan agreement or contract through Federal assistance is provided, and to such sanctions as are specified by 24 CFR Section 135.135. 00-1oKy7W 0 u� C', 4, C 00-1oKy7W CDBG SPECIAL CONDITIONS Supplement for all CDBG Contracts and Amements The City is referred to as "contractor and recipient" below and Consultant as "subcontractor and subrecipient" City and Consultant agree to abide by the following provisions, as applicable: 1) Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C} 1;51 et seq.), as amended. Contracts and subgrants of amounts in excess of $100,000 shall comply with all applicable stand4rds, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollutign CopW Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the'I'e ' nal Office -of the Environmental Protection Agency (EPA). _ Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit fn+m the.c'ontract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; 7' J b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. 2) Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333) Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 3) Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874), as supplemented by Department of labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States'). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to HUD. CDBG SC - 1 4) Davis -Bacon Act, as amended (40 U.S.C. 276a to 276a-5) When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2,000 shall include a provision for compliance with the Davis- Bacon Act (40 U.S.C. 276a to 276a-5) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to HUD. 5) Debarment and Suspension (E.O.s 12549 and 12689) No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension," as set forth at 24 CFR part 24. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 6) Drug -Free Workplace Requirements The Drug -Free Workplace Act of 1988 (42 U.S.C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug-free workplaces. Each potential recipient must certify that it will comply with drug-free workplace requirements in accordance with the Act and with HUD's Hiles at 24 CFR part 24, subpart F. 7) Equal Employment Opportunity Contractor shall comply with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." During the performance of the contract, the Contractor agrees as follows: a The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the municipality setting forth the provisions of the non-discrimination clause. b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state dint all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. c. The Ccn§ractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the property Owner, advising`&irm laboion of workers' representative of the Contractor's commitments under this section and shall Post copiei of the notice in conspicuous places available to employees and applicants for employment. d. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. CDBG SC - 2 e. The Contractor will furnish all information and reports required by Executive Order 11246 amended as of September 24, 1965, and by the riles, regulations and orders of the Secretary of Labor, or the Secretary of Housing and Urban Development, pursuant thereto, and will permit access to his books, records, and accounts by the property owner, the City, the Secretary of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such riles, regulations and orders. f In the event of the Contractor's non-compliance with the non-discrimination clauses of this contract or with any of such Hiles, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or Federally funded constructed contracts in accordance with procedures authorized in Executive Order 11246 of September 24;;1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order_ 11246 :of September 24, 1965, or by Wile, regulations or order of the Secretary of Labor, or as otherwise provided by law.- g. The Contractor will include the provisions of paragraphs (a) through (g) in every subcontract oF_ purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon eaeh'subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase ordecao the property owner may direct as a means of enforcing such provisions, including sanctions for non-yompli4fice; provided, however, that, in the event the Contractor becomes involved in, or is threatened' with litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. In addition to the federal EEO requirements above, Contractor agrees that its employees and agents shall not discriminate against any person in employment or public accommodation because of race, religion, color, crud, gender identity, sex, national origin, sexual orientation, mental or physical disability, marital status, or age. "Employment" shall include but not be limited to hiring, accepting, registering, classifying, promoting, or referring to employment "Public accommodation" shall include but not be limited to providing goods, services, facilities, privileges and advantages to the public. 8) Lobbying and Influencing Federal Employees i. No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. ll. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities," in accordance with its instructions. iii. The Recipient shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure." 9) Nonsegregated Facilities The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted CDBG SC - 3 construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. 10) Section 3 of the Housing and Urban Development Act of 1968 Contractor agrees to comply with Section 3 requirements, the regulations set forth in 24 CFR 135, and to include the following language in all subcontracts executed under this Agreement: a. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD -assisted projects covered by Section 3 shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. b. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. a The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. d. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after tile-comractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent 'the contractofs-qb igations under 24 CFR part 135. f. Noncomplianq a4ith HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for defavLirand debgrment or suspension from future HUD assisted contracts. CDBGSC-4 g. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (n) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 11) Women and Minority Owned Business Enterprises Contractor shall use its best efforts to afford minority and women -owned business enterprises (at least fifty-one (51) percent owned and controlled by minority group members or women) the maximum practicable opportunity to participate in the performance of this Agreement r 12) Federal Labor Provisions Applicability The Project or Program to which the construction work covered by this contract pertains -is: being assisted py the United States of America and the following Federal Labor Standards Provisions are ineliaded in this Contract pursuant to the provisions applicable to such Federal assistance. _ A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site ofthe wdrgwill be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof; regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide hinge benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(lxiv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. CDBG SC - 5 (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 12150140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 12150140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (IXii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the fust day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or pro- gram. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helper, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after liptten notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. H111) or its designee nlay, after written notice to the contractor, disburse such amounts withheld for and on account of:fhe-contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. "Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the c? curse of the work preserved for a period of three years thereafter for all laborers and mechanics working at tlm-site ofthe work. Such records shall contain the name, address, and social security number of each such worker,�bis or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section l(bx2)(B) of the Davis -bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in CDBG SC - 6 Section l(bx2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3xi). This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed, on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either direcif3 or indirtctly,'and that no deductions have been made either directly or indirectly from the full wages earned;other tha(r permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH - 347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a CDBG SC - 7 person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is ap- proved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permit* to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program ik approved. (ui) Equal employMnt opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in coiifb ity with the equal employment opportunity requirements of Executive Order 11246, as amended, m&29 CFR�Part 30. 5. Compliaice with ,gopeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontr'atts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 of this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the CDBG SC - 8 subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (1) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CPR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award cff� Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. - - (iii) The penalty for making false statements is prescribed in the U.S. Criminal Gode, 18: U.S.O. '1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Admintstratiots:transaciions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of sugh Aditnnistmtion..... makes, utters or publishes any statement knowing the same to be false..... shall be fined nemore flim $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or CDBG SC - 9 upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, 40 USC 3701 et sea. (3) The Contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 13) Access and Maintenance of Records The contractor must maintain all required records for five years after final payments are made and all other pending matters are closed. At any time during normal business hours and as frequently as is deemed necessary, the contractor shall make available to the Iowa Department of Economic Development, the State Auditor, the General Accounting Office, and the Department of Housing and Urban Development, for their examination, all of its records pertaining to all matters covered by this contract and permit these agencies to audit, examine, make excerpts or transcripts from such records, contract, invoices, payrolls, personnel records, conditions of employment, and all other matters covered by this contract. 14) Civil Rights Provisions As applicable, the Subcontractor agrees to comply with: a. TitId VI of the Civil Rights Act of 1964 as amended Title VI, codified at 42 U.S.C. § 2000d, prohibits racial discrimination by recipients of federal funds as follo�9: No person in the United States shall, on the ground of race, color, or national origin, be excluded from participation itt;=be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. b.', Title VIII of the Civil Rights Act of 1968 as amended Title VIUof the Civil Rights Act of 1968, as amended by the Fair Housing Act of 1988, which is codified at 42 U.S.C. § 3604, prohibits discriminating against persons in the sale or rent or a dwelling based on disability. Discrimination includes a refusal to make reasonable accommodations in rules and policies, when such accommodations may be necessary to afford such person equal opportunity to use and enjoy a dwelling. CDBG SC - 10 c. Section 109 of Title I of the Housing and Community Development Act of 1974 as amended Section 109 is codified at 42 USC 5309 and provides that no person shall on the ground of race, color, national origin, religion, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with CDBG funds. d. Americans with Disabilities Act of 1990 as amended The Americans with Disabilities Act of 1990, as amended, prohibits private employers, state and local governments, employment agencies and labor unions from discriminating against qualified individuals with disabilities in job application procedures, hiring, firing, advancement, compensation, job training, and other terms, conditions, and privileges of employment. The ADA covers employers with 15 or more employees, including state and local governments. e. Section 504 of the 1973 Rehabilitation Act The Subcontractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794), which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program. The Contractor shall provide the Subcontractor with any guidelines necessary for compliance with that portion of the regulations in force during the term of this Agreement. Ave Discrimination Act of 1975 This prohibits discrimination on the basis of age in programs or activities receiving Federal financial assistance. g. Executive Order 11063 This Executive Order signed by President Kennedy "prohibits discrimination in the sale, leasing, rental, or other disposition of properties and facilities owned or operated by the federal government or provided with federal funds." 15) Prevailing Wage — See insert if applicable. CDBG SC - 11 Project Construction Sign: Specifications White Background •--------------------------------------- ---- ------- -- ------- ----- - --- - - Project Title ---------------------------------------------------------------------- •------------------------------------------------ Sponsor / Developer Official(s) or Sponsor Address Black' - - - - - - - - - - - - - - - - - - - ---- ------ --------- ---- -- ---- -• •------ --------------- ----- ----- ---- -- Lettering -Architect or Engineer '--------- ---------------------------- ------------------------------------• (second line) :ntractor---- CDBG ' (SOCOnd Zine) Community Development Block Grant inopq Eirlel 7540 Project Financed by: (CMYK:0/0/0/72) Community Development Block Grant 1()WAA Black Iowa Economic Development Authority noe Terry E. Branstad, Governor T Sign Dimensions: 1200mm x 2400mm (approx. 4'x8'x3/4") \ Pantone 7540 Plywood Panel (APA Rated A -B Grade - Exterior) Pantone 390 (CMYK:0/0/0/72)(CMYK:22/0/100/8) Black Temporary Construction Sign for Jointly -Funded Projects White Background Project Title Sponsor/ Developer - USDA (CMS 700/67/0/23) Official(s) or Sponsor Address Pantone 343 Black •--------------- •-----_-_-. Rural l Panton98/0/72/61) - - - Development Lettering ; ct Architeor En�lnear _ - - _ - - • . - • - - - - _ - -.:------------------------------------ CDBG -Csecond line) - - - • - - ontractor ----------------------- Black •------------------------------- - - - --- Community Development Block Grant (second Ilne) .......................... I ( _4 AWA* Pantone 7540 (CMYK:O/0/0/72) Pantone 7540 Project Financed by: (CMYwo/0/0/72) United States Department of Argiculture (USDA) Rural Development economic develcr-n .ent Pantone390 Black Community Development Block Grant (>yonoo/a) Lettering Iowa Economic Development Authority Barack Obama, President Pantone 7540 Thomas J. Vilsack, Secretary of Agriculture (ckaYK: 010MI72) This institution is an equal opportunity provider. Terry E. Bransted, Governor Sign Dimensions: 1200mm x 2400mm (approx. 4'x8'x3�4") 1 1-t l_i;) `,','.CI Plywood Panel (APA Rated A -B Grade - Exterior) i] ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be altoed a preference as against anon -resident bidder from a state or foreign country which gives or r vires a preference to biddersfrom that state or foreign country. That preference is equal to the eference given or required by the state or foreign country in which the non-resident bidder is a r sident. 'Resident bidd� " is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be subcontractors at the work site until the Droie I hereby certify that the undersigned is from the start of the project until its corn COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 2/13 data on stained by the bidder and his/her contractors and completed. R-1 bidder as defined above and will remain such RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 2/13 data on d1ynVEng/MasterSpecWhontend doc SECTION 01010 SUMMARY OF THE WORK PART I -GENERAL General description, not all inclusive. 1.0. BASE BID WORK: ` N _1 A. Construct 2750 lineal feet of earthen levee. Included in this task is removal of vegetation, pavement materials, unsuitable soils, excavation of an inspection trench and placement of low permeability fill. B. Shape the river bank and place 2750 lineal feet of rip rap protection. C. Construct 2530 lineal feet of RCP storm sewer. D. Construct two storm water pumping stations. Each station includes a cast in place PCC structure, two vertical shaft propeller pumps, one mechanically cleaned bar screen, control systems, electrical power distribution systems and a standby emergency generator. E. Establish or enhance wetland mitigation sites. F. Paving access drives to the pump stations with PCC pavement and replacement of a portion of an existing private road with ACC pavement. G. Related erosion control measures and permanent seeding. L02 ALTERNATE BID WORK. A. Alternate pump station equipment may be proposed following procedures indicated in the project documents. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/9\033923401010.DOC 11!2/12 01010-1 N c W SECTION 01025 MEASUREMENT AND PAYMENT PART 1- GENERAL - 1.01 SUMMARY.• A. Procedures and submittal requirements for schedule of values, applications for payment and unit prices. 1.02 STANDARD OFMEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT.• A. The Contractor shall accept the compensation as herein provided as full payment for famishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE: PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or f imishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS. A. GENERAL: The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. For all earthwork related bid items, such as Class 10 Excavation and Topsoil items, the plan quantity listed is an estimate of the work required to complete the task. The Contractor shall be responsible to complete the work described for the Lump Sum Price irregardless of the actual effort or quantity of materials required. For bid items indicating "Payment shall be based on the measured or plan units", the Contractor shall notify the Engineer at least 1 working day prior to commencement of the work activity that measured units are desired. If such notice is not given, plan quantities shall prevail. 01025-2 The Contractor must pay for all parking permit fees, meter hoods, lot and tamp fees and parking tickets. The Contractor must figure these costs into their bid prices. The City will not mive parking fees or fines. Permits paid for by the Contractor will be issued only for 1 ch ¢otrstruction vehicles, not personal vehicles. �eF ii --- _ ihtLContractor shall be responsible for continuous cleaning of mud and debris off adjacent + iddvaways, streets, sidewalks and private property, when mud and debris is deposited there �= `$Sa.resuit of any construction activity. The cost of clean up shall be incidental. => "a We BIS ITEM DESCRIPTIONS: N 1. Mobilization Mobilization shall be provided for preparatory work and operations under the contract as outlined in IDOT Specifications Section 2533. Payment shall be as described in said Section 2533. 2. PCC Pavement Removal The unit price for this item shall be paid based on the number of square yards of Portland Cement Concrete Pavement removed as directed in the contract documents including disposal offsite. Full depth pavement saw cutting at the limits of removal shall be incidental to this pay item. Measurement of removal shall be to the nearest 0.1 square yard of pavement removed. The payment unit price shall apply for removal of pavement without allowances for pavement thickness. Measurements shall be made prior to commencement of removals or plan quantities shall prevail. Payment shall be based on the measured or plan units removed. 3. ACC Pavement Removal The unit price for this item shall be paid based on the number of square yards of Asphalt Cement Concrete Pavement removed as directed in the contract documents including disposal offsite. Full depth pavement saw cutting at the limits of removal shall be incidental to this pay item. Measurement of removal shall be to the nearest 0.1 square yard of pavement removed. The payment unit price shall apply for removal of pavement without allowances for pavement thickness. Measurements shall be made prior to commencement of removals or plan quantities shall prevail. Payment shall be based on the measured or plan units removed. 4. Gravel Removal Gravel removal shall include incorporation into onsite fills in approved locations or disposal offsite. The unit price for this item shall be paid based on the number of square yards of gravel surfacing removed. Measurement of removal shall be to the nearest 0.1 square yard of gravel surface removed. The payment unit price shall apply for removal of gravel surfacing without allowances for thickness or contamination by soils. Measurements shall be made prior to commencement of removals or plan quantities shall prevail. Payment shall be based on the measured or plan units removed. 5. Clearing and Grubbing, Levee Construction Site Clearing and grubbing shall include clearing, grubbing, removal of trees whether they are felled by the contractor or by others, logs and down timber, hedge removal, vegetation and rubbish removal as described in IDOT Specifications Section 2101 except as noted within the limits of the levee construction site. All trees marked for removal will be felled by others prior to issuance of the Notice to Proceed for this work. Items not marked for removal shall be protected in place. Special care shall be taken to not encroach into any protected wetland area not indicated as "regulated 01025-3 9. Remove Metal Shed Remove metal shed including concrete floor and disconnection of electrical connection to adjacent house. Removal of all materials generated and proper disposal is included. The Contractor may salvage any materials deemed appropriate. The Contractor shall be responsible for determining the presence of hazardous or regulated materials, and proper permitting and disposal of the same. Measurement and payment shall be per plan quantity marked as building group removal. 01025-4 wetland to be impacted". Disposal of trees, logs, down timber hedge and vegetation shall be offsite in a facility approved by the Engineer. Disposal of stumps shall be in an appropriate landfill. Measurement and payment of clearing and grubbing shall be per Lump Sum including all areas within the grading footprint of the levee and channel excavation and rip rap footprint as noted on the plans. Clearing and Grubbing, Forested Wetland Creation Area e a — .- Clearing and grubbing shall include clearing, grubbing, removal of logs and down `�' timber, hedge removal, vegetation and rubbish removal as described in IDOT Specifications Section 2101 except as noted. Items not marked for removal shall be protected in place. Special care shall be taken to not encroach into wetland areas m j beyond the limits of the forested wetland creation area. o — All trees, logs, down timber hedge and vegetation shall be ground onsite and stockpiled for use as mulch around plantings or spread on adjacent city property. Stumps removed from the offsite forested wetland creation area may be buried within the same area with a minimum 2 foot cover below the finished grade. Measurement and payment of clearing and grubbing shall be per Lump Sum including all areas within the limits of the forested wetland creation area depicted on the contract documents. 7. Clearing Only, Forested Wetland Enhancement Area Clearing only, forested wetland enhancement area shall include clearing, removal of logs and down timber, hedge removal, vegetation and rubbish removal as described in [DOT Specifications Section 2101 except as noted. Trees, logs, down timber, and hedge to be removed shall be marked prior to the pre-bid meeting and available for bidders to examine. All rubbish encountered in the area to be cleared shall be removed. All trees, logs, down timber hedge and vegetation shall be ground onsite and stockpiled for use as mulch around plantings or spread on adjacent city property. Stumps may be left in place cut to a maximum 18" above ground surface. Items not marked for removal shall be protected in place. Special care shall be taken to not encroach into wetland areas beyond the limits of the forested wetland enhancement area. Measurement and payment of clearing only, forested wetland enhancement area shall be per Lump Sum including all areas within the limits of the forested wetland enhancement area depicted on the contract documents. 8. Remove Building Group Removal of a building group shall include complete removal of the building, contents, foundations, supports, porches, decks, canopies, and associated garages and sheds, and disconnection of all utilities. Each building may be of widely varying construction, such as a mobile home, framed construction or a shed. Removal of all materials generated and proper disposal is included. The Contractor may salvage any materials deemed appropriate. The Contractor shall be responsible for determining the presence of hazardous or regulated materials, and proper permitting and disposal of the same. Measurement and payment shall be per plan quantity marked as building group removal. 9. Remove Metal Shed Remove metal shed including concrete floor and disconnection of electrical connection to adjacent house. Removal of all materials generated and proper disposal is included. The Contractor may salvage any materials deemed appropriate. The Contractor shall be responsible for determining the presence of hazardous or regulated materials, and proper permitting and disposal of the same. Measurement and payment shall be per plan quantity marked as building group removal. 01025-4 10. Fence Removal Removal of all types of fence shall be paid based on the lineal feet of fence removed irregardless of the type of fence material. Removal of all materials generated and proper disposal is included. The Contractor may salvage any materials deemed `D appropriate. Remaining fence materials shall be disposed in an appropriate landfill. .Z -Measurement and payment shall be per lineal feet of fence removed to the nearest foot. C- 74L:Storm Sewer and Tile Removal, 21" diameter RCP 9 =I1 Storm Sewer and Tile Removal, 12" diameter ADS JS. -"Storm Sewer and Tile Removal, 12" diameter unknown material i $4 Storm Sewer and Tile Removal, 8" diameter iron 1 E� Storm Sewer and Tile Removal, 6" diameter unknown material e Removal of private storm sewer and associated flared end sections shall be paid based on the type and size of pipe removed. Excavation, removal, disposal and backfill of the trench shall be included. Trench backfill and compaction within the levee footprint shall conform to the requirements for storm sewer construction. Removal of associated structures or flared end sections shall be incidental. Removed pipe, structures and flared end sections shall become the property of the contractor and be removed from the project. Measurement and payment shall be per lineal feet of pipe removed. 16. Safety Fence Safety fence installed at the Limits of Construction shall be paid based on the lineal feet of fence installed. This item shall include maintaining or replacing the safety fence at the Limits of Construction in good condition until substantial completion of the work is achieved This item also includes removal and disposal of fence upon reaching substantial completion. Payment shall be based on the measured lineal feet installed to the nearest foot. 17. Silt Fence Silt fence installed as depicted in the plans or as directed by the Engineer shall be paid based on the lineal foot of fence installed. This item shall include maintaining the silt fence in good condition or replacing until substantial completion of the work is achieved. This item also includes removal and disposal of fence upon reaching substantial completion. Payment shall be based on the measured lineal feet installed to the nearest foot. 18. Floating Silt Curtain Payment for Floating Silt Curtain shall include providing the silt curtain and all related components, positioning and anchoring the silt curtain system. This item shall also include maintaining the floating silt curtain in good condition until at least 24 hours following completion of work within the protected zone and removal of fence and related components. Measurement and payment shall be based on the lineal feet of rip rap shore protection installed measured at the shore line. 19. Excavation, Class 10: Excavation of Existing Fill and Existing Berm Within Levee Footprint, Place on Site Class 10 excavation of this category shall include material cut within the proposed levee footprint, transported on site, and placed and compacted within areas specified for fills utilizing on site soils. Stripping and subsequent handling of top soil is not included. Moisture conditioning and compaction to the project specifications is incidental to this item. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards excavated. 01025-5 20. Excavation, Class 10: Excavation of Existing Fill and Existing Berm Within Levee Footprint, Disposal Off Site Class 10 excavation of this category shall include material cut within the proposed 1-0 levee footprint and transported from the construction site. Stripping and subsequent -Candling of top soil is not included. The removed soil becomes the property of the co =contractor. The contractor shall be responsible for securing an appropriate site for a °W! :disposal and establishing and maintaining a haul route. The Contractor is responsible to -determine the actual quantity of work required and complete all work indicated in the :_:drawings. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards excavated. 0 2f.-Excavation, Class 10: Channel Excavation, Disposal Off Site Class 10 excavation of this category shall include material cut below the existing top of bank and material cut from below the water line of the Iowa River and transported from the construction site. The removed soil becomes the property of the contractor. The contractor shall be responsible for securing an appropriate site for disposal, controlling leakage and spillage of wet material and establishing and maintaining a haul route. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards excavated. 22. Excavation, Class 10: Excavation at Offsite Wetland Mitigation Site, Disposal Off Site Class 10 excavation of this category shall include material cut within the Forested Wetland Creation mitigation area and transported from the construction site. Stripping and subsequent handling of top soil is not included. The removed soil becomes the property of the contractor. The contractor shall be responsible for securing an appropriate site for disposal and establishing and maintaining a haul route. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards excavated. 23. Excavation, Import Impervious Material Class 10 excavation of this category shall include soil obtained from an approved borrow site, transported to the work site, placed and compacted in accordance with Specification Section 02220. Stripping and subsequent handling of top soil is not included. The contractor shall be responsible for securing an appropriate borrow site and establishing and maintaining a haul route. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards placed and compacted. 24. Topsoil, Strip, Stockpile and Spread, Levee Construction Site This item shall include cutting topsoil from existing vegetated surfaces of cut or fill areas, temporary storage onsite and re -spreading to the specified thickness across designated graded surfaces. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards excavated. 25. Topsoil, Import and Spread, Levee Construction Site This item shall include obtaining, transporting and spreading topsoil to the specified 01025-6 thickness across designated graded surfaces. Imported topsoil shall comply with Specification Section 02220. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards placed. - 26,-Topsoil, Strip, Stockpile and Spread, Offsite Wetland Mitigation Site C' This item shall include cutting topsoil from existing vegetated surfaces of cut or fill --areas, temporary storage onsite and re-spreading to the specified thickness across -';-designated graded surfaces. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. <Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards excavated. m _ 0 27. Topsoil, Import and Spread, Offsite Wetland Mitigation Site This item shall include obtaining, transporting and spreading topsoil to the specified thickness across designated graded surfaces. Imported topsoil shall comply with Specification Section 02220. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. Measurement method shall be agreed to by Contractor and Engineer prior to commencement of work. Payment shall be by Cubic Yards placed. 28. Rip Rap, IDOT Class E This item shall include obtaining, transporting and spreading Class E Rip Rap to the specified thickness across designated graded surfaces. Class E Rip Rap shall comply with Specification Section 02270. Measurement and payment for this item shall be per ton based on load tickets for each truckload of material delivered to the site. A copy of applicable load tickets shall be provided to the engineer. 29. Engineering Fabric Under Rip Rap This item shall include procurement and placement of engineering fabric installed under the rip rap. Measurement and payment shall be per measured area of fabric installed. 30. Storm Intake, IDOT SW -562 This item includes complete installation of each intake, including excavation, structure construction, grate casting, watertight connection to pipes and backfill around structure. Measurement and payment are per each complete intake unit. 31. Storm Intake, 72" Diameter Manhole With Grate This item includes complete installation of each intake, including excavation, structure construction, grate casting, watertight connection to pipes and backfill around structure. Measurement and payment are per each complete intake unit. 32. Storm Intake, 60" Diameter Manhole With Grate This item includes complete installation of each intake, including excavation, structure construction, grate casting, watertight connection to pipes and backfill around structure. Measurement and payment are per each complete intake unit. 33. Detention Basin Structure (DBS), This item includes complete installation of each DBS, including excavation, structure construction, casting, bar grates, watertight connection to pipes and backfill around structure. Measurement and payment are per each complete DBS unit. 01025-7 34. Storm Manhole, 108" Diameter 35. Storm Manhole, 96" Diameter 36. Storm Manhole, 72" Diameter 37. Storm Manhole, 60" Diameter 38. Storm Manhole, 48" Diameter This item includes complete installation of each storm manhole, including excavation, structure construction, casting, watertight connection to pipes and backfill around structure. Measurement and payment are per each complete manhole unit. 39. RCP Flared end Section with Apron Guard, 60" Diameter 40. RCP Flared end Section with Apron Guard, 48" Diameter 41. RCP Flared end Section with Apron Guard, 12" Diameter This item includes complete installation of each reinforced concrete flared end section including a steel bar apron guard/trash rack, excavation, connection to pipes, installation of tied joints at 2 adjacent pipe joint locations and backfill around structure. Measurement and payment are per each complete flared end section unit. 42. RCP Storm Sewer with Gasketed Joints, 60" Class III 43. RCP Storm Sewer with Gasketed Joints, 48" Class III 44. RCP Storm Sewer with Gasketed Joints, 36" Class III ti 45. RCP Storm Sewer with Gasketed Joints, 30" Class III a 46. RCP Storm Sewer with Gasketed Joints, 24" Class III — - - 47. RCP Storm Sewer with Gasketed Joints, 18" Class III 48. RCP Storm Sewer with Gasketed Joints, 15" Class III 49. RCP Storm Sewer with Gasketed Joints, 12" Class III This item includes complete installation of reinforced concrete pipe with gasketcd joints including excavation, bedding, backfill, trench compaction in accordance with the project plans and specifications. Testing of pipe and associated struetures is incidental. Measurement and payment is per lineal foot of pipe of each` -designated size installed measured to the center of the structures or inside wall of pump station structures. 50. North Pump Station This item includes all construction, procurement, installation and coordination needed to establish a complete operating storm water pumping station. Equipment included in the pump station includes: two vertical shaft axial flow pumps with electric motor drivers, one bar screen with mechanical cleaning device, two slide gates, electrical distribution gear, electrical equipment control systems including a variable frequency drive for each pump motor, and a standby emergency generator. This item also includes construction of a cast in place PCC pump station structure, a control building including all necessary excavation, backfill, structure accessories as indicated on the plans, fencing, lighting, transformer pad, conduits for utilities and finished site work. Equipment testing and set up services necessary to demonstrate the pump station is fully operational to the satisfaction of the engineer and owner shall be included in this item. Measurement and payment shall be a lump sum for a complete operational pump station. 51. South Pump Station This item includes all construction, procurement, installation and coordination needed to establish a complete operating storm water pumping station. Equipment included in the pump station includes: two vertical shaft axial flow pumps with electric motor drivers, one bar screen with mechanical cleaning device, two slide gates, electrical distribution gear, electrical equipment control systems including a variable frequency drive for each pump motor, and a standby emergency generator. This item also includes 01025-8 construction of a cast in place PCC pump station structure, a control building including all necessary excavation, backfill, structure accessories as indicated on the plans, fencing, lighting, transformer pad, conduits for utilities and finished site work. Equipment testing and set up services necessary to demonstrate the pump station is fully operational to the satisfaction of the engineer and owner shall be included in this item. Measurement and payment shall be a lump sum for a complete operational pump t r it station. ty r: Modifications to Existing Sanitary Sewer Siphon Structure ;This item includes all removals, modifications, construction, and replacement ' o necessary to install a thickened top on the existing sanitary sewer siphon structure. o _ Removal, protection, modification, and re -installation of the existing railing is N included. Protection of and extension to the internal PVC liner is included. Measurement and payment shall be a lump sum for complete modifications as indicated in the plans. 53. 1" diameter Schedule 80 PVC Conduit to Sanitary Siphon Structure This item includes installation of electrical conduit between the South Pump Station and the existing Sanitary Sewer Siphon Station. Fittings, trenching and backfilling are incidental to this item. This pay item does not include structural concrete, transformer pads or miscellaneous concrete. Measurement and payment shall be per lineal foot of conduit installed. 54. PCC Pavement, 7 Inch Thick. This item shall include construction of 7 inch thick Portland Cement Concrete Pavement including all required subgrade shaping and compaction, forming, supply of materials, placement, finishing, curing and jointing. Clean up and backfill at pavement edges is included. Measurement and payment shall be per square yard of pavement installed. 55. ACC Pavement, 4 Inch Thick. This item shall include construction of 4 inch thick Asphalt Cement Concrete Pavement including all required subgrade shaping and compaction, supply of materials, placement of base and surface courses and compaction. Clean up and backfill at pavement edges is included. Measurement and payment shall be per square yard of pavement installed. 56. Permanent Turf Reinforcement Mat The unit price for this item will be paid based on the number of square yards of actual area covered and includes subgrade preparation and shaping, and supply, placement and staking of specified material. Measurement and payment shall be to the nearest 0.1 square yard based on the measured area of material installed. 57. Temporary Erosion Control Blanket The unit price for this item will be paid based on the number of acres seeded and fertilized and includes preparation of seed bed, supply and application of seed and fertilizer No distinction in unit price shall be made for various seed mixtures specified. Measurement and payment shall be to the nearest 0.1 square yard based on the measured area of material installed. 58. Stabilization Seeding and Fertilizing The unit price for this item will be paid based on the number of acres seeded and fertilized and includes preparation of seed bed, supply and application of seed and fertilizer No distinction in unit price shall be made for various seed mixtures specified. 01025-9 Measurement and payment shall be to the nearest 0.1 acre based on the measured area of seeding installed. 59. Permanent Seeding and Fertilizing The unit price for this item will be paid based on the number of acres seeded and fertilized and includes preparation of seed bed, supply and application of seed and fertilizer No distinction in unit price shall be made for various seed mixtures specified. Measurement and payment shall be to the nearest 0.1 acre based on the measured area of seeding installed. 60. Wet Mesic Wetland Seeding Including Nurse Crop and Fertilizing The unit price for this item will be paid based on the number of acres seeded and fertilized and includes preparation of seed bed, supply and application of wetland seed, nurse crop seed and fertilizer No distinction in unit price shall be made for various seed mixtures specified or for application of wetland seed as a separate activity from the nurse crop. Measurement and payment shall be to the nearest 0.01 acre based on the measured area of wetland seeding installed. 61. Wetland Tree Installation This item includes provision of tree stock of size and quality specified, planting, staking and mulching per plans. No distinction in unit price shall be based on the species of tree installed. Measurement and payment shall be based on the number of trees installed. 62. Wetland Shrub Installation This item includes provision of shrub stock of size and quality specified, planting, staking and mulching per plans. No distinction in unit price shall be based on the species of shrub installed. Measurement and payment shall be based on the number of shrubs installed. 63. Construction Staking This item provides for all survey required for complete construction of the project. GPS machine control for any construction activity may be utilized provided the full cost of a digital control model and GPS monumentation are included in this pay item. This is a Lump Sum pay item and payment of the Lump Sum amount is full compensation for the work. Additional payment for work resulting from change orders or measurement of excavation completed shall be as agreed to in writing prior to commencement of such extra work. .o END OF SECTION 7_. a J Q CT1 •� O N 01025-10 The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ITEM DESCRIPTIONS: 2. Mobilization Mobilization shall be provided for reparatory work and of as outlined in IDOT Specifications ection 2533. Payment said Section 2533. hJ t�J isrinder the,contract e;is rdescribj;d in r' PCC Pavement Removal v' cv The unit price for this item shall be paid used on the ber of square yards of Portland Cement Concrete Pavement removed as du ted in the contract documents including disposal offsite. Full depth paver shall be incidental to this pay item. Measun square yard of pavement removed. The pay pavement without allowances for pavement prior to commencement of removals or pl based on the measured or plan units remo7c a cutting at the limits of removal of removal shall be to the nearest 0.1 unit price shall apply for removal of mess. Measurements shall be made Itities shall prevail. Payment shall be 3. ACC Pavement Removal The unit price for this item shall be aid based on the umber of square yards of Asphalt Cement Concrete Paveme t removed as direct in the contract documents including disposal offsite. Full d th pavement saw cutti g at the limits of removal shall be incidental to this pay i m. Measurement of remo shall be to the nearest 0.1 square yard of pavement rem ved. The payment unit price all apply for removal of pavement without allowanc s for pavement thickness. Meas ements shall be made prior to commencement o removals or plan quantities shall p vail. Payment shall be based on the measured plan units removed. 4. Gravel Removal Gravel removal s include incorporation into onsite fills in approved locations or disposal offsite, a unit price for this item shall be paid based on the number of square yards of avel surfacing removed. Measurement of removal shall be to the nearest 0.1 s are yard of gravel surface removed. The payment unit price shall apply for removal f gravel surfacing without allowances for thickness or contamination by soils. M ments shall be made prior to commencement of removals or plan quantiti shall prevail. Payment shall be based on the measured or plan units Cleaying and Grubbing, Levee Construction Site Cl aring and grubbing shall include clearing, grubbing, removal of logs and down tber, hedge removal, vegetation and rubbish removal as described in IDOT pecifications Section 2101 except as noted within the limits of the levee construction site. All trees marked for removal will be felled by others prior to issuance of the Notice to Proceed for this work. Items not marked for removal shall be protected in place. Special care shall be taken to not encroach into any protected wetland area not 01025-3 indicated as "regulated wetland to be impacted". Disposal of trees, logs, down timber hedge and vegetation shall be offsite in a facility approved by the Engineer. Disposal of stumps shall be in an appropriate landfill. Measurement and payment of clearing and grubbing shall be per Lump Sum including all areas within the grading footprint of the levee and channel excavation and rip rap footprint as noted on the plans. 6. Clearing and Grubbing, Forested Wetland Creation Area Clearing angfubbing shall include cl g grubbing, removal of logs and down timber, hedg removal, vegetation and ru ish removal asdescribed in IDOT Specificatio Section 2101 except as n d. Items not marked for removal shall be P rotected in p ace. Special care shall be en to not encroach into wetland areas beyond the 1' 'is of the forested wetl d creation area. All trees, logs, wn timber hedge an vegetation shall be ground onsite and stockpiled for use asmulch ound plantings or pread on adjacent city property. Stumps removed from the offsite fo ted wetland c tion area may be buried within the same area with a minimum 2 foot co r below the 'shed grade. Measurement and pa nt of cle ing and grubbing shall be per Lump Sum including all areas within the limits f the f sted wetland creation area depicted on the contract documents. Clearing Only, Forested Wetlan Enhancement Area Clearing only, forested 11an ancement area shall include clearing, removal of logs and down timber, hedge m vat, vegetation and rubbish removal as described in IDOT Specifications Sectio 2101 xcept as noted. Trees, logs, down timber, and hedge to be removed shall a mark rior to the pre-bid meeting and available for bidders to examine. All ru ish enco tered in the area to be cleared shall be removed. All trees, logs, wn timber h ge and vegetation shall be ground onsite and stockpiled for use as mul around plan ' s or spread on adjacent city property. Stumps maybe left in pl ce cut to a maxim 18" above ground surface. Items not marked for removal sh be protected in pla . Special care shall be taken to not encroach into wetland as beyond the limits f the forested wetland enhancement area. Measurement and pa ent of clearing only, fores wetland enhancement area shall be per Lump Sum inc ding all areas within the limi of the forested wetland enhancement area de icted on the contract documen 8. Remove Building d Associated Auxiliary Buildings Removal of a build g shall include complete removal of a building, contents, foundations, sup porches, decks, canopies, and associ ed garages and sheds, and disconnection of I utilities. Each building may be of wideI varying construction, y , such as a mobile kome, framed construction or a shed. Removal of all materials generated and pybper disposal is included. The Contractor may salvage any materials deemed approp 'ate. The Contractor shall be responsible for determining the presence of hazardous o regulated materials, and proper permitting and disposal of the same. Measurement d payment shall be per plan quantity marked as building group --removal 0 N 9. Remove M Shed Remove m shed including concrete floor and disconnection of electrical connection to adjacent ouse. Removal of all materials generated and proper disposal is included. The Contractor may salvage any materials deemed appropriate. The Contractor shall be responsible for determining the presence of hazardous or regulated materials, and proper permitting and disposal of the same. Measurement and payment shall be per plan quantity marked as building group removal. 01025-4 10. Fence Removal Removal of all types of fence shall be paid based on the lineal feet of fence removed irregardless of the type of fence material. Removal of all materials generated and proper disposal is included. The Contractor may salvage any materials deemed appropriate. Remaining fence materials shall be disposed in an appropriate landfill. Measurement and payment shall be per lineal feet of fence removed to the nearest foot. 11. Storm Sewer Removal f yr emoval of private storm sewer and associated flared end sections shall be paid based o e type and size of pipe removed. Excavation, removal, disposal and backfill of the tren shall be included. Trench backfill and compaction within the levee footprint shall cobform to the requirements for storm sewer constructioti. Removal of associated structures oared end sections shall be incidental. Remove pipe, structures and flared end sec ' ns shall become the property of the contra or and be removed from the project. Measurement and payment shall be per lin feet of pipe removed. 12. Safety Fence Safety fence installed the Limits of Constm feet of fence installed. is item shall include fence at the Limits of Con traction in good c the work is achieved This i also include n reaching substantial completi Paymen hal installed to the nearest foot. 13. Silt Fence Silt fence installed as depicted in based on the lineal foot of fence fence in good condition achieved. This item also substantial completion. I the nearest foot. 14. Floating Silt Curtain Payment for Floaf4 Silt Curtain shall include providinglihe silt curtain and all related Hing and anchoring the silt curtain cyst the floating silt curtain in good condition n of work within the protected zone and re Measurement and payment shall be based installed measured at the shore line. ro shall be paid based on the3t3ineal taining or replacing: the sate <y ` clition until substantial ct;ifpletidn of noval and disposal of al:cce upplt be based on the measuad fineaJ feet e ans or as directed by the Engineer shall be paid stall This item shall include maintaining the silt ing until bstantial completion of the work is removal andisposal of fence upon reaching shall be base the measured lineal feet installed to components': posi 'o include maintai ng following co letio related corn nents. rap shore p lection This item shall also mil at least 24 hours pval offence and onhe lineal feet of rip 15. Excava ' n, Class 10: Excavation of Existing Fill and Existing Berm %theoposed Levee Footp t Place on Site Clas 10 excavation of this category shall include material cut within leyie footprint, transported on site, and placed and compacted within areasspecified r fills utilizing on site soils. Stripping and subsequent handling of top soil is not included. Moisture conditioning and compaction to the project specifications is incidental to this item. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. No measurement of the completed work will be made. Payment shall be the propised Lump Sum Price indicated for this item. 16. Excavation, Class 10: Excavation of Existing Fill and Existing Berm Within Levee Footprint, Disposal Off Site 01025-5 Class 10 excavation of this category shall include material cut within the proposed levee footprint and transported from the construction site. Stripping and subsequent handling of top soil is not included. The removed soil becomes the property of the contractor. The contractor shall be responsible for securing an appropriate site for disposal and establishing and maintaining a haul route. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. No measurement of the completed work will be made. Payment shall be the proposed Lump Sum Price indicated for this item. 17. Excavation, Class 10: Channel Excavation, Disposal Off Site Class 10 excavation of this category shall include material cut below the existing top of bank and material cut from below the water line of the Iowa River and transported from the construction site. The removed soil becomes the property of the contractor. The contractor shall b responsible for securing an appropriate site for disposal, controlling leakage and spilla a of wet material anVes blishing and maintaining a haul route. The Contractor is respo sible to determine tual quantity of work required and complete all work i icated in the drallo measurement of the completed work will be made. Payme t shall be the pro Lump Sum Price indicated for this item. 18. Excavation, Class 10: Egrcavation at Class 10 excavation of Ns category Wetland Creation mitigat n area an and subsequent handling o top soil property of the contractor. e appropriate site for disposal i Contractor is responsible to de complete all work indicated in will be made. Payment shall be 19. Excavation, Import Class 10 excavation of this borrow site, transported to Specification Section 0222 included. The contractor S11 and establishing and main determine the actual quan drawings. No measurem -,-.proposed Lump Sum Pri e site Wetland Mitigation Site, Disposal Off Site all include material cut within the Forested transported from the construction site. Stripping not included. The removed soil becomes the :tor shall be responsible for securing an fishing and maintaining a haul route. The the actual quantity of work required and drawings. No measurement of the completed work roposed Lump Sum Price indicated for this item. at egory s 1 include soil obtained from an approved work site, laced and compacted in accordance with Stripping subsequent handling of top soil is not be responsib for securing an appropriate borrow site ining a haul route. The Contractor is responsible to ty of work required d complete all work indicated in the t of the completed wor will be made. Payment shall be the indicated for this item. - 20: -Topsoil, Strip, Stockpile d Spread, Levee Constructio Site 'This item shall include tting topsoil from existing vege ed surfaces of cut or fill meas, temporary storag onsite and respreading to the speci d thickness across - designated graded surf ces. The Contractor is responsible to ermine the actual quantity of work regui ed and complete all work indicated in the drawings. No measurement of the mpleted work will be made. Payment shall be the proposed Lump Sum Price ind cated for this item. 21. Topsoil, Import and Spread, Levee Construction Site This item shall include obtaining, transporting and spreading topsoil to the specified thickness across designated graded surfaces. Imported topsoil shall comply with Specification Section 02220. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. No measurement of the completed work will be made. Payment shall be the proposed Lump Sum Price indicated for this item. 01025-6 22. Topsoil, Strip, Stockpile and Spread, Offsite Wetland Mitigation Site This item shall include cutting topsoil from existing vegetated surfaces of cut or fill areas, temporary storage onsite and respreading to the specified thickness across designated graded surfaces. The Contractor is responsible to determine the actual quantity of work required and complete all work indicated in the drawings. No measurement of the completed work will be made. Payment shall be the proposed Lump Sum Price indicated for this item. 23. Topsoil, Import and Spread, Offsite Wetland Mitigation Site This item shall include obtaining, transporting d spreading topsoil to the '-SLMCified thickness across designated graded surfaces. ported topsoil shall gemply "h Speciksumfn"'rice Section 02220. The Contract is responsible to determiiie.ihe aytnal quanork required and complete work indicated in the dra�yings. No- meas a meas of the completed work w' be made. Payment shall be Elie pu opvied Lump indicated for this it 24. Rip Rap, IDOT"Class E f 7 This item shall inV , transporting and spreading Class E Rip Rap tithe specified thicknerated graded surfaces. Class E Rip Rap shall comply with Specificatio0. Measurement and payment for this item shall be per ton based on loadh truckload of material delivered to the site. A copy of applicable load tirovided to the engineer. 25. Engineering Fabric der Rip p This item shall int de procurem t and placement of engineering fabric installed /hitake, er the rip rap. easurement an ayment shall be per measured area of fabric lled. Intak IDOT SW -562 item ' eludes complete installation o ach intake, including excavation, structure truct n grate casting, watertight tonne ion to pipes and backfill around tu Measurement and payment are per e h complete intake unit. take, 72" Diameter Manhole With Grate em in complete installation of each in e, including excavation, structure ction, grate casting, watertight connection to pi es and backfill around ture. Measurement and payment are per each comp to intake unit. hitake, 60" Diameter Manhole With Grate item includes complete installation of each intake, inclu ' g excavation, structure truction, grate casting watertight connection to pipes and ckfill around ture. Measurement and payment are per each complete in unit. 29. Detention Basin Structure (DBS), This item includes complete installation of each DBS, including excavation, structure construction, casting, bar grates, watertight connection to pipes and backfill around structure. Measurement and payment are per each complete DBS unit. 30. Storm Manhole, This item includes complete installation of each storm manhole, including excavation, structure construction, casting, watertight connection to pipes and backfill around structure. Measurement and payment are per each complete manhole unit. 01025-7 31. RCP Flared End Section With Apron Guard This item includes complete installation of each reinforced concrete flared end section including a steel bar apron guard/trash rack, excavation, connection to pipes, installation of tied joints at 2 adjacent pipe joint locations and backfill around structure. Measurement and payment are per each complete flared end section unit. 32. RCP Storrs Sewer With Gasketed Joints This item includes complete installation of reinforced concrete pipe with gasketed joints including excavation, bedding, backfill, trench compaction in accordance with the project plans and specifications. Testing of pipe and associated structures is incidental. Measurement and payment is per lineal foot of pipe of each designated size installed measured to the center of the structures or inside wall of pump station structures. 33. North Pump Stat This item include to establish a cor the pump station drivers, one bar e construction, procurement, installation and coordination needed operating storm ter pumping st*on. Equipment included in des: two vertical aft axial flow piimps with electric motor with distribution gear, elec 'cal equips drive for each pump mo r, and a construction of a PCC p p static excavation, backfill, struc acc transformer pad, conduits f utili up services necessary to dem ns satisfaction of the engineer an i payment shall be a lump sum f •i nic cleaning device, two slide gates, electrical en control systems including a variable frequency dby emergency generator. This item also includes structure, a control building including all necessary sones as indicated on the plans, fencing, lighting, ies and finished site work. Equipment testing and set to the pump station is fully operational to the ner shall be included in this item. Measurement and complete operational pump station. 34. South Pump Station This item includes all co ction, ocur t, installation and coordination needed to establish a complete ope ting sto water pumping station. Equipment included in the pump station includes: o vertical\station flow pumps with electric motor drivers, one bar screen wi mechanicadevice, two slide gates, electrical distribution gear, electric equipment stems including a variable frequency drive for each pump mot r, and a standency generator. This item also includes -construction of a PCC p p station struntrol building including all necessary excavation, backfill, cture accessorca on the plans, fencing, lighting, -transformer pad Gond its for utilities and si work. Equipment testing and set = -up services necessaryo demonstrate thation i fully operational to the :.satisfaction of the en 'neer and owner shall be included in this item. Measurement and _,_payment shall be a 1 p sum for a complete operational pump station. 35: Modificatio/insl isting Sanitary Sewer Siphon Structure «'. This item inll removals, modifications, constreuction, and replacement necessary to thickened top on the existing sanitary sewer siphon structure. Removal, pr, modification, and re -installation of the existing railing is included. Prof and extension to the internal PVC liner is incuded. Measuremeyment shall be a lump sum for complete modifications as indicated in s. 36. 1" diametegSchedule 80 PVC Conduit to Sanitary Siphon Structure This item includes installation of electrical conduit between the South Pump Station and the existing Sanitary Sewer Siphon Station. Fittings, trenching and backfilling are incidental to this item. Measurement and payment shall be per lineal foot of conduit 01025-8 installed. 37. PCC Pavement, 7 Inch Thick. This item shall include construction of 7 inch thick Portland Cement Concrete Pavement including all required subgrade shaping and compaction, forming, supply of materials, placement, finishing, curing and jointing. Clean up and backfill at pavement edges is included. Measurement and payment shall be per square yard of pavement installed. 38. ACC Pavement, 4 Inch Thick. This item shall include construction of 4 inch thick Asphalt Cement Concrete Pavement including all required subgrade shaping and compaction, supply of materials, placement of base and surface courses and compaction. Clean up and backfill at pavement edges is included. Measurement and payment shall be per squaroWd of pavement installed. CD 11 `a r% 39. Permanent Turf Reinforcement Mat The un' price for this item will be paid based on the number of square yards.df actual,_.a area co ered and includes subgrade pre azation and shaping, and supply, placement ands of specified material. M urement and payment shall be to the nearest. 0.1 square ard based on the meas d area of material installed. U c�J 40. Temporary Ero i�on Control The unit price for is item i fertilized and inclines preps fertilizer No distinction in in Measurement and measured area of 41. Stabilization 4 The unit price fertilized and i fertilizer No d Measurement of seeding incl re paid based on the number of acres seeded and on of seed bed, supply and application of seed and price shall be made for various seed mixtures specified. 11 be to the nearest 0.1 square yard based on the inateri installe+ ing .i F 'lining item 1 be paid based on the number of acres seeded and es pi at n of seed bed, supply and application of seed and ction in unit p 'ce shall be made for various seed mixtures specified. payment shall to the nearest 0.1 acre based on the measured area a •. 42. Per nanen eeding and Fertilizing The unit rice for this item will be paid based on the number of acres seeded and /-et and includes preparation of seed hod, supply and application of seed and I�Io distinction in unit price shall be ade for various seed mixtures specified. ment and payment shall be to then 0.1 acre based on the measured area g installed. esic Wetland Seeding Including Nurse Crop end Fertilizing it price for this item will be paid based on the number of acres seeded and d and includes preparation of seed bed, supply d application of wetland rse crop seed and fertilizer No distinction in uniitTrice shall be made for seed mixtures specified or for application of wetland seed as a separate activity from the nurse crop. Measurement and payment shall be to the nearest 0.01 acre based on the measured area of wetland seeding installed. 44. Wetland Tree Installation This item includes provision of tree stock of size and quality specified, planting, staking and mulching per plans. No distinction in unit price shall be based on the species of tree installed. Measurement and payment shall be based on the number of trees 01025-9 installed. 45. Wetland Shrub Installation This item includes provision of shrub stock of size and quality specified, planting, staking and mulching per plans. No distinction in unit price shall be based on the species of shrub installed. Measurement and payment shall be based on the number of shrubs installed. 44. Construction Staking This item provides for all survey required for complete construction of the project. GPS machine control for any construction activity may be utilized provided the full cost of a digital control model and GPS monumentation are included in this pay item. This is a Lump Sum pay item and payment of the p Sum amount is full compensation for the work/ Additional payment for work sulting from change orders shall be as agreed writing prior to commencement o such extra work. END OF 01025-10 11/2/12 L� L1 CD O C� END OF 01025-10 11/2/12 SECTION 01300 SUBMITTALS PART I- GENERAL 1.1 SUBMITTAL PROCEDURES: A. All submittals should identify Project, Contractor, Subcontractor or supplier and pertinent Contract Document references. 00 B. Apply Contractor's stamp, signed or initialed and dated, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. C. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. Notify the Engineer, in writing, at the time of submission, of variations. D. Provide space for the Engineer's review stamp on each item. E. Revise and resubmit submittals as required. Identify all changes made since previous submittal. Do not begin fabrication or work which requires a submittal until the return of such submittals by the Engineer with the Engineer's stamp marked either "Reviewed" or "Reviewed as Noted". 1.2 ENGINEERS REVIEW.• A. The Engineer's review and stamp of submittals shall not relieve the Contractor from responsibility for any deviation from the Contract Documents unless the Contractor has, in writing, called the Engineer's attention to such deviation at the time of submission, and the Engineer has given written concurrence to Contract Documents to specific deviation, nor shall any concurrence by the Engineer relieve the Contractor from the responsibility for errors or omissions in submittals. 1.3 CONSTRUCTION PROGRESS SCHEDULES: A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Submit revised schedules monthly, identifying changes since previous version. Indicate estimated percentage of completion for each item of Work at each submission. 1.4 PROPOSED PRODUCTS LIST: A. Within 15 days after date of Notice to Proceed, submit list of major Products proposed for use, with name of manufacturer, trade name, and model number of each product. 01300-1 1.5 SHOP DRAWINGS: A. Shop Drawings for Review: 1. Submitted to Engineer for review for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. 2. After review, produce copies and distribute in accordance with the submittal procedures article above and for record documents purposes described for contract closeout. B. Shop Drawings for Information: 1. Shall be submitted for the Engineer's benefit as contract administrator or for the Owner. 2. Reports of inappropriate or unacceptable work may be subject to action by the Engineer or Owner. C. Shop Drawings for Project Close-out: I. Shall be submitted for the Owner's benefit during and after project completion. D. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.6 PRODUCT DATA: A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this project. 1.7 MANUFACTURER INSTALLATIONINSTRUCTIONS: A. When specified in individual specification sections, submit manufacturer printed instructions for delivery, storage, assembly, installation, and finishing, in quantities specified for Product Data. 1.8 MANUFACTURER CERTIFICATES: A. When specified in individual specification sections, submit certifications by manufacturer to Engineer, in quantities specified for Product Data. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. N END OF SECTION o o r T:\0339\0339-234-\Specifications\SPEC-100'/0\0339234-01300-Rdoc 11/1/12 J`1 J 01300-2 SECTION 01300 SUBMITTALS w PART I -GENERAL 1.1 SUBMITTAL PROCEDURES: A. All submittals should identify Contract Document referencel B. Apply Contractor's stamp, si Products required, field dim( information is in accordance ject, Contractor, Subcontractor or supplier W4- - rtineC N or initialed and dated, certifyin/dContract view, verification of is, adjacent construction Workrdination of the requirements of the Work Documents. C. Identify variations from Contract ocuments and Product detrimental to successful performan a of the completed R at the time of submission, of variatio D. Provide space for the Engineer's review p on each Pe stem limitations which may be Notify the Engineer, in writing, E. Revise and resubmit submittals as required. Xdentif}/all changes made since previous submittal. F. Do not begin fabrication or work which requires submittal until the return of such submittals by the Engineer with the Engineer's stamp marked i r "Reviewed" or "Reviewed as Noted". 1.2 ENGINEERS REVIEW.• A. The Engineer's review and stamp of sub s shall not re ' ve the Contractor from responsibility for any deviation from the ontract Documen unless the Contractor has, in writing, called the Engineer's attention such deviation at the ' e of submission, and the Engineer has given written concurren to Contract Documents t specific deviation, nor shall any concurrence by the Engineer reli a the Contractor from the r onsibility for errors or omissions in submittals. 1.3 CONSTRUCTIONPROGRESS CHEDULES. A. Submit initial progress schedu in duplicate within 15 days after date es lisped in Notice to Proceed for Engineer review. B. Submit revised schedules qonthly, identifying changes since previous version. Indicate estimated percentage of c pletion for each item of Work at each submission. 1.4 PROPOSED PRODUCTSLIST. A. Within 15 days after date of Notice to Proceed, submit list of major Products proposed for use, with name of manufacturer, trade name, and model number of each product. 01300-1 1. S SHOP DRAWINGS: A. Shop Drawings for Review: 1. Submitted to Engineer for review for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. 2. After review, produce copies and distribute in accordance with the submittal procedures article above and for record documents purposes described for contract closeout. B. Shop Drawings for Information: 1. Shall be submitted for the Engineer's benefit as ontract administrator or for the Owner. 2. Reports of inappropriate or /eable wor may be subject to action by the Engineer or Owner. C. Shop Drawings f Project Close -o 1. Shall be sub itted for the Ot during and after project completion. D. Submit the number o paque reprhich Contractor requires, plus two copies which will be retained by En ' eer. 1.6 PRODUCTDATA: A. Submit the number of copies whicctor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applic s, models, options, and other data. Supplement manufacturers' standard data to proation unique to this project. 1.7 MANUFACTURER A. When specified in individual spAcification sections, submit manufacturer printed instructions for delivery, storage, assembly, in lation, and find ing, in quantities specified for Product Data I.8 MANUFACTURER CERT ICATES: A. When specified in individ specification sections, submit rtifications by manufacturer to Engineer, in quantities sp ified for Product Data. B. Indicate material or Pro ct conforms to or exceeds specified requirements. Submit supporting cr�Yeference data affidavi , and certifications as appropriate. C- END OF SECTION T:\0319\0319 234.1Spt'Tcations\S EC-1000/o\0339234-01300-R.doc 11/1/12 �J 01300-2 SECTION 01310 PROGRESS AND SCHEDULES PART 1—GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART2—PRODUCTS w None. PART 3 — EXECUTION - -, sus 301 MEETINGS PRIOR TO CONSTRUCTION. A. A Sit Visit and Pre -Bid Conference will be held on March 13, 2013. —3 B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Completion of the Work in a manner acceptable to the OWNER shall occur on or before November 15, 2014. Liquidated damages of $500 per day will be charged on work beyond the specified Completion Date. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. or on Sundays of legal holidays without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. The Contractor shall not enter or conduct any activities within the CRANDIC Railroad Right of Way until the OWNER has arranged appropriate agreements with CRANDIC Railroad for such activities. The OWNER is currently in negotiations for these agreements and expects to have the necessary agreements in place no later than June 2013. 01310-1 SECTION 01310 PROGRESS AND SCHEDULES N PART 1- GENERAL - 1.01 SUMMARY. A. Prepare, submit and upd a as necessary a schedule of the work B. Time is of the essence. i immng inconvenient disruption and duration of disruption to residences a businesses is a hi K priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS.- A. UBMITTALS: A. The Contractor shall submit, prior Pre Construction meeting, a detailed schedule of the proposed work with the controlP operation identified. The schedule shall include proposed dates and durations of s t losings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit throughout the project. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 MEETINGSPRIOR&O CONSTRUCTION.• 3.02 schedules at two week intervals A. A Pre -Bi meeting will be held on March 13, 2013. B. A Pre onstruction meeting will be held prior to beginning work. PRO OF WOR%• A. ompletion of the work in a manner acceptable to the OWNER shall ur on or before November 15, 2014. The specified start date is May 9, 2013. Liquidat amages of $500.00 per day will be charged on work beyond the Completion Date Sp ified. B./ No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. or Sund�or legal holidays without the approval of the Engineer, with the exception of saw cuttin freshly poured concrete. C. The Contractor shall not enter or conduct any activities within the CRANDIC Railroad Right of Way until the City has arranged for appropriate agreements with CRANIC Railroad for such activities. The City is currently in negotiations for these agreements and expects to have the needed agreements in place by June 2013. 01310-1 D. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor shall schedule and hold a weekly project progress meeting. Attendance at the meetings shall include the contractor's site representative, the owner's representative, the engineer, a representative of any subcontractor currently pursuing work on the project, and representatives of suppliers as appropriate. The contractor shall be responsible to announce the meeting schedule and agenda one week prior to the set meeting time. The Contractor shall be responsible to prepare and maintain minutes of the progress meetings. G. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. 3.03 COORDINATION WITH UTILITIESAND RAILROADS: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. END OF SECTION T:\0339\M 9-234-\Specifications\SPEC-100%\0339234-01310.DOC 02/13/13 01310-2 Lt� Cr • t� r N 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART I - GENERAL 1.01 SUMMARY. A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. — L02 REFERENCES. r A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. L03 SUBMITTALS.- A. UBMITTALS. A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS `anr�Vcrr4an�x A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2.02 EQUIPMENT.- A. QUIPMENT} A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHMQUES. A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARSING SIGNS. A. The City will furnish 'NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OFFACILITIES. A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Vehicular and pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS. A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES. A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-01570.DOC 11/5/12 01570-2 c� 0 N 01570-2 SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART I - GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. L02 REFERENCES. A. ]DOT Standard Specifications. - 4� L03 QUALITYASSURANCE. A. Disposal sites shall comply with all applicable Iowa Department of Natitial Respiyrces and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling and disposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and other waste or debris resulting from work on the project. L04 SUBMITTALS. A. Locations of disposal sites. 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, [DOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the ]DOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2510. Removal of Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Side- walks. Section 2515. Removal and Construction of Paved Driveways. 02050-1 3.02 INSPECTION.• A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities 1. Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocation work for their facilities. The Contractor shall cooperate with these efforts in every reasonable way and shall not be entitled to additional compensation for delays resulting from such relocations. B. Site Protection Measures j.` Refer to Erosion Control Plan Sheets for details. - - Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable n _ Y warning devices adjacent to excavations and work areas. j, C-) —d Warning devices shall be kept operational during all non -working and non-active periods. 0 N C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed 02050-2 of at a Contractor-fumished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 304 DEMOLrHONAND REMOVALS. A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, Portland Cement Concrete, and Hot Mix Asphalt pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. All brick that is removed shall be disposed of. 5. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Trash and Debris Removals 1. Trash and debris composed of, but not limited to, metals, plastics, wood, fabricated items, trees and woody vegetation shall be removed and disposed of in accordance with 3.03.13 of the Section. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-100%\0339234-02050-Rdoc: 8/10/12 02050-3 '1 4J W� 3> N CX? 02050-3 SECTION 02100 SITE PREPARATION PART I - GENERAL 1.01 SUMMARY.• A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. L02 REFERENCES: A. MOT Standard Specifications. N PART 2 - PRODUCTS None. a PART 3 - EXECUTION 3.07 TECHNIQUES: � ry ra A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBSAND VEGETATION• A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line on lawn areas. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTEVGSTRUCTURESANDPROPERTY.• A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-100%\0339234-02100-Rdoc: 8/10/12 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART I - GENERAL 1.01 SUMMARY.. - A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES. A. IDOT Standard Specifications. c 1.03 QUALITYASSURANCE. A. Whenever a percentage of compaction is indicated or specified, use percent of maxfrdum density at optimum moisture as determined by ASTM D698-12, unless noted otherwise. B. Borrow sites and borrow materials shall be approved by the Engineer prior to use. PART 2 - PRODUCTS 2.01 MATERIALS: A. Granular trench bedding material shall consist of Class A Crushed Stone, MOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. Trench backfill material shall conform to the requirements for imported fill for the levee embankment. B. Soil waste and borrow sites shall be approved by the Engineer prior to use. Soils imported to this project shall be free of rubble and/or organics. C. Imported fill for the levee embankment shall be a lean clay or sandy lean clay having less than 35 percent of the particles passing the #200 sieve and a Plasticity Index between 12 and 30 percent. D. Imported top soil shall be free of roots, rock larger than''/]", subsoil, debris, large weeds and foreign matter. Imported top soil shall have an acidity range (pH) of 5.5 to 7.5 and a minimum 4% organic matter. E. Excess soil to be removed from the project site shall become the property of the contractor and shall be transported and disposed of in compliance with all pertinent Federal, State and local regulations. 02220-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform to the following divisions and sections of the MOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. All sections Division 24. Structures. Section 2402. Excavation for Structures. 3.02 TOPSOIL: A. Strip and remove topsoil from lawn, grass, and crop areas as directed by the Engineer. B. Place imported top soil to the dimensions and thickness per the plans. 3.03 DRAINAGEANDDEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering graded depressions, trenches, excavations for structures and other locations where water could be trapped. Keep such locations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 SITE EXCAVATION,SITE FILL AND EMBANKMENT CONSTRUCTION: A. Following stripping of top soils where present existing fill material shall be cut and placed in fill areas as directed by the Engineer or removed from the site. B. The key trench shall be excavated to the lines and grade established by the plans. Material -from this excavation shall be placed in fill areas as directed by the Engineer or removed the site. r - C.— 'ihe Geotechnical Engineer shall inspect the base of all areas that are to receive fill and the c , ii ,tench prior to placement of fills to determine their adequacy to receive and support the proposed fills. The Contractor shall provide equipment and personnel to conduct a proof r; roll of the subgrade intended to support fill as directed by the Geotechnical Engineer. Any deficiencies observed by the Geotechnical Engineer shall be addressed as directed by the Geotechnical Engineer. 02220-2 D. The subgrade to support fills shall be scarified to a depth of 12 inches; moisture conditioned and compacted to the project specifications. E. Where the subgrade intended to support levee fills exceeds a slope of 5:1 the subgrade shall be benched into the slope. The maximum vertical face between benches shall be 3 feet. F. All fill to be placed in the key trench and to form the levee embankment shall satisfy the conditions of Section 2.01.0 except as directed by the Geotechnical Engineer. Suitable site excavated soils may be utilized as fill in portions of the berm adjoining McCollister Boulevard and westerly of the south pump station. G. Fill soils shall be placed in a maximum loose thickness lifts of 9 inches. H. A uniform moisture content will be required throughout the layers of fill material. Wetting or drying will be required, as necessary, to accomplish this. Levee embankment soils containing shall be maintained at a moisture content within -1% to +3% of the soils optimum moisture content at the time of compaction. The Engineer may suspend operations when, in his opinion, satisfactory results can not be obtained because of rain or unsuitable weather conditions. The Contractor is responsible to supply water for wetting soils if needed. I. All subgrade and embankments shall be placed and compacted to a minimum of 95% of the soil's maximum Standard Proctor Density. 3.05 TRENCHEXCAVATION.• ; A. General r s 1. Excavate trench by machinery to, or just below, designated subgmde-whin pipe is, _ to be laid in granular bedding or concrete cradle, provided that material remaining; 1 at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pp'p is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipe will have a uniform and continuous bearing. Support on firm and undisturbed material between joints, except for limited areas where use of pipe slings have disturbed bottom. B. Protection 1. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 02220-3 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation one (1) foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of two (2) feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. F. Disposal of Unsuitable Soil The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. i `3 '7 Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR 4. - Contractor is responsible for completing and filing all necessary Federal, State and c3 local government agency forms and applications. G. Care of Vegetation and Property 1. Use excavating machinery and cranes of suitable type and operate with care to prevent injury to trees, particularly to overhanging branches and limbs and underground root systems. 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 02220-4 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced, except for those areas that will be removed during the site work. Use suitable materials and methods for restoration. Utility lines encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility excluding storm drainage or tiles across trench after trench has been backfilled. b. Connect storm sewer drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench. 3.06 EXC4VATIONFORSTRUCTURES A. General Y � w 1. Excavate for structures to dimensions necessary for poured in plgceconcrete 1J construction of the pump station structures, including allowances for 6 ter4orary coffer dam and accessibility during construction. N 2. Excavation shall have adequate shoring, bracing, or slope setback to comply with all applicable Federal and State regulations. B. Protection 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and 02220-5 elevation one (1) foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 1. Place fill material to final grade or to a minimum height of two (2) feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. 3.07 BACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction c� a. Trench backfill to existing grade: Fill and compact imported fill material _ meeting the characteristics of 2.0l.0 of this section placed in nine inch loose thickness lifts and compacted to 95% Standard Proctor Density. — b. Fill to proposed finish grade: Fill placed above the existing grade or bottom of required removals shall be filled in accordance with 3.04 of this section. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures 1. Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of imported fill material meeting the characteristics of 2.01.0 of this section placed in nine inch loose thickness lifts and compacted to 95% Standard Proctor Density. 02220-6 3.08 UNAUTHORIZED EXCAVATION,• A. When the bottom of any excavation is taken out beyond the limits indicated or specified, backfill, at Contractor's expense, with Class A crushed stone compacted to 95% Standard Proctor Density. 3.09 ROC%EXCAVATION.• A. Rock excavation will be considered Class 12 Excavation as defined in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 3.10 COMPACTIONINSPECTIONS. A. The Geotechnical Engineer shall monitor placement and compaction of fill materials in the levee embankment and storm sewer trenches. Density tests shall be performed in each progressive lift of the fill prior to placement of the next lift. Density testing frequency shall be at least 1 test per 250 lineal feet of the levee per lift. B. The Geotechnical Engineer shall monitor placement and compaction of trench backfill materials. Density testing frequency shall be at least 1 test per 50 feet of trench. 3.11 BORROWSITES. A. The Contractor shall coordinate all activities at the borrow site with the property owner of the borrow site. The contractor shall provide all traffic control, erosion control measures, topsoil handling, shaping of the site following removal of borrow material and seeding as directed by the properly owner as items incidental to providing imported material to this project. B. The Contractor shall be responsible to obtain any permits necessary for the borrow site and hauling the import materials at no extra cost to the Owner. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-100%\0339234-02220-Rdoc: 10/30/12 C= If 02220-7 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART I -GENERAL 1.01 SUMMARY. A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion control stone. 1.02 REFERENCES. A. IDOT Standard Specifications and including supplemental specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual," latest edition. 1.03 QUALITYASSURANCE. A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. 1.04 SUBMITTALS. A. Gradation test reports on riprap and bedding material. 4i B. Shop drawings on all products used in Work. e PART 2 - PRODUCTS 2.01 MATERL4LS CONFORMING TO LOOT SPECIFICATIONS: A. Erosion control materials shall conform with the following divisions and sections of the IDOT Standard Specifications unless specified otherwise herein: Division 41. Construction Materials. Section 4130. Revetment Stone, Erosion Stone and Gabion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. 2.02 CLASS E RIP RAP. A. Use well -graded crushed stone or gravel with at least 50% of the stones weighing more than 90 pounds and at least 95% of the stones weighing more than 5 pounds. The nominal top size of the stones shall be 250 pounds. The minimum stone size shall be 3 inches. 02270-1 B. Percent of loss shall not exceed 45% AASHTO T96 nor 20% AASHTO T104. C. Engineering Fabric underlayment for Erosion Stone shall meet the requirements of the IDOT Specifications Section 4196.0l.B.3. 2.03 EROSION CONTROL BLANKETS: A. Temporary erosion control blankets shall meet the requirements of the IDOT Specifications Section 4169.10.C, incorporating straw mat. B. Turf Reinforcement Mat shall meet the requirements of the IDOT Specifications Section 4169.10.E.2 Type 2. 2.04 SILT FENCE.- A. ENCE: A. Silt fence shall meet the requirements of the IDOT Specifications Section 4196.01B.1. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Erosion Control Stone 1. Erosion control stone placed at flared end sections shall be placed to the dimensions and grades shown. Erosion control stone shall extend full depth a minimum of 1 foot under the flared end section. 2. Erosion control stone placed for slope protection shall be placed to the dimensions and grades shown. 3. Erosion control stone shall be underlain with engineering fabric conforming to section 4196.013. B. Except as amended below, the work in this section shall conform with the following divisions and sections of the IDOT Standard Road Plans: EC -103 Wood Excelsior Mat for Slope Protection EC -201 Silt Fence 3.02 SCHEDULE.- A. CHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of gradipg. Wood excelsior mat shall be placed and staked in seeded areas as shown on the plans immediately following seeding. 02270-2 u.- 0 B. Erosion control stone shall be placed at flared end sections at the time the flared end section is installed. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-02270.doc: 10/30/12 N �a 4J ;3z C� Y' N 02270-3 SECTION 02277 FLOATING SILT CURTAIN PART 1- GENERAL 1.01 SUMMARY: A. Installation, maintenance and removal of floating silt curtain. B. The floating silt curtain is intended to provide a physical barrier around work occurring within the Iowa River to allow settlement of soil particles that are suspended during excavation and placement of rip rap. Sediments deposited on the river bed during construction are intended to be left in place upon completion of the work and removal of the silt curtain. 1.02 REFERENCES: A. Iowa SUDAS Design Manual, Section 7E-24. B. U.S. Army Corps of Engineers ERDC TN -DOER -E21, "Silt curtains as a dredging project management practice," September 2005 1.03 SUBMITTALS: A. Shop drawings on all products used in Work. PART 2 - PRODUCTS 2.01 FLOATING SILT CURTAIN.• A. Floating Silt Curtains shall be Type lI as designated by the Corps of Engineers suitable for use in rivers with 2 FPS or less current, 2 foot maximum wave height, and maximum wind speed of 30 MPH. B Floating Silt Curtains shall consist of a geosynthetic fabric that is suspended vertically in a body of water. The top of the curtain shall be attached to floats, and the bottom is weighted. The curtain shall be sized to extend vertically from the water surface to the stream bed. C. Floating Silt Curtains shall be manufactured as a system of curtain, floats, cables, weights and anchors intended to work as a complete system. Silt curtain panels shall be a minimum 50 foot length. D. Floating Silt Curtain components shall be made of the following materials. 1. Curtain fabric shall be 22 ounce per square yard vinyl coated polyester, color bright yellow or orange. Tensile grab strength shall be minimum 500 lb/in. Tear strength shall be minimum 400 lb. All seams shall be heat sealed. 02277-1 2. Flotation element shall be a solid closed cell material sufficient to provide a buoyancy/curtain weight ratio of 5:1 or larger. The flotation element shall be attached to the curtain by enclosing it in a sleeve along the top edge of the curtain. 3. Ballast shall be a 5/16" galvanized chain enclosed in a fabric pocket at the bottom of the curtain. Provision shall be made to connect the chain between sections of the curtain. 4. Tension cable shall be 5/16" galvanized steel cable sheathed in vinyl and seamed into the fabric adjacent to the flotation element. Provision shall be made to connect the cable and distribute stresses in the fabric between sections of the curtain. 5. Provision shall be made for secure connections between sections of the curtain along the entire height of the sections. 6. A system of anchors, cables, ropes, and buoys shall be provided to hold the floating silt curtain in place and capable of resisting current, waves and wind anticipated at the work site. PART 3 - EXECUTION 3.01 INSTALLATION: A. Location 1. The floating silt curtain shall be installed prior to commencement of work to be accomplished in the river. The contractor may choose to establish a floating silt curtain to c� enclose the entire length of the work area in one installation or in portions of the work 1 area. If the work is set up using a silt curtain that encloses only a portion of the work area at a -time, the provisions for removal of the silt curtain shall apply individually to each portion prior to relocation of the silt curtain to another portion of the work. 2.: The floating silt curtain shall be located a minimum of 20 feet beyond the excavation limits on the upstream and river side of the work area. It shall extend a minimum of 50 feet downstream of the work area. The silt curtain shall be terminated on the shore at its upstream and downstream terminations. 3. The silt curtain fabric shall be of sufficient height to extend to the river bottom or a minimum of 1 foot above the river bottom for no more than 25% of its length. The contractor shall be responsible for determining the depth of water and required height of curtain at the installation location. B. Procedure: The floating silt curtain panels shall be assembled on shore and prepared for launching into the river. The contractor shall provide sufficient boats and personnel to position the curtain and anchors and make the necessary connections to secure it in place. The contractor shall submit shop drawings to the engineer prior to installation detailing the installation location means of securing the curtain in place and maintaining it in place. 02277-2 3.02 REMOVAL: A. The floating silt curtain shall not be removed or repositioned for at least 24 hours following completion of excavation or placement of rip rap within the work area. B. The contractor shall remove the floating silt curtain in a manner that reduces the possibility of re - disturbing settled sediments within the work zone. All components of the floating Silt curtain system shall be removed from the river and work site. Settled sediments are intended to remain in place on the bed of the river. END OF SECTION T:\0339\0339-234-\Specificatiorts\SPEC-100%\0339234-02277.doc: 9/9/12 02277-3 " %, u 02277-3 SECTION 02510 ASPHALT CEMENT CONCRETE PAVING PART] -GENERAL 1.01 SUMMARY.• A. Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Asphalt Cement Concrete paving. B. Furnish labor, materials, tools and equipment to place and compact Asphalt Cement Concrete paving. L02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Materials IMs L03 QUALITYASSURANCE: r) A. Use adequate numbers of skilled workers who are thoroughly trained and'experieitced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Qualitytesting: 1. Temperature. 2. Density of in-place asphalt. 3. Asphalt content. 4. Density Tests of Base and Subgrade. Geotechnical Engineer shall provide all testing required to meet IDOT specifications. PART 2 - PRODUCTS 2.01 MATERL4LS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. Section 2303. Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Aggregate for Type B Hot Mix Asphalt. Section 4127. Aggregate for Type A Hot Mix Asphalt. Section 4137. Asphalt Binder. 02510-1 PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the MOT Standard Specifications: Division 22. Base Courses. Section 2214. Pavement Scarification Division 23. Surface Courses. Section 2303. Hot Mix Asphalt Mixtures. Section 2316. Pavement Smoothness. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. B. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets shall be finished and opened to the public as soon as practicable. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-02510 ACCpaving.doc :8/9/12 02510-2 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES. A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: Compressive Strength Tests. 2. Entrained Air. 3. Slump. ; 4. Density Tests of Base and Subgrade. - PART 2 - PRODUCTS 2.01 1d4TERL4LS. r A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES. A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. rn Section 2213. Base Widening. T Division 23. Surface Courses. Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. - Section 2316. Pavement Smoothness. Division 25. Miscellaneous Construction. Section 2512. Portland Cement Concrete Curb and Gutter. Section 2515. Removal and Construction of Paved Driveways. Section 2517. Concrete Header Slab. Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 CURING AND PROTECTION OF PAVEMENT.• A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. 02520-2 D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC. A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 lb. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute fmal acceptance. 3.05 COMPLETION OF WORK. A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specified. END OF SECTION T:\0339\0339-234\Specifications\SPEC-1000/o\0339234-02520.DOC: 8/9/12 02520-3 n� 02520-3 PART I -GENERAL 1.01 SUMMARY.• A. 1.02 I:" SECTION 02700 SEWERS Construction of piping and structures for the collection and transmission of waste water and storm water where indicated. Reinforced Concrete Pipe: 1. ASTM C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. 2. ASTM C443, Standard Specification for Joints for Circular Concrete Culvert and Sewer Pipe, Using Rubber Gaskets. 3. ASTM C506, Specification for Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe. 4. ASTM C969, Standard Practice for Infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete Sewer Lines. B. Manholes: 1. ASTM C478-90, Standard Specification for Precast Reinforced Concrete Manli6le Sections. C. Intake Structures: 1. IDOT Standard Specifications. 2. [DOT Highway Division "Standard Road Plans Manual." ro w 1.03 QUALITYASSURANCE. A. All products will meet or exceed the minimum standards specified in the latest edition of the applicable references listed. B. All suppliers of reinforced concrete pipe and manholes must be certified by the Iowa Department of Transportation. C. Reinforced concrete pipe shall be manufactured by such means to minimize cage twist. Pipe displaying cage twist in excess of 30 degrees, as demonstrated by the form seam, will be rejected. D. Details of gasket installation and joint assembly are subject to acceptance by the Engineer. 02700-1 E. All materials judged to be of poor quality will be marked by the Engineer and promptly removed from the site by the Contractor. F. All pipe must pass the leakage tests specified in Part 3 of this section. 1.04 SUBMITTALS. A. Concrete Pipe: Submit current Iowa Department of Transportation certification. B. All Piping and Manholes: Submit producer's letter of certification assuring material meets specifications and shop drawings of pipe materials, gasket and joint assembly. C. Special Piping Layout and Structures: Submit shop drawings for fabrication and installation where special (non-standard) prefabricated concrete pipe is necessary. D. Pipe Manufacturer's Instructions: Submit instructions for unloading and installing pipe for review and approval of Engineer. E. Shoring: Submit plans for all shoring, excluding trench boxes, certified by a professional engineer registered in the State of Iowa. This submittal will not be reviewed for structural adequacy by the City. F. Bedding Rock: Submit producer's letter of certification assuring material meets specifications. PART 2 - PRODUCTS 2.01 REINFORCED CONCRETE PIPE. A. Joints: � 1 Circular pipe: All joints shall be provided with rubber O-ring or profile gasket to meet ASTM C443. All pipe 36 -inch diameter and smaller will have bell and spigot joints. Pipe largerthan 36 -inch diameter may have tongue and groove joints. 2. Non-L;ircular pipe: All joints will be sealed with mastic butyl rubber -based sealant meeting the requirements of AASHTO M198-75, Type "B." 3. Protecf-joints from injury while handling and storing. No deformed, chipped, gouged or otherwise impaired joints will be allowed. The pipe joint shoulder is essential to maintaining the integrity of the gasket joint. B. Wall Thickness: Minimum wall thickness will be B -wall as defined in ASTM C76. C. Pipe Strength: Pipe strength shall be as indicated on the drawings. If not indicated, the minimum pipe strength shall be Class III as defined in ASTM C76. D. Pipe Markings: All pipe shall be marked with the date of manufacture and ASTM class. If quadrant reinforcement is used, the top shall be marked on the outside of the pipe. E. Lift holes are not allowed. 02700-2 Z02 MANHOLES: A. Manholes shall be reinforced concrete pipe ASTM C76 Class Il, wall B or ASTM C478. B. All manhole wall joints shall be confined O-ring or profile gasket meeting ASTM C443. C. No lift holes permitted to penetrate through the entire wall. Lift holes and lifting devices which do not completely penetrate the entre wall are desired. D. Mark the date of manufacture and identify special structures. E. Integral floor and wall riser section shall be used unless there are special field connection conditions which prohibit. Precast and cast -in-place inverts must provide a channel at least one- half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in directions of inverts shall be smooth and rounded to the maximum extent possible to supplement flow through the manholes. F. Minimum manhole size shall be 48 inches for sewers through 21 inches in diameter, 60 inches for pipe 24 inches in diameter, 72 inches for pipe 30 to 36 inches in diameter and 84 inches for pipe greater than 36 inches in diameter. ry G. Manhole frame and lids: i 1. In paved areas shall be Neenah R-1642 or approved equal with %" lift hole and City of-'--. Iowa City logo. 2. In unpaved areas shall be Neenah R-1642 or approved equal with 3/4" lift hole ari City 17J Iowa City logo. H. Manhole Steps shall be MA Industries PSI -PF or an approved equal. J Pipe connections shall be factory fabricated, equipped with A-lok gasket, or other approved water tight connection system meeting the requirements of ASTM C-1478. Boot style connectors are not acceptable. J. Eccentric top or flat top manholes shall be designed for H-20 traffic load as indicated. K. Provide manhole lid adjustment rings using brick or concrete masonry units, minimum 4 inch height each, as required but 24 inch maximum height. Provide rebar for shear resistance. Seal with Kinseal mastic or approved equal. 2.03 OTHER MATERIALS: A. Couplings: Femco or Clow band seal repair couplings or approved equal. B. Bedding: Granular bedding material shall meet IDOT Standard Specification Section 4120.04 and Section 4109, Class A Crushed Stone, gradation No. 11. C. Trench backfill: Backfill material shall be suitable fill for the Levee Berm as specified in Section 02220. 02700-3 D. Non -shrink Grout: Use Sonneborn "Sonogrout" or W. R. Meadows "588" non-metallic, non - shrink, heavy duty grout with compressive strength at 28 days of 10,000 pounds. E. Speed Crete: A powder which can be mixed with water to bond new concrete with old. F. RX Waterstop, product 101 from W.G.Block Cc: A rope -like waterstop product with bentonite encased in bitumastic material used to seal concrete pipe in concrete structure. G. Preco-Plug: A quick setting cement product used to seal off manhole leaks in seconds. PART 3 - EXECUTION 3.01 REFERENCES AND DOCUMENTS: A. Contractor must have all required documents including the approved manufacturer's installation instructions on the site before commencing with the work. B. Contractor must prepare and retain a set of "as -built' drawings on the job site with accurate and current information on the location of all sanitary sewer services, connections pipe and special construction features. 3.02 INSTALLATION OFPIPE: A. Receiving, Storage and Handling: Check each length of pipe for defects and hairline cracks before lowering into trench. Repair any minor holes or damaged pipe lining. 2. The Engineer may mark materials which are found on the job site and which are determined to be defective or not approved. The marking may be done with spray paint. The Contractor shall promptly remove defective or unapproved materials from the site. Protect concrete pipe joints from injury while handling and storing. No deformed, chipped, gouged or otherwise impaired joints will be allowed. The pipe joint shoulder is essential to maintaining the integrity of the gasketed joint. 4. Handle pipe carefully when unloading, storing and lowering into trench. B. Layout: 1. Owner will provide field engineering services to establish sewer construction grades, alignment and levels in accordance with Section 01005. 2. Verify and protect all control points, deflection points, alignment and grade stakes. 3. Verify all site measurements. Make necessary field measurements to correctly determine sewer closure lengths. 4. Begin at lowest point in segment. Lay groove or bell end pointing upstream. 02700-4 C. Alignment and Grade: 1. Install to line and grade indicated on plans using laser and check elevation as required to maintain grade. 2. Continuously check alignment of sewer by flashing light between manholes or between last piece of pipe laid and opening at downstream manhole. Correct any misalignment, displacement of otherwise defective sewer installation. 3. Driving pipe down to grade by striking or with excessive force from excavating equipment is not allowed. 4. Blocking the pipe to grade with wood, stones or other materials is not allowed. D. Bedding and Haunching: Support on compacted granular bedding material using the type of bedding indicated on the plans. Depth of bedding below the pipe barrel shall be as indicated on the drawings. 2. Use Class B bedding supporting the pipe with compacted granular bedding material to one-half the pipe diameter if bedding is not indicated otherwise. 3. Place bedding material to ensure that there are no voids under or alongside the length of the pipe. Slice with shovel to remove voids. Compact with pneumatic hand tamper or gasoline powered equipment for the full width of trench. 4. Hand shape bell holes so that only pipe barrel receives bearing pressure. E. Jointing: _ } 2. 3. Clean and lubricate all joints prior to assembly. Install gaskets and joints per manufacturer's recommendations. Protect pipe and gasket when completing joints. Provide a smooth and uniform invert. Push pipe spigot against the bell shoulder. F. Connections between pipes of dissimilar materials or sizes: 1. For 12 -inch and smaller, use flexible coupling. 2. For pipes larger than 12 -inch, use flexible coupling and concrete collar. Concrete collar shall be 6 -inch thick extended 12 inches each way from joint and reinforced with welded wire fabric or reinforcing steel cage bent to conform to the shape of the pipe. G. Plug existing sewers where indicated with 2 foot long plug of concrete. H. Backfill: 1. Backfill to the existing adjacent grade shall be densely compacted backfill consisting suitable fill for the levee berm as identified in Section 02220 placed in one foot lifts and compacted to 95% Standard Proctor Density. 02700-5 2. Remainder of trench backfill shall be as specified in Section 02220. J. Cleaning: Keep pipe and joints free of dirt and foreign materials. 2. Maintain a clean pipeline as work progresses. 3. Cover the exposed end of the pipeline whenever workers leave the trench to prevent entrance of soil, foreign objects or animals. 3.03 INSTALLATION OF MANHOLES, INTAKE STRUCTURESAND CONNECTION TO POURED IN PLACE STRUCTURES: A. Set bases true to line and elevation on minimum six-inch granular backfill material. B. Install an A-LOK gasket at each joint between storm sewer pipes and structures. Gasket shall be cast into the wall of all precast structures. Install an A-LOK field sleeve gasket at each joint between storm sewer pipes and cast in place structures. The CONTRACTOR shall provide the necessary coordination between subcontractors and/or suppliers needed to assure a satisfactory installation. C. Cast in place inverts must provide a channel at least one-half the depth of the pipe and match the full cross-sectional area of the pipe. All junctions and changes in direction shall be smooth and rounded to the maximum extent possible to supplement flow through the structure. D. Plug holes for handling with mortar. E. Lay grade adjustment rings in full bed of mortar without subsequent grouting, flushing or filling. Use two 2" anchor bolts to prevent movement. F. Set frames with top conforming to finished ground or pavement surface as indicated and directed. G. Set frames in full bed of RAM-NEK or equal to fill and make watertight space between masonry top and bottom flange of frame. H. Backfill as specified in Section 02220. Clean manhole upon completion. J. , Inspedt for visible leaks after groundwater has returned to normal level. Repair leaks. 3.04 MAINTENANCE OF FLOW.• A. Storm ewers: At the end of each working day, the Contractor shall re-establish the full capacity of any drainage system Kected by construction. Diversion of storm water into the sanitary sewer system is not allowed: ` 02700-6 B. If pumps are used for the diversion of flow, the Contractor shall have a stand-by pump readily at hand. C. The Contractor shall provide the Police Department and the Supervisor of the local wastewater treatment plant with phone numbers where the responsible person may be reached 24 hours a day to make immediate repairs and/or replacement in case of diversion system failure. 3.06 GROUNDWATER BARRIER.- A. ARRIER: A. Provide barrier where indicated on the drawings to interrupt the flow of groundwater through the trench bedding and backfill material. B. Barrier shall be constructed of suitable fill for levee construction as indicated in Note #5 in the Grading Notes, Sheet 2 of the Construction Plans. Barrier materials shall be compacted to 95% maximum density as determined by ASTM D698. C. Barrier shall be a minimum of 4 feet along the length of the pipe, shall extend for full trench width and depth. The top of the barrier shall be as shown on the plans. 3.07 VISUAL INSPECTION OF PIPE: A. Lamp all pipe to visually inspect for defects and debris. A full circle of pipe shall be i&' ble to pass the test. B. Conduct in -pipe visual inspection of pipes 48 inches and larger after backfilling and after groundwater has returned to normal level. 3.08 LEAKAGE TESTING of PIPE, MANHOLES AND STRUCTURES: co A. General: ro w 1. Perform leakage tests on all stone sewers after completion of backfill in accordance with ASTM C969. Testing of contiguous manholes and intake structures shall be conducted simultaneously with pipe runs. 2. Infiltration testing shall be utilized when groundwater level is 2 feet or greater than the highest outside top of pipe being tested. Exfiltration testing shall be utilized when groundwater is lower than 2 feet above the outside top of pipe being tested. 3. The maximum allowable leakage rate for either test method is 200 gallons per inch . diameter per mile of pipe per day. The minimum test duration is one hour after the loss rate has stabilized. 3.09 TELEVISION INVESTIGATIONS : A. If results indicate leakage deficiencies, structural failure or excessive leakage for work installed in this Contract, the Owner may require the Contractor to televise all work installed under this Contract at no additional cost to the Owner. Televising work may include video taping and written logs. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-900/o\0339234-02700.doc: 8/9/12 02700-7 SECTION 02920 SEEDING PART 1—GENERAL =cr 1.01 SUMMARY. A. Section includes finish grading, soil preparation, seed, sod and maintenance. ' L02 QUALITYASSURANCE. A. The fitness of all plantings shall be determined by the Engineer with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer have not survived and grown in a satisfactory manner for a period of one year after acceptance. L03 SUBMITTALS: A. Submit certification of seed mixtures, purity, germinating value and crop year identification. PART 2 — PRODUCTS 2.01 PERMANENT SEED MMTURE, RURAL AREAS: A. Stabilization seeding shall be in accordance with MOT standard specification section 2601.03 permanent seeding of rural areas. B. Seed mixture shall be: Fescue, Fawn 55 lbs. per acre Ryegrass (Perennial) 45 lbs. per acre Birdsfoot Trefoil (Empire) 5 lbs. per acre 2.02 STABILIZATIONSEEDING: A. Stabilization seeding shall be in accordance with MOT standard specification section 2601.03 stabilizing crop seeding and fertilizing. B. Seed mixtures shall be one of the following: Spring- March 1 to May 20 Oat 2 bushel per acre Grain rye 25 lbs. per acre 02920-1 Red Clover 5 lbs. per acre Timothy 5 lbs. per acre Summer - May 21 to July 20 Oat 3 bushel per acre Grain rye 35 lbs. per acre Red Clover 5 lbs. per acre Timothy 5 lbs. per acre Fall - July 21 to September 30 Oat 2 bushel per acre Grain rye 35 lbs. per acre Red Clover 5 lbs. per acre Timothy 5 lbs. per acre 2.03 WET MESIC SEEDING. A. Seed mixtures shall be as identified on the plans and shall be approved by the Engineer. B. Seed shall be applied at the rate recommended by the supplier, typically 10 — 15 pounds of pure live seed per acre. C. A nurse crop to be applied before or simultaneously with the wet mesic seed shall be oats applied at 2 bushel per acre. 2.04 LIME AND FERTILIZER. A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen* - 13% Phosphorus - 13% Potash - 13% *At least 50 percent of nitrogen derived from natural organic sources of ureaform. PART 3 - EXECUTION 3.01 PERMANENT RURAL SEED and STABILIZATION SEED, FERTILIZER and LIME: A. Apply seed and fertilizer in accordance with [DOT Section 2601.03. Application rate of fertilizer for permanent rural seeding shall be 750 pounds per acre. Application rate of fertilizer for stabilization seeding shall be 450 pounds per acre. B. _Allowable seeding periods 1. Permanent Rural Seeding shall occur between March 1 and May 31 or between August 10 and September 30. Allowable seeding periods may be extended conforming to announcements by the Iowa DOT. 2, Stabilization seeding may occur at any time the seed bed can be adequately prepared. No seeding ,_ shall occur when the ground is frozen. 3.-;' Wef mesic seeding shall occur between March 31 and June 15 or between October 15 and the fust € � snow cover. If the wetland mitigation area grading is completed outside of these seeding periods, 02920-2 a grain nurse crop shall be promptly seeded and the wetland seeding shall occur during the next available allowable seeding period. If the wetland mitigation area grading is completed during these seeding periods, the wetland seeding shall occur promptly and a grain nurse crop shall be applied at the same time. 3.02 MULCH.• A. Mulch is not required on seeded areas on this project. Erosion control blankets or turf reinforcement mat shall be applied as indicated on the plans. 3.03 WATERING: A. Watering shall not be required on this project. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-100%\0339234-02920-R.doc: 8/9/12 ONPO-; N O T v C% rTl 7� N SECTION 02951 CHAIN LINK FENCES AND GATES PART I - GENERAL 1.01 SUMMARY: ' A. Chain link fencing including framework, fabric and accessories. B. Manual swing gates and related hardware. C. Concrete post foundations including required excavation or attachment to concrete surfaces as detailed. 1.02 RELATED REQUIREMENTS: A. Section 3300, Cast -In -Place Concrete 1.03 REFERENCE STANDARDS: A. ASTM A 123/A 123M — Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products; 2002. B. ASTM A 153/A 153M — Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Hardware; 2005 C. ASTM A 428/A 428M -Standard Test Method for Weight (Mass) of coating on Aluminum Coated Iron or Steel Articles; 2006. D. ASTM A491 - Standard Specification for Aluminum -Coated Steel Chain Link fence Fabric; 2007. E. ASTM F 567 - Standard Practice for Installation of Chain Link Fence; 2007. F. ASTM F 1083 — Standard Specification for Pipe, Steel, Hot Dipped Zinc Coated (Galvanized) Welded, for Fence Structures; 2008. G. CLFMI CLF 2445 — Product Manual; Chain Link Fence Manufacturers Institute; 1997. 1.04 SUBMITTALS. A. See Section 1300 Submittals for submittal procedures. B. Provide product data for fabric, posts, accessories, fittings and hardware. C. Provide shop drawings indicating plan layout, spacing of components post foundation dimensions, and schedule of components. 02951-1 1.05 QUALITYASSURANCE. A Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than five years of documented experience. PART 2 - PRODUCTS 2.01 MATERIALS CONFORMING TO IDOT SPECIFICATIONS: A. Chain Link Fence materials shall conform to the following divisions and sections of the IDOT Standard Specifications unless specified otherwise herein: Division 25. Miscellaneous Construction. Section 2519. Fence Construction. Division 41. Construction Materials. Section 4154. Fence Materials. B. Chain Link fence material shall be 2 inch diamond mesh interwoven wire 72 inches high and fabricated from No. 9 wires. The top and bottom salvage shall be knuckled unless noted otherwise. C. Posts, braces, rails and frames shall be standard weight galvanized Schedule 40 steel pipe meeting the requirements of ASTM F 1083. 1. Comer and Terminal posts shall be 3 inch diameter. 2. Line posts shall be 17/8 inch diameter. c� --3. Gate costs shall be 3 inch diameter for pedestrian gates and 6.63 inches for vehicular gates. 4. Top and brace rail shall be 1 5/8 inch diameter, plain end, sleeve coupled. _5. Tension wire shall be 7 gage single strand steel. O. -Tie wire shall be 9 gage Aluminum alloy steel wire. 7. -Gate frames shall be fabricated with welded connections using 1 5/8 inch diameter pipe for pedestrian gates and 2.38 inch diameter pipe for vehicle gates. D. Accessories and hardware shall be fabricated from materials compatible to and suitable for use with the posts and fence fabric. Finish shall be galvanized or aluminized. 1. Post caps shall make a driving fit over the top 1/2 inch of the post or have other suitable means of secure attachment. 2. Sleeves, bands, clips, rail ends, tension bars, fasteners, and fittings shall be fabricated from steel. 02951-2 3. Hardware for single swinging gates shall have hinges allowing 180 degrees ofswing, 2 hinges for gates up to 60 inches high, 3 hinges for taller gates, fork latch with gravity drop and padlock hasp. 4. Hardware for double swinging gates shall have binges allowing 180 degrees of swing, 2 hinges for gates up to 60 inches high, 3 hinges for taller gates, drop bolt on inactive leaf engaging socket stop set in concrete, active leaf latched to inactive leaf preventing raising of drop bolt, dock hasp, and keepers to hold gate in fully open position. PART 3 - EXECUTION 3.01 INSTALLATION.• - A. Install framework, fabric, accessories and gates in accordance with ASTM F 561; O 1. Place fabric on side of posts and rails to the outside of the area to be secured. 2. In yard areas set intermediate, terminal and gate posts plumb in PCC footings with top of footing 2 inches above finish grade. Slope top of concrete for positive water runoff. Post insertion into footing shall be a minimum of 2 feet 6 inches and the base of the footing shall be 3 foot 6 inches below grade. 3. Brace each gate, terminal and comer post to the adjacent line post with a horizontal center brace rail and diagonal truss rods. 4. Provide top rail through line post tops and splice with 6 inch long rail sleeve. 5. Do not stretch fence fabric until concrete foundations have cured 7 days minimum. 6. Stretch fence fabric between gate, terminal or corner posts or at intervals not to exceed 100 feet. 7. Position fabric 2 inches above the finished grade. 8. Fasten fabric to top rail, line posts, braces and bottom tension wire at the following spacing, on centers. a. Posts: Maximum 12 inch spacing. b. All other components: 24 inch spacing. 9. Attach fabric to end, corner and gate posts with tension bars and tension bar clips. 10. Install bottom tension wire stretched taught between terminal posts. 11. Where the hinged side of a gate is proposed adjacent to a building, a gate post and hinges shall be provided adjacent to the building. 12. At the center of double swing gates a drop rod retainer set in a concrete footing shall be provided. The footing shall extend to 3 feet 6 inches depth. 02951-3 3.02 A. B. C. TOLERANCES. The maximum variation from plumb shall be limited to 1/4 inch. The maximum offset from true position shall be limited to 1 inch. Fence components shall not infringe on adjacent property lines. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-02951.doc: 8/9/12 I 02951-4 C- _ c c� I 02951-4 d SECTION 03100 0 �5 CONCRETE FORMWORK ,l PART I - GENERAL J� p 1.01 DESCRIPTION: ' A. Work included: Provide formwork in accordance with provisions ofthis Section for cast -in-place concrete shown on the Drawings or required by other Sections of these Specifications. B. Related work: 1. Documents affecting work ofthis Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Section 03200: Concrete Reinforcement 3. Section 03300: Cast -in -Place Concrete 1.02 QUALITYASSUR,4NCE. A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Design of formwork is the Contractor's responsibility. C. Standards: In addition to complying with pertinent regulations of governmental agencies having jurisdiction, comply with pertinent provisions of ACT 347. 1.03 SUBMITTALS.- A. UBMITTALS. A. Comply with pertinent provisions of Section 01310. B. Product data: Within 30 calendar days after the Contractor has received the Owner's Notice to Proceed, submit manufacturers' data and installation instructions for proprietary materials including form coatings, ties, and accessories, and manufactured form system if used. L04 PRODUCTHANDLING: A. Comply with pertinent provisions of Section 01640. PART 2 - PRODUCTS 2.01 FORMMATERIALS. A. Except for metal forms, use new materials. Materials may be re -used during progress ofthe Work, provided they are completely cleaned and reconditioned, recoated for each use, and capable of 03100-1 producing formwork of the required quality. B. For footings and foundations, use Douglas Fir boards or planks secured to wood or steel stakes, substantially constructed to shapes indicated and to support the required loads. C. For studs, wales and supports, use Standard grade or better Douglas Fir, dimensions as required to support the loads but not less than 2" x 4". D. Wall forms: 1. Exposed concrete surfaces: a. Use 3/4" minimum thickness Douglas Fir plywood, grade BB, class I or H, exterior, sanded both sides, complying with PS -1. b. Seal edges and coat both faces with colorless coating which will not affect application of applied finishes. 2. Unexposed concrete surfaces: a. Use 1" x 6" shiplap Douglas Fir boards, surfaced one side and two edges, or 3/4" minimum thickness Douglas Fir plywood, grade BB plyform class I or 11, sanded both sides, mill -oiled. E. Column forms, if required: 1. For square or rectangular columns, use 2 inch thick Douglas Fir planks or joists, surfaced one side and two edges, or use metal forms. 2. For round columns, use metal forms or patented paper tube forms approved by the Engineer. 3. Construct column forms with tight joints and securely clamped together with steel clamps. 2.02 FORM TIES: A. Hold inner and outer forms for vertical concrete together with combination steel ties and spreaders approved by the Engineer. 1. Space ties symmetrically in tiers and rows, each tier plumb from top to bottom and each row level. 2. At horizontal pour lines, locate ties not more than 6 inches below the pour lines. Tighten after r� concrete has set and before the next pour is made. 3. For exposed concrete surfaces, provide form ties of removable type with she -bolts equipped with permanent plugs and a system approved by the Engineer for fixing the plugs in place. 03100-2 Z03 DESIGN OFFORMWORM A. Design, erect, support, brace, and maintain formwork so it will safely support vertical and lateral loads that might be applied, until such loads can be supported by the concrete structure. B. Carry vertical and lateral loads to ground by formwork system and in-place construction that has attained adequate strength for that purpose. C. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. D. Design forms and falsework to include assumed values of live load, dead load, weight of moving equipment operated on the formwork, concrete mix, height of concrete drop, vibrator frequency, ambient temperature, foundation pressures, stresses, lateral stability, and other factors pertinent to safety of the structure during construction. E. Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations, using wedges or jacks or a combination thereof. F. Provide trussed supports when adequate foundations for shores and struts cannot be secured. G. Support form materials by structural members spaced sufficiently close to prevent ob,kctionable deflection. r.. H. Fit forms placed in successive units for continuous surfaces to accurate adirEient;—ftee fi`or . irregularities, and within the allowable tolerances. L Provide formwork sufficiently tight to prevent leakage of cement paste during concrete plabement." Solidly buttjoints, and provide backup material at joints as required to prevent leakage an4revent fns. w 0 J. Provide camber in formwork as required for anticipated deflections due to weight and pressures of fresh concrete and construction loads. 2.04 EARMFORMS. A. Side fomes for footings may be omitted, and concrete may be placed directly against excavation, only when requested by the Contractor and approved by the Engineer. B. When omission of forms is accepted, provide additional concrete 1 inch on each side of the minimum design profiles and dimensions shown on the Drawings. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS: A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 03100-3 3.02 FORM CONSTRUCTION: A. General: 1. Construct forms complying with ACI 347 to the exact sizes, shapes, lines, and dimensions shown, and as required to obtain accurate alignment, location, grades, and level and plumb work in the finished structure. 2. Provide for openings, offsets, keyways, recesses, moldings, reglets, chamfers, blocking, screeds, bulkheads, anchorages, inserts, and other features as required. B. Fabrication: 1. Fabricate forms for easy removal without hammering or prying against concrete surfaces. 2. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. 3. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and assure ease of removal. 4. Provide top forms for inclined surfaces where so directed by the Engineer. C. Forms for exposed concrete: C , T. Drill forms to suit ties being used, and to prevent leakage of cement paste around tie holes. Do not splinter forms by driving ties through improperly prepared holes. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back the joints with extra studs or girls to maintain true, square intersections. 3. Use extra studs, wales, and bracing to prevent objectionable bowing of forms between studs, and to avoid bowed appearance in concrete. Do not use narrow strips of form material which will produce bow. D. Comer treatment: 1. Unless shown otherwise, form chamfers with 3/4" x 3/4" strips, accurately formed and surfaced to produce uniformly straight lines and tight edges. 2. Extend terminal edges to required limit, and miter the chamfer strips at changes indirection. E. Locate control joints as indicated on the Drawings and, where required but not shown on the Drawings, as approved by the Engineer. F. Provisions for other trades: 1. Provide openings in concrete formwork to accommodate work of other trades. 2. Verify size and location of openings, recesses, and chases with the trade requiring such items. 03100-4 3. Accurately place and securely support items to be built into the concrete. 3.03 FORM COATINGS: A. Coat form contact surfaces with form coating compound before reinforcement is placed. 1. Do not allow excess form coating material to accumulate in for the forms or to come in contact with surfaces which will bond to fresh concrete. 2. Apply the form coating material in strict accordance with its manufacturer's recommendations. 3.04 REMOVAL OF FORMS: A. General: 1. Do not disturb or remove forms until the concrete has hardened sufficiently to permit form removal with complete safety. 2. Do not remove shoring until the member has acquired sufficient strength to support its own weight, the load upon it, and the added load of construction. 3. Do not strip floor slabs in less than two days. 4. Do not strip vertical concrete in less than seven days. B. Finished surfaces: i 1. Exercise care in removing forms from finished concrete surfaces so that`sm�es:Are not marred or gouged, and that comers are true, sharp, and unbroken. w c 2. Release sleeve nuts or clamps, and pull the form ties neatly. 3. Do not permit steel spreaders, form ties, or other metal to project from, or be visible on, any concrete surface except where so shown on the Drawings. 4. Solidly pack form tie holes, rod holes, and similar holes in the concrete. For packing, use the cement grout specified in Section 03300 ofthese Specifications, flushing the holes with water before packing, screeding off flush, and grinding to match adjacent surfaces. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-03100.doc: 8/9/12 03100-5 SECTION 03200 CONCRETE REINFORCEMENT PART 1- GENERAL 1.01 WOR%INCLUDED: A. Reinforcing steel for all structural concrete. _ B. Reinforcing steel for reinforced masonry walls. C. Reinforcing mesh. L02 QUALITYASSURANCE:CA j A. Reference standards: 1. ACI 301 "Specifications for Structural Concrete for Buildings". 2. ACI 302 "Recommended Practice for Concrete Floor and Slab Construction". 3. ACI 318 "Building Code Requirements for Reinforced Concrete". 4. ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures". 5. Where provisions of pertinent codes and standards conflict with this Specification, the more stringent provisions shall govern. 1.03 PRODUCTHANDLING: A. Protection: 1. Use all means necessary to protect concrete reinforcement before, during, and after installation and to protect the installed work and materials of all other trades. 2. Store in a manner to prevent excessive rusting and fouling with dirt, grease, and other bond -breaking coatings. B. In the event of damage, immediately make all repairs and replacements at no added cost to the Owner. PART 2 - PRODUCTS 2.01 REINFORCEMENT. - A. All concrete reinforcement materials shall be new, free from rust and in compliance with industry standards. 03200-1 B. Reinforcing shall conform to ASTM A615, grade 60. Rolled in grade marks shall visually establish the grades. C. Accessories: bar spacers, chairs, bolsters, wall ties, etc. See ACI 315 for the type, number, and spacing of accessories. 1. Use non -corrosive accessory products in all locations unless authorized otherwise by engineer. PART 3 - EAECUT ION 3.01 FABRICATION: A. Cut bars to required length. Cold bend to shape required. 3.02 PLACING. A. Place reinforcement according to ACI 315. B. Position reinforcement accurately before concrete is poured. Secure with 16 -gauge wire, chairs, or clips. C. On ground and where necessary, supporting blocks of concrete may be used. D. Maximum spacing for reinforcement supports in slabs shall not exceed 4' -0" on center unless noted otherwise. D. Bars shall be continuous around corners, in steps -down, in wall intersections, and through construction joints. E. Minimum protection between face of steel and outer face of concrete: 1. 2" for all steel including ties and stirrups. 2. 3" where formed up against earth or above a granular base course. F.: Splices and laps shall be in accordance with requirements of ACI -318. G. Place.dowels in footings at location of vertical steel. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-03200.doc: 8/9/12 03200-2 SECTION 03300 CAST -IN-PLACE CONCRETE PART I -GENERAL 1.01 WORK OF THIS SECTION.• A. Extent: The work required under this section consists of all job placed concrete work, including curing, and related items necessary to complete the work indicated on drawings and described in the specifications. L02 RELATED WORK• A. Section 01400: Quality Control B. Section 03100; Concrete Formwork i B. Section 03200: Concrete Reinforcement. T yi co L03 SUBMITTALS. A. Submit a complete list of all materials proposed to be furnished and installed under this portion ofthe Work. Show manufacturer's name and catalog number ofall items such as admixtures and membranes, the name and address of the ready -mix concrete supplier and mix designs. B. Laboratory design mix: 1. Provide designs for all mixes prepared by a licensed civil engineer. 2. Whenever character or source ofmaterials is changed, provide mix design in accordance with ACI 613. C. Delivery tickets: A copy of each ticket shall be retained for the records ofthe Engineer. Tickets shall be forwarded to the Engineer after each stage of pouring. See Part 2, paragraph 2.01.A. L04 QUALITYASSURANCE. A. Provide at least one person who shall be present at all times during execution of this Work and who shall be thoroughly trained and experienced in placing the types of concrete specified and who shall direct all Work of this Section. For finishing of exposed surfaces of the concrete, use only qualified finishers. B. Codes and Standards: 1. Comply with all requirements of "ACI 301 -Specifications for Structural Concrete for" except as modified by these contract documents 03300-1 2. Any material or operation referenced to the published specifications of a manufacturer, the American Society for Testing and Materials (ASTM), the American Concrete Institute (ACI), the Portland Cement Association (PCI), the Concrete Reinforcing Steel Institute (CRSI), the Local Building Code, or other published standard, shall comply with the requirements of the current edition of the specification or standard listed. In case of a conflict between the reference specifications and the project specifications, the project specifications shall govem. 3. Cold weather protection: Comply with ACI 306. 4. Hot weather protection: Comply with ACI 305. C. Refer to Section 01400 for testing requirements. Also see section 3.07 of this specification. D. The owner will engage a special inspector to perform inspections and report on the following: 1. Steel reinforcement placement 2. Verification of mix design 3. Concrete Placement 4. Curing Procedures 1.05 PRODUCTBANDLING. A. Protection: Use all means necessary to protect cast -in-place concrete materials before, during and after installation and to protect the installed work and materials of other trades. B. Replacements: In the event of damage, immediately make all repairs and replacements necessary and at no added cost. PART 2 - PRODUCTS 2.01 CONCRETE. A. Proportioning: All concrete shall be ready -mixed, furnished by a mixing plant, mixed, delivered and handled within limits established by ASTM C 94 and Chapter 7 of ACI 301. B. Delivery Tick4ts: In addition the ready -mixed concrete producer shall furnish duplicate delivery tickets- with each load of concrete delivered to the project. The delivery ticket shall indicate the delivery date and time dispatched; name and location of the project; name of contractor; name of 'ready -mixed concrete producer; truck number; number of cu. yds. of concrete in load; class of concrf6; the -cement content in bags per cu. yd. of concrete; type and brand of cement; admixtures in ooncrete, if atay; :maximum size of aggregate and the amount of water added at job, if any. C. Quality:All concrete shall have the following minimum compressive strength at 28 days and shall conforin4o the following limits: Location 28 day 0 max. W/C ratio % Air All Concrete 4000 0.45 5%-7% 03300-2 Maximums shall be 4" without a water -reducing -admixture (WRA). After addition of a WRA, maximum slump of up to 8" is allowed as long as max W/C ratio of 0.45 is not exceeded, and as long as segregation does not occur in the mix. D. Mix Materials: 1. Portland Cement: Normal Portland Cement; ASTM C150 -69a, Type I High early strength Portland Cement; ASTM C150 -69a, Type 11. 2. Fine Aggregate: Clean, hard, well graded natural sand or pulverized rock or a combination of both and conforming to ASTM C33-67. Free of chlorides and/or materials reactive with alkali in cement. 3. Coarse Aggregate: Clean, hard, crushed limestone conforming to Iowa Department of Transportation (DOT) Gradation No. 4115. Coarse aggregate shall be Durability Class 2 according to Iowa DOT Standard Specifications. Note: Provide sieve analysis and specific gravity tests for all aggregates used in concrete mixes. 4. Mixing Water: Clean and free from oil, acid and injurious amounts of vegetable matter, salts, alkalies, and other impurities. 5. Air -entraining admixture: Air -entraining admixture shall conform to ASTM C 260. 6. Admixtures: Admixtures other than air -entraining may be used if incorporated into the design mix and accepted by the Engineer. F. Curing Membrane: 1. Curing wherever possible shall be with wet, clean, unwrinkled, non -staining burlap and soaker hoses. Where not feasible and where authorized by the engineer the following curing membrane may be used: C_; 2. Euclid - KUREZ DR VOZ: a hydro -carbon based dissipating resin that provides an initial cure, and then dissipates in 4 to 6 weeks with UV exposure. 3. Equivalent products may be submitted for possible approval. G. Vapor Barrier: Vapor barrier shall be a 6 mil polyethylene film lapped 6" minimum -do not puncture. I. Non -Shrink Grout: The grout shall be non -shrink, non-ferrous, heavy duty grout. Compressive strength at 28 days shall be minimum 10,000 pounds per square inch. Grout shall remain workable for a minimum of 30 minutes following mixing. Grout shall conform to the requirements of CRD -C621. J. Patching Grout: See 3.04, B.4 of this Section. 03300-3 K. Epoxy -resin Surface Repair (confirm appropriateness with engineer prior to proceeding): Use either "Calm Surface-Kote" manufactured by the Sika Chemical Corporation or "Thipoxy 63" manufactured by W. R. Dewey & Almay Chemical Division, W. R. Grace & Co. 2.02 MATERIALS FOR JOINTS: A. Expansion Joint Fillers: 1. Joint fillers shall be of thicknesses indicated on Drawings. Fillers shall extend the full depth ofthe slab with allowance to receive joint sealant where indicated. B. Expansion Joint Sealant: Expansion joint sealant shall be Sikaflex -la conforming to Fed. Specification TT -S-0023 OC, Type II, Class A. Install sealant in strict accordance with approved manufacturer's recommendations. C. Control and Construction Joints: 1. Backer Rod: Backer rod shall be extruded resilient closed cell polyethylene of size shown on drawing, as manufactured by Sonnebom Building Products or equal. 2. Sealant: Sealant shall be a two part urethane elastomeric sealant which complies with Federal Specification TT -S -00227E, Type II, Class A, Corps ofEngineers CRD -C-506-72; ASTM C.920; Type M, Grade NS, Class 25 as manufactured by Sonnebom Building Products or equal. Color sball be as selected by Engineer. For installation, surface shall be primed for immersion conditions as specified by manufacturer. r D. Waterstop:, 1 1. Walerstop fbr wall and slab construction joints shall be dense, homogeneous and uniform along the entire length. Holes and imperfections will be cause for rejection. Waterstops shall be as a noted in the plans or unless noted otherwise shall be 6 inches by 3/16 inches, multiple -rib type with hollow center bulb fabricated from a base resin of virgin polyvinyl chloride (PVC) and no reclaimed material. All waterstops_shall utilize factory -made corners, intersections, etc. PART 3 — EAECUTION 3.01 COOPERATION. A. Cooperate with other trades whose work is related or dependent upon placing of concrete. B. Allow reasonable time for placing of materials or completion ofwork by other trades before beginning the placing of concrete. C. Notify Engineer and test agency at least 48 hours in advance of each pour. 3.02 PREPARATION.• A. General Preparation: Remove all debris, water, and ice from forms and reinforcement. Be sure other 03300-4 trades have all work in place. Check forms and placement of reinforcement. B. Preparation of Floor Slabs: Place 6 mil polyethylene film over gravel fill, lap joints 6". Install reinforcing where noted on Drawings. C. Place reinforcement accurately in position shown, securely fasten and support to prevent displacement before and during pouring. Cleaning, bending, placing, tieing, and splicing of reinforcement shall be done in accordance with requirements in the ACI Code and specification section 03200. E. Inserts and Fasteners: Provide as required. F. Verify that concrete may be placed to the lines and elevations indicated on the Drawings and with all required clearance from reinforcement. G. Discrepancies: In the event of discrepancy, immediately notify the Engineer. Do -not proceed with; installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.03 PLACING CONCRETE. A. Place all concrete in accordance with requirements of the ACI Building Code 318 and as modified herein. Concrete shall be rapidly handled from mixer to forms and deposited as nearly as possible in its final position to avoid segregation. Slabs and Flatwork: Concrete shall be spaded or rodded and worked by hand to assure close contact with all surfaces or forms and reinforcement. Bring slabs to required level with a strike board. Pour concrete continuously until panel or section is completed. Place and finish concrete slabs in one course. 2. Formed Concrete: Use special care to assure a homogenous concrete mixture. Thoroughly compact concrete with vibrators immediately after depositing especially near waterstops and corners to produce dense, even surfaces free of aggregate pockets or honeycombs. Concrete placed in tall wall forms shall be placed using a tremie pipe to prevent segregation that would otherwise occur as a result of concrete splashing down from a higher elevation. In general, concrete shall be deposited directly at the desired location and not poured or splashed down from above. 3. Concrete shall be mixed only in quantities for immediate use. Concrete which has set shall not be retempered, but shall be discarded. Slump, air, and strength (3 cylinders) tests shall be performed for each delivery of concrete to the job site. 4. Under no circumstances shall water be added at the jobsite. A water reducing admixture shall be utilized to ensure workability and consolidation while keeping the W/C ratio less than 0.45 by weight. 5. Changes in water -cement ratio, in addition to the above, will be checked for slump by testing laboratory representative and recorded. The Engineer and Contractor will be notified of all deviations from the Specifications. Concrete with slump in excess of specified amount or with water -cement ratio in excess of design mix will be rejected. 03300-5 B. Construction Joints: 1. Joints not shown on the drawings shall be so made and located as to least impair the strength of the structure and shall be reviewed for location by Engineer prior to placement. Joints in walls shall be at the underside of floors and at the top of footings. 2. Reinforcing steel and welded wire fabric shall be continuous across construction joints. Reinforcing steel and welded wire fabric shall be discontinuous across control joints. Keys and inclined dowels shall be provided as indicated. Longitudinal keys at least 1 1/2" deep shall be provided at all joints in walls and between walls and footings. 3. The surface of construction joints shall be thoroughly cleaned and laitance removed immediately before new concrete is placed; joint shall be wetted and standing water removed. 4. Provide 5/8 inch bolt inserts greased for easy removal 3 inches to 4 inches below horizontal construction joints at the same spacing as regular ties to tighten the forms against the hardened concrete. Other methods of achieving a leakproof joint may be used with the approval of the Engineer. No horizontal construction joints will be permitted in slabs, joists, beams or girders. 5. Vertical joints in reinforced slabs, joists, beams and girders shall be perpendicular to the axis or surface of the members jointed and near the center of the span. If an intersecting member occurs at that point, the joint shall be offset a distance equal to twice the width of the member. C. Waterstops 1. c -Provide continuous waterstops at all joints of foundation slabs, and concrete walls below grade, -7and adjacent to dry working areas. Provide waterstops and sealant in expansion joints where indicated on Drawings. Embed approximately half of the width of the waterstops on each side of the joint. - 2. 4plice but joints in waterstops by heat sealing the adjacent surfaces in accordance with the Manufacturer's recommendations. Do not expose the waterstop to a direct flame which could �eause charring. Lap splices will not be permitted. Support and protect the waterstop during ;construction and repair or replace any damaged waterstop. Use factory -made comers, Intersections, etc. No field splicing at corners, tees, ect. shall be allowed. D. Concrete Foundations for Equipment: Concrete equipment pads and foundations shall be provided as shown on the Drawings and on manufacturer's approved shop drawings. Fastening devices and accessories shall be located by templates or setting diagram furnished by the manufacturer. E. Protection: 1. Comply with ACI 305, 306 and ACI 605-59 for protecting and curing concrete in cold and hot weather. Fresh concrete shall be protected from rain. Keep all concrete wet for a minimum period of 7 days after placing. To enable curing water to reach wall surfaces, loosen the forms and pour water between the concrete and the fomes. Provide coverings or curing compound for concrete that is not fully cured after fomes are removed. Coverings and curing compounds shall be of a type that will not stain or discolor finished concrete surfaces. 03300-6 2. Curing of flatwork shall be started immediately after the surface has been finished and the free surface water has evaporated. Remove all loose materials and debris from concrete surfaces and cure surfaces by covering with constantly saturated moisture retaining fabrics where possible. Where not feasible and where authorized by the engineer, impervious sheeting or membrane curing compounds may be used in lieu of wet fabric. Where impervious sheeting is used, the concrete shall be thoroughly wetted with a fine spray before they are covered with the sheeting. Sheeting shall provide complete surface coverage with all joints lapped at least 4 inches and secured in a manner that will not damage the concrete surface. During the curing period, repair or replace all damaged sheeting. 3. If Curing Compounds are authorized for use: Membrane curing compounds shall be in accordance with ASTM C309 and C156. Thoroughly moisten the concrete surface with a light spray of water and apply curing compound with power spraying equipment in a two -coat continuous operation. Apply the coats at right angles to each other with a coverage of 200 square feet per gallon per coat. Begin application not later than 4 hours after finishing of the surface. The application shall result in an uninterrupted adherent film and shall remain free of defects during the curing period. 3.04 FINISHING CONCRETE: A. Flat Work: 1. Immediately after the concrete has been struck off, a derby from 30" to 80" long shall be- used to _. float the surface to eliminate any high or low spots and to embed the coarge.aggregate for tl subsequent floating and troweling. On large areas a long handled bull float shall be used: Do not i use a hand tamper (jitterbug). w 2. Edge and joint slabs as soon as the bled water and water sheen has left the surface and float with an aluminum or magnesium float. Wood floats tend to stick to and tear the concrete surface, especially when air -entrained concrete is being finished. 3. Immediately following floating, the surface shall be steel -troweled using a rotary mechanical trowel except for small areas. Follow with successive steel -troweling until a smooth finish is achieved; for exterior concrete the steel -troweled surface shall be lightly broomed with a fine hair broom to produce a non -slip surface. 4. Slope or crown exterior concrete for drainage. Pitch interior concrete to drains 1" to 10' or as indicated. Tolerance on slabs shall not exceed 3/16" in 10 feet. 5. Patch defective areas as required using patching mortar after fust removing bulges, fins, form marks, and other defective areas. 6. Concrete finishing shall be done in accordance with the PCA Cement Mason's Manual for General Construction. B. Formed Surfaces: 1. Remove forms in accordance with ACI Code when concrete will safely support itself. 03300-7 2. Allow the Engineer to inspect concrete before patching. 3. Defective concrete shall be removed and replaced at Contractor's expense. Engineer may grant permission to patch. 4. Patch the holes and defective areas where permitted by the Engineer. Wet area to be patched, in order to prevent absorption of water from patching mortar. Use grout of equal parts, Portland Cement and sand brushed well into the surface followed by patching mortar. Patching mortar shall not be richer than 1 part cement to 3 parts sand. C. Where continuously wet burlap is not feasible, apply curing compound to walls and slabs in accordance with manufacturer's written instructions and application rate and as indicated by the Engineer. 3.06 CONSTRUCTION TOLERANCES. A. Contractor is responsible for setting and maintaining concrete formwork so as to insure erection of completed work within tolerances necessary to accommodate the installation of other rough and finish materials. All remedial work necessary for correcting excessive tolerances shall be the responsibility of the, Contractor and shall be done at no additional cost to the Owner. B. In addition, erected work that exceeds following specified tolerance limit shall be remedied or removed and replaced at no additional cost to the Owner. C. Variations listed below, in established lines, grades and dimensions of completed concrete work are maximum permissible: J 1. Nariation from plumb: a. In line and surfaces piers and walls in 10'-0", no more than 1/4". b. For exposed comer columns, control- joint grooves & other conspicuous lines in bay or 20'- 0", no more than 1/4". 2. Variation of linear building lines from established position in plan & related position of columns, in any bay or wall & partitions. 29'-0" maximum of 1/4". 3. Variation in thickness of walls Minus 1/4", Plus 1/2". D. Visible, and significant shrinkage cracking resulting in loss of water -tightness will be grounds for rejection. 3.07 CONSTRUCTIONCONTROL TESTS. A. The Contractor shall pay for the tests required as follows: 1. Slump: ASTM C143-58. One test for each four loads. Keep job record of locations and slump. 03300-8 2. Strength: ASTM C 172-53, C31-59, C39-61. Make one set of 3 cylinders for each 4 hours pour. Make two sets per day but not less than one set for each 25 cu. yds. Tag cylinders to show date and location of pour. Cylinders shall be protected from damage and taken to the testing laboratory at age 2 days and cured according to ASTM C31-69. For each set of 3 cylinders, test one at 7 days; one at 28 days; and one as directed by the Engineer. Submit a copy of all results to the Engineer. 3. Perform one air entrainment test for each set of 3 cylinders. B. Enforcement of Strength Requirements: If results of advance tests indicate 28 day strengths less than that specified for each class of concrete, the mixes shall be redesigned and new tests made. No concrete shall be poured until advance test results indicate that specified strengths of concrete can be obtained. Note that minimums are established for strength of each class of concrete. In no instance shall less than the specified amount of cement be used, except as approved by the Engineer. 2. If results of job tests indicate that the 28 day strength of any class of concrete is less than that specified, then (1) subsequent concrete shall be mixed using an adjusted mix, (2) additional moist curing shall be provided for concrete already poured. In the event that such additional curing does not give the strength required, as determined by load tests (ASTM 318-56), or cured cylinder tests, and if such tests indicate the necessity, the defective parts shall be removed and replaced. 3. Provide core tests only when specifically so directed by the Engineer, because of low cylinder test results. Cut from locations directed by the Engineer, securing in accordance with ASTM C42, and prepare and test in accordance with ASTM C39, or to the latest revisions of said ASTM Standards. 3.08 CLEANING: A. All concrete floor construction shall have the surfaces thoroughly scrubbed and cleaned wg'TI clear water. This cleaning shall be done immediately before laying the various types of floors. After, cleaning, the slabs shall be protected until they are accepted for floor finishing work i B. The contractor shall be responsible for cleaning of all surfaces affected by the corriete work. No extraneous concrete shall be left on the side or on any structures. Any discoloration on any surface caused by the concrete work shall be completely removed. C. The contractor will clean/remove the curing compound as directed by the engineer and in accordance with the manufacturer's written instructions. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-100.0/0\0339234-03300.doc: 8/9/12 03300-9 PART I - GENERAL 1.01 L02 1.03 1.04 SECTION 04100 MASONRY - MORTAR Scope: A. This section includes, but is not limited to, mortar for laying concrete block and brick and grouting of bond beams, vertical core reinforcing and grouting of door frames. QUALITYASSURANCE. A. Standards 1. American Society for Testing and Materials a. ASTM C 5-68 (1974), Quicklime for Structural Purposes _ T b. ASTM C 144-70, Aggregate for Masonry Mortar c. ASTM C 15-074, Portland Cement —• d. ASTM C 207-74, Hydrated Lime for Masonry Purposes ;..".� e. ASTM C 170-73, Mortar for Unit Masonry ' f. ASTM C 476-71, Mortar and Grout for Reinforced Masonry g. ASTM C 595-74, Blended Hydraulic Cements ca 2. Brick Institute of American: a. BIA M 1-72, Portland Cement -lime Mortar for Brick Masonry 3. Uniform Building Code: a. UBC 24-23, Field Test for Grout and Mortar B. Use same manufacturer's products throughout project. Color as selected by architect. SUBMITTALS: A. Certification of tests by approved laboratory at Contractor's expense. B. Report of Quality Control Tests for Aggregate: 1. Color tests for organic materials. 2. Decantation test for silt. 3. Sieve analysis. PRODUCT DELIVERY, STORAGE AND HANDLING. A. Deliver and store manufactured products in original, unopened containers 04100-1 B. Store cementious ingredients in weather -tight enclosures and protect against contamination and warehouse set. C. Stock pile and handle aggregates to prevent contamination from foreign materials. D. Store admixtures to prevent contamination or damage from excessive temperature changes. E. Keep water free of harmful materials. 1.05 ENVIRONMENTAL REQUIREMENTS.- A. EQUIREMENTS. A. Heat mixing water when air temperature is below 40 degrees F. (4 degrees C.), to assure mortar temperature between 40 degrees F. and 120 degrees F. (50 degrees C.) until used. B. Produce subsequent mortar batches within +10 degrees F. (+6 degrees C.) of first batch. C. Do not heat water or sand above 120 degrees F. PART 2 - PRODUCTS 2.01 MORTAR MATERIALS: A. Portland Cement: ASTM C 150, Type I. _ J. Air entrainment not permitted. B.::Hydtated Lime: ASTM C 207, Type S. T. Air Entrainment not permitted. C.c Aggrcgafe: ASTM C 144; Sand -Hard, sharp, clean D. 9 ater: Clean and free of deleterious amounts of acids, alkalies or organic materials. N E. Admixtures: 1. Hydrotite Plus by A.C. Horn or Master Builders Omicron. a. 1 lb. per sack cement and 1 lb. per cubic ft. lime. F. Anti -freeze Compounds: None allowed. 2.02 MORTAR MIXES: A. Property Specification, ASTM C 270. 1. Type M - when in contact with earth, in reinforced masonry or bond beams. a. Compressive strength at 28 days: 2500 PSI 04100-2 2. Type S - all other locations. a. Compressive strength at 28 days: 1800 PSI B. Mixing Procedure: 1. Measure materials by volume or equivalent weight. 2. Do not measure by shovel. 3. Mix ingredients in clean mechanical batcher for three (3) minutes. 4. Use minimum amount of water to produce workable consistency. 5. Re -temper stiffened mortar only with 2 1/2 hours after initial mixing. LIL�A►:I�(/i�(I 3.01 APPLICATION. A. Apply mortar in accordance with Section 04210. END OF SECTION T.\0339\0339-234-\SpeciBcations\SPEC-1000/o\0339234-04100.doc: 8/9/12 04100-3 � Y 04100-3 SECTION 04210 UNIT MASONRY PART 1 -GENERAL o 1.01 Scope. _ A. This section includes exterior concrete block and brickwork. ; B. The following similar work is under other sections: Section 04100 - Mortat W17) 1.02 QUALITYASSURANCE: A. Submit name of proposed supplier. B. Construct masonry to meet requirements of Uniform Building Code. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING. A. Store block off ground to prevent contamination by mud, dust, or materials likely to cause staining or other defects. B. Cover materials as necessary to protect from elements. C. Protect anchors, ties and reinforcements from elements. 1.04 COLD WEATHER PROTECTION. A. Do not place masonry units when air temperature is below 40 degrees F. B. Protection requirements for completed masonry and masonry not being worked on: 1. Mean daily air temperature 32 degrees F. (0 degrees C.) to 25 degrees F. (4 degrees C.): Completely cover masonry with non -staining weather -resistive membrane for 24 hours. 1.05 HOT WEATHER PROTECTION. A. Protect masonry construction from direct exposure to wind and sun when directed in an ambient air temperature of 99 degrees F. (37 degrees C.) in the shade with relative humidity less than 50%. PART 2 - PRODUCTS 2.01 CONCRETE BLOCK. A. Two core structural 1. Nominal face dimensions as per drawings unless otherwise indicated. 04210-1 2. Standard mortar mix; rake joints. Color as approved by Engineer. 3. Stone face texture all exposed surfaces. Color as selected by Engineer. B. Face Brick 1. Standard size, texture, and color to match existing. Submit samples to Engineer for approval. 2. Mortar color as selected by Engineer. PART 3 - EXECUTION 3.01 INSPECTION.• A. Condition of surfaces: Inspect foundations to assure surfaces to support brick work area as follows: 1. To proper grades and elevations. 2. Free of all dirt and other deleterious material. 3. All surfaces not properly prepared have been satisfactorily corrected. B. Verify initial absorption rate of brick is within acceptable limits. _ o 3.02 ALLOWABLE TOLERANCES. A. Maximum variation from plumb: —t 7D -- 1. In lines and surfaces of columns, walls and arrises. a. 1/4 inch in 10 feet. (1:480) b. 3/8 inch in any story or 20 foot maximum. c. 1/2 inch in 40 feet. (1:960) 2. For external corners, expansion joints and other conspicuous lines: a. 1/4 inch in any story or 20 foot maximum. b. 1/2 inch in 40 feet. (1:960) B. Maximum variation from level or grades for exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines. C. Maximum variation of linear building line from an established position in plan and related portions of columns, walls and partitions. 1. 1/2 inch in any bay or 20 feet maximum. 2. 3/4 inch in 40 feet. (1:960) 04210-2 3.03 LAYING BRICKWORK (CONCRETE BLOCK, OR GLAZED TILE): A. Preparation: Brick: Reduce initial absorption of brick exceeding 30 G/Min/30 sq. in. (0.19 sq. M) by thoroughly wetting bricks with clean water 24 hours prior to placement. 2. Anchors, ties and reinforcement: Remove all dirt, ice, loose rust and scale prior to installation. 3. Do not install cracked, broken or chipped masonry units exceeding ASTM allowances. B. hrstallation: 1. Use masonry saws to cut and fit exposed units. 2. Lay brick plumb, true to line and with level courses accurately spaced within allowable tolerances. 3. Stop off horizontal run by racking back in each course: toothing is not permitted. 4. Adjust units to final position while mortar is soft and plastic. 5. If units are displaced after mortar has stiffened, remove, clean joints and units or mortar and relay with fresh mortar. 6. Adjust shelf angles to keep work level and at proper elevation. 7. Provide pressure relieving joints by placing a continuous 1/8" (3 MM) foam neoprene paper pad under the shelf angle. 8. When joining fresh masonry to set or partially set masonry: CJ a. Remove loose brick and mortar. b. Clean and lightly wet exposed surface of set masonry prior to laying fre'shinaso?uy. 9. Lay brick in 1/2 bond. - 10. Continuous joint reinforcement spaced not more than 16" (406 MM) ver4cally. C. Protection of work: 1. Protect sills, ledges and offsets from mortar drippings or other damage during construction. 2. Remove misplaced mortar or grout immediately. 3. Protect face materials against staining. 4. Protect the doorjambs and comers from damage during construction. 04210-3 D. Mortar Beds: 1. Lay brick with full mortar coverage on horizontal and vertical joints in all courses. 2. Provide sufficient mortar on ends of brick to fill head joints. 3. Rock closures into place with head joints thrown against two adjacent bricks in place. 4. Do not pound corners or jambs to fit stretcher units after setting in place. 5. Where adjacent to corners or jambs must be made after mortar has started to set, remove mortar and replace with fresh mortar. E. Joint: - — V t.v 1. Horizontal and vertical face joints: — a. Nominal thickness: 3/8". b. Construction uniform joints. c. Shove vertical joints tight. it. Tool concave joints in exposed surfaces when thumbprint hard using joining.t9ol. e. Concave tool exterior joints below grade. — f. Flush cut all joints not tooled. g. Fill horizontal joints between top of masonry partition and underside of concrete beams with mortar. 2. Movement joints: Keep clean of all mortar and debris. F. Flashing: 1. Clean surface of masonry smooth and free from projections which might puncture or otherwise damage flashing material. 2. Place through -wall flashing on bed of mortar. 3. Cover flashing with mortar. G. Weep holes: 1. Provide weep holes in head joints in fust course immediately above all flashing. 2. Place and leave sash cord wick in head joint. 3. Maximum spacing: 24 in. (600 MM) O.C. 4. Keep weep holes and area above flashing free of mortar drippings. H. Structural Bonding: 04210-4 1. Bond or anchor corners and intersections of load bearing brick walls. 2. Use continuous prefabricated joint reinforcement to bond multi-wythe walls, spaced not more than 16 in. (406 MM) vertically. I. Anchoring: 1. For intersecting bearing or shear walls carried up separately: a. Provide rigid steel anchors spaced not more than 2 ft. (0.6 M) apart vertically. 2. Anchor nonbearing partitions abutting or intersecting other walls or partitions with cavity wall ties at vertical intervals of not more than 2 ft. (610 MM). 3.04 BUILT-IN WORK. - A. Avoid cutting and patching. B. Install bolts, anchors, nailing blocks, inserts, frames, vent flashings, conduit and other built-in items as masonry work progresses. C. Solidly grout spaces around built-in items. 3.05 POINTING AND CLEANING.- A. LEANING. A. Cut out any defective joints and holes in exposed masonry and repoint with mortar. B. Dry brush masonry surface after mortar has set at end of each day's work and after final pointing. C. Clean exposed unglazed masonry with stiff brush and clear water. D. Apply cleaning agent to sample wall area of 20 square feet (2 square meters) in location acceptable to the Architect, if cleaning by water does not produce satisfactory results. 1. Do not proceed with cleaning until sample area is acceptable to Architect. 2. Follow manufacturer's recommendations. 3. Thoroughly wet surface of masonry on which no green efflorescence appears before using cleaning agent. r, 4. Scrub with acceptable cleaning agent. w 5. Immediately rinse with clear water.— �� e 6. Work small sections at a time. 'rT 77 CIO 7. Work from top to bottom. _ s 04210-5 J 8. Protect sash, metal lintels and other materials which may corrode when masonry is cleaned with acid solution. 9. Remove green efflorescence in accordance with brick manufacturer's recommendation. E. Leave work area and surrounding surfaces clean and free of mortar spots, droppings and broken masonry. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/.\0339234-04210.doe: 8/9/12 04210-6 iv 0 r•! 77 i W 04210-6 SECTION 04210 UNIT MASONRY PART I - GENERAL LOl Scope: A. This section includes exter' r concrete block and brickwork. B. The following similar work is der other sections: Section 04 1.02 QUALITYASSURANCE: A. Submit name of proposed supplier. - Mortar B. Construct masonry to meet requirements Unifo uilding Code. 1.03 PRODUCT DELIVERY, STORAGE AND N LING: A. Store block off ground to prevent contamina ' n y mud, dust, or materials likely to cause staining or other defects. B. Cover materials as necessary to protect om eleme s. C. Protect anchors, ties and reinforce ms from elements. L04 COLD WEATHER PROTECTI N. A. Do not place masonry units hen air temperature is below 40 e, B. Protection requirements r completed masonry and masonry not 1. Mean daily air to erature 32 degrees F. (0 degrees C.) to 25 Completely cove asonry with non -staining weather -resistive 1.05 HOT WEATHER P OTECTION.- F. worked on: s F. (4 degrees C.): rane for 24 hours. A. Protect maso construction from direct exposure to wind and sun when d ected in an ambient air tempera re of 99 degrees F. (37 degrees C.) in the shade with relative h dity less than 50%. PART2- 2.01 CON RETE BLOCK. /WO core structural 1. Nominal face dimensions as per drawings unless otherwise indicated. 04210-1 A. 2. Standard mortar mix; rake joints. Color as approved by Engineer. 3. Stone face texture all exposed surfaces. Color as selected by Engineer. B. Face Brick 1. Standard size,�texture, and color to match 2. Mortar color as selected by Engineer. PART 3 - EXECUTION 3.01 INSPECTION: A. Condition of surfaces: follows: 1. To proper grades and 2. Free of all dirt and other 3. All surfaces not properly B. Verify initial absorption rate 3.02 ALLOWABLE A. Maximum variation from 1. In. lines and surfaces of Submit samples to Engineer for approval. to assure surfaces to support brick work area as material. have been satisfactorily corrected. within acceptable limits. walls and (1:480) or 20 foot maximum. (1:960) and other consnicudus lines: £� a. 1/4 inch in an story or 20 foot maximum. b. 1/2 inch in 4 feet. (1:960) B. Maximum variationom level or grades for exposed lintels, sills, parapets, horizontal grooves and other conspicu us lines. C. Maximum variatiotof linear building line from an established position in plan and related portions of columns, walls Od partitions. 1. 1/2 inch in an bay or 20 feet maximum. 2. 3/4 inch in 4Q�feet. (1:960) 04210-2 a. 1/4 inch in 10 feet. s ; — b.3/8 inch in any st 1 "' c: t/2 inch in 40 fe . 2. For external comers/,ex v Submit samples to Engineer for approval. to assure surfaces to support brick work area as material. have been satisfactorily corrected. within acceptable limits. walls and (1:480) or 20 foot maximum. (1:960) and other consnicudus lines: £� a. 1/4 inch in an story or 20 foot maximum. b. 1/2 inch in 4 feet. (1:960) B. Maximum variationom level or grades for exposed lintels, sills, parapets, horizontal grooves and other conspicu us lines. C. Maximum variatiotof linear building line from an established position in plan and related portions of columns, walls Od partitions. 1. 1/2 inch in an bay or 20 feet maximum. 2. 3/4 inch in 4Q�feet. (1:960) 04210-2 3.03 LAYING BRICKWORK (CONCRETE BLOCK, OR GLAZED TILE): A. Preparation: 1. Brick: Reduce initial absorption of brick exceeding 30 G/Min/30 . in. (0.19 sq. M) by thoroughly wetting bricks with clean water 24 hours prior to pla went. 2. Anchors, ties and reinforcement: Remove all dirt, ice, loose st and scale prior to installation. 3. Do not install cracked, broken or chipped masonry B. Installation: 1. Use masonry s*ws to cut and fit exposed units. 2. Lay brick plumb%eto ine and with level tolerances. 3. Stop off horizonracking back iq/e 4. Adjust units to final position 5. If units are displaced after mortar relay with fresh mortar. 6. Adjust shelf angles to keep 7. Provide pressure relic under the shelf angle. 8. When joining fresh level course: toothing is not permitted, is soft and plastic. by placing a remove, clean joints and units or mortar and proper elevation. to set or partially a. Remove loose bri# and mortar. b. Clean and lightly wet exposed surface of set 9. Lay brick in 10. Continuous C. Protection of 1. Protect ills, 2. reinforcement spaced not more than 1/8" (3 MM) foam neoprene paper pad ledges and offsets from mortar drippings or misplaced mortar or grout immediately. 3. Pfotect face materials against staining. Protect the door jambs and corners from damage during 04210-3 prior to laying fresh masonry. (406 MM) vertically. damage during construction. wits xceeding ASTM allo ces. „t, accurately spaced within aillowable course: toothing is not permitted, is soft and plastic. by placing a remove, clean joints and units or mortar and proper elevation. to set or partially a. Remove loose bri# and mortar. b. Clean and lightly wet exposed surface of set 9. Lay brick in 10. Continuous C. Protection of 1. Protect ills, 2. reinforcement spaced not more than 1/8" (3 MM) foam neoprene paper pad ledges and offsets from mortar drippings or misplaced mortar or grout immediately. 3. Pfotect face materials against staining. Protect the door jambs and corners from damage during 04210-3 prior to laying fresh masonry. (406 MM) vertically. damage during construction. D. Mortar Beds: 1. Lay brick with full mortar coverage on horizontal and vertical joints in all courses. 2. Provide sufficient mortar on ends of brick to fill head joints. 3. Rock closures into place with head joints thrown agai st two adjacent bricks in place. 4. Do not pound corners or jambs to fit stretcher 5. Where adjacent to corners or jambs must and replace wifl*fresh mortar. E. Joint: 1. Horizontal and vcktical face joints: a. Nominal thicknes 3/8". b. Construction unifo joints. c. Shove vertical joints t. d. Tool concave joints in elTos e. Concave tool exteriorjoinlkl f. Flush cut all joints not tooled g. Fill horizontal joints between mortar. 2. Movement joints: Keep setting in place. mortar has started to set, remove mortar faces when thumbprint hard using joining tool. grade. of masonry partition and underside of concrete beams with all molar and debris. F. Flashing: \ r-- -4. Clean surface of masonry ooth and free from damage flashing material 2. Place through -wall fl ing on bed of mortar. 3. Cover flashing with ortar. G. Weep holes: which might puncture or otherwise 1. Provide weep ho s in head joints in first course immediately abov 2. Place and leav sash cord wick in head joint. 3. Maximum sp cing: 24 in. (600 MM) O.C. 4. Keep weep oles and area above flashing free of mortar drippings. H. Structural Bonding: 04210-4 all flashing. 1. Bond or anchor comers and intersections of load bearing brick walls. 2. Use continuous prefabricated joint reinforcement to bond multi-wythe walls, spaced not more than 16 in. (406 MM) vertically. I. Anchoring: 1. For intersecting bearing or shear walls carried up separately: a. Provide rigid steel anchors spaced not more than 2 ft. (0.6 M) apart vertically. 2. Anchor nonbearing partitions abutting or intersecting other a$s or partitions with cavity wall ties at vertical intervals of not more than 2 ft. (610 MM) 3.04 BUILT-IN A. Avoid cutting d patching. B. Install bolts, anch , nailing blocks, inserts, ft es, vent flashings, conduit and 614cr built-in items as masonry wor rogresses. ;- C. Solidly grout spaces arou built-in items. _:, r _ 3.05 POINTING AND CLEANING:; A. Cutout any defecCO tive joints and ho s exposed masonry and repoint with mortar. �d B. Dry brush masonry surface after m a as set at end of each day's work and after final pointing. C. Clean exposed unglazed maso with sti rush and clear water. D. Apply cleaning agent to samp wall area of 20 uare feet (2 square meters) in location acceptable to the Architect, if cleaning water does not pr uce satisfactory results. 1. Do not proceed with 2. Follow 3. Thoroughly wet cleaning agent. . 4. Scrub with until sample area recommendations. of masonry on which no cleaning agent. 5. linmediateW rinse with clear water. 6. Work srdall sections at a time. 7. Worl�from top to bottom. 04210-5 to Architect. appears before using 8. Protect sash, metal lintels and other materials which may corrode when masonry is cleaned with acid solution. >mmendation. oppings and broken SECTION 05120 0. ' STRUCTURAL STEEL = :. PART I - GENERAL 1.01 DESCRIPTION.• w A. Work included: Provide structural steel as shown on the Drawings, specified herein, and needed for a complete and proper installation. B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Section 05500: Metal Fabrications. 1.02 QUALITYASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Qualify welding processes and welding operators in accordance with AWS "Standard Qualification Procedures." 1.03 SUBMITTALS: A. Comply with pertinent provisions of Section 01300. B. Product data: Within 45 calendar days after the Contractor has received the Owner's Notice to Proceed, submit: 1. Producers' or manufacturers' specifications and installation recommendations for the following products, including laboratory test reports and other data required to prove compliance with the specified requirements. a Structural steel, including certified copies of mill test reports covering chemical and physical properties; b. High strength bolts, including nuts and washers; C. Unfinished bolts and nuts; d. Structural steel primer paint. 2. Shop Drawings including complete details and schedules for fabrication and shop 1' 05120-1 assembly of members. a. Include details of cuts, connections, camber, holes, and other pertinent data; b. Indicate welds by AWS symbols, and show size, type, and length of weld; C. Provide setting drawings, templates, and directions for installing anchor bolts and other required anchors; d. Identify details by reference to sheet and detail number of Drawings. 1.04 PRODUCTMANDLEM A. Comply with pertinent provisions of Section 01640. B. Delivery and storage: 1. Deliver materials to the job site properly marked to identify the location for which they are intended. 2. Use markings corresponding to markings shown on the approved Shop Drawings. 3. Store in a manner to maintain identification and to prevent damage. PART 2 - PRODUCTS ZOI MATERIALS: A. Rolled shapes, steel plates, and bars: Comply with ASTM A992 or A36. B. Steel pipe: Comply with ASTM A53, type E or S, grade B. C. Steel tube: Comply with ASTM A500, grade B. D. Anchor bolts: Comply with ASTM A307, non -headed type with heavy hexagonal nuts unless otherwise indicated. E. Unfinished threaded fasteners: L' Comply with ASTM A307, grade A, regular low carbon steel bolts and nuts. 2: Provide either hexagonal or square heads on bolts and hexagonal nuts; except use only hexagonal units for exposed connections. F.. High strength threaded fasteners: Provide heavy hexagonal structural bolts, heavy hexagonal nuts and hardened washers, all from quenched and tempered medium carbon steel comply with ASTM A325. G. Primer: Use "10-99 Tnemec Primer," "Rustoleum No. 5769 Primer," or equal approved in advance by the Engineer. 05120-2 H. I. J Electrodes for welding: Comply with AWS Code, using AWS A5.1 or A5.5 E70XX electrodes. Galvanized steel: Shelf angles and lintels shall be hot -dipped galvanized after fabrication to meet ASTM A123, Class 1. Expansion anchors: 1. Wedge type anchors; �� 4 2. Approved manufacturers: "Red " a. Phillips Drill Company -Head" _ j c _ co b. Hilti Fastener System "Kwik -Bolt" Y w C. Wej-It Expansion Products "Wej-it" 2.02 FABRICATION. A. Shop fabrication and assembly: 1. 2. 3. 4. 5. Fabricate items of structural steel in accordance with AISC specifications, and as indicated on the approved Shop Drawings. Properly mark and match -mark materials for field assembly and for identification as to location for which intended. Fabricate for delivery sequence which will expedite erection and minimize field handling of materials. Where finishing is required, complete the assembly, including welding of units, before start of finishing operations. Provide finish surfaces of members exposed in the final structure free from markings, burrs, and other defects. B. Connections: 1. Provide bolts and washers of types and sizes required for completion of field erection. 2. High strength bolted construction: a. Install high strength threaded fasteners in accordance with AISC "Specifications for Structural Joints Using ASTM A325 or A490 Bolts." 05120-3 b. Use A325N bolts unless noted otherwise. 3. Welded construction: Comply with AWS Code for procedures, appearance, and quality of welds, and methods used in correcting welded work. 4. Assemble and weld built-up sections by methods which will produce true alignment of axes without warp. C. Holes for other work: 1. Provide holes required for securing other work to structural steel framing, and for = passage of other work through steel framing members as shown on the approved J - Shop Drawings. 1._ Provided threaded nuts welded to framing, and other specialty items as shown, to c —�_ receive other work. L. Li 3. Cut, drill, or punch holes perpendicular to metal surfaces. N 4. Do not flame cut holes or enlarge holes by burning. 5. Drill holes in bearing plates. 2.03 SHOP PAINTING: A. General: 1. Shop paint structural steel work, except those members or portions of members to be embedded in concrete or mortar. 2. Paint embedded steel which is partially exposed on the exposed portions, and the initial "2" of embedded areas only. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS: A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 INSTALLATION. A. Prior to start of installation, verify that beams are in proper alignment and that surfaces are clean for welding. B. Place each unit on the supporting steel framework, and adjust to final position prior to permanent welding. Align each unit and fasten into final location in accordance with the manufacturer's recommended installation procedures as approved by the Engineer. 05120-4 C. Install accessory items in accordance with the manufacturer's recommended installation procedures as approved by the Engineer. 3.03 TOUCHUP: A. Upon completion of installation, and as a condition of its acceptance, visually inspect each item installed under this Section and locate surfaces where finish is damaged. 1. Touchup galvanized surfaces with zinc -rich primer or other galvanized repair paint approved for the purpose by the Engineer. 2. Touchup other damaged surfaces as required to return the surfaces to condition commensurate with the services required. END OF SECTION T:\0339\0339-234\SpeciScations\SPEC-100•/0\0339234-05120.doc: 8/9/12 05120-5 SECTION 05500 0 m METAL FABRICATIONS=' ti PART I - GENERAL 1.01 Description: , Work included: This Section includes requirements for providing metal fabricated items such as steel pump discharge pipes, castings, gratings, hatchways, ladders, stairs, floor plates, handrail and railings including all -anchors, fasteners, hardware and accessories necessary to complete the work as indicated, in accordance with the Contract Documents. 1.02 Submittals: A. Submit the following Contractor's Drawings in accordance with Section 01300: 1. Shop drawings showing sizes, finishes, locations, required hardware and accessories, and details for all fabricated metal work, threaded fasteners and welds. Indicate welds, both shop and field, by symbols conforming to AWS Standards. Shop drawings for continually furnished items will be waived provided the Contractor submits a letter naming the manufacturer who will furnish these items and provided this manufacturer has on file with the Engineer a certified standard drawing containing the above information which has been approved by the Engineer. 2. Setting diagrams, erection plans, templates, and directions for the installation of backing plates, anchors, and other items. 3. Catalog descriptions of manufacturers' standard items. B. Working Drawings and calculations for Contractor designed hatches and gratings. 1.03 Delivery, Handling and Storage.- A. torage.A. Identify and match mark, if applicable, all materials, items and fabrications for installation or field assembly. B. Wherever practicable, deliver items to Contract site as complete units, ready for installation with all anchors, hangers, fasteners and miscellaneous metal items needed for installation included. C. Provide adequate storage facilities at the Contract site for the protection and storage of all delivered materials. Handle and store in such a manner as to not damage factory finishes. Repair damaged finishes as required, at no cost to the OWNER. 05500-1 PART 2 - PRODUCTS 2.01 Shapes and Bars.- A. ars:A. Mild steel shall meet requirements of ASTM A992 or A36, unless otherwise indicated. B. Corrosion resistant steel shall meet requirements of ASTM A242. C. Stainless steel shall meet requirements of ASTM A276, type 316. D. Aluminum shall meet requirements of ASTM B221 with alloy and temper of 6061, T6. Aluminum structural members shall meet requirements of ASTM B308 with alloy and temper of 6061, T6. Handrail that is a standard product of a manufacturer may be alloy 6061 or 6063 temper as provided by the manufacturer. 2.02 Plate, Sheet, Strip: A. Mild steel shall meet requirements of ASTM A36, or A282, grade C. B. High strength steel shall meet requirements of ASTM A242. C. Corrosion resistant steel shall meet requirements of ASTM A264. D. Stki_p' less Steel: 1. Over 1 /8:inch shall meet requirements of ASTM A264 and type 316 in accordance with p , ASTM A240. 2. -Under 1/8 inch shall meet requirements of ASTM A167, type 316. E. Aluminum shall meet requirements of ASTM B209 with alloy and temper of 6061, T6. 2.03 Mild steel forgings shall meet requirements ofASTMA235, class F. 2.04 Castings: A. Gray iron shall meet requirements of ASTM A48, grade 25 except valve and curb boxes shall be minimum class 20. B. Malleable iron shall meet requirements of ASTM A47, grade 35018. C. Ductile iron shall meet requirements of ASTM A536, grade 6040-18. D. Nodular iron shall meet requirements of ASTM A220, grade 45008. E. Steel shall meet requirements of ASTM A27, grade 65-35. F. Aluminum shall meet requirements of ASTM B108 with alloy and temper of 356.0, T6. 05500-2 2.05 Pipe and Tube: N c A. Mild Steel: —a L For welding shall meet requirements ofASTM A53, type S, Grade B, schedule 40, -black. Provide schedule 80 for handrail posts. 2. For screwed connections shall meet requirements of ASTM A120 or ASTM A53, type,E or S, grade B, schedule 40. Provide schedule 80 for handrail posts. B. Stainless: 1. For welding shall meet requirements of ASTM A312, grade TP 316L, schedule los minimum. 2. For screwed connections shall meet requirements of ASTM A312, TP 316, schedule 40S. 3. For press fits shall meet requirements of ASTM A312, grade TP 316, schedule 5S minimum. C. Aluminum shall meet requirements of ASTM B221 with alloy and temper of 6061, T6. Wall thickness shall be Schedule 80, per ANSI H35.2 unless otherwise shown on the Drawings. 2.06 Pump discharge pipes: A. Pump discharge size, length, fittings, couplings and supports shall be designed and fabricated to fit the drawings and site requirements. The diameter of the pump column, discharge elbow and discharge pipe shall be sized to limit the fluid velocity to less than 12 feet per second. B. Discharge pipe shall be not less than 30 inches nominal diameter and shall be 3/8 inch wall thickness. The discharge pipe sections shall be fabricated from stainless steel pipe or rolled and welded stainless steel plate conforming to ASTM A312, grade TP 316L, schedule l OS. C. Pipe sections shall be fabricated as plain end joints for field assembly using Dresser type fittings. Thrust restraint anchoring lugs and all thread bolts connecting bolts shall be provided where noted. 2.07 Bolts, nuts, washers. A. General: 1. Provide galvanized for use with galvanized material. 2. Provide stainless for use with stainless and aluminum materials. 3. Provide cadmium plated for use with all other materials. B. Stainless: 1. Bolts shall meet requirements of ASTM A193, grade 138M. 2. Nuts shall meet requirements of ASTM A194, grade 811. 05500-3 3. Washers shall meet requirements of ANSI B18.22.1 and be of the same material as the bolts and nuts. C. Expansion anchors shall meet requirements of FS FF -S-325. 1. For concrete, wedge type, Group II, Type 4, Class 1 or 2; self -drilling type, Group III, Type 1 or non -drilling type, Group VIII, Type I or 2. 2. For masonry, lag shield type, Group II, Type 1, or split shield type, Group II, Type 3, Class 3. 3. Use stainless steel threaded rod and epoxy adhesive (Hilti HY-150 or equal) in lieu of expansion anchors where practical. D. Headed steel anchors shall be fabricated from cold finished carbon steel meeting requirements of ASTM A108 and fabricated as shown on the drawings. 2.08 Access Steps: A. Steps at access points to pump station chambers and sumps shall be manufactured of polypropylene encased steel meeting the requirements of ASTM C478 and OSHA regulations. Steps may be installed in holes drilled into fully cured concrete walls following the manufacturer's recommendations. 2.09 Grating: A. Aluminum: c'. J. Aluminum grating shall meet requirements of ASTM B221 with alloy and temper of 6063, T6, mechanically locked at the intersection of all bars. 2,r Aluminum grating shall have a fluted non-skid surface. 3: Unless otherwise indicated, provide gratings which are removable but with locking legs and means of bolting in place. 4. Provide cross supports so maximum allowable deflection is the span length, in inches, divided by 360 or 1/4 inch whichever is smaller. Provide a solid perimeter banding welded to the grating. 2.10 Access Frames and Doors: A. Hinged aluminum access doors shall be supplied for access to pump sumps and vaults as indicated. All hardware shall be stainless steel with a flush upper surface without protrusions. Access frame and door shall be manufactured by Syracuse Castings, U.S.F. Fabrication Inc. or Halliday Products, or approved equal. B. Access frame and cover shall be a single leafed system as indicated with access dimensions shown on the plans. 05500-4 C. Frame shall have a 1/4 inch thick one-piece, mill finish extruded aluminum frame, incorporating a continuous concrete anchor. A bituminous coating shall be applied to the frame exterior where it will come in contact with concrete. D. Door panel shall be 1/4 inch aluminum diamond plate, reinforced to withstand a H2O load rating. Doors shall open to 90 degrees and automatically lock with a T-316 stainless steel hold open arm with aluminum release handle. The access door shall be furnished with a flush drop handle and an automatic hold open device with a vinyl grip on the release handle. E. For ease of operation, the hold open arm shall incorporate an enclosed stainless steel compression spring assist. F. Doors shall close flush with the frame and rest on a built-in neoprene cushion/gasket. Hinges and all fastening hardware shall be T-316 stainless steel. G. Doors shall lock with a T-316 stainless steel slam lock with removable key and have a non- corrosive handle. H. Door units shall carry a ten (10) year guarantee against defects in material and/or workmanship. 2.11 Pipe Coupling Sleeves. [J ^l - fTI , A. Pipe coupling sleeves shall be provides to connect plain end steel discharge pipittglo the'pump discharge head. Sleeves shall be Smith Blair Model 411 Steel Couplings, or app%yed equal appropriately sized for the piping application. j B. The coupling sleeve shall be carbon steel having a minimum yield strength of'30,-000 PSI. The followers shall be AISI C1020 steel. Bolts and nuts shall be high-strength, low alioy,steei'with heavy semi -finished hexagon nuts. c C. Gaskets shall be NSF 61 Grade 60 specially compounded rubber of all new ingredients capable of resisting deterioration in an outdoor environment. 2.12 Fabrication Items. A. General: 1. Fabricate items as indicated in the Contract Documents and as shown on approved Contractor's drawings. Straighten work bent by shearing or punching. 2. Press exposed edges and ends of metal smooth, with no sharp edges and with corners slightly rounded. Construct connections and joints exposed to weather to exclude water. 3. Provide sufficient quantity and size of anchors for the proper fastening of the work. B. Fabricated Products: 1. Pipe sleeves in concrete construction shall be standard weight, black steel pipe, with anchors welded to exterior, size as required to accomodate passage of conduits, pipes, ducts and similar items. 05500-5 2. Railings: (a) Fabricate railings and handrails as indicated in accordance with OSHA from aluminum. (b) Fabricate pipe handrails with all intersections and joints neatly fitted, fully welded and ground smooth and flush. Heat and bend smoothly, without distortion. Fabricate posts and stand-offs for pipe railing of the same material as the railing, evenly spaced as shown, with anchor flanges. Handrails along walls shall return to the wall at ends with quarter round bends and welded flanges. Members shall be coped and continuously welded or mechanically connected at all junctions. Top rails shall inn continuously over posts. (c) Fabricate flanges for posts from 3/8 inch minimum thickness plate, and for stand-offs from not less than 3/16 inch thickness plate. (d) For fastening aluminum pipe railing and handrails, use stainless steel stud bolts with heavy aluminum washers and nuts. C. Connections: 1. Shop connections in weldable materials, not designed for service removal, shall be welded. All welding shall conform to AWS D1.1 requirements. Weld behind finished surfaces whenever possible. Grind all exposed welds smooth. Remove weld, brazing, and solder spatter, flux, slag and oxides from finished surfaces. Use sheet metal lock seams only when indicated on the Contract Drawings or approved shop and working drawings. 2. Complete all provisions for bolted field connections in the shop unless otherwise indicated. 3. Match exposed work to produce continuity of line and design. Fabricate and fasten metal work so that the work will not be distorted, the finish impaired, nor the fasteners overstressed from the expansion and contraction of the metal. Conceal fastenings whenever practicable. Use r- fastenings exposed to public view of the same color and appearance as the surrounding metal. D. Cjstings and Forgings: 1. ` Fabrigaf castings and forgings as indicated. Castings and forgings shall be uniform quality, true tb pia tem, strong, tough, of even grain, sound, smooth, without cold sheets, scabs, blisters wd sand holes, cracks or other defects. Plugs, filled holes and welding will not be allowed. Castings shall be of thicknesses and configurations shown on the Standard Details. Sand blast as required to remove scale and sand and achieve a uniform smooth clean surface. Paint with .t*haltic or coal tar paint meeting requirements of AW WA C203, where indicated. Provide raised letters where indicated. 2. Valve boxes shall be round head, sliding type consisting of snug fitting top, bottom section and sliding type extension. Lid shall be removable only by lifting straight up from the shaft shoulder. 05500-6 E. Galvanizing: 1. Galvanize in accordance with reference standards set forth hereinbefore. 2. Items which are fabricated entirely from galvanized shapes, hardware and sheet, without welding, will not require galvanizing after fabrication. 2.13 Painting and Coatings: m A. Painting in accordance with Section 09910. - � B. Metal Coatings: 1. Galvanized sheet shall meet requirements of ASTM A446/A446M. All other galvanizing shall meet requirements of ASTM A123 or ASTM Al 53 or both ASTM A385 and Abd 386, as applicable. 2. Cadmium shall meet requirements of ASTM A165, type NS. C. Galvanize touch up shall be zinc dust coating conforming to requirements of MIL P 26915. D. Bituminous corrosion protection for contact surfaces of different type metals shall conform to requirements of DOD -P23236 -A, Class 2 or be Tnemec, No. 413 Tnemec-tar or Koppers, Bitumastic No. 30011 or equal. E. Coat aluminum accessories and metal items embedded in concrete with bituminous paint having a minimum volume solids of 68 percent coal -tar pitch base. Provide prime coat of synthetic resin wash, phosphoric acid or vinyl butyral acid before application of finished bituminous coat of at least ten mils. PART 3 - EXECUTION 3.01 Installation: A. Installation shall be in accordance with the AISC Specification for the Design, Fabrication and Erection of Structural Steel for Buildings and the AISC Code of Standard Practice for Steel Buildings and Bridges, where applicable. B. Provide additional shims, washers, anchors and corrective work as required to ensure that installation is firm, tight, anchored, in true alignment with neat fits, without distortions, unsightly fastenings, raw edges or protrusions. C. Touch up damaged painted areas and field coat at connecting ends as required, using same paint as shop paint. Touch up galvanized items with zinc dust coating. END OF SECTION T:\0339\0339-234\Specifications\SPEC-100%\0339234-05500.doc: 8/9/12 05500-7 SECTION 06100 ROUGH CARPENTRY PART I -GENERAL 1.01 SCOPE. A. Provide labor, materials, equipment and supervision necessary to fumish and install: 1. Wood framing of perimeter walls and interior partitions, 2. Wood sheathing (diaphragm bracing) of exterior walls and roof, 3. Shop fabricated wood roof trusses (flat bottom chord type, 0 o m - 4. Wood blocking, nailers, cants, curbs and furring strips, %" — ; LO - u1 5. Anchors, metal bracing and rough hardware. gr— 6. Fiberglass, gypsum and wood interior wall coverings. ca 1.02 SUBMITTALS. — A. Shop drawings for roof trusses shall be submitted to the Engineer for review prior to fabrication. B. Manufacturer's certificates or product literature shall be submitted for all building products. PART 2 - PRODUCTS 2.01 ROUGHCARPENTRY. A. Exposed exterior wood, in contact with exterior concrete or embedded in concrete shall be treated with factory pressure treated preservative per AWPI recommendations. B. Blocking, milers, furring, etc. shall be Douglas Fir or Pine, utility grade. C. All lumber shall be grade marked, S4S unless noted otherwise, sound, kiln dried, and free from warp to twist and cannot be corrected but must be cut-out and wasted. D. Dimensioned Lumber which is 2 x 4 studs shall be construction grade, Douglas Fir, Larch, Spruce or Pine. Studs 2 x 6 studs and larger framing and headers shall be No. 2 and better grade Douglas Fir and/or Larch. E. Plywood shall be PS 1-74, Group 1, DFPA EXT -APA grade with exterior glue, 4 feet by 8 -foot sheets. 1. No flakeboard or oriented strand board (OSB) will be permitted on this project. 06100-1 2. Wall sheathing (bracing): 2 inch CDX, Grade Fir or Yellow Pine plywood. 3. Roof sheathing: 5/8 inch CDX, APA rated 32/16 sheathing Fir or Yellow Pine plywood G. Sill plate and sealer shall be 2 inch thick x 6 inch width fiberglass insulation strip batten sill seal. H. All plywood sheathing for walls and roof shall be covered with 15# felt or Tyvek wrap firmly stapled in-place on sidewalls. 2.02 WOOD ROOF TRUSSES.- A. RUSSES. A. Roof wood truss system shall be custom designed to fit the project dimensions and load as indicated on the drawings. B. Design Standards that govern: 1. Allowable values assigned shall be The Building Code. 2. NFPA published "National Design Specifications for Wood Construction." 3. "Design Specifications for Metal Plate Connected Wood Trusses," published by the Truss Plate Institute. C. roof wood truss system design and layout shall be prepared and certified by a Professional Stnnctural• Engineer, registered in the State of Iowa. Submit manufacturer's shop drawings to General Co4tractor for approval. t ;.D. The rooftniss system shall be designed for the following loads with an allowable deflection on 1,13330. _ 1. i-TopGllojd: Dead load 10 psf and live load 30 psf. 2. ,'lAottom Chord: Dead Load 10 psf 3. Wind Load: 25 psf. E. Shop drawings for roof trusses shall be submitted to the Engineer for review prior to fabrication. 2.03 JOINT SEALANT MATERIALS. A. Sealant shall be ASTM C 920, Type S, Class 25, Grade NS. Use color for nearest match to adjacent substrate. 2.04 GLASS BOARD INTERIOR WALL and CEILING COVERING. A. Glass board is a smooth washable plastic surface 1/16" thick adhered to 3/8 C/D exterior grade plywood. Finish inside and outside comers and butt edges with plastic preformed channel pieces. 06100-2 Color shall be white, grey or beige as selected by Engineer. Fasteners shall be furnished with plastic button covers. 2.05 FIBERGLASS INTERIOR PANELS. A. For light framing and blocking provide "Stud" or "Standard" grade lumber. B. Interior Panels: Fiber Lite Panels as manufactured by Nudo Products, Inc. Product No. F3 W375 3 /8" Waferboard - OSB with.030 inch White Textured Fiberglass (FRP). C. Interior Panel Components: White Aluminum or Vinyl Moldings by Nudo Products, InN 1. A-2 Cap - Use at all exposed panel edges. -- w `+ rn 2. A-6 Division bar - Use at all butt joints between panels. •^ ` �� 'C .�Y=r 3. A-8 Inside Corner - Use at all inside corners. fir, 'sem Y 4. A-10 Outside Comer - Use at all outside comers. :> w 5. A-18 Adjustable Inside Comer Angle - Use as backup behind wall to ceiling joints. D. Wood trim backing for metal accessories, use cedar or treated pine, grade C or better. E. Fasteners: 1. Fasteners: hot dipped galvanized steel for high humidity and treated wood locations, unfinished steel elsewhere. 2. Drywall screws: bugle head, hardened steel, power driven type, length to achieve full penetration of sheathing substrate. 3. Interior panel fasteners: 302-304 stainless steel nails, painted white. F. Anchors: 1. Expansion shield and lag bolt type for anchorage to solid masonry or concrete. 2. Bolt or ballistic fastener for anchorage's to steel. G. Die stamped connectors: hot dipped galvanized steel. H. Sealants: Super Silicone Sealant - Nudo, Products, Inc. Product no. SS -W. 2.06 VAPOR SEAL UNDER FLOOR of OCCUPIED or EQUIPMENT BUILDINGS: A. Moistop, vapor seal as manufactured by American Sisalkraft Corporation or an approved equal. 06100-3 PART 3 - EXECUTION 3.1 SHEATHING: A. Fasten roof sheathing with 8d common nails at 6 inches O.C. at all supported edges and 12 inches O.C. at all intermediate supporting members except as otherwise noted. Provide metal plywood clips at 12 inches O.C. between unsupported panel edges. B. Fasten exterior wall sheathing with 8d common nails at 6 inches O.C. at all edges and 12 inches O.C. at all intermediate supporting members except as otherwise noted. C. Provide 2 X 4 (flat) blocking support at unsupported horizontal panel edges. 3.2 ROOF TRUSSES: A. Roof wood trusses shall be stored in vertical position, covered and protected from the weather and handled with care so they are not damaged. B. Insure that roof wood trusses have sufficient end bearing areas and proper anchorage. C. Provide erection bracing, in addition to the specified bridging to keep the roof wood trusses straight, plumb and to assure adequate lateral support for the individual trusses and the entire roof system until the roof sheathing has been applied. 3.3 CLEAN-UP: A. Keep premises in a neat, safe and orderly condition at all times during erection of the work; free from accumulation of sawdust, cut -ends and debris. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/.\0339234-06100.doc: 8/9/12 06100-4 f:7 SECTION 07192 ; VAPOR RETARDERS 'rJ PART I - GENERAL L01 SCOPE: ry A. Provide labor, materials, equipment and supervision required to complete installation of vapor barriers on all exterior walls, ceilings, and concrete slabs. L02 QUALITYASSURANCE: A. Installation of vapor retarders shall be performed only by workers thoroughly skilled and trained in the techniques of application and who are completely familiar with the published recommendations of the manufacturer of the materials being used. B. Indication of the lack of skill on the part of the installer shall be sufficient grounds for the Owner's representative to reject installed retarders, to require its immediate removal and completely reinstall retarders at no additional cost to the Owner. L03 SUBMITTALS: A. Provide certification that material proposed for use complies with the requirements of this section. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING: A. Deliver materials in original, rightly sealed containers or unopened packages with manufacturer's name, labels, product identification and lot numbers when appropriate. B. Store materials indoors, out of the weather in secured quarters, in original containers or unopened packages. C. Use all means necessary to protect products before, during and after installation, all tears, rips or punctures must be repaired and also protect the installed work and materials of all other trades. D. In the event of damage, immediately make all repairs and replacements necessary for the approval of the Owner's representative and at no additional cost to the Owner. E. Do not use materials stored for a period of time exceeding the maximum recommended shelf -life of the material. IAS ENVIRONMENTAL CONDITIONS: A. Consult manufacturer on maximum low temperature permissible for application of products. Do not install in freezing weather. Do not store plastic films or open containers in direct sunlight. 07192-1 PART 2 - PRODUCTS 2.01 POLYETHYLENE FILMS: A. Walls and ceilings to use 6 mil thickness. B. Under concrete slab to use 8 mil thickness. 2.02 POLYMER MODIFIED ASPHALT: A. Trowel or spray on polymer modified asphalt as per manufacturer's required thickness. B. Manufacturers: 1. Karnak 2. Hydrozo 3. Owens/Corning 4. Pacific Polymers 5. Sonneborn 2.03 BENTONITE: A. Panels or trowel on coatings on all foundation walls and footings. PART 3 - EXECUTION 3.01 GENERAL: A'- Prior to work of this section, carefully inspect installed work of other trades and verify _ .that such work is complete. In the event of discrepancy, immediately notify 1" Architect/Engineer. Do not proceed with installation in areas of discrepancy until such - discrepancies have been fully resolved. Carefully coordinate with other trades to ensure proper and adequate interface of work of other trades with work of this section. 3.07' INSTALLATION.• A. , -, Polyethylene vapor barrier shall be applied to the warm side of all exterior walls and ceilings. Lap and roll connecting edges one turn or provide full length caulk seal at overlap. Wrap window and door openings. Prevent punctures, tears and rips or if they occur immediately, repair with vinyl tape. Carry vapor barrier continuous to all top and bottom plates, overlap intersecting sheets and caulk between overlaps and to plates. B. Use fiberglass or plastic pans for all electrical box penetrations and caulk vapor barrier to pans. Seal all plumbing and cable penetrations with foaming sealant or vinyl tape. END OF SECTION T:\0339\0339-234\Specifications\SPEC-1000/o\033923407192.doc: 8/9/12 07192-2 SECTION 07200 INSULATION PART 1 -GENERAL 1.01 SCOPE.- A. COPE. A. Provide labor, materials, and supervision necessary to furnish and install: w. G 1. Rigid board below grade perimeter insulation, ,_'n,� 2. Fiberglass batt insulation, and 3. Blown -in insulation. —r t' - c co 1 PART 2 - PRODUCTS = 1j 2.01 INSULATION PRODUCTS: A. Rigid board below grade perimeter insulation and insulation between concrete block and brick shall be 2 inch thick expanded polystyrene, density not less than 1.25 pcf. B. Batt insulation shall be 6 -inch thick fiberglass paperless and friction -fit, R-19 in 2x 6 framing exterior perimeter walls or R-40 in 2x 6 framing ceilings. C. Blown -in insulation shall be fiberglass or mineral fiber with Class A flame spread of 25 or less per ASTM E84 requirements and attic insulation shall be blown -in to provide an R -value of 40 or greater. PART 3 - EXECUTION 3.01 It is preferred that a friction -fit plain batt insulation be installed with no kraft paper vapor barrier. Provide 6 -mil polyethylene film vapor barrier over interior face of all frame exterior walls before gypsum wallboard is attached. 3.02 If vapor barrier is torn or damaged, it shall be properly sealed with tape to insure integrity of vapor barrier is maintained. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-07200.doc: 8/9/12 07200-1 N O SECTION 07600 �. FLASHING and SHEET METAL PART I -GENERAL 77n LOI SCOPE: w ;v A. Building Contractor shall provide labor, materials, equipment and supervision necessary to famish and install all flashing and sheet metal items required for a complete and finish installation as indicated and detailed on the drawings. PART 2 - PRODUCTS 2.OI EXTERIOR SHEET METAL: A. Exterior sheet metal flashing and trim exposed to view shall be 26 gauge color coated galvanized steel or 0.032 inch aluminum. B. Unpainted galvanized sheet metal shall typically be used for interior work and where not exposed to view on the exterior. C. Soffit surfacing and eave vents shall be color coated aluminum: ROLLEX, ALCOA or ALSIDE. D. Ridge vents made of copolymer with internal baffle system that prevents bugs, snow & rain from entering. Continuous ridge vents shall be RIDGEMASTER or equivalent with face area of 12.23 square inches per lineal foot or equivalent. E. Gutters and Downspouts: Color coated 0.032 aluminum type OG, 5 -inch gutter. 2. Color coated 0.032 aluminum, rectangular 3 x 5 inch downspouts. Run to underground piping risers at each downspout. Underground drain water piping 6" and 8" PVC plastic tubing run to drainage ditch to southeast of site. END OF SECTION T:\0339\0339 -234 -\Specifics ions\SPEC-100%\0339234-07600.doc: 8/9/12 07600- 1 SECTION 07920 - SEALANTS AND CAULKING PART I - GENERAL L01 SCOPE: A. Contractor shall provide labor, materials, equipment and supervision necessary to furnish and install all sealants and caulking items required for a complete and finish installation as indicated and detailed on the drawings. PART 2 - PRODUCTS 2.01 SEALANTS and CAULKING: A. Exterior joint sealant (non-paintable) selected color to blend with surrounding surfaces. Provide SONNEBORN "Sonolastic NP -1" one-partpolyurethane sealant" (translucent). B. Interior use silicone sealants (non-paintable): 1. DOW CORNING "Silicone Rubber Sealant" (clear). 2. GENERAL ELECTRIC "SCS 1201 Silicone Sealant"(translucent). C. Interior latex caulking compound (Paint Grade): 1. SONNEBORN'Sonolac Acrylic -Latex Caulk," 2. DAP "Acrylic Latex Caulking," and 3. TREMCO "Acrylic Latex Caulking." D. Acoustical Caulking, use U.S. GYPSUM Acoustical Caulking or equivalent. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-07920.doc: 8/9/12 07920-1 SECTION 08110 HOLLOW METAL FRAMES & DOORS - PART 1- GENERAL - 1.01 WORKEVCLUDED: A. Provide labor, materials, equipment and supervision necessary to furnish and install: 1. Hollow metal door frames, borrowed light frames, sidelights, transom frames and miscellaneous hollow metal items shown on the drawings. 2. UL labeled hollow metal doors and frames. 3. Grouting of hollow metal frames in metal stud partitions. 1.02 SUBMITTALS. A. Submit shop drawings providing information on both the construction methods and materials applicable to door and frame construction and detailed information applicable to specified installation of the doors and frames. B. Certify compliance of door and frame construction with requirements of this section using either a complete specification or a graphic presentation clearly identifying construction of door top, bottom and edges, facing paneVintemal reinforcing, typical hardware(butts, lack set and closer) reinforcing, frame comer assembly and method of finishing. C. Specific data shall include elevations of each door and frame type, profile sections of each frame type, frame anchors (floor and jamb for each wall/floor condition, joinery methods and details for split frames, and schedule of locations for each door and frame assembly related to this project. 1.03 QUALITYASSURANCE: A. Qualifications: 1. Assemblies requiring welds shall be in compliance with the Standard Code for Arc and Gas Welding of the American Welding Society. 2. Manufacturer of hollow metal products shall conform to Standards of the Steel Door Institute. 08110-1 PART 2 - PRODUCTS 2.01 HOLLOWMETAL FRAMES. A. Frame assemblies shall be galvanized cold rolled steel, of size and profile indicated on the drawings. 1. Interior Frames: 16 gauge 2. Exterior Frames: 16 gauge B. Comer joints shall have full mitered frame corners continuously welded for full depth and width of frame and trim. Contact edges shall be closed tight, welds on exposed surfaces dressed smooth and flush. C. Metal plaster guards shall be provided for mortised cutouts. D. Frames shall have removable spreaders and 16 gauge single unit clip angles for floor anchorage. E. Joints, including joints required for field assembly, shall be completed without exposed fastenings. Field joints shall be increment welded, filled with epoxy metal filler, ground smooth. F. Hollow metal frames that require internal reinforcing shall be attached to the reinforcing by face bolting through the frame into the reinforcing channel. Face bolts shall be covered with epoxy metal filler, ground smooth. G. Provide 18 gauge, 2" x buck width tension plates with tube spacers welded to bucks at approximately 2'0" on center for anchorage of jambs against steel or concrete columns, or at other locations where masonry anchors cannot be used. Frames shall be drilled and countersunk for 1/4" flat head bolts. H. Provide rubber mutes equal to GLYNN-JOHNSON 64 with three for single doors and two for double doors. I. Stops for glass liter shall be steel, channel shaped. Stop shall be drilled and countersunk for 1/4 " flat head bolts. 2.02 HOLLOW METAL DOORS. A. Doors shall be galvanized, of full flush construction, face sheets for interior doors of not less than 18 gauge cold rolled sheet steel and for exterior doors, not less than 16 gauge. B. — Face sheets shall be broken to form and meet at side edges. Side edges shall be continuously reinforced from top to bottom by steel channels or flat bars placed immediately inside of and continuously welded to formed facing sheets. N 08110-2 C. Top and bottom edges of door shall be reinforced with channels full width of door. Exterior doors shall have flush, continuously welded fillers on the top edges. D. Core shall consist of continuous vertical steel stiffeners spaces not more than 6" or less than 4" c/c or a metal truss core welded to both faces at 3"on center vertically and horizontally. Sound deadening material, such as mineral wool, fiberglass or other fire resistive substance shall fill all voids between stiffeners. -or- Core shall consist of impregnated Kraft honeycombed core. E. Edge joints shall be continuously welded and ground smooth. Edge welds, face welds and other construction welds and blemishes shall be filled and ground as necessary to secure a flat, no -seam finished appearance. F. Stops for glass lites in doors (wood and metal) shall be of one common type. Stops shall be UL label type, metal, channel shape (not beveled) and equivalent to Model No. 118 by ALL METAL STAMPING, INC. Abbotsford, WI or an approved equal. 2.03 LABELED HOLLOWMETAL FRAMESAND DOORS. A. Labeled hollow metal frames shall be in compliance with current UL factory. inspection_ - a and labeling service. B. Frames shall be properly prepared to receive UL listed hardware and anchors and Shall have proper UL labels attached at the factory. 2.04 HARDWARE REINFORCEMENT.- A. EINFORCEMENT: A. Doors and frames shall be template reinforced for finish hardware. Where mortised hardware is required, reinforcing shall be drilled and tapped. Minimum reinforcement shall be as follows: 1. Butts 7 gauge or approved equivalent 2. Lock front end strike 12 gauge, plus dust -proof strike box 3. Closers 12 gauge, channel at door, plate and frame 4. Other hardware 14 gauge 2.05 F17VISH OFHOLLOWMETAL FRAMESAND DOORS. A. Clean and chemically treat ferrous metal surfaces to assure maximum paint adherence; follow with a dip or spray coat of rust inhibitive metallic oxide, zinc chromate or synthetic resin primer on exposed surfaces. 08110-3 B. Finish painting of hollow metal frames and doors specified in Section 09920 - Interior Painting. C. Hollow metal frames and doors paint color to be selected by Engineer. PART 3 - EXECUTION 3.01 INSTALLATIONOFHOLLOWMETAL FRAMES: A. Set frames in position, plumb, align, and brace securely until permanent anchors are set. Anchor bottom of frames to floor with expansion bolts or with power fasteners. Build wall anchors into wall or secure to adjoining construction. B. Masonry wall anchors shall be crimped tees at least 2 2" x 10"; spaced 1= 0" (maximum) from bottom of frame, 1= 0" (maximum) from top of frame, and a maximum of 2'0" intermittent spacing, a minimum of two anchors per jamb. Labeled frames shall be installed with UL listed anchors. C. Metal stud wall anchors shall be 18 gauge (minimum) jamb clips welded to frame of a type compatible to the stud system used; spaced 10" (maximum) from bottom of frame; I- 0" (maximum) from top of frame, and a maximum of 2'0" intermittent spacing; a minimum of two anchors per jamb. Labeled frames shall be installed with ULL listed anchors. D. Grouting of hollow metal frames in masonry is specified in Section 04100 - Mortar. E. Grouting of hollow metal frames in metal stud partitions is specified in Section 09100, frame jambs grouted full with fiber plaster. 3.02 INSTALLATION OFHOLLOWMETAL DOORS. r— AE', Hollow metal doors shall be hung in a hollow metal frame with 3/32" clearance at bottom ..,' plus. any scheduled undercut. B., Mortised and concealed hardware shall be secured to drilled and tapped built-in reinforcement, field drilled and tapped. C. Labels for rated doors and frames to be applied at the factory before shipping. Prior to painting, labels are to be masked. Remove masking after final coat of paint is applied. D. Just prior to final inspection, examine and adjust doors and hardware to assure proper operation. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-08110.doc: 8/9/12 08110-4 SECTION 08710 FINISH HARDWARE MANhl7lll 1.01 WOR%INCLUDED: A. Provide labor, material, equipment and supervision necessary to complete the following work, in quantities and at locations identified by Schedule on the Drawings. B. Furnish Finish Hardware items to the project for installation by Section 06210, Finish Carpentry. C. Provide physical samples, templates and schedules, delivered to point of need, as necessary, to allow proper fabrication of materials to which Finish Hardware items are to be attached. D. Provide on-site inspection and assistance during installation of Finish Hardware and final adjustment, as required, after installation. E. Provide UL rated hardware for rated door and frame assemblies. 1.02 SUBMITTALS: A. Submit Shop Drawings, in the form of complete schedules, which identify each hardware item, its type, design, finish, function and method of fastening or anchorage and group designation. B. All keying will be done to meet owner requirements. Existing system will be integrated into new system. Any questions about keying shall be addressed to Owner. C. Submit catalog of each different piece of hardware for review by the Engineer. 1.03 QUALIFICATIONS: A. Availability of service and additional components for this project and for existing and future commitments is of primary importance to the Owner. Finish hardware will be accepted only from suppliers capable of supplying and servicing locksets from manufacturers approved within the "Products" portion of this section. 1.04 LIMITATIONS: A. Manufacturers and products identified in the following paragraphs represent the limit of approved manufacturers and products selected and approved for use on this project. Where single identifications are made for a given item, only that product will be accepted. Where multiple identifications are made, any one of the identified products will be accepted, provided that the single product chosen is used throughout the project without 08710-1 N c� A. Provide labor, material, equipment and supervision necessary to complete the following work, in quantities and at locations identified by Schedule on the Drawings. B. Furnish Finish Hardware items to the project for installation by Section 06210, Finish Carpentry. C. Provide physical samples, templates and schedules, delivered to point of need, as necessary, to allow proper fabrication of materials to which Finish Hardware items are to be attached. D. Provide on-site inspection and assistance during installation of Finish Hardware and final adjustment, as required, after installation. E. Provide UL rated hardware for rated door and frame assemblies. 1.02 SUBMITTALS: A. Submit Shop Drawings, in the form of complete schedules, which identify each hardware item, its type, design, finish, function and method of fastening or anchorage and group designation. B. All keying will be done to meet owner requirements. Existing system will be integrated into new system. Any questions about keying shall be addressed to Owner. C. Submit catalog of each different piece of hardware for review by the Engineer. 1.03 QUALIFICATIONS: A. Availability of service and additional components for this project and for existing and future commitments is of primary importance to the Owner. Finish hardware will be accepted only from suppliers capable of supplying and servicing locksets from manufacturers approved within the "Products" portion of this section. 1.04 LIMITATIONS: A. Manufacturers and products identified in the following paragraphs represent the limit of approved manufacturers and products selected and approved for use on this project. Where single identifications are made for a given item, only that product will be accepted. Where multiple identifications are made, any one of the identified products will be accepted, provided that the single product chosen is used throughout the project without 08710-1 further variation. PART 2 - PRODUCTS 2.01 FINISHES: A. Unless otherwise specifically noted, typical finishes throughout shall be based on United States Standard finishes, US26D (Satin Chromium) or US32D (Satin Stainless Steel), depending upon base metal. Finish for cylinders on doors shall match in color as closely as possible to US26D. B. Color for plastic cases for door closer covers shall be selected by the Engineer. 2.02 ANCHORAGE DEVICES.- A. EVICES: A. Provide all finish hardware with the necessary screws, bolts and other fasteners of suitable size and type to anchor the hardware in position for long life under hard use. B. Furnish fasteners with expansion shields, toggle bolts, nuts and other anchors appropriate for the substrate to which the hardware is applied, and as recommended by the hardware manufacturer. Cr Concealed anchorage will be required for all items where concealed/exposed anchorage options are available. Concealed fasteners shall be provided in sizes and lengths appropriate to the specific material conditions. D._ Countersunk, flat head, slotted or Phillips anchors may be used to fasten hinges. All other exposed fasteners shall have countersunk, oval, Phillips Heads. ,-J E. Machine screws will be required for anchorage to metal substrates for all hinges locks, closers, holders and similar devices subject to dynamic forces. Self -taping screws will be permitted for use on wood or metal substrates only for surface mounted items that are not subject to dynamic movement. Wood screws, used only for wood substrates, shall be of maximum size allowed by hardware item and maximum length allowed by substrate. 2.03 HINGES. A. Butts shall be polished and plated cold rolled steel for typical use. B. Pins shall be of button tip, non -rising for typical applications, with non -removable pins which shall be locked in place by set screw in barrel, used typically for all out -swinging doors. C. Butts shall be square -cornered, full mortise, to template, of sizes and quantities required as manufactured by STANLEY, HAGER, LAWRENCE or MCKINNEY. D. Table of Sizes: 08710-2 rJ I . Doors 1-3/4" thick, up to and including 3'6" wide, provide BHMA A8112, size 4 2" X 4 2" E. Number of Hinges: _ 1. Doors over 5'0" in height. Provide one hinge for each TV or fraction thereof. 2.04 LOCKSETS. A. Locksets with 2-3/4" backset shall be cylinder -type lockset. All offices shall have inside push button locks. B. Mechanically actuated anti -friction latchbolts and deadbolts shall have at least 5/8" throws. For doors under UL label requirements, latchbolt throws shall be 3/4". C. Provide standard ASA strikes with curved lips of length to suit door and jamb conditions, with wrought box strikes. D. Trim design criteria shall meet the following requirements. 1. Series: SCHLAGE "D" Series, 2. Design Name: Rhodes, Stainless Steel, US26D, ADA Lever. E. Cylinders: SCHLAGE US26D finish. See also "Keying" portion of this section for additional qualifications. 2.05 DOOR CLOSERS. A. Door closers shall be of rack-and-pinions full hydraulic type with the following features: 1. Key -operated hydraulic valve adjustment for back -check, general closing speed and latching speed. 2. Mechanical adjustment to increase unit spring power and mechanically reversible arm -mounting show to increase latching power. B. Primary shells shall be cast iron or aluminum, arms shall be forged steel. Arms shall be factory painted; in color selected by the Engineer. Covers shall not project more than 2-3/8" from door face. C. Arm selection shall follow the requirements of the table below, with brackets, drop plates and miscellaneous accessories provided as necessary. Corner brackets will not be permitted unless specific written instruction is obtained from the Owner's representative. D. Closers shall be LCN Series 4040. Provide proper spring size in accordance with the manufacturer's recommendations, tabulated in terms of mounting style and door width. 08710-3 2.06 FLAT GOODS: (Not Used) A. Plate shall be of vinyl acrylic, 1/8" thick, ROHM & HAAS "Kydex" or CONSTRUCTION SPECIALTIES "Acrovyn" with top and side edges beveled and Dark Brown color. B. Kickplates shall be 10" high x 1/8" thick. For single doors, plate widths shall be actual door width less 1' ; for double doors, actual width less 12" per leaf. C. Flat goods shall be glued and mechanically fastened with #6 x 5/8 oval head screws in color to match flat goods. 2.07 SMOKE GASKETING. A. Where required by the hardware group, provide the following: 2.08 STOPSAND BUMPERS.- A. UMPERS. A. Where required by the hardware group, provide one of the following: IVES GLYNN-JOHNSON CIPCO Designation Designation Designation Desianation A,(Wa11)407-1/2GJ60C 330/331 "urface 90M Series orierhead-interior) (stop only) NOTE: WMre door projects beyond wall that bumper could be placed to align properly with door lever han2le, use overhead surface mounted stop instead. 2.09 PUSH -PULLS. A. Where required by the hardware group, provide the following: CIPCO IVES Designation Desi ng ation Designation PI (push) .050" x 4" x 16"8200 J300 560K P2 (pull) 30 on 560K 8314-5 2.10 KEYING.- A. EYING. A. Coordinate keying with Owners representative. 08710-4 ANSI Designation J400 REESE NATIONAL GUARD STANLEY PEMKO Designation Design Designation Design Desian S (Smoke Doors) 797 TM181 10-5050 S88 2.08 STOPSAND BUMPERS.- A. UMPERS. A. Where required by the hardware group, provide one of the following: IVES GLYNN-JOHNSON CIPCO Designation Designation Designation Desianation A,(Wa11)407-1/2GJ60C 330/331 "urface 90M Series orierhead-interior) (stop only) NOTE: WMre door projects beyond wall that bumper could be placed to align properly with door lever han2le, use overhead surface mounted stop instead. 2.09 PUSH -PULLS. A. Where required by the hardware group, provide the following: CIPCO IVES Designation Desi ng ation Designation PI (push) .050" x 4" x 16"8200 J300 560K P2 (pull) 30 on 560K 8314-5 2.10 KEYING.- A. EYING. A. Coordinate keying with Owners representative. 08710-4 ANSI Designation J400 B. SCHLAGE key blanks will be used. A. Where required by the hardware group, provide the following: REESE NATIONAL GUARD PENIKO Designation Desi tion Designation Desi 'on TH-2 (Exterior S205 513 154A handicapped) 2.12 HARDWARE GROUPS: A. See list at end of this Section. PART 3 - EXECUTION - - 3.01 DELIVERY: r� A. Hardware items shall be packaged separately, tagged with appropriate identification and location data, delivered to the site and stored in a protected manner in a location mutually agreeable to the Owner and General Contractor. 3.02 INSTALLATION. A. Install hardware per manufacturer's directions and to manufacturer's templates. Adjust for the proper operation and function. B. Properly tag and index all locksets with proper keying. 3.03 MOUNTINGHEIGHTS. A. The following mounting heights are to be considered typical throughout the project. Variations will require prior approval of Engineer. 1. Butts and hinges; set bottom of butt @ 10" above floor; set top of butt @ 5" below head frame, others spaced equally between top and bottom butts. 2. Locksets and existing devices, set @ 38" to center of lever from floor. 3.04 ADJUSTMENTAND CHECAING. A. Hardware suppliers shall be available on a reasonable demand basis to assist installers in evaluation of function and installation questions as they arise. B. Operable devices shall be in individually field checked and adjusted by hardware supplier or representative of the device manufacturer just prior to final acceptance of the building 08710-5 and at a second period approximately six months after building occupancy. C. At the time of final adjustment described above, all operating -adjusting tools shall be delivered to the Contractor along with written explanation of their use and function, accompanied by such demonstration as Owner's maintenance personnel deems necessary. D. Where smoke gasketing is installed, assure proper installation of locksets and strike plates for smooth door operation. 3.03 HARDWARE GROUPS. A. Furnish the following items in the amounts indicated on the drawings as required for a complete and functional system. B. Set 1 (Offices on Corridors, 20 -minute label) 11/2 Pr. Butts HAGER BB 1279 US 26D (41/2" x 41/2") 1 Lockset SCHLAGE D70PD Olympiad US261), ADA Lever 1 Closer LCN 4040 1 Set Smoke Gasketing S I Stop A C. Set 2 (Janitor Closets, Mechanical Rooms, Storerooms, 20 -minute label) 11/2 Pr. Butts HAGER BB1279 US 26D (41/2" x 41/2") _ - 1 Lockset SCHLAGE D80PD Olympiad US26D, ADA Lever 1 Closer LCN 4040 1 Set Smoke Gasketing S 1 Stop A F. Set 3 (Exterior Exit Door) 11/2 Pr. Butts HAGER BB1279 US 26D (41/2" x 41/2") 1 Panic Device VON DUPRIN 3327L w/Schlage cylinder same as others on job, Schlage handle #17 1 Closer LCN 4040 1 Set Smoke Gasketing S 08710-6 I Stop A 1 Threshold TH-2 G. Set 4 (Handicap Accessible Toilets, 20 -minute label) 11/2 Pr. Butts HAGER BB1279 US 26D (41/2" x 41/2") 1 Lockset SCHLAGE D40S (Olympiad Lever) US 26D 1 Closer LCN 4040 1 Set Smoke Gasketing S 1 Stop A END OF SECTION T:\0339\0339-234\Specifications\SPEC-1000/o\0339234-08710.doc: 8/9/12 08710-7 SECTION 09910 COATING SYSTEMS PART 1- GENERAL 1.01 DESCRIPTION. A. This section describes painting and protective coatings of exterior and interior surfaces on storm water construction projects. It is the intent of this section to require painting of all equipment, piping, structural steel, miscellaneous metals, conduits and concrete where indicated and installed as part of this project. B. Painting includes application of epoxy, urethane, paints, enamels, sealers, or other coatings for use as prime intermediate or finish coats. C. Unless specified or indicated elsewhere, the following surfaces shall not be painted: buried pipe, buried conduits, galvanized steel, stainless steel, aluminum and anodized aluminum, glass, vitreous enamel, chrome plating, brass, bronze, copper, rubber, plastic, fiberglass and concrete. 1.02 RELATED SECTIONS. A. Section 01300 —Submittals 1.03 REFERENCES. A. ASTM D 16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products. B. ASTM D 4263 - Indicating Moisture in Concrete by the Plastic Sheet Method. C. ASTM F 1869 - Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride. D. International Concrete Repair Institute (ICRI) Guideline No. 03732 - Selecting and Specifying concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays. E. NAPF 500-03 Surface Preparation Standard for Ductile Iron Pipe and Fittings Receiving Special External Coatings and/or Special Internal Linings. (MAPF stands for National Association of Pipe Fabricators) F. SSPC-SP 3 - Power Tool Cleaning. G. SSPC-SP 6/NACE 3 - Commercial Blast Cleaning. I. SSPC-SP 10/NACE 2 - Near -White Metal Blast Cleaning. SSPC-SP 11 - Power Tool Cleaning to Bare Metal. K. SSPC-SP 13/NACE 6 - Surface Preparation of Concrete. 09910-1 r` A. This section describes painting and protective coatings of exterior and interior surfaces on storm water construction projects. It is the intent of this section to require painting of all equipment, piping, structural steel, miscellaneous metals, conduits and concrete where indicated and installed as part of this project. B. Painting includes application of epoxy, urethane, paints, enamels, sealers, or other coatings for use as prime intermediate or finish coats. C. Unless specified or indicated elsewhere, the following surfaces shall not be painted: buried pipe, buried conduits, galvanized steel, stainless steel, aluminum and anodized aluminum, glass, vitreous enamel, chrome plating, brass, bronze, copper, rubber, plastic, fiberglass and concrete. 1.02 RELATED SECTIONS. A. Section 01300 —Submittals 1.03 REFERENCES. A. ASTM D 16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products. B. ASTM D 4263 - Indicating Moisture in Concrete by the Plastic Sheet Method. C. ASTM F 1869 - Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride. D. International Concrete Repair Institute (ICRI) Guideline No. 03732 - Selecting and Specifying concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays. E. NAPF 500-03 Surface Preparation Standard for Ductile Iron Pipe and Fittings Receiving Special External Coatings and/or Special Internal Linings. (MAPF stands for National Association of Pipe Fabricators) F. SSPC-SP 3 - Power Tool Cleaning. G. SSPC-SP 6/NACE 3 - Commercial Blast Cleaning. I. SSPC-SP 10/NACE 2 - Near -White Metal Blast Cleaning. SSPC-SP 11 - Power Tool Cleaning to Bare Metal. K. SSPC-SP 13/NACE 6 - Surface Preparation of Concrete. 09910-1 1.04 DEFINITIONS: A. Definitions of Painting Terms: ASTM D 16, unless otherwise specified. B. Dry Film Thickness (DFT): Thickness of a coat of paint in fully cured state measured in mils (1/1000 inch). 1.05 SUBMITTALS. A. Comply with Section 01300 — Submittals. B. Product Data: Submit manufacturer's product data for each coating, including generic description, complete technical data, surface preparation, and application instructions. C. Color Samples: Submit manufacturer's color samples showing full range of standard colors. D. Manufacturer's Quality Assurance: Submit manufacturer's certification that coatings comply with specified requirements and are suitable for intended application. E. Applicator's Quality Assurance: Submit list of a minimum of 5 completed projects of similar size and complexity to this Work. Include for each project: 1. Project name and location. Name of owner. .-1 Name of contractor. 47:,-- Name of engineer. L M5. `--' Name of coating manufacturer. 6. List of products used and approximate area of coatings applied. 7. Date of completion. F. Warranty: Submit manufacturer's standard warranty. 1.06 QUALITYASSURANCE. A. Manufacturer's Qualifications: 1. Specialize in manufacture of coatings with a minimum of 10 years successful experience. 2. Able to demonstrate successful performance on comparable projects. 3. Single Source Responsibility: Coatings and coating application accessories shall be products of a single manufacturer. 09910-2 B. Applicator's Qualifications: 1. Experienced in application of specified coatings for a minimum of 5 years on projects of similar size and complexity to this Work. 2. Applicator's Personnel: Employ persons trained for application of specified coatings. C. Mock -Ups: Contractor may be asked to prepare small mock-up prototype for each coating system specified using same materials, tools, equipment, and procedures intended for actual surface preparation and application. Obtain Engineer's approval of mock-ups. Retain mock-ups to establish intended standards by which coating systems will be judged. D. Pre -application Meeting: Convene a pre -application meeting at least two (2) weeks before start of application of coating systems. Require attendance of parties directly affecting work of this section, including Contractor, Engineer, applicator, and manufacturer's representative. Review the following: 1. Environmental requirements. 2. Protection of surfaces not scheduled to be coated. 3. Surface preparation. 4. Application. 5. Repair. - 6. Field quality control. 7. Cleaning. 8. Protection of coating systems. w 9. One-year inspection. 10. Coordination with other work. 1.07 DELIVERY, STORAGE, AND HANDLING: A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying: 1. Coating or material name. 2. Manufacturer. 3. Color name and number. 4. Batch or lot number. 5. Date of manufacture. 09910-3 6. Mixing and thinning instructions. B. Storage: 1. Store materials in a clean dry area and within temperature range in accordance with manufacturer's instructions. 2. Keep containers sealed until ready for use. 3. Do not use materials beyond manufacturer's shelf life limits. C. Handling: Protect materials during handling and application to prevent damage or contamination. L08 ENVIRONMENTAL REQUIREMENTS.- A. EQUIREMENTS: A. Weather: 1. Air and Surface Temperatures: Prepare surfaces and apply and cure coatings within air and surface temperature range in accordance with manufacturer's instructions. 2. Surface Temperature: Minimum of 5 degrees F (3 degrees C) above dew point. 3. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer's instructions. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist. � 5. Wind: Do not spray coatings if wind velocity is above manufacturer's limit. B. .Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas. C. Must and Contaminants: 1.-, Schedule coating work to avoid excessive dust and airborne contaminants. 2. Protect work areas from excessive dust and airborne contaminants during coating application and curing. PART 2 - PRODUCTS 2.01 MANUFACTURERISUPPLIERS. A. The following manufacturer/suppliers have been pre -selected and pre -approved to supply products for this work. The products of the Tnemec Company are specifically listed to identify the paint or coating products required for each application. Similar products from the other manufacturer/suppliers may be provided. Other manufacturers or suppliers may be considered, however the Contractor must submit a detailed list of products proposed and list of project references to Engineer for approval. B. Tnemec Company Incorporated, 6800 Corporate Drive, Kansas City, Missouri 64120-1372. Toll Free (800) 863-6321. Phone (816) 483-3400. Fax (816) 483-3969. Web Site www.tnemec.com. 09910-4 C. Iowa Paint Manufacturing Co., 17th & Grand Avenue, Des Moines, IA 50309. Phone # 515-283- 1501. Iowa Paint Manufacturing Co. 1204 S Gilbert St, Iowa City, IA 52240. Phone # 319-337- 6427. D. Parker Coatings, Inc., 2451 W Mason, P.O. Box 10886, Green Bay, WI 54307-0886. Phone # 414-494-9676 or 1-800-236-9676. FAX 414494-6162. 2.02 COATING SYSTEMS FOR STEEL: A. Interior, Exposed: 1. System Type: Epoxy. 2. Surface Preparation: SSPC-SP 6. 3. Primer: Tnemec Series 66 or N69 Hi -Build Epoxoline. DFT 3.0 to 5.0 mils. 4. Finish Coat: Tnemec Series 66 or N69 Hi -Build Epoxohne. DFT 4.0 to 6.0 mils. 5. Total DFT: 7.5 to 11.0 mils. 4 B. Interior/Immersion Severe: 1. System Type: Vinyl Ester. -- 2. Surface Preparation: SSPC-SP 5. = 3. Primer: Tnemec Series 120-5002 Vinester. DFT 12.0 to 18.0 mils. w w 4. Finish Coat: Tnemec Series 120-5001 Vinester. DFT 12.0 to 18.0 mils. 5. Total DFT: 24.0 to 36.0 mils. C. Exterior Exposed: 1. System Type: Zinc/epoxy/urethane. Tnemec Hydro -System 2000. 2. Surface Preparation: SSPC-SP 6/NACE 3. 3. Primer: Tnemec Series 90-96, 90-97 Tneme-Zinc, or 91-1120 Hydro -Zinc. DFT 2.5 to 3.5 mils. 4. Intermediate Coat: 27 Typoxy or Tnemec Series 66 Hi -Build Epoxoline DFT 2.0 to 3.0 mils. 5. Intermediate Color: (As selected by Engineer from manufacturer's standard colors). 6. Finish Coat: Series 73, 1074 or Tnemec Series 1074 Endura -Shield DFT 2.0 to 5.0 mils. 7. Total DFT: 6.5 to 11.5 mils. 8. Finish Color: (As selected by Engineer from manufacturer's standard colors). 09910-5 D. Below Grade: 1. System Type: Coal Tar Epoxy 2. Surface Preparation: SSPC-SP 10. 3. Primer: Tnemec Series 66 or N69 Hi -Build Epoxoline. DFT 3.0 to 5.0 mils. 4. Finish Coat: Tnemec Series 4611413 I i -Build Tneme-Tar. DFT 14.0 to 20.0 mils. 5. Total DFT: 17.0 to 25.0 mils. E. Factory Primed Steel, Exterior, Exposed: 1. System Type: Epoxy/Polyurethane. 2. Surface Preparation: clean and Dry. 3. Primer: Factory Primed. 4. Intermediate Coat: Series 27 Topoxy. DFT 2.0 to 3.0 mils. 5. Finish Coat: Series 73, 1074 or Tnemec Series 1074 Endura -Shield. DFT 2.0 to 5.0 mils. 6. Total DFT: 4.0 to 6.0 mils. F. jactoryBrimed Steel, Interior, Exposed: C✓ System Type: Epoxy. !2, face Preparation: clean and Dry. 0- Primer: Factory Primed. 4 , Intermediate Coat: Series 27 Topoxy. DFT 2.0 to 3.0 mils. 5. Finish Coat: Tnemec Series 66 or N69 Hi -Build Epoxoline. DFT 2.0 to 4.0 mils. 6. Total DFT: 4.0 to 6.0 mils. 2.03 CONCRETE andMASONRY. A. Immersion: 1. System Type: Epoxy. 2. Surface Preparation: Abrasive Blast. 3. Primer: Tnemec Series 66 or N69 Hi -Build Epoxoline. DFT 4.0 to 6.0 mils. 4. Finish Coat: Tnemec Series 66 or N69 Hi -Build Epoxoline. DFT 4.0 to 6.0 mils. 5. Total DFT: 8.0 to 12.0 mils. 09910-6 B. Immersion: 1. System Type: Coal Tar Epoxy. 2. Surface Preparation: Abrasive Blast. 3. Finish Coat: Tnemec Series 4611-413 Fli-Build Theme -Tar. DFT 14.0 to 20.0 mils. 4. Total DFT: 14.0 to 20.0 mils. - C. Immersion: 1. System Type: Modified Polyurethane. 2. Surface Preparation: Abrasive Blast. w w 3. Primer: Tnemec Series 66 or N69 Hi -Build Epoxoline. DFT 4.0 to 6.0 mils. 4. Finish Coat: Tnemec Series 262 Elasto-Shield. DFT 50 mils minimum. 5. Total DFT: 54.0 mils minimum. 2.04 HIGHHEAT & CHEMICAL APPLICATIONS. A. Concrete or Steel: 1. System Type: Parker Coatings, Chemline 3600-1111C, Chemical Liner. 2. Surface Preparation: New concrete must have 28 days cure. Remove all oil, grease, dirt or contaminants. Provide bonding by abrasive Blast. 3. Primer: Follow manufacturer's instructions. 4. Smooth Finish if Specified: After 3600-HHC has hardened, and if a smooth glass like surface is desirable, apply final veil coat using 3600-HHC liquids only. 5. Total DFT: approx 1/8 inches. 2.05 COATING SYSTEMS FOR DUCTILE IRONPIPE. A. Use the same coating systems as for steel except follow NAPF 500-3 specifications for surface preparation. PART 3 - EXECUTION 3.01 EXAMINATION. - A. Examine areas and conditions under which coating systems are to be applied. Notify Engineer of areas or conditions not acceptable. Do not begin surface preparation or application until unacceptable areas or conditions have been corrected. Application of coatings to surface signify acceptance of the surface. 09910-7 3.02 PROTECTION OF SURFACES NOT SCHEDULED TO BE COATED.- A. OATED. A. Protect surrounding areas and surfaces not scheduled to be coated from damage during surface preparation and application of coatings. B. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. 3.03 SURFACE PREPARATION OF STEEL: A. Prepare steel surfaces in accordance with manufacturer's instructions. B. Fabrication Defects: 1. Correct steel and fabrication defects revealed by surface preparation. 2. Remove weld spatter and slag. 3. Round sharp edges and comers of welds to a smooth contour. 4. Smooth weld undercuts and recesses. 5. Grind down porous welds to pinhole -free metal. 6. Remove weld flux from surface. C. Ensure surfaces are dry. D. Interior, Wet Substrate: Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, .corrosion products, and other foreign matter in accordance with SSPC-SP 10/NACE 2. f —E. Interior, Dry Substrate: Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, I . coirosioIIp-roducts, and other foreign matter in accordance with SSPC-SP 6/NACE 3. y' Frxterior. Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, F aid other foreign matter in accordance with SSPC-SP 6/NACE 3. G. Abusive Blast -Cleaned Surfaces: Coat abrasive blast -cleaned surfaces with primer before visible rust forms on surface. Do not leave blast -cleaned surfaces uncoated for more than 8 hours. H. Shop Primer: Prepare shop primer to receive field coat in accordance with manufacturer's instructions. I. Ductile Iron Pipe: Follow NAPF 500-3 specifications for surface preparation. 3.04 APPLICATION.- A. Apply coatings in accordance with manufacturer's instructions. B. Mix and thin coatings, including multi-component materials, in accordance with manufacturer's instructions. 09910-8 C. Keep containers closed when not in use to avoid contamination. D. Do not use mixed coatings beyond pot life limits. E. Use application equipment, tools, pressure settings, and techniques in accordance with manufacturer's instructions. F. Uniformly apply coatings at spreading rate required to achieve specified DFT. G. Apply coatings to be free of film characteristics or defects that would adversely affect performance or appearance of coating systems. H. Stripe paint with brush critical locations on steel such as welds, comers, and edges using specified primer. I. Carefully protect adjacent work and materials. J. Immediately remove paint from all surfaces not specified to receive paint. 3.05 TESTING and DISINFECTION. A. Contractor shall provide testing and disinfection in accordance with Section 151b Alor- painting. 3.06 REPAIR: A. Damaged Materials: Repair or replace damaged materials and surfaces not scheduled to be coated. B. Damaged Coatings: Touch-up or repair damaged coatings. Touch-up of minor damage shall be acceptable where result is not visibly different from adjacent surfaces. Recoat entire surface where touch-up result is visibly different, either in sheen, texture, or color. C. Coating Defects: Repair in accordance with manufacturer's instructions coatings that exhibit film characteristics or defects that would adversely affect performance or appearance of coating systems. 3.07 FIELD QUALITY CONTROL: A. Contractor shall provide qualified independent inspector to provide the following services: Verify coatings and other materials are as specified. 2. Verify surface preparation and application are as specified. 3. Verify DFT of each coat and total DFT of each coating system are as specified using wet film and dry film gauges. 4. Coating Defects: Check coatings for film characteristics or defects that would adversely affect performance or appearance of coating systems. a. Check for holidays on interior steel immersion surfaces using holiday detector. Report: 09910-9 a. Submit written reports describing inspections made and actions taken to correct nonconforming work. b. Report nonconforming work not corrected. C. Submit copies of report to Engineer and Contractor. B. Manufacturer's Field Services: At the request of the Contractor or Engineer, a qualified Manufacturer's representative shall provide technical assistance and guidance for surface preparation and application of coating systems. 3.08 CLEANING: A. Remove temporary coverings and protection of surrounding areas and surfaces. 3.09 PROTECTION OF COATING SYSTEMS., A. Protect surfaces of coating systems from damage during construction. 3.10 ONE-YEARINSPECTION. A. Owner will set date for one-year inspection of coating systems. B. Inspection shall be attended by Owner, Contractor, Engineer, and manufacturer's representative. C. Repair deficiencies in coating systems as determined by Engineer in accordance with manufacturer's instructions. END OF SECTION T:\0339\0339-234\Specifications\SPEC-1000/9\033923409910.doc: 8/9/12 Ln 09910- 10 SECTION 11315 VERTICAL AXIAL FLOW PUMPS AND MOTORS PART I -GENERAL 1.01 DESCRIPTION.• A. This specification includes the supply and installation of four (4) vertical axial flow pumps and motors. Each pump unit shall include a single stage pump bowl assembly, suspended from a flanged steel column supported by a steel base plate which is fitted with an above ground discharge elbow with a drive shaft sealing assembly on which a vertical motor is mounted. B. These pumps shall be designed to meet the AW WA and Hydraulic Institute Standards suitable for high flow at low heads. The maximum horsepower requirement occurs at the shut-off head (zero flow); consequently, these pumps may overload when throttled substantially. L02 RELATED WORK: Section 01300 Submittals -1 Section 01750 On -Site Pump Station Testing Section 05500 Metal Fabrications (discharge pipe) — Section 16158 Variable Frequency Motor Drives Section 16205 Generator Sets = _ Section 16408 Control Systems , l L03 QUALTTYASSURANCE. A. All pumping equipment furnished under this Section shall be of a design and manufacturer that has been used in similar applications and it shall be demonstrated to the satisfaction of the Owner that the quality is equal to equipment made by that manufacturer specifically named herein. B. All pump units, complete with motor, necessary guards and all other specified accessories and appurtenances shall be furnished by the pump manufacturer to insure compatibility and integrity of the individual components, and provide the specified warranty for all components. C. The vertical axial flow pumps specified in this section shall be furnished by and be the product of one manufacturer. D. Pumps are to be engineered and manufactured under a written Quality Assurance program. The Quality Assurance program is to be in effect for at least ten years and shall include a written record of periodic internal and external audits to confirm compliance with such program. E. Pumps are to be engineered and manufactured under the certification of ISO -9001:2000. L04 CODES and STANDARDS: A. All equipment shall be fabricated, assembled and tested in accordance with the most current applicable standards as defined by the following institutions: 1. American National Standards Institute (ANSI). 2. Institute of Electrical and Electronic Engineers (IEEE). 11315-1 3. National Electrical Manufacturers' Association (NEMA). 4. Anti -Friction Bearing Manufacturers' Association (AFBMA). B. All materials and equipment shall be labeled or listed as being approved by the Underwriters Laboratories (U.L.) whenever applicable. Equipment offered as meeting the intent of the U.L. requirements may be acceptable subject to the approval of the Purchaser. 1.05 PERFORMANCE. A. The pumps shall be designed for continuous operation under normal service. B. Design and operation conditions are listed in Paragraph 1.06. C. Total dynamic head shall be as measured at the discharge of the pump and shall include velocity head and vertical static head from the minimum water level to the centerline of the pump discharge. D. Liquid to be pumped will be normal storm water drainage from urban landscape with a maximum temperature of 75 deg F. E. Pumps shall be operated in the manufacturer's published performance curve range. 1.07 ACCEPTABLE MANUFACTURERS.- A. ANUFACTURERS: A. Only approved bidders shall supply equipment provided under this contract. B. Equipment specifications for this project are based on pumps manufactured by Fairbanks Morse Pump Corporation or Flowserve Pump Division. C. Motors shall be U.S. Electrical Motors "TITAN Line" or approved equal. D. Manufacturer shall have installations of like or similar application with a minimum of 5 years service for this pump type and size. E. Equipment by other suppliers that meets the requirement of this specification may be acceptable,. if approved not less than 2 weeks before scheduled bid date. Substitutions will be considered in accordance with the provisions of Section 00100 and the General Conditions. Contractor must name the all equipment manufacturer and model numbers for approval. Alternate proposals must include a line by line compliance statement based on this specification. 1.08 SINGLE SOURCE RESPONSIBILITY A. The supplier shall provide single source and undivided responsibility for complying with the requirements in specification Sections 11315 and 16158. This requirement is to insure the Owner receives a fully coordinated and complete operating pumping and control system. 1.09 SUBMITTALS: A. Submit shop drawings for all mechanical equipment and related accessory items, in accordance with Section 01300 — Submittals. Within 2 weeks after award of contract, provide six sets of the following -information for review: fManufacturer's product literature and performance data, sufficient to verify compliance to specification requirements. 11315-2 1-06 OPERATING CONDITIONS. 0339234-11315 Pump Operating Data; May 10, 2012 Pump Station Location North South Max. Pumping Flow Rate for Two (2) Pumps Operating 42,800 GPM [ 95 CFS ] 33,600 GPM [ 75 CFS ] Design Operating Conditions for Each Pump 21,400 GPM 16,800 GPM Total Discharge Head @ Maximum Flow Rate 16 feet 16 feet Maximum Pump Speed 720 rpm 720 rpm Goal for Minimum Pump Speed, approximately 600 rpm 600 rpm Pump Discharge Column Size 30 inches 30 inches Minimum Motor Size 150 Horsepower 150 Horsepower Anticipated Maximum HP Required for Pump Operation 130 Horsepower 110 Horsepower Minimum Pump Efficiency 78% 78% Goal for Minimum Pumping Rate For One (1) Pump Operating 17,000 GPM 13,000 GPM Maximum Solids Passage 4 inches 4 inches Design Elevations See Drawings for References Minimum Water Level Shall be provided by pump manufacturer Operating Water Levels See Drawings for References It �.,.. Minimum Submergence Over Pump Bell Shall berovided b p y pump manufacturer r�, [Dis:nce of Pump Bell Above Floor Shall be provided by pump manufacturer 11315-3 2. A paragraph by paragraph specification compliance statement, describing the differences between the specified and the proposed equipment. 3. Manufacturer's certification of prototype testing and description of testing facilities. 4. Manufacturer's published warranty documents. 5. Shop drawings showing plan and elevation views with certified overall dimensions. 6. List of previous installations of similar size, location and climate of operation. 7. Motor preliminary dimension print, frame size and approximate motor weight. 8. Complete motor nameplate information. 9. Motor performance data. B. Within 6 weeks after award of contract provide six sets of the following information for review: 1. Job site storage requirements. 2. Certified dimension prints. 3. Recommended spare parts list priced. 4. Wiring connection diagrams. 5. Test reports as specified C. Submit four copies of preliminary installation, operation and maintenance manuals for Owner and Engineer's review prior to final shipment of equipment. D. The Manufacturer shall prepare a site specific, operation and maintenance manual for the equipment furnished in this section. The manual shall include the supplier's installation and assembly recommendations, operational instructions, service and a complete list of recommended spare parts. Submit two copies of final operation and maintenance manuals with delivery of equipment. LIO FACTORYTESTS: A. A certified, non -witnessed, factory performance test shall be performed on each different bowl assembly in accordance with Hydraulic Institute Standards latest edition. Tests shall be sufficient to determine the curves of head, input horsepower and efficiency relative to capacity from minimum recommended flow to 150% of design flow. A minimum of six points shall be taken for each test. At least one point of the six shall be taken as near as possible to each specified condition. 1.11 SERVICE andSUPPORT. A. The pumps and motors set shall be serviced by local service organization(s) which are trained and factory certified. The supplier shall maintain an inventory of critical replacement parts at the local service organization and in service vehicles. The service organization(s) shall be on call 24 hours per day, 365 days per year. B. `P a manufacturer( s) shall maintain model and serial number records of each pump and motor unit for at leasf20 years. t:..G. Onsite techiiical assistance shall be provided by the equipment manufacturer as outlined in Part 3 of -this specification. 11315-4 L12 WARRANTY. A. A written manufacturer's warranty shall be furnished for the equipment provided in this section. The warranty shall be for a minimum period of two (2) years from start-up or 30 months from time of equipment shipment, whichever comes fust. The warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service except for normal wear parts. The warranty shall be comprehensive. No deductibles shall be allowed for travel time, service hours, repair parts cost, etc. PART 2 - PRODUCTS 2.01 PUMPS. — A. Rotation. The pump shall be counterclockwise rotation when viewed from the driver end looking' at the pump. B. Suction Bell 1. The suction bell and impeller case shall be separately flanged castings and bolted to the stator case (diffuser bowl or top case) to make up the complete pump element. The suction bell shall be made of close -grained cast iron conforming to ASTM A48 CL30. Castings shall be free from blowholes, sand holes and shall be accurately machined and fitted to close dimensions. 2. The upper portion of the suction bell, or impeller case, shall be bored cylindrically to match the periphery of the impeller vanes. The bearing housing shall be an integral part of the suction bell and shall have a grease chamber surrounding the bronze bottom bearing. This chamber shall be packed with non -water-soluble grease at the time the pump is assembled at the factory and shall not require replenishing. The suction bell shall be flared at the bottom to provide a smooth waterway entrance to the impeller and shall have integral splitters to reduce inlet swirl and entrance losses. The suction bell shall incorporate a minimum of three guide vanes designed to minimize entrance losses and reduce vortexing. C. Stator Case (Diffuser Bowl or Top Case) 1. The stator case shall be a single piece close -grained iron casting conforming to ASTM A48 CL30. Castings shall be free from blowholes, sand holes and shall be accurately machined and fitted to close dimensions. The stator case shall be flanged at the bottom for bolting to the impeller case of the suction bell, and to the top for bolting to the discharge column. Bowls shall be designed with smooth passages to ensure efficient operation. The upper end of the stator case shall be machined to receive a bronze top case bearing, and the lower end shall be fitted with a renewable, hardened, stainless steel case wear ring to match the impeller. Diffuser vanes shall be an integral part of the stator case. D. hnpeller 1. The impeller shall be bronze construction conforming to ASTM B 148 A1952. It shall be of one-piece construction, axial flow 3 or 4 vane design capable of passing a 4 inch solid. Vane leading edges shall be rounded to prevent accumulation of fibrous material. hnpellers shall be statically and dynamically balanced to limit vibration and supported on both sides by sleeve -type bearings for stability. 11315-5 2. They shall be accurately machined and hand finished on the hydraulic surfaces. The impeller outside diameter shall be machined concentric to the bore of the suction bell to insure proper running clearance. The impeller shall be mounted on the shaft with a loose fit with torque transferred by a key and the hydraulic thrust transferred by a split ring or a steel drive collet. 3. The impeller shall be hydraulically balanced to reduce the axial down thrust. Hydraulic balance shall be achieved by pressure equalizing balance holes and a top impeller hub wear ring. 4. Impeller location within the bowl shall be adjustable by means of atop shaft -adjusting nut on the vertical hollow -shaft motor. Provide a renewable, hardened, stainless steel wear ring on the impeller. E. Column Assembly 1. Column size, length, fittings, couplings and supports shall be designed and fabricated to fit the drawings and site requirements. The diameter of the discharge elbow and column shall be sized to limit the fluid velocity to less than 12 feet per second. Column pipe shall be not less than 30 inches nominal diameter and shall be 3/8 inch wall thickness. 2. Column pipe sections shall be fabricated, shall be flanged and furnished in sections not over ten feet in length. The column sections shall be fabricated from pipe or rolled and welded steel plate conforming to ASTM A36/A53. F. Shafting 1. Impeller shaft and coupling shall be of stainless steel construction conforming to ASTM A479 or A582 (416 stainless steel) designed to transmit the drive torque required. Shaft sizes through 3 inch shall have threaded sleeve couplings of extra heavy wall thickness seamless steel. Sizes above 3 inch shall have solid keyed couplings with split rings. x - I The shaft shall be supported by bronze bearings located on both sides of each impeller. F '- 4i -'The drive shaft shall be two piece construction with a coupling provided below the hollow shaft motor to allow convenient installation and removal of the motor. A drive shaft of the same materials as the line shaft shall extend through the sealing assembly of the discharge head and be coupled to a vertical hollow shaft motor. G. Discharge Head Assembly 1. The pump discharge head shall be 30 -inch diameter, plain end pipe with two thrust anchor brackets to accommodate a pipe coupling connection to the discharge pipe. 2. The discharge head shall be of sufficient design to support the entire weight of the pump and driver. The motor mounting base and pump support base shall be a single piece, heavy steel component. The discharge nozzle shall be located as indicated to match the discharge piping. 3. Provide a single piece, carbon steel sole plate which is furnished and finished by the factory for convenient installation of each pump assembly. 4. The pump application shall use a variable frequency drive, so the discharge heads of fabricated steel shall be specifically designed to elevate the discharge head natural frequency above the operating speed. 11315-6 5. Discharge head openings shall be fitted with stainless steel guards to prevent injury from the rotating shaft and/or coupling. 6. Provide cast iron stuffing box with bronze bearing, gland and stuffing box packing integral with each discharge head. Provide sufficient spare stuffing box packing for one complete replacement for each pump. 7. Discharge pipe extensions, couplings and supports shall be provided by the Contractor. See Section 05500 Metal Fabrications and the drawings. H. Cleaning and Coating 1. Cleaning and coating shall be performed at the manufacturer's plant. Rust, mill scale, dirt and grease shall be removed by commercial blast cleaning (SSPC SP -10) method. 2. Coating paint shall be Tnemec POTA-PDX PLUS N140 or V 140 polyamidoamine epoxy system for interior and exterior of discharge head, interior and exterior of column pipe and exterior of pump bowl. Use black color (356R) unless changed by Owner or Engineer during shop drawing approval. (Black epoxy tends to chalk with exposure to sunlight) 3. Paint coating shall be applied to the interior and exterior of the column pipe, discharge head and discharge pipe but only to the exterior of the pump bowl. 4. Stainless steel shall be sandblasted after fabrication to remove weld bum and slag if ' necessary. Stainless steel shall not be painted. I. Factory Assembly and Shipment C- 1. The pump assembly with pump bowl, column and discharge head shall bezhipped in one - piece for convenient and accurate installation by the Contractor. The extrashaft extensions,— sole plates, instructions and spare parts should be shipped in a separate crate('§)`. 2.02 MOTORS. A. Conditions of Service 1. Motors shall be suitable for continuous operation on a three-phase, sixty hertz system rated 460 volts. 2. Motors shall be designed to operate at rated load in a maximum ambient temperature of 40 C at a maximum altitude of 800 feet. 3. The location of installation will be outdoors. B. General Design Requirements 1. Motors shall be capable of withstanding all normal forces which may be imposed upon them during the course of normal operation, including starting and normal stops. 2. Motors shall be suitable for variable frequency drive control and soft starting and shall be able to start and accelerate the connected load to full load speed with 90% of rated voltage at the motor terminals. 3. Motors shall be capable of continuous operation at full load and speeds as low as 50% with a voltage variation of +10%. 11315-7 4. Motors shall be capable of continuous operation at full load and rated voltage with a frequency variation of +5%. 5. Motor installation in hostile environments subject to dust, moisture and/or corrosive atmospheric conditions shall have all parts given protective treatment such as U.S. Motors' "CORRO-DUTY®" or equal. C. Enclosure 1. Motors shall be weather protected Type II (WPII). 2. Motors shall be vertical hollow shaft to allow adjustment of the pump impeller. D. Stator Construction 1. Stator laminations shall be of fully processed steel. Each lamination surface shall be given the necessary treatment so as to have core plate type C-5 insulation. 2. Stator windings for system voltages above 600 volts shall be form wound of rectangular copper magnet wire. Aluminum magnet wire is not acceptable. Individual coils shall be insulated with mica bearing tape prior to insertion. Coil extensions shall be blocked and braced sufficiently to minimize movement during normal starting and running conditions at full rated voltage. 3. Insulation a. Insulation system shall be Class B or better inverter duty. b. Insulation systems shall receive a minimum of two vacuum pressure impregnation treatments using a 100% solids epoxy resin. c. When specified, a completely sealed insulation system shall be supplied. This system shall be capable of passing the NEMA MG1-20.48 water immersion test and shall be U.S. Motors' "EVERSEAL" or equivalent system. d. When specified, motors to be rated for variable frequency drive applications shall meet NEMA MG -1 Part 31 dated 1993 and shall be U.S. Motors' Inverter Grade® insulation system or equal. The insulation system shall be warranted for a minimum of 3 years operation on VFD power which shall not be limited by maximum cable length restrictions. e. Temperature rise shall not exceed the limits defined by NEMA for Class B insulation systems while operating at nameplate horsepower, frequency and voltage. In the case of a particular rating where a Class F temperature rise is required, motors shall be furnished with Class F or better insulation. E. Rotor Construction 1. Rotors shall be of cast or fabricated aluminum in accordance with manufacturer's standard design. F. Bearings 1 i _ BehrWgs supplied shall be of type and size sufficient to satisfy thrust loading requirements for ea&motor in accordance with manufacturer's standard design. Bearings shall be rated for an ih-,sefvice B- 10 life of 8,800 hours. N 11315-8 2. Thrust Bearings a. Motors shall be designed and constructed with thrust bearings on top to allow inspection and/or replacement without requiring complete disassembly of motor. b. Thrust bearings shall be deep -groove ball, angular contact ball or spherical roller type. Bearings mounted back-to-back or in tandem are acceptable and may be furnished when required according to manufacturer's standard design. c. Deep -groove ball bearings shall be used only on normal thrust design motors and shall be capable of handling thrust loads in either direction. d. High thrust design motors shall be supplied with angular contact ball bearings whenever possible and in accordance with manufacturer's standard design. e. Where thrust requirements restrict the use of angular contact bearings, spherical roller bearings shall be furnished. f. When required, motors furnished with spherical roller bearings shall also be provided with a system of coils in the oil reservoir for the circulation of cooling water. g. Spherical roller bearings shall be spring loaded to keep the lower bearing race fWcontact and prevent bearing damage during starting and momentary up thrust cmditions; 3. Guide Bearings a. Guide bearings shall be deep -groove ball type and shall be located at th(FTjgttom of the motor. b. Guide bearings may be stacked when necessary according to manufacturyr;s stan&d design to accommodate specified up thrust conditions. w c. Guide bearings or bearing assemblies shall be provided with sufficient means for preventing the leakage of lubricant or entrance of foreign matter along the shaft. 4. Lubrication a. Thrust bearings shall be oil lubricated and contained in an oil reservoir with oil sight level gauge and oil fill and drain openings with plugs. b. Deep -groove ball bearings furnished as thrust bearings for normal thrust motors shall be grease lubricated. When furnished as guide bearings for high thrust units, they shall be oil lubricated. c. Grease lubricated bearings shall be furnished with provisions for in-service positive lubrication. A drain shall be provided to guard against over lubrication. G. Noise Level 1. Sound pressure levels shall be measured according to IEEE 85 and shall not exceed 90 decibels as measured on the A -Weighted Scale at a distance of five (5) feet from any motor surface under no load, free field conditions. H. Nameplates 1. Motor nameplates shall be of stainless steel and shall be securely fastened to the motor frame with pins of a like material. The following information shall be contained on the motor nameplate as a minimum: Rated Horsepower, Full Load Speed, Frequency, NEMA KVA Code and Design Letter 11315-9 (when applicable), Rated Voltage, Manufacturer's Serial Number, Service Factor, Insulation Class, Maximum Ambient, Full Load Current at Nameplate Voltage, Frame Size Designation I. Terminal Boxes 1. Terminal boxes shall be of fabricated steel or cast iron construction to be compatible with the motor enclosure specified and when possible, shall be diagonally split and capable of rotation in 90 increments. Boxes which are not suitable for rotation must be capable of top entry. 2. The area in which the main terminal box is connected with the motor frame shall be fully gasketed in order to prevent entrance of foreign matter into the motor and to provide support for the stator leads where they pass through the motor frame. 3. A properly sized grounding terminal shall be mounted in the main terminal box when specified. 4. The main terminal box shall be sufficiently oversized to allow stress cone terminations of shielded power cables and to allow mounting of any surge capacitors, lightning arrestors or current transformers as may be specified. J. Leads Main motor leads shall have EPDM or equal type jackets and shall be permanently tagged for identification. 2. The relationship between lead markings and the direction of rotation shall be indicated on a separate motor nameplate. K. Space Heaters 1. Space heaters for minimizing condensation in the motor windings may not be required, as the �.� VFD controller should provide power. See Section 16158 Variable Frequency Motor Drives. If the VFl) provided is not capable of controlling condensation, the space heaters must be provided with the motor. Motors shall be furnished with space heaters to provide sufficient wattage to maintain the internal temperature of the motor at a level approximately 10'C above the ainbient temperature while the motor is not in operation. 3. Space heaters shall be of the silicone rubber strip type attached directly to the stator end turns. When,specified, the leads shall be brought out to an auxiliary terminal box. 4.i Space heaters shall be rated for operation on a single phase, 60 hertz, 120 volt system. L. Protective Devices 1. Provide stator winding protection consisting of the following systems: a. Six (6) 120 ohm nickel resistance -type temperature detectors (RTD's) embedded in the stator windings, two (2) per phase. Each detector shall have its leads wired to an auxiliary terminal box. b. One (1) positive temperature coefficient (PTC) thermister temperature sensor embedded in each phase of the stator winding and corresponding solid state electronic control. Thermister system shall be U.S. Motors' "THERMA-SENTRY" or equal. M. Factory Testing 1. All pump motors shall be given a complete initial, certified, non -witnessed, test in accordance 11315-10 with IEEE 112 method B and shall include the following items: a. Current Balance b. High Potential Test c. Vibration Test d. Winding Resistance e. Locked Rotor Current f No Load Running Current g. Full Load Heat Run h. Full Load Percent Slip i. Efficiency at 100%, 75% and 50% Load j. Power Factor at 100%, 75% and 50% Load 2. Perform noise test in accordance with IEEE standard 85 decibel. 3. Provide four (4) copies of certified test reports to the Engineer (which includes three for the Owner) upon completion of all required tests. 2.03 DISCARGE PIPE: r-� A. See Specification Section 05500 Metal Fabrications for details on discharge pipe. PART 3 - EXECUTION 3.01 GENERAL: A. Provide preliminary installation, operation and maintenance manuals for Ownekind En iheer's review prior to final shipment of equipment. - B. Submit four copies of final operation and maintenance manuals with delivery of equipment. C. The equipment shall be furnished and installed in accordance with the manufacturer's approved delivery, storage, assembly, installation and start-up instructions to provide a complete working system. 3.02 INSTALLATION.• A. The equipment shall be installed by the contractor in accordance with final submittals and contract documents. Installation shall comply with applicable state and local codes as required by the authority having jurisdiction. 3.03 ONSITE TECHNICAL ASSISTANCE: A. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip for a total of not less than 8 hours on site for the purpose of instruction and assisting the Contractor's personnel in the assembly and installation of the equipment. B. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 8 hours on site at the time of the pump station start up. During this visit the representative will conduct the following activities. 1. Verify equipment is properly aligned, assembled and anchored per the installation instruction manual and drawings. Inspect the pumps and motors to assure they are free from damage and ready for operation. 11315-11 2. Check motors for proper rotation, meggered to check for moisture or insulation defects in the windings, and measure the amp readings on each leg to check for imbalances in the stator windings. 3. Provide a vibration limitations test on each pump and motor unit in the field as set forth in the standards of the Hydraulic Institute. 4. Check pumps and motors for proper operation including all items in the manufacturer's installation guide. 5. Correct or make arrangements to correct any deficiencies noted in the above items. Submit a complete inspection report to the Engineer and Owner. 6. Provide training to the Owner's personnel in the proper operation and maintenance of the equipment. C. Not before 120 days or after 180 days following acceptance of the project the equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 4 hours on site to answer any questions of the Owner's operations personnel and to confirm proper operation of the equipment. D. All on site technical assistance described herein shall be at no additional expense to the Owner. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-10001o\033923411315 Pumps and Motors.doc 11/5/12 11315-12 Cti 11315-12 SECTION 11335 CATENARY BAR SCREEN EQUIPMENT-- w C-?: PART 1- GENERAL 3 �. 1.01 SUMMARY. -� A. This section includes the furnishing of front -cleaning, catenary style mechanicallycleanec4,�ar screen assemblies and any auxiliary equipment or accessories to be installed in the location§ as indicated on the drawings and as specified herein. Number of units: 2 Equipment designation: Bar Screen Equipment location: North and South Levee Pumping Stations B. All equipment supplied under this section shall be furnished by or through a single Screening System Supplier who shall coordinate with the Contractor, the design, fabrication, delivery, installation and testing of the screening components. The Screening System Supplier shall have the sole responsibility for the coordination and performance of all components of the screenings system with the performance and design criteria specified herein. C. The Contractor shall be responsible to coordinate all details of the screening equipment with other related parts of the Work, including verification that all structures, piping, wiring and equipment components are compatible. The Contractor shall be responsible for all structural and other alterations in the Work required to accommodate the equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. 1.02 RELATED WORK.- Section 01300 Submittals Section 09910 Coating Systems Section 11340 Mechanically Cleaned Heavy Duty Bar Screens Section 16408 Controls 1.03 ACCEPTABLE MANUFACTURERS: A. The contractor shall furnish and install catenary bar screens, single shaft, shaft mounted drive as manufactured by the E & I Corporation, 2599 Tiller Lane, Suite B, Columbus, Ohio 43231 (TF614.899.2282) or approved equal in accordance with these specifications and the contract drawings. Substitute equipment must be modified as necessary to provide the specified features and to meet the specified requirements. B. Equipment by other suppliers that meets the requirement of this specification may be acceptable, if approved not less than 2 weeks before scheduled bid date. Substitutions will be considered in accordance with the provisions of Section 00100 and the General Conditions. Contractor must name the all equipment manufacturer and model numbers for approval. Alternate proposals must include a line by line compliance statement based on this specification. C. The manufacturer/supplier/licensor shall have a minimum of 15 years experience in the design, application and supply of screening equipment in storm water pumping or open channel 11335-1 situations, and shall submit a list of no less than 25 operating installations as evidence of meeting the experience requirement. 1.04 ALTERNATE PROPOSALS. - A. The Owner will accept alternate proposals for a different type of screen as described in Section 11340 Mechanically Cleaned Heavy Duty Bar Screens. The Bidding Contractors are directed to the Proposal Form for information on how to submit an alternate proposal. B. The bid price submitted shall be complete. No extra compensation will be allowed for the substitution. 1.05 REFERENCE STANDARDS. A. American National Standards Institute (ANSI) B. American Society for Testing and Materials (ASTM) C. American Welding Society (AWS) D. American Institute of Steel Construction (AISC) E. American Bearing Manufacturers Association (ABMA) F. American Gear Manufacturers Association (AGMA) G. National Electrical Manufacturers Association (NEMA) H. Underwriters Laboratory (UL) L06 SUBMITTALS. - A. -9"ubmit shop drawings for all mechanical equipment and related accessory items in accordance avlth Section 01300 — Submittals, including: — L Copies of all materials required to establish compliance with these specifications. Certified general arrangement drawings showing all important details and materials of r. construction, dimensions, loads on supporting structures and anchor bolt locations. 3. '-Descriptive literature, bulletins and/or catalogs of the equipment. 4. Complete data on motors, gear reducers and required accessories. 5. List of previous installations of similar size, location and climate of operation. 6. Manufacturer's preliminary installation instructions. 7. Wiring diagrams and electrical schematics for all control equipment to be furnished. 8. Written description of operation to aid preparation of control integration and programming by the owner. 11335-2 B. Submit two copies of preliminary installation, operation and maintenance manuals for Owner and Engineer's review prior to final shipment of equipment. C. The Manufacturer shall prepare a site specific, operation and maintenance manual for the equipment furnished in this section. The manual shall include the supplier's installation and assembly recommendations, operational instructions, parts list and a complete list of recommended spare parts. Submit four copies of final operation and maintenance manuals with delivery of equipment. L07 QUALITYASSURANCE: A. The Catenary Bar Screens or pre -assembled components shall be assembled and shop tested at the manufacturing facility prior to shipment. Components intended to be field assembled shall be checked to assure compatibility and fit during field assembly. B. All equipment furnished under this Section and related sections shall be of a single manufacturer who has been regularly engaged in the design and manufacture of the equipment and demonstrates, to the satisfaction of the Engineer, that the quality is equal to the equipment made by those manufacturers specifically named herein. C. The equipment furnished shall be fabricated, assembled, installed and placed in proper operational condition in full conformity with approved drawings, specifications, engineering data and/or recommendations furnished by the equipment manufacturer. 1.08 FIELD SERVICES: A. Onsite technical assistance shall be provided by the equipment manufacturer as outlined in Part 3 of this specification. 1.09 DESIGN CONDITIONS: Maximum flow rate: 95 cubic feet per second (CFS) Channel width: 5 feet Max allowable water level upstream of screen: 10 feet Water level downstream from screen: 7 to 9 feet --I i Maximum operating head loss: 12 inches — _ C1 Angle of inclination: 15 degrees = -.C, , Discharge height: 4 ft. 0 in. from top of operating floor 1.10 WARRANTY: " ca rD w A. A written manufacturer's warranty shall be furnished for the equipment provided in the section. The warranty shall be for a minimum period of two (2) years from acceptance or 30 months from time of equipment shipment, whichever comes first. The warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service except for normal wear parts. 11335-3 PART 2 — PRODUCTS 2.O1 BARRACK. A. The bar rack shall rest on the bottom of a channel as indicated in the influent stream, approximately 15 degrees from the vertical and supported by angles mounted on the channel walls. The rack assembly is to be structurally sound and capable of withstanding all forces involved in screen blinding resulting in a two -foot head loss. The entire rack is to be readily removable without disturbing the anchor bolts or dead plate. The bar rack shall extend approximately two feet above the maximum water line and shall consist of a frame and 3/8 inch x 3/16 inch x 2-1/2 inch trapezoidal steel bars. Bars shall provide 1.50 inch clear openings for the full width of the channel. 2.02 DEAD PLATE: A. To contain the screenings being removed from the bar rack, a reinforced ''/a inch steel dead plate shall be provided. The dead plate shall extend from the bar rack to a discharge point and shall have 6 inch skirts and a discharge lip. 2.03 SCREENING RAKES: A. The rakes shall consist of a channel section 7 inch in depth with %2 inch thick steel machined teeth to Clean the entire width of the bar rack. The rakes shall be counterbalanced to assure they convey t ,• to the dead plate any build-up on the front surface of the bar rack or imbedded between the bars. The rakes shall be attached to the chain at approximately 7 ft — 0 inch centers with plated fasteners. 2.04 RAKE WIPER: A. A pivoting rake wiper shall be furnished to remove the screenings from the rake teeth. The rake wiper shall be equipped with hydraulic shock absorbers to eliminate damage to it and cushion the return. 2.05 SCREENCHAIN.• A. The catenary screen chain shall be E & I Corporation or approved equal Class III, rollerless welded chain. B. The articulating joints of the chain shall be high strength carbon steel, heat treated for harsh environmental conditions. For the screen return run, the chain shall be heat treated to reduce wear do to sliding conditions. 2.06 SCREENCHAINSPROCKETS. A. Sprockets shall be cast iron, split, chilled rim, 10 tooth and 19.58 inch pitch diameter with chain saver rims. The teeth shall be chilled to a Brinell hardness of 375 for a depth of not less than 3/16 inches. 2.07 CHAINRETURNGUMES: A To guide the chain to the bottom of the channel two (2) C7 x 9.8 channels shall be provided on the return run. 11335-4 2.08 SII4F77NG: A. All shafting shall be C-1018 cold rolled steel, straight and true, and continuous between} hearings, and shall be of ample size to transmit the power required. "- 209 BEARINGS: i A. All shaft bearings shall be double row, tapered roller bearings with seals and lubii4tion fittings: t The bearings shall have collars to position the shafting. _ i 210 DRIVE UNIT.• A. The drive unit shall mount to the screen head shaft and be a helical -bevel gear reducer naming in an oil bath. The reducer shall have a service factor of 1.25 for 24-hour operation. The drive motor shall be a NEMA type 3R weatherproof, rain -tight enclosure, totally enclosed, fan cooled. The motor shall operate on 230/460 volts, 3 phase, 60 hertz, and be not less than 1.0 horsepower. B. Motor overload and equipment jamming shall be monitored by incorporating an automatic shutoff function within the motor control system activated by motor current exceeding a level stipulated by the equipment manufacturer. 211 HEADFRAME: A. The head frame shall be fabricated firom heavy structural steel shapes and support the drive unit, head shaft, bearings and sprockets. 212 ANCHORS: A. All anchor bolts shall be provided by the manufacturer and shall be 304 stainless steel. 213 PAINTING: A. All structural steel shall be commercially sandblasted and shop primed with 3 to 5 mils (dry) Tnemec #66-1211 or equal. Bearing surfaces and shafts shall be grease coated and chains shall be dipped in or sprayed with rust inhibiting slushing compound. 214 ELECTRICAL, CONTROLS, INSTRUMENTATION. A. General: 1. Controls for the rake which are to be located inside the control building shall be in enclosures as described in Section 16408. 2. Exterior controls adjacent to the bar screen shall be provided by the controls supplier. 2. The rake manufacturer or his representative shall verify all overload settings in the rake controller to insure proper overload settings required for the application are properly programmed during the pump station start up. 11335-5 3. All field wiring and power cables between the bar screen control panel and the local push button station shall be provided by others. B. Bar Screen Controls located in the control building: 1. The control panel in Section 16408 shall include at a minimum the following: (a) Hand/On/Auto (HOA) Selector Switch and Push/Pull E -Stop (b) Push -To -Test type indicator lights for 'Power On", "Forward" and necessary fault indication 2. PLC Based Controls provided in Section 16408 shall include the following: (a) Programmable Logic Controller (PLC) (b) HMI programmable functions as required (c) SCADA Interlocking via Hard Contact and/or Ethernet Communications Protocols as required 3. The motor starter shall be sized for the bar screen motor and shall be provided by the controls supplier. C. Local Control Push Button Station shall be provided by the bar control supplier and shall —` i0lude: I.' enclosure shall be NEMA 4X rated for installation local to the equipment to maintain requirements of local safety codes as determined by the Engineer. 2. Pushbutton station shall be mounted as close to the equipment as safely possible and be field wired by the electiical subcontractor to the corresponding terminal inputs in the screen control panel. 3. The remote pushbutton station shall include Forward and E -Stop buttons. D. Instrumentation: 1. Each bar screen shall have a separate level system that shall be provided, installed and field wired by others per the manufactures instructions. See Section 16408 for specifications. 2.15 SPECIALTY TOOLS, SPARE PARTS AND LUBRICATION: A. Manufacturer shall provide any specialty tools and two sets (one for each screen) of spare parts for maintaining the equipment as follows: 1. Chain Links (10) 2. Rake (2) B. Manufacturer shall provide a 5 -year supply of lubrication required for maintaining all bar screen components. PART 3 - EXECUTION 3.01 GENERAL: A. The equipment shall be installed in accordance with the manufacturer's approved delivery, storage, assembly, installation and start-up instructions to provide a complete working system. 11335-6 Installation shall utilize standard torque values and be installed secure in position and neat in appearance. Installation shall include any site preparation tasks as required by the engineer or manufacturer, such as unloading, touch-up painting, etc. and any other installation tasks and materials such as wiring, conduit, controls stands as determined by the customer and/or specified by the manufacturer. 3.02 INSTALLATION.• <_z A. The equipment shall be installed properly to provide a complete working system: Instadration shall follow the supplier's recommendations. ' 3.03 ONSITE TECHNICAL ASSISTANCE: J A. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip for a total of not less than 8 hours on site for the purpose of instruction and i assisting the Contractor's personnel in the assembly and installation of the equipment. ; B. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 8 hours on site at the time of the pump station start up. During this visit the representative will conduct the following activities. 1. Verify equipment is properly aligned and anchored per the installation instruction manual and drawings. Assure the bar screen unit is square, flat and unobstructed with required clearances maintained. 2. Assure controls and instrumentation work in all modes. Check motor for proper rotation, meggered to check for moisture or insulation defects in windings, and measure amp readings on each leg to check for imbalanced stator windings. 3. Check equipment for proper operation of debris blade, scrapers, etc as well as completion of the Start -Up requirements in the installation guide. 4. Correct or make arrangements to correct any deficiencies noted in the above items. 5. Provide training to the OWNER'S personnel in the proper operation and maintenance of the equipment. C. Not before 120 days or after 180 days following acceptance of the project the equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 8 hours on site to answer any questions of the OWNER'S operations personnel and to confirm proper operation of the equipment. D. All on site technical assistance herein described shall be at no additional expense to the OWNER. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-11335 bar screen.doc 11/5/12 11335-7 SECTION 11340 MECHANICALLY CLEANED HEAVY DUTY BAR SCREENS PART 1 -GENERAL 1.01 SUMMARY. A. This section includes the furnishing of front -cleaning, front -return link driven mechanically cleaned bar screen assemblies and any auxiliary equipment or accessories to be installed in the locations as indicated on the drawings and as specified herein. Number of units: 2 Equipment designation: Bar Screen Equipment location: North and South Levee Pumping Stations B. All equipment supplied under this section shall be furnished by or through a single Screening System Supplier who shall coordinate with the Contractor, the design, fabrication, delivery, installation and testing of the screening components. The Screening System Supplier shall have the sole responsibility for the coordination and performance of all components of the screenings system with the performance and design criteria specified herein. C. The Contractor shall be responsible to coordinate all details of the screening equipment with other related parts of the Work, including verification that all structures, piping, wiring and equipment components are compatible. The Contractor shall be responsible for all structural and other alterations in the Work required to accommodate the equipment differing in dimensions or other characteristics from that contemplated in the Contract Drawings or Specifications. L02 RELATED WORK A. Section 01300 Submittals B. Section 09910 Coating Systems C. Section 11335 Catenary Bar Screen Equipment D. Section 16408 Controls - L03 ACCEPTABLE MANUFACTURERS. _ ) A. Screens shall be as manufactured by Duperon Corporation, 515 N. Washington, Saginaw, ,'yt Michigan (TF 989.383.8479) or approved equal in accordance with these specificatio4iind the contract drawings. The screens shall be FlexRake® Model, Heavy Duty Bar Screen — stainless steel (304 SSTL), link driven front cleaning, front mechanically cleaned bar screen with 1 '/2 clear openings. Substitute equipment must be modified as necessary to provide the specified features and to meet the specified requirements. B. Equipment by other suppliers that meets the requirement of this specification may be acceptable, if approved not less than 2 weeks before scheduled bid date. Substitutions will be considered in accordance with the provisions of Section 00100 and the General Conditions. Contractor must name the all equipment manufacturer and model numbers for approval. Alternate proposals must include a line by line compliance statement based on this specification. 11340-1- C. The manufacturer/supplier/licensor shall have a minimum of 15 years experience in the design, application and supply of screening equipment in storm water pumping or open channel situations, and shall submit a list of no less than 25 operating installations as evidence of meeting the experience requirement. L04 ALTERNATE PROPOSALS: A. The Owner will accept alternate proposals for a different type of screen as described in Section 11335 Catenary Bar Screen Equipment. The Bidding Contractors are directed to the Proposal Form for information on how to submit an alternate proposal. B. The bid price submitted shall be complete. No extra compensation will be allowed for the substitution. 1.05 REFERENCE STANDARDS: A. American National Standards Institute (ANSI) B. American Society for Testing and Materials (ASTM) C. American Welding Society (AWS) D. Apaerican Institute of Steel Construction (AISC) E. Awerican Bearing Manufacturers Association (ABMA) i_ ..F. American: sear Manufacturers Association (AGMA) G. National Electrical Manufacturers Association (NEMA) H. Uft&rwriters Laboratory (UL) 1.06 SUBMITTALS: A. Submit shop drawings for all mechanical equipment and related accessory items in accordance with Section 01300 — Submittals, including: 1. Copies of all materials required to establish compliance with these specifications. 2. Certified general arrangement drawings showing all important details and materials of construction, dimensions, loads on supporting structures and anchor bolt locations. 3. Descriptive literature, bulletins and/or catalogs of the equipment. 4. Complete data on motors, gear reducers and required accessories. 5. List of previous installations of similar size, location and climate of operation. 6. Manufacturer's preliminary installation instructions. 11340-2- 7. Wiring diagrams and electrical schematics for all control equipment to be furnished. 8. Written description of operation to aid preparation of control integration and programming by the owner. B. Submit two copies of preliminary installation, operation and maintenance manuals for Owner and Engineer's review prior to final shipment of equipment. C. The Manufacturer shall prepare a site specific, operation and maintenance manual for the equipment furnished in this section. The manual shall include the supplier's installation and assembly recommendations, operational instructions, parts list and a complete list of recommended spare parts. Submit four copies of final operation and maintenance manuals with delivery of equipment. L07 QUALITPASSURANCE. A. The Mechanically Cleaned Bar Screens shall be fully assembled and shop tested at the manufacturing facility prior to shipment. B. All equipment furnished under this Section and related sections shall be of a single manufacturer who has been regularly engaged in the design and manufacture of the equipment and demonstrates, to the satisfaction of the Engineer, that the quality is equal to equipment made by those manufacturers specifically named herein. C. The equipment furnished shall be fabricated, assembled, installed and placed in proper operational condition in full conformity with approved drawings, specifications, engineering data, and/or recommendations furnished by the equipment manufacturer. L08 FIELD SERVICES. A. Onsite technical assistance shall be provided by the equipment manufacturer as outlined in Part 3 of this specification. L09 DESIGN CONDITIONS. A. Maximum flow rate: 95 cubic feet per second (CFS) ` B. Channel width: 5 feet C. Max allowable water level upstream of screen: 10 feet D. Water level downstream from screen: 7 to 9 feet w E. Maximum operating head loss: 12 inches F. Angle of inclination: 15 degrees G. Debris discharge height: 4 ft. 0 in. from top of operating floor 11340-3- 1.10 WARRANTY: A. A written manufacturer's warranty shall be furnished for the equipment provided in this section. The warranty shall be for a minimum period of two (2) years from acceptance or 30 months from time of equipment shipment, whichever comes first. The warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service except for normal wear parts. PART 2 - PRODUCTS 2.01 BASIS OF DESIGN.• A. The mechanically cleaned bar screen shall have a head sprocket only, with no sprockets, bearings or similar drive components under water to trap the chain. Equipment featuring reciprocating rake arms or lower bearings/sprockets/tracks below the water is not acceptable. B. The mechanically cleaned bar screen shall run continuously without an operator. C. The equipment shall have multiple scrapers on the bar screen at one time cleaning continuously from bottom to top, the entire width of the bar screen. The drive output shaft rotation shall be constant and in one direction in order to reduce maintenance. Units which have single raking ari ji or that require cycle times shall not be allowed. Cleaning mechanisms that utilize shock ab86rbers, springs or other dampening or hydraulic actuations are unacceptable. 'D. The link system shall have jam evasion capability by flexing around and collecting large objects such as a t.X 4, bowing ball, grease balls and surges of solids at peak loading times without ove/�r oadiggg—,and shutting down the unit. The link system shall be such that it bends in one directioil'6aly, which allows it to become its own lower sprocket and frame and shall have a 1,OM poun0ifting capacity. i.A E. Designs employing the use of endless moving media or cables and hydraulic cylinders to remove debris from the channel and units utilizing proximity or limit switches for reverse cycles are not acceptable. F. Equipment utilizing a greater than %z HF motor or two or more motors to complete a screen cleaning cycle is not acceptable. G. The design shall be such to ensure that all maintenance can be accomplished at the operating floor level or above. No part of the drive system including sprockets shall be located below the water surface at maximum design flow. 2.02 COMPONENTS: A. Bar screen assembly: Bar screen assembly consisting of side fabrications, horizontal members, screen bars dead plate, discharge chute and chains slides shall be of A36 structural steel and be designed to withstand 1 foot head differential unless noted otherwise in the Appendix. See Appendix for materials of construction and design requirements such as: coating, slot opening, angle of installation, channel dimensions, etc. The Bar screen assembly shall be shipped in one piece. 11340-4- 1. Screen bars: The screen bars shall be stainless steel and a minimum of 0.375 X 2.00 inches welded to horizontal members. 2. Side Fabrication: The screen framework shall be stainless steel shapes with a minimum thickness of 0.25 inch. Horizontal members shall be stainless steel shapes with a minimum thickness of 0.25 inch. Support members and frame shall adequately support the bar screen based on site specific requirements 3. Dead Plate: Dead plate shall be 0.25 inch thick stainless steel and shall span the entire width of the unit and transition from operating deck behind bar screen to discharge point. 4. Discharge Chute: The discharge chute shall be l lga. (0.12 inch) stainless steel sheet. The discharge chute shall be bolted to the dead plate and shall be designed to allow debris to be transferred from discharge point into the debris containment. 5. Link Slides: Link slide assembly shall be constructed of UV Stable UHMW PE rollers and stainless steel supports and components. B. Return Guide/Closeouts: Return guide/Closeouts shall be bent stainless steel sheet and shall assure proper alignment of scrapers as they enter the bar screen and assure that there is no space wider than the clear opening between bars to prevent passage of larger solids than allowed through the screen. C. Debris Blade: A stainless steel and UV Stable UHMW-PE debris blade assembly shall be installed if applicable to assist in removing debris from the scraper on the mechanicallrcleaned bar screen unit as recommended by the manufacturer. `. D. Link System: The link system shall be stainless steel. t E. Scrapers: Scrapers shall be 0.75 inch thick UV Stable UHMW-PE with a serrato4 edge and penetrate the screen bars 2.00 inches. Scrapers shall be spaced 63 inches apart and supported as required by the manufacturer. The scrapers move at no greater than 28 inches per minute -at standard operating speed of %2 rpm allowing for approximately 1 debris discharge per 2 minutes. + Scrapers shall be easily modified by the customer if necessary to suit future changes in oris conditions. F. Drive Head: The Drive Head shall be located at the top of the mechanically cleaned bar screen. 1. Drive Unit: Each mechanically cleaned bar screen unit shall operate independently and shall have its own drive unit and driven components. The electric gear motor shall be shaft mounted and weatherproof. a. Drive Sprockets and end castings shall be cast stainless steel. b. Drive Shaft shall be stainless steel. c. Gearbox shall be she shaft -mounted, right angle type and incorporate cycloidal and spiral bevel gearing with a total ratio of 3511:1. The gear reducer output shaft speed shall be controlled by a volts/hertz type inverter or per rake manufacturer's recommendation. It shall have at least a 1.52 or greater service factor based on machine torque requirements. The gearbox shall not be vented to the outside atmosphere. 11340-5- d. The motor shall be AC induction type, 3 phase240/480 volt, '/. HP, weatherproof rated and be mounted to the gear reducer. Motor shall be 1730 RPMs base speed and shall have a TEFC enclosure with a 56C frame size and shall be UL listed. e. Motor shall have built in thermostat to protect from overheating that is to be field wired to corresponding terminal in control panel for redundant (ambient) overload protection. 2. Bearing shall be greased ball bearing type, non self -aligning, sealed and lubricated. G. Speed Reducer: Speed reducer shall be 0.50 output rpm, 8939 in.lb. output torque, 3511:1. H. Standard Coating: All steel bar screen components in the Drive Head Assembly shall be coated with a urethane moisture -cure two coat paint system in accordance with the paint manufacturer's specification. Products will be MC Zinc and MC Ferrox and MC Luster, as manufactured by Wasser or equivalent. Standard color is Safety Blue. Material shall meet all state and federal VOC and other regulatory requirements. 1. Drive assembly coating: All steel bar screen components shall be coated with a urethane moisture -cure two coat paint system in accordance with the paint manufacturer's specification. Products will be MC Zinc and MC Ferrox and MC Luster, as manufactured by Wasser or equivalent. Standard color is Safety Blue. Material shall meet all state and federal VOC and other regulatory requirements. 2. Bar Screen assembly coating: See Section 09910 Coating Systems. I. All anchor bolts shall be provided by the manufacturer and shall be 304 stainless steel. 2.03 ELECTRICAL, CONTROLS, INSTRUMENTATION. U-) A. general:'. c: :1 Cobols for the rake which are to be located inside the control building shall be in enclosures r aUMribed in Section 16408. ERLetivr controls adjacent to the bar screen shall be provided by the screen manufacturer. 3_ The rake manufacturer or his representative shall verify all overload settings in the rake controller to insure proper overload and speed settings required for the application are properly programmed during the pump station start up. 4. All field wiring and power cables between the bar screen control panel and the local push button station shall be provided by others. B. Bar Screen Controls located in the control building: 1. The control panel in Section 16408 shall include, at a minimum, the following: (a) Hand/On/Auto (HOA) Selector Switch and Push/Pull E -Stop (b) Push -To -Test type indicator lights for "Power On", "Forward", "Reverse" and necessary fault indication 2. PLC Based Controls provided in Section 16408 shall include the following: 11340-6- (a) Programmable Logic Controller (PLC) (b) HMI programmable functions as required (c) SCADA Interlocking via Hard Contact and/or Ethernet Communications Protocols as required 3. The Variable Frequency Drive (VFD) shall be sized for the bar screen motor and shall be provided by the bar screen manufacturer. The VFD shall be Allen Bradley Model PF40. C. Local Control Push Button Station shall be provided by the bar screen manufacturer and shall include: 1. Enclosure shall be NEMA 4X rated for installation local to the equipment to maintain requirements of local safety codes as determined by the Engineer. 2. Push button station shall be mounted as close to the equipment as safely possible and be field wired by the electrical subcontractor to the corresponding terminal inputs in the screen control panel. 3. The remote pushbutton station shall include Forward, Jog Reverse and E -Stop buttons. D. Instrumentation: 1. Each bar screen shall have a separate level system that shall be provided, installed and field wired by others per the manufactures instructions. See Section 16408 for specifications. Z04 SPECIALTY TOOLS, SPARE PARTSAND LUBRICATION: A. Manufacturer shall provide any specialty tools and two sets (one for each screen) of the recommend spare parts SP1 -001 Standard Spare Parts Package required for maintaining the equipment as follows: 1. Drive Clevis Pin (1) 2. Snap/Retaining Rings (10) 3. Link Clevis Pins (4) 4. Scraper Bolts (4) _ 5. Scraper Nuts (4) — - 6. Snap Ring Tool (1) 7. Never Seez, 3 oz. tube (1) B. Manufacturer shall provide a 5 -year supply of lubrication required for maintaining all bar screen components. PART 3 - EXECUTION 3.01 GENERAL: A. Equipment shall be installed in strict conformance with the manufacturer's installation instructions, as submitted with Shop Drawings, Operation and Maintenance Manuals and/or any pre -installation checklists. Installation shall utilize standard torque values and be installed secure in position and neat in appearance. Installation shall include any site preparation tasks as required 11340-7- by the engineer or manufacturer; such as unloading, touch-up painting, etc. and any other installation tasks and materials such as wiring, conduit, controls stands as determined by the customer and/or specified by the manufacturer. 3.02 INSTALLATION. A. The equipment shall be installed properly to provide a complete working system. Installation shall follow the manufacturer's recommendations. 3.03 ONSITE TECHNICAL ASSISTANCE: A. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip for a total of not less than 8 hours on site for the purpose of instruction and assisting the Contractor's personnel in the assembly and installation of the equipment. B. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 8 hours on site at the time of the pump station start up. During this visit the representative will conduct the following activities. i. Verify equipment is properly aligned and anchored per the installation LO instruction manual and drawings. Assure the bar screen unit is square, flat 1 -_ and unobstructed with required clearances maintained. ii. Assure controls and instrumentation work in all modes. Check motor for LA—r ;_� _ proper rotation, meggered to check for moisture or insulation defects in windings, and measure amp readings on each leg to check for imbalanced —� stator windings. Verify overload and speed settings required for proper o operation are properly programmed. iii. Check equipment for proper operation of debris blade, scrapers, etc as well as completion of the Start -Up requirements in the installation guide. iv. Correct or make arrangements to correct any deficiencies noted in the above items. V. Provide training to the OWNER'S personnel in the proper operation and maintenance of the equipment. C. Not before 120 days or after 180 days following acceptance of the project the equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 8 hours on site to answer any questions of the OWNER'S operations personnel and to confirm proper operation of the equipment. D. All on site technical assistance herein described shall be at no additional expense to the OWNER. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-11340 bar screen.doc 11/5112 11340-8- SECTION 15060 PIPE & PLUMBING SPECIALTIES PART I -GENERAL 1.01 DESCRIPTION. N A. This section describes specialty items for piping and plumbing work on this eject. L02 RELATED WORK Section 01300 Submittals = Section 05500 Metal Fabrications -,e I!-.1 Section 09910 Coating Systems I :� L03 SUBMITTALS: l w A. Provide detailed shop drawings of all materials famished under this section according to Section 01300. PART 2 - PRODUCTS 2.01 PIPE MATERIALS: A. See Section 05500 Metal Fabrications for requirements for steel pump discharge pipe. B. Provide service weight cast iron soil pipe for floor drains with packed joints as required on the drain. 2.02 PIPE THROUGH WALLSAND SLABS: A. Pipe sleeves in concrete construction shall be standard weight, black steel pipe with anchors welded to exterior. Sleeve size shall be as required to accommodate passage of pipes, conduits and ducts. B. Provide special concrete wall or floor slab sleeve for pipe or apparatus as specified for that installation where indicated. C. Provide continuous, synthetic rubber link seal where indicated to fill void between pipe and sleeve (or core drilled hole) as manufactured by Thunder line Corp., or equal. Install per manufacturer's recommendations. At all other locations fill void between pipe, conduit or duct and sleeve with (or cored hole) with silicone foam. Z.03 PIPE HANGERSAND SUPPORTS: A. Install hangers and supports as required to support piping. Conform to American Standard Code for Pressure Piping, ANSI B31.1 and Federal Specification WW -H-1 71. B. Provide compatible materials to prevent galvanic and corrosive action between pipe and support. C. Brace piping system to withstand all loads caused by surge, water hammer or shock. 15060-1 D. Support all pipe in strict accordance with pipe and pipe hanger and support manufacturer's recommendations and as acceptable to Engineer. Submit complete details of proposed support systems before fabrication. E. Provide prefabricated pipe supports manufactured by Unistrut Corp., Elcen Metal Products Co., Anvil Corp., Inc. or equal using corrosion resistant materials. F. General location and type shown on drawings, only for major pipe hangers and supports G. Refer to Section 05500 -Metal Fabrications for general material specifications. 2.04 MECHANICAL SLEEVE COUPLINGS: A. Smith -Blair Style 411 or equal. B. Use where indicated and where permitted by Engineer. C. Thrust support shall be provided with anchoring lugs and all thread bolts where indicated. 2.05 FLOOR DRAINS: A. Neenah Style R -4937-B, cast iron floor drain with grate or equal. B. Use where indicated and where permitted by Engineer. PART 3 - EXECUTION 3.01 INSTALLATION: A. General: 1. Make necessary field measurements to determine pipe laying lengths and work pipe into place without forcing or springing. 2. Provide sufficient unions and flanged connections to permit easy dismantling of equipment and piping for maintenance; minimize field welding required. 3-' No additional compensation allowed for modifications of piping required to suit equipment � furnished. i Joints: - 1.'_Dn welded steel pipe follow AW WA C206 with single butt welded joints. C. Field cleaning: 1. Clean otit piping before and after installation. 2. -Completely remove temporary preservative coatings. D. Paint in accordance with Section 09910 Coating Systems. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-15060 Pipe & plumbing specialties.doc 11/5/12 15060-2 SECTION 15450 SLIDE GATES and OPERATORS PART I -GENERAL 1.01 SUMMARY.• A. The contractor shall furnish and install the following slide gate assemblies as indicated and detailed on the manufacturer's drawings. The slide gate assemblies shall include the gate, frame, wall thimble (if required), stem, stem guides, lift and operator. 1.02 RELATED WORK: p =n a' A. Section 16408 Controls `� 9 cr. 1.03 ACCEPTABLE MANUFACTURERS: r' . A. Subject to compliance with requirements, gates shall be either: w 1. Wall thimble mounted cast iron slide gates manufactured by Hydro Gate or approved -equal. 2. Wall mounted stainless steel slide gates with self-adjusting UHMW seals Model 925 as manufactured by Whipps, Inc. or approved equal. B. Gate operators shall be manufactured by AUMA or an approved equal. Gate manufacturer shall select proper operator and coordinate shop drawings, shipping and field assembly. C. Alternative equipment proposals may be submitted in accordance with the provisions of Section 00100 and the General Conditions. L04 SUBMITTALS: A. Submit shop drawings for all mechanical equipment and related accessory items, in accordance with the General Conditions, including: 1. Copies of all materials required to establish compliance with these specifications. 2. Certified general arrangement drawings showing all important details and materials of construction, and dimensions. 3. Descriptive literature, bulletins, and/or catalogs of the equipment. 4. Wiring diagrams and electrical schematics for all control equipment to be furnished. B. Submit two copies of preliminary installation, operation and maintenance manuals for Owner and Engineer's review prior to final shipment of equipment. C. The Manufacturer shall prepare a site specific, operation and maintenance manual for the equipment furnished in this section. The manual shall include the supplier's installation and assembly recommendations, operational instructions, parts list and a complete list of recommended spare parts. Submit four copies of final operation and maintenance manuals with delivery of equipment. 15450-1 1. 05 FIELD SERVICES: A. On site technical assistance shall be provided by the equipment manufacturer as outlined in Part 3 of this specification. L07 REFERENCES A. AW WA C560 Standard for Cast Iron Slide Gates, latest revision. B. AW WA C561 Standard for Stainless Steel Slide Gates, latest revision. Los WARRANTY: A. A written manufacturer's warranty shall be furnished for the equipment provided in this section. The warranty shall be for a minimum period of two (2) years from acceptance or 30 months from the time of equipment shipment, whichever occurs first. The warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service except for normal wear parts. 2.01 GENERAL REQUIREMENTS: A. Cast iron slide gates shall meet the requirements of AW WA C560 except as modified herein. The Whipps, Inc stainless steel slide gates shall meet the requirements of AW WA C561 except as modified herein. Installation shall be per manufacturer's recommendations. 2.02 MATERiALSOFCONSTRUCTION. • A. Materials used in construction of gates shall be of the type best suited for regular service, normal **ter, and wastewater applications and shall conform to the following ASTM specifications. r�^ Items ASTM specifications £reme $fide, wall thimble, pedestal, gear heusiitgrwall brackets, and stem guide brackets'-. cast iron, ASTM A126, Class B or stainless steel, ASTM A276, Type 304 Wedges and wedge blocks bronze, ASTM B584, Alloy C862 nut andstem block bronze, ASTM B584, Alloy C865 sggting faces ASTM B98 Alloy C651 or UBMWPE stems and stem couplings stainless steel, ASTM A276, Type 304 Fasteners stainless steel, ASTM F593/F594, Alloy Group I or ASTM A276, Type 304 or 316 flush -bottom seal neoprene, ASTM D2000 flush -bottom retainer stainless Steel, ASTM A276, Type 304 2.03 SLIDE: A. The gate slide shall be cast iron and shall be of one-piece construction or fabricated from 304 stainless steel plate. Stainless steel structural parts shall have a minimum thickness of/4-inch. The cast iron slide shall be square or rectangular in shape with integrally cast vertical and horizontal reinforcing ribs. A heavy reinforcing rib along each side shall be provided to ensure 15450-2 rigidity between side wedges. The slide shall be designed to operate under maximum specified unbalanced head with the minimum safety factor of five. Guide tongues along each side of the slide shall be machined all over. A nut pocket shall be cast on the vertical centerline of the cast iron slide and shall be provided with a threaded block for attaching the stem to the slide. Pads for side wedges and top and bottom wedges, when required, shall be integrally cast on the cast iron slide and machined to receive the adjustable wedges. 2.04 FRAME and GUIDES: A. The gate frame and guides shall be cast iron and shall be a one-piece integral casting. Stainless steel slide gates shall be fabricated from formed 304 stainless steel plate. The guides shall be of a one-piece design. Sandwich or bolted guides are not acceptable. Stainless steel structural parts shall have a minimum thickness of/4 inch. Guide grooves on cast iron gates shall be machined on all contact faces. Overall clearances with slide tongue shall be not more than 1/8 in. Faces for mounting of wedging devices shall be fully machined. Guide grooves shall be of such length as to support at least one-half of the cast iron slide when it is in the full open position. Frames shall be self-contained as indicated. Frames with a spigot -back arrangement are not allowed. Round opening gates shall have a circular flange cast as part of the frame for mounting to a wall or pipe flange. All wall thimble -mounted gates shall have a square or rectangular flanged -back frame. The frame shall be fully machined and drilled to match the wall thimble. Gates mounted on pipe flanges shall be furnished with partial drilling per manufacturer's recommendations. Stainless steel gates shall be designed for wall mounting with anchor bolts and non -shrink gout. 2.05 YOKES: A. Yokes of self-contained gates shall be cast iron or structural stainless steel. Thcy-call if designed to withstand the thrust of the manual lift when a 40 pound pull is placed -on the ' handwheel or crank with a safety factor of 5 based on the ultimate strength of theamaterigpsed; The yokes shall be bolted to machined pads on the gate frame or an integral part op the frame. s 2.06 SEATING FACES: c� W A. Corrosion -resistant seating faces shall be mounted around the perimeter of the slide and frame. On cast iron gates, they shall be impacted into dovetail slots and held in position without use of screws or other fasteners. After mounting, they shall be machined to a plane with a 63 micro -inch finish or better. When the slide is in the fully closed position and wedged in position against the frame, maximum clearance between seating faces shall not exceed 0.004 in. UFIMWPE seating faces and self-adjusting seals, provided on stainless steel gates, shall be mechanically fastened and shall be replaceable in the field without the need to remove the gate from the wall. 2.07 WEDGES: A. Each cast iron gate shall be provided with a sufficient number of wedges to provide a practical degree of water -tightness. Side wedging devices shall be designed to make full metal -to -metal contact with the overhung portion of the frame -mounted wedge block. Wedges shall be fully adjustable and keyed to prevent any lateral rotation. Side wedges shall be machined with angled faces and secured with a stud bolt to prevent any slippage during operation of the gate. Gate shall be designed with adjustable top and bottom wedges attached to the frame and slide. The top and bottom wedges shall be mounted in a machined slot and bolted to the slide to prevent lateral rotation. All contact faces of wedges and wedge blocks shall be precision -finished with 63 micro - inch finish or better. 15450-3 2.08 FLUSH-BOTTOMSEAL: A. Flush -bottom gates shall be provided with a frame -mounted flush -bottom seal. The solid resilient rubber seal shall be firmly held in place using stainless steel retainers and stainless steel fasteners. The full length of the bottom edge of the cast iron slide shall be machined for making uniform contact with the seal when it is mounted on the frame. 2.09 WALL THIMBLE: A. Wall thimbles for cast iron gates shall be a heavy, one-piece iron casting of an F type configuration. A center ring or water stop shall be cast around the periphery of the thimble. The front face of the thimble shall be machined and holes drilled and tapped for attaching the gate with corrosion -resistant metal studs. The vertical centerline shall be clearly marked at top and bottom to permit alignment of the front face in the vertical plane. Wall thimbles shall be internally braced during concrete placement to prevent warping. Square thimbles shall be provided with holes in the invert to allow satisfactory concrete placement beneath the thimble. Holes shall be on centers of 24 inches or less. A rubber gasket of uniform thickness or a mastic shall be used to form a seal between the front face of the thimble and the back of the gate frame. B. No thimble is required for the wall mounted stainless steel gate design. 2.10 STEM andSTEMSPLICES: A. Mems shall be manufactured from stainless steel sized to withstand the axial compressive and tensile forces created during gate operation under the specified unbalanced heads and to transmit i¢ gomprMion at least two times the rated output of the lift with a 40 -Ib effort on the crank or handwlteA' or 1.25 times the stall thrust of the electric actuator. The stems shall have a minimum dfametec af 1-1/2 inches. Threading on stems shall be rolled with double -lead threads of the full d,Zh Aeme type. Cut threads will not be allowed. The contact surfaces of the threads shall have a mmiumum 16 micro -inch finish. Stem couplings shall have internal threads for transmitting the faIrthrust of the stem and shall be held in place on the stem with a key, simultaneously engaging the coupling and both stems. 2.11 STEMGUIDES. A. Stem guides shall be fully adjustable, heavy duty castings or fabricated from stainless steel, with UHMW or 2 piece cast bronze removable collars. The stem guides shall be properly spaced to support the stem as a long column, with maximum spacing not to exceed an l/r of 200. 2.12 ELECTRIC POWERED LIFTS: A. Motor operator shall be a 460-V, 3-phase, 60-11z motor with precision reduction gearing enclosed in a weatherproof housing. The operator shall be designed to raise the gate at a rate of approximately 12 in./min. Operators shall be multi -tum actuators for OPEN -CLOSE duty AUMA type SA or an approved equal. B. Integral controls shall be AUMATIC PROFIBUS-DP including a control power transformer, reversing controller, torque and limit switches required for controls and remote indication, space heater to prevent condensation, open -stop -close push -buttons, and gate position indicator. The controls shall also include a local -off -remote selector switch. C. Motor reduction helical gear and pinion shall be of heat-treated alloy steel. Final reduction worm 15450-4 shall be of alloy steel and worm gear of machined high -tensile -strength bronze. All gearing shall be proportioned for 100% overload condition. Operator shall have a declutch lever and handwheel for manual operation. D. Provide these features according to AUMA wiring diagram ACP 11F1 -2P0 --S000 • Type of duty: short -time S2 -15 min • Output speeds of 4 to 180 rpm at 50 Hz supply • 3 -ph AC motor in insulation class F, with motor protection by three thermo switches placed in the windings • Motor without terminal box, internal connection via plug/socket connector • Counter gear limit switching for end positions CLOSED/OPEN • Tripping torque for closinglopening direction adjustable at calibrated torque dial and directly readable in daNm • Anti -condensation heater in switch compartment • Precision potentiometer with reduction gearing for position monitoring • Hand wheel for manual operation, which does not rotate during motor operation • Valve attachment according to ISO 5210 • Connection actuator — controls via plug/socket connector • Reversing contactors mechanically and electrically interlocked • Local controls with operation mode switch, 4 push -buttons, 5 indication lights, infra -red interface and plain text display for setting, programming, status, position and fault indication • Control and feedback signals via fieldbus PROFIBUS-DP, interface according to RS 485 • Slave address can be set at local controls • Segment connection in plug for connecting and disconnecting the actuator without affecting other slaves • Programmable functions for stepping mode, torque switch by-pass and loss of communication • All parameters, status, position and fault information are transmitted via the BUS • Process representation freely configurable • Controls / local controls can be positioned at every 90° • Permissible ambient temperature — 25 °C to + 70 °C, enclosure protection T 67, corrosion protection KN (suitable for atmosphere with low level of pollution) • Finish coating: Two -component iron -mica combination, colour: silver-grey_ (similar to RAL 9007) • Four digital and two analogue external signals which can be transmitted via*i BUS. r • Continuous mechanical position indicator ca • Over voltage protection • Redundant bus board E. See Section 16408 for cooridination with the controls system. The Owner intends to have both local manual control at the gate and remote control available at both the PLC in the control building nearby and at a remote site in the South Wastewater Treatment Plant. Monitoring will include both fully open and fully closed limit switches. 2.13 FASTENERS. A. All anchor bolts, studs, assembly bolts, cap screws, nuts, and adjusting screws shall be of ample section size to withstand the force created by operation of the gate under full heads of water specified and shall be stainless steel. Anchor bolts shall have a minimum diameter of %z -inch. 15450-5 2.16 CLEANINGAATD COATING: A. Cleaning and coating shall be performed at the manufacturer's plant. Rust, mill scale, dirt and grease shall be removed by commercial blast cleaning (SSPC SP -10) method. Paint shall be manufacturer's standard or in accordance with paint specifications in the paint section. Stem threads shall be lubricated prior to operation of the gate. Stainless steel shall be sandblasted after fabrication to remove weld burn and slag. Stainless steel shall not be painted. PART 3 EXECUTION 3.01 INSTALLATION.• A. The equipment shall be installed by the contractor in accordance with final submittals, contract documents and manufacturer's approved installation instructions. B. All parts shall be installed and adjusted by the contractor in a workmanlike manner. The manufacturer shall furnish necessary drawings and detailed installation, operation and maintenance instructions for all components. It shall be the contractor's responsibility to handle, store, and install all parts and adjust switches and controls in accordance with the manufacturer's detailed written recommendations. 3.02 CLEANINGAND COATING: A. Stem threads shall be lubricated prior to operation of the gate. 3.03 LEAKAGE: A. After installation and before the gates are put into operation, a leakage test shall be performed on all slide gates in accordance with the applicable AW WA standard. Excess leakage shall be reduced to this maximum by adjusting the gate and its wedges. 3.04 ONSITE TECHNICAL ASSISTANCE: A. The equipment manufacturer shall provide the services of a field representitive for a total of one (1) trip of not less than 8 hours on site for the purpose of instruction and assisting the contractor's personnel in the assembly, installation and adjustmentof the equipment. B. The equipment manufacturer shall provide the services of a field representitive for a total of one (1) trip of not less than 8 hours on site at the time of the pump station start up. During this visit the representative shall verify each gate is properly installed and operates within the specified parameters. The representative shall also conduct leakage testing of each gate as required in Section 3.03. END OF SECTION t.\Q339\0339-234-N%&ifications\SPEC-1000/o\0339234-15450 slide gates rev l.doc: 8/9/12 s P LA- UC) 6 ^ 15450-6 SECTION 15780 WALL MOUNTED HEAT PUMP PART I - GENERAL 1.01 SUMMARY.• A. This section includes the furnishing of a wall -mounted heat pump assembly and any auxiliary equipment or accessories to be installed in the location as indicated on the drawings and as specified herein. Provide two units, one for each building. B. All equipment supplied under this section shall be furnished by or through a single supplier who shall coordinate with the Contractor, the design, fabrication, delivery, installation and testing of the air conditioning components. N O 1.02 RELATED WORK. u A. Section 01300 Submittals L03 ACCEPTABLE AIANUFACTURERS/SUPPLIERS: A. Wall -mounted heat pump units shall be as manufactured by Sanyo or Mitsubishi or1appraved equal in accordance with these specifications and the contract drawings. w B. The supplier/installer shall have a minimum of 5 years experience in the application and supply of wall -mounted air conditioner equipment in commercial installations. L04 SUBMITTALS. A. Submit shop drawings for all mechanical equipment and related accessory items, in accordance with Section 01300 — Submittals. B. Submit two copies of preliminary installation, operation and maintenance manuals for Owner and LOS FIELD SERVICES. A. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip for a total of not less than 2 hours on-site for the purpose of instruction and assisting the Contractor's personnel in the assembly and installation of the equipment. L06 WARRANTY. A. A written manufacturer's warranty shall be famished for the equipment provided in this section. The warranty shall be for a minimum period of two (2) years from start-up or 30 months from time of equipment shipment, whichever comes first. The warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service except for normal wear parts. 15780-1- PART 2 -PRODUCTS 2.01 EQUIPMENT. A. The wall mounted heat pump unit shall be a SANYO Model # 26PEK1U6, or approved equal indoor/outdoor system operating on 208/230V, single phase, 20 amp power supply. B. The unit shall be capable of supplying 24,000 BTU cooling requirements. C. The unit shall be equipped with 5/8 x 3/8 refrigeration lines, wireless remote control, thermostat, and low ambient temperature control. PART 3 - EXECUTION 3.01 INSTALLATION.• A. Equipment shall be installed in strict conformance with the approved manufacturer's installation instructions, as submitted with shop drawings. 3.02 TESTING: A. After completion of installation, Contractor shall provide for testing and shall be performed in strict conformance with the manufacturer's start up instructions. 3.03 ONSITE TECHNICAL ASSISTANCE. A. Provide manufacturer's services to include installation start-up and training. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234Wall Mounted Heat Pump.doc: 8/10/12 15780-2- SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART I -GENERAL 1.01 SECTIONINCLUDES. A. Electrical shop drawings, submittals, wiring drawings and schedules. B. Conductors, boxes, conduit and basic materials. N C. Connection and disconnection of equipment. u D. Identification, labels and markers. 1.02 RELATED WORK.r U l L03 REGULATORYREQUIREMENTS. - w A. Conform to requirements of ANSI/NFPA 70. r B. Furnish products listed by Underwriters Laboratories, Inc. or other testing firm acceptable to authority having jurisdiction. C. Install electrical work in accordance with the requirements of the National Electric Code. L04 PROJECT CONDITIONS: A. Existing project conditions indicated on Drawings are based on field observation and existing record documents. B. Contractor shall inspect site, verify quantity of existing materials, make own field measurements and circuiting arrangements. 1.05 SHOP DRAWINGS AND DATA: A. Submit product data, shop drawings and installation instructions for all Contractor furnished new equipment, materials and supplies used. Include manufacturer's drawings, catalog data, wiring diagrams and other documentary or descriptive information as required for each assembly. 1.06 ELECTRICAL SYSTEM WIRING DRAWINGS: A. Contractor shall maintain field wiring drawings for installation of motor control center and permanent power supply. B. Identify each circuit or feeder number for power circuits in the motor control center and at load connections. 16050-1 C. Prepare system one -line diagram, indicating all power, protective, control and indicating devices in the electrical system. Indicate voltages, phase, currents, horsepower, etc. Drawings shall contain designations referencing to locations on physical drawings. D. Create a control wire number system for the schematic and interconnection diagrams and equipment shop drawings to identify control wiring. Maintain the same consistent system throughout the project. E. Drawings shall include schematic elementary wiring diagrams, indicating all internal/external components, terminal and wire designations, for each starter, control panel or piece of equipment contained in project. Drawings shall utilize NEMA (National Equipment Manufactures Association) and J.I.C. (Joint Industrial Console) standard symbols and formats. E. Prepare and submit "As Built" drawings to identify the completed electrical and instrument control system. The electrical installation shall not be considered complete until the "As Built" drawings are approved by the Engineer. L07 COORDINATION: A. Obtain and review shop drawings, product data, and manufacturer's instructions for equipment famished under other Sections to determine connection locations and requirements. B. Sequence rough -in of electrical connections to coordinate with installation and start-up of equipment furnished under other Sections. PART 2 - PRODUCTS 2.01 GENERAL: A. Provide any materials that are new of the type and quality specified. Where Underwriters' Laboratories, Inc. has established standards for such materials, provide only materials bearing the UL label. 2.02 BASIC MATERIALS: A. Channel: Aluminum, stainless steel, galvanized or PVC coated steel. B. Miscellaneous Hardware: Stainless steel or plated for corrosion resistance. C. Nameplates: Engraved three -layer laminated plastic, black letters on white background. D. `Vire and"Cable Markers: Split sleeve or tubing type, plastic coated, machine printed and permanent, type. No cloth markers. s E. Wire: 1, topline voltages provide 600 V insulated copper wire and cable, NEC standard, of types speclfied below with UL label and color coded as required by governmental agencies ti havi�n" g jurisdiction. All conductors should be type THHN or THWN. 16050-2 2. All control wiring should be AWG #14 stranded or AWG #22 Shielded Twisted Pair 2 wire cables as indicated on plans. F. Receptacles shall be three wire, commercial grade, NEMA 5-20R pin configuration. Manufacturer shall be Hubbell or Pass & Seymour or approved equal. G. Wire splices shall be made with either pressure or compression fittings. Approved manufacturers shall be Thomas and Betts, Scotlock, Burndy or approved equal. H. Engraved nameplates shall be three -layer laminated plastic, black letters on white background. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS: A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 PREPARATION.• A. Coordinate the installation of electrical items with the schedule for work of other trades to prevent unnecessary delays in the total Work. B. Data on existing facilities indicated on the Plans and in these Specifications have been determined from existing records, but absolute accuracy is not warranted. The exact locations, distances, levels and other conditions will be governed by actual construction and the Plans and Specifications should be used only for guidance in such regard. tia 3.03 INSTALLATION GENERAL: C) A. Install products in accordance with manufacturer's instructions.`: B. Provide bonding to meet Regulatory Requirements. C. Provide equipment grounding conductor for circuits as indicated on drawings. CID D. Make electrical connections to equipment in accordance with manufacturer's instructions.~ 1. Verify that wiring and outlet rough -in work is complete and that utilization equipment is ready for electrical connection, wiring and energization. 2. Make wiring connections in control panel or in wiring compartment of pre -wired equipment. Provide interconnecting wiring as necessary. 3. Install and connect disconnect switches, controllers, control stations and control devices as indicated. 4. Install pre -fabricated cord set where connection with attachment plug is indicated or specified, or use attachment plug with suitable strain -relief clamps. 16050-3 5. Provide suitable strain -relief clamps for cord connections to outlet boxes and equipment connection boxes. E. Install support systems sized and fastened to accommodate weight of equipment and conduit, including wiring. 1. Fasten hanger rods, conduit clamps and outlet and junction boxes to using expansion anchors, inserts, beam clamps or spring steel clips. F. Provide adequate support for electrical equipment. 1. Install free-standing electrical equipment on concrete pads. G. Identify electrical distribution and control equipment, and loads served, to meet regulatory requirements and as indicated. 1. Install nameplates on all devices or pieces of equipment for which use or identification is not readily apparent, including starters, relays, contactors, pushbuttons, indicating lights and switches. 2. Ensure position of nameplates is readable after equipment installation 3. Prior to manufacturing of nameplates submit list indicating designations to Engineer for approval. 4. Degrease and clean surfaces to receive nameplates. 5. Secure nameplates to equipment fronts using screws, rivets or adhesive with edges parallel to equipment lines. Secure nameplate to inside face of recessed panel board doors in finished locations. 6. Use nameplates with 1/8 inch (3 MM) lettering to identify individual switches and circuit breakers, wall switches, receptacle circuits and loads served. Q- Use nameplates with 1/4 inch (6 MM) to identify distribution and control equipment. H. IhAall -wire-markers on each conductor in panelboard gutters, pull boxes, outlet and junction boxes au8at lo$d connections. ,5— 1. Use bratich circuit or feeder number to identify power and lighting circuits. 2. 'Me conWel wire number and device "tag name" as indicated on schematic and interconnection diilgrams and equipment manufacturer's shop drawings to identify control wiring. 3. Label each wire at both termination points. Carry individual conductor or circuit identification throughout, with circuit numbers or other identification clearly marked on terminal boards and printed on directory cards in distribution cabinets and panel boards. 4. Identify each wire injunction boxes, cabinets and terminal boxes where total number of control, indicating and metering wires is three or more and no terminal board is provided, 16050-4 including all power wires by means of wire markers. 5. In cases similar to above where terminal boards are provided for the control, indicating and metering wires, identify all wires including motor leads and other power wires too large for connection to terminal boards with wire markers. END OF SECTION T:\0339\0339-234-\Spmifications\SPEC-100°/a\0339234-16050 basic electric.doc 11/6/12 16050-5 SECTION 16111 CONDUIT, RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART I - GENERAL 1.01 SCOPE.- A. COPE: A. This section includes the furnishing, installation and connection of conduit, fittings and boxes to form complete, coordinated, grounded or non-metallic ungrounded raceway systems. Raceway is required for all wiring unless specifically indicated or specified otherwise. B. Definitions: The term conduit, as used in this specification, shall mean any or all of the raceway types specified. L02 RELATED WORK A. Section 16050 - Basic Electrical Materials and Methods B. Section 16160 — Circuit Breaker Panelboards C. Section 16410 — Service and Distribution D. Section 16450 - Grounding and Bonding for Electrical Systems E. Section 16510 — Lighting Fixtures and Lamps PART 2 - PRODUCTS 7 2.01 ACCEPTABLE MANUFACTURERS: . LJ A. Conduit: Allied, Republic, Wheatland, Alflex, Carlon or Robroy. B. Surface Metal Raceway: Airey-Thompson, Walker or Wiremold. C. Metallic outlet junction and pull boxes, fittings and wireways: Appleton, Gedney, Midland Ross, Killark, Raco, Square D, Hoffman, Red Dot, Thomas and Betts, Carlon or Steel City. D. Non-metallic junction and pull fittings: Scepter or equal. E. Fire Stops: General Electric Pensil 851 silicone foam, T & B Flame Safe, Dow Coming silicon RTV foam, 3M Fire Barrier, W.R. Grace Polycel 100, Chase Foam CTC PR -855, or STI Spec - Seal. 2.02 MATERIALS: A. Conduit: 1. Rigid steel: Fed. Spec. WW -C-581. 2. Rigid aluminum: Fed. Spec. WW -C-540. 3. Rigid intermediate steel conduit, IMC: UL 1241 and Fed. Spec. WW -C-58 1. 4. Electrical metallic tubing (EMT): Fed. Spec. WW -C-563. 5. Flexible steel conduit, commercial greenfield: Fed. Spec. A -A-55810 Type 4. 6. Liquid -tight flexible metal conduits shall consist of flexible galvanized steel tubing over which is extruded a liquid -tight jacket of polyvinyl chloride (PVC). Conduit shall be provided with a continuous copper bonding conductor wound spirally between the convolutions. 7. Direct burial plastic conduit: Fed. Spec. W -C- type 1094, type II or type III. Conduit shall be Schedule 40 PVC or high density PE. Utilize low Volatile Organic Compound (VOC) internally and external of building. 8. Surface metal raceway: Fed. Spec. W -C-582. B. Conduit Fittings: 1. Rigid steel and IMC conduit fittings: a. Fittings shall be standard threaded couplings, locknuts, bushings and elbows. Fed Spec. W -F-408 shall apply except material shall be steel only. IMC couplings may be integral retractable type. b. Locknuts shall be of the conduit type with sharp edges for digging into the metal wall of an enclosure. c. Bushings shall be of the non-metallic or metallic insulating type and consist of an insulating insert molded or locked into the metallic body of the fitting. Bushings made entirely of metal or nonmetallic material are not permitted. d. Erickson -type and set -screw couplings may be used to complete a conduit run where conduit is installed in concrete. Set screw fittings shall be approved for concrete installation and be case hardened steel with hex head and cup point to firmly seat in conduit wall for positive ground. e. Sealing fittings shall be of the threaded cast iron type. Sealing fittings used to prevent passage of water vapor shall be of the continuous drain type. In concealed work each fitting shall be installed in a flush steel box with blank cover plate having the same finish as that of other electrical plates in the room. 2. Rigid aluminum conduit fittings: a. Fittings shall be standard threaded couplings, locknuts, bushings and elbows. Material shall be steel or aluminum alloy. Iron or steel fittings shall be zinc or cadmium plated. Aluminum fittings shall not contain more than 0.4 percent copper. b. Locknuts and bushings shall be as specified for rigid steel and IMC conduit. c. Set screw fittings shall not be used with aluminum conduit. ., Electrical metallic tubing fittings: a.- =ice. Spec. W -F-408 shall apply except material shall be steel only b. `Couplings and connectors shall be set screw type with two screws each. Couplings for conduit sizes 2'/z inch and larger shall be set screw type with four screws each. Set -xcrews shall be case-hardened steel with hex head and cup point to firmly seat in wall of coi4irit for positive ground. Provide gland and ring compression type in damp locations. IV. Indent type connectors are not permitted. d. Die-cast or pressure -cast zinc -alloy fittings or fittings made of pot metal are not permitted. 16111-2 4. Flexible steel conduit, greenfield, fittings: a. Fed. Spec. W -F-406 shall apply except material shall be steel only. b. Shall be multiple point type, threading into the internal wall of the conduit convolutions or set screw type. 5. Liquid -tight flexible metal conduit fittings: a. Fed. Spec. W -F-406 shall apply except material shall be steel only. b, Shall be of a type incorporating a threaded grounding cone, a steel or plastic compression ring and a gland for tightening. Connectors shall have insulated throats. 6. Direct burial plastic conduit fittings: As recommended by the conduit manufacturer. 7. Expansion and deflection couplings: a. UL 487 and UL 514 shall apply. b. Shall accommodate 1.9cm (0.75 inch) deflection, expansion or contraction in art)? direction and shall allow 30 degree angular deflections. c. Shall include internal flexible metal braid sized to guarantee conduit ground continuityv and fault currents in accordance with UL 487 and the NEC code tables for ground - conductors. d. Shall be watertight, corrosion -resistant, threaded for and compatible wid?iiiid or intermediate metal conduit. e. Jacket shall be flexible, corrosion -resistant, watertight, moisture and heat'resistan{ ;'i molded rubber material with stainless steel jacket clamps. C. Conduit Supports: 1. All parts and hardware shall be zinc -coated or have equivalent corrosion protection. 2. Pipe Straps: Fed. Spec. FF -S-760, type 1. Style A or B. 3. Individual conduit hangers shall be designed for the purpose and have pre -assembled closure bolts and nut and provisions for receiving hanger rod. 4. Multiple conduit trapeze hangers shall be not less than 1-1/2 by 1-1/2 inch, 12 gage steel, cold formed, lipped channels. Hanger rods shall be not less than 3/8 -inch diameter steel. 5. Solid Masonry and Concrete Anchors: Fed. Spec. FF -S-325. Anchors shall be self -drilling expansion shields or machine bolt expansion anchors. 6. Where hangers or supports are attached to beams, trusses or other structural supports, the attachments shall be fireproofed equal to supporting members. D. Surface Metal Raceways: 1. Surface metal raceways installed for branch circuits and signal conductors, shall be one-piece and shall consist of base and cover section, zinc plated or galvanized steel with baked enamel finish, with full complement of fittings, boxes, adapters to conduit, transitions, etc. Raceway and components shall comply with UL. -5 and shall be designed to accommodate pulling conductors through the raceway E. Outlet, Junction and Pull Boxes: 1. Shall meet UL -50, UL -514 and Fed. Spec. W -J-800. 16111-3 2. Outlet boxes shall be at least 1-1/2 inches deep, galvanized code gauge steel. a. For ceiling outlets, boxes shall be 4 inch octagonal, unless specified or required otherwise, provide 3/8 inch fixture stud for attachment of lighting fixtures where required. b. For wall outlets in stud walls, boxes shall be 4 inch square with plaster ring, with number of gangs for devices shown. c. For wall outlets in masonry, tile or concrete surfaces, boxes shall be 4 inch square with comer type extension rings and with number of gangs for devices shown. d. For poured concrete construction, boxes shall be concrete tight and UL listed for concrete installation. e. For surface exposed wall or ceiling outlets, boxes in unfinished areas and equipment rooms shall be 4 inch square or multi -gang boxes with matching raised covers. Boxes in finished areas and where indicated shall be cast FS type with covers similar to those specified for finished plates. f. Cast boxes or fittings for vapor tight or explosion -proof locations shall have suitable mounting lugs or feet cast integral with the fitting body. g. For exterior or interior wet or damp locations, boxes shall be cast aluminum type with weatherproof cover. h. For exposed surface metal raceway, such as Wiremold, Plugmold or one-piece raceways, boxes shall be special prefinished type to match raceway system of gangs to accommodate devices shown, and with covers similar to those specified for finished plates. Verify finish (buff or ivory) with architect or interior designer. i. Pull boxes shall be code gauge galvanized steel of size required for proper conductor installation with screwed covers. F. Fire -Stop Material: 1. Material shall be intumescent materials consisting of silicone foam sealant, caulk, putty or composite sheet materials applied in accordance to manufacturer's instructions. 2. Seals for floor, exterior wall and roof shall also be watertight. G. Sleeves: 1. Provide sleeves for all conduits and cables passing through walls or floors. 2. Sleeves shall be consistent with fire barrier construction requirements. 3. Sleeves shall be new steel schedule 40 pipe or of greater strength. H. Wireways: 1; Wireways shall include hinged covers, except where removable covers are shown on drawings. 2. Wireways shall be painted inside and outside with baked enamel finish. If ^v i� �-J 16111-4 PART 3 - EXECUTION 3.01 PENETRATIONS. A. Cutting of Holes: 1. Holes through concrete and masonry in new and existing structures shall be cut with a diamond bit core drill or concrete saw. Pneumatic hammer, impact electric, hand or manual hammer type drills are not allowed, except where permitted by the Engineer as required by limited working space. 2. Holes shall be located so as not to affect structural sections such as ribs, beams or prestressed cables. 3. Holes shall be laid out in advance. The Structural Engineer shall be advised prior to drilling through structural sections for determination of proper layout. 4. Core drilling of holes through post -tension slabs or beams shall not be made until all cables in the immediate vicinity have been located by visual, x-ray or other non-destructive means. Core drilling shall be withheld a minimum of three inches from the cables to insure the cables are not broken or damaged due to the coring operation. 5. Shot -in anchors for securing steel studs, conduit hangers, etc. to post -tension slabs or beams shall have a maximum of one-half inch penetration into the slab at areas where cables approach either the top or bottom surfaces of the slabs or beams. B. Fire -Stops: 1. Where conduits, wireways and other electrical raceways pass through fire partitions, fire walls or floors, install a fire -stop that provides an effective barrier against the spread of fire, smoke and gases. Fire -stop material shall be packed tight and completely fill clearances between raceways and couplings. 2. Floor, exterior wall and roof seals shall also be made watertight. 3. Where conduits pierce the roof, refer to specifications and drawings for details. C. Waterproof Penetration: 1. When conduits pass duu waterproofed building roofs, foundation walls or floors, install waterproof sleeves with waterproofing materials compatible with the waterproofing system installed on the respective surface being penetrated. 2. All sleeves through exterior building walls shall prevent water migration and shall be double sealed inside and out and floors shall be single sealed with sealing bushings and stainless steel hardware: Thunderline/Link-Seal "Modular Seal 3-316 Series" or O -Z Gedney "CSM" Series. D. Sleeves: 1. Provide sleeves for all conduits, raceways, cables, ducts or pipes that pass thru walls, concrete slabs, concrete columns or concrete bridging. Provide sleeves whether or not specifically indicated. 2. Provide sleeves passing thru walls, slabs, beams, bridging or columns, which are 1/2 to 1 inch greater in inside diameter than external diameter of the electrical materials passing through the sleeves. 3. Sleeves through walls shall extend full thickness of wall, cut flush with finished surface. 16111-5 `1 6 o lam` it 1. Holes through concrete and masonry in new and existing structures shall be cut with a diamond bit core drill or concrete saw. Pneumatic hammer, impact electric, hand or manual hammer type drills are not allowed, except where permitted by the Engineer as required by limited working space. 2. Holes shall be located so as not to affect structural sections such as ribs, beams or prestressed cables. 3. Holes shall be laid out in advance. The Structural Engineer shall be advised prior to drilling through structural sections for determination of proper layout. 4. Core drilling of holes through post -tension slabs or beams shall not be made until all cables in the immediate vicinity have been located by visual, x-ray or other non-destructive means. Core drilling shall be withheld a minimum of three inches from the cables to insure the cables are not broken or damaged due to the coring operation. 5. Shot -in anchors for securing steel studs, conduit hangers, etc. to post -tension slabs or beams shall have a maximum of one-half inch penetration into the slab at areas where cables approach either the top or bottom surfaces of the slabs or beams. B. Fire -Stops: 1. Where conduits, wireways and other electrical raceways pass through fire partitions, fire walls or floors, install a fire -stop that provides an effective barrier against the spread of fire, smoke and gases. Fire -stop material shall be packed tight and completely fill clearances between raceways and couplings. 2. Floor, exterior wall and roof seals shall also be made watertight. 3. Where conduits pierce the roof, refer to specifications and drawings for details. C. Waterproof Penetration: 1. When conduits pass duu waterproofed building roofs, foundation walls or floors, install waterproof sleeves with waterproofing materials compatible with the waterproofing system installed on the respective surface being penetrated. 2. All sleeves through exterior building walls shall prevent water migration and shall be double sealed inside and out and floors shall be single sealed with sealing bushings and stainless steel hardware: Thunderline/Link-Seal "Modular Seal 3-316 Series" or O -Z Gedney "CSM" Series. D. Sleeves: 1. Provide sleeves for all conduits, raceways, cables, ducts or pipes that pass thru walls, concrete slabs, concrete columns or concrete bridging. Provide sleeves whether or not specifically indicated. 2. Provide sleeves passing thru walls, slabs, beams, bridging or columns, which are 1/2 to 1 inch greater in inside diameter than external diameter of the electrical materials passing through the sleeves. 3. Sleeves through walls shall extend full thickness of wall, cut flush with finished surface. 16111-5 4. At sleeves through exterior building walls, provide water stop seals between sleeves and or masonry wall material or electrical materials (cables or conduits) passing through sleeves. 5. Permanent sleeves through floor slabs shall extend one inch above finished floor. In mechanical equipment rooms or rooms containing liquid, sleeves shall extend four inches above the floor. Provide concrete curb around group of conduits, raceways, cables, etc. to provide a four inch high watertight barrier at the floor. 3.02 CONDUITINSTALLATION, GENERAL: A. Installation shall be in accordance with UL, NEC and as hereinafter specified unless shown otherwise on the drawings. Do not install conduit in stairwells, elevator shafts or elevator equipment rooms unless conduit is feeding equipment and devices for these rooms or areas. B. Size: Minimum size of conduit shall be 1/2 -inch. Size shall be in accordance with the NEC, but not less than shown on the drawings. Branch circuit homeruns shall be minimum 3/4 inch size. Branch circuit homeruns shall be defined as the conduit from the panelboard to the first outlet device. This does not apply to motor branch circuits. C. Conduit installation shall be as follows: 1. Installed as complete runs before pulling in cables or wires. 2. Flattened, dented or deformed conduit is not permitted and shall be removed and replaced. 3. Installed so they will not obstruct head room, walkways or doorways. 4. Cut square with a hacksaw, reamed, buns removed and drawn up tight. 5. Mechanically and electrically continuous. 6. Supported within one foot of all changes of direction and within one foot of each enclosure to which connected. 7. End of empty conduit to be closed with plugs or caps at rough -in stage to prevent entry of debris until wires are pulled in. 8. Tightening set screws with pliers will not be permitted. 9. Conduits shall be secured to cabinets, junction boxes, pull boxes and outlet boxes by bonding type locknuts. Rigid and IMC conduit installations shall have a locknut on the outside and locknut and bushing on the inside of the enclosure. EMT installations may have a single lockout on the inside of the enclosure made up wrench tight. Conduit connections shall not be made to junction box covers. `JO. InsigSl a pull wire in all empty conduits consisting of one #12 steel or copper wire or heavy duig nylon cord for small conduits and nylon rope for large conduits. It. Aluminum conduit shall not be mixed indiscriminately with other types in the same system. li: Aluutimrm conduit shall not be used in wet locations or in concrete. 1� Seal conduit at all building entrances to exterior equipment such as building mounted lighting, �ecepta� and roof top units with suitable compound to prevent the infiltration of moisture `-egd gasses. iJ D. Conduit Bends: 1. Shall be made with standard conduit bending machines. 16111-6 2. Conduit hickey may be used for slight offsets and straightening stubbed out conduits. 3. Conduits shall not be bent with a pipe tee or vise. E. Layout and Homeruns: 1. Install conduit with wiring, including homeruns, substantially as shown on the drawings. 2. Deviations shall be made anywhere necessary to avoid interferences and as approved by the Engineer. 3. Where conduit is not shown, provide conduit complying with the N.E.C. per electrical contractor discretion and field conditions. Provide maximum of 3 circuits per homerim unless otherwise noted on the drawings. 3.03 CONCEALED WORK INSTALLATION.• A. Installation in Concrete: 1. Conduit shall be rigid steel, IMC or EMT. PVC shall be used only where specifically noted. EMT shall not be installed in concrete slabs that are in contact with soil, gravel or v4ppr barriers. 2. Conduit shall be run in direct lines. ' 3. Conduit shall not be installed through concrete beams, except: a. Where shown on the structural drawings. b. As approved by the Structural Engineer prior to construction, 4. Conduit shall not be installed in concrete which is less than three inches thick, -:except it14 inch thick topping concrete. a. Conduit with outside diameter larger than 1/3 of the slab thickness is not permitted. b. Spacing between conduits in slab shall be approximately six conduit diameters apart except one conduit diameter at conduit crossings. c. Conduits shall be installed approximately at the center of the slab so that there will be a minimum of 3/4 inch concrete cover. 5. Couplings and connections shall be watertight. Thread compounds shall be UL approved conductive type to insure low resistance ground continuity through the conduits. B. Installation in Furred or Suspended Ceilings and in Walls: 1. Voltage 600 and lower: Conduit shall be rigid steel or EMT. Types shall not be mixed indiscriminately in the same system. 2. Branch circuit conduits and conduits feeding ceiling lighting shall not be supported by the suspended ceiling lighting fixtures, mechanical piping or air conditioning ducts. Branch circuit conduits serving equipment mounted above or in the ceiling system only, may be fastened to the ceiling support members. All other raceway systems and components shall be independently supported from the structure. 3. Recessed lighting fixtures shall be connected to conduit runs with not over six feet of 1/2" flexible metal conduit extending from a junction box to the fixture. 3.04 EXPOSED WOR%INSTALLATION.- A. Voltage 600 and lower: Conduit shall be rigid steel, IMC, rigid aluminum or EMT. Types shall not be mixed indiscriminately in the same system. 16111-7 B. Conduit shall be run parallel or perpendicular to the building lines. C. Horizontal runs shall be installed close to the ceiling or beams and secured with approved conduit straps. D. Horizontal or vertical runs shall be supported at not over eight foot intervals. E. Surface Metal Raceways: 1. Surface metal raceways shall be used only where shown on the drawings and shall be installed parallel and perpendicular to the building lines, complete with fasteners, fittings and extensions as required for a complete raceway system. Raceway shall be sized to accommodate number of conductors indicated or required. F. Above 600 Volts: 1. Conduit shall be rigid steel. 2. Conduit and pull or splice boxes shall be stenciled with orange paint, 2" high letters every 20 feet indicating the voltage. 3.05 BELOW GRADE INSTALLATION.• A. Voltage 600 and lower: 1. Conduit shall be PVC or high density PE, unless otherwise shown on the drawings or specifications. a. Provide Schedule 40 (minimum) below non -paved areas and Schedule 80 below paved areas. b. Conduit sweeps or extensions out of the ground or above the floor slab and risers shall be Schedule 80 or PVC coated rigid steel conduit if concealed and only galvanized rigid steel conduit if exposed. c. 90 degree bends underground shall be Schedule 80 PVC or PVC coated rigid steel conduit. 2. Conduit shall be marked at uniform intervals to indicate the kind of material, direct burial type and the UL approved label. 3. Proper conduit fittings and terminations shall be installed as recommended by the conduit manufacturer. 4. Tops of conduit shall be: a. Not less than 24 inches and not less than shown on the drawings below finished grade. b. Not less than 30 inches and not less than shown on the drawings below road and paved surfaces. 5. Work with extreme care near existing ducts, conduits, cables and other utilities to avoid damaging them. -�6. Cut the trenches neatly and uniformly. lJo net kink the conduits. 8:- Seal cenduits, including spare conduits at building entrances and at outdoor terminations for equptbent with a suitable compound to prevent the entrance of moisture and gases. L W � �J 16111-8 9. Where metal conduit is shown on drawings, install threaded heavy wall rigid steel galvanized conduit or type no rigid steel galvanized conduit coated with 20 mil bonded PVC, or rigid steel or MC, PVC coated or standard coated with bituminous asphaltic compound. 3.06 WET OR DAMP LOCATIONS. A. Unless otherwise shown on drawings, conduits shall be rigid steel, IMC, or Liquid -tight flexible metal conduit. PVC may be used where specifically indicated on drawings. B. Provide sealing fittings, to prevent passage of water vapor, where conduits pass from warm to cold locations, such as refrigerated spaces, constant temperature rooms, air conditioned spaces or similar spaces. C. Unless otherwise shown on the drawings, conduit below concrete slabs in contact with soil, gravel or vapor barriers shall be PVC, rigid steel or IMC. Metallic conduit shall have a factory coating of 20 mil bonded PVC or shall be field coated on the outside with asphaltum before installation. Couplings and damaged areas of coating shall be completely coated after installation. If PVC is installed, all elbows and all stub -ups through slab shall be PVC coated rigid steel or IMC. D. For poles all mounting hardware shall be stainless steel and conduit galvanized IMC unless otherwise noted. 3.07 MOTORSAND VIBRATING EQUIPMENT.• A. Flexible metal conduit or Greenfield shall be used for connections to motors and other electrical equipment subject to movement, vibration, misalignment, cramped quarters or noise transmission. Provide separate insulated copper ground wire within the conduit. Use liquid- tight flexible metal - conduit for all pump motor connections and areas where exposure to wet conditions is pogsible 3.08 CONDUIT SUPPORTS INSTALLATION.• A. Safe working load shall not exceed 1/4 of proof test load of fastening devices. B. Pipe straps or individual conduit hangers shall be used for supporting individual eonduitsr- i C. Multiple conduit runs shall be supported by trapeze hangers. Trapeze hanger shall be designed to support a load equal to or greater than the sum of the weights of the conduits, wires, hanger itself and 200 pounds. Each conduit shall be attached by U -bolt or other approved fastener. D. Conduit shall be supported independently of junction boxes, pull boxes, fixtures, suspended ceiling T -bars, angle supports, etc., except as specifically approved by the Engineer. E. Solid Masonry and Concrete: Fasteners shall be as follows: 1. New Construction: Generally, steel or malleable iron concrete inserts in concrete prior to pouring. 2. Already In-place Construction: a. Steel expansion anchors not less than''/. inch bolt size and not less than 1-1/8 inch embedment, b. Power set fasteners shall be approved and not less than 1/4 -inch diameter with depth of penetration not less than three inches, c. Anchors or fasteners attached to concrete ceilings shall be vibration and shock resistant. F. Hollow Masonry: Toggle bolts are permitted. Bolts supported only by plaster are not acceptable. 16111-9 G. Metal Structures: Fasteners shall be machine screw or devices specifically designed and approved for the application. H. Attachments by wood plugs, rawl plug, plastic, lead or soft metal anchors or wood blocking are not permitted. I. Chain, wire or perforated strap shall not be used to support or fasten conduit. I Spring steel type supports or fasteners shall be permitted for concealed 1/2" EMT only, serving equipment mounted above or in the ceiling system only. K. Vertical Supports; Vertical conduit runs shall have riser clamps and supports in accordance with the NEC and as shown on the drawings. Supports for cable and wire shall have fittings which include internal wedges and retaining collars. 3.09 BOXINSTALLATION.- A. Boxes for concealed conduits shall be flush mounted, set plumb, level and true with surrounding materials and shall be set back no more than 1/8 inch from the finished surface. Both sides of boxes shall be secured. B. Boxes for exposed conduits and metal raceways shall be mounted plumb, level and true with surrounding materials and shall have no projecting edges or corners. C. Covers shall be provided for all boxes and shall be of a design to fit the particular box and location. Covers shall be aligned with the walls and finishes. Where these covers are to receive a finish coat of paint, the contractor shall furnish covers with one coat of primer. In finished spaces, covers shall be similar to those specified under finished plates. D. Standard 4-11/16 inch square boxes shall be used for outlets where required for additional wire and connector space. E. Pull boxes and junction boxes are generally not indicated on drawings except for special requirements. This contractor shall install pull and junction boxes as required to facilitate wire pulling. Pull and junction boxes shall be installed in accessible locations and shall not be installed in finished spaces without prior approval of the Engineer. Pull boxes shall be permanently labeled to identify the system and wiring within. F. Remove only knockouts required and plug unused openings. Use threaded plugs for cast metal boxes and snap -in metal covers for sheet metal boxes. G. Outlet boxes in the same fine -resistive wall or fire -resistive partition shall not be mounted back- to-back but shall be separated by a horizontal distance of 24 inches minimum. Where outlet location requirements require back-to-back installation, a fire stopping method approved by the authority shall be utilized. H. Outlet boxes in the same sound insulated wall shall not be mounted back-to-back but shall be separated by a horizontal distance of 24 inches minimum. I. Pull boxes, junction boxes and outlet boxes in exterior locations shall be 24 inches minimum above finished floor or ground. END OF SECTION ;719339\0339.434-\SP'eeit[oejions\SPEC-100%\0339234-16111 Conduit & Boxes.doc 11/6/12 16111 - 10 SECTION 16158 VARIABLE FREQUENCY MOTOR DRIVES PAR T1 -GENERAL 1.01 SUMMARY.• A. There shall be provided for both Levee Pump Stations a total of four (4) identical variable frequency drive units rated for the vertical axial flow pump motors provided. Each unit shall include a free standing floor mounted enclosure with top and bottom ducted air inlet and outlet for exterior cooling air and heat dissipation application. B. The drive shall have PID controls and receive up to four each 4-20 MA do inputs to allow operating with a variable speed and variable pumping rate with relatively constant water level in the pump sump over a range from 50% to 100% of flow for each pump. C. All drives shall be installed and interconnected in strict accordance with the manufacturgf4 written instructions and accepted practices. 1.02 RELATED WORK SPECIFIED ELSEWHERE: Section 01300 — Submittals - Section 11315 - Vertical Axial Flow Pumps and Motors = Section 16050 — Basic Electrical Materials & Methods Section 16205 — Standby Power Generation Systems Section 16408 — West Levee Storm Water Pump Station Control Systems L03 ACCEPTABLE MANUFACTURERS: A. Subject to review and approval by the Engineer, provide pumps and level controllers manufactured by Danfoss Drives or Allen Bradley or an approved equal. B. Equipment by other suppliers that meets the requirement of this specification may be acceptable, if approved not less than 2 weeks before scheduled bid date. Substitutions will be considered in accordance with the provisions of Section 00100 and the General Conditions. Contractor must name the all equipment manufacturer and model numbers for approval. Alternate proposals must include a line by line compliance statement based on this specification. All variances shall be included in such submission and if not defined for consideration the specifications as written shall apply. 1.04 SINGLE SOURCE RESPONSIBILITY. A. The supplier shall provide single source and undivided responsibility for complying with the requirements in specification Sections 11315 and 16158. This requirement is to insure the Owner receives a fully coordinated and complete operating pumping and control system. 1.05 SUBMITTALS: A. Shop Drawings: 16158-1 1. Contractor shall submit shop drawings for variable frequency drives, ultrasonic level controllers and related accessory equipment in accordance with Section 01300. Provide comprehensive dimensional details for correlation with other equipment and materials. 2. Contractor shall submit manufacturers catalog data. Show drive type and model numbers. Show general arrangement outline dimensions and weights of drives and controllers. Provide performance and complete technical data supported by manufacturer's written certification. B. Operation and Maintenance Manuals 1. Contractor shall submit three (3) bound copies of operation and maintenance data for Engineers review and distribution prior to final acceptance and delivery of equipment. 2. Information assembled in each manual to include, but not be limited to, the following: a. Comprehensive data for each piece of equipment including function, operating characteristics, caveats and limiting conditions. b. Assembly, installation, alignment, adjustment and checking instructions. c. Instructions for pre -start-up, start-up, routine operation, regulation, control, shut -down, trouble shooting and emergency conditions. 1.06 REGULATORYREQUIREMENTSANDSTANDARDS: A. Each drive shall be designed to meet the requirements of UL508C, CE, NEC and shall be manufactured per the requirements of ISO 9001 and ISO 14001. 1.07 PROJECT CONDITIONS. A. Project conditions indicated on the drawings are based on field observation and existing record documents. B. Contractor shall verify all measurements and circuiting arrangements. C. Each drive shall have a certified, non -witnessed, full load test prior to shipping. Provide copies of the test results so the Engineer can have one and Owner can have three copies. 1.08 FIELD SERUICES. A. Field services which shall be provided by the equipment manufacturer are listed in Part 3 of this Section. 1.09 WARRANTY. A. The drive equipment manufacturer/supplier shall warrant the variable frequency drives supplied under this section to the Owner against defects in workmanship and material for a period of sixty (60) months from the date of Owner's acceptance of the equipment. The drive manufacturer shall also provide full on-site service for this term covering all parts, labor, travel and expenses by fgctory trained and certified personnel. The service organization(s) shall be on call 24 hours per day, 365 days per year. B. Dril-t protection coverage shall include: 1. rlripe anomalies, including lightning strikes t� 16158-2 2. load anomalies 3. accidental collision or other physical damage 4. defects in product material or workmanship 5. normal product wear 6. accidental exposure to elements or other acts of nature C. The warranties shall be in printed form, shall specifically assure the expedient repair or replacement of defective equipment under warranty, shall indemnify the Owner from anx,gud all costs or losses resulting from or contributed to such defective equipment, and shall be subject to review by the Owner's attorney. PART 2 - PRODUCTS - ZOI SUMMARY: A. This section includes variable frequency drives for the North and South Levee stoms watef pump stations as shown on the drawings. B. Features defined herein are intended to establish a standard for the project. C. Variable frequency drives must be compatible with equipment and programming specified in Section 16408 Controls. Z02 VARL4BLEFREQUENCYDRIVES: A. Contractor shall furnish and install four (4) identical variable frequency drives, two at each Levee Pump Station with free standing floor mounted.NEMA 1 [ IP21 ] enclosures amperage rated for their connected pump drive motors. Provide base supports to install the units at height indicated. B. Each drive shall utilize cold plate technology providing a minimum 85% flow of air external to the electrical section of the enclosure. Design shall incorporate ducting of cooling air in and a discharge of exhaust air outside the building structure. C. All drive electronic printed circuit boards shall have minimum IEC 61721-3-3, Class 3C2 conformal coating. D. Power supply to and from the drive shall be through the bottom of the enclosure. E. All drives shall have a rated efficiency of 98% and include a full -wave bridge rectifier to maintain a power factor of near unity. Built-in link reactors shall be equivalent to 5% line side reactors. F. Each drive shall be capable of automatic periodic momentary exercising stand-by motors to ensure maximum bearing life with no flat spot formation. This exercise frequency shall be controlled by an on -board, real time clock with battery back-up. G. Each drive shall provide an automatic heating current to stand-by motors in idle periods to prevent condensation and to ensure optimum service life. The drive shall receive temperature values from the pump motor stator winding RTD's. 16158-3 H. Each drive design shall utilize output voltage vector switching that produces rated RMS fundamental output voltage. I. Each drive shall provide Automatic Energy Optimization (AEO) to minimize energy consumption. J. Each drive shall be provided with a plain text alphanumeric backlit display keypad, 6 line LCP, to simultaneously display multiple parameters. K. Each keypad shall have integral H -O -A (Hand -Off -Auto) and remote selection capability. L. Each keypad shall have an integral RED FAULT, YELLOW WARNING and GREEN POWER -ON indicating lights. M. Each drive shall have integral main disconnect and protective drive fuses. 2.03 LEVEL CONTROLLER: A. See Section 16408 — Controls. PART 3 - EXECUTION 3.01 INSPECTION, STORAGE and PROTECTION. A. The Contractor shall inspect all material as it is received to determine if parts are missing or damaged. It shall be the Contractor's responsibility to repair or replace damaged items in accordance with the manufacturer's instructions. B. The Contractor shall receive, store and protect all components to keep them from damage. 3.02 GENERAL INSTALLATION.• A. Install electrical work in conformance with latest rules and requirements of National Fire Protection Association Standard No. 70 (National Electrical Code) and within the requirements of Code of Ordinances of the City of Iowa City. B. All mechanical and electrical components must be free from excessive heat, vibration, and noise. Performance testing shall be completed by the contractor or equipment supplier, at no cost to the Owner, to insure the specified operation. C. All equipment shall be installed in a neat and skillful manner by well qualified and experienced technicians. 3.03 INSTALLATION: A. Install enclosure in accordance with manufacturer's instructions, all applicable electrical codes, {equiremedts and regulations and as indicated. O li 16158-4 �, 3.04 FIELD WIRING: A. Contractor will connect field wiring, including pump power cords, transducer wires, float wires, etc. to the appropriate terminals. Units shall be properly interfaced with the input and output devices. Include all required -related items for a complete installation. 3.05 START-UP SERVICES. A. The equipment manufacturer shall provide the services of afield service representative for a total of one (1) trip for a total of not less than 8 hours on site for the purpose of instruction and assisting the Contractor's personnel in the installation and wiring of the equipment. B. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 8 hours on site at the time of the pump station start up. During this visit the representative will conduct the following activities. 1. Verify the VFD drives are properly installed, wired and integrated with other control, equipment per the installation instruction manual and drawings. Inspect the VFD drives to assure they are free from damage and ready for operation. 2. Assure controls and instrumentation work in all modes and in accordance with the . - manufactiaw's installation guide. 3. Assist the Contractor with pump station start up testing as described in Section -01750 fbr equipment furnished under this Section. Asa part of that testing, the manufaet#lret's ` •' representative shall participate in pump tests of each pump that verifies the VFD drivdcifully integrated with the control systems and pump motor. 4. Correct or make arrangements to correct any deficiencies noted in the above items. Submit a complete inspection and start-up report to the Contractor, Engineer and Owner. 5. Provide training to the Owner's personnel in the proper operation and maintenance of the equipment. Furnish the O&M Manuals to the Owner. 6. Drives shall be checked by factory certified personnel after the installation is totally completed, programmed, computer checked and results recorded. A written report and programming CD shall be provided to the Owner's Engineer within a maximum period of 30 days after such service is performed for examination and distribution. C. Not before 120 days or after 180 days following acceptance of the project, the equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 4 hours on site to answer any questions of the Owner's operations personnel and to confirm proper operation of the equipment. D. All on site technical assistance herein described shall be included in the contract price with no additional expense to the Owner. END OF TEXT SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\033923416158 VFD.doc: 8/10/12 16158-5 SECTION 16160 CIRCUIT BREAKER PANELBOARDS PART 1- GENERAL 1.01 SECTIONINCLUDES. A. Branch circuit panelboards 1.02 SUBMITTALS: A. Submit shop drawings including fabrication details, lug and bus arrangement, ampere and voltage rating, breaker frame sizes and interrupting ratings. 1.03 STANDARDS AND CODES: A Fabrication and installation shall comply with applicable Sections of NEC, Article 384, and shall bear UL listing. PART 2 - PRODUCTS 2.01 MANUFACTURERS: A. Acceptable manufacturers: = E,l 1. Square D = -J 2. Engineer approved equivalent 2.02 DESCRIPTION." A. Panelboards described in this Section shall be dead -front, safety type famished with thermal - magnetic molded case circuit breakers. B. Panelboards shall be for lighting, receptacle and applicable branch circuit and power distribution applications. Circuit breakers shall have ratings as scheduled on Drawings. C. Branch circuit panelboards shall be equivalent to Square D type NQOD or NEEB. 2.3 PANELBOARDS. A. Bussing Assembly and Temperature Rise: 1. Panelboard bus structure and main lugs or main breaker shall have current ratings as shown on the panelboard schedule. 2. Bus bar connections to the branch circuit breakers shall be the "distributed phase" or "phase sequence" type. Single-phase, three -wire panelboard bussing shall be such that any two adjacent single -pole breakers are connected to opposite polarities in such a manner that two - pole breakers can be installed in any location. 3. Three-phase, four -wire bussing shall be such that any three adjacent single -pole breakers are individually connected to each of the three different phases in such a manner that two or three -pole breakers can be installed at any location. 4. Current -carrying parts of the bus assembly shall be plated. Mains ratings shall be as scheduled on the plans. Equipment ground bus shall be provided for panels. All bus shall be copper. 16160-1- B. Safety Barriers: The panelboard interior assembly shall be dead front with panelboard front removed. C. Cabinets and Fronts: 1. Panelboard assembly shall be enclosed in a steel cabinet. The rigidity and gauge of steel shall be as specified in UL Standard 50 for cabinets. Wiring gutters shall be in accordance with UL Standard 67 for panelboards. 2. Fronts shall include doors and have flush, brushed stainless steel, cylinder tumbler -type locks with catches and spring-loaded door pulls. 3. The flush lock shall not protrude beyond the front of the door. All panelboard locks shall be keyed alike. 4. Front shall have adjustable indicating trim clamps which shall be completely concealed when the doors are closed. Doors shall be mounted by completely concealed steel hinges. Fronts shall not be removable with door in the locked position. 5. A circuit directory frame and card with a clear plastic covering shall be provided on the inside of the door. 6. The directory card shall provide a space at least 1/4" high x 3" long. or equivalent, for each circuit. The directory shall be typed to identify the load type fed by each circuit and room area(s) served. 7. Fronts and cabinets shall be of code gauge, full finished steel with rust -inhibiting primer and baked enamel finish. D. Wiring Terminals: 1. Terminals for feeder conductors to the panelboard mains and neutral shall be UL listed as suitable for the type of conductor specified. 2. Terminals for branch circuit wiring, both breaker and neutral, shall be UL listed as suitable for the type of conductor specified. E. Circuit Breakers: 1. Circuit breakers shall be quick -make, quick -break, thermal magnetic, trip indicating and have common trip on all multi -pole breakers. 2. Circuit breakers shall be equipped with individually insulated, braced and protected connectors. Circuit breakers rated for 120/208/240 VAC service shall be plug -on type and circuit breakers rated for 277/480 VAC service shall be bolt -on type. The ampere rating of all circuit breakers shall be visible on the circuit breaker handle. 3. The front faces of circuit breakers shall be flush with each other. Large permanent individual circuit numbers shall be affixed to each breaker in a uniform position (or equip each breaker =`with a circuit card holder and neatly printed card identifying the circuit). 4. Tripped indication shall be clearly shown by the breaker handle taking a position between ON and OFF. 5. Pxovisiorr's for additional breakers shall be such that no additional connectors will be required to, add brokers. .o 16160-2- F. Integrated Equipment Rating: 1. Each panelboard, as complete unit, shall have a rating equal to or greater than the integrated equipment rating shown on the panelboard schedule. Such rating shall be established by factory test with the circuit breakers mounted on the panelboard. PART 3 - EXECUTION 33INSTALLATION. A. Securely anchor panelboards to structure and make feeder and branch circuit connections. B. histall typewritten circuit directory for each panelboard. END OF SECTION T:\0339\0339 -234 -\Spec cations\SPEC-100%\0339234-16160 Circuit Beaker Panelboards doe 11/6/12 16160-3- N C- J L I • 1 VI 16160-3- SECTION 16170 DISCONNECT SWITCHES PART l - GENERAL 1.01 SECTIONINCLUDES. A. Disconnect switches for all equipment and motors L02 SUBMITTALS: A. Submittals shall include catalog cuts, fabrication details, ratings and other pertinent data required to evaluate the proposed equipment. L03 STANDARDSAND CODES: A. Except where otherwise required by this Section, the following Standards and Codes shall govern: 1. NEC Article 380 2. UL listed PART 2 - PRODUCTS 2.01 MANUFACTURERS: A. Acceptable manufacturers for 3 phase disconnect switches: 1. Square D s l 2. Engineer approved equivalent 2.02 EQUIPMENT. c v c� A. Disconnects shall be heavy duty industrial type, fusible or non -fusible as indicated, with solid neutrals where required. At interior locations enclosures shall be NEMA type 1; at exterior locations enclosures shall be NEMA type 4X, fiberglass reinforced polyester. B. Disconnects for integral horsepower motors shall have provision for padlocking in the "OFF' positions. C. Disconnects at motors powered by variable frequency drives (VFD) shall be equipped with electrical interlocks to VFD if disconnect is operated, if required by the VFD manufactured product. PART 3 - EXECUTION 3.01 INSTALLATION.• A. Install disconnect switches as indicated, in accordance with the manufacturer's written instructions and with recognized industry practices to ensure that disconnect switches comply with applicable requirements of NEC and UL standards. END OF SECTION T:\0339\0339-234-\Specificadons\SPEC-1000/o\0339234-16170 Disconnect Switches.doc: 9/10/12 16170-1- SECTION 16205 STANDBY POWER GENERATION SYSTEMS PART 1- GENERAL 1.01 SCOPE: A. The contractor shall furnish, install and place into satisfactory operating condition two diesel engine powered emergency standby power generators and two automatic power transfer switches with rating sizes as indicated and according to these specifications. B. Provide complete factory assembled generator set equipment with digital (microprocessor -based) electronic generator set controls, digital governor and digital voltage regulator. C. Provide complete factory assembled power transfer equipment with electronic microprocessor - based controls designed for fully automatic operation and including: surge voltage isolation, voltage sensors on all phases of the normal source and one phase of the emergency source, positive mechanical and electrical interlocking, and mechanically held contacts for both sources. D. Provide factory test, startup by a supplier authorized by the equipment manufacturer(s), and on- site testing of the system. E. The manufacturer shall warrant all equipment provided under this section, whether or not it is manufactured by the generator set manufacturer, so that there is one source for warranty and product service. Technicians specifically trained and certified by the manufacturer to support the product and employed by the generator set supplier shall service the generator set, automatic transfer switch and all associated equipment provided under this contract. 1.02 RELATED WORK.- A. ORK. A. Section 01300 Submittals B. Section 16408 Control Systems 1.03 ACCEPTABLE MANUFACTURERS: u. A. Only approved bidders shall supply equipment provided under this contract. Equipment specifications for this project are based on generator sets manufactured by Cummins Power Generation with microprocessor -based controls. Kohler and Caterpillar are approved alternates. Equipment specifications for this project are based on model OTEC transfer switches manufactured by Cummins Power Generation. B. Substitutions will be considered in accordance with the provisions of Section 00100 and the General Conditions. Equipment by other suppliers that meets the requirement of this specification is acceptable, if approved not less than 2 weeks before scheduled bid date. Alternate proposals must include a line by line compliance statement based on this specification. L04 CODES and STANDARDS: A. The generator set and transfer switch shall be designed, fabricated, assembled and tested in accordance with the most recent applicable standards as defined by the following institutions: 16205-1 1. National Fire Protection Association (NFPA) 2. Underwriters Laboratories (UL) 3. National Electrical Manufacturers Association (NEMA) 4. Federal Communications Commission (FCC) 5. International Electro -technical Commission (ICC) 6. Institute of Electrical and Electronics Engineers (IEEE) 7. U S Environmental Protection Agency (EPA) 8. International Organization for Standardization (ISO) B. National Published Standards: 1. CSA 282, 1989 Emergency Electrical Power Supply for Buildings. 2. IEEE446 — Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications. 3. NFPA70 — National Electrical Code. Equipment shall be suitable for use in systems in compliance to Article 700, 701 and 702. 4. NFPA99 — Essential Electrical Systems for Health Care Facilities. NFP .Al 10 —Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Level 1 prototype tests required by this standard shall c� haw been performed on a complete and functional unit, component level type tests will not substitute for this requirement. C. The generator set and supplied accessories shall meet the requirements of the following stpndards: L__ 1.NEMA MGI -1998 part 32. Alternator shall comply with the requirements of this standard. 2. UL142 — Sub -base Tanks. 3. UL1236—Battery Chargers. 4. UL2200. The generator set shall be listed to UL2200 or submit to an independent third party certification process to verify compliance as installed. D. The control system for the generator set shall comply with the following requirements. 1. CSA C22.2, No. 14 — M91 Industrial Control Equipment. 2. EN50082-2, Electromagnetic Compatibility — Generic Immunity Requirements, Part 2: Industrial. 16205-2 3. EN55011, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment. 4. FCC Part 15, Subpart B. 5. IEC8528 part 4. Control Systems for Generator Sets. 6. IEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted and radiated electromagnetic emissions. 7. UL508. The entire control system of the generator set shall be UL508 listed and labeled. 8. UL1236 —Battery Chargers. E. The automatic transfer switch shall conform to the requirements of the following codes and standards: 1. UL 1008. The transfer switch shall be UL listed and labeled 2. CSA C22.2, No. 14 — M91 Industrial Control Equipment. 3. CSA 282, Emergency Electrical Power Supply for Buildings. a 4. IEEE Standard C62.41 and C62.45. 5. NFPA70 — National Electrical Code. Equipment shall be suitable for use in 'systems in: compliance to Article 700, 701 and 702. 6. NFPA99 — Essential Electrical Systems for Health Care Facilities. 7. NFPA 110 — Emergency and Standby Power Systems. The transfer switch shall meet all requirements for Level 1 systems. 8. IEEE446 — Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications. 9. NEMA ICS 10-1993 — AC Automatic Transfer Switches. F. The generator set and transfer switch manufacturer(s) shall be certified to ISO 9001 International Quality Standard and shall have third party certification verifying quality assurance in design/development, production, installation and service, in accordance with ISO 9001. L05 SUBMITTALS: A. Submit shop drawings for all mechanical equipment and related accessory items, in accordance with Section 01300 — Submittals. Within 10 days after award of contract, provide six (6) sets of the following information for review: 16205-3 1. Manufacturer's product literature and performance data sufficient to verify compliance to specification requirements. 2. A paragraph by paragraph specification compliance statement describing the differences between the specified and the proposed equipment. 3. Manufacturer's certification of prototype testing. 4. Manufacturer's published warranty documents. 5. Shop drawings showing plan and elevation views with certified overall dimensions, as well as wiring interconnection details. 6. Interconnection wiring diagrams showing all external connections required; with field wiring terminals marked in a consistent point-to-point manner. 7. List of previous installations of similar size, location and climate of operation. B. Submit two (2) copies of preliminary installation, operation and maintenance manuals for Owner and Engineer's review prior to final shipment of equipment. C. The Manufacturer shall prepare a site specific, operation and maintenance manual for the equipment furnished in this section. The manual shall include the supplier's installation and assembly recommendations, operational instructions, sequence of operation, service and a complete list of recommended spare parts. Submit four copies of final operation and maintenance manuals with delivery of equipment. 1.06 SERVICE AND SUPPORT.• A. Onsite technical assistance shall be provided by the equipment manufacturer as outlined in Part 3 of this specification. -1.07 WARRANTY. - A. A written manufacturer's warranty shall be furnished for the equipment provided in this section. The warranty shall be for a minimum period of two (2) years from start-up or 30 months from time of equipment shipment, whichever comes fust. The warranty shall cover all defects or failures of materials or workmanship which occur as the result of normal operation and service except for normal wear parts. The warranty shall be comprehensive. No deductibles shall be allowed for travel time, service hours, repair parts cost, etc. PART`S — PRODUCTS 2.01 GENERATOR SET: A. Ratings 1. The generator sets shall operate at 1800 rpm and at a voltage of. 277/480 Volts AC, Three phase, 4-Wie, 60 hertz. 16205-4 2. The generator sets shall berated at 250 kW for the south station and 350 kW for the north station, at 0.8 PF, based on site conditions of altitude 1000 feet and ambient temperatures up to 122 degrees F (50 degrees Q. 3. The generator set rating shall be based on emergency/standby service. B. Performance 1. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. 2. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5%. 3. The diesel engine -generator set shall accept a single step load of 100% nameplate kW and power factor, less applicable de -rating factors, with the engine -generator set at operating temperature. 4. Motor starting capability shall be a minimum of 2210 kVA for the 400 kW set and 2430 for the 500 kW set. The generator set shall be capable of recovering to a minimum of 90% of rated no load voltage following the application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 25%. 5. The alternator shall produce a clean AC voltage waveform, with not more than 5% total harmonic distortion at full linear load when measured from line to neutral, and with not more than 3% in any single harmonic and no 3`d order harmonics or their multiples. Telephone influence factor shall be less than 50. 6. The generator set shall be certified by the engine manufacturer to be suitable for use at the installed location and rating, and shall meet all applicable exhaust emission requirements at the time of commissioning. - The generator systems shall be rated in accordance with NFPA 110 as Class 24 (minimum 24 hours operation at rated capacity), Type 10 (provide power within 10 seconds) and Level 2 , (failure not critical to human life and safety). ; C. Construction 1. The engine -generator set shall be mounted on a heavy-duty steel base to maintain alignment between components. The base shall incorporate a battery tray with hold-down clamps within the rails. 2. All switches, lamps and meters in the control system shall be oil -tight and dust -tight. All active control components shall be installed within a UL/NEMA 3R enclosure. There shall be no exposed points in the control (with the door open) that operate in excess of 50 volts. D. Connections 1. The generator set load connections shall be composed of silver or tin plated copper bus bars, drilled to accept mechanical or compression terminations of the number and type as shown on 16205-5 the drawings. Sufficient lug space shall be provided for use with cables of the number and size as shown on the drawings. 2. Power connections to auxiliary devices shall be made at the devices, with required protection located at a wall -mounted common distribution panel. 3. Generator set control interfaces to other system components shall be made on a permanently labeled terminal block assembly. Labels describing connection point functions shall be provided. 2.02 ENGINEA" ENGINE EQUIPMENT.• A. The engine shall be diesel, 4 cycle, radiator and fan cooled. Minimum displacement shall be 912 cubic inches with 6 cylinders. The horsepower rating of the engine at its minimum tolerance level shall be sufficient to drive the alternator and all connected accessories. Two cycle engines are not acceptable. Engine accessories and features shall include the features below. B. An electronic governor system shall provide automatic isochronous frequency regulation. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cool down at idle function. While operating in idle state, the control system shall disable the alternator excitation system. C. Skid -mounted radiator and cooling system rated for full load operation in 122 degrees F (50 degrees C) ambient as measured at the alternator air inlet. Radiator fan shall be suitable for use in a system with 0.5 in H2O restriction. Radiator shall be sized based on a core temperature that is 20F higher than the rated operation temperature, or prototype tested to verify cooling performance of the engine/radiator/fan operation in a controlled environment. Radiator shall be p§vided with a duct adapter flange. The equipment manufacturer shall fill the cooling system with a 50750 -ethylene glycol/water mixture prior to shipping. Rotating parts shall be guarded against ace contact. D. Electric starter capable of three complete cranking cycles without overheating. t. Positive displacement, mechanical, full pressure, lubrication oil pump. F. Full flow lubrication oil filters with replaceable spin -on canister elements and dipstick oil level indicator. G. An engine driven, mechanical, positive displacement fuel pump. Fuel filter with replaceable spin -on canister element. Fuel cooler, suitable for operation of the generator set at full rated load in the ambient temperature specified shall be provided if required for operation due to the design of the engine and the installation. H. Replaceable dry element air cleaner with restriction indicator. I. Flexible supply and return fuel lines. J. Engine mounted battery charging alternator, 40 -ampere minimum and solid-state voltage regulator. 16205-6 K. Coolant heater: 1. Engine mounted, thermostatically controlled, coolant heater properly sized for ambient temperatures below 40 degrees F. Heater voltage for the south station shall be 240 volt single phase and for the north station shall be 208/240/480V 3 phase. 2. The coolant heater shall be UTA99 listed and labeled. 3. The coolant heater shall be installed on the engine with silicone hose connections. Steel tubing shall be used for connections into the engine coolant system wherever the length of pipe run exceeds 12 inches. The coolant heater installation shall be specifically designed to provide proper venting of the system. The coolant heaters shall include provisions to isolate the heater for replacement of the heater element without draining the coolant from the generator set. The quick disconnectlautomatic sealing couplers shall allow the heater element to be replaced without draining the engine cooling system or significant coolant loss. 4. The coolant heater shall be provided with a DC thermostat, installed at the engine thermostat housing. An AC power connection box shall be provided for a single AC power connection to the coolant heater system. L. Provide vibration isolators, spring/pad type, quantity as recommended by the generator set manufacturer. M. Starting and control batteries shall be calcium/lead antimony type, 24 volt DC, sized as recommended by the engine manufacturer, complete with battery cables and connectors. The batteries shall be capable of a minimum of three complete 15 -second cranking cycles at OF ambient temperature when fully charged. N. Provide a genset exhaust silencer of size and type as recommended by the generator set manufacturer and approved by the engine manufacturer. The mufflers shall be critical grade. Exhaust system shall be installed according to the engine manufacturer's recommendations and applicable codes and standards. Exhaust silencer shall be mounted inside the generator enclosure. O. Exhaust emissions standards shall comply with current EPA regulations governing staognary emergency generators of the rated capacity provided. - 2.03 AC GENERATOR: A. The AC generator shall be synchronous, four pole, 2/3 pitch, revolving field, drip -proof ' construction, single pre -lubricated sealed bearing, air cooled by a direct drive oentrifugalNower fan and directly connected to the engine with flexible drive disc. All insulation system= ', - components shall meet NEMA MG I temperature limits for Class H insulation iLystem and shall be UL1446 listed. Actual temperature rise measured by resistance method at full load a sill not exceed 80 degrees Centigrade. B. The generator shall be capable of delivering rated output (kVA) at rated frequency and power factor, at any voltage not more than 5 percent above or below rated voltage. C. A permanent magnet generator (PMG) shall be included to provide a reliable source of excitation power for optimum motor starting and short circuit performance. The PMG and controls shall be capable of sustaining and regulating current supplied to a single phase or three phase fault at approximately 300% of rated current for not more than 10 seconds. 16205-7 D. The subtransient reactance of the alternator shall not exceed 15 percent, based on the standby rating of the generator set. Z04 GENERATOR SET CONTROL: A. The generator set shall be provided with a microprocessor -based control system that is designed to provide automatic starting, monitoring and control functions for the generator set. The control system shall also be designed to allow local monitoring and control of the generator set, and remote monitoring and control as described in this specification. The control shall be mounted on the generator set. The control shall be vibration isolated and prototype tested to verify the durability of all components in the system under the vibration conditions encountered. The generator set mounted control shall include the following features and functions: B. Control Switches: 1. The MODE SELECT SWITCH shall initiate the following control modes. When in the RUN or MANUAL position the generator set shall start and accelerate to rated speed and voltage as directed by the operator. A separate push-button to initiate starting is acceptable. In the OFF position the generator set shall immediately stop, bypassing all time delays. In the AUTO position the generator set shall be ready to accept a signal from a remote device to start and accelerate to rated speed and voltage. 2. EMERGENCY STOP switch shall be Red "mushroom -head" push-button. Depressing the emergency stop switch shall cause the generator set to immediately shut down and be locked out from automatic restarting. 3. The RESET switch shall be used to clear a fault and allow restarting the generator set after it has shut down for any fault condition. 4. Depressing the PANEL LAMP switch shall cause the entire panel to be lighted with DC control power. The panel lamps shall automatically be switched off 10 minutes after the switeriis depressed or after the switch is depressed a second time. C. Generatot;Set AC Output Metering. The generator set shall be provided with a metering set includt"e following features and functions: 1j Digital inetering set, 1% accuracy, to indicate generator RMS voltage and current, frequency, .output current, output KW, KW -hours and power factor. Generator output voltage shall be available in line -to -line and line -to -neutral voltages, and shall display all three-phase voltages {line to neutral or line to line) simultaneously. 2. Analog voltmeter, ammeter, frequency meter, power factor meter and kilowatt (KW) meter. Voltmeter and ammeter shall display all three phases. Meter scales shall be color coded in the following fashion: green shall indicate normal operating condition, amber shall indicate operation in ranges that indicate potential failure and red shall indicate failure impending. Metering accuracy shall be within 1% at rated output. Both analog and digital metering are required. 3. The control system shall monitor the total load on the generator set and maintain data logs of total operating hours at specific load levels ranging from 0 to 110% of rated load in 10% 16205-8 increments. The control shall display hours of operation at less than 30% load and total hours of operation at more than 90% of rated load. 4. The control system shall log total number of operating hours, total KWH and total control on hours, as well as total values since reset. D. Generator Set Alarm and Status Display: 1. The generator set control shall include LED alarm and status indication lamps. The lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent under bright room lighting conditions. Functions indicated by the lamps shall include: a. The control shall include five configurable alarm -indicating lamps. The lamps shall be field adjustable for any status, warning or shutdown function monitored by the genset. They shall also be configurable for color and control action (status, warning or shutdown). b. The control shall include green lamps to indicate that the generator set is running at rated frequency and voltage, and that a remote start signal has been received at the generator set. The running signal shall be based on actual sensed voltage and frequency on the output terminals of the generator set. c. The control shall include a flashing red lamp to indicate that the control is not in; automatic state and red common shutdown lamp. ' d. The control shall include an amber common warning indication lamp. 2. The generator set control shall indicate the existence of the warning and shutdown cpi;ditions on the control panel. All conditions indicated below for warning shall be field -configurable for shutdown. Conditions required to be annunciated shall include: WARNING SHUTDOWN low oil pressure low oil pressure oil pressure sender failure high coolant temperature low coolant temperature fail to crank high coolant temperature fail to startlovercrank high oil temperature overs ed engine temperature sender failure high AC voltage low coolant level low AC voltage low DC voltage under frequency high DC voltage over current weak battery short circuit low fuel -day tank emergency stop over current overload Plus 4 configurable conditions 3. Provisions shall be made for indication of four customer -specified alarm or shutdown conditions. Labeling of the customer -specified alarm or shutdown conditions shall be of the 16205-9 same type and quality as the above-specified conditions. The non -automatic indicating lamp shall be red and shall flash to indicate that the generator set is not able to automatically respond to a command to start from a remote location. E. Engine Status Monitoring: a. The following information shall be available from a digital status panel on the generator set control: (a) engine oil pressure (psi or kPA) (b) engine coolant temperature (degrees F or C) (c) engine oil temperature (degrees F or C) (d) engine speed (rpm) (e) number of hours of operation (hours) (f) number of start attempts (g) battery voltage (DC volts) 2. The control system shall also incorporate a data logging and display provision to allow logging of the last 10 warning or shutdown indications on the generator set, as well as total time of operation at various loads as a percent of the standby rating of the generator set. F. Engine Control Functions. 1. The control system provided shall include a cycle cranking system, which allows for user selected crank time, rest time and # of cycles. Initial settings shall be for 3 cranking periods of 15 seconds each, with 15 -second rest period between cranking periods. 2. The control system shall include an idle mode control, which allows the engine to run in idle mode in the RUN position only. In this mode, the alternator excitation system shall be disabled. 1. The cgntrol system shall include an engine governor control, which functions to provide steadjrstate frequency regulation as noted elsewhere in this specification. The governor control shall include adjustments for gain, damping and a ramping function to control engine speed and limit exhaust smoke while the unit is starting. 4, -The control system shall include time delay start (adjustable 0-300 seconds) and time delay ( stop (adjustable 0-600 seconds) functions. 5. The control system shall include sender failure monitoring logic for speed sensing, oil pressure and engine temperature which is capable of discriminating between failed sender or wiring components and an actual failure conditions. G. Alternator Control Functions: The generator set shall include a full wave rectified automatic digital voltage regulation system that is matched and prototype tested by the engine manufacturer with the governing system provided. It shall be immune from misoperation due to load -induced voltage waveform distortion and provide a pulse width modulated output to the alternator exciter. The voltage regulation system shall be equipped with three-phase line to neutral RMS sensing and shall control buildup of AC generator voltage to provide a linear rise and limit overshoot. 16205-10 The system shall include a torque -matching characteristic which shall reduce output voltage in proportion to frequency below an adjustable frequency threshold. Torque matching characteristic shall be adjustable for roll -off frequency and rate, and be capable of being curve -matched to the engine torque curve with adjustments in the field. The voltage regulator shall include adjustments for gain, damping and frequency roll -off. Adjustments shall be broad range, and made via digital raise -lower switches with an alphanumeric LED readout to indicate setting level. Rotary potentiometers for system adjustments are not acceptable. 2. Controls shall be provided to monitor the output current of the generator set and initiate an alarm (over current warning) when load current exceeds 110% of the rated current of the generator set on any phase for more than 60 seconds. The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator (over current shutdown). The protective functions provided shall be in compliance to the requirements of NFPA70 article 445. Controls shall be provided to individually monitor all three phases of the output current for short circuit conditions. The control/protection system shall monitor the current level and voltage. The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator (short circuit shutdown). The protective functions provided shall be in compliance to the requirements of NFPA70 article 445. 4. Controls shall be provided to monitor the KW load on the generator set, and initiate an alarm condition (over load) when total load on the generator set exceeds the generator set rating for in excess of 5 seconds. Controls shall include a load shed control to operate a set of dry contacts (for use in shedding customer load devices) when the generator set is overloaded. An AC over/under voltage monitoring system that responds only to true RMS voltage conditions shall be provided. The system shall initiate shutdown of the generator set when alternator output voltage exceeds 110% of the operator -set voltage level for more than 10 seconds, or with no intentional delay when voltage exceeds 130%. Under voltage sl}utdown shall occur when the output voltage of the alternator is less than 85% for more than. 10 seconds. - 6. The generator set control shall include a 120VAC-control heater. - - H. Other Control Functions: 1. The generator set shall be provided with a network communication moduld to allow ' communication with the generator set control and the automatic transfer switch by Wmote devices. The control shall communicate all engine and alternator data, as well as all ATS data and allow starting and stopping of the generator set via the network in both test and emergency modes. 2. A battery monitoring system shall be provided which initiates alarms when the DC control and starting voltage is less than 20 VDC or more than 32 VDC. During engine cranking (starter engaged), the low voltage limit shall be disabled and DC voltage shall be monitored as load is applied to the battery to detect impending battery failure or deteriorated battery condition. 16205-11 I. Control Interfaces for Remote Monitoring: 1. The control system shall provide four programmable output relays. These relay outputs shall be configurable for any alarm, shutdown or status condition monitored by the control. The relays shall be configured to indicate: (1) generator set operating at rated voltage and frequency, (2) common warning, (3) common shutdown, (4) load shed command. 2. A fused 10 amp 24VDC power supply circuit shall be provided for customer use. DC power shall be available from this circuit at all times from the engine starting/control batteries. 3. The control shall be provided with a direct serial communication link to allow remote control and monitoring. Capability to allow future control and monitoring via internet shall also be included. 2.05 ANNUNCIATOR: A. Provide and install a 20 -light LED type remote alarm annunciator with hom, located as shown on the drawings or in a location that can be conveniently monitored by facility personnel. The remote annunciator shall provide all the audible and visual alarms called for by NFPA Standard 110 for level 1 systems for the local generator control panel. Spare lamps shall be provided to allow future addition of other alarm and status functions to the annunciator. Provisions for labeling of the annunciator in a fashion consistent with the specified functions shall be provided. Alarm silence and lamp test switch(es) shall be provided. LED lamps shall be replaceable and indicating lamp color shall be capable of changes needed for specific application requirements. Alarm hom shall be switchable for all annunciation points. Alarm horn (when switched on) shall sound for first fault and all subsequent faults, regardless of whether first fault has been cleared in compliance with NFPA110 3-5.6.2. The interconnecting wiring between the annunciator and other system components shall be monitored and failure of the interconnection between components shall be displayed on the annunciator panel. B. The annunciator shall include the following alarm labels, audible annunciation features and lamp colors: Condition Lamp Color Audible Alarm Normal Power (to Loads) Green No Genset Supplying Load Amber No _—_ Genset Running Green No Not in Auto Red (Flashing) Yes High Battery Voltage Red Yes Low Battery Voltage Red Yes Charger AC Failure Red Yes Fail to Start Red Yes Lbw Engine Temperature Amber Yes _ Pre4ligh Engine Temperature Amber Yes High Engine Temperature Red Yes Pre -Low Oil Pressure Amber Yes Low Oil Pressure Red Yes Overspeed Red Yes Low Coolant Level Amber Yes Low Fuel Level Amber Yes 16205-12 Network OK (4) Spares Green Yes Configurable Configurable Low battery voltage lamp shall also be lighted for low cranking voltage or weak battery alarm. 2.06 CIRCUIT BREAKER: A. The generator set shall be provided with a mounted main line circuit breaker, sized to carry the rated output current of the generator set. The circuit breaker shall incorporate an electronic trip unit that operates to protect the alternator under all overcurrent conditions, or a thermal -magnetic trip with other overcurrent protection devices that positively protect the alternator under overcurrent conditions. The supplier shall submit time overcurrent characteristic curves and thermal damage curve for the alternator demonstrating the effectiveness of the protection provided. 2.07 OUTDOOR WEATHER -PROTECTIVE ENCLOSURE: A. The generator set shall be provided with an outdoor enclosure with the entire package listed under UL2200. The package shall comply with the requirements of the National Electrical Code for all wiring materials and component spacing. The total assembly of generator set, enclosure and sub- base fuel tank shall be designed to be lifted into place using spreader bars. Housing shall provide ample airflow for generator set operation at rated load in an ambient temperature of 100F. The housing shall have hinged access doors as required to maintain easy access for all operating and service functions. All doors shall be lockable and include retainers to hold the door open during service. Enclosure roof shall be cambered to prevent rainwater accumulation. Openings shall be screened to limit access of rodents into the enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. B. All sheet metal shall be primed for corrosion protection and finish painted with the manufacturer's standard color using a two step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: 1. Primer thickness, 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. 2. Gloss, per ASTM D523-89, 80% plus or minus 5%. 3. Gloss retention after one year shall exceed 50%. _ -- - 4. Crosshatch adhesion, per ASTM D3359-93, 413-513. 5. Impact resistance, per ASTM D2794-93, 120-160 inch -pounds. 6. Salt Spray, per ASTM B 117-90, 1000+ hours. 7. Humidity, per ASTM D2247-92, 1000+ hours. C 3 8. Water Soak, per ASTM D2247-92, 1000+ hours. c C. Painting of hoses, clamps, wiring harnesses and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant and designed to minimize marring of the painted surface when removed for normal installation or service work. D. Enclosure shall be constructed of minimum 12 gauge steel for framework and 14 gauge steel for panels. All hardware and hinges shall be stainless steel. 16205-13 E. A factory -mounted exhaust silencer shall be installed either inside or outside of the enclosure. The exhaust shall exit the enclosure through a rein collar and terminate with a rain cap. Exhaust connections to the generator set shall be through seamless flexible connections. F. The enclosure shall include flexible coolant and lubricating oil drain lines which extend to the exterior of the enclosure, internal drain valves and external radiator fill provision for convenient maintenance. 2.08 FUEL TANK. A. Provide a sub -base fuel tank for the generator set sized to allow for full load operation of the generator set for 24 hours. The sub -base fuel tank shall be UL142 listed and labeled. Installation shall be in compliance to NFPA37. The fuel tank shall be a double -walled, steel construction and include the following features: 1. Emergency tank and basin vents. 2. Mechanical level gauge. 3. Fuel supply and return lines connected to generator set with flexible fuel lines as recommended by the engine manufacturer and in compliance to UL2200 and NFPA 37 requirements. 4. Leak detection provisions wired to the generator set control for local and remote alarm indication. 5. High and low level float switches to indicate fuel level. Wire switches to generator control for local and remote indication of fuel level. 6. Basin drain. 7. Integral lifting provisions. 2.09 .6ENERr1 TOR SET SEQUENCE OF OPERATION.• A. Gcneratomet shall start on receipt of a start signal from remote equipment. The start signal shall be via hardwired connection to the generator set control. The generator set shall complete a time delay start period as programmed into the control. B. The generator set control shall initiate the starting sequence for the generator set. The starting sequence shall include the following functions: I. -The control system shall verify that the engine is rotating when the starter is signaled to operate. If the engine does not rotate after two attempts, the control system shall shut down and lock out the generator set and indicate "fail to crank" shutdown. 2. The engine shall fire and accelerate as quickly as practical to start disconnect speed. If the engine does not start, it shall complete a cycle cranking process as described elsewhere in this specification. If the engine has not started by the completion of the cycle cranking sequence, it shall be shut down and locked out and the control system shall indicate "fail to stare'. 16205-14 3. The engine shall accelerate to rated speed and the alternator to rated voltage. Excitation shall be disabled until the engine has exceeded programmed idle speed, and regulated to prevent over voltage conditions and oscillation as the engine accelerates and the alternator builds to rated voltage. 4. On reaching rated speed and voltage, the generator set shall operate as dictated by the control system in isochronous state. C. When all start signals have been removed from the generator set, it shall complete a time delay stop sequence. The duration of the time delay stop period shall be adjustable by the operator. D. On completion of the time delay stop period, the generator set control shall switch off the excitation system and shall shut down. E. Any start signal received after the time stop sequence has begun shall immediately terminate the stopping sequence and return the generator set to isochronous operation. 2.10 FACTORY TESTING FOR GENERATOR SET. A. The generator set manufacturer shall perform a complete operational test on the generator set prior to shipping from the factory. A certified test report shall be provided. Equipment supplied shall be fully tested at the factory for function and performance. B. Factory testing may be witnessed by the owner and consulting engineer. Costs for travel expenses will be the responsibility of the owner and consulting engineer. Supplier is responsible to provide two weeks notice for testing. C. Generator set factory tests on the equipment shall be performed at rated load andtaied power _ ' factor. Generator sets that have not been factory tested at rated power factor will not be - acceptable. Tests shall include: run at full load, maximum power, voltage regulation; transient and steady-state governing, single step load pickup and function of safety shutdown's. 2.11 POWER TRANSFER SWITCHSERVICE ENTRANCE RATED. A. Ratings: 1. The automatic transfer switch (ATS) rating for the South Station and North Station shall be 600 AMPS. Both ATS's shall be 3 pole, 4 wire and shall be contained in a NEMA 31K enclosure. 2. Main contacts shall be rated for the operation voltage as installed. 3. Transfer switches shall berated to carry 100 percent of rated current continuously in the enclosure supplied in ambient temperatures of -30 to +60 degrees C, relative humidity up to 95% (non -condensing) and altitudes up to 10,000 feet (3000M). 4. Transfer switch equipment shall have withstand and closing ratings (WCR) in RMS symmetrical amperes greater than the available fault currents shown on the drawings. The transfer switch and its upstream protection shall be coordinated. The transfer switch shall be third party listed and labeled for use with the specific protective device(s) installed in the application. 16205- 15 B. Construction: 1. Transfer switches shall be double -throw, electrically and mechanically interlocked and mechanically held in the source 1 and source 2 positions. 2. Transfer switch internal wiring shall be composed of pre -manufactured harnesses that are permanently marked for source and destination. Harnesses shall be connected to the control system by means of locking disconnect plug(s) to allow the control system to be easily disconnected and serviced without disconnecting power from the transfer switch mechanism. 3. Transfer switch shall be provided with flame retardant transparent covers to allow viewing of switch contact operation but prevent direct contact with line voltage components. 4. Transfer switches shall be 3 -pole as shown on the drawings. Equipment shall be provided with a neutral bus and lugs. The neutral bus shall be sized to carry 100% of the current designated on the switch rating. 5. Enclosures shall be UL tested and listed. Enclosure shall be NEMA 3R rated. The enclosure shall provide NEC wire bend space when both sources and the load are all connected from either the top or bottom of the transfer switch. The cabinet door shall be key -locking. C. Connections: 1. Field control connections shall be made on terminal blocks that are clearly and permanently labeled. 2. Transfer switch shall be provided with AL/CU mechanical lugs sized to accept the full output rating of the transfer switch. 2.12 TRANSFER SWITCH CONTROL: A. Solid-state under voltage sensors shall simultaneously monitor both sources. Pick-up and drop-out settings shall be adjustable. B. Automatic controls shall signal the engine -generator set to start upon signal from normal source sensor. Solid-state time delay start, adjustable from 0 to 10 seconds (factory set at 2 seconds), shall avoid nuisance start-ups. Battery voltage starting contacts shall be silver alloy, dry type contacts, factory wired to a field wiring terminal block. C. The switch shall transfer when the emergency source reaches the set point. Provide a solid-state time delay on transfer, adjustable from 2 to 120 seconds, factory set at 3 seconds. D. The switch shall retransfer the load to the normal source after a time delay retransfer, adjustable from 6 seconds to 30 minutes, factory set at 5 minutes. Retransfer time delay shall be anmediately bypassed if the emergency power source fails. E. Controls shall signal the engine -generator set to stop after a time delay, adjustable from 0 seconds to 10 minutes, and factory set at 5 minutes beginning on return to the normal source. F. The control system shall include field adjustable provisions to control the speed of operation of the transfer switch_power contacts. In addition, the control shall include a field -configurable in- phase monitor function that causes the transfer to be initiated only when the sources are in phase. 16205-16 When in-phase transfer is enabled and transfer does not occur within 120 seconds, the control shall automatically transfer the load using delayed transfer. G. Provide a field -configurable exerciser clock with provisions for operating the generator set for a test period at 7, 14, 21 or 28 -day intervals in either with -load or without -load configuration. Operation time of the generator set shall be field configurable. Exerciser clock functions that require setting the test time by pressing an exercise button at the desired time of exercise (only) shall not be acceptable. H. Power for the transfer switch operation shall be derived from the source to which the load is being transferred. I. Provide a minimum 12 amp battery charger for each generator set battery bank. Generator sets incorporating two battery banks shall be provided with two chargers connected togethef, and operating in parallel, with alarm output(s) connected in parallel. The charger(s) shall include the following capabilities: 1. Chargers shall be UL 1236-BBHH listed for use in emergency applications. 2. The charger shall be compliant with UL991 requirements for vibration resistance. 3. The charger shall comply with the requirements of EN61000-4-5 for voltage surge res*nce; EN50082-2 for immunity; EN610004-2 for ESD; EN61000-4-3 for radiated immunity; ANSIIIEEE C62.41 category B and IN610004-4 for electrically fast transient; EN610004-6 for conducted emissions; and FCC Part 15 Class A for radiated emissions. 4. The charger shall be capable of charging a fully discharged battery without damage to the charger. It shall be capable of returning a fully discharged battery to fully charged condition within 24 hours. The charger shall be UL -labeled with the maximum battery amp -hour rating that can be recharged within 24 hours. The label shall indicate that the charger is suitable for charging of 200AH batteries per NFPA requirements. 5. The charger shall incorporate a 4 -state charging algorithm to provide trickle charge rate to restore fully discharged batteries, a bulk charge rate to provide fastest possible recharge after normal discharge, an absorption state to return the battery to 100 percent of charge, and a float stage to maintain a fully charge battery and supply battery loads when the generator set is not operating. In addition, the charger shall include an equalization timer. Charge rates shall be temperature compensated based on the temperature directly sensed at the battery. 6. The DC output voltage regulation shall be within plus or minus 1%. The DC output ripple current shall not exceed 1 amp at rated output current level. 7. The charger shall include the following features: a. two line alphanumeric display with programming keys to allow display of DC output ammeter and voltmeters (5% accuracy or better), display alarm messages and perform programming; b. LED indicating lamp(s) to indicating normal charging condition (green), equalize charge state (amber) and fault condition (red); 16205-17 c. AC input overcurrent, over voltage and under voltage protection; d. DC output overcurrent protection; e. Alarm output relay; f. Corrosion resistant aluminum enclosure. J. Supply power failed indication shall be displayed on the ATS control panel. K. Provide a configurable pre- and/or post -transfer signal prior to automatic operation of the transfer switch. 2.13 TRANSFER SWITCH FRONT PANEL DEVICES.- A. EVICES. A. Provide control switches mounted on cabinet front for: I Test - Simulates normal power loss to control for testing of generator set. Controls shall provide for a test with or without load transfer. 2. Momentary position to override retransfer time delay and cause immediate return to normal source if available. 3. Provide LED -type switch position and source available indicator lamps on the front of the transfer switch cabinet. 2.14 TRANSFER SWITCH CONTROL INTERFACE.- A. NTERFACE. A. The transfer switch will provide an isolated relay contact for starting of a generator set. The relay shall be normally held open and close to start the generator. set. B. Provide dry contacts to indicate the following conditions: load connected to source 1, source 2 connected to load. r Z15 TRANSIPER SWITCH ENCLOSURE. A. The cabinet door shall be key -locking. B. Transfer s*itch equipment shall be provided in a NEMA 3R or better enclosure. C. The cabinet shall provide code -required wire bend space at point of entry as shown on the dpawings. D. Manual operating handles shall be accessible to authorized personnel only by opening the key -locking cabinet door. 2.16 TRANSFER SWITCHSEQUENCE OF OPERATION. - A. Transfer switch normally connects an energized utility power source (source 1) to loads and a generator set (source 2) to the loads when normal source fails. The normal position of the 16205-18 transfer switch is source 1 (connected to the utility), and no start signal is supplied to the generator set. B. Generator Set Exercise (Test) With Load Mode. The control system shall be configurable to test the generator set under load. In this mode, the transfer switch shall control the generator set in the following sequence: 1. Transfer switch control shall initiate the exercise sequence at a time indicated in the exercise timer program, or when manually initiated by the operator test. 2. When the control systems senses the generator set at rated voltage and frequency, it shall operate to connect the loads to the generator set by opening the normal source contacts and closing the alternate source contacts a predetermined time period later. The timing sequence for the contact operation shall be programmable in the controller. 3. The generator set shall operate connected to the load for the duration of the exercise period. If the generator set fails during this period, the transfer switch shall automatically reconnect the generator set to the normal service. 4. On completion of the exercise period, the transfer switch control shall operate to connect the loads to the normal source by opening the alternate source contacts and closing the normal source contacts a predetermined time period later. The timing sequence for the conta_ci operation shall be programmable in the controller. 5. The transfer switch shall operate the generator set unloaded for a cool down period, and then remove the start signal from the generator set. If the normal power fails at any time when the generator set is running, the transfer switch shall immediately connect the system loads to the generator set. C. Generator Set Exercise (Test) Without Load Mode. The control system shall be configurable to test the generator set without transfer switch load connected. In this mode, the transfer switch shall control the generator set in the following sequence: 1. Transfer switch control shall initiate the exercise sequence at a time indicated in the exercise timer program or when manually initiated by the operator. 2. The control system shall operate the generator set unloaded for the duration of the exercise period. 3. At the completion of the exercise period, the transfer switch control shall remove the start signal from the generator set. If the normal power fails at any time when the generator set is running, the transfer switch shall immediately connect the system loads to the generator set. 117 FACTORY TESTING: A. The transfer switch supplier shall perform a complete operational test on the transfer switch prior to shipping from the factory. A certified test report shall be available on request. Test process shall include calibration of voltage sensors. 16205-19 PART 3 - EXECUTION 3.01 GENERAL: A. Provide preliminary installation, operation and maintenance manuals for Owner and Engineer's review prior to final shipment of equipment. B. Submit four copies of final operation and maintenance manuals with delivery of equipment. C. The equipment shall be installed in accordance with the manufacturer's approved delivery, storage, assembly, installation and start-up instructions to provide a complete working system. 3.02 INSTALLATION: A. The equipment shall be installed by the contractor in accordance with final submittals and contract documents. Installation shall comply with applicable state and local codes as required by the authority having jurisdiction. Install equipment in accordance with manufacturer's instructions and instructions included in the listing or labeling of UL listed products. B. Installation of equipment shall include furnishing and installing all interconnecting wiring between all major equipment provided for the on-site power system. The contractor shall also perform interconnecting wiring between equipment sections (when required), under the supervision of the equipment supplier. C. Equipment shall be installed on concrete housekeeping pads. Equipment shall be permanently fastened to the pad in accordance with manufacturer's instructions and seismic requirements of the site. D. Contractor shall supply fuel for start up and testing. Provide 2/3 of full tank capacity. E. Equipment shall be initially started and operated by representatives of the manufacturer. F. All equipment shall be physically inspected for damage. Scratches and other installation damage shall be repaired prior to final system testing. Equipment shall be thoroughly cleaned to remove 41 dirt and construction debris prior to initial operation and final testing of the system. 3.03 ON-SITE.TECHMCAL ASSISTANCE: ',A. the entire installation including generator set and transfer switch shall be tested for compliance with the specifications following completion of all site work. Testing shall be conducted by ropresentatives of the manufacturer. The Engineer and Owner shall be notified in advance and sha)l hhve-the option to witness the tests. B. Installation acceptance tests to be conducted on-site shall include a "cold start" test, a two hour full load test and a one step rated load pickup test in accordance with NFPA 110. Provide a resistive load bank and make temporary connections for full load test, if necessary. C. Perform a power failure test on the entire installed system. This test shall be conducted by opening the power supply from the utility service and observing proper operation of the system for at least 2 hours. Coordinate timing and obtain approval for start of test with site personnel. 16205-20 3.04 START-UPAND OPERATOR TRAItVEVG: A. The generator set and transfer switch shall be serviced by a local service organization that is trained and factory certified in both generator set and transfer switch service. The supplier shall maintain an inventory of critical replacement parts at the local service organization and in service vehicles. The service organization shall be on call 24 hours per day, 365 days per year. B. The manufacturer(s) shall maintain model and serial number records of each generator set and transfer switch provided for at least 20 years. C. The equipment supplier shall provide the services of a field service representative for a total of one (1) trip for a total of not less than 8 hours for the purpose of instruction and assisting the Contractor's personnel in the assembly and installation of the equipment. D. The equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip not less than 8 hours at the time of the pump station start up. During this!tr{p the representative will follow the following activities. 1. Conduct an installation check to verify all components of the generatorsystem are installed correctly, within specifications and manufacturer's recommendations and all power circuit and control circuit wiring is complete. 2. Inspect all fuel, lubricant and fluid levels to verify conformity to the manufacturer'' -s recommendations. 3. Inspect all accessories that normally function while the generator set is iisitandbymode to verify conformity to manufacturer's recommendations, including coolant heater, battery charger, control system, monitoring system and remote annunciator. 4. Start up of the generator set under test mode to check for exhaust leaks, cooling air flow, equipment movement during starting, operation and stopping, vibration, normal and emergency line to line voltage and frequency and phase rotation. 5. Automatic start up by means of a simulated power outage to test remote -automatic starting transfer of the load and automatic shutdown. Prior to this test all transfer switch timers shall be adjusted to specified durations. During this test monitor coolant temperature, oil pressure. Battery charge level and generator set voltage, amperes and frequency. 6. Correct or make arrangements to correct any deficiencies noted in the above items. Submit a complete inspection report to the Engineer and Owner. 7. Provide training to the Owner's personnel in the proper operation and maintenance of the equipment. E. Not before 120 days or after 180 days following acceptance of the project, the equipment manufacturer shall provide the services of a field service representative for a total of one (1) trip of not less than 4 hours on site to answer any questions of the Owner's operations personnel and confirm the proper operation of the equipment. F. All on site technical assistance described herein shall be at no additional expense to the Owner. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-1000/o\0339234-16205 Gen SeGdoc 11/8/12 16205-21 SECTION 16289 SURGE PROTECTIVE DEVICE (SPD) PART 1 -GENERAL 1.01 SCOPE: A. This section includes the materials and installation requirements for surge protective devices (SPD) for the protection of all AC electrical circuits. r- 1.02 RELATED WORK: A. Section 01300 Submittals B. Section 16205 Generator Sets C. Section 16408 Control Systems D. Section 16425 Switchboards o E. Section 16450 Grounding and Bonding L03 SUBMITTALS: A. Submit shop drawings for all equipment in accordance with Section 01300 — Submittals. Within 10 days after award of contract, provide six sets of the following information for review: 1. Manufacturer's product literature and performance data, sufficient to verify compliance to specification requirements. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. SPD equipment may be supplied by Current Technology, Eaton-Inovative Technology, LEA International, Siemens, Square D or approved equal. 2.02 PERFORMANCE: A. General: 1. SPD shall be listed in accordance with UL 1449 3rd Edition. 2. SPD shall be evaluated and tested to be suitable as a Type 2 SPD in accordance with UL 1449 3rd Edition. 3. SPD shall be a self-contained module design. Each suppression element shall be MOV based. 16289- 4. SPD shall be UL 1449 3rd Edition tested and listed to the Short Circuit Rating (SCCA) listed elsewhere in this section in compliance with NEC 285.6. 5. SPD shall contain EMURFI filtering as listed elsewhere in this specification. 6. SPD shall be equipped with onboard visual diagnostic monitoring. Indicator lights shall provide full time visual diagnostic monitoring of the operational status of each phase of the surge current diversion module. A set of Form C dry contacts shall be provided for remote annunciation of loss of power to any of the phases. 7. All SPD devices shall be provided by the same manufacturer. 8. Provide an integral audible diagnostic monitoring system which shall activate upon a fault condition. An alarm on/off switch shall be provided to silence the alarm. An alarm push to test switch shall be provided on the front of the unit. The diagnostic monitoring circuits shall continually monitor the operation status of the SPD module. A diagnostic system press to test switch shall be provided. The module shall be equipped with a transient event counter located on the front cover. The counter shall be equipped with a manual reset and a battery to retain memory on loss of power. 2.03 ELECTRICALDISTRIBUTIONEQUIPMENTPROTECTION.• A. SPD for service entrance protection shall meet or exceed the following criteria: 1. Minimum single pulse surge current capability shall be 250 kA per phase and 125 kA per mode. _Z UL 1.449 3'd Edition, 2005 Rev Effective 9/2009, Listed and Recognized Component Voltage Protective Ratings (VPR) shall not exceed the following. Voltage L -N L -G N -G L -L 480Y/277N or 480 800 1 900 800 1,500 The unit shall include a UL 1283 high -frequency extended range tracking filter. The filter shall reduce fast -time, high -frequency, error -producing transients and electrical line noise to harmless levels thus eliminating disturbances which may lead to system upset. The filter shall provide minimum insertion loss as follows: ATTENUATION 100 1 1 1 10 100 FREQUENCY KHZ I T HM I TvM I MM INSERTION LOSS (db) 41 db 1 31 db 1 35 db 1 53 db 4. Maximum Continuous Operating Voltage (MCOV) shall not be less than 125% of the nominal system operating voltage. 5. SPD shall be tested and demonstrate suitable for application within ANSYMEE C62.41 Category C. B. SPD shall be installed internally to the equipment and connected directly to the buss of the distribution equipment. No cable connection between the bus bar and the SPD units is allowed. 16289- C. A UL approved integral disconnect switch shall be provided as a means of disconnect. Disconnect switch shall be directly integrated into the assembly using bolted bus bar connections. SPD enclosure shall not be able to be opened until the disconnect switch is moved into the OPEN position. PART 3 - EXECUTION 3.07 SYSTEM TESTING and INSTALLATION. A. Each unit shall be factory tested before shipment. Testing shall include, but not be limited to production -line tests, quality assurance checks, MCOV and benchmark clamping voltage tests. A copy of the benchmark clamping tests for each individual SPD shall be included with each unit with a copy provided to the Engineer / Owner and included in the Operation and Maintenance Manuals. B. Upon completion of the installation, a factory -authorized local service representative shall provide on-site testing services. The following tests shall be performed: 1. Voltage measurements from Line -to -Ground, Line -to -Neutral, Line -to -Line and Neutral -to - Ground. 2. Test results shall be recorded and compared to the factory benchmark test parameters supplied with each unit. 3. A copy of the start-up test results and the factory benchmark testing results shall be supplied to the Engineer and Owner for confirmation of proper system function. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-100%\0339234-16289 SPD.doc: 8/10/12 16289- CO r� W (a 16289- SECTION 16400 SERVICE AND DISTRIBUTION PART 1- GENERAL 1.01 SECTIONINCLUDES: A. Connection to new 480 volt service. 1.02 RELATED WORK.• A. Section 16050: Basic Materials and Methods L03 WOREBYOTHERS: A. New overhead or underground primary service, primary transformers, and meter will be provided by Utility Company. B. This Contractor shall construct transformer pad. L04 SYSTEMDESCRIPTION.• A. Electric service system to new facilities will be 480 volts, three phase, four wire, with ground, 60 Hz. B. Contact information: MidAmerican Energy Company LaVene "Butch" Forbes Of ph #319-341-4423 1630 Lower Muscatine Road Customer Technician Cell # 319-330-0538 Iowa City, IA 52240 1pforbes@midamerican.com Fax 319-341-4490 L05 REGULATORYREQUIREMENTS: A. Conform to requirements of Utility Company. B. Conform to National Electric Code, current addition. PART 2 - PROD UCTS -NONE PART 3 - EXECUTION 3.01 INSTALLATION: A. Electrical Contractor shall install equipment and connect in accordance with utility company's requirements and electrical codes. B. The Contractor shall construct transformer pad. END OF SECTION T:\0339\0339-234-\Specifications\SPEG10001o\0339234-16400 Service & Distriburion.doc: 8/10/12 16400- 1 SECTION 16408 WEST LEVEE STORM WATER PUMP STATION CONTROL SYSTEMS PAR TI -GENERAL 1.01 SUMMARY: A. It is the intention that this specification shall cover a complete storm water pump station control system as hereinafter described and all necessary appurtenances which might normally be considered a part of the complete electrical system for this installation. All of the automatic control equipment shall be factory assembled, wired and tested and covered by complete electrical drawings and instructions. B. The control system shall be designed to provide proper automatic pump operations based on level controls and monitoring of all powered equipment on the site. Controls shall be as described in these specifications and accompanying drawings. 1.02 RELATED WORK: A. Section 09910 Coating Systems B. Section 11315 Axial Flow Pumps C. Section 11335 Catenary Bar Screen Equipment D. Section 11340 Mechanically Cleaned Heavy Duty Bar Screen E. Section 15450 Sluice Gates and Operators – —, F. Section 16050 Basic Electrical Materials and Methods G. Section 16158 Variable Frequency Motor Drives H. Section 16205 Standby Power Generation Systems ? C-1 1.03 IOWA CITY PROVISIONS & REQUIREMENTS: ` A. These specifications are intended to be in accordance with control requirements of the Owner as represented by the Iowa City Wastewater Division. The Owner intends to ensure that all user controls and communications equipment are consistent with all storm water pumping stations. B. The Owner acting by the Iowa City Wastewater Division, will supply a standard control package described herein to the Contractor. Requests for the standard control package shall be made at least 90 days before the desired delivery date. C. Owner will provide existing lift station control logic for use in the control system programming. 1.04 REGULATORYREQUIREMENTSAND STANDARDS. A. Install electrical work shall be done by a licensed electrician in accordance with the requirements of ANSI/NFPA 70 (National Electric Code), Code of Ordinances of the City of Iowa City, and requirements of the power supplier. 16408-1 B. Arc flash evaluation and labeling must be provided on all electrical components associated with the control cabinet by panel manufacturer, including but not limited to the main power disconnect, transfer switch and electrical components installed within the control cabinet. 1.05 SYSTEM COORDINATION. A. The equipment provided shall be a completely integrated automatic control and monitoring system consisting of the required automation and alarm monitoring equipment in a factory wired and tested assembly. The automatic control and alamr/monitoring system components shall be standard, cataloged, stocked products to assure immediately available sparelreplacement parts, proper system interconnections and reliable long term operation. B. All equipment and materials shall be subject to the Engineer's review and shall not be purchased or manufactured until the review is complete. C. The Controls Supplier shall have undivided responsibility for coordination of all the controls and preparation of the site specific electrical drawings for all the switchgear and powered equipment included in the pump structure and on the site to ensure the communications and compatibility. Controls Supplier shall prepare a complete set of schematic wiring diagrams, in CAD and PDF format, for all controls and electrical equipment included in the building and at the storm water pump station site. Contractor shall obtain from other suppliers and forward all information which is required to the controls supplier in a timely manner to minimize delays in the project work. D. The Supplier shall prepare detailed design information, procure, configure, install, start-up, make ready for use, the complete instrumentation's systems as indicated on the Plans and in each of these Specifications. These Specifications and drawings include descriptions of functional operation and performance, as well as standards, but do not necessarily enumerate detailed specifications for all components and devices that are essential for system operation. However, all components and devices shall be furnished and installed as required to provide complete and operable systems for accomplishing the functions and meeting the performance set herein. E. The system shall be installed by the Contractor complete and ready to operate, including all nt ressarygonnections to sources of electrical power, interconnection between field equipment and acicessories as specified or as recommended for best operation for the equipment famished. The hardware that is installed in the control and monitoring system shall be readily available. None of the hardware in the system shall be part of a discontinued line or classified as hardware that is on repair status only. The Supplier shall provide documentation verifying the continuing availability of the system hardware for full integration of the original hardware with future hardware imQrovements. All necessary mounting panels, stands, hangers and brackets shall be furnished and installed 'and shall comply with the relevant sections of the Specifications. F. The Supplier shall include in the bid allowance for factory -trained service personnel to supervise and install, adjust all the equipment until the system has been completely accepted. L06 QUALITYASSURANCE: A. The Supplier shall maintain quality in design and workmanship as well as materials used in manufacture of equipment supplied. All equipment supplied under this Contract shall be of new 16408-2 manufacture. B. The Supplier shall be a fain that is engaged in the manufacturing of process control systems. The system shall be in regular production with pre -designed hardware and software for process control systems. All workmanship and materials throughout shall be of the highest quality. The control panel shall be the product of a supplier who has been actively engaged in research, development and has supplied proven field installations of complete sewage or storm water pumping systems for not less than five (5) years. A list of ten (10) separate pumping systems shall be provided on request. C. System shall be a standard system. Custom one of -a -kind application software and customized hardware components will not be accepted. A standard system is defined as one which is available, at time of bid, with fully tested hardware and software, full documentation, and prepared training classes such that no development must be done beyond system configuration. 1.07 ACCEPTABLE CONTROLS FABRICATORS OR SUPPLIERS. A. Only approved control panel fabricators or suppliers shall supply equipment required under this contract. Equipment specifications for this project are based on control panels constructed and/or supplied by Allied Systems, Inc., Des Moines or Jetco, Inc, Altoona, IA or ESCO, Marion_, IA or a pre -approved equal. B. Substitutions will be considered in accordance with the provisions of Section 00100 and the General Conditions. 1.08 SUBMITTALS. A. Submit five copies (5) of a complete package of shop drawings within 60 days of notice to ., proceed. Shop drawings shall be submitted for approval for all equipment herein specified -.-The Shop drawings submittal shall include a Document List. An Order Specification shall be included which shall describe in detail, the major functionality of the equipment being provided as well as components used detailed down to major component level. Partial submittals, inhibiting a complete review of a particular system, may be returned without action for re -submittal. B. Submit bills of material: Include a numbered list of all components, with manufacturer's name, catalog number, rating and other identification. Place item number, or similar identification, on all other drawings where item appears. C. Mark shop drawings and catalog data submitted, showing only items applicable to specific contract. Manufacturer's wiring diagrams that are not job -specific (standard drawings with options crossed out, etc.) are not acceptable. D. Where additions and modifications are made to existing equipment, provide drawings that include both retained existing equipment and new work. E. Electrical drawings shall include: 1. System one -line diagram, indicating all power, protective, control and indicating devices in the scheme. Indicate voltages, phase, currents, horsepower, etc. Drawing shall contain designations referencing to locations on physical drawings. 2. Schematic elementary wiring diagrams, indicating all internal/external 16408-3 components, terminal and wire designations with wire numbering for each starter, control panel or piece of equipment contained in project. Drawings shall utilize NEMA (National Equipment Manufactures Association) and J.I.C. (Joint Industrial Counsel) standard symbols and formats. 3. Relay and metering diagrams. 4. Drawings showing all local and remote devices associated with each item. 5. Control panel layout plans. 6. The wiring diagram requirement applies to all field mounted instrumentation and control equipment. Interconnection details shall be shown for all field mounted instrumentation. F. Provide a Description of Operation detailing the operation of the complete system, including the control and alarm handling. The control supplier shall furnish three (3) O&M Manuals including all as -built documentation to the owner on completion of project. G. Submit controls system panel layout drawings. Each panel shall be provided with a job -specific wiring diagram, parts list, enclosure inner and outer door layout, and enclosure dimension d( wing. - H. Mechanicaland electrical drawings reflecting "As Built" conditions of the equipment must be submitted prior to final acceptance of the project. Provide three (3) copies of the O&M Manuals including alY "as built" documentation to the owner on completion of project. The installation shall not be considered complete until these drawings are satisfactory to the City. As -built drawings forthe control panel are the responsibility of the control panel supplier. As -built drawings for ' equipment in the lift station wet well and valve vault are the responsibility of the Contractor and Engineer. 1.09 WARRANTY. A. The complete system shall be guaranteed by the controls system manufacturer against defects in material and workmanship for a period of two (2) years from the date of Owner acceptance of the improvement to the effect that any defective equipment shall be repaired or replaced without cost or obligation to the Owner. 1.10 SERVICES. A. The controls manufacturer shall provide a service department available 24 hours a day, capable of servicing the control system and which can be called at no expense to the Owner. The service department shall be located not more than 150 miles from the City of Iowa City. B. The supplier of the control systems shall provide a factory -tested as complete assembled system. The supplier shall give the Engineer a minimum of 4 weeks notification prior to test. C. The controls supplier shall provide field services for a minimum of eight (8) hours for an initial pre -start-up testing of the electrical and control systems at least 1 16408-4 week before the official complete system start. The purpose of this test is to verify all control equipment, field instruments or devices were installed and connected correctly, report to the Contractor and to make the official start-up more efficient for everyone on the design and construction team. D. The controls supplier shall provide a minimum of eight (8) hours of start up services and operator training to the Owner's representative on the project site. E. Not before 120 days after start-up or after 180 days, the control supplier shall provide a follow through visit to answer any questions which the Owner's operating personnel may have and to confirm proper system operation. PART 2 - PRODUCTS 2.01 GENERAL PRODUCT SPECIFICATIONS: _ .1 A. All products shall be UL and NEMA rated. CID 2.02 SEQUENCE of OPERATIONS: A. Normal Automatic Oneradn2 Conditions. Normal Automatic Operating Conditions for both Levee Pump Stations should be maintained regardless of river water level conditions and the rate of interior storm water runoff passing through the pump station from the dry side of the levee. The pump station control system shall monitor the water levels of the river and interior (upstream) storm water level to the station to activate and operate each component of the station as required to convey runoff from the dry side of the levee to the river and prevent backflow of water from the river to the dry side. The control system shall also function monitor the status and condition all equipment in the pump station. B. The status of all major equipment under Normal Automatic Operating Conditions should be as follows. 1. Commercial power should be supplied by MidAmerican Energy. 2. Control panel PLC should be communicating status to City of Iowa City South Waste Water Treatment Plant. 3. All storm water pump motor control switches should be in AUTO position with On/Off and pumping rate control by the water level in pump sump and the control system. 4. Trash bar screen cleaning mechanism control switch in AUTO position with On/Off control by the differential between water levels in the pump sump and screen channel. 5. The pump station gate should be stationery in closed position with switches in AUTO position when the river stage is below the pump station activation level. This gate should automatically open and remain in that position when the river stage becomes higher than the pump station activation level. 6. The bypass gate should be stationery in open position with switches in AUTO position when 16408-5 the river stage is below the pump station activation level. This gate should automatically close and remain in that position when the river stage is higher than the pump station activation level. 7. The input to control the pump station and bypass gates should be by level monitoring in the bypass chamber and the control system. C. Emereency Power Supply Conditions. Should be the same as Normal Automatic Operating Conditions except electrical power should be supplied by the emergency generator system. 2.03 EQUIPMENT CONTROLS. A. Storm Water Pump Control System. 1. The large storm water pumps in the flood control pump station shall be automatically controlled by the Primary Process Controller (PPC) and pump sump water level. Water level in the pump sump shall be measured by a submersible water level transducer downstream of the trash rack called LS -3. The transducer shall transmit a 4-20 mA DC signal to the PPC. 2. Each pump shall have a variable speed motor drive (VFD) located in the control building and controlled by the PPC. The speed of the pump shall be controlled by this system of controls to maintain a maximum upstream water level. A minimum pump rotation speed/flow rate shall be established based on performance criteria for the pump provided by the pump manufacturer through shop drawings. 3. A float switch shall be used as the "LOW -LOW" emergency pump shutoff for both pumps. C') 4, - The system shall be capable of performing full pump operations, with alarm and status _ C communication by telephone modem. 5. The Hand -Off -Auto selector switches for each pump should bypass the automatic control system for manual operation and maintenance. The normal operating position for these switches should be Auto. 6: If the pump fails to ran when required to do so within an adjustable time period, an alarm shall C -,be indicated and the condition displayed on the operator interface panel. Control information for monitoring and recording the pump running time should be provided at the PPC. B. Trash Bar Screen Control System. 1. The mechanically cleaned heavy duty bar screen (Duperon or equal) requires a control system incorporated into the control panel and a VFD located in the control building. The trash rack shall have a manual and automatic control mode of operation. 2. The catenary bar screen (E & I Corporation or equal) requires a control system incorporated into the control panel. The trash rack shall have a manual and automatic control mode of operation. 3. Both an upstream and downstream water level measuring devices shall be provided for automatic operation of the trash bar screen while in the automatic mode of operation. The PPC (Primary Process Controller) and level control system shall measure head loss 16408-6 through the trash bar screen to start and stop the machine. A minimum run time shall be provided in the PPC for setting a minimum operational duration per cycle. The minimum cycle time should allow for the chain to make at least one complete cycle. Controls shall be included to give the capability to exercise the rake at least 2 times a day to prevent a build up of debris and keep the machine components limber. 3. Regardless of the equipment selected, the control panel shall be capable of transmitting bar screen status to and processing operational commands from the remote location. The trash bar screen operation alarms shall be monitored by the PPC. C. Slide Gate ControL Slide gates are equipped with electric open -close operators to control the water flow direction through the pump structure. The electric gate operators should usually function with auto control from the PPC to open or close the gates. If necessary, the Owner's staff may operate the gates from a local control at the gate or local control on the CNTRL padel or a. remote location. The gate position indicators shall transmit a signal to the PPC for local at>d ; remote monitoring. 2.04 CONTROLS ENCLOSURE. A. The controls enclosure (CNTRL) shall be a NEMA 12 (indoor rated) and be of suitable size to house all required components plus 15% additional space to accommodate future additions; Enclosure shall be fabricated from 14 -gauge steel material. Inner panel shall be made of 12 -gauge steel and shall be painted white. B. Circuit breakers, lights, displays, keys and switches required to control equipment served by this panel shall be mounted on or through the door so that all the components normally actuated by Operating Personnel are accessible without opening the door. Door material shall be corrosion resistant and shall have rods to hold the doors open at 90 degrees from closed position. C. Provide a motor starter for the Catenary Bar Screen, Section 11335 (if it is selected) with proper overloads, NEC sized and rated for 2HP, 480 volt 3 phase power supply. D. If Mechanically Cleaned Heavy Duty Bar Screen, Section 11340 is selected, a VFD shall be provided by the screen supplier and installed by the contractor outside the controls enclosure. The VFD shall be compatible to a''/� HP, 480 volt 3 phase power motor. F. Main enclosure shall be equipped with vents, fans, heaters and/or other equipment to maintain normal operating temperatures for all interior equipment. G. Provide 12 inch painted steel leg kit to place enclosure above floor to accommodate conduit from below and establish correct height for vision panel. H. All mechanical and electrical components must be free from excessive heat, vibration and noise. L Provide control cabinet interior service light shall be a fluorescent strip light. 2.05 LEVEE PUMP STATIONS SUPERVISORY CONTROL SYSTEM.• A. The Contractor shall install a supervisory control system which will allow the Owner to 16408-7 monitor and control both pumping stations operation with alarms, equipment status and remote controls by communication with telephone modems. B. The Owner, acting through the Wastewater Division, shall purchase the supervisory control system hardware described under paragraph 2.05 C, assemble the package and furnish it to the Contractor assembled on a 24" x 24" steel backplane. The Contractor shall make all connections of field devices and equipment to designated terminals. C. The Contractor is not required to reimburse the City for the costs of the materials furnished by the Owner. The Owner will make an internal transfer of funds. D. The Owner provided supervisory control system equipment shall include: 1. Primary Process Controller (PPC) which shall have the ability to control all pumps at variable independent set points, indicate water levels, control trash racks and gates totalize flow and have data output capability. The PPC shall be an Allen Bradley CompactLogix controller system with these components: a. 1769-L32 Standard CompactLogix Controller b. 1769-PA4 Compact 1/0 expansion power supply c. 1769-1174 Analog 1/0 d. 1769-OW8 8 point relay output module e. 1769-IA16 16 point AC input module f. 1784-CF64 Compact Flash memory card g. 2711 C-T4T C400 Panelview operator interface i. Sola DIN rail mounted 24 volt power supply j. A -B 1492 CD8 wiring terminals k. A -B 700 HB33A1 relays and bases c -i 1. A -B 1492 GH 100 Circuit Breaker- L531 in. Pc -B 9300-RADES Remote Access Dial -In Serial Modem 2 A Primary Operator Interface for the pump station with the Allen-Bradley Rockwell Panelview Component 400 Display Terminal PVC400 with keypad operator interface for screen navigation and data entry. A set of screens possibly including the following will be provided: 3. Relays with integral indicator flag or light, AB model # 700 hb 33A1 - 3 pole blade Type socket with contacts for: pump operation, panel indicator lights, and terminal strip connection to microprocessor as necessary for operation, including: 1. common alarm relay 2. pump 1 run 3. pump 2 run 4. redundant pump 5. modem reset 6. screen operation as required by screen operation manual E. The Owner will provide a copy of the pump station control logic for Contractor's use in the control system setup. This program will include a copy of ladder logic, using Rockwell RSLogix 5000 16408-8 Main menu Alarms Pump 2 Data 'Water level indicators Alarm history Configure screen ' Pump set -points Pump 1 Data Gate positions Screen Control 3. Relays with integral indicator flag or light, AB model # 700 hb 33A1 - 3 pole blade Type socket with contacts for: pump operation, panel indicator lights, and terminal strip connection to microprocessor as necessary for operation, including: 1. common alarm relay 2. pump 1 run 3. pump 2 run 4. redundant pump 5. modem reset 6. screen operation as required by screen operation manual E. The Owner will provide a copy of the pump station control logic for Contractor's use in the control system setup. This program will include a copy of ladder logic, using Rockwell RSLogix 5000 16408-8 software and Rockwell Panelview Component for the Panelview PVC 400. It can be furnished by Email or CD to the bidders and successful contractor, at no cost, upon request. F. The screen manufacturer shall provide a written description of operation to aid the preparation of control integration and programming by the owner. The manufacturer shall also provide wiring diagrams and electrical schematics of all control equipment provided by the manufacturer. G. The panel view, lights and hand switches shall be mounted on the front of the CNTRL without exposing the internal wiring and components to the elements. The panel view unit shall be placed near the top as close to normal eye level as possible. H. This equipment shall be mounted on the face of the CNTRL: J a. Allen Bradley Panelview Component 400 operator interface. b. Hand/Off/Auto selector switches for both pumps. C. Open/Auto/Close selector switches with spring return to center for both gates. r d. Hand/Off/Auto selector switch for Catenary trash rack (if nrovided). e. Float alarm test switch, momentary contact with smine return. —+ see paragraph 2.05 I next I. Provide panel mounted indicator lights, AB 80OI-L NEMA type 13, oil -tight, size 13/16 with appropriate nameplate labels. EQUIPMENT or LOCATION OPERATION or STATUS LIGHT COLOR Pump #1 or west unit Operating Green Pump #2 or east unit Operating Green Pump Station Gate Open Green Closed Amber Between O en & Closed Both Green & Amber Bypass Gate Oen Green Closed Amber Between Open & Closed Both Green and Amber Bar Screen Rake Forward Rake Travel Green VFD Fault Amber Motor High Temperature Amber Common Alarm Red J. Provide operator interface switches, AB 800H NEMA type 13, oil -tight 13/16". a. Hand -Off -Auto switches for each pump. 3 position maintained. b. Test switch for alarm condition simulation. 2 position spring return C. Open -Auto -Close switches for each gate. 3 position spring return to Auto d. Hand -Off -Auto switches for bar screen rake. 3 position maintained. 2.06 SUBMERSIBLE PRESSUREIWATER LEVEL TRANSDUCERS. A. Contractor shall furnish and install six (6) water level pressure transducers; three for each Levee Pump Station as indicated on the drawings and listed below. Provide Danfoss/MJK pressure transducers model 2100 submersible water level sensors to indicate the liquid levels. Range shall be 0 to 30 feet. Provide stainless steel mounting brackets, hardware and 40 feet of cable. 16408-9 Name Location Purpose LS -1 Bypass Chamber Measures water level of River to control open and close operation of the bypass and pump station gates LS -2 Upstream of trash Measures water level upstream of trash rack; provides bar screen water level data for monitoring trash rack obstructions LS -3 Downstream of trash Measures water level in pumping chamber; provides bar screen primary water level data to control pump operations; assists with monitoring obstructions in trash rack 2.07 REDUNDANT WATER LEVEL CONTROL SYSTEM. A. Provide redundant water level float switch: 1. Lo -Lo - level redundant float and relay to shut pumps off located in the pump sump. B. Float switch shall be Anchor Scientific type S, or approved equal, Roto -Float, single pole, double throw switches. Each float shall have molded polyethylene body, internal redundant polyurethane foam flotation, potted switch and cable connections and 40 feet of fine -stranded AWG # 18 cable with heavy-duty synthetic rubber jacket in lengths as required to extend without splices to the redundant control system. C. The float shall be hung by its signal cables from a stainless steel cable hanger. This hanger may be a mulfipl�e.hook hanger for both the transducer and float. Z.OS TRANSD-CCER AND FLOAT SUPPORTS: -A. Provide Cooper B-line, or equivalent, fiberglass channels and connection plates with stainless steel 1Tardwaze to support all level transducer and float assembly components. Fiberglass channel shall be 1 5i8 inch x 15/8 inch size with length equal to full height of pump sump. Provide a 4 foot 1`aiig stainldss steel chain to attach to the cable hooks. The support assembly shall provide support apo allow installation and/or removal of the level transducer and float assembly components from the pump sump for maintenance without requiring entrance into the sump. See the photographs at the end of this section for assembly information. 2.09 COMMUNICATIONS SYSTEMSAND SERVICE. A. Provide telephone service for communications capability and connections via dial up modem. B. Provide model 3COM USR Sportster 56K or A -B 9300 RADLTT external serial Fax modem for data transmission of lift station equipment status, alarms and data to a remote location. Owner may provide a modem — see paragraph 2.05 C. C. Coordinate with utility company to provide telephone service with voice/data grade capability for use with dial-up modem. Telephone D -mark shall be on the exterior of the control building with pipe to the CNTRL. 16408-10 Z10 UNINTERRUPTIBLE POWER SUPPLY.• A. Provide an uninterruptible power supply (UPS), manufactured by APC, 1000 Watt size, for use in the event of a utility power failure. UPS can be located within the controls cabinet (CNTRL) or may be attached to a wall mounted shelf. UPS shall provide power to operate the equipment listed: Float Level Controls Supervisory Cabinet 120 Volt Control Powered Inputs pump 1 aux. from motor drive (pump 1 running) Pump sump to -lo level pump 2 aux. from motor (pump 2 running) pump 1 fault pump 2 fault pump 1 local or auto switch position pump 2 local or auto switch position pump sump low level float Contact Closure Outputs To pump 1 motor drive pump 2 motor drive spare low level float test pump station gate — full open or full closed. bypass gate — full open or full closed bar screen mechanism — switch in auto positi= ` bar screen mechanism — operating bar screen mechanism — failure to operate power outage — power failure w emergency generator operating low fuel tank level remote alarm modem 2.11 CONDUCTOR IDENTIFICATION: A. Label each wire at both termination points. Carry individual conductor or circuit identification throughout, with conductor numbers, circuit numbers or other identification clearly marked on terminal boards and printed on directory cards in distribution cabinets and panel boards. B. Identify each wire injunction boxes, cabinets and terminal boxes, by means of plastic -coated, permanent self-adhesive, machine printed wire marker. C. In cases similar to above where terminal boards are provided for the control, indicating and metering wires, identify all wires including motor leads and other power wires too large for connection to terminal boards, by wire markers. D. Identify control wire with voltage indication eq (24VDC), (120VAC) and with device and wire terminal number similar to these designations: 24VDC + 24VDC - 16408-11 Trans LS -1 Trans LS -1 120VAC 120VAC LI —Low Float Sig - Low Float 2.12 NAMEPLATES: A. All major components and sub -assemblies shall be identified as to function with laminated, engraved, screw -fastened, bakelite nameplates, or similar approved means. Install nameplates on all devices or pieces of equipment for which use or identification is not readily apparent, such as: breakers, starters, relays, contactors, pushbuttons, indicating lights and switches. Ensure position of nameplate is readable after equipment installation. Prior to manufacturing of nameplates, submit a list which indicates designations and position to Engineer and Owner for approval. 2.13 PAINTING: A. Metal surfaces must be prepared and primed with epoxy primer according to Steel Structures Painting Council (SSPC) Paint Application Specifications PA 1-64, no. 1 shop, field and maintenance painting; and Surface Preparation Specifications. B. All components in this Section should be completely finished in the factory and no field painting is anticipated. Contractor shall be responsible for compatibility of Manufacturer's shop coating and final finish if necessary. PART 3 - EXECUTION 3.01 INSPECTION, STORAGEAND PROTECTION.• A. The Contractor shall inspect all material, as it is received, to determine if parts are missing or damaged. It shall be the Contractor's responsibility to repair or replace damaged items in accordance with the manufacturer's instructions. B. The Contractor shall receive, store and protect the control cabinet and all components to keep them from damage. 3.02 GENERAL INSTALLATION. - A. Install electrical work in conformance with latest rules and requirements of National Fire Protection Association Standard No. 70 (National Electrical Code) and within the f64uirem7ts of Code of Ordinances of the City of Iowa City. B. X11 mechagical and electrical components must be free from excessive heat, vibration and noise. Performance testing shall be completed by the contractor or equipment supplier, at no cost to the Owner, to insure the specified operation. C. All equipment shall be installed in a neat and skillful manner by well qualified and experienced technicians. 3.03 CONTROLS ENCLOSURE INSTALLATION.• 16408-12 A. The controls enclosure (labeled CNTRL on the drawings) shall be delivered to the project site as a complete, stand alone unit, with all internal equipment, wiring, controls, fights and any other specified or unspecified components necessary for operation. B. Contractor shall schedule, coordinate, receive and install Owner famished control equipment. C. Install enclosure in accordance with manufacturer's instructions, all applicable electrical codes, requirements and regulations and as indicated. 3.04 TRANSDUCER AND FLOAT SWITCHINSTALLATION. A. The transducers and float switches shall be installed by the Contractor at elevations and locations approved by the Owner. B. The transducer, float switches and mounting hardware shall be installed following manufacturer's approved instructions and recommendations. 3.05 FIELD WIRING: A. Contractor will connect field wiring, including pump power cords, transducer wires, float wires, etc. to the appropriate terminals. Units shall be properly interfaced with the input and output devices. Include all required -related items for a complete installation. See Section 16050 Basic Electrical Materials and Methods. 3.06 ONSITE TECHNICAL ASSISTANCE.- A. SSISTANCE.A. The manufacturer/Controls Supplier shall famish the services of an authorized factofy representative who shall supervise and assist in and be responsible for the starting operating, adjusting and testing of all equipment at the site, and shall instruct Owner's personnel in the use*of the equipment. _ w B. The Controls Supplier's field technician shall be qualified with experience in the'installa-don and operation of the equipment offered by these specifications including these credentials: 1. Extremely knowledgeable on the specified control equipment. 2. A licensed Journeyman Electrician. 3. The field technician shall be prepared to repeat factory testing after field installation with field end elements. C. The Controls Supplier shall provide the services of a field technician for a total of one (1) trip for a total of not less than 8 hours on site for the purpose of instruction and assisting the Contractor's personnel in the assembly and installation of the equipment. D. The Controls Supplier start-up field technician shall be scheduled for an initial pre -start-up day of testing of the electrical and control systems at least 1 week before the official complete system start. After this pre -start-up testing, a report shall be submitted to the Engineer listing, if any, defective equipment found, time frames for replacement/additional testing. If system test is completed without issues the report shall state that the system is complete and operational and ready for the complete official start-up/training with the Owner/Engineer present. All possible efforts shall be made by the Controls Supplier to have the same field technician present for the official start-up/training as was present on the pre -start-up test. 16408-13 The Controls Supplier shall provide the services of a field technician for total of one (1) trip for a total of not less than eight (8) hours on site at the time of the pump station start up. The technician will participate in the start up and testing of the control system and all equipment in each pump station. The technician shall also provide training to the Owner's personnel in the proper operation and maintenance of the equipment. All training shall be at the storm water pump station site. Operator training shall include these services provided to Owner's operational personnel: 1. Overview of the system. 2. Equipment review and layout. 3. Hardware and software overview. 4. Electrical requirements. 5. Sequence of operation. 6. All monitoring and alarm conditions. 7. Safety interlock review. 8. Diagnostics and troubleshooting. 9. Final review of system manual. E. The Controls Supplier's representative(s) must be equipped and actively involved with field service and pump repair for the equipment supplied for this project. The supplier must provide the service truck, experienced workers, quick and convenient access to parts, supplies and repair shop. F. After each system has been installed, the manufacturer's representative shall demonstrate with simulated 1/0 the performance of each unit, and document that the system operates properly as specified. Monitoring signals shall register at all required locations and loop checks on all loops shall have been completed and tested. G. The Controls Supplier shall adjust all controls under actual operation. All settings and adjustments shall be witnessed and approved by the Owner. H. A start-up report provided by the Controls Supplier shall be completed and furnished to the Engineer and Owner before final acceptance of the pumping station. The report shall include a written certification that the equipment has been properly installed, adjusted and tested according to the specification. I. The Controls Supplier shall furnish the O&M Manuals to the Owner on completion of project. J. The Contractor shall provide maintenance of pumping station equipment until final acceptance by the .Owner: K. All alterations, additions and extra work necessary to rectify defects and/or to meet specifications shall be peifoined by the Contractor. These alterations, additions and extra work shall be made at no additional -expense to the Owner. L. $Tot before 120 days after or after 180 days following acceptance of the project the Controls Supplier will provide the service of a field technician for a total of one (1) trip for a total of not less than 8 hours on site for the purpose a follow through visit to answer any questions which the operating personnel may have and to confirm proper system operation. M. All onsite technical assistance herein described shall be at no additional expense to the Owner. END OF TEXT SECTION 16408-14 Add the pictures T:\0339\0339-234-\SpeciScations\SPEC-100%\0339234-16408 Controls.doc 11/6/12 16408-15 h� GJ y ' Ul 'z co Y W �J 16408-15 Secure wiring to fiberglass channel at several locations with corrosion resistant hardware. Secure wiring and floats to fiberglass channel to allow free movement of float switches. 16407-17 SECTION 16425 MAIN DISTRIBUTION PANELS PART 1- GENERAL 1.01 SECTIONINCLUDES: A. Main distribution panel -furnish and install the service entrance main distribution panel as herein specified and shown on the associated electrical drawings. 1.02 SUBMITTALS: A. Shop Drawings shall indicate: 1. Front and side enclosure elevations with overall dimensions shown. 2. Conduit entrance locations and requirements. 3. Nameplate legends. 4. One -line diagrams; equipment schedule, circuit breaker ratings and details. 5. Main distribution panel instrument details. L03 DELIVERY, STORAGE, AND HANDLING: A. Deliver, store, protect, and handle products in conformance with manufacturer's recommended practices as outlined in applicable Installation and Maintenance Manuals. PART 2 - PRODUCTS 2.01 MANUFACTURERS: A. Acceptable manufacturers: 1. Square D — Type "I -Line" _ 2. Engineer approved equivalent. 2.02 M411V DISTRIBUTIONPAIVEL – GENERAL: ' w A. Short circuit current rating: main distribution panels shall be rated with a minimum short Eircuit current rating as indicated on the drawings. B. Future Provisions: All unused spaces provided, unless otherwise specified, shall be fully equipped for future devices, including all appropriate connectors and mounting hardware. C. Enclosure: NEMA Type 1. 1. Sections shall be aligned front and rear. 2. Removable steel base channels (1.5 inch floor sills) shall be bolted to the frame to rigidly support the entire shipping section for moving on rollers and floor mounting. 3. The main distribution panel enclosure shall be painted on all exterior surfaces. The paint finish shall be a medium gray, ANSI #49, applied by the electro -deposition process over an iron phosphate pre-treatment. 4. All front covers shall be screw removable with a single tool and all doors shall be hinged with removable hinge pins. 5. Top and bottom conduit areas shall be clearly indicated on shop drawings. 16425-1- D. Nameplates: provide 1 inch high x 3 inches engraved laminated (Gravoply) nameplates for each device. Furnish black letters on a white background for all voltages. E. Bus composition: shall be plated aluminum. Plating shall be applied continuously to all bus work. The main distribution panel bussing shall be of sufficient cross-sectional area to meet UL Standard 891 temperature rise requirements. The phase and neutral through -bus shall have an ampacity as shown in the plans. For 4 -wire systems, the neutral shall be of equivalent ampacity as the phase bus bar. Tapered bus is not acceptable. Full provisions for the addition of future sections shall be provided. Bussing shall include all necessary hardware to accommodate splicing for future additions. F. Ground bus: sized per NFPA70 and UL 891 Tables 25.1 and 25.2 and shall extend the entire length of the main distribution panel. Provisions for the addition of future sections shall be provided. 2.03 MAINDLSTRIBUTIONPANEL - INCOAMVVG MAINSECTIONDEVICES: A. Main circuit breaker 1. Thermal/Magnetic trip molded case standard function 80% rated circuit breaker. 2.04 MAINDISTRIBUTIONPANEL - DISTRIBUTIONSECTIONDEVICES: A. Group mounted circuit breakers 1. Circuit breaker(s) shall be group mounted plug -on with mechanical restraint on a common pan or rail assembly. 2. Thermal magnetic molded case circuit breakers a. Molded case circuit breakers shall have integral thermal and instantaneous magnetic trip in each pole. b. Circuit protective devices shall be molded case circuit breaker(s). Circuit breaker(s) shall be standard interrupting. Ampere ratings shall be as shown on the drawings. PART 3 - EXECUTION 3.01 INSTALLATION. A. Install panel in accordance with manufacturer's written guidelines, the NEC, and local codes. 3.02 FIELD QUALITYCONTROL: A. Inspect completed Installation for physical damage, proper alignment, anchorage, and grounding. B. Measure, using a Megger, the insulation resistance of each bus section phase -to -phase and phase - to -ground for one minute each, at minimum test voltage of 1000 VDC; minimum acceptable value for insulation resistance is 1 megohms. NOTE: Refer to manufacturer's literature for specific testing procedures. M C. -heck tightness of accessible bolted bus joints using calibrated torque wrench per manufacturer's recommended torque values. 3.03 AD3(1ST NG. i A. 44ust alLoperating mechanisms for free mechanical movement per manufacturer's specifications. B. Tighten bolted bus connections In accordance with manufacturer's instructions. 16425-2- 3.04 CLEAAWVG. A. Touch up scratched or marred surfaces to match original finish. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-10001o\0339234-16425 Main Distribution Panels.doc: 8/10/12 16425-3- N U CJ d1 Ca rn 1C� In G� Q 3 � J 16425-3- SECTION 16450 w GROUNDING & BONDING. , PART I - GENERAL -' 1.01 SECTIONINCLUDES: C13 A. Grounding electrodes and conductors -� B. Ground grid C. System grounding: 1. Secondary service neutrals shall be grounded at the secondary disconnecting means. 2. Secondary neutral shall be grounded at engine -generator downstream from the service entrance. 3. Secondary neutrals shall be grounded at dry -type transformers. D. Bonding PART 2 - PRODUCTS 2.01 GROUNDING WIRES: A. Grounding wires shall be UL and NEC approved types, copper, insulated and color identified green, except where indicated otherwise. B. Wire size shall not be less than that indicated on the drawings and not less than required by the NEC. 2.02 GROUND RODS: A. Ground rods shall be copper or steel, 3/4" diameter x 10-0' long. 2.03 GROUNDING SYSTEM: A. Lighting fixtures, receptacles and fixed equipment shall be bonded and grounded in accordance with the National Electrical Code or as indicated. B. Ground for 120/208 and 277/480 volt systems shall be obtained by extending insulated ground conductor throughout the system from the service entrance point. Equipment ground conductors shall be sized in accordance with NEC. C. The maximum resistance of the grounding system shall not exceed 3 ohms under normally dry conditions. Reading shall be constant for at least 3 minutes. If this resistance is not obtained, additional ground rods shall be installed. 2.04 GROUND GRID: A. Install a ground grid which shall consist of three ground rods spaced 8-0" apart connected by 44/0 AWG ground wire Cadwelded to the ground rods. B. Extend the #4/0 AWG ground wire from the ground grid to the ground bus in the main distribution panel. 16450-1 Z05 GROUNDINGCONNECTIONSATBUILDING. A. Install a #4 AWG ground wire from the ground bus in the main distribution panel to the rebar in the building foundation. PART 3 - EXECUTION 3.01 INSTALLATION.• A. Grounding shall be in accordance with NEC and indicated in the Contract Documents. B. Metallic conduit: Metallic conduits which terminate without mechanical connection to a housing of electrical equipment by means of a locknut and bushing or adapters, shall be provided with grounding bushings. Bushings shall be connected with a bare equipment grounding conductor to the equipment ground bus. C. Connect the secondary service neutral to the ground bus in the service equipment. D. Separately derived systems (engine generator): ground the secondary neutral at the generator. Provide grounding electrode per NEC at generator. Provide a grounding electrode conductor from the transformer to the nearest grounding electrode or cold water pipe and a grounding conductor in primary feeder. E. Feeders: Install equipment grounding conductors with all feeders as indicated. F. Boxes, cabinets, enclosures and panelboards: 1. Bond the equipment grounding wives to each pull box, junction box, outlet box, cabinets and other enclosures through which the ground wires pass. 2. Provide lugs in each box and enclosure for equipment ground wire termination. 3. Provide ground bars in panelboards, bolted to the housing, with sufficient lugs for terminating the equipment ground wires. G. Motors and starters: 1. Provide lugs in motor terminal box and starter housing for equipment ground wire termination. 2. Make equipment ground wire connections to ground bus in motor control centers. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-10001o\0339234-16450 Grounding & bonding.doc 11/6/12 c-+ e-+ 16450-2 SECTION 16461 DRY TYPE TRANSFORMERS PART 1- GENERAL 1.01 SECTIONINCLUDES. A. Dry Type Transformers. L02 SUBMITTALS: A. Submittal data shall include dimensions, electrical characteristics, KVA and sound ratings, and other descriptive data necessary to fully describe the transformers. 1.03 STANDARDS AND CODES.- A. ODES.A. Transformers shall be UL listed for specified temperature rise. PART 2 - PRODUCTS 2.01 MANUFACTURERS: o A. Acceptable manufacturers: n 1. Square D o 2. Engineer approved equivalent B. Transformer based upon Square D Sorgel Watchdog." ca 2.02 MATERMLS: = w A. Transformers shall be provided with KVA ratings, electrical characteristics and tap arrangement. 1. Three phase transformers shall be 480 volt delta primary and 120/208 volt, wye secondary. Transformers 15 KVA and larger shall have a minimum of six 2-1/2% full capacity primary taps. 2. All transformers shall be 115°C. temperature rise above 40°C. ambient, 115°C. rise transformers shall be capable of carrying 15% continuous overload without exceeding a 150°C. rise in a 40°C. ambient. Insulating materials shall be in accordance with NEMA ST20 standards for a 220°C. UL component recognized insulation system. 3. Transformer coils shall be copper. 4 Transformers 15 KVA and larger shall be in heavy gauge sheet steel, ventilated enclosure. The ventilating openings shall be designed to prevent accidental access to live parts in accordance with UL, NEMA, and ANSI Standards for ventilated enclosures. Transformers smaller than 15 kVA may be non -ventilated. Transformers through 15 KVA single phase, and 15 KVA three phase shall be designed so they can be either floor or wall mounted. Above these ratings they shall be floor mounted design or suspended. 5. The entire transformer enclosures shall be degreased, cleaned, phosphatized, primed, and finished with grey, baked enamel. 6. The maximum temperature of the top of the enclosure shall not exceed 35°C. rise above a 40° C. ambient. 7. The core of the transformer shall be grounded to the enclosure by means of a flexible grounding conductor sized in accordance with applicable NEMA and NEC Standards. 16461-1 8. Sound levels shall be certified by the manufacturer not to exceed the following when tested per NEMA and ANSI Standards: a. 0 to 9 KVA - 40 dB at 5-0". b. 10 to 50 KVA- 45 dB at 5-0". c. 51 to 150 KVA-50 Db at 5-0". PART 3 - EXECUTION 3.01 RUTALLATION.- Make conduit connections with not less than 24" length of flexible conduit. All connections to transformers shall be through the lower portion of the enclosure sidewall. B. Mount floor mounted transformers on rubber -in -shear vibration isolators. Suspend ceiling suspended transformers from structure with 1/2" steel rods with rubber -in -shear vibration isolators. Install 1 inch thick neoprene and cork vibration isolation pad between transformer and walls, for wall mounted transformers. C. Provide 4" high concrete pads for all floor mounted transformers in all locations. D. Set floor and ceiling mounted transformers no less than 6" from rear and side wall surfaces for air ventilation space. E. 90° C. wire shall be used for connection to all dry -type transformers. END OF SECTION T:\0339\0339-234-\Specifications\SPEC-10001o\0339234-1646IDzy Type Transforiners.doc: 8/10/12 16461-2 [" J 16461-2 SECTION 16510 LIGHTING FIXTURES & LAMPS PAR TI -GENERAL 1.01 SECTIONINCLUDES. A. Lighting fixtures, ballasts, and lamps 1.02 SUBMITTALS: A. Submit catalog cuts of all lighting fixtures showing cuts and photometric data properly identified for approval before construction. B. Submit catalog cuts of all ballasts and lamps. L03 STANDARDSAND CODES. A. The following standards and codes apply: 1. NEC Article 410 and UL Listings PART 2 - PRODUCTS 2.01 LIGHTING EQUIPMENT.- A. Lighting equipment shall be as scheduled and as specified or Engineer approvesi_egnivalent. Engineer's decision shall be final as to all substitute fixtures. B. For all fluorescent equipment, unless otherwise noted, shall be equipped with harmonicCy filtered electronic ballast by UNIVERSAL or ADVANCE. — 2.02 LAMPS. A. All fluorescent lamps shall be the energy saving type and 4100° K unless noted otherwise: 1.48" lamps - GENERAL ELECTRIC F32178 or equivalent. B. Provide lamps for all fixtures as scheduled. C. Metal halide lamps shall be clear, protected type, 3000° K unless otherwise noted 2.03 0VEREAD AREA LIGHT. A. Provide area lighting for security at lift station site where indicated: 1. All electric service wiring shall be direct buried. 2. Mounting height of light shall be 18 feet above adjacent ground. 3. Light shall be mounted on a minimum 25 foot long, wood pole rated for normal use. 4. Provide separate breaker and switch for pole light. PART 3 - EXECUTION 30.1 INSTALLATION.• A. Install per Manufacturer's recommendations. B. Install lamps in all fixtures. END OF SECTION T:\0339\0339-234-\SpeciScations%PEG1000/o\033923416510 Lighting.doc 16510-1- 204 LIGHTING FIXTURE SCHEDULE 16510-2- - Manufacturer Product description or Symbol �- Lamp`s Application / specifications / features and Type part number Mounting Voltage 2 lamp 48" industrial interior open FB 2-F32fF8 fluorescent fixture, wraparound lens, Day -Brite; OWN OWN232-UNV-1/2- STEM 120 electronic ballast; suitable for damp Narrow EB locations; housing shall be corrosion Wraparound resistant Exterior, low profile, wall mounted Day -Brite; WLP WLP40WLU-BK WL 40W LED light controlled by a switch, no photo LED medium WALL 120 control glass, low profile wall pack 150W high Exterior overhead security lighting Day -Brite; UDD LTDD150S12-LP SL pressure Pole 120 sodium FMounting Legend; S- surface; R -recessed; W -wall mounted; SP -suspended; Pole- mounted overhead on pole 16510-2- Ply, 5e coa) Prepared by: Jason Reichart, Special Projects Engineer, 410 E. Washington St., Iowa City, IA 52240.(319)356-5416 RESOLUTION NO. 13-51 RESOLUTION SETTING A PUBLIC HEARING ON MARCH 5, 2013 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WEST SIDE LEVEE PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the West Side Levee account # 3961. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 5th day of March, 2013, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this loth day of February 20 13 AR ME Approved by ATTEST: CITY)CLERK City Attorney's Office pmngwasters\setph.d oc 1/17 Resolution No. Page 2 It was moved by Payne and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE WEST SIDE LEVEE PROJECT CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the West Side Levee Project in said city at 7:00 p.m. on the Sth day of March, 2013, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. The West Side Levee Project is funded by Community Development Block Grant (CDBG) funds received through the Iowa Economic Development Authority (IEDA). The legislation providing the disaster recovery funding is the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of 2009 (Pub. L. 110-329). Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK ADVERTISEMENT FOR BIDS WEST SIDE LEVEE PROJECT CITY OF IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. local time on the 2nd day of April, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids — - ------ -- -------submitted-by-fax machine -shall -not -be— deemed -a .'sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 p.m. on the 9d' day of April, 2013, or at special meeting called for that purpose. The West Side Levee Project is funded by Community Development Block Grant (CDBG) funds received through the Iowa Economic Development Authority (IEDA). The legislation providing the disaster recovery funding is the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of 2009 (Pub. L. 110-329). Community Development Block Grant (CDBG) funds received through the Iowa Economic Development Authority (IEDA). The legislation providing the disaster recovery funding is the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of 2009 (Pub. L. 110-329). The Project will involve the following: Permanent flood mitigation measures along the western bank of the Iowa River from the CRANDIC Railroad Bridge to McCollister Boulevard including; construction of an earthen levee approximately 3000 linear feet in length, riverbank stabilization, and the construction of new storm sewer and two storm water pumping stations. There will be a Site Visit and Pre -Bid conference on Wednesday, March 13, 2013 at 9:30 a.m. local time, at Iowa City Municipal Airport located at 1801 South_ Riverside Dr., Iowa City, Iowa 52240. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed. envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a AF -1 surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to --- -----exceed-fifteen-(15) calendar -days -following award— -- --- -------- of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: November 15, 2014 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Engineering Division, City of Iowa City, 410 E. Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $60 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). AF -2 The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive -- _ —technicalities_and_irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 RESOLUTION NO. 13-71 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE WEST SIDE LEVEE PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the West Side Levee account # 3961. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY. IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 2nd day of April, 2013. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 9t" day of April, 2013, or at a special meeting called for that purpose. Passed and approved this 5th day of March , 20__. MAYOR Approved by ��? 1 ATTEST: �lDAiirs�i iCl1l�1/ CITTT CLERK City Attorney's Office pwengtrnasterstresappp&s.doc 2113 Resolution No. Page 2 It was moved by Dobyns and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton i PUBLIC NOTICE OF STORM WATER DISCHARGE The City of Iowa City, Iowa, plans to submit a Notice of Intent to the Iowa Department of Natural Resources to be covered under the NPDES General Permit No. 2 Storm Water Discharge Associated with Industrial Activity for Construction Activities. The storm water discharge will be from the construction of the West Side Levee Project located in the SW % Section 22, Township 79 North, Range 6 West, Johnson County, Iowa. Storm water will be discharged from a single source and will be discharged to the following streams: Iowa River. Comments may be submitted to the Storm Water Coordinator, IOWA DEPARTMENT OF NATURAL RESOURCES, Environmental Protection Division, 502 E. 9th Street, Des Moines, IA 50319-0034. The public may review the Notice of Intent from 8 a.m. to 4:30 p.m., Monday through Friday, at the above address after it has been received by the department. West Side Levee Project Public Notice of Storm Water Discharge Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 -. T being duly sworn, say that I all, the legal clerk of the IOWA CITY •PRESS-CITIZEN,a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following date(,): Ffse QL4AQ't Zii �� Legal erk Subscribed and sworn to of a me this 9(1— day of D. 20-L3—. Nota r Public •1 LINDA KROTZ ;? commission Number 732619 • My commissionEx0fts Xi Janualy 27,2014. cost for the cocyP�o fact In said West Side Leveeay 01 city at 7:00 P•^'• on the �ngdto be March, 2013, saki m . a,vaj Hall in held In the Em 410 EH Washington the City 01' f said maetmg Street In said city, is cancelled, at the nex meehng of the City Council thereafter as post- ed by the City Clerk. ect Is The West Side Leves Munity funded by ment Block Grant (CDBG) Develop the Iowa funds received throughKy Economic Dere loPr!! Provldng (IEDA). funding is the the disaster recovery . Disaster Consolidated Seouand r11 Continuing Assistance, Appropriations Act of 2009 (Pub. 110-329)1ans, specifications, form Said pst of now On file anahesorfficeeof thetCity are Clerk in the City Hall in ted City - Clerk Iowa, and may be Inspect by a interested Persons. Any interested persons may appear at said meeting of the City Council for the purpose of making nd cOm objectionsments con - Plans, specifications, cerning said contract or the cost of making said improvement. luso This notice is g by order of of Iowa the City Council of the City law. City, Iowa and as provided by MARIAN K. KARR, CIN CLERK ,Fypy,ezn February 26, 2013 ADVERTISEMENT FOR BIDS WEST SIDE LEVEE PROJECT CITY OF IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 p.m. local time on the 2 n day of April, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 p.m. on the 91h day of April, 2013, or at special meeting called for that purpose. The West Side Levee Project is funded by Community Development Block Grant (CDBG) funds received through the Iowa Economic Development Authority (IEDA). The legislation providing the disaster recovery funding is the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of'2009 (Pub. L. 110-329).Community Development Block Grant (CDBG) funds received through the Iowa Economic Development Authority (IEDA). The legislation providing the disaster recovery funding is the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of 2009 (Pub. L. 110-329). The Project will involve the following: Permanent flood mitigation measures along the western bank of the Iowa River from the CRANDIC Railroad Bridge to McCollister Boulevard including; construction of an earthen levee approximately 3000 linear feet in length, riverbank stabilization, and the construction of new storm sewer and two storm water pumping stations. There will be a Site Visit and Pre -Bid conference on Wednesday, March 13, 2013 at 9:30 a.m. local time, at Iowa City Municipal Airport located at 1801 South Riverside Dr., Iowa City, Iowa 52240. All work is to be done in strict compliance with the plans and specifications prepared by MMS Consultants, Inc., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed. envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a AF -1 surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: November 15, 2014 Liquidated Damages: $500.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Engineering Division, City of Iowa City, 410 E. Washington Street, Iowa City, Iowa 52240, by bona fide bidders. A $60 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). AF -2 The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quanti- ties, unit prices and extended dollar amounts., By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 March 26, 2013 Re: West Side Levee — CRANDIC RR to McCollister BLVD Project Addendum #1 To Whom It May Concern, 1..IAll u'� CITY OF IOWA CITY 410 East Washington Street Iowa City. Iowa 52240.1826 (319) 356-5000 (319) 356-501 www.Icgov.org . Please find the following enclosed documents for the West Side Levee — CRANDIC RR to McCollister BLVD Project Addendum #1: 1. Addendum #1 2. Form of Proposal (Addendum #1) - PURPLE 3. Federal Wage Rate General Decision Number IA130001 (HEAVY IA1) 4. Table 1.06A (Section 11315 — Vertical Axial Flow Pumps and Motors) 5. Transducer and Float Attachment System Photos Sealed proposals must be received on the PURPLE Form of Proposal by the City Clerk by 2:30 p.m. local time on April 2, 2013. Proposals will be acted upon by the City Council at its next scheduled meeting on April 9, 2013. If you have any questions please contact Jason Reichart at mason-reicharto-iowa-citv.org or (319) 356-5416. Sincerely, Jason Reichart Special Projects Engineer Enclosures (4): Addendum #1 Form of Proposal Federal Wage Rate Form Table 1.06A Transducer and Float Attachment System Photos ADDENDUM NO. 1 March 26, 2013 WEST SIDE LEVEE CRANDIC RAILROAD TO MCCOLLISTER BLVD PROJECT IOWA CITY, IOWA The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. APPLICABLE TO THE SPECIFICATIONS 1. FORM OF PROPOSAL DELETE the following bid items, units, and estimated quantities: ITEM DESCRIPTION UNIT ESTIMATED QUANTITY 5. CLEARING AND GRUBBING, LS 1 LEVEE CONSTRUCTION SITE BIDDERS MUST USE THE NEW BID FORM THAT IS ATTACHED TO THIS ADDENDUM WHEN SUBMITTING A BID. 2. FORM OF AGREEMENT ADD the Federal Wage Rate General Decision Number IA130001 (HEAVY IA1), attached and incorporated herein, to the bidding documents. ADD the following paragraph to the Form of Agreement: 5. The Contractor shall adhere and follow all the requirements set forth in the Community Developments Block Grant guidelines outlined in the Federal Labor Standards Provisions, CDBG Required Contract Language, and the CDBG Special Conditions. 3. SECTION 01025 —MEASUREMENT AND PAYMENT DELETE the following bid items and descriptions: 5. CLEARING AND GRUBBING, LEVEE CONSTRUCTION SITE ADD -1 � ► � �[���3iZe317�'�y�\►tl�Yy:1�11Jf� ADD the following paragraph to Section 3.03 — COORDINATION WITH UTILITIES AND RAILROADS D. Both the CITY and the Railroads shall be notified not less than twenty four (24) hours prior to the start of any activities conducted within the railroad right of way. If necessary for the safe completion of any activities within the right of way, as determined in the Railroad's sole discretion, a flag person shall be present. The CITY shall be responsible for all costs associated with flagging. 5. SECTION 02100 —SITE PREPARATION ADD the following paragraph to Part 3 - Execution: 3.05.A Safety fence shall be installed at commencement of construction and shall remain in place and in good repair until stabilization of the disturbed surfaces has been achieved. Safety fence material shall be as specified in IDOT Standard Specification Section 4188.03. 6. SECTION 03300 CAST -IN-PLACE CONCRETE MODIFY Paragraph 3.07.A to read: The Sontraeter City of Iowa City shall pay for the tests required as follows: 7. SECTION 11315 —VERTICAL AXIAL FLOW PUMPS AND MOTORS DELETE Table 1.06 in its entirety and REPLACE with Table 1.06A attached and incorporated herein. ADD the following paragraph to Section 2.01 — Pumps J. Provide one set of the following spare parts for each pump model supplied; top and bottom case bearings, and stuffing box bearing, packing and gasket. 8. SECTION 16158 —VARIABLE FREQUENCY MOTOR DRIVES ADD the following paragraph to Part 2 — Products 2.04.A The Contractor shall provide two rain hoods for each VFD unit fabricated of aluminum and sized to match the dimensions of the VFD units and building construction. Each rain hood shall include a removable bug screen. ADD the following paragraph to Section 3.03 — Installation INCH B. The Contractor shall install fabricated rain hoods and screens in a manner that provides optimum circulation of air for cooling the VFD units and in a leak proof manner. 9. SECTION 16408 — WEST LEVEE STORM WATER PUMP STATION CONTROL SYSTEMS ADD the attached photographs of the transducer and float attachment system to Part 3 — Execution. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. 60CHICIG ��Zze:� Ronald L. Amelori P.E. Project Engineer Iowa Reg. No. 14201 ADD -3 DATE: FORM OF PROPOSAL WEST SIDE LEVEE — CRANDIC RR to McCOLLISTER BLVD PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. THIS FORM OF PROPOSAL INCORPORATES CHANGES TO THE CONTRACT DOCUMENTS MADE IN ADDENDUM 1. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of _, in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda 1, , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization LS 2. PCC Pavement Removal SY 2,099 $ $ 3. ACC Pavement Removal SY 211 $ $ 4. Gravel Removal SY 4,225 $ $, 5. ITEM REMOVED 6. Clearing and Grubbing forested wetland creation mitigation area LS 1 $ $ PR -1 ADDENDUM -1 7. Clearing Only, forested PR -2 ADDENDUM -1 wetland enhancement mitigation area LS 1 $ $ 8. Remove Building Group EA 2 $ $ 9. Remove Metal Shed EA 2 $ $ 10. Fence removal LF 539 $ $ 11. Storm Sewer and Tile Removal 21" diameter RCP LF 82 $ $ 12. Storm Sewer and Tile Removal 12" diameter ADS LF 144 $ $ 13. Storm Sewer and Tile Removal 12" diameter unknown material LF 235 $ $ 14. Storm Sewer and Tile Removal 8" diameter iron LF 78 $ $ 15. Storm Sewer and Tile Removal 6" diameter unknown material LF 114 $ $ 16. Safety Fence LF 2,715 $ $ 17. Silt Fence LF 6,100 $ $ 18. Floating Silt Curtain LF 2,750 $ $ 19. Excavation, Class 10: excavation of existing fill and existing berm within levee footprint, place on site. CY 11,120 $ $ 20. Excavation, Class 10: excavation of existing fill and existing berm within levee footprint, disposal off site. CY 16,480 $ $ 21. Excavation, Class 10: Channel Excavation, Disposal off site. CY 13,000 $ $ 22. Excavation, Class 10: Excavation at offsite Wetland mitigation site, Disposal offsite. CY 15,300 $ $ PR -2 ADDENDUM -1 23. Excavation, Import TON Impervious Material. 24. Topsoil, Strip, stockpile and spread, levee construction site. 25. Topsoil, Import and spread, levee construction site. 26. Topsoil, Strip, stockpile and spread, offsite wetland mitigation site. 27. Topsoil, Import and spread, offsite wetland mitigation site. 28. Rip -Rap, ]DOT Class E 29. Engineering fabric under rip rap 30. Storm Intake, IDOT SW -562 31. Storm Intake, 72" manhole with grate 32. Storm Intake, 60" manhole with grate 33. Detention Basin Structure (DBS) 34. Storm Manhole, 108" Diameter 35. Storm Manhole, 96" Diameter 36. Storm Manhole, 72" Diameter 37. Storm Manhole, 60" Diameter 38. Storm Manhole, 48" Diameter CY 45,290 CY 530 CY 5,430 CY 2,070 CY 2,070 TON 13,600 SY 14,400 EA 11 EA 1 LI EA EA EA EA EA 1 1 1 3 3 0 EA 6 PR -3 $ ADDENDUM -1 39. RCP Flared End Section EA 1 $ EA 1 $ $ EA 1 $ LF 75 LF 328 $ LF 301 $ $ LF 590 $ $_ LF 514 $ $ LF 293 LF 162 $ $ LF with Apron Guard $ 60" Diameter 40. RCP Flared End Section $ with Apron Guard LS 48" Diameter 41. RCP Flared End Section with Apron Guard 12" Diameter 42. RCP Storm Sewer with gasketed joints 60" Class III 43. RCP Storm Sewer with gasketed joints 48" Class III 44. RCP Storm Sewer with gasketed joints 36" Class III 45. RCP Storm Sewer with gasketed joints 30" Class III 46. RCP Storm Sewer with gasketed joints 24" Class III 47. RCP Storm Sewer with gasketed joints 18" Class III 48. RCP Storm Sewer with gasketed joints 15" Class III 49. RCP Storm Sewer with gasketed joints 12" Class III 50. North Pump Station 51. South Pump Station EA 1 $ EA 1 $ $ EA 1 $ LF 75 LF 328 $ LF 301 $ $ LF 590 $ $_ LF 514 $ $ LF 293 LF 162 $ $ LF 465 $ $ LS 1 $ $ LS 1 $ $ PR -4 ADDENDUM -1 52. Modifications to Existing L S 1 Sanitary Sewer Siphon Structure 53. 1" diameter Schedule 80 PVC Conduit to Sanitary Sewer Siphon Structure LF 1016 54. PCC Pavement, T' thick SY 2,074 55. ACC Pavement, 4" thick SY 165 56. Permanent Turf SY 11,610 Reinforcement Mat 57. Temporary Erosion Control Blanket SY 17,805 58. Stabilization Seeding and Fertilizing AC 6.1 59. Permanent Seeding and Fertilizing AC 6.1 60. Wet Mesic Wetland Seeding Including Nurse Crop and Fertilizing AC 8.74 61. Wetland Tree Installation EA 480 62. Wetland Shrub Installation EA 230 63. Construction Staking LS 1 E $ TOTAL EXTENDED AMOUNT = $ PR -5 ADDENDUM -1 Subcontractor Information The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa. City, the more specific shall prevail. Firm: Signature: Printed Name Title: Address: Phone: Contact: T:\0339\0339-234-\Specfcations\SPEC-100%\022713 Revisions\0339234 Form of Proposal (revi).doc 02/28/13 PR -6 ADDENDUM -1 General Decision Number: IA130001 01/04/2013 IA1 Superseded General Decision Number: IA20120001 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, 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. STATEWIDE EXCEPT SCOTT COUNTY HEAVY CONSTRUCTION PROJECTS (Does not include work on or pertaining to the Mississippi or Missouri Rivers or on Water and Sewage Treatment Plants), AND HIGHWAY PROJECTS (does not include building structures in rest areas) Modification Number Publication Date 0 01/04/2013 * SUTA2002-003 02/28/2012 Electricians: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, ZONE 2 AND ZONE 3...$ 20.55 5.20 Rates Fringes Carpenter & Piledrivermen ZONE 1 ......................$ 23.92 9.28 ZONE 2 ......................$ 21.83 9.28 ZONE 3 ......................$ 21.83 9.28 ZONE 4 ......................$ 20.80 7.50 ZONE 5 **...................$ 20.25 6.10 Concrete Finisher ZONE 1 ......................$ 21.77 6.50 ZONE 2 ......................$ 21.77 6.50 ZONE 3 ......................$ 21.77 6.50 ZONE 4 ......................$ 19.55 4.95 ZONE 5 ......................$ 17.95 5.50 Electricians: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, ZONE 2 AND ZONE 3...$ 20.55 5.20 ZONE 4......................$ 19.25 5.20 ZONE 5......................$ 17.00 5.20 Ironworkers: (SETTING OF STRUCTURAL STEEL) ZONE 1 AND 2................$ 25.05 7.45 ZONE 3......................$ 24.75 7.75 ZONE 4......................$ 20.65 6.60 ZONE 5 **...................$ 20.25 6.10 Laborers: ZONE 1 AND ZONE 2 GROUP A....................$ 19.76 7.60 GROUP AA...................$ 20.56 7.60 GROUP B....................$ 17.88 7.60 GROUP C....................$ 14.65 7.60 ZONE 3 w --+ GROUP A....................$ 19.76 7.60'-- - - GROUP AA...................$ 20.56 7.60~ GROUP B....................$ 17.88 7.60 GROUP C....................$ 14.65 7.60'- e � ZONE 4 GROUP A....................$ 16.90 7.60 GROUP B....................$ 15.58 7.60 --_-; o GROUP C....................$ 12.70 7.60 - ZONE 5 GROUP A....................$ 17.55 5.90 GROUP B....................$ 14.80 5.90 GROUP C....................$ 14.20 5.90 Power equipment operators: ZONE 1 GROUP A....................$ 26.30 12.90 GROUP B....................$ 24.70 12.90 GROUP C....................$ 22.20 12.90 GROUP D....................$ 22.20 12.90 ZONE 2 GROUP A....................$ 25.55 12.90 GROUP B....................$ 23.95 12.90 GROUP C....................$ 21.40 12.90 GROUP D....................$ 21.40 12.90 ZONE 3 GROUP A....................$ 26.70 14.20 GROUP B....................$ 24.90 14.20 GROUP C....................$ 23.90 14.20 GROUP D....................$ 23.90 14.20 ZONE 4 GROUP A....................$ 25.50 7.85 GROUP B....................$ 24.36 7.85 - GROUP C....................$ 22.28 7.85 GROUP D....................$ 22.28 7.85 ZONE 5 GROUP A....................$ 22.07 6.20 GROUP B....................$ 21.03 6.20 GROUP C....................$ 19.70 6.20 GROUP D....................$ 18.70 6.20 TRUCK DRIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 ......................$ 19.25 9.50 ZONE 2 ......................$ 19.25 9.50 ZONE 3 ......................$ 19.25 9.50 ZONE 4 ......................$ 19.30 5.20 ZONE 5 ......................$ 17.35 5.20 ZONE DEFINITIONS ZONE 1 - The Counties of Polk, Warren and Dallas for all Crafts, and Linn County Carpenters Only. ZONE 2 - The Counties of Dubuque for all crafts and Linn County for all Crafts except Carpenters. ZONE 3 - The Cities of Burlington, Clinton, Fort Madison Keokuk, and Muscatine (and abutting municipalities of any such cities). ZONE 4 - Story, Black Hawk, Cedar, Jasper, Jones, Jackson, Louisa, Madison and Marion Counties; Clinton County (except 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: Skilled pipelayer (sewer, water and conduits) and tunnel laborers (zones 1, 2 and 3) GROUP A - Carpenter tender on bridges and box culverts; curb machine (without a seat); deck hand; diamond and core drills; drill operator on air tracs, wagon drills and similar drills; form setter/stringman on paving work; gunnite nozzleman; joint sealer kettleman; laser operator; pipelayer (sewer water and conduits) Zone 4 6 5; powderman tender; powerman/blaster; saw operator; tunnel laborer (zones 4 and 5). GROUP B - Air, gas, electric tool operator; barco hammer; carpenter tender; caulker; chain sawman; compressor (under 400cfm); concrete finisher tender; concrete processing materials and monitors; cutting torch on demolition; drill tender; dumpmen; electric drills; fence erectors; form line expansion joint assembler; form tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reforcing bars and chains; 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). GROUP B - Articulated off road hauler, asphalt heater/planer; asphalt material transfer vehicle; Asphalt Roller; belt loader or similar loader; bulldozer (rough); churn or rotarydrill; concrete curb machine, crawler tractor pulling ripper, disk or roller; deck hand/oiler directional drill (less than 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 (350hp. and less); paving breaker; portland concrete dry batch plant; rubber tired backhoe 1/2 cu. yd. and under); scraper (under 12 cy), screening, washing and crushing plant (mobile, portable or stationary); shoulder machine; skid loader (1 cu. yd and over); subgrader or trimmer; trenching machine; water wagon on compaction. GROUP C - Boom & winch truck, concrete spreader/belt placer, deep wells for dewatering; farm type tractor (over 75 hp.) pulling disc or roller; forklift; front end loader (under 2 cu. yd.); motor grader (rough); pile hammer power unit; pump (greater than three inch diameter); pumps on well points; safty boat; self-propelled roller (other than asphalt); self-propelled sand blaster or shot blaster, water blaster or striping grinder/remover; skid loader (under 1 cu. yd.); truck mounted post driver. GROUP D - Boiler, compressor, cure and texture machine; dow box; farm type or utility tractor (under 75 hp.) pulling disk, roller or other attachments; group greaser tender; light plants; mechanic tender; mechanical broom; mechanical heaters; oiler; pumps (under three inch diameter); tree chipping machine; truck cranedriver/oiler. CARPENTERS AND PILEDRIVERMEN, OR IRONWORKERS (ZONE 5) Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams. -------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ------------------------------ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). - o N The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2009 is the year of the survey; and 007 is an internal number used in producing the C� wage determination. A 1993 or later date, 5/13/2010, indicates; the classifications and rates under that identifier were issued:as a General Wage Determination on that date. -� ... t Survey wage rates will remain in effect and will not change until a new survey is conducted.---------------------------------------------------------------- 0 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination } a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 0 CJ J 1.064 OPERATING CONDITIONS: 0339234-11315 Pump Operating Data; March 22, 2013 Pump Station Location North South Max. Pumping Flow Rate for Two (2) Pumps Operating 42,800 GPM [ 95 CFS ] 33,600 GPM [ 75 CFS ] Design Operating Conditions for Each Pump 21,400 GPM 16,800 GPM Components of Total Discharge Head controlled by pump station Design 11.5iQ feet static lift from water level in wet well to top of pump head mounting pad + 0.49 feet dynamic losses in discharge piping 11.50 feet static lift from water level in wet well to top of pump head mounting pad + 0.31 feet dynamic losses in discharge piping = total 11.81 feet =total 11.99 feet Total Discharge Head @ Maximum Flow Rate Above total plus additional static lift and dynamic losses in pump, as provided by pump manufacturer Above total plus additional static lift and dynamic losses in pump, as provided by pump manufacturer Maximum Pump Speed 720 rpm 720 rpm Goal for Minimum Pump Speed, approximately 600 rpm 600 rpm Pump Discharge Column Size 30 inches 30 inches Minimum Motor Size 150 Horsepower 150 Horsepower Anticipated Maximum HP Required for Pump Operation 130 Horsepower 110 Horsepower Minimum Pump Efficiency at maximum pumping rate 78% 78% Goal for Minimum Pumping Rate For One (1) Pump Operating 17,000 GPM 13,000 GPM Maximum Solids Passage 4 inches 4 inches Design Elevations See Drawings for References Minimum Water Level Shall be provided by pump manufacturer Operating Water Levels Wet well high water level 636.00 Wet well low water level 634.00 Wet well high water level 636.00 Wet well low water level 634.00 Minimum Submergence Over Pump Bell Shall be provided by pump manufacturer Distance of Pump Bell Above Floor Shall be provided by pump manufacturer SECTION 16408 — WEST LEVEE STORM WATER PUMP STATION CONTROL SYSTEMS Part 3 — Execution Transducer and Float Attachment System Photos March 29, 2013 Re: West Side Levee — CRANDIC RR to McCollister BLVD Project Addendum #2 To Whom It May Concern, *;,.. -4 �III� CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240- 1826 (3 19) 356-5000 (319) 356-5009 FAX www.icgov.org Please find the following enclosed documents for the West Side Levee — CRANDIC RR to McCollister BLVD Project Addendum #2: 1. Addendum #2 2. Modifications to Plan Sheet 22 3. Modifications to Plan Sheet 23 4. Modifications to Plan Sheet S2 Sealed proposals must be received by the City Clerk by 2:30 p.m. local time on April 2, 2013. Proposals will be acted upon by the City Council at its next scheduled meeting on April 9, 2013. If you have any questions please contact Jason Reichart at mason-reichartCc_iowa-city.org or (319) 356-5416. Sincerely, Jason Reichart Special Projects Engineer Enclosures (4): Addendum #2 Modifications to Plan Sheet 22 Modifications to Plan Sheet 23 Modifications to Plan Sheet S2 ADDENDUM NO. 2 March 29, 2013 WEST SIDE LEVEE CRANDIC RAILROAD TO MCCOLLISTER BLVD PROJECT IOWA CITY, IOWA The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. APPLICABLE TO THE SPECIFICATIONS 1. SUPPLEMENTARY CONDITIONS ADD the following paragraph to SC — 5.04 CONTRACTOR'S LIABILITY INSURANCE The Contractor shall be required to have two (2) separate Railroad Protective Liability policies naming CRANDIC and Iowa Interstate Railroads as named insureds. The coverage provided under each policy shall be no less than $2,000,000 each occurrence and $5,000,000 aggregate. 2. SECTION 09910 COSTING SYSTEMS ADD the following sentence to paragraph 1.01.A: Specific surfaces to be painted include building doors and frames, any unfinished carbon steel items, and the interior of the masonry walls of the control building. rc .�r[•Ii<r[:�114�01r_I►L] 17ANA:L•11rr•]i.� fir_ ��i6y MODIFY the last sentence of paragraph 2.03.A to read: Actual temperature rise measured by resistance method at full load shall not exceed 80 105 degrees Centigrade. 4. SECTION 16408 WEST SIDE LEVEE STORM WATER PUMP STATION CONTROL SYSTEM DELETE item 2.05.D.1.m and REPLACE with the following: m. U S Robotics 3COM USR Sportster 56K Remote Access Dial in Serial Modem n.. Modify paragraph 2.09.13 to read: APPLICABLE TO THE PLANS 5. Modify the FENCE DETAIL on Sheet 22 as follows: Replace the Fence Detail with the attached Addendum 2 Sheet 22 revised detail. The nature of the revision is to correct length of fencing dimensions. 6. Modify the FENCE DETAIL on Sheet 23 as follows: Replace the Fence Detail with the attached Addendum 2 Sheet 23 revised detail. The nature of the revision is to correct length of fencing dimensions. 7. Modify Section 4 on Sheet 82 as follows: Modify the portion of the section depicting the Control Building with the added notations shown on Addendum 2 Sheet S2 revised section 4. The nature of the revision is to indicate painting of the interior of the masonry building walls and installation of ceiling materials and a vapor barrier on the ceiling of the building. Modify the Tree and Planting Notes on Sheet 33 as follows: Add note 3 which shall read; "The Contractor shall provide a replacement guarantee for trees and shrubs that died during a 1 year period following acceptance of the project." I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. 4yCe3►14103 Ronald L. Amelon, P.E. Project Engineer Iowa Reg. No. 14201 ADD -2 DATE: 71z ylZoly FENCE DETAIL 1 SCALE: 1"-10' N \ — _ K) _- NOTE: FENCE POSTS 8' MIN. SPACING 1 1 1 1 3' GATE 1 � 1 0, POST ATTACHED TO STRUCTURE SEE DETAIL SHEET 2 ao a 0 1 8' GATE 1 1 1 1 N O N 1 tP, N. N \ \X d 1 N M 1 } X o 1 U 1 I X N 8' GATE�0 B6, o 1Q— 03/28/13 0 Designed by. PVA Scale: SCALE WEST SIDE LEVEE CRANDIC RAILROAD TO KOLISTER BLVD MMS CONSULTANTS, INC.Date I Revision IOWA CITY, IOWA 52240 3-29-13 ADD#2 (319) 351-8282 Drawn by. Date: ADDENDUM #2 BRT 3-29-13 MODIFICATIONS TO SHEET 22 www.mmsconsultants.net Checked by. Project No: IOWA CITY PVA IC 0339234 IOWA Designed by PVA Scale: 1=10 WEST SIDE LEVEE CRANDIC RAILROAD TO McCOUSTER BLVD MMS CONSULTANTS, INC.Date I Revision IOWA CITY, IOWA 52240 3-29-13 ADD#2 (319)351-8282 Drawn by. Date: ADDENDUM #2 B. 3No: MODIFICATIONS TO SHEET 23 www.mmsconsuitants.net Checked by. Project IOWA CITY PVA IC 03333 9234 IOWA 5G-YFAR ASPHAI T SHINGI FS ON 30/ FULF ON 15/32 ROOF SHEATHING WITH 6d NAPS a PINUM, COLOR-MATCHED, 6/12 SPACING ALUMINUM, FAA SCC IA,OW SOFFIT, �- CA/TTERS & DDOWNSPOUTS COLOR BY OWNER 'ONi1N1;DUS RIDGE VENT PRE LNGINELRLD WOOD TRUSSES a 24' C -C, DESIGN FOR 30-10-10 LOADING, PROVIDE. HURRICANE 'IES. AT EACH TRUSS ERG. �E' HEEL TO EL. ASS 60A MENG WWACE OWN a Aw. LYETH EnW VA 3AW0 VaT\CONT. BOND DEW WITH PAINT INSIDE SURFACE OF - - - BLOCK WALLS----.{{ 2-#4 (TYP) (TYP.) I{t J5 0 32' C -C AND 'o 8' SPLIT FACE 1900 P9 BLOCK AT BUILDING CORNERS WITH TYPF-'S' MORTAR, FUL1. M AND EACH SIDE OF MORIAR EEDDING, ANDDOOR OPENINGS, GROUT JOINT REINFORCEMENT AT J21 ALL CORES SOLID (TYP) ALTERNATE COURSES, CROUT PVA ALL CORES SOLID C7 TO EL. ASS 60A MENG WWACE OWN a Aw. LYETH EnW VA 3AW0 CRUSHED STONE - ID01 GRAD, 04121 Designed by. PVA 16' SLAB WEST SIDE LEVEE CRANDICRAILROAD TOMcCOLI$TERBLVD - - - Drawn by. W/J5 AT 6' ADDENDUM #2 - ..._ 3-29-13 EACH WAY www.mmsconsMtants.net 2' COVER TYP 2' COVER TYP EACH FACE Project Na: — PVA IC 0339234 C7 12' SIAB w//4 - 0 6' EACH WAY, TOP & BOITOM\ F DOOR _ SEE DEL CRUSHED STONE - ID01 GRAD, 04121 Designed by. PVA scale: 1/4"=1' WEST SIDE LEVEE CRANDICRAILROAD TOMcCOLI$TERBLVD MMS CONSULTANTS, INC. Date I Revision IOWA CITY, IOWA 52240 3-29-13 ADD#2 (319)351-8282 Drawn by. Date: ADDENDUM #2 BRT 3-29-13 MODIFICATIONS TO SHEET S2 www.mmsconsMtants.net Checked by. Project Na: IOWA CITY PVA IC 0339234 IOWA Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 1,( 1'!!6N 0 1 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN,a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper __j__._ time(s), on the following date(s): Legal Clerk Subscribed and sworn to befor m�e this day of / A.D. 20--&—. rc Notary Public OFFICIAL PUBLICATION PUBLIC NOTICE OF STORM WATER DISCHARGE The City of Iowa City, Iowa, plans to submit a Notice of Intent to the Iowa Department of Natural Resources to be covered under the NPDES General Permit No. 2 Storm Water Discharge Associated with Industrial Activity for Construction Activities. The storm water discharge will be from the construction of the West Side Levee Project located in the SW '/. Section 22, Township 79 North, Range 6 West, Johnson County, Iowa. Storm water will be discharged from a single source and will be discharged to the following streams: Iowa River. Comments may be submitted to the Storm Water Coordinator, IOWA DEPARTMENT OF NATURAL . RESOURCES, Environmental Protection Division, 502 E. 9th Street, Des Moines, IA 50319- 0034. The public may review the Notice of Intent from 8 a.m. to 4:30 P.m., Monday through Friday, at the above address after it has been received by the department. West Side Levee Project Public Notice of Storm Water Discharge YD°000°'a^ March 14, 2013 Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 I, 9Dl--Q.5-..)A-r , being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following date(s): #4 gr•/{GtF ?.D f3 Legal Cle Subscribed nd sworn to b for me this � day of a. A.D.20--d—. 4&®. Notary Public L„t a LINDA KROT2 A Commission Number 732619 L My commission Expires 5� January 27 2014 retained for a period of not to OFFICIAL PUBLICATION exceed fifteen (15) calendar days ADVERTISEMENT FOR BIDS following award of the contract, or WEST SIDE LEVEE PROJECT • until rejection is made. Other bid CITY OF IOWA CITY, IOWA bonds will be returned after the Sealed proposals will be canvass and tabulation of bids is received by the City Clerk of the completed and reported to the CRY City of Iowa City, Iowa, until 2:30 Council. p.m. local time on the 2nd day of The successful bidder will be April, 2013. Sealed proposals will required to furnish a bond in an be opened immediately thereafter amount equal to one hundred per - by the City Engineer or designee. cent (100%) of the contract price, Bids submitted by fax machine said bond to be issued by a shall not be deemed a "sealed bid” responsible surety approved by the for purposes of this Project. City, and shall guarantee the Proposals received after this dead- prompt payment of all materials line will be returned to the bidder and labor, and also protect and unopened. Proposals will be acted save harmless the City from all upon by the City Council at a meet- claims and damages of any kind ing to be held in the Emma J. caused directly or indirectly by the Harvat Hall at 7:00 p.m. on the 9M operation of the contract, and shall day of April, 2013, or at special also guarantee the maintenance of meeting called for that purpose. the improvement for a period of The West Side Levee Project is two (2) yem(s) from and after Its funded by Community completion and formal acceptance Development Block Grant (CDBG) by the City Council. funds received through the Iowa The following limitations shall Economic Development Authority apply to this Project: (IEDA). The legislation providing Completion Date: November 15, the disaster recovery funding Is the 2014 Consolidated Security, Disaster Liquidated Damages: $500.00 Assistance, and Continuing per day Appropriations Act of 2009 (Pub. L. The plans, specifications and 110-329).Community Development proposed contract documents may Block Grant(GDBG) funds received be examined at the office of the through the Iowa Economic City Clerk. Copies of said plans Development Authority (IEDA). The and specifications and form of pro - legislation providing the disaster posal blanks may be secured at recovery funding is the the Engineering Division, City of Consolidated Security, Disaster Iowa City, 410 E. Washington Assistance, and Continuing Street, Iowa City, Iowa 52240, by Appropriations Act of 2009 (Pub. L. bona fide bidders. 110-329). A $60 non-refundable fee is The Project will involve the follow- required for each set of plans and ing: specifications provided to bidders Permanent flood mitigation or other interested Parsons. The measures along the western fee shall be in the form of a check, bank of the Iowa River from the made payable to the City of Iowa CRANDIC Railroad Bridge to City. McCollister Boulevard includ- Prospective bidders are advised ing; construction of an earthen that the City of Iowa City desires to levee approximately 3000 linear employ minority contractors and feet in length, riverbank stabili- - subcontractors on City projects. A zation, and the construction of - listing of minority contractors can new storm sewer and two storm be obtained from the Iowa water pumping stations. Department of Inspections and There will be a Site Visit and Pre- Appeals at (515) 281-5796 and the Bid conference on Wednesday, Iowa Department of Transportation March 13, 2013 at 9:30 a.m. Contracts Office at (515) 239-1422. local time, at Iowa City Municipal Bidders shall list on the Form of Airport located at 1801 South Proposal the names of persons, Riverside Dr., Iowa City, Iowa firms, companies or other parties 52240. with whom the bidder intends to AR work is to be done in strict subcontract. This list shall include compliance with the plans and the type of work and approximate specifications prepared by MMS subcontract amount(s). Consultants, Inc., of Iowa City, The Contractor awarded the con - Iowa, which have heretofore been tract shall submit a list on the Form approved by the City Council, and of Agreement of the proposed are on file for public examination in subcontractors, together with the Office of the City Clerk. quantities, unit prices and extend - Each proposal shall be complet- ed dollar amounts. ed on a form furnished by the City By virtue of statutory authority, and must be accompanied in a preference must be given to prod - sealed envelope, separate from ucts and provisions grown and the one containing the proposal, by coal produced within the State of a bid bond executed by a corpora- Iowa, and to Iowa domestic labor, tion authorized to contract as a to the extent lawfully required surety in the State of Iowa, in the under Iowa Statutes, The Iowa sum of 10% of the bid. The bid reciprocal resident bidder prefer - security shall be made payable to ence law applies to this Project. the TREASURER OF THE CITY OF The City reserves the right to IOWA CITY, IOWA, and shall be reject any or all proposals, and also forfeited to the City of Iowa City in reserves the right to waive techni- the event the successful bidder calities and irregularities. fails to enter into a contract within Published upon order of the City ten (10) calendar days of the City Council of Iowa City, Iowa. Council's award of the contract MARIAN K. KAFIR, CITY CLERK and post bond satisfactory to the City ensuring the faithful perfor- xeaaoo,ees March 12, 2013 mance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the low- est two or more bidders may be 4d(13) Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 RESOLUTION NO. 13-99 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE WEST SIDE LEVEE PROJECT. WHEREAS, Iowa Bridge and Culvert, LC of Washington, Iowa, has submitted the lowest responsible bid of $4,520,160.74 for construction of the above-named project; and WHEREAS, funds for this project are available in the West Side Levee account # 3961. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Iowa Bridge and Culvert, LC, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 9th day of April 20 13 AC MAYOR Approved by ATTEST: CITY'CLERK City Attorney's Office Resolution No. Page 2 It was moved by Dobvns and seconded by Thropmorton the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton CONSULTANT AGREEMENT MATERIAL TESTING AND INSPECTION SERVICES WEST SIDE LEVEE PROJECT THIS AGREEMENT, made and entered into this /2 _r14 day of Jy%'Je 'Lora by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the CITY and Terracon Consultants, Inc., of Cedar Rapids, Iowa, hereinafter referred to as the CONSULTANT. WHEREAS, the CITY received bids and awarded a contract for construction of the West Side Levee Project (Account #3961); and WHEREAS, the CITY requested proposals from qualified firms to perform material testing and inspection services; and WHEREAS, Terracon Consultants, Inc. was found to best meet the requirements based on their experience in the area, experience with similar projects, and cost; and WHEREAS, it is desirable for Terracon Consultants, Inc. to provide construction phase material testing and inspection services during construction of the West Side Levee Project; NOW THEREFORE, it is agreed by and between the parties hereto that the CITY does now contract with the CONSULTANT to provide services as set forth herein. I. SCOPE OF SERVICES The Consultant shall adhere and follow all the requirements set forth in the Community Development Block Grant (CDBG) guidelines, outlined in Attachment 2, attached and incorporated herein. Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. 1) ENGINEERED FILL OBSERVATION AND TESTING a. Perform nuclear field density tests on compacted fill including but not limited to site. grading, utility trenches, foundation backfill, and subgrade / subbase preparation for the flood levee and/or storm sewer trenches and pump stations. b. Perform associated laboratory testing of proposed fill (i.e. Standard Proctor, Atterberg Limits, Organic Content Testing, etc.) for the structures indicated above. 2) PUMP STATION FOUNDATION OBSERVATION a. Observe / Test bearing materials for foundations. Bearing materials would be tested for field consistency (calibrated penetrometer) by obtaining samples to a maximum depth of three (3) feet below the bearing level with a hand auger. -2- 3) SUBGRADE AND KEY TRENCH OBSERVATION AND TESTING a. Perform periodic observations of the subgrade prior to the placement of structural fill below floor slabs, pavements, and backfilling of key trenches. Observations will be performed at the request of the Construction Contractor or Owner's Representative. b. Observing / Testing includes but is not limited to observing proof rolls and shallow -hand auger borings for evaluation subsurface conditions. 4) STRUCTURAL CONCRETE TESTING a. Observations will be performed at the request of the Construction Contractor or Owner's Representative. b. Concrete tests will be performed on foundations, grade beams, concrete beams, slabs -on -grade, elevated slabs, and cast in place walls. c. Perform slump, air content, temperature tests, and casting of compressive strength specimens on each concrete test sample. Concrete test sampling will be performed for every 25 cubic yards poured per day. d. Concrete compressive strength cylinders will be 4" x 8"' (ASTM C31). Three (3) cylinders will be cast for every 25 cubic yards poured per day for structural concrete and four (4) cylinders per day for PCC pavement. 5) REINFORCING STEEL OBSERVATION a. Perform periodic observation of reinforcing steel placement. Observations will be performed at the request of the Construction Contractor or Owner's Representative. 6) STRUCTURAL STEEL OBSERVATION AND TESTING a. Perform periodic visual inspections of structural field welded and bolted connections generally including primary framing members, column anchor bolts, decking, and studs at the request of the Construction Contractor or Owner's Representative. b. Perform non-destructive testing (NDT) of full -penetration welds generally consisting of ultrasonic testing at the request of the Construction Contractor or Owner's Representative. 7) PROJECT MANAGEMENT a. Project direction, meetings, coordination, reporting and supervision of laboratory and field services. A detailed scope of services can be found in Attachment 1, attached and incorporated herein. The Consultant agrees to perform all services described above and in Attachment 1 in a timely and satisfactory manner. -3 - II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown: Consultant shall complete the above described Scope of Services by November 15, 2014 III. GENERALTERMS A. The Consultant shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. 1. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. -4- I. The Consultant agrees to furnish all reports, specifications, and drawings, with a seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep mylar reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES The CONSULTANT shall perform the Scope of Services for a fee not to exceed $47,890.00. A general breakdown of the fee is described in Attachment 1, attached and incorporated herein. Due to quantity changes that may occur during the course of construction, adverse weather, and construction methods, the number of tests and man-hours may change accordingly, but may not exceed the total fee listed above. If more than one inspection listed above can be completed during any one individual trip, then the mileage and travel time will be reduced. The numbers of trips to complete the necessary testing for each individual section above are estimates; any trips above the amount included will be considered an extra and will be invoiced at the unit rates listed above. Any additional testing requested by the City will be considered as a change of Scope. For samples collected by the City for concrete cylinders, cubes and beams, only the time expended to pick up the samples (if applicable), mileage and the individual laboratory test fees will be invoiced to the City. There will be no additional charge for working overtime or weekends. -5- V. MISCELLANEOUS A. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. —12-13 ATTEST: Approved by: City Attorney's Office Date BUDGET ESTIMATE IrePra�.®n -Construction Observation and Testing Services West Side Levee- Crandic RR to McCollister Blvd Project Iowa City, Iowa Proposal Number P06130257 Service Quantity Unit Rate Unit Cost .. ..:.. " .. Engineered Fill Observation.2nd Tp.ting.; Flood Levee j• [,f t., We anticipate 2 trips per day and 2 hours of technician time per trip to perform coiripaction testing of levee f II:':• ICC Certified Technician or Engineering Intern 240 $55.00 hour $13,2CD.CD Technician 0 $45.00 hour $0.00 Nuclear Gauge Rental 120 $25.00 trip $3,000.00 Standard Proctor -Sol[ 3 $110.00 each $330.00 Standard Proctor -Rack 0 $125.00 each $0.00 Atterberg Limits 3 $70.00 each $210.00 No. 200 Wash 3 $50.00 each $150.00 Trip Charge* 120 $5.00 each $600.00 Subtotal $17,490.00 `. Engineered Fill,O¢servation and Testing-Sto{m5ewer.Tre:nch�Pufnp,$iztionS. ' Based o� 2530 if of trimch, the contractors ekh6ied production of 206tineal feetper day and the3penhed l t8t/50lineal feet/IIft.:1Ne " anticipate 14 days and 8 hours oftechnichm time per day to perform c6' p' ctiontesting of trench backfill. '.`:""- Technician 112 $45.00 hour $5,040.00 Nuclear Gauge Rental 14 $25.00 trip $350.00 Standard Proctor - Soil 2 $110.00 each $220.00 Standard Proctor - Rock 2 $125.00 each $250.00 Atterberg Limits 2 $70.00 each $140.00 No. 200 Wash 2 $50.00 each $100.00 Trip Charge" 14 $5.00 each $70.00 Subtotal $6,170.00 Berm Subgrade and Key Trench Observation and Testing .. :. Technician 75 $65.00 hour $4,875.00 Nuclear Gauge Rental 25 $25.00 trip $625.00 Trip Charge" 25 $5.00 each $125.00 Subtotal $5,625.00 Pavement Subgrade Obseryation and 7'es[Ing Technician 9 $65.00 hour $585.00 Nuclear Gauge Rental 3 $25.00 trip $75.00 Trip Charge* 3 $5.00 each $15.00 subtotal $675.00 Pump Station Foundation Observation and Testing Technician 12 $65.00 hour $780.00 Trip Charge" 4 $5.00 each $20.00 Subtotal $800,00 Reinforcing Steel Observation and SSleetUMI Concrete Testing- .. ICC Certified Tech nician(40 trips) 120 $55.00 hour $6,600.00 Technician 0 $45.00 hour $0.00 Concrete cylinder Pick-Up(15 trips) 20 $45.00 hour $900.00 Concrete Cylinders -(3 cylinders per 25 cubic yards) 120 $12.00 each $1,440.00 Cure Box 20 $5.00 each $100.00 Trip Charge' 55 $5,00 each $275.00 Subtotal $9,315.00 ' Concrete Pavement Testing Technician (10trips) 30 $45.00 hour $1,350.00 Concrete Cylinder Pick-Up(3trips) 6 $45.00 hour $270.00 Concrete cylinders -(4 cylinders per day) 40 $12.00 each $480.00 Cure Box 7 $5.00 each $35.00 Trip Charge' 13 $5.00 each $65.00 Subtotal $2,200.00 Technician Equipment Trip Charge• Project Manager Senior Project Manager Trip Charge* BUDGET ESTIMATE ���yP���®1 Construction Observation and Testing Services U � U West Side Levee - Crandic RR to McCollister Blvd Project Iowa City, Iowa Proposal Number P06130257 ...Structural Steel Observatlon and Testing 8 $70.00 hour $560.00 2 $50.00 day $100.00 2 $5.00 each $10.00 Subtotal $670.00 Engineering Reporting/SupeMsion s. . . ... . 50 $89.00 hour $4,450.00 5 $99.00 hour $495.00 0 $5.00 each $0.00 Subtotal $4,945.00 Total Estimate $47,890.00 ** *Includes vehicle and mileage. ** Charges associated with on-site delay and retesting are notincluded in this budget estimate. ATTACHMENT 2 Special Conditions Supplement for all CDBG Contracts and Agreements The City is referred to as "contractor and recipient" below and Consultant as "subcontractor and subrecipient." City and Consultant agree to abide by the following provisions, as ap lip cable: 1) Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended. Contracts and subgrants of amounts in excess of $100,000 shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency (EPA). Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contact is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements, 2) Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333) Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 3) Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed Ii Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient shall be prohibited from Inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to HUD. 4) Davis -Bacon Act, as amended (40 U.S.C. 276a to 276a-5) When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2,000 shall include a provision for compliance with the Davis- Bacon Act (40 U.S.C. 276a to 276a-5) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Constmction'D. Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevalling wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to HUD. 5) Debarment and Suspension (E.O.s 12549 and 12689) No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs hi accordance with E.O.s 12549 and 12689, "Debarment and Suspension, as set forth at 24 CFR part 24. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 6) Drug -Free Workplace Requirements The Drug -Free Workplace Act of 1988 (42 U.S.C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug -flee workplaces. Each potential recipient must certify that it will comply with drug-free workplace requirements in accordance with the Act and with HUD's rules at 24 CFR part 24, subpart F. 7) Equal Employment Opportunity Contractor shall comply with E.O. 11246, 'Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." During the performance of the contract, the Contractor agrees as follows: a. The Contactor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contactor will take affirmative action to insure that applicants are employed and that employees are heated during employment, without regard to their race, color, religion, sex or national origin. Stich action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination rates of pay or other forms of compensation; and selection for training, hicluding apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the municipality setting forth the provisions of the non-discrimination clause. b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. c. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the property Owner, advising the labor union of workers' representative of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The Contractor will comply with all provisions of Executive Order 11246 of September 24,1965, and of the rules, regulations and relevant orders of the Secretary of Labor. e. The Contractor will furnish all information and reports required by Executive Order 11246 amended as of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or the Secretary of Housing and Urban Development, pursuant thereto, and will permit access to his books, records, and accounts by the property owner, the City, the Secretary of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. In the event of the Contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in pall and the Contractor may be declared ineligible for further Government contracts or Federally funded constructed contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. g. The Contractor will include the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respectto any subcontract or purchase order as the property owner may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. In addition to the federal EEO requirements above, Contractor agrees that its employees and agents shall not discriminate against any person in employment or public accommodation because of race, religion, color, creed, gender identity, sex, national origin, sexual orientation, mental or physical disability, marital status, or age. `Employment" shall include but not be limited to hiring, accepting, registering, classifying, promoting, or referring to employment. "Public accommodation" shall include but not be limited to providing goods, services, facilities, privileges and advantages to the public. 8) Lobbying and Influencing Federal Employees i. No Federal appropriated finds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. ii. If any funds other than Federal appropriated finds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities," in accordance with its instructions. iii. The Recipient shall require that the language of this certification be included in the award documents for all subawar ds at all tiers (including subcontracts, subgrants, and contacts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure." 9) Nonsegregated Facilities The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location tinder his control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the tern "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally - assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity ity Clause and that she or he will retain such certifications in his fries. 10) Section 3 of the Housing and Urban Development Act of 1968 Contractor agrees to comply with Section 3 requirements, the regulations set forth in 24 CFR 135, and to include the following language in all subcontracts executed under this Agreement: a. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 170111 (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD - assisted projects covered by Section 3 shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. b. The parties to this contact agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contact, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training slid employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. d. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contactor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. f. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. g. With respect to work performednn connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 11) Women and Minority Owned Business Enterprises Contractor shall use its best efforts to afford minority and women -owned business enterprises (at least fifty- one (51) percent owned and controlled by minority group members or women) the maximum practicable opportunity to participate in the performance of this Agreement. 12) Federal Labor Provisions Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (1) Minimum Wages. All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secre- tary of Labor under the Copeland Act (29 CFR Part 3), the fidl amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, fiords, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics perforraing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or. their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 12150140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Nrunber 12150140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits tinder a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the fill amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of fiords until such violations have ceased. HUD or its designee inay, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social secu- rity number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall subunit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a patty to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Nurnber 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates acrd fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force tinder the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted wider the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid In accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an ap- prenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted Linder the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize traineesat less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 of this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. S. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Paris 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their repre- sentatives. 10. (i) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of... influencing in any way the action of such Administration...., makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other, manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contact, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or tinder working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under constriction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contact Work Hours and Safety Standards Act, 40 USC 3701 et seq. (3) The Contractor shall include the previsions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 13) Access and Maintenance of Records The contractor must maintain all required records for five years after final payments are made and all other pending matters are closed. At any time during normal business hours and as frequently as is deemed necessary, the contractor shall make available to the Iowa Department of Economic Development, the State Auditor, the General Accounting Office, and the Department of Housing and Urban Development, for their examination, all of its records pertaining to all matters covered by this contract and permit these agencies to audit, examine, 10 make excerpts or transcripts from such records, contract, invoices, payrolls, personnel records, conditions of employment, and all other matters covered by this contract. 14) Civil Rights Provisions As applicable, the Subcontractor agrees to comply with: a. Title VI of the Civil Rights Act of 1964 as amended Title VI, codified at 42 U.S.C. § 2000d, prohibits racial discrimination by recipients of federal funds as follows: No person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. b. Title VIII of the Civil Rights Act of 1968 as amended Title VIII of the Civil Rights Act of 1968, as amended by the Fair Housing Act of 1988, which is codified at 42 U.S,C. § 3604, prohibits discriminating against persons in the sale or rent or a dwelling based on disability. Discrimination includes a refusal to make reasonable accommodations in rules and policies, when such accommodations may be necessary to afford such person equal opportunity to use and enjoy a dwelling. c. Section 109 of Title I of the Housing and Community Development Act of 1974 as amended Section 109 is codified at 42 USC 5309 and provides that no person shall on the ground of race, color, national origin, religion, or sex be excluded fiom participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with CDBG fimds. d. Americans with Disabilities Act of 1990 as amended The Americans with Disabilities Act of 1990, as amended, prohibits private employers, state and local governments, employment agencies and labor unions from discriminating against qualified individuals with disabilities in job application procedures, hiring, firing, advancement, compensation, job training, and other terms, conditions, and privileges of employment. The ADA covers employers with 15 or more employees, including state and local governments, e. Section 504 of the 1973 Rehabilitation Act The Subcontractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794), which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program. The Contractor shall provide the Subcontractor with any guidelines necessary for compliance with that portion of the regulations in force during the term of this Agreement. f. Age Discrimination Act of 1975 This prohibits discrimination on the basis of age in programs or activities receiving Federal financial assistance. g. Executive Order 11063 This Executive Order signed by President I{ennedy "prohibits discrimination in the sale, leasing, rental, or other disposition of properties and facilities owned or operated by the federal government or provided with federal Rinds." 15) Prevailing Wage— See insert if applicable. 11 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and IOWA BRIDGE AND CULVERT, LC ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 14`h day of February, 2013, for the West Side Levee Crandic RR to McCollister Blvd. Project ("Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Notice of Public Hearing and Advertisement for Bids b. Instructions to Bidders C. Form of Proposal e. Form of Agreement (this instrument) g. Performance and Payment Bond h. Contract Compliance Program, City of Iowa City i. General Conditions j. Supplementary Conditions k. Federal Labor Standards Provisions, US HUD I. CDBG Required Contract Language and CDBG Special Conditions M. Plans n. Technical Specifications o. Addenda Numbers l 2-- AGA AGA The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Ce 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 5. The Contractor shall adhere and follow all the requirements set forth in the Community Developments Block Grant guidelines outlined in the Federal Labor Standards Provisions, CDBG Required Contract Language, and the CDBG Special Conditions. DATED this44 day of Y1 l , 20 1 3. CitV Contractor By d - .6�� 4 --- Mayor ATTEST: City Clerk AG -2 By / V (Title) U P ATTEST: (Title) (%P (Company Oficial) Approved By: City Attorney's Office ' Subcontractor Item Description Quantity Unit Unit Price Extension Delong Const., Inc. 1320 N. 8th Ave. Washington, IA 52353 Maxwell Const., Inc. 3011 Sierra Court Iowa City, IA 52240-8504 1 Mobilization 1.00 LS 18,000.00 $18,000.00 2 PCC Pavm't Rem. 2,099.00 SY 5.45 $11,439.55 3 ACC Pavm't Rem. 211.00 SY 5.40 $1,139.40 4 Gravel Rem. 4,225.00 SY 1.45 $6,126.25 6 Clearing & Grubbing 1.00 LS 25,000.00 $25,000.00 7 Clearing & Grubbing 1.00 LS 50,000.00 $50,000.00 8 Building Rem. 2.00 EA 3,800.00 $7,600.00 9 Shed Rem. 2.00 EA 2,500.00 $5,000.00 10 Fence Rem. 539.00 LF 2.00 $1,078.00 19 Exc. Cl 10, Exist. Fill PI onsite 11,120.00 CY 3.25 $36,140.00 20 Excay. Cl 10, Exist. Fill Disp. 16,480.00 CY 5.20 $85,696.00 21 Excay. Cl 10, Channel Disp. 13,000.00 CY 5.35 $69,550.00 22 Exc. Cl 10, Wetland, Disp. 15,300.00 CY 5.95 $91,035.00 23 Excay. Import 45,290.00 CY 8.17 $370,019.30 24 Topsoil, Strip, Stockpile, Levee 530.00 CY 5.25 $2,782.50 25 Topsoil, Import, Spread, Levee 5,430.00 CY 19.75 $107,242.50 26 Topsoil, Strip, Stockpile, Wetland 2,070.00 CY 4.20 $8,694.00 27 Topsoil, Import, Spread, Wetland 2,070.00 CY 20.35 $42,124.50 28 Rip -rap, Class E 13,600.00 TON 32.25 $438,600.00 29 Engineering Fabric 14,400.00 SY 1.40 $20,160.00 1 Mobilization 1 LS 11 St. Swr. & Tile Rem. 21" RCP 82 LF 12 St. Swr. & Tile Rem. 12" ADS 144 LF 13 St. Swr. & Tile Rem. 12" Unknown 235 LF 14 St. Swr. & Tile Rem. 8" Iron 78 LF 15 St. Swr & Tile Rem. 8" Unknown 114 LF 30 Storm Intake, IDOTSW-562 11 EA 31 Storm Intake, 72" MH w/grate 1 EA 32 Storm Intake, 60" MH w/grate 1 EA 33 Detention Basin Struc. (DBS) 1 EA 34 Storm MH, 108" 1 EA 35 Storm MH, 96" 3 EA 36 Storm MH, 72" 3 EA 37 Storm MH, 60" 4 EA 38 Storm MH, 48" 6 EA 39 RCP FE Sect. w/apron guard 60" 1 EA 40 RCP FE Sect. w/apron guard 48" 1 EA 41 RCP FE Sect. w/apron guard 12" 1 EA 42 RCP St. Swr. 60" C-3 75 LF 43 RCP St. Swr. 48" C-3 328 LF 44 RCP St. Swr. 36" C-3 301 LF 45 RCP St. Swr. 30" C-3 590 LF 46 RCP St. Swr. 24" C-3 514 LF 47 RCP St. Swr. 18" C-3 293 LF 48 RCP St. Swr. 15" C-3 162 LF 49 RCP St. Swr. 12" C-3 465 LF $1,397,427.00 8,000.00 $8,000.00 8.00 $656.00 8.00 $1,152.00 8.00 $1,880.00 6.00 $468.00 6.00 $684.00 2,600.00 $28,600.00 5,200.00 $5,200.00 3,000.00 $3,000.00 3,300.00 $3,300.00 12,000.00 $12,000.00 10,000.00 $30,000.00 5,100.00 $15,300.00 3,800.00 $15,200.00 2,300.00 $13,800.00 4,800.00 $4,800.00 3,800.00 $3,800.00 750.00 $750.00 215.00 $16,125.00 145.00 $47,560.00 99.00 $29,799.00 79.00 $46,610.00 =-' 68.00 $34,952.00 76.00 $22,268.00 _ 56.00 $9,072.00 40.00 $18,600.00 $373,576.00 ::1 Subcontractor Item Description Quantity Unit Unit Price Extension Advanced Electrical Services 1233 Gilbert Court Iowa City, IA 52240 Streb Construction Co., Inc. 18 Commercial Dr. Iowa City, IA 52244 50 North Pump Station Elec. 1 LS 153,400.00 $153,400.00 51 South Pump Station Elec. 1 LS 133,400.00 $133,400.00 53 Conduit to San. Swr. Siphon 1016 LF 3.00 $3,048.00 $289,848.00 1 Mobilization 1 LS 2,000.00 $2,000.00 54 PCC Pavement, 7" 2074 SY 31.80 $65,953.20 $67,953.20 D&N Fence Co., Inc. 4000 Blairs Ferry Rd. NE Cedar Rapids, IA 52411 16 Safety Fence 2715 LF 2.75 $7,466.25 50 North Pump Station Fence 1 LS 5,845.00 $5,845.00 51 South Pump Station Fence 1 LS 6,425.00 $6,425.00 $19,736.25 Mary Pesek Masonry, Inc. 2866 Mount Vernon Rd. SE Cedar Rapids, IA 52403 Stevens Erosion Control, Inc. 5245 Observatory Ave. Riverside, IA 52327 Bluefield Painting Box 439 52356 Wellman, IA P.O. 50 North Pump Station Masonry 51 South Pump Station Masonry 1 LS 13,142.00 $13,142.00 1 LS 13,142.00 $13,142.00 $26,284.00 17 Silt Fence 6100 LF 1.60 $9,760.00 18 Silt Curtain 2750 LF 18.00 $49,500.00 56 Permanent Turf Reinforcement Mat 11610 SY 3.35 $38,893.50 57 Temporary Erosion Ctrl Blanket 17805 SY 1.00 $17,805.00 58 Stabilization Seeding & Fertilizing 6.1 ACRE 400.00 $2,440.00 59 Permanent Seeding & Fertilizing 6.1 ACRE 600.00 $3,660.00 60 Wetland Seeding Nurse Corp & Fert. 8.74 ACRE 1,325.00 $11,580.50 61 Wetland Tree Installation 480 EA 60.00 $28,800.00 62 Wetland Shrub Installation 230 EA 40.00 $9,200.00 50 North Pump Station Painting 51 South Pump Station Painting $171,639.00 1 LS 3,599.00 $3,599.00 1 LS 3,599.00 $3,599.00 $7,198.00 : ca Landmark Engineering Group, Inc. 455 Avenue of the Cities East Moline, IL 51244 63 Construction Staking I IS 8,000.00 $8,000.00 $8,000.00 N r> 4> Cry • W W Bond No. IAC 122443 lovaa Bridge & Culvert, L.C., P. O. Box 13, Washington, IA 52353-0013 , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual) (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Four Million Five Hundred Twenty Thousand One Hundred Sixty and 74/100 Dollars ($----4,520,160.74----- ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the West Side Levee Crandic RR to McCollister Blvd. Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by MMS Consultants, Inc., which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under W -A this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractors Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two ( 2 ) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 2013 . IN THE PRESENCE OF: Witness AWE&- Wit ess Abigail Mohr, Wtnes as to Surety laid DAY OF Iowa Bridge & Culvert, L.C. - (Principal) (Title) Merchants Bonding Company (Mutual) Met D Groo e (Tlil Attorney -in -Fact 604 Locust Street, Suite 800 (Street) Des Moines, Iowa 50309 - (City, State, Zip} MERCHANTS BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duty organized under the laws of the State of Iowa (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint, individually, John W. Ahrold, Mat DeGroote, John R. Fay, Matthew R. Fay, Karlene K. Kenmer, Lauri A. Meneough, Abigail R. Mohr, Jennifer D. Stark of Des Moines and Stale of Iowa their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of'. FIFTEEN MILLION ($15,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed" In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 6th day of March 2013 . ,pnlNNq� �"'clorr� •� ANG Cp• r°a�.•' ••.� - : �1Q•"^ •.!1A• MERCHANTS BONDING COMPANY (MUTUAL) rlOq • O ` O: pPOq .9•. MERCHANTS NATIONAL BONDING, INC. 2003 r r i : Q. • j=,• idnc :yv.• 1933 ;CC. By STATE OF IOWA ••'� Yr .`'r ••� �r COUNTY OF POLK as. ••, H"",1.1•"" ....... President On this 6th day of March , 2013 , before me appeared Larry Taylor, tome personally known, who being by me duly swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. MARANDA GREENWALT/ Lct L Commission Numb12 • My Commission Expires October 28, 2814 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a We and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of , 2013 . -0- 2003 POA 0014 (11/11) ry/y'••* Secretary r raj. Prepared by: Jason Reichert, Special Projects Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5416 RESOLUTION NO. 13-263 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AMENDMENT #2 TO THE JUNE 30, 2009 AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND MMS CONSULTANTS, INC. TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE WEST SIDE LEVEE PROJECT. WHEREAS, the City of Iowa City entered into a contract for consulting services with MMS Consultants, Inc., of Iowa City, Iowa, on June 30, 2009 to prepare preliminary and final design drawings and specifications for a flood control levee and necessary appurtenances; and WHEREAS, MMS Consultants, Inc. has completed the preliminary and final design of the West Side Levee Project; and WHEREAS, the CITY desires to broaden the scope of services to be performed by MMS Consultants, Inc. to include field based consultant services to assist the CITY in implementing the construction contract; and WHEREAS, the City of Iowa City has negotiated Amendment #2 to the June 30, 2009 Agreement for said consulting services with MMS Consultants, Inc., to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with MMS Consultants, Inc.; and WHEREAS, funds for this project are available in the West Side Levee account # 3961 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: Amendment #2 to the Consultant's Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Amendment #2 to the Consultant's Agreement. Passed and approved this 20th day of August , 20,,3_. �4 MAYOR Approved by ATTEST:� P .nn� CITY OLL-ERK City Attorney's Office pw ngMasterslRes-ConsultAgLdm Resolution No. 13-263 Page 2 It was moved by Champion and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton CONSULTANT AGREEMENT WEST SIDE LEVEE PROJECT AMENDMENT NO. 2 THIS AMENDMENT No. 2 to the June 30, 2009, CONSULTANT AGREEMENT for the West Side Levee Project, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the CITY and MMS Consultants,. Inc., of Iowa City, Iowa hereinafter referred to as the CONSULTANT, is made and entered into this Zd0411 day of Awsf WHEREAS, the CITY desires to broaden the scope of services to be performed by the CONSULTANT for the West Side Levee Project; and WHEREAS, the CONSULTANT shall provide office and field based consultant services to assist the CITY in implementing the construction contract; and WHEREAS, the CONSULTANT is willing to perform these additional services for an increase in their fee and extension of the schedule for completion. NOW THEREFORE, it is agreed by and between the parties hereto that the parties do now agree to the following amendments to the June 30, 2009 Consultant Agreement: I. Section I. SCOPE OF SERVICES: A. Task D — Construction Phase Services 1. Attend construction progress meetings. Attend meetings as requested by the city to answer contractor questions. 2. Review submittals and shop drawings submitted by the contractor. 3. Review RFIs submitted by the contractor. Prepare ITCs to answer contractor questions and to clarify the construction documents. Prepare change orders. 4. Review contractor pay requests. 5. Miscellaneous survey and staking to assist with the clearing and grubbing. 6. Site visits and construction oversight assistance. II. Section II. TIME OF COMPLETION: The Scope of Services stated in this Amendment No. 2 above shall be completed according to the following schedule: I.A. Construction Phase Services November 15, 2014 III. Section III. COMPENSATION FOR SERVICES In consideration for the above-described change in the Scope of Services, Consultant's total lump sum fee is hereby amended to $273,360. This additional $56,600 in fees is based on hourly rates in Attachment 1 and summarized below: I.A. Construction Phase Services: $56,600 IV. All other provisions of the June 30, 2009, Consultant Agreement not specifically amended herein shall remain in full force and effect. ME FOR THE CITY By: A" g— Matthew J. Hayek Title: Mayor Date: August 20, 2013 ATTEST: !%'l&Cir r� �� • _ a�� Arian K. Karr, City Clerk -2- FOR THE CONSULTANT By:_1/��G Title: 7 ed"R/- Date: Approved by: City At orney's Office Date ATTACHMENT 1 MMS CONSULTANTS, INC. HOURLY RATES 2013 Rates All Departments Id%rk Code Description Automat/How- 81 Administrative Assistant $56.00 82 Clerical $56.00 83 Clerlcai Support Specialist $40.00 86 Expert Witness $180.00 91 Senior Cad Techiotan $112.50 92 CAD Technician 1 $63.00 93 CAD Technician II $56.00 11 Engineer 1 $112.50 12 Engineer 11 $99.50 13 Engineer til $87.50 14 Engineer IV $76.00 41 Engineer Technician 1 $87.00 42 Engineer Technician II $74.50 43 Engineer Technician 111 $66.00 44 Engineer Technician IV $57.00 51 Geologist $75.50 52 Wetland Scientist $75.50 53 SOIVWetland Technician $58.00 21 Landscape Arch 1 $112.50 22 Landscape Arch 11 $96.00 23 Landscape Arch 111 $71.50 24 Landscape Arch IV $58.00 31 Land Surveyor 1 $112.50 32 Land Surveyor It $109.00 33 Land Surveyery 111 $84.00 45 Research Administrative Assistant $66.00 71 Survey Chief $109.00 72 Survey Tech 1 $83.00 73 Survey Tech If $61.00 Tlntrsdrtp, January 10, 2013 Page I of I - 1 - Prepared by: Jason Reichart, Special Projects Engineer, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5416 RESOLUTION NO. 14-261 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AMENDMENT NO. 1 TO THE JUNE 12, 2013 AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND TERRACON CONSULTANTS, INC. TO PROVIDE CONSTRUCTION PHASE MATERIAL TESTING AND INSPECTION SERVICES FOR THE WEST SIDE LEVEE PROJECT. WHEREAS, the City of Iowa City entered into a contract for consulting services with Terracon Consultants, Inc., of Cedar Rapids, Iowa, on June 12, 2013 to provide construction phase material testing and inspection services during construction of the West Side Levee Project; and WHEREAS, during the construction of West Side Levee Project Contractors discovered a groundwater monitoring well and unearthed an Underground Storage Tank (UST) on the project site; and WHEREAS, the CITY requires the services of the CONSULTANT to abandon the groundwater monitoring well and properly remove the UST by providing tank removal support, sampling, and reporting services during UST removal and closure; and WHEREAS, the City of Iowa City has negotiated Amendment No. 1 to the June 12, 2013 Agreement for said consulting services with Terracon Consultants, Inc., to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with Terracon Consultants, Inc.; and WHEREAS, funds for this project are available in the West Side Levee account # P3961. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: Amendment No. 1 to the Consultant Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Amendment No. 1 to the Consultant Agreement. 3. The City Manager is authorized to execute amendments to the Consultant Agreement as they may become necessary. Passed and approved this 2nd day of September 120 14 ATTEST: IOAYOW** +,n i�rat Approved by �y �y M Resolution No. 14-261 Page 2 CITY CLERK City Attorney's Office It was moved by Payne and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton CONSULTANT AGREEMENT MATERIAL TESTING AND INSPECTION SERVICES WEST SIDE LEVEE PROJECT AMENDMENT NO. 1 THIS AMENDMENT No. 1 to the June 12, 2013, CONSULTANT AGREEMENT for material testing and inspection services for the West Side Levee Project, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the CITY and Terracon Consultants, Inc., of Cedar Rapids, Iowa, hereinafter referred to as the CONSULTANT, is made and entered into this day ofT.�,�' o" V WHEREAS, the CITY desires to broaden the scope of services to be performed by the CONSULTANT for the material testing and inspection services for the West Side Levee Project; and WHEREAS, an Underground Storage Tank (UST) was unearthed behind 18 Commercial Drive during the construction of the West Side Levee Project (Account #3961); and WHEREAS, it is desirable for the CONSULTANT to provide tank removal support, sampling, and reporting services during UST removal and closure; WHEREAS, the CONSULTANT is willing to perform these additional services for an increase in their fee and extension of the schedule for completion. NOW THEREFORE, it is agreed by and between the parties hereto that the parties do now agree to the following amendments to the June 12, 2013 Consultant Agreement: SCOPE OF SERVICES Task 1: UST Removal and Closure 1) PERMITTING AND AGENCY COORDINATION a. If requested, CONSULTANT will assist the CITY with preparation of the Iowa UST Fund Program UST Closure Claim Form. CONSULTANT will notify the IDNR of the removal of the UST in advance. 2) FIELD OBSERVATION AND INSPECTION a. Observe UST system removal activities and collect field documentation necessary for report completion. b. Collect UST soil samples for documentation of site conditions utilizing excavation equipment according to IDNR guidance. CONSULTANT anticipates eight (8) soil samples will be collected around the perimeter of the concrete pad. If the concrete pad is removed, CONSULTANT will collect three (3) soil samples from beneath the UST in lieu of the eight (8) samples around the perimeter. The soil samples will be collected 1 to 3 feet into native soils. c. The UST volume will be verified upon removal and will dictate the actual number of UST soil samples collected according to IDNR guidance. If the presence of product piping or signs of pump island(s) are encountered, additional samples will be -2 - collected according to IDNR guidance. Additional samples will be billed accordingly. d. Collect required groundwater sample(s) for documentation of site conditions. At least one (1) temporary monitoring well will be installed and sampled with 20 feet of the tank basin in the down gradient direction according to IDNR guidance. It is anticipated that one (1) well will be sufficient to assess a possible release to groundwater at the site, but actual system configuration may determine if an additional monitoring well is recommended at the Certified Groundwater Professional's discretion. 3) UST REMOVAL a. The CONSULTANT will solicit bids from licensed tank removal contractors to perform UST removal. b. A licensed tank removal contractor will remove surface material to expose the UST, purge liquids and sludge from the UST, inert and clean the UST, remove the UST, and transport the UST for offsite disposal. The CONSULTANT will contract with a licensed tank removal contractor for these services. c. The CITY will be responsible for securing and backfilling the excavation following the tank removal. 4) LABORATORY ANALYSIS a. Based on the unknown contents of the UST, the soil and groundwater samples will be analyzed for benzene, toluene, ethylbenzene and xylenes (BTEX) by Iowa Method OA -1 and for total extractable hydrocarbons (TEH) as diesel and waste oil by Iowa Method OA -2 per IDNR guidance. 5) CLOSURE DOCUMENTATION a. A tank closure report will be completed in standard IDNR format including documentation of field activities, sample results, maps, disposal manifests, certificates of cleaning, etc. 6) PROJECT MANAGEMENT a. Develop a site specific Health and Safety Plan prior to starting field work to be used by Terracon and subcontractor personnel while on site. b. Project direction, meetings, coordination, reporting and supervision of laboratory and field services. Task 2: Monitoring Well Abandonment 1) WELLABANDONMENT a. CONSULTANT will remove well casing to a depth of at least 4 feet below existing grade and the remaining bore hole will be back filled with bentonite chips. The CITY will provide equipment and labor necessary to expose well casing to a depth of at least 4 feet below existing grade. The work will be supervised by a State of -3 - Iowa Licensed Well Driller. Excess soil material generated during CONSULTATNTS field activities will be left on-site. 2) REPORTING a. CONSULTANT will complete an Abandoned Water Well Plugging Record (IDNR the CITY for submittal to the IDNR. A detailed scope of services can be found in Attachment 1, attached and incorporated herein. The Consultant agrees to perform all services described above and in Attachment 1 in a timely and satisfactory manner. II. TIME OF COMPLETION The Scope of Services stated in this Amendment No. 1 above shall be completed according to the following schedule: Consultant shall complete the above described Scope of Services by September 30, 2014 IV. COMPENSATION FOR SERVICES The CONSULTANT shall perform the Scope of Services for a fee not to exceed $25,500. A general breakdown of the fee is described in Attachment 1, attached and incorporated herein. If, as a result of these services, additional work is required outside the scope of this proposal, the CONSULTANT will contact the CITY, and upon request, proposed fees for additional work will be provided. Certain assumptions, including size of the tank and the lack of product lines were made to generate this proposal. Upon tank excavation, these assumptions will be resolved and additional costs may be incurred. Any additional testing requested by the City will be considered as a change of Scope. CONSULTANT will wait for authorization from the CITY before commencement of any additional work outside the scope of this proposal. There will be no additional charge for working overtime or weekends. V. MISCELLANEOUS All other provisions of the June 12, 2013, Consultant Agreement not specifically amended herein shall remain in full force and effect. FOR THE CITY By: j. Title: Mayor Pro tem September 2, 2014 FOR THE CONSULTANT By: /I — �� Title: Eivs!" ATTEST: Approved by: City Attorney's Office p/ j Date ATTACHMENT 1 Tank Closure and Well Abandoment Proposal lrerracon August 22, 2014 City of Iowa City Engineering Division - City Hall 410 East Washington Street Iowa City, IA 52240 Attention: Mr. Jason Reichert P: 319-356-5416 E: Jason-reichart@iowa-city.org Re: Proposal for Tank Closure West Side Levee at CRANDIC Railroad 18 Commercial Drive (nearest property) Iowa City, Iowa Registration No. NA LUST No. NA Terracon Proposal No. P06140355R Dear Mr. Reichart: Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this revised proposal to conduct tank closure and well abandonment services at the above referenced site. An outline of the project, Terracon's scope of services, including schedule and compensation are provided in the following sections. 1.0 PROJECT INFORMATION The City of Iowa City (City) is currently in the process of constructing flood protection along the west side of the Iowa River. During excavation activities, a suspected underground storage tank (UST) was encountered and potentially impacted soil was noted in the vicinity of the UST. The UST was reportedly located within a concrete enclosure and affixed to a concrete pad. Historical aerial photographs indicate that property immediately west of the UST has been commercially developed since at least the 1930s. The exact dimensions and condition of the UST is unknown, however, based on information provided by the City the UST is estimated to be 10 feet wide by 30 feet long and may be filled with soil. A review of available records indicates the UST is not registered with the State of Iowa. In addition, a monitoring well located near the pumping station along McCollister Boulevard needs to be abandoned. The well is approximately 4 inches in diameter, 20 to 25 feet deep and Terracon Consultants Inc, 2640 12% Street SW Cedar Rapids, IA 52404 P [3191366-8321 F 13191366-0032 Tank Closure Proposal l�err�con City of Iowa City w Iowa City, Iowa August 22, 2014 ■ Terracon Proposal No. P06140355R is readily accessible by truck and excavation equipment. The City has indicated that a contractor associated with the project can assist in excavating around the well for purposes of abandonment. This proposal presents the cost estimate of fees for UST closure activities and well abandonment services. For the purpose of this proposal, it is assumed that there is one 17,000 to 20,000 gallon UST at the site and no associated product piping or equipment. The scope of services and compensation may be adjusted based on actual conditions. Terracon will contract and coordinate with a licensed tank removal contractor (J Pettiecord) and schedule Feld personnel to be onsite during the closure activities for sampling and oversight. We estimate that the removal of the tank can be completed in one to two days, weather and site conditions permitting. Tank removal, sampling, and reporting will be completed according to the Iowa Department of Natural Resources (IDNR) guidance document "Underground Storage Tank Closure Guidance" dated February 2014. The sampling and report will be handled by or under the management of a Certified Groundwater Professional (CGP) per IDNR guidance. In addition, an IDNR licensed tank removal contractor will provide licensed personnel onsite during the closure activities per IDNR guidance. Terracon has a 100% commitment to the safety of all its employees. As such, and in accordance with our Incident and Injury Free® safety culture, Terracon will develop a safety plan for use by our personnel during field services. Prior to commencement of on-site activities, Terracon will hold a meeting to review health and safety needs for this specific project. At this time, we anticipate performing fieldwork in a United States Environmental Protection Agency (USEPA) Level D work uniform consisting of hard hats, safety glasses, protective gloves, and steel -toed boots. It may become necessary to upgrade -this level of protection, at additional cost, during sampling activities in the event that petroleum or chemical constituents are encountered in soils or groundwater that present an increased risk for personal exposure. 2.0 SCOPE OF SERVICES Task 1 — UST Removal and Closure: ■ If requested, Terracon will assist the City with preparation of the Iowa UST Fund Program UST Closure Claim form. Since the UST is not registered the completion of an IDNR UST Registration and Notification of Tank Closure forms (IDNR forms 542-3266 and 542-1308) is not required. Terracon will however, notify the DNR of the removal of the UST in advance. Responsive ■ Resourceful ■ Reliable 2 Tank Closure Proposal 1 rerracon City of Iowa City ■Iowa City, Iowa August 22, 2014 ■ Terracon Proposal No. P06140355R ■ Develop a site specific Health and Safety Plan prior to starting field work to be used by Terracon and subcontractor personnel while on site. ■ Observe UST removal activities and collect field documentation necessary for report completion. A licensed tank removal contractor will remove surface material to expose the UST, purge liquids and sludge from the UST, inert and clean the UST, remove the UST, and transport the UST for offsite disposal. At the client's request, backfilling of the excavation area will not be performed under this contract, since the area will need to be excavated in the future for placement of utilities. The City will be responsible for securing and backfilling the excavation following tank removal activities. ■ Collect UST soil samples for documentation of site conditions utilizing excavation equipment according to IDNR guidance. Based on the assumed volume and presence of a concrete pad, Terracon anticipates 8 soil samples will be collected around the edge of the concrete pad as required by IDNR guidance. If the concrete pad is removed, IDNR guidance dictates three (3) soil samples be collected from beneath the UST in lieu of the 8 samples. The soil samples will be collected 1 to 3 feet into native soils. The UST volume will be verified upon removal and will dictate the actual number of UST soil samples collected according to IDNR guidance. Any additional samples will be billed accordingly. ■ At this time, it is not anticipated that product piping or associated UST equipment will be encountered at the site. If product piping or signs of a pump island(s) are encountered, additional soil samples will be collected according to IDNR guidance and billed in accordance with the attached schedule of fees. Excavation fees may be increased if piping and/or dispensers are discovered. ■ Collect the required groundwater sample(s) for documentation of site conditions. According to IDNR guidance, at least one temporary monitoring well be installed and sampled within 20 feet of the tank basin in the down gradient direction; however, the well must also be representative of a release from all components (USTs, piping, and dispensers). IDNR guidance indicates that larger sites and sites with large distances between USTs and dispensers and/or greater lengths of product piping may need more than one well to assess for the presence of a release. It is anticipated that one well will be sufficient to assess a possible release to groundwater at the site, but actual system configuration may determine if an additional well is recommended at the CGP's discretion. ■ Based on the unknown contents of the UST, the soil and groundwater samples will be analyzed for benzene, toluene, ethylbenzene and xylenes (BTEX) by Iowa Responsive ■ Resourceful ■ Reliable 3 Tank Closure Proposal 1 f�rracon City of Iowa City m Iowa City, Iowa August 22, 2014 ■ Terracon Proposal No. P06140355R Method OA -1 and for total extractable hydrocarbons (TEH) as diesel and waste oil by Iowa Method OA -2 per IDNR guidance. ■ A Tank Closure Report will be completed in standard IDNR format including documentation of field activities, sample results, maps, disposal manifests, certifications of cleaning, etc. Task 2 —Well Abandonment: ■ Terracon will remove well casing to a depth of at least 4 feet below existing grade and the remaining bore hole will be back filled with bentonite chips. The City will provide equipment and operators necessary to expose well casing to a depth of at least 4 feet below existing grade; costs for excavation are not included in this proposal. The work will be supervised by a State of Iowa Licensed Well Driller. Excess soil material generated during field activities will be left on-site in accordance with applicable law. The excavation will be backfilled and tamped, no compaction testing is proposed. ■ Following completion of well abandonment activities, the State of Iowa Licensed Well Driller will complete an Abandoned Water Well Plugging Record (IDNR Form 542-1226) for the abandoned well. The original completed forms will be provided to you for submittal to the IDNR. 3.0 COMPENSATION The Scope of Services outlined in this proposal will be performed on a time and materials basis for an estimated fee of $23,200 to $25,500. Liquids/solids removed from the UST prior to removal and following UST cleaning will be disposed at a cost of $1.25/gallon. Offsite disposal of impacted backfill material and/or soils in accordance with IDNR guidance is estimated at $85/ton (may vary depending on landfill costs). Liquid waste and soil removal is not included in Terracon's estimated fee. A summary of Terracon estimated fees are provided in Table 1 attached to this proposal. If, as a result of these services, additional work is required outside the scope of this proposal, you will be contacted, and upon request, proposed fees for additional work will be provided. Certain assumptions, including the size of the tank and the lack of product lines were made to generate this proposal. Upon tank excavation, these assumptions will be resolved and additional costs may be incurred. Client authorization will be obtained prior to commencement of any additional work outside the scope of this proposal. The project cost summary is based on the scope of services outlined in this proposal. This proposal and fee estimate were prepared based on the following assumptions: Responsive ■ Resourceful ■ Reliable 4 Tank Closure Proposal 1 Terracon City of Iowa City m Iowa City, Iowa August 22, 2014 ■ Terracon Proposal No. P06140355R ■ The client will provide to Terracon, prior to mobilization, legal right of entry to the site (and other areas if required) to conduct the scope of services. ■ The tank is 17,000 to 20,000 gallons in size. ■ There are no product lines or piping associated with the tank. ■ The concrete pad beneath the tank is to remain in-place. ■ The client will notify Terracon, prior to mobilization, of any restrictions, special site access requirements, or known potentially hazardous conditions at the site (e.g., hazardous materials or processes, specialized protective equipment requirements, unsound structural conditions, etc.). ■ The tank removal contractor will be responsible for contacting Iowa One Call to have public utilities marked. Terracon will also contact Iowa One Call to cover the temporary well installations. ■ Utilities on private land that are not located by public companies will be located by client. ■ The City will provide an excavation contractor (equipment and labor) to assist with well abandonment. ■ Work can be performed during normal business hours (Monday through Friday, 7:00 am to 7:00 pm). If any of these assumptions or conditions are not accurate or change during the project, the stated fee is subject to change. Please contact us immediately if you are aware of any inaccuracies in these assumptions and conditions, so we may revise the proposal or fee. Additions to the scope of work as presented in this proposal will be handled under a separate change order. 4.0 AUTHORIZATION If this proposal is acceptable to the City, Terracon will prepare a contract for authorization. Services will be initiated upon receipt of the written notice to proceed. This proposal is valid only if authorized within 90 days from the proposal date. Responsive ■ Resourceful ■ Reliable 5 Tank Closure Proposal 1 r�rraeon City of Iowa City n Iowa City, Iowa August 22, 2014 ■ Terracon Proposal No. P06140355R We appreciate the opportunity to provide this proposal and look forward to working with you on this project. If you have questions or comments regarding this proposal, please contact Daniel Green at (319) 221-7314 or via email at dmgreen@terracon.com. Sincerely, Terr on Consultants, Inc. Daniel M. Green, CGP /f Dennis R. Sensenbrenner, PG, CGP Senior Staff Scientist �pf Environmental Department Manager DMG/DRS: Documents:N:\Proposal Documents\2014\P06140355\P06140355R.lowa City UST Closure.final revised.docx Attachment—Table 1 Copies to: Addressee (2) Responsive • Resourceful ■ Reliable ATTACHMENT 1 lrerrecon BUDGET ESTIMATE UST REMOVAL AND CLOSURE IOWA CITY, IOWA TERRACON PROPOSAL NO. P06140355R UST Closure Assessment Drill Rig Mobilization/Demobilization 1 - 1 Each $350.00 $ 350.00 - 350.00 Hollow Stem Auger Drilling 15 - 20 Foot $10.75 $ 161.25 - 215.00 Continuous Split Spoon Sampling 15 - 20 Foot $13.75 $ 206.25 - 275.00 Photoionization Detector 1 - 2 Days $150.00 $ 150.00 - 300.00 Temporary Monitor Well Materials 1 1 Each $50.00 $ 50.00 50.00 Water Level Indicator 1 - 1 Days $35.00 $ 35.00 - 35.00 Peristaltic Pump 1 - 1 Days $125.00 $ 125.00 - 125.00 Drilling Supervisor 1 - 2 Hour $100.00 $ 100.00 - 200.00 Senior Project Manager 1 - 2 Hour $120.00 $ 120.00 - 240.00 Project Professional III 2 - 3 Hour $100.00 $ 200.00 - 300.00 Certified Groundwater Professional 10 - 16 Hour $90.00 $ 900.00 - 1,440.00 Laboratory Analysis by Iowa Method OA -1 9 - 9 Each $40.00 $ 360.00 - 360.00 Laboratory Analysis by Iowa Method OA -2 Tank Remove Contractor (J Pettiecord) Base Lump Sum Fee (includes 15% mark up) Tank Closure Report Senior Groundwater Professional 9 1 2 - 9 - 1 - 3 Each Lump Sum Hour $40.00 $18,400.00 $135.00 $ $ $ 360.00 18,400.00 270.00 - 360.00 - 18,400.00 - 405.00 Senior Project Manager 1 - 2 Hour $120.00 $ 120.00 - 240.00 Project Professional III 2 - 4 Hour $100.00 $ 200.00 - 400.00 Certified Groundwater Professional 10 - 16 Hour $90.00 $ 900.00 - 1,440.00 AutoCAD Drafting 2 - 4 Hour $85.00 $ 170.00 - 340.00 Clerical Well Abandonment Well Abandonment (includes mobilization and materials) 1 1 - 1 - 1 Hour Lump Sum $45.00 $700.00 1 $ $ 45.00 - 700.00 - 45.00 700.00 Total Estimated Tank Closure Report Total $ $ 23,222.50 - 23,200.00 - 25,520.00 $ 25,500.00 /d C Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 RESOLUTION NO. 16-139 RESOLUTION ACCEPTING THE WORK FOR THE WEST SIDE LEVEE PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the West Side Levee Project, as included in a contract between the City of Iowa City and Iowa Bridge and Culvert, LC of Washington, Iowa, dated May 13, 2013, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the West Side Levee account # 3961; and WHEREAS, the final contract price is $4,669,827.00 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 17th day of ATTEST:�ncsa� CITY CLERK May —,20 166 MAVOR Approved by 4a w9mlUefe City Attorney's Office 5-1101 L It was moved by Botchway and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Cole x Dickens x Mims x_ Taylor x_ Thomas x Throgmorton Pwenglmasters/acptwork. doc 5116 a+ C CITY OF IO TrA luyria Ll i I. iu W'A t' 1 �� • 1 i 1 � 1' Project Location Map Sheet Orientation Location Map Not To Scale Not To Scale STANDARD LEGEND AND NOTES INFORMATION — PROPERTY &/or BOUNDARY LINES me or under m direct supervision and that I am a duly Licensed — CONGRESSIONAL SECTION LINES STATE HIGHWAY 1 — RIGHT—OF—WAY LINES ------- — --- ' 3' 1(— — NORTH — — EXISTING CENTER LINES ss -------------717111 L — LOT LINES, INTERNAL itr CY� j ' — LOT LINES, PLATTED OR BY DEED — — — — — — — — ' — — — w — BENCHMARK 5fur is 9 / rFerry I 0"wqy Park s — RECORDED DIMENSIONS `� \ I `\ \ ®/y \fid — CURVE SEGMENT NUMBER —EXIST— —PROP— J EROSION CONTROL PLAN /</ \ $ — POWER POLE W/DROP $ — POWER POLE W/TRANS - \ Li NORTH PUMP POWER POLE W/LIGHT $ �ww--a- m�� ¢ s} ,; Y \ -------------- - STATION ______________ OO OO — SANITARY MANHOLE STORM SEWER PLAN AND PROFILE — FIRE HYDRANT a WATER VALVE ® ® 1I Iw ❑ I ; 11 —x—x— — FENCE LINE t — EXISTING SANITARY SEWER � 0 LLJ — PROPOSED SANITARY SEWER SIPHON STATION DETAILS — EXISTING STORM SEWER PUMP STATION DETAILS — PROPOSED STORM SEWER BW — WATER LINES E — ELECTRICAL ONES T — TELEPHONE LINES G — GAS LINES — — — — — — — — — — — — CONTOUR LINES (1' INTERVAL) CROSS SECTIONS PROPOSED LEVEE — PROPOSED GROUND — — — — — — EXISTING GROUND CONTROL DRAWING — EXISTING TREE LINE WETLAND MITIGATION PLAN t TRAFFIC CONTROL PLAN .p THE ACTUAL SIZE AND LOCATION OF ALL PROPOSED FACILITIES SHALL BE VERIFIED WITH a M T PROJECT LOCATION U M AL o Napoleon E (herby Park Park ARE TO BE PREPARED AND SUBMITTED SUBSEQUENT TO THE % — _—Jr II _ MORMON TREK BOULEVARD r r LLJ moo �4.¢,C�7���C��f�, rrr i { µ&O LLISTER BLV — _ �/ ! r ,L' t ' W SOUTH PUMP LU STATION Location Map Not To Scale Not To Scale STANDARD LEGEND AND NOTES INFORMATION — PROPERTY &/or BOUNDARY LINES me or under m direct supervision and that I am a duly Licensed — CONGRESSIONAL SECTION LINES ------------- — RIGHT—OF—WAY LINES ------- — --- — EXISTING RIGHT—OF—WAY LINES — — CENTER LINES — — EXISTING CENTER LINES J. Cannon Lic, 17363 Date — LOT LINES, INTERNAL — — LOT LINES, PLATTED OR BY DEED — — — — — — — — — PROPOSED EASEMENT LINES — — — — EXISTING EASEMENT LINES w — BENCHMARK (R) — RECORDED DIMENSIONS 22-1 — CURVE SEGMENT NUMBER —EXIST— —PROP— 14 EROSION CONTROL PLAN — POWER POLE $ — POWER POLE W/DROP $ — POWER POLE W/TRANS STORM SEWER PLAN AND PROFILE POWER POLE W/LIGHT $ GUY POLE ¢ s} — LIGHT POLE OO OO — SANITARY MANHOLE STORM SEWER PLAN AND PROFILE — FIRE HYDRANT a WATER VALVE ® ® — DRAINAGE MANHOLE Iw ❑ — CURB INLET —x—x— — FENCE LINE ( — EXISTING SANITARY SEWER SIPHON STATION PLAN AND DETAILS — PROPOSED SANITARY SEWER SIPHON STATION DETAILS — EXISTING STORM SEWER PUMP STATION DETAILS — PROPOSED STORM SEWER BW — WATER LINES E — ELECTRICAL ONES T — TELEPHONE LINES G — GAS LINES — — — — — — — — — — — — CONTOUR LINES (1' INTERVAL) CROSS SECTIONS PROPOSED LEVEE — PROPOSED GROUND — — — — — — EXISTING GROUND CONTROL DRAWING — EXISTING TREE LINE WETLAND MITIGATION PLAN — EXISTING DECIDUOUS TREE TRAFFIC CONTROL PLAN — EXISTING EVERGREEN TREES THE ACTUAL SIZE AND LOCATION OF ALL PROPOSED FACILITIES SHALL BE VERIFIED WITH CONSTRUCTION DOCUMENTS, WHICH ARE TO BE PREPARED AND SUBMITTED SUBSEQUENT TO THE APPROVAL OF THIS DOCUMENT. BENCHMARK INFORMATION BM NO. 1 RM 141 (SEE PLANS FOR LOCATION) ELEVATION 650.41 NGVD29 DATUM BENCHMARK INFORMATION BM NO. 2 TOP CENTER BOLT ON HYDRANT AT COMMERCIAL DRIVE ELEVATION 645.18 NGVD29 DATUM BENCHMARK INFORMATION BM NO. 3 NORTH BOLT ON HYDRANT AT COMMERCIAL COURT ELEVATION 642.10 NGVD29 DATUM BENCHMARK INFORMATION BM NO. 4 me or under m direct supervision and that I am a duly Licensed CENTER BOLT ON HYDRANT (SEE PLANS FOR LOCATION) ELEVATION 644.05 NGVD29 DATUM Stru a e r under the laws of the State of Iowa. 4 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net I hereby certify that this engineering document was prepared by M M S me or under m direct supervision and that I am a duly Licensed 04-24-12 Stru a e r under the laws of the State of Iowa. 4 05-24-12 \�o�uuES.S frlrygq,,i a,,,,,,,,, 13 09-11-12 PER INTERNAL REVIEW PVA/LLS Index J. Cannon Lic, 17363 Date Adam d. V1,n,e Cannan _�= renewal date is December 31, 2014 Ji 17363 ;fir GRADING PLAN 10 Pages or sheets covered by this seal: 11 SHEETS S1—S5 12 GRADING PLAN CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date M M S GENERAL NOTES AND DETAILS 04-24-12 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net 1 Date Revision GENERAL NOTES AND DETAILS 04-24-12 PER INTERNAL REVIEW PVAILLS 4 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS DEMOLITION PLAN 09-11-12 PER INTERNAL REVIEW PVA/LLS Index DEMOLITION PLAN 8A BERM REMOVAL PLAN 1 TITLE SHEET 2 GENERAL NOTES AND DETAILS 3 DEMOLMON PLAN 4 DEMOLITION PLAN 5 DEMOLITION PLAN 6 DEMOLITION PLAN 7 DEMOLITION PLAN 8A BERM REMOVAL PLAN 8 GRADING PLAN 9 GRADING PLAN 10 GRADING PLAN 11 GRADING PLAN 12 GRADING PLAN 13 GRADING PLAN 14 EROSION CONTROL PLAN 15 EROSION CONTROL PLAN 16 STORM SEWER PLAN AND PROFILE 17 STORM SEWER PLAN AND PROFILE 18 STORM SEWER PLAN AND PROFILE 19 STORM SEWER PLAN AND PROFILE 20 STORM SEWER PLAN AND PROFILE 21 STORM SEWER PLAN AND PROFILE 22 NORTH PUMP STATION SITE PLAN 23 SOUTH PUMP STATION SITE PLAN 81 FOUNDATION PLAN AND DETAILS S21 STRUCTURAL SECTIONS AND DETAILS S3 STRUCTURAL SECTIONS AND DETAILS S4 SIPHON STATION PLAN AND DETAILS S5 SIPHON STATION DETAILS 24 PUMP STATION DETAILS 251 BAR SCREEN DETAILS 26 SLIDE GATE DETAILS 27 ELECTRICAL LAYOUT PLAN 28 ELECTRICAL DETAILS 29 CROSS SECTIONS PROPOSED LEVEE 30 CROSS SECTIONS PROPOSED LEVEE 31 CROSS SECTIONS PROPOSED LEVEE 32 CONTROL DRAWING 33 WETLAND MITIGATION PLAN 34 TRAFFIC CONTROL PLAN TITLE SHEET E WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA I hereby certify that this engineering document was prepared by a me or under my direct supervision and that I am a duly licensed - Professional Engineer under the la of the State of Iowa. RLA \\\QarIESSIIpNq i4001 Scale: o \ VN �y 2oo- 4—co RONALD y Sheet No: RLA RONALD L AMELO' P.E. Iowa Lic. o. 14201 'W- L m= J = AMELON _ a= My license renewal date is December 31, 20 ate. 14201 ' ....peiIOWA 0339234 �\�\ %o. \\N\\o� lrp11IM1111111111ti1 Pages or sheets covered by this seal: SHEETS 1-34 SEAL TITLE SHEET E WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. 3 a Date: > 01-07-11 a Designed by: Field Book No: M RLA Drawn by: Scale: o IS NONE Checked by: Sheet No: RLA N m Project No: IOWA CITY 0339234 TYPICAL BOLLARD DETAIL N.T.S. 6"0 SCHEDULE „ I I 80 C YELLOWPIPE, POWDER I n CONCRETE FILLED EXPANSION JOINT CONCRETE PAVING 0 I L PCC O LJ ENCASEMENT 18"J I RCP CONNECTION TO STRAIGHT WALL STRUCTURE IN.T.S. DO NOT MORTAR OUTSIDE A -LOCK FIELD SLEEVE NOT MORTAR )P 1/2 OF 'E INSIDE WATERSTOP FOR TRENCHES N.T.S. r -A tFT - e- KONG RPE �IENM BETAEEN JOINTS �STDRM SEWER MAIN STANDARD PIPE A LIMIT OF NORMAL JgNTS "CAVAToN PLAN I SECTION A -A NOTES: 1. AFTER INITIAL EXCAVATION, PLACE AND COMPACT SELECT MATERIAL AS NEEDED. PROVIDE CRADLE FOR PIPE EQUAL TO SPECIFIED BEDDING CLASS. AFTER PIPE INSTALLATION, PLACE AND COMPACT SELECT MATERIAL WITHIN PIPE ENVELOPE TO SPECIFIEC DENSITY. 2. ABOVE PIPE ENVELOPE PLACE SELECT MATERIAL AND COMPACT TO DENSITY SPECIFIED FOR TRENCH BACKFILL 3. CONTRACTOR MAY ELECT TO RE -EXCAVATE, AFTER INITIAL INSTALLATION AND BACKFILUNG, TO CONSTRUCT WATERSTOP. APPROPRIATE MEASURES TO PROTECT PIPE AND TO MAINTAIN ITS SUPPORT, SHALL BE TAKEN. 4. SELECT MATERIAL SHALL BE SUITABLE FILL PER NOTE #5 OF GRADING NOTES THIS SHEET. PERMANANT SEEDING OF RURAL AREAS N.T.S. PERMANENT SEEDING SHALL BE IN ACCORDANCE WITH I.D.O.T. STANDARD SPECIFICATION SECTION 2601.03 PERMANENT SEEDING AND FERTILIZING. SEED MIXTURES SHALL BE ONE OF THE FOLLOWING: FESCUE, KENTUCKY 31 OR FAWN 55 LBS. PER ACRE RYE GRASS (PERENNAIL) 45 LBS. PER ACRE BIRDSFOOT TREFOIL 5 LBS. PER ACRE PERMANENT SEED APPLICATION DATES ARE BETWEEN MARCH 1 AND MAY 31, AND BETWEEN AUGUST 10 AND SEPTEMBER 30. FERTILIZER SHALL BE APPLIED AT A RATE OF 750 LBS PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13-13-13 FERTILIZER. BACKFILL OF SIZE BAR LIST MACERATED N.T.S. 3 uAmagL NEENAH R -5901-F OMIT OF NORMAL 4'-2" - EXCAVATION #4 4 SEE NOTE t SEE NOT: 2 4 1 5'-4" 1) BASIN STRUCTURE SHALL BE SAME AS I.D.O.T. STANDARD ROAD PLAN FOR SW -403, DEEP WELL RECTANGULAR STORM SEWER MANHOLE, EXCEPT V-6" - 12 -INCH AS MODIFIED ON THESE PLANS. PIPE MINIMUM BAR GRATE 639.30 ENVELOPE I SECTION A -A NOTES: 1. AFTER INITIAL EXCAVATION, PLACE AND COMPACT SELECT MATERIAL AS NEEDED. PROVIDE CRADLE FOR PIPE EQUAL TO SPECIFIED BEDDING CLASS. AFTER PIPE INSTALLATION, PLACE AND COMPACT SELECT MATERIAL WITHIN PIPE ENVELOPE TO SPECIFIEC DENSITY. 2. ABOVE PIPE ENVELOPE PLACE SELECT MATERIAL AND COMPACT TO DENSITY SPECIFIED FOR TRENCH BACKFILL 3. CONTRACTOR MAY ELECT TO RE -EXCAVATE, AFTER INITIAL INSTALLATION AND BACKFILUNG, TO CONSTRUCT WATERSTOP. APPROPRIATE MEASURES TO PROTECT PIPE AND TO MAINTAIN ITS SUPPORT, SHALL BE TAKEN. 4. SELECT MATERIAL SHALL BE SUITABLE FILL PER NOTE #5 OF GRADING NOTES THIS SHEET. PERMANANT SEEDING OF RURAL AREAS N.T.S. PERMANENT SEEDING SHALL BE IN ACCORDANCE WITH I.D.O.T. STANDARD SPECIFICATION SECTION 2601.03 PERMANENT SEEDING AND FERTILIZING. SEED MIXTURES SHALL BE ONE OF THE FOLLOWING: FESCUE, KENTUCKY 31 OR FAWN 55 LBS. PER ACRE RYE GRASS (PERENNAIL) 45 LBS. PER ACRE BIRDSFOOT TREFOIL 5 LBS. PER ACRE PERMANENT SEED APPLICATION DATES ARE BETWEEN MARCH 1 AND MAY 31, AND BETWEEN AUGUST 10 AND SEPTEMBER 30. FERTILIZER SHALL BE APPLIED AT A RATE OF 750 LBS PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13-13-13 FERTILIZER. n m a m TOP STEEL PER RA -49 DETAIL 1b4 / ib4 SEE DETAILS FOR OPENING SIZES & -I B. C-C l SIDE OR BACK WALL BOTTOM STEEL PER RA -49 DETAIL STEEL PLACEMENT IN WALLS: INTAKE WITH DRAINAGE GRATE TYPICAL BERM CROSS SECTION N.T.S. N.T. . TOP OF RIM 1" 2'-11" ELEVATION l �SQUARE2.5" r NOTE: 10° , I, SEE DETAIL FOR ALTERNATE RIPRAP PER MANHOLE CENTER BARS TOE TREATMENT DETAIL (60"0 MIN) 14. 0.5' TOPSOIL NEENAH R -4215-C GRATE Q DBS DETAIL BAR LIST MARK N.T.S. LENGTH RADIUS NEENAH R -5901-F BASIN STRUCTURE NOTES: 4'-2" - OR APPROVED EQUAL #4 4 4'-11" - 4 1 5'-4" 1) BASIN STRUCTURE SHALL BE SAME AS I.D.O.T. STANDARD ROAD PLAN FOR SW -403, DEEP WELL RECTANGULAR STORM SEWER MANHOLE, EXCEPT V-6" - 12"r AS MODIFIED ON THESE PLANS. 14'-2" 2'-3" BAR GRATE 639.30 2) BASIN STRUCTURE REINFORCING FOR TOP AND BASE SHALL BE THE SAME 1T-3" 2--g- (ALL SIDES) AS FOR SW -403. WALL REINFORCING SHALL BE AS SHOWN ON THESE PLANS. SIDE _ 10' OF=_ 3) CONTRACTOR TO FURNISH & INSTALL A BAR GRATE OVER EACH OPENING WALL RIPRAP = 4' - -_ ON EACH STRUCTURE. EACH BAR GRATE SHALL PROVIDE MAXIMUM OPEN 5 LBS. ON ALL -iT�III-III AREA. MAXIMUM SPACING BETWEEN BARS SHALL NOT EXCEED 6 INCHES. TIMOTHY ,�-T�I SIDES 12" ET I -1I- I BAR GRATE SHALL BE EPDXY COATED TO PREVENT CORROSION ACRE THICK AND RUST. 4) CONTRACTOR SHALL EMBED BAR GRATE IN STRUCTURE. 2 BUSHEL PER ACRE Ld 35 LBS. 5) BASIN STRUCTURE LOCATIONS ARE SHOWN ON THE STORM SEWER PLAN a 634.30 AND PROFILES. 1- ELEVATION VIEW DBS #1 (WEST FACE) 6) ALL BASIN STRUCTURES SHALL BE A MINIMUM OF 42 INCHES LOWEST Ld NOT TO SCALE GROUND LEVEL TO BOTTOM OF STRUCTURE. IF INVERT ELEVATIONS ARE j OVERALL EXTERIOR DIMENSIONS = 5"-4" x 5'-4'" INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, CONTRACTOR TO PROVIDE o DEEPER STRUCTURE AND POUR CONCRETE FILLET IN BOTTOM OF STRUCTURE STRUCTURE SHALL HAVE A 4' WIDE X 1- HIGH OPENING TO MAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. ON ALL FOUR SIDES II-- 3"-3" 4" II� V-10" 12" I--- 3'-3" rc N 2 AT EACH CORNER UMBER REQUIRED 8 REWIRED PER VARIES WITH STRUCTURE le STRUCTURE w 6 IN EACH p HEIGHT AND PIPES ? In x WALL (CUT OR INTO STRUCTURES W F ELIMINATE AT (CUT AS REQUIRED) 3 PIPES INTO u, STRUCTURES) 104 w rc o 1c4 m > f- 3 _3• 64 3 wI 12" w rc 12" STEEL BENDING DIAGRAMS: n m a m TOP STEEL PER RA -49 DETAIL 1b4 / ib4 SEE DETAILS FOR OPENING SIZES & -I B. C-C l SIDE OR BACK WALL BOTTOM STEEL PER RA -49 DETAIL STEEL PLACEMENT IN WALLS: INTAKE WITH DRAINAGE GRATE TYPICAL BERM CROSS SECTION N.T.S. N.T. . TOP OF RIM 1" 2'-11" ELEVATION l �SQUARE2.5" r NOTE: 10° , I, SEE DETAIL FOR ALTERNATE RIPRAP PER MANHOLE CENTER BARS TOE TREATMENT DETAIL (60"0 MIN) 14. 0.5' TOPSOIL NEENAH R -4215-C GRATE Q STABILIZATION SEEDING STABILIZATION SEEDING SHALL BE IN ACCORDANCE WITH I.D.O.T. STANDARD SPECIFICATION SECTION 2601.03 STABILIZING CROP SEEDING AND FERTILIZING SEED MIXTURES SHALL BE ONE OF THE FOLLOWING: SPRING- MARCH 1 TO MAY 20 OATS REINFORCING BAR LIST MARK SIZE NO. LENGTH RADIUS b1 #4 4 4'-2" - b2 #4 4 4'-11" - b3 #4 4 V-6" - b4 #4 4 14'-2" 2'-3" b5 #4 4 1T-3" 2--g- STABILIZATION SEEDING STABILIZATION SEEDING SHALL BE IN ACCORDANCE WITH I.D.O.T. STANDARD SPECIFICATION SECTION 2601.03 STABILIZING CROP SEEDING AND FERTILIZING SEED MIXTURES SHALL BE ONE OF THE FOLLOWING: SPRING- MARCH 1 TO MAY 20 OATS 2 BUSHEL PER ACRE GRAIN RYE 25 LBS. PER ACRE RED CLOVER 5 LBS. PER ACRE TIMOTHY 5 LBS. PER ACRE SUMMER - MAY 21 TO JULY 20 Scale: i IS OATS 3 BUSHEL PER ACRE GRAIN RYE 35 LBS. PER ACRE RED CLOVER 5 LBS. PER ACRE TIMOTHY 5 LBS. PER ACRE FALL - JULY 21 TO SEPTEMBER 30 0339234 OATS 2 BUSHEL PER ACRE GRAIN RYE 35 LBS. PER ACRE RED CLOVER 5 LBS. PER ACRE TIMOTHY 5 LBS. PER ACRE FERTILIZER SHALL BE APPLIED AT A RATE OF 450 LBS PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13-13-13 FERTILIZER. 0.5' TOPSOIL, 3 OR 4 (SEE PLAT EMBANKMENT AND 1 KEY TRENCH FILL SEE NOTE 5 & 6 (GRADING NOTES) 0.5' TOPSOIL! FINISH SURFACE AT TOP OF RIP RAP 2,_5 1.5' THICK CLASS E RIP RAP OVER ENGINEERING FABRIC BELOW BASE OF TOP SOIL OR BASE EXISTING FILL REMOVAL INSTALLATION 1. POSTS SHALL BE EITHER 4" DIAMETER WOOD OR 1.33 POUNDS PER LINEAL FOOT STEEL WITH A MINIMUM LENGTH OF 5 FEET. STEEL POSTS SHALL HAVE PROJECTIONS FOR FASTENING WIRE TO THEM. 2. SILT FENCE FABRIC SHALL CONFORM TO I.D.O.T. STANDARD SPECIFICATION SECTION 4196.01. SILT FENCING SHALL BE A MINIMUM OF 24" AND A MAXIMUM OF 36" HIGH WHEN COMPLETE. 3. THE FILTER FABRIC SHALL BE PURCHASED IN A CONTINUOUS ROLL CUT TO THE LENGTH OF THE FENCE TO AVOID THE USE OF JOINTS. WHEN JOINTS ARE NECESSARY, THE FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT A SUPPORT POST, WITH A MINIMUM 6" OVERLAP, AND SECURELY SEALED, 4. POSTS SHALL BE SPACED A MAXIMUM OF 8 FEET APART AND DRIVEN SECURELY INTO THE GROUND ALONG THE FENCE ALIGNMENT. POSTS SHALL BE DRIVEN INTO THE GROUND A MINIMUM OF 28". 5. A TRENCH SHALL BE EXCAVATED APPROXIMATELY 4" WIDE BY 12" DEEP ALONG THE UPSLOPE SIDE OF THE POSTS. 6. FILTER FABRIC SHALL BE STAPLED OR WIRED TO THE POSTS SUCH THAT THE FABRIC EXTENDS INTO THE TRENCH AS SHOWN ABOVE. THE FABRIC SHALL BE FASTENED A MINIMUM OF THREE PLACES ON EACH POST. 7. THE TRENCH SHALL BE BACK FILLED WITH EXCAVATED MATERIAL AND THOROUGHLY COMPACTED. TOPSOIL IRI. EXISTING GROUND REMOVE TOP SOIL OR EXISTING FILL ESTIMATED THICKNESS OF 1 TO 5 FEET. FENCE POST ATTACHMENT TO SIDE OF STRUCTURE N.T.S. 122 OF SLAB 7" X 0'-8" CHAINLINK ENCLOSURE DETAIL N.T.S. VERIFY WITH SPECIFICATION L PROVIDE 9' LONG 2"0 STEEL POSTS SILT FENCE DETAIL COMPACTED NATIVE SOIL BACK FILL WOOD OR •r•�nnau���le� 1. SILT FENCES SHALL BE INSPECTED WEEKLY AND AFTER EACH RAIN- FALL EVENT OF 0.5 INCHES OR MORE. DURING PERIODS OF PROLONGED RAIN INSPECTIONS SHALL BE AT LEAST DAILY. ANY REPAIRS NEEDED TO MAINTAIN THE SILT FENCE'S EFFECTVENESS SHALL BE MADE IMMEDIATELY. 2 SHOULD THE FABRIC ON A SILT FENCE DECOMPOSE OR BECOME INEFFECTIVE PRIOR TO STABILIZING THE UPSLOPE AREAS THE FABRIC SHALL BE REPLACED PROMPTLY. 3. SEDIMENT DEPOSITS SHOULD BE REMOVED AFTER EACH STORM EVENT. THEY MUST BE REMOVED WHEN THE DEPOSITS REACH APPROXIMATELY ONE-HALF THE HEIGHT OF THE FENCE. SILTS REMOVED SHALL BE PLACED IN A PROTECTED PLACE THAT WILL PREVENT THEIR ESCAPE FROM THE CONSTRUCTION SITE. 4. ANY SEDIMENT DEPOSITS REMAINING IN PLACE AFTER THE SILT FENCE IS NO LONGER NEEDED SHALL BE DRESSED TO CONFORM WITH THE EXISTNG GRADE, PREPARED AND SEEDED. 5. SILT FENCE SHALL REMAIN IN PLACE UNTIL IT IS NO LONGER NEEDED AS DIRECTED BY THE POLLUTION PREVENTION PLAN. GENERALLY SILT FENCES SHALL REMAIN UNTIL THE UPSLOPE AREAS ARE STABILIZED WITH AN ESTABLISHED GRASS COVER AS A MINIMUM. GRADING NOTES! 1) THE SITE SHALL BE STRIPPED OF ALL VEGETATION AND THE ROOT ZONE. ALL GRAVEL & CONCRETE SHALL BE REMOVED FROM THE PROPOSED LEVEE SITE. THESE MATERIALS SHALL BE DISPOSED OF OUTSIDE THE PROPOSED LEVEE SITE. 2) REMOVE EXISTING FILL FROM BENEATH THE PROPOSED LEVEE. SEE GEOTECHNICAL REPORT FOR ESTIMATED REMOVAL DEPTH. THE SOIL MAY BE PLACED AS FILL IN THE AREA WEST OF THE LEVEE ADJACENT TO McCOLLISTER BLVD- NOTE 6 SHALL GOVERN PLACEMENT AND COMPACTION REQUIREMENTS. 3) FOLLOWING REMOVAL BUT PRIOR TO PLACING FILL FOR THE LEVEE, THE EXPOSED SUBGRADE SHALL BE PROOF ROLLED AND OBSERVED BY THE ENGINEER. ANY UNSUITABLE AREAS SHALL BE OVER EXCAVATED AND REPLACED WITH SUITABLE COMPACTED FILL. 4) A KEY TRENCH SHALL BE EXCAVATED PER THE TYPICAL LEVEE SECTION ON THIS SHEET. THE BASE OF THE KEY TRENCH SHALL BE PROOF ROLLED AND OBSERVED BY THE ENGINEER, AND UNSUITABLE AREAS SHALL BE OVER EXCAVATED AND REPLACED WITH SUITABLE COMPACTED FILL 5) SUITABLE FILL FOR THE LEVEE BERM, KEY TRENCH, AND REPLACEMENTS OF OVER EXCAVATED AREAS SHALL BE LEAN CLAY OR SANDY LEAN CLAY HAVING LESS THAN 35% OF THE PARTICLES PASSING THE #200 SIEVE, AND A PLASTIC INDEX BETWEEN 12 AND 30. 6) FILL SHALL BE PLACED IN LOOSE LIFTS OF 6" TO 12" THICK, FILL SHALL BE MOISTURED CONDITIONED TO -1% TO +3% OF THAT SOILS OPTIMUM MOISTURE CONTENT, FILL SHALL BE COMPACTED TO AT LEAST 95% OF ITS STANDARD PROCTOR DRY DENSITY. 7) 6" THICK TOPSOIL SHALL BE PLACED ON ALL FINISHED LEVEE SURFACES EXCEPT WHERE PAVEMENT OR RIP RAP IS SPECIFIED. 8) FILL PLACED ON EXISTING SOILS THAT ARE STEEPER THAN 4:1 SHALL BE BENCHED INTO EXISTING SLOPES WITH A MAXIMUM 3 -FOOT VERTICAL FACE. 9) MAXIMUM SLOPE ON CUTS AND FILLS SHALL BE 2.5: HORIZONTAL TO 1: VERTICAL 10) ALL TREES OUTSIDE THE GRADING LIMITS SHALL BE SAVED, UNLESS INDICATED TO BE REMOVED. TREES NEAR EDGE OF GRADING LIMITS AND SHALL BE SAVED IF POSSIBLE, WITHIN THE REQUIREMENTS OF THE SPECIFICATIONS. 11) STABILIZATION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE, BUT NOT MORE THAN 14 DAYS UPON COMPLETION OF GRADING IN ANY AREA OF GRADING OPERATIONS. DISTURBED AREAS SHALL BE KEPT AS SMALL AS POSSIBLE TO PREVENT LARGE SCALE EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOR MORE THAN 14 DAYS, THEN STABILIZATION SEEDING SHALL BE DONE ON ALL DISTURBED AREAS. 12) SILT FENCE LOCATIONS AND LENGTHS, AS INDICATED, ARE APPROXIMATE ONLY. FINAL LOCATIONS AND LENGTHS WILL BE DETERMINED, AS NEEDED, UPON COMPLETION OF GRADING OPERATIONS IN AN AREA. STORM SEWER MANHOLE 6' OR LESS IN DEPTH N.T.S. STEP PSI -PF (OR APPROVED 1 V-11" MIN. Nz. X a 48"0 FOR < 21" PIPE 60"0 FOR 21" PIPE 84"0 FOR > 21" PIPE 10 OL T O 0 I 0 oago°a o oa� % p4 .n NEENAH R1642 WITH 3/4" LIFT HOLE & CITY OF IOWA CITY LOGO -ADJUSTMENT RINGS PRECAST CONCRETE SECTIONS CONFORMING TO ASTM C-478 JOINTS TO BE CONFINED 0 -RING GASKET MEETING ASTM C-443 NOTE: STORM SEWER MANHOLES SHALL UTILIZE INTEGRAL PRECAST BOTTOM SECTION WITH "A-LOK" GASKET OR APPROVED EQUAL PIPE CONNECTIONS. THE MANHOLE INVERT SHALL BE POURED IN PLACE AND SHAPED BY HAND FOLLOWING PIPE INSTALLATION. STORM SEWER CONSTRUCTION NOTES 1) CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES SHALL PREVAIL. 2) ALL STORM SEWERS SHALL BE CLASS 3 RCP UNLESS NOTED OTHERWISE IN THE PLANS. 3) AT PLACES WHERE A FLARED END SECTION IS REQUIRED, PIPE LENGTH INCLUDES THE FLARED END. THE LAST TWO JOINTS ARE TO BE TIED WHERE FLARED END SECTIONS ARE REQUIRED. 4) ALL STORM SEWERS SHALL BE PROVIDED WITH CLASS "B" BEDDING, UNLESS NOTED OTHERWISE. 5) STORM SEWER TRENCHES SHADED ON THE PROFILE VIEW SHALL BE BACKFILLED WITH LEAN CLAY OR SANDY LEAN CLAY HAVING LESS THAN 35% OF THE PARTICLES PASSING THE #200 SIEVE AND A PLASTIC INDEX BETWEEN 12 AND 30. 6) GRANULAR BEDDING SHALL BE CRUSHED STONE CONFORMING TO I.D.O.T. STANDARD SPECIFICATION 4120.04 WITH 1" MAXIMUM AGGREGATE SIZE. COMPACT TO 95% STANDARD PROCTOR DENSITY. 7) ENTIRE DEPTH OF TRENCH FOR STORM SEWERS LOCATED UNDER STREET PAVEMENT SHALL BE BACKFILLED WITH ROCK (CLASS A CRUSHED STONE). 8) ALL STORM SEWERS SHALL HAVE RUBBER 0 -RING OR PROFILE GASKETS COMPLYING WITH ASTM C443. STORM SEWERS 36" AND SMALLER SHALL HAVE BELL AND SPIGOT JOINTS. STORM SEWERS LARGER THAN 36" MAY HAVE TONGUE AND GROOVE JOINTS. NO MASTIC JOINTS ALLOWED. 9) ALL PIPE SHALL BE CERTIFIED. 10) ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO SUBGRADE. IF INVERT ELEVATIONS ARE INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, THE CONTRACTOR TO PROVIDE DEEPER STRUCTURE AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. 11) LIFT HOLES IN STORM SEWER WILL NOT BE ALLOWED. 12) PROVIDE CONCRETE FILLETS IN ALL NEW & EXISTING DRAINAGE STRUCTURES PER REFERENCED DETAILS. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS, OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION . THE CONTRACTOR SHALL AFFORD ACCESS TO THOSE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THAT THERE MAY BE OTHER FACILITES IN THE CONSTRUCTION AREA, THE EXISTENCE OF WHICH IS NOT PRESENTLY KNOWN OR SHOWN HEREON. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. NOTES: Bd MAX. 1. PIPE SHALL BE PLACED ON CRUSHED STONE MATERIAL. )) F'-HAND 2. BELL HOLES SHALL BE HAND SHAPEDZ, 2,� BACKFILL SO THAT ONLY PIPE BARREL RECEIVESBEARING PRESSURE. I 3. PLACE BEDDING TO ENSURE THAT ) II PLACED THERE ARE NO VOIDS UNDER OR _ BACKFILL ALONGSIDE THE LENGTH OF PIPE. 11-- CRUSHED 4. BACK FILL SHALL BE HAND TAMPED ll STONE UP TO 12" ABOVE TOP OF PIPE. - 5. SEE TABLE FOR ALLOWABLE TRENCH WIDTH Bd. y-iI°8°e'e NOV I I D/2 ID Bd INCHES FEET & INCHES D/4 + T J (4" MIN.) UNDISTURBED SOIL CLASS "B" BEDDING NTS M M s CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsGonsuItants.net Date Revision STEEL POST PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS ABRIC ;I;I, �4" Designed by. UNDISTURBED OR COMPACTED SOIL RLA 0 Drawn by. Scale: i IS NONE Checked by Sheet No: -. I I!I!I III -1 •r•�nnau���le� 1. SILT FENCES SHALL BE INSPECTED WEEKLY AND AFTER EACH RAIN- FALL EVENT OF 0.5 INCHES OR MORE. DURING PERIODS OF PROLONGED RAIN INSPECTIONS SHALL BE AT LEAST DAILY. ANY REPAIRS NEEDED TO MAINTAIN THE SILT FENCE'S EFFECTVENESS SHALL BE MADE IMMEDIATELY. 2 SHOULD THE FABRIC ON A SILT FENCE DECOMPOSE OR BECOME INEFFECTIVE PRIOR TO STABILIZING THE UPSLOPE AREAS THE FABRIC SHALL BE REPLACED PROMPTLY. 3. SEDIMENT DEPOSITS SHOULD BE REMOVED AFTER EACH STORM EVENT. THEY MUST BE REMOVED WHEN THE DEPOSITS REACH APPROXIMATELY ONE-HALF THE HEIGHT OF THE FENCE. SILTS REMOVED SHALL BE PLACED IN A PROTECTED PLACE THAT WILL PREVENT THEIR ESCAPE FROM THE CONSTRUCTION SITE. 4. ANY SEDIMENT DEPOSITS REMAINING IN PLACE AFTER THE SILT FENCE IS NO LONGER NEEDED SHALL BE DRESSED TO CONFORM WITH THE EXISTNG GRADE, PREPARED AND SEEDED. 5. SILT FENCE SHALL REMAIN IN PLACE UNTIL IT IS NO LONGER NEEDED AS DIRECTED BY THE POLLUTION PREVENTION PLAN. GENERALLY SILT FENCES SHALL REMAIN UNTIL THE UPSLOPE AREAS ARE STABILIZED WITH AN ESTABLISHED GRASS COVER AS A MINIMUM. GRADING NOTES! 1) THE SITE SHALL BE STRIPPED OF ALL VEGETATION AND THE ROOT ZONE. ALL GRAVEL & CONCRETE SHALL BE REMOVED FROM THE PROPOSED LEVEE SITE. THESE MATERIALS SHALL BE DISPOSED OF OUTSIDE THE PROPOSED LEVEE SITE. 2) REMOVE EXISTING FILL FROM BENEATH THE PROPOSED LEVEE. SEE GEOTECHNICAL REPORT FOR ESTIMATED REMOVAL DEPTH. THE SOIL MAY BE PLACED AS FILL IN THE AREA WEST OF THE LEVEE ADJACENT TO McCOLLISTER BLVD- NOTE 6 SHALL GOVERN PLACEMENT AND COMPACTION REQUIREMENTS. 3) FOLLOWING REMOVAL BUT PRIOR TO PLACING FILL FOR THE LEVEE, THE EXPOSED SUBGRADE SHALL BE PROOF ROLLED AND OBSERVED BY THE ENGINEER. ANY UNSUITABLE AREAS SHALL BE OVER EXCAVATED AND REPLACED WITH SUITABLE COMPACTED FILL. 4) A KEY TRENCH SHALL BE EXCAVATED PER THE TYPICAL LEVEE SECTION ON THIS SHEET. THE BASE OF THE KEY TRENCH SHALL BE PROOF ROLLED AND OBSERVED BY THE ENGINEER, AND UNSUITABLE AREAS SHALL BE OVER EXCAVATED AND REPLACED WITH SUITABLE COMPACTED FILL 5) SUITABLE FILL FOR THE LEVEE BERM, KEY TRENCH, AND REPLACEMENTS OF OVER EXCAVATED AREAS SHALL BE LEAN CLAY OR SANDY LEAN CLAY HAVING LESS THAN 35% OF THE PARTICLES PASSING THE #200 SIEVE, AND A PLASTIC INDEX BETWEEN 12 AND 30. 6) FILL SHALL BE PLACED IN LOOSE LIFTS OF 6" TO 12" THICK, FILL SHALL BE MOISTURED CONDITIONED TO -1% TO +3% OF THAT SOILS OPTIMUM MOISTURE CONTENT, FILL SHALL BE COMPACTED TO AT LEAST 95% OF ITS STANDARD PROCTOR DRY DENSITY. 7) 6" THICK TOPSOIL SHALL BE PLACED ON ALL FINISHED LEVEE SURFACES EXCEPT WHERE PAVEMENT OR RIP RAP IS SPECIFIED. 8) FILL PLACED ON EXISTING SOILS THAT ARE STEEPER THAN 4:1 SHALL BE BENCHED INTO EXISTING SLOPES WITH A MAXIMUM 3 -FOOT VERTICAL FACE. 9) MAXIMUM SLOPE ON CUTS AND FILLS SHALL BE 2.5: HORIZONTAL TO 1: VERTICAL 10) ALL TREES OUTSIDE THE GRADING LIMITS SHALL BE SAVED, UNLESS INDICATED TO BE REMOVED. TREES NEAR EDGE OF GRADING LIMITS AND SHALL BE SAVED IF POSSIBLE, WITHIN THE REQUIREMENTS OF THE SPECIFICATIONS. 11) STABILIZATION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE, BUT NOT MORE THAN 14 DAYS UPON COMPLETION OF GRADING IN ANY AREA OF GRADING OPERATIONS. DISTURBED AREAS SHALL BE KEPT AS SMALL AS POSSIBLE TO PREVENT LARGE SCALE EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOR MORE THAN 14 DAYS, THEN STABILIZATION SEEDING SHALL BE DONE ON ALL DISTURBED AREAS. 12) SILT FENCE LOCATIONS AND LENGTHS, AS INDICATED, ARE APPROXIMATE ONLY. FINAL LOCATIONS AND LENGTHS WILL BE DETERMINED, AS NEEDED, UPON COMPLETION OF GRADING OPERATIONS IN AN AREA. STORM SEWER MANHOLE 6' OR LESS IN DEPTH N.T.S. STEP PSI -PF (OR APPROVED 1 V-11" MIN. Nz. X a 48"0 FOR < 21" PIPE 60"0 FOR 21" PIPE 84"0 FOR > 21" PIPE 10 OL T O 0 I 0 oago°a o oa� % p4 .n NEENAH R1642 WITH 3/4" LIFT HOLE & CITY OF IOWA CITY LOGO -ADJUSTMENT RINGS PRECAST CONCRETE SECTIONS CONFORMING TO ASTM C-478 JOINTS TO BE CONFINED 0 -RING GASKET MEETING ASTM C-443 NOTE: STORM SEWER MANHOLES SHALL UTILIZE INTEGRAL PRECAST BOTTOM SECTION WITH "A-LOK" GASKET OR APPROVED EQUAL PIPE CONNECTIONS. THE MANHOLE INVERT SHALL BE POURED IN PLACE AND SHAPED BY HAND FOLLOWING PIPE INSTALLATION. STORM SEWER CONSTRUCTION NOTES 1) CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES SHALL PREVAIL. 2) ALL STORM SEWERS SHALL BE CLASS 3 RCP UNLESS NOTED OTHERWISE IN THE PLANS. 3) AT PLACES WHERE A FLARED END SECTION IS REQUIRED, PIPE LENGTH INCLUDES THE FLARED END. THE LAST TWO JOINTS ARE TO BE TIED WHERE FLARED END SECTIONS ARE REQUIRED. 4) ALL STORM SEWERS SHALL BE PROVIDED WITH CLASS "B" BEDDING, UNLESS NOTED OTHERWISE. 5) STORM SEWER TRENCHES SHADED ON THE PROFILE VIEW SHALL BE BACKFILLED WITH LEAN CLAY OR SANDY LEAN CLAY HAVING LESS THAN 35% OF THE PARTICLES PASSING THE #200 SIEVE AND A PLASTIC INDEX BETWEEN 12 AND 30. 6) GRANULAR BEDDING SHALL BE CRUSHED STONE CONFORMING TO I.D.O.T. STANDARD SPECIFICATION 4120.04 WITH 1" MAXIMUM AGGREGATE SIZE. COMPACT TO 95% STANDARD PROCTOR DENSITY. 7) ENTIRE DEPTH OF TRENCH FOR STORM SEWERS LOCATED UNDER STREET PAVEMENT SHALL BE BACKFILLED WITH ROCK (CLASS A CRUSHED STONE). 8) ALL STORM SEWERS SHALL HAVE RUBBER 0 -RING OR PROFILE GASKETS COMPLYING WITH ASTM C443. STORM SEWERS 36" AND SMALLER SHALL HAVE BELL AND SPIGOT JOINTS. STORM SEWERS LARGER THAN 36" MAY HAVE TONGUE AND GROOVE JOINTS. NO MASTIC JOINTS ALLOWED. 9) ALL PIPE SHALL BE CERTIFIED. 10) ALL STORM INTAKES SHALL BE A MINIMUM OF 48 INCHES FROM TOP OF CURB/RIM TO SUBGRADE. IF INVERT ELEVATIONS ARE INSUFFICIENT TO PROVIDE THIS REQUIRED DEPTH, THE CONTRACTOR TO PROVIDE DEEPER STRUCTURE AND POUR CONCRETE FILLET IN INTAKE TO MAKE INTAKE PIPES DRAIN AT INVERT ELEVATIONS LISTED. 11) LIFT HOLES IN STORM SEWER WILL NOT BE ALLOWED. 12) PROVIDE CONCRETE FILLETS IN ALL NEW & EXISTING DRAINAGE STRUCTURES PER REFERENCED DETAILS. WHERE PUBLIC UTILITY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS, OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO THE BEGINNING OF ANY CONSTRUCTION . THE CONTRACTOR SHALL AFFORD ACCESS TO THOSE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THAT THERE MAY BE OTHER FACILITES IN THE CONSTRUCTION AREA, THE EXISTENCE OF WHICH IS NOT PRESENTLY KNOWN OR SHOWN HEREON. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION, AND TO AVOID DAMAGE THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK. NOTES: Bd MAX. 1. PIPE SHALL BE PLACED ON CRUSHED STONE MATERIAL. )) F'-HAND 2. BELL HOLES SHALL BE HAND SHAPEDZ, 2,� BACKFILL SO THAT ONLY PIPE BARREL RECEIVESBEARING PRESSURE. I 3. PLACE BEDDING TO ENSURE THAT ) II PLACED THERE ARE NO VOIDS UNDER OR _ BACKFILL ALONGSIDE THE LENGTH OF PIPE. 11-- CRUSHED 4. BACK FILL SHALL BE HAND TAMPED ll STONE UP TO 12" ABOVE TOP OF PIPE. - 5. SEE TABLE FOR ALLOWABLE TRENCH WIDTH Bd. y-iI°8°e'e NOV I I D/2 ID Bd INCHES FEET & INCHES D/4 + T J (4" MIN.) UNDISTURBED SOIL CLASS "B" BEDDING NTS M M s CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsGonsuItants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS GENERAL NOTES AND DETAILS WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA m MMS CONSULTANTS, INC. ; Date: 01-07-11 M Designed by. Field Book No: RLA 0 Drawn by. Scale: i IS NONE Checked by Sheet No: RLA ^ p Project No: IOWA CITY LJ g 0339234 I IGnIGIAm — CONCRETE TO BE REMOVED — GRAVEL TO BE REMOVED — ASPHALT TO BE REMOVED — TREE TO BE REMOVED — REGULATED WETLAND TO BE PROTECTED — REGULATED WETLAND BEING IMPACTED NOTES: 1. NO CONSTRUCTION TRAFFIC IS PERMITTED ON PRIVATE DRIVES IN BACULIS MOBILE HOME PARK AND THATCHER MOBILE HOME PARK AT ANY TIME. 2. NO CONSTRUCTION ACTIVITY IS PERMITTED BEYOND THE LIMITS OF CONSTRUCTION. 3. TEMPORARY CONSTRUCTION ENTRANCES AT 2 LOCATIONS, 1 DOCUMENT LOCATION, 2 PORTABLE RESTROOMS, 2 CONCRETE WASHOUTS SHALL BE IN PLACE PRIOR TO COMMENCEMENT OF CONSTRUCTION. NOTE: CONTRACTOR SHALL COORDINATE WITH MIDAMERICAN ENERGY FOR ALL REMOVALS, RECONSTRUCTION AND NEW CONSTRUCTION OF EXISTING COMPANY OWNED ELECTRICAL AND GAS DISTRIBUTION EQUIPMENT. Nfl M S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST, IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAiLLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVNCJS 09-11-12 PER INTERNAL REVIEW PVAILLS DEMOLITION PLAN WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. ; Date. 01-07-11 M Designed by. Field Book No: RLA Drawn by. Scale: Is 1"=20' Checked by. Sheet No: RLA ^ Project Na: —Jl IOWA CITY 0339234 /Z '© O D M I = 10''VA Li T Y. Iu' \ D °D p p D p BENCHMARK #2 ° D CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS p p LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 ° p D \ D www.mmsconsultants.net ° D O EXISTING BUILDING FF = 642.93 p STA: 9+0 .82 OFFSET: R W— I REMOVE Z FENCE J U � F REMOVE 82 LF J OF 21" STORM R l SEWER AND FES f f F R R R R k k R R F F F F l FLOODWAY k F F R F F R F R NOTE: CONTRACTOR SHALL COORDINATE WITH MIDAMERICAN ENERGY FOR ALL REMOVALS, RECONSTRUCTION AND NEW CONSTRUCTION OF EXISTING COMPANY OWNED ELECTRICAL AND GAS DISTRIBUTION EQUIPMENT. LEGEND — CONCRETE TO BE REMOVED GRAVEL TO BE REMOVED — ASPHALT TO BE REMOVED —.TREE TO BE REMOVED i y Y h W W — REGULATED WETLAND TO BE PROTECTED REGULATED WETLAND BEING IMPACTED B M M S WEST SIDE LEVEE BENCHMARK #2 ° D CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS p p LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 ° p D \ D www.mmsconsultants.net ° D O EXISTING BUILDING FF = 642.93 p STA: 9+0 .82 OFFSET: R W— I REMOVE Z FENCE J U � F REMOVE 82 LF J OF 21" STORM R l SEWER AND FES f f F R R R R k k R R F F F F l FLOODWAY k F F R F F R F R NOTE: CONTRACTOR SHALL COORDINATE WITH MIDAMERICAN ENERGY FOR ALL REMOVALS, RECONSTRUCTION AND NEW CONSTRUCTION OF EXISTING COMPANY OWNED ELECTRICAL AND GAS DISTRIBUTION EQUIPMENT. LEGEND — CONCRETE TO BE REMOVED GRAVEL TO BE REMOVED — ASPHALT TO BE REMOVED —.TREE TO BE REMOVED i y Y h W W — REGULATED WETLAND TO BE PROTECTED REGULATED WETLAND BEING IMPACTED B Drawn by. Scale: IIs 1"=20 - Checked "=20'Checked by Sheet No: RLA w Project No: IOWA CITY 0339234 U WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA 0 U E 6 M 0 MMS CONSULTANTS, INC. ; a Date: 01-07-11 s w S Designed by Field Book No: M RLA o Drawn by. Scale: IIs 1"=20 - Checked "=20'Checked by Sheet No: RLA w Project No: IOWA CITY 0339234 U 0 T 11 W ■ ASPHALT STA: 13+69.80 \ \ D OFFSET. 41.48 R l C � 3H0 / 3 _9 / 3 p TA: 6 DECK TO BE OFFSET:T: 38.4 38.43 R REMOVED BY HOME OREMOVE OWNER 3HC SHED NSTALL SAFETY -- FENCE AT LIMITS OF CONSTRUCTION I / REMOVE 78' - 8"0 IRON PIPE / / ° REMOVE SHED 0/ STA: 12+65.46 OFFSET: 42.54 R A:.1- +84.19 ;ET: 2.66 R / STA: 12+10.11 OFFSET: 44.13 R REMOVE BUILDING REMOVE 45' - 12"0 PLASTIC PIPE REMOVE BUILDING GROUP GAS ° REMOOVV f REMOVE _ _DING BUILDING DECK REMOVE BUILDING 1DINSTALL SAFETY FENCE AT TEMPORARY CONSTRUCTION EASEMENT IMMEDIATELY PRIOR TO REMOVAL OF PAVEMENT AND CONSTRUCTION OF STORM SEWERS, REMOVE SAFETY FENCE AT LIMITS OF CONSTRUCTION UPON COMPLETION OF STORM SEWER AND REPLACEMENT OF ACC PAVEMENT. 2@REMOVE PAVEMENT IMMEDIATELY PRIOR TO CONSTRUCTION OF STORM SEWER AND REPLACE ACC PAVEMENT PROMPTLY FOLLOWING COMPLETION OF STORM SEWER. CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsGonsultants.net Designed by M M S RLA STW: 9+56.95 '7 OFFSEV 88.16 R STA: 9+45.66 ,OFFSET: -79.32 R \ CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsGonsultants.net REMOVE BUILDING GROUP POWER / POLE REMOVE 114' +/- TI LE i v — 00 NOTES: 1. NO CONSTRUCTION TRAFFIC IS PERMITTED ON PRIVATE DRIVES IN BACUUS MOBILE HOME PARK AND THATCHER MOBILE HOME PARK AT ANY TIME. 2. NO CONSTRUCTION ACTIVITY IS PERMITTED BEYOND THE LIMITS OF CONSTRUCTION. 3. TEMPORARY CONSTRUCTION ENTRANCES AT 2 LOCATIONS, 1 DOCUMENT LOCATION, 2 PORTABLE RESTROOMS, 2 CONCRETE WASHOUTS SHALL BE IN PLACE PRIOR TO COMMENCEMENT OF CONSTRUCTION. NOTE: CONTRACTOR SHALL COORDINATE WITH MIDAMERICAN ENERGY FOR ALL REMOVALS, RECONSTRUCTION AND NEW CONSTRUCTION OF EXISTING COMPANY OWNED ELECTRICAL AND GAS DISTRIBUTION EQUIPMENT. F_ W REMOVE 144' - I-ta OF 12" PIPELn r _ W Z I 2 F�- Q DEMOLITION J PLAN Z LEGEND - CONCRETE TO BE REMOVED - GRAVEL TO BE REMOVED - ASPHALT TO BE REMOVED - TREE TO BE REMOVED i y W Y W W REGULATED WETLAND TO BE PROTECTED y W y - REGULATED WETLAND BEING IMPACTED WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD IOWA CITY JOHNSON COUNTY IOWA PROJECT a N M 0 MMS CONSULTANTS, INC. 3 a Date: w 01-07-11 M Designed by \ I�\ \ \, \ \ \ RLA STW: 9+56.95 '7 OFFSEV 88.16 R STA: 9+45.66 ,OFFSET: -79.32 R \ Drawn by DateRevision IIs 1 "=20' Checked by Sheet No: RLA M 04-2412 PER INTERNAL REVIEW PVA/LLS IOWA CITY s 0339234 m n 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS REMOVE 09-11-12 PER INTERNAL REVIEW PVA/LS y� 38 LF 02/13/13 UPDATE BUILDING REMOVALS PVA STA 1 D+35 27 / \ \ \ WALL - � OFFSET:: 68 81 R A: 10+36.09 . .ET: 68.98 R lr .: n \ .: f:. REAAOVE;.OVERHEAD \ i ELECTRIC; AND REPLACE / - MTH UNDERGROUND �. ELECTRICAL;CQNDUUIT ^ BY MID AMERICAN I _\_ 3 ENERGY STA: 9+50.41 AS OFFSET. 49.70 RSTA'.j0+3# _ 3 2 3 -OFFSET 6708 R REMOVE BUILDING GROUP POWER / POLE REMOVE 114' +/- TI LE i v — 00 NOTES: 1. NO CONSTRUCTION TRAFFIC IS PERMITTED ON PRIVATE DRIVES IN BACUUS MOBILE HOME PARK AND THATCHER MOBILE HOME PARK AT ANY TIME. 2. NO CONSTRUCTION ACTIVITY IS PERMITTED BEYOND THE LIMITS OF CONSTRUCTION. 3. TEMPORARY CONSTRUCTION ENTRANCES AT 2 LOCATIONS, 1 DOCUMENT LOCATION, 2 PORTABLE RESTROOMS, 2 CONCRETE WASHOUTS SHALL BE IN PLACE PRIOR TO COMMENCEMENT OF CONSTRUCTION. NOTE: CONTRACTOR SHALL COORDINATE WITH MIDAMERICAN ENERGY FOR ALL REMOVALS, RECONSTRUCTION AND NEW CONSTRUCTION OF EXISTING COMPANY OWNED ELECTRICAL AND GAS DISTRIBUTION EQUIPMENT. F_ W REMOVE 144' - I-ta OF 12" PIPELn r _ W Z I 2 F�- Q DEMOLITION J PLAN Z LEGEND - CONCRETE TO BE REMOVED - GRAVEL TO BE REMOVED - ASPHALT TO BE REMOVED - TREE TO BE REMOVED i y W Y W W REGULATED WETLAND TO BE PROTECTED y W y - REGULATED WETLAND BEING IMPACTED WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD IOWA CITY JOHNSON COUNTY IOWA PROJECT a N M 0 MMS CONSULTANTS, INC. 3 a Date: w 01-07-11 M Designed by Field Book No: RLA 0 Drawn by i Scale: IIs 1 "=20' Checked by Sheet No: RLA M Project No: IOWA CITY s 0339234 I INSTALL SAFETY FENCE AT PROPERTY LINE F t t F 11 F F f F F E II F E F F F F F E F F F F F F F F F F E INSTALL SILT F F FENCE AT LIMN F F F E F E E E F OF CONSTRUCTION F F F F F F F VJ E F F F F E F F F E F —rte F F F F F F F F F E E F F F F F F F F E F F ° o F F F F E F F F F F F F F F F F E F F F F F o F F F F F F F F F F F F F E F F F F F F F F F F F F F F F F F F F F F F E F E F E F F® E F F F F E E F E E E E E F F F F E F E F F F F F E E E E E F F E F E F E F E F E E F E E F F E F F F E E E E F F E F F E F E E F E F F F F F F F F F F F F E E F F R F R F ! R F F F F F F E k R t e t R R k F WETLAND IMPACT E F F E E F k F 18,032 SF (0.41 AC) R F F k R F t F ! R F R F F R R R REMOVE 1 PLASTIC PI k R R R R F R O ! E F k R R k F F k F E E ! F F F k k k R R F E E F R F F F F F F F F F F x F E E F F F F F E E F F x�t F F R F EXISTING S�@NITARY F t 1bt t R F- SIPHON STRUCTURE w w Cn w E F F t F F ALONG TOP OF Z RIPRAP SLOPE J E E F F WETLAND IMPACT = 5,664 SF C)F F F / (0.13 AC) Q F k ASPHALT ASPHALT C�G � 3Ho 3Ho-- STA: 18+38.34 °1 711 3HO— OFFSET: 49.4 STA: 38 OFFSET:T: 47. 47.43 R INSTALL SAFETY FENCE AT LIMIT C CONSTRUCTION NMI —REMOVE 72' - 12"0 PLASTIC PIPE #4 4 I � oy �F i l 18'FLOOD WAY / PE ./�7�/��(\J�►`/� / f NOTES: 1. NO CONSTRUCTION TRAFFIC IS PERMITTED ON PRIVATE DRIVES IN BACULIS MOBILE HOME PARK AND THATCHER MOBILE HOME PARK AT ANY TIME. 2. NO CONSTRUCTION ACTIVITY IS PERMITTED BEYOND THE LIMITS OF CONSTRUCTION. 3. TEMPORARY CONSTRUCTION ENTRANCES AT 2 LOCATIONS, 1 DOCUMENT LOCATION, 2 PORTABLE RESTROOMS, 2 CONCRETE WASHOUTS SHALL BE IN PLACE PRIOR TO COMMENCEMENT OF CONSTRUCTION. NOTE: CONTRACTOR SHALL COORDINATE WITH MIDAMERICAN ENERGY FOR ALL REMOVALS, RECONSTRUCTION AND NEW CONSTRUCTION OF EXISTING COMPANY OWNED ELECTRICAL AND GAS DISTRIBUTION EQUIPMENT, PROTECT EXISTIN, POWER POLES AN GUY WIRES Iu�'A 340 w MMS CONSULTANTS, INC. RA MA s Z Designed by Field Book No: n J o Drawn by. Date WETLAND F F F i F Q F F E INSTALL SILT F F F AREA 09-11-12 PER INTERNAL REVIEW PVAILLS FENCE AT LIMIT 4.71 AC F F F E F F F F CONSTRUCTION E F E 19+84.04 E E F F F F E F FSTA: OFFSET: 68.34 R F F F F i i F F F F F 0 0 F F F F F i F F F F — 7 F F F F F i F F F i F F F F F i F F F F F F i i R k F F F F STA: 19+88.09 t F t i F F F OFFSET: 56.90 R E F F R F R F ! R F F F F F F E k R t e t R R k F WETLAND IMPACT E F F E E F k F 18,032 SF (0.41 AC) R F F k R F t F ! R F R F F R R R REMOVE 1 PLASTIC PI k R R R R F R O ! E F k R R k F F k F E E ! F F F k k k R R F E E F R F F F F F F F F F F x F E E F F F F F E E F F x�t F F R F EXISTING S�@NITARY F t 1bt t R F- SIPHON STRUCTURE w w Cn w E F F t F F ALONG TOP OF Z RIPRAP SLOPE J E E F F WETLAND IMPACT = 5,664 SF C)F F F / (0.13 AC) Q F k ASPHALT ASPHALT C�G � 3Ho 3Ho-- STA: 18+38.34 °1 711 3HO— OFFSET: 49.4 STA: 38 OFFSET:T: 47. 47.43 R INSTALL SAFETY FENCE AT LIMIT C CONSTRUCTION NMI —REMOVE 72' - 12"0 PLASTIC PIPE #4 4 I � oy �F i l 18'FLOOD WAY / PE ./�7�/��(\J�►`/� / f NOTES: 1. NO CONSTRUCTION TRAFFIC IS PERMITTED ON PRIVATE DRIVES IN BACULIS MOBILE HOME PARK AND THATCHER MOBILE HOME PARK AT ANY TIME. 2. NO CONSTRUCTION ACTIVITY IS PERMITTED BEYOND THE LIMITS OF CONSTRUCTION. 3. TEMPORARY CONSTRUCTION ENTRANCES AT 2 LOCATIONS, 1 DOCUMENT LOCATION, 2 PORTABLE RESTROOMS, 2 CONCRETE WASHOUTS SHALL BE IN PLACE PRIOR TO COMMENCEMENT OF CONSTRUCTION. NOTE: CONTRACTOR SHALL COORDINATE WITH MIDAMERICAN ENERGY FOR ALL REMOVALS, RECONSTRUCTION AND NEW CONSTRUCTION OF EXISTING COMPANY OWNED ELECTRICAL AND GAS DISTRIBUTION EQUIPMENT, PROTECT EXISTIN, POWER POLES AN GUY WIRES Iu�'A 340 w CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net w MMS CONSULTANTS, INC. RA MA s Z Designed by CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net w MMS CONSULTANTS, INC. Z Designed by Field Book No: n J o Drawn by. Date Revision 1"=20' 04-24-12 PER INTERNAL REVIEW PVAILLS RLA Q Project No: IOWA CITY V g 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS 0339234 09-11-12 PER INTERNAL REVIEW PVAILLS LEGEND - CONCRETE TO BE REMOVED - GRAVEL TO BE REMOVED - ASPHALT TO BE REMOVED - TREE TO BE REMOVED W W W W W W - REGULATED WETLAND TO BE PROTECTED REGULATED WETLAND BEING IMPACTED DEMOLITION PLAN WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. Date: 01-07-1 M Designed by Field Book No: n RLA o Drawn by. i Scale: IIs 1"=20' Checked by. Sheet No: RLA �\ - Project No: IOWA CITY V g 0339234 F CIVIL ENGINEERS F t F F y F y F y t LAND PLANNERS k °F F F tF Tr F F LAND SURVEYORS F F E F E k t F F k F F F F E F F F t F t E t F F ! F ! LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS k i F t F F k t E t F F F y k F t F y r E F 1917 S. GILBERT ST. K E t t y F t k y F F t F y t IOWA CITY, IOWA 52240 F E t F t k F F y F t �� OrCoR�=fIinIf��n�l�nJJn n_'I ?vw,_ — iIkaII�'lx,I' Ii 'I 'iI I`^�� �� ` I �I iiI _ � 1 k kF tF F E y FF F i t �y F F F EF yF F F y tF F yk F tE EFy t F t yF ! ktF F F tF E F F t kF K y F F y y FF t F ktF FE Kk F FF !E EF F FFE t yFFy F y Ft FF F F FEFF FF ! EF Fyt F F ! Fk F tF Fy F t Fy F° EE F Ey F t F FFy F t yF FF y EFF tF tF tF F yFt F y F FF k ky F K FyE F E Fy F F E F Kk F t F F y kt F yy F t Fe F y F tF yF F t k! tFt t EF y F FrF F Et ty F FF tF t k r F t F y!t oE fFEF y F tF y F F kF y ky F FFF F t Et F t�E ! F K yk t FF r F Fyt Fy yt y tF y t y K E t F! y y FyF E FFt F Fe tF ty F !E ! F F F —F FF E y ! E FF y F E F Ft KyK F k tE F-Fty E t y tF K Fy k F t Ky°t tFK° F t y t r F —F F t FF t F F Fy t !Fy y F F t F y F t tk ty ty tF ► F F FyF F yyt ! Fy y F ttt F F E t_ k t ky t F y F Ft F ! t Ft FF F FF ty FFF F tt F y k Et F F F tF t FyF k F K tt F t FF Fy !t ty FF F F F — FE FyF F r EF kF FF F y FF tF tF yt F t Fy yy yFF F F!yt t y F F t Et Ft ! F t FF t F F KF F FF y FFt t k !F F E yF yt F Ft E F F Et Fy F FF tty t tE E yF E y Kyty t FEFt t F ! E FF F F FF F K Ft t FF y y F FF t F F Fy F FFt FF t F y !E ! ! y Ft kFFy ► yt tF tt E tt F tF! K F tK Ftt F FtEt IE!N! tSF !/y rTA ty F Lk EL ! E t t F SILT ILT kF t FENCE ENCE y t F FtAk FTF F F tt Fy tt y EF y FE F yF F � !� F� ! t F�F 1 kiry' !F • I F tt FF y/ FE! r t F FF!kt y° F ` Ft FF F yty t y F F y K/ k y kyk E F F E4 FF FF F (319)351-82 82 LIMITS OF CONNTRUCT�ON Www.mmsconsultants.net t 1i Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS k 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS o y k F k 09-11-12 PER INTERNAL REVIEW PVA/LLS E t k INSTALL SILT FENCE AT 0 F y WETLAND IMPACT AREA 53,648 SF (.23 AC� WETLAND AREA k 4.71 AC y X; F DEMOLITION PLAN F F t ILA t y WEST SIDE LEVEE CRANDIC RR TO LEGEND K McCOLLISTER BLVD PROJECT 11 IOWA CTYCONCRETE TO BE REMOVED F JOHNSON UNTY IOWAC�qw, k FF F F t F t F y F —GRAVEL TO BE REMOVED ` F t t E F F t ! t y t F F F F F K t t t k I I tFLOODWAY t r —ASPHALT TO BE REMOVED F F t t y E t 4 F t I N F F t F — TREE TO BE REMOVED F F F y t F y F t ! y F F y t k t F F y F REGULATED WETLAND TO BE PROTECTED NOTE: CONTRACTOR SHALL COORDINATE WITMO y RECONSTRUCTION ENERGY FOR ALL REMOVALS, W RECONSTRUCTION AND NEW CONSTRUCTION MMS CONSULTANTS, INC. ; Date: 01-07-11 a n Designed by. Field Book No: n RLA Drawn by. Scale: h IIS 1 "=20' i Checked by Sheet No: i RLA �� M N Project No: m — REGULATED WETLAND OF EXISTING COMPANY OWNED ELECTRICAL IUWA CI I Y ■ BEING IMPACTED AND GAS DISTRIBUTION EQUIPMENT. I 0339234 n { (7) —G `c I G , iu,aF I 11, I �. \G _ 11 \ \ \ I 1 I 77 \ I I I ZO - ------------- _ 11111 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS I r 1917 S.GILBERTST. IOWA CITY, IOWA 52240 E / (319)351-8282 I I II I www.mmsconsultants.net / I I \\ � \ I i ' Date Revision LD 1, 05-24-12 REVISED ELECTRICAL LAYOUT -PVNCJS 09-11-12 PER INTERNAL REVIEW PVAILLS --\i 0 1 O� 11 ill IA fit III I I � <1 / -[ � 9/ .� ✓ v vv 1 I I! 7 II III !71 II A { I r A __ _- _"-ca+- s/ v 1 •//v I1I I I 1 _ I I I I I I I If I I 1 I ! !11111 III II ! I I I I I_ \1111111 1 111 I' 1 1 III I11 I 1 of I 1 I BERM REMOVAL lit1111111 I , �J _ -- _ - _-- - - - � _ _ �- _ _- __- --_ - ____ -- _ _c _ _c_- _ _ _e.� � —�.� _ — _ __ __ _ _ — =';= PLAN - -111111 <1 1I`J'/ � � _ � � �� � - �' ��' _� _�" -/ •/ "_ _ _-s4o-' '\'� � ". ._ =i � _ 's ". _ � _ �" _ _ - - -_ - " X11111111 ll III IIII it 1 1 1 1 1\ w "\.✓ \ \a c^ - _ - / mesas'T i _ S:eao_�S _ _ "_"" "_ - - _ _ _ _ _ -/ IIII\1\�/`� l\\ 111r-^\\ I I it 11\ \\ \ \ _ y -- -- _ =_ = � ' -� - - � - i - / �ii �/ / � �%�i I i' iii i-�'_�✓'- "" WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY - IOWA REMOVE EXISTING BERM PRIOR TO PLACEMENT OF IMPEVIOUS LEVEE FILL __ MMS CONSULTANTS, INC.; Date: o of 01-07-11 a COORDINATE WORK ADJA IV Designed by. Field Book No: RLA ' - ---- - - POWER POLES AND RELOC TI Drawn by Scale: C ' s 1 "=30' _- OF DOWN GUYS WITH Checked by. Sheet No: ------- --- MIDAMERICAN ENERGY. NO / RLA EXCAVATION IS PERMITTED Project ACITY v/ / M - - WITHIN 5 OF POLES. F\ / 0339234 / / ,' 11 111111 III 111111111111 / STATION TABLE / / / II 111111 III III VIII IIII N0. STATION OFFSET ELEVATION , 1 � O I II !!IIII III III (IIII IIII 1 0+04.48 258.76 R FG=647.50 / J 1 1 1 11 I I I I 11 1 III V I I I 2 0+23.50 129.08 R FG=647.50 'y IInI IfI / ,T I I 1 1 1 1! I I I I I I I III I I I I I I 3 0+22.82 88.47 R FG=647.50 r/ I I I I I 11 1 I I I I I IIII I I I I I I 1 7 1 II I I I I I I III I I I I I I 4 0+25.18 16.08 R FG=647.50 Ser: (,/. --_ 1 1 1 11 1 11 1 I I (Ill I I I I I I 5 2+49.78 35.67 R FG=639.33 / EO I Ey}�, I-'.`. I + I r n I ill r r rIuI r l I r l / r 11 11 1 I r 1 I I IIII ! 1 1 I l I I r Ir 1 !! I I! 1111 I I I I I I 6 1+26.13 59.22 L FG=639.00 7 1+37.31 52.38 L FG=639.00 ,' / 1 I II ! r r I 1 1 1111 1 1 1! 1+ ' + 1 1 n 1 Irr r 1 rinrllllr -' 8 1+57.90 43.08 L FG=636.00 9 2+02.05 59.03 L FG=636.00 1 \,','I I+ 11 I l I r r 1 1 rn 1 r I r 1 1 / _ { 111 !r 1 Irr r, Ilulrllrr / 10 2+75.61 49.87 L FG=636.00 / I r! n r it 1 /rur1111rr m W�M v N o mro� MN^omro / V pv w V V VV MM M^Yl7MM MM N<`1 ml I if I - -- - ! 7 I II I I (I 111111111 - III / - - - - - - - - - - - - - - - - - - - - - - - ' ---- I \' 1 1 I I I I I 111 I I I+ I r l ` v {Iit 1 --- /11 r ! 1 1 1 -- - - -- „I III - - - - - - -- -647 -64r - - - - _ - _ - _- / - - - - '_664642-- _ - --- - -- -- _ 649_ - ------ - - - - - - --- - - _ " -_ ---_ -_ -_ -- - \ \ �\ ,_ _-6S- -_-_ - -_- - -- _- - -a6a`♦ > 66- \ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ ------ - - -- _A45- -6411- - - - - - - - - - 45--644~--------- --- ___- _` \ - '- - - - - - - - - - - - - -648--- - -------- - -- - - -- -643-- ---- -544_ ------ _ _ _ _ _ -____ _ _ _ _ _ _ _ _ _645- _ _ - _ _ - _ _ - _ _ _ _ - - - _ _ - ____ -646_-------------------- \x\\111 \\`1 -___6h _ /, 63) - z/' ' // w `_- __________________647_ - - - - - - - - - - - -_ _ _- _ _ - - _ __________ _ _ _ _ 5 \ _ _ _ _ _ - _-6_63 36 - _ - ___ _ 49- - - _ _ _ _ -___ _ _ _ ______________ __________________ ' -_ __ _ __ ____ _ _ _ ______________648_ _ - - - - --_ - - - - - - _ _ _ --- _ _ -_ _ - _ - _ _ - _ _ _ _ - _ _ - - - - -_650_________-_ - - - - - - - - - - - - - - - _649_ - - - - - - - - - - - - - - - - - - - --- -__ c , r w - - - - - - - - - _650- - - - 54 bo 0 BENCHMARK# - _ ___ _ _ _ _ _ _ _ _ _ _ _ _ _ G�3lQ�lO�C� G�3LW�[�G30OG°pD_________________ ___ _==-_ ____ , . ill! I ' 638-/ /' ,r `\ 6/- -650_ III X67 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - - _ _ - - _ - - _ - - - -6 - _ - - _ I ' _ _- y \ a4 - - - - - - - -- - - - - 642 ---------------- -- - -------------_ --- - - - - - - -----'------------- �1I ,1 / _ -- - - - - - - - - - - -- -_ _ - - - - - - - - - - - - - - - - - - --- --- _ - - -- --- -- - - -- `\\\\^, Jr 4 e N \ 1\ 1 I I I I 6'� 11 I \\ 1 I I I I I I I I I I I I I I \ 643 I I I I I I / \ E E ----T-� ��---X-- _E \ , I / p \ \ X84 I 1 I I I I Q V A V { I ll 1 1 1 II I I 1 1 I I I I I I --- - -'' /'� V - ,' Q� � \ � � \ BORIN� ST -11 /// /�Illy�'lill IIm�NIe�' \\ fill l ' LIMITS OF I I III \ CONSTRUCTION ' / R 1 III CONCRETE 1� / I IIIII I 1 1 1 v LIMIT OF 421 'G I I a I m l ,' I I I FLOODWAY I 1 411 p. LIMITS OF CON3�RUCTIpN , Q I It '- IIIIII I I I \ I u I i I / \ < � � OVERHEAD ELECTRIC I! 'FEXISTING 'Q 1 . BUILDING FF = 642.68 \ V Q \ 11 d p , / ,' 4a II / a / /i i , // / 1 FLOOD ELEVATION 1% AN UAL CHANCE FLOOD = 643,0 0.2% NNUAL CHANCE FLOOD = 645.5 COMMERCE OWE D4 1 1 za it ENCHMARK #1 Q \\\` 1p M FAA S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revision D4-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVNCJS 09-11-12 PER INTERNAL REVIEW PVA/LLS GRADING PLAN WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. 3 Date: 01-07-11 `t M Designed by Field Book No: RLA o Drawn by Scale: h IIs 1"=20' Checked by i Sheet No: I RLA n N m Protect No: IOWA CITY 0339234 I M M s p p ---- "T , �� ® i✓ _ '�hI - \ V ---- LIMIT OF ,' p . p_ _ _ _ - - - - .. D , I `, ; t _ , i \ - -. CONSTRUCTION D D }, CIVIL ENGINEERS D p p D p � D p p D \\l D SOTECT AFETY FENCE 0 /\ / LAND PLANNERS --- _-----8-------,---- D D p -- LAND SURVEYORS \770 D =l p LANDSCAPE ARCHITECTS \ ' _p - - - - - ENVIRONMENTAL SPECIALISTS 1 p EXISTING 1 / ' " / -64s- pl .' \ 1 -642" p I � 1917 S. GILBERT ST. _ D IOWA CITY, IOWA 52240 BUILDING " \ _ \ \ - p ' 17 319 351-8282 FF = 643.53 1 � / / " D D D , ( ) ' D \ ,' s www.mmsconsultants.net CONCRETE % �3 p\\ `7 _ -643p_ _ _ \ f r / / / / \ \ / I O - D QOVERHEAD ELECTRIC lll3ii / FUEL STORAGE - / 0 ,.. / / I \ - \ p / i / EXISTING Q o ° ` ' p CONCRETE' WALLS AND PAD I' BUILDING / - - - - - // , _ _ \I-, - _ X40- \ p p D D D 4 / ' EXISTING I FF = 643.64 J , I , - _ I ��'� �\ \ D \ p,' BUILDING r _ - ; , I ' . / \e i X641' Date Revision FF = 642 93 / �x ' / 04-2412 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT-FVNCJS 09-11-12 PER INTERNAL REVIEW PVAlLLS 1 :'.� I \ 4651 D / GRAVEL ' p _3� 642., PROTECT \ / POWER / ,/ r-s3s ,' 642 �/ BORING ST -8 / 64 / LIMIT OF - - - - - -- 4 FLOODWAY 639 f ,63 i 2 o / / : :/ f ',� I rn 4 1 J o- p I I/ _ _ y /� / / / 643 _ 46' _ _ _ _ _ _ - _ _ _ '' �AelJ--- / / 646.5- " 36 44 646 s¢Z\ - _ , / / / 4 o TOP ELEVATION " ° a , /a`V s 1 / _+- �----� - w 4 6 s4BORING ST -9 _-" 643 ' / _- _s �� 643 " 6'4 , 44 + o,' / �546.5� 642 0 \ ' `-mom' N O O E / / ' 646 a BORING / ' - - m - ' 639 - - - - - - 64% 633- -� 2 -'�1� --- __ bl" - _ 39 9 _63,;;.;6_ - "- _ - - -" - " GRADING 6262__ __ -"__"_ -" "_ X623- -_ _- _ - - -- -- --- _ _- PLAN \ LIMIT OF FLOODWAY �- --_------- -- ---- -------------- -- 0 O r H W W 2 V) LLJ Z J U Q I 34 - - - - - - - _ - _ - - - _ _ _ - 2-� _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - _ _ _ _-620 -6 _ _ _ - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - _ - _ _ _ _ _ _ - _ _ _ _ _ _ _ - - _ _ _ - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - _ _ _ _ _ _ _ _ _ _ _ _ - - _ _ _ _ - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 23 - - - - - - _ _ _ _ _ _ _ _ _ _ _ _ _ �-�' _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - _622 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ - _ _ _ 3 - _ _ _ _ _ _ - - - - - - - Cn _ _ - _ - - - -bl r ml I I , I , I ry I % I I WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. ; Date: 01-07-11 n STATION TABLE Field Book No: NO. STATION OFFSET ELEVATION 1 8+43.75 27.21 R FG=641.43 2 7+19.23 32.04 R FG=641.82 3 5+77.26 31.04 R FG=640.56 4 4+78.92 32.08 R FG=640.35 5 3+85.35 48.28 L FG=636.00 6 4+59.58 45.23 L FG=637.00 7 5+43.19 45.64 L FG=637.00 8 6+25.44 45.46 L FG=637.00 9 7+22.39 45.52 L FG=637.00 MMS CONSULTANTS, INC. ; Date: 01-07-11 n Designed by. Field Book No: RLA o Drawn by Scale: i IIs 1 "=20' Checked by Sheet No: RLA /\ Project No: IOWA CITY m 0339234 s ------- - - - - -- /. I i i II W i � ' rD - \ '0 ,X n e�C. �06� A i.! i 7"+tTH1�1{ PCC - - - - - - - - = ° CONCRETE I m / \\ 1 E ®IJ A I I Imo, r SO I e I I Ao 1 g I MATS TD D <I I EXIST NG PGC 1 'PAVEMENT 1 / v `�_ ♦ _ �``� / I 1 A 64 V I I �1 c I ,' � �`� �, ' ,'I �`. CIVIL ENGINEERS k\01) I, \\ � I _ I � oDZ� LAND PLANNERS � it ;Amo o LAND SURVEYORS 40) LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS / - lFDR4 \ / CF q� i p \ , 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 m " - ASPHALT pF " www.mmsronsultants.net E— 644 6 Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVNCJS - \ r 6465) _ 09-11-12 PER INTERNAL REVIEW PVAILLS ' 1 ,ASPHALT / r AS HALT \ aD�------ I � , \- - - BENCHMARK = 64 2 I \ I ` I 11 11'/ BORING' 4 LIMIT OF FLOODWAY - -_ II — / i B • \ 642 ♦ / / ' N l _ —_ _ _ _ _ - EXISTING BERM. GEOTECHNICAL SAMPLING OF THE EXISTING e32_ - - - BERM TO DETERMINE THE SUITABILITY OF THE SOIL FOR LEVEE _� \ _ _ MATERIAL SHALL BE DONE. IF IT IS FOUND TO BE UNSUITABLE LIMIT OF 4 '2\ �/ 1 r • /� _ - _ - - , - - _ _ _ _ _ _ _ _ I, THE MATERIAL SHALL BE REMOVED AND SUITABLE MATERIAL CONSTRUCTION SHALL BE USED TO CONSTRUCT THE NEW LEVEE - v 2 / -646 _- i , ✓/ _ I -5- r 643 oo _ __ "642 ` l _ 636 �— �= - 4 � �,• — _ _ -64D-� s , / , , , , , . 1 GRADING PLAN 62 4,21 - - - / \ _ LLI -39 o LIJ 619 J 63a a7- 043 642��+j2 638- _ _ - — LIMIT OF""- WEST SIDE LEVEE FLOODWAY - _ _ _ _ _ _ 19 o CRAN D I C RR TO MCCOLLISTER BLVD LtiJ W - W _-- Z - '' KEYNOTES LIMIT OF CONSTRUCTION DURING PAVEMENT REMOVAL, STORM SEWER CONSTRUCTION, AND REPLACEMENT OF ACC PAVEMENT. THE CONTRACTOR SHALL EXPEDITE WORK IN THIS AREA TO MINIMIZE THE DISRUPTION TO LOCAL ^TRAFFIC. I GRADE SUBGRADE TO REQUIRED ELEVATION, COMPACT 0 95% STANDARD PROCTOR DENSITY, PLACE ACC PAVEMENT AND COMPACT PER DETAIL THIS SHEET. SUBGRADE AND ACC COMPACTION SHALL BE TESTED BY GEOTECHNICAL ENGINEER. Q3 LIMIT OF CONSTRUCTION AT ALL OTHER TIMES. STATION TABLE NO. STAT10N OFFSET ELEVATION 1 14+74.71 29.84 R FG=640.92 2 13+26.98 30.97 R FG=640.53 3 11+11.62 23.93 R FG=642.26 4 9+67.34 45.51 L FG=637.00 5 10+86.64 45.62 L FG=637.00 6 11+78.96 45.21 L FG=637.00 7 12+80.50 45.62 L FG=637.00 8 13+81.95 45.23 L FG=637.00 9 14+81.95 45.06 L FG=637.00 KEYNOTES LIMIT OF CONSTRUCTION DURING PAVEMENT REMOVAL, STORM SEWER CONSTRUCTION, AND REPLACEMENT OF ACC PAVEMENT. THE CONTRACTOR SHALL EXPEDITE WORK IN THIS AREA TO MINIMIZE THE DISRUPTION TO LOCAL ^TRAFFIC. I GRADE SUBGRADE TO REQUIRED ELEVATION, COMPACT 0 95% STANDARD PROCTOR DENSITY, PLACE ACC PAVEMENT AND COMPACT PER DETAIL THIS SHEET. SUBGRADE AND ACC COMPACTION SHALL BE TESTED BY GEOTECHNICAL ENGINEER. Q3 LIMIT OF CONSTRUCTION AT ALL OTHER TIMES. ProlectIOWA CITY i 0339234 IOWA CITY JOHNSON COUNTY IOWA N n M MMS CONSULTANTS; INC. } Dote: 01-07-11 a n Designed by Field Book No: n RLA o Drawn by Scale: IIs 1 '=20' Checked by. Sheet No: ProlectIOWA CITY i 0339234 v 1� \� L_ _— _ 1111 I / I _ / ' .�'�3g' �1111 1 f 111 ! 1 I 1 F _ " 1111 1 I' I 1 r 1 r I �I iK _ BENCHMARK #4 ilk \ ` X1111111 1` l 1 l I I ` W VIII I I I I III 1 1 --——— — — — —"' ` 1 111 11111 1 11 Bq2\ 1 t^ l l l l I I I I 1 �n - —' _- ° ` �_-------/ j11IIII III 1 i/,— 1 �J� \ I _ —- ° i I l 1 I 6 I I I 1 c9 \ ' \, LIMIT OF _ pllll� I 1 1 CONSTRUCTION /21 _ ASPHALT F \ ° 9 636 ASPHALT , �\ „ CIVIL ENGINEERS -'� Ill I I I 1 \ r� 642 LAND PLANNERS --, i t1 I I 11 I X / / 43 LAND SURVEYORS 6 9 LANDSCAPE ARCHITECTS 1 1 1 1 1 1 1 I I 1 1 1 Ilk I l ll 1 1 1 1 1 1 — � _ - - - - - 1 1 1 I � I \ 4� , ' '6 ~ ENVIRONMENTAL SPECIALISTS �\ ' ` ` 1 1 ' " 1917 S. GILBERT ST. \ 11 I i 1 i\ - Asx, `� i 0 = ' IOWA CITY, IOWA 52240 --------- -- - ilk \ \ Eke \ DF I - 5� (319)351-8282 _ s - - - - 1 1\ \\ \\ www.mmsconsultants.net 1 1 \ .EXISTING BERM. GEOTECHNICAL SAMPLING OF THE EXISTING- ' \ III\ \ \ \ \ \ \ \ \ 9 `BERM TO DETERMINE THE SUITABILITY OF THE SOIL FOR LEVEE 64443 MATERIAL SHALL BE DONE. IF IT IS FOUND TO BE UNSUITABLE THE MATERIAL SHALL BE REMOVED AND SUITABLE MATERIAL SHALL BE USED TO CONSTRUCT THE NEW LEVEE. - - 641_ Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS 1 _ _ _ / _ _— — 1 " y — — 09-11-12 PER INTERNAL REVIEW PVA/LLS LIMIT OF ` \ \ _ 46?/ 6650 CONSTRUCTION '\ /s 46� 46 y 63,9 6 �_ -—- —- —-— — / 642 646 \ 6443 \ ' ' / i� x 44 - - - - r - - - ' LIMIT OF 637- 1 + i of `643 - ti FLOODWAY ' " a BORING ST -5 o. az F- / 64 641 — —J�J _ _ _ _ — _ — — _ - " W ' " 5 — LLI .62 N �\ W � �Mi / Z 46- 4 s aI— � a s STA. 19+96.87 20.00 ate' - - ro 6 _ r I • 642 , m ___--==-63--=_---__ --� -_=_-_-__ _--___ o GRADING - 641 ` PLAN Ih f STA. 2,Q+80.45 sFO� / - - _---- _ 2z__ 2 W Cn W _ _ —-- _ 615 EXISTING SANITARY SIPHON STRUCTURE _ _ 6 - - - - o - - - LILI_ _ _ _ -g - - COORDINATE WORK ADJACENT TO Z ' _ m POWER POLES AND RELOCATION OF DOWN GUYS WITH F $ = 637 r , -' / - - - - MIDAMERICAN ENERGY, NO U ' S� 25' ' '619— _ _619' s3s � � � 6 � - _ _ _ _ EXCAVATION IS PERMITTED � ~ 33 , ;' r��' ' ' ' _ - - - - - - - WITHIN 5' OF POLES. —620—_ —_____ — _621— WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD TRANSITION LEVEE PROJECT _ SLOPE FROM 3:1 TO 4:1 IOWA CITY F JOHNSON COUNTY F IOWA F 0 U Z a F M (n N 0 N F C MMS CONSULTANTS, INC. 3 D Date: ofof 01-07-11 F Designed by. Field Book No: n F RLA o Drawn by Scale: IIS 1 "=20' g Checked by. Sheet No: F RLA w n II N Project No: F\ IOWA CITY 0339234 STATION TABLE NO. STATION OFFSET ELEVATION 1 16+76.36 45.26 L FG=641.09 2 15+81.95 32.04 R FG=637.00 3 16+87.09 45.49 L FG=637.00 4 18+07.25 47.72 L FG=636.00 5 18+43.34 49.85 L FG=636.00 6 20+00.20 48.12 L FG=636.00 7 20+85.21 63.25 L FG=637.00 8 21+83.44 82.01 L FG=637.00 F JOHNSON COUNTY F IOWA F 0 U Z a F M (n N 0 N F C MMS CONSULTANTS, INC. 3 D Date: ofof 01-07-11 F Designed by. Field Book No: n F RLA o Drawn by Scale: IIS 1 "=20' g Checked by. Sheet No: F RLA w n II N Project No: F\ IOWA CITY 0339234 636 __ -_ -- ' 1 I ' I ''' I I 1_638- 1 MA-TCHLINE SHEET 13 -- It It ' ' ! I I ' 7 1 f / 1 I ' _ _ -637- / 1 - 1 / l / ! , , r ! , , r , +� , r I r ' I � _ � , - - _ 7t�� 637 � 37 6 _ - -636- -- ' -635- " 1 � (' •`s 52 0 , , ', 1 s, INSTALL 1498 SY 7" THICK PCC CONCRETE CIVIL ENGINEERS Dc�ob LAND PLANNERS LAND SURVEYORS ! r 1 •' v LANDSCAPE ARCHITECTS \ ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 -- -- ----- (319)351-8282 www.mmsconsultants.net O 45.45 // I LIMIT OF / , 0 -sso 6 5 5.5 CONSTRUCTION - - - - - - - - - - 64 ° ( p� \\ 6, i Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS hnO05-24-12 EVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PERINTERNAL REVIEW PVA/LLS SEE SHEET 24 FOR CONTINUATION / r 36 \� \ \ \ LIMIT OF 637 ,�� \ ` Q� - - ` CONSTRUCTION ,637- \ \ LIMIT OF CONSTRUCTION 637%x— 639 , 1 ! C _ \ 642 �ORING ST -3 } , ! \ _}�� / 39 r �R I � �\ 643 644 / - -�' _636-' \ 4 v/ 4 ' A -----640_ 41 � \\ T6P/06/ /r ,/ r \ I I , �-�J ! 1 42 \ '� h_ ;_ / v 1 / 4 -RIPRAP 1 / 4- m ' - 638- _ , , r 1 I 1 TOP OF r 1 \ � w � _ 1 I 1 , 7 1 I , \ 644 ` 1 i 1 RIPRAP I , � TOP ELEVATION -6-45-56---1 r ` + + 6q GRADING \ , I 24f, 1 I , II '636_ - - - - ' ' , - N ` - — N 2 PLAN !p 4 —� I \ , r '•' ,n IM ry f' ! o/ I 1 644 643 BORI / r � r r , I --- �_ \ 1 saz 20.00' a I , , i 1 / - X637_ - BORING ST -2 I 1 sa 3 __634 - J,/ \ 2 - 1"0 SCHEDULE 80 CONDUITS -' 63 _ I I �s I WITH PULL STRING; \ 24" COVER • ----- 1 . Q _ � \ \ \ ` \ - 1 \ _ \ - - - - - - _ _ \ _ _ ♦ _ -- _ o / -s INSTALL 3 2s _ - _ BOLLARDS ° —� PER DETAIL � .223 _ _s�6\\ - _ - - - _``_` - ` \ �� �� ,/ TERMINATE 2 - 1"4 CONDUITS SHEET 2 W �'62J _ _ _ _ _ _ _ _ _ _ - _ _ = _ - _ _ =\; _ WITH 90• STEEL SWEEP AND = X62 _ ' - - _ m - - - - - - _ _ - _ ' - _ - _ _ _ _ ' - _ 3 \ - PIPE TERMINATING 24" ABOVE V) .24 _ `\ \ _ - - - _ _ _ _ _ - _ _ _ *. GRADE; CAP END OF RISERS LJ LIMIT OF / SEE SHEETS S4 AND S5 FOR Z �s _ �� FLOODWAY J WEST SIDE LEVEE MODIFICATIONS TO SANITARY i. \ SEWER SIPHON STRUCTURE C RAN D I C RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY 637 IOWA -_-_--_-_-_ --__ 2 _ - _ _ - - _ - _ - _ - _ - - - - - - - - - - - - - 28 "�- STATION TABLE M M s NO. STATION THICK PCC CONCRETE CIVIL ENGINEERS Dc�ob LAND PLANNERS LAND SURVEYORS ! r 1 •' v LANDSCAPE ARCHITECTS \ ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 -- -- ----- (319)351-8282 www.mmsconsultants.net O 45.45 // I LIMIT OF / , 0 -sso 6 5 5.5 CONSTRUCTION - - - - - - - - - - 64 ° ( p� \\ 6, i Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS hnO05-24-12 EVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PERINTERNAL REVIEW PVA/LLS SEE SHEET 24 FOR CONTINUATION / r 36 \� \ \ \ LIMIT OF 637 ,�� \ ` Q� - - ` CONSTRUCTION ,637- \ \ LIMIT OF CONSTRUCTION 637%x— 639 , 1 ! C _ \ 642 �ORING ST -3 } , ! \ _}�� / 39 r �R I � �\ 643 644 / - -�' _636-' \ 4 v/ 4 ' A -----640_ 41 � \\ T6P/06/ /r ,/ r \ I I , �-�J ! 1 42 \ '� h_ ;_ / v 1 / 4 -RIPRAP 1 / 4- m ' - 638- _ , , r 1 I 1 TOP OF r 1 \ � w � _ 1 I 1 , 7 1 I , \ 644 ` 1 i 1 RIPRAP I , � TOP ELEVATION -6-45-56---1 r ` + + 6q GRADING \ , I 24f, 1 I , II '636_ - - - - ' ' , - N ` - — N 2 PLAN !p 4 —� I \ , r '•' ,n IM ry f' ! o/ I 1 644 643 BORI / r � r r , I --- �_ \ 1 saz 20.00' a I , , i 1 / - X637_ - BORING ST -2 I 1 sa 3 __634 - J,/ \ 2 - 1"0 SCHEDULE 80 CONDUITS -' 63 _ I I �s I WITH PULL STRING; \ 24" COVER • ----- 1 . Q _ � \ \ \ ` \ - 1 \ _ \ - - - - - - _ _ \ _ _ ♦ _ -- _ o / -s INSTALL 3 2s _ - _ BOLLARDS ° —� PER DETAIL � .223 _ _s�6\\ - _ - - - _``_` - ` \ �� �� ,/ TERMINATE 2 - 1"4 CONDUITS SHEET 2 W �'62J _ _ _ _ _ _ _ _ _ _ - _ _ = _ - _ _ =\; _ WITH 90• STEEL SWEEP AND = X62 _ ' - - _ m - - - - - - _ _ - _ ' - _ - _ _ _ _ ' - _ 3 \ - PIPE TERMINATING 24" ABOVE V) .24 _ `\ \ _ - - - _ _ _ _ _ - _ _ _ *. GRADE; CAP END OF RISERS LJ LIMIT OF / SEE SHEETS S4 AND S5 FOR Z �s _ �� FLOODWAY J WEST SIDE LEVEE MODIFICATIONS TO SANITARY i. \ SEWER SIPHON STRUCTURE C RAN D I C RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY 637 IOWA -_-_--_-_-_ --__ 2 _ - _ _ - - _ - _ - _ - _ - - - - - - - - - - - - - 28 "�- 620___________IOWA CITY 0339234 0 STATION TABLE NO. STATION OFFSET ELEVATION 1 22+57.89 99.50 L FG=637.00 2 24+10.69 118.05 L FG=637.00 3 25+62.35 121.05 L FG=636.00 4 26+64.77 135.62 L 5 26+80.67 63.84 L 6 27+15.56 68.16 L Date: 01-07-11 7 26+97.99 147.47 L 8 27+56.94 157.86 L FG=632.00 RLA o '--- -- --��_______________ --- Drawn by Scale: m 620___________IOWA CITY 0339234 0 62 I'�622:' _- -' MMS CONSULTANTS, INC. Date: 01-07-11 a Designed by. Field Book No: n -6z1 ----- RLA o '--- -- --��_______________ --- Drawn by Scale: m IIs 1"=20' g --621_------ ,� Checked by Sheet No: - -- --- - ______ - - - - - _ _ - - - - - _ RLA N Project No: 620___________IOWA CITY 0339234 0 I i' 1 ✓ I 1 ' I 1 1' 1 1 1'' I , 1/ I / , I 1 I I I I I I I I ___________________________ III` -------------- -------- -- --- _____ -------------- ,----- - - - - - _------_ --__ o_ _- _ ------ - _ NOTE: - - - - - ` . _ _ _ - - - - - - - OVER CUT WETLAND AREA 1 FOOT AND PLACE 1 FOOT TOPSOIL USING TOPSOIL - / STRIPPED FROM THIS AREA AND I I / 1 1 ' I ' ' 1 ' ' I ' I I ' I , 1 / /' s3s SUPPLEMENTED WITH IMPORTED TOPSOIL - 1 / l l I I I I 1 _ / % 1 % t 1' II - - MATCHLINE SHEET 12 `--- \\_636--`- REMOVED FILL FROM LEVEE SECTIONT MAYBE PLACED WEST OF THE PUMP STRUCTURES If /' � l l , ' l 1 , l , , , I I ;- \ --- _ _-/ // r , / I , , / / / I l , l I / / , 11 , \Tu / 1 /, I 1, ,, 1 bi , 1 f 1 / - -635- 1 / l ;Ill; Ifill fililliliffill /////I// ; % ' GRADING fit PLAN it l \ / 1 1 1' / l % / l l / it 1 1 a l l 1// l /if / I l l l , 1 / i , , , / / / / / 6• / / x o '635_ l I i 45.45 \ 1 / / / '- w I / /I / l g o LIMIT OF CONSTRUCTION , cl/ f 1I 17l %•1 Q 7 1l 1 1 I ' 1 ' 1 I l / , l / 1 1 1 ' I I \ J } s / � � \ \ I 1 1 1 , 1 I I , / k/ , / / I \, l r / l \ k ` � / / / / / \` A� WEST SIDE LEVEE 1 1 1 I I I I 1 I' l I l l Gf / X s 46\ 636 0 x� ,' ` 'S ' `CRANDIC RR TO 637 vV. McCOLLISTER BLVD X` � .. BORING ST -1 \ G I Fs\ PROJECT I � G IOWA CITY JOHNSON COUNTY /// / l \ / / 1, 7, ' ' 64, I 1 \s46s 12. 5 \ IOWA 1 4 )l/ -Of llljl\_\ __\- ` , / / /' / / l / / / ! , 3 I 1 \ n�.` ` ar � , \ I I /I I \ _ _ _ -650, \ / ' ' / / \ /i \ ` u"' BORING ST -3 FLOOD ELEVATION �' `; _ ; ; -- _ / 1% ANNUAL CHANCE FLOOD=642.0 , _ _ ,/- _„_ / ' e \ 4 \ \ ♦\ ,,/� 0.2% ANNUAL CHANCE FLOOD=644.2 n-'-' '�'_ 3 4 \646. -~6465 \ o -- -- 640-_-- ' / / , l I l / ' ' I ' --------- ---_ _--', /, /, / /,/, / % / 1 6344 \. ` MMS CONSULTANTS, INC. _ __-_ X639- / / / / / ' ' / / / 4 \ � o � + v r // 1 647 Date: _638- _ - / / % 6q `\ _ a ' 01-07-11 I I 1 Designed Desi b Field Book No: m fid - BORING ST- — 9 Y RLA n / I m _637_ LIMIT OF Drawn by Scale: IIs 1 rr_20' Checked by Sheet NoRLA : N �FLOODWAY � ,' / Project Nm IOWA CITY 13g \-'636----_' - - / M 0339234 s ------- - - - - -- \ ` CIVIL ENGINEERS .0r - •\ ` __ _ `- �_ -____ ------ LAND PLANNERS LAND SURVEYORS ° = -64$' LANDSCAPE ARCHITECTS 642 - - - - - - - -= — = - -- - - ENVIRONMENTAL SPECIALISTS - \ as`` _ _ fff,' _ -_ ----_ 1917 S.GILBERTST. 63 -s -+'o, �- - - _ , - _ IOWA CITY, IOWA 52240 , ` ` (319) 351-8282 www.mmsconsultants.net 36 440, / 38 PC _ s3 ` I - - - - - - - ^ LIMIT OF CONSTRUCTION Z 5. _ rI \ \ 6 0' 0 Dote Revision 04-24-12 PER INTERNAL REVIEW PVAILLS' 1 - ? 53 Op. 052412 REVISED ELECTRICAL LAYOUT-PVNCJS 09-11-12 PER INTERNAL REVIEW PVA/LLS 1 _ _ _ _ If ' - ------ - _ NOTE: - - - - - ` . _ _ _ - - - - - - - OVER CUT WETLAND AREA 1 FOOT AND PLACE 1 FOOT TOPSOIL USING TOPSOIL - / STRIPPED FROM THIS AREA AND I I / 1 1 ' I ' ' 1 ' ' I ' I I ' I , 1 / /' s3s SUPPLEMENTED WITH IMPORTED TOPSOIL - 1 / l l I I I I 1 _ / % 1 % t 1' II - - MATCHLINE SHEET 12 `--- \\_636--`- REMOVED FILL FROM LEVEE SECTIONT MAYBE PLACED WEST OF THE PUMP STRUCTURES If /' � l l , ' l 1 , l , , , I I ;- \ --- _ _-/ // r , / I , , / / / I l , l I / / , 11 , \Tu / 1 /, I 1, ,, 1 bi , 1 f 1 / - -635- 1 / l ;Ill; Ifill fililliliffill /////I// ; % ' GRADING fit PLAN it l \ / 1 1 1' / l % / l l / it 1 1 a l l 1// l /if / I l l l , 1 / i , , , / / / / / 6• / / x o '635_ l I i 45.45 \ 1 / / / '- w I / /I / l g o LIMIT OF CONSTRUCTION , cl/ f 1I 17l %•1 Q 7 1l 1 1 I ' 1 ' 1 I l / , l / 1 1 1 ' I I \ J } s / � � \ \ I 1 1 1 , 1 I I , / k/ , / / I \, l r / l \ k ` � / / / / / \` A� WEST SIDE LEVEE 1 1 1 I I I I 1 I' l I l l Gf / X s 46\ 636 0 x� ,' ` 'S ' `CRANDIC RR TO 637 vV. McCOLLISTER BLVD X` � .. BORING ST -1 \ G I Fs\ PROJECT I � G IOWA CITY JOHNSON COUNTY /// / l \ / / 1, 7, ' ' 64, I 1 \s46s 12. 5 \ IOWA 1 4 )l/ -Of llljl\_\ __\- ` , / / /' / / l / / / ! , 3 I 1 \ n�.` ` ar � , \ I I /I I \ _ _ _ -650, \ / ' ' / / \ /i \ ` u"' BORING ST -3 FLOOD ELEVATION �' `; _ ; ; -- _ / 1% ANNUAL CHANCE FLOOD=642.0 , _ _ ,/- _„_ / ' e \ 4 \ \ ♦\ ,,/� 0.2% ANNUAL CHANCE FLOOD=644.2 n-'-' '�'_ 3 4 \646. -~6465 \ o -- -- 640-_-- ' / / , l I l / ' ' I ' --------- ---_ _--', /, /, / /,/, / % / 1 6344 \. ` MMS CONSULTANTS, INC. _ __-_ X639- / / / / / ' ' / / / 4 \ � o � + v r // 1 647 Date: _638- _ - / / % 6q `\ _ a ' 01-07-11 I I 1 Designed Desi b Field Book No: m fid - BORING ST- — 9 Y RLA n / I m _637_ LIMIT OF Drawn by Scale: IIs 1 rr_20' Checked by Sheet NoRLA : N �FLOODWAY � ,' / Project Nm IOWA CITY 13g \-'636----_' - - / M 0339234 NOTES: 1. NO CONSTRUCTION TRAFFIC IS PERMITTED ON PRIVATE DRIVES IN BACULIS MOBILE HOME PARK AND THATCHER MOBILE HOME PARK AT ANY TIME. 2. NO CONSTRUCTION ACTIVITY IS PERMITTED BEYOND THE LIMITS OF CONSTRUCTION. 3. TEMPORARY CONSTRUCTION ENTRANCES AT 2 LOCATIONS, 1 DOCUMENT LOCA -110N, 2 PORTABLE RESTROOMS, 2 CONCRETE WASHOUTS SHALL BE IN PLACE PRIOR TO COMMENCEMENT OF CONSTRUCTION. io O ,- \ CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS \\\ . LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS • \ -/ �' _ d _ °. \ \\ ` \4�' \\ \\\\\``\\\\\\\\\\\\ 1917 S. GILBERT ST. �, 1 /•-- p°D .r \\�\��\\``\��\\ \\`\\\\\\\\`\\\`\ IOWA CITY, IOWA 52240 (319) 351-8282 ��� www.mmsconsultants.net � Y� CONCRETE'/I EXISTING BUILDING y/ ° I FF = 642.68 I 11 .. ..... ��� � it \ ' 1 � .� � � ° D v D r. _ n D �/�/\AICTlJI Ir•TI/lAA \\ Jf /� � i. � _ — _ _//' / \ \ / FQELv STORQ 1 FF NG BUILD 643.64/1ICONCRET�AoE$ AND PAD _ _ _ /J \ D NG � / I / # � .:;,.•� I SII 1 �_���rr�l��_..�r����..����!����r�t�����i��,R�����t�����R� .�.����}ro° MOROI oftm 65� Nan 111 IN �a DFP r��x 5�'�j����� .�.��®��g� INIF���i�10�s, . , .9:�5 � r , a 'jss r .. eK .' �. •�® F� ��..,�. ZZ �� - /rn/^-�'..�A �' 405 V -`e 110p m 19 v US WE ,pl I �Q� ,wG''i�% �jy i,��i N Y� �5E +� ��, �? r �Iw • rR n °� �!$ i9 r��i <E a�� s .�p� • .. •�$�<'c, �a �'�i � ` o i, �' a .'$ �`4%�" .0411 INSTALL FLOATING SILT CURTAIN TO REMAIN IN PLACE UNTIL RIP RAP PLACEMENT IS COMPLETE LEGEND - RIPRAP - PERMANANT RURAL SEEDING -WITH NORTH AMERICAN GREEN P-300 TURF REINFORCING MAT PERMANANT RURAL SEEDING -WITH NORTH AMERICAN GREEN S-75 EROSION CONTROL BLANKET ■��������•..■ - SILT FENCE EROSION CONTROL PLAN WEST SIDE LEVEE CRANDIC RR TO MCCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. 3 Date: 01-07-11 a n Designed by Field Book No: RLA o Drawn by. Scale: „ IS 1"=50' U Checked by. Sheet No: RLA � w j Project No: IOWA CITY 4 0339234 I I I 1 1 11111111II llllll -- - \ I 1 I ' I / '11111 III III 111111 / 1 / 1 IIII 1111 I II 1 - I If O li iNA //1 I !l 11111 Il'� III_ / I III II 1 1 1111 Ij IIIIiIi -- ---- -- - - --- - _ Ill ll�llil I I,1 / /,I IIIIj111111 III ------------- - -_ \\ I IIII TEMPORARY CONSTRUCTION ' ✓ I I II I I! I �I� )" -ENTRANCE/EXIT 20' WIDE X 80' - - - - -' - - - - - - - - - - - - ---- - - - -- ----- ---- O o°0- - - 0 0 g 0 0 0 0 0 0 0_ p-QO 0 0 0 0 0 0 0 o O O O O O O y _ �'- I 1 O°O°00000000 °O °0000°O°O°O°O°O°O°O°O _ _ I l l 1, / / O O O O QO Q O O O O O O O O O O -- _n - - - - - _ _ _ - _ - pp pO-O�p�ge0�0°Oa000-O-0._°-000°O°O°O°0°0°0°0°O - _ _� -=, "� _ - l 1 o 0 0 0 0 0 0 0 0 0 o e 0 0 0 0 0 0 0 s O O O O O O O O O O O O 0- 000 O O O O O O O O O O O 0 O O O O O O O _ _ _____ _-_-t �_ __- / 000o-ob9°soo-o-oao°0000000000000p°ao 000000000(3000 _ _ _ _ _ _ _ - _ - _ _ - - _ _ - - _ _ -�a�y - `� �„` 1 / / 0 0 0 0 0 0 0 0 0 0 0 0 0 00� o o Q o 0 I 111!1/, 1 ll III lIl I o /r/// I o - _ o p°o 0 0 0 0 0 0 0 0 0 0 0 o Q ,_ , // , r -- -a-o 0 0 0 0 0 0 0 0 o g o 0 0 0 o�s—c -�_ III I u � ,- __",0000000000°000-oo°0000°00000 0 --- -_ '/ Illu `� 1fit, -- 1 d v o 0 0 0 o 0 0 000000 0 o Irl \ O O OOO O O "OO OOOO O OO O O�w\ IIII III ` f O _ - 1 I 1/ 1{ llllll T c^� -- \\ � \ ` / / ' l ' / / / � I l / � l / r l I l I I. i \ .- _ - ' - - ` - - ♦ \ " ! , 1 � - � - / I Il1Il 1 111 1 � I , ll/ 1 \ ltllll; 1 \ fill/l//l/ l 1 1111 11 Il / I l +_--� l I O OVERHEAD ELECTRICi'- /// \ \ � I , - 9 1 till 11111 / '1 11/ll 11 111/111 l /1/I/1lI1/ll!lllllllIl/l/llI/1llII11ll1l/l1lllli°41111(,1- 0 11j1\111i° 1 4 o __ 'ill// oO I11I11 I1I1I I1 \1I\I1 I \,° ■ \ - �- i l 1y.O ll 0 / Ili, \ \ \ \I\I\\\\\\\\\ 1 1 O \ \ 3 II00 ' 0 O I / l ------.,._--_--=-�____---W-_-Irl/I , • � , - - ) ,, 11•• \ ter' /r ` - - .■ �' �r'����_, •♦♦•!�i elk• _ �_c.Cy = W town z ire a I •••••••••������f e�����■�•tll\Ill -� � ■■■■■■■■ ` _ - - - F` _ - - - - - - - - - - - - - - - - - - —� _ _ - -' ' INSTALL FLOATING SILT CURTAIN. F ' TO REMAIN IN PLACE UNTIL RIP F \ RAP PLACEMENT IS COMPLETE \ NOTES: 1. NO CONSTRUCTION TRAFFIC IS PERMITTED ON PRIVATE DRIVES IN BACULIS MOBILE HOME PARK AND THATCHER MOBILE HOME PARK AT ANY TIME. 2. NO CONSTRUCTION ACTIVITY IS PERMITTED BEYOND THE LIMITS OF CONSTRUCTION. 3. TEMPORARY CONSTRUCTION ENTRANCES AT 2 LOCATIONS, 1 DOCUMENT LOCATION, 2 PORTABLE RESTROOMS, 2 CONCRETE WASHOUTS SHALL BE IN PLACE PRIOR TO COMMENCEMENT OF CONSTRUCTION. O M M S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net 71 Date Revision 04-24-12 PER INTERNAL REVIEW PVAtU_S WET-MESIC SEED MIX LEGEND PER INTERNAL REVIEW PVA/LLS A WET MESIC SEED MIX SHALL BE PLANTED AT A RATE OF 10-15LBS/ACRE PLS p - RIPRAP BETWEEN MARCH 31 AND JUNE 15 OR BETWEEN NOVEMBER 15 AND FEBRUARY 15 ON LIGHTLY TILLED SOIL. SHALL BE HALF SEDGES/RUSHES HALF FORBS BY WEIGHT. PERMANANT RURAL SEEDING RECOMMENDED WET MEADOW SPECIES -WITH NORTH AMERICAN GREEN P-300 TURF FORBS: REINFORCING MAT The following forbs, or species with similar wetland indicator status, shall be included in the emergent wetland seed mix. PERMANANT RURAL SEEDING CANADA ANEMONE (Anemone canadensis) -WITH NORTH AMERICAN NEW ENGLAND ASTER (Aster novae-angliae) GREEN S-75 EROSION FLAT TOP ASTER (Aster umbellatus) CONTROL BLANKET NODDING ONION (Allium cemuum) FALSE ASTER (Boltonia asteroides) 0000000000 SEEDING PER RATTLESNAKE MASTER (Eryngium yuccifolium) 0000000000 _WET-MESIC DETAIL & SPECIFICATIONS JOE-PYE WEED (Eupatorium moculatum) 00000000o0 BONESET (Eupatorium perfoliatum) SNEEZEWEED (Helenium outumnale) SAWTOOTH SUNFLOWER (Helionthus grosseserratus) ■ ■ - SILT FENCE COW PARSNIP (Heracleum lonatum) ROSE MALLOW (Hibiscus moscheutos) GREAT ST. JOHNS WART (Hypericum pyrimadatum) - FLOODWAY BLUE FLAG IRIS (Iris versicolor) MARSH BLAZINGSTAR (Liatris pycnostachya) GREAT BLUE LOBELIA (Lobelia siphilitica) MOUNTAIN MINT (Pynnanthemum Sp.) BROWN -EYED SUSAN (Rudbeckia triloba) CUP PLANT (Silphium perfoliatum) RIDDELL'S GOLDENROD (Solidago riddellii) BLUE VERVAIN (Verbena hostata) IRONWEED (Vemonia gigantea) GOLDEN ALEXANDER (Zizia aurea) SEDGES AND RUSHES: The following Grasses, Sedges and Rush, or species with similar wetland Indicator status, shall be included in the wet-mesic seed mix. BIG BLUESTEM (Andropogon geradii) VIRGINIA WILD RYE (Elymus virginicus) FOX SEDGE (Carex vulpinoidea) FRINGED SEDGE (Carex crinita) PRAIRIE CORDGRASS (Spartina pectinate) FOWL MANNA GRASS (Glycerin striata) NOTES: 1. NO CONSTRUCTION TRAFFIC IS PERMITTED ON PRIVATE DRIVES IN BACULIS MOBILE HOME PARK AND THATCHER MOBILE HOME PARK AT ANY TIME. 2. NO CONSTRUCTION ACTIVITY IS PERMITTED BEYOND THE LIMITS OF CONSTRUCTION. 3. TEMPORARY CONSTRUCTION ENTRANCES AT 2 LOCATIONS, 1 DOCUMENT LOCATION, 2 PORTABLE RESTROOMS, 2 CONCRETE WASHOUTS SHALL BE IN PLACE PRIOR TO COMMENCEMENT OF CONSTRUCTION. O M M S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net 71 Date Revision 04-24-12 PER INTERNAL REVIEW PVAtU_S 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVA/LLS EROSION CONTROL PLAN WEST SIDE LEVEE CRANDIC RR TO MCCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. 3 Date: 01-07-11 v M Designed by Field Book No: M RLA a i Drawn by Scale: Is v=50, Checked by Sheet No: RLA Project No: 15 m IOWA CITY g 0339234 RI- ■ 40 0 0 ao z II I- 0 a :::.-:. ............ ....... ......_. .. f ............. <1103 Y 00 .............:.'.v:r:::......:::':::.....:.:::::':::::::':::::::.v:::::v.::::r.:.:::::v::::::::::::::::.:':::::':::::::':: :::::'::::::.::... 9k 10 • F-- .... '::'::::':::':::::'::'::'::::'::'::'� zr7 II .:::::::::.::::::::.::::::.::..:::::::::.::::::::.::::::.:::::::.::::::.::::::.::::::.::.:::::::::::::::::::.::::.�:::.�::.:::::::::::::::::::... II .... ::::::::......:............:.......................... :...... Z d II ..................................:.:.:..:.:.:.:.:.:.:....:.:.:.:.:.:....:.:.:.:.:.:....:.:.:.:.:.:.:..'.......... ....::::..:::::::'. ...:.........- ..%p.....:.....:::......I......::...................:................ o 12„0 RCp a 1.459, ` %2 RCp 17' — 1"0 RCF 0.25% 154' - 24'10 RCP 0 15' - 12"0 RCP M M S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsuItants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS 2 II 10 1oO dIN4 MM°- � co co �'n i0 II II m II II UD...................................ED 3 M_ o,Z oro .. i: is isi.: iiii:'::ii: ... .. ..... ... .. '. :. �� :.... =N �:::: } :'.. t .. :.. _t[ ��. ��� . _ ,�.. �. H' .. ....... ... ,..... oro :::.-:. ............ ....... ......_. .. f ............. <1103 Y 00 .............:.'.v:r:::......:::':::.....:.:::::':::::::':::::::.v:::::v.::::r.:.:::::v::::::::::::::::.:':::::':::::::':: :::::'::::::.::... 9k 10 • F-- .... '::'::::':::':::::'::'::'::::'::'::'� zr7 II .:::::::::.::::::::.::::::.::..:::::::::.::::::::.::::::.:::::::.::::::.::::::.::::::.::.:::::::::::::::::::.::::.�:::.�::.:::::::::::::::::::... II .... ::::::::......:............:.......................... :...... Z d II ..................................:.:.:..:.:.:.:.:.:.:....:.:.:.:.:.:....:.:.:.:.:.:....:.:.:.:.:.:.:..'.......... ....::::..:::::::'. ...:.........- ..%p.....:.....:::......I......::...................:................ o 12„0 RCp a 1.459, ` %2 RCp 17' — 1"0 RCF 0.25% 154' - 24'10 RCP 0 15' - 12"0 RCP M M S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsuItants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS STORM SEWER PLAN & PROFILE WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA 0 N MMS CONSULTANTS, INC. a Date. 01-07-11 Designed by Field Book No: RLA Drawn by Scale: Its 1 "=20' Checked by Sheet No: Project No: RLA Cz IOWA CITY 339234 O k ° PROPOSED INTK #9 (SW -562) STA: 6+77.48 39.82 R D p v 0 0 p D D �.p p CONCRETE FUEL STORAGE - CONCRETE WALLS AND D D PAD I p p ROPOSED INTK #10 (SW -562) TA: 5+35.15 33.54 R p. D V p X\ E l 17m7 IN p p D p D p \f OVERHEAD ELECTRIC Q 3H0 p p /_ n CONCRETE �.�� 3j / CONCRETE / o X PROPOSED DMH #12 (60"4) STA: 3+34.97 23.15R�/ X I 3H0 i GRAVEL' -3"0/ CIVIL ENGINEERS LAND PLANNERS PROPD INTK #8 (SW -562) _ ��� 0— STA : 7+OSE95.53 28.99 R LAND SURVEYORS _ LANDSCAPE ARCHITECTS ' 3H0 ENVIRONMENTAL SPECIALISTS I� TND- +- �. PROPOSED 88H2O�23(R2 �) 1917 S. GILBERTST. / IOWA CITY, IOWA 52240 — o— / (319)351-8282 �— 3H0 r /� — 3Ho www.mmsconsultants.net o EXISTING 21"0 RCP GRAVEL TO BE REMOVED PROPOSED DMH #9 (72"0) STA: 7+96.80 18.11 R PROPOSED DMH #10 (72"0) STA: 6+77.01 13.96 R Revision M M S PER INTERNAL REVIEW PVA/LLS 05-24-12 I 3H0 i GRAVEL' -3"0/ CIVIL ENGINEERS LAND PLANNERS PROPD INTK #8 (SW -562) _ ��� 0— STA : 7+OSE95.53 28.99 R LAND SURVEYORS _ LANDSCAPE ARCHITECTS ' 3H0 ENVIRONMENTAL SPECIALISTS I� TND- +- �. PROPOSED 88H2O�23(R2 �) 1917 S. GILBERTST. / IOWA CITY, IOWA 52240 — o— / (319)351-8282 �— 3H0 r /� — 3Ho www.mmsconsultants.net o EXISTING 21"0 RCP GRAVEL TO BE REMOVED PROPOSED DMH #9 (72"0) STA: 7+96.80 18.11 R PROPOSED DMH #10 (72"0) STA: 6+77.01 13.96 R 11' 12"0 ZM II - of 0 aw 26 ® 2.009, 13' - 12"0 RCP 1221 - 36"0 RCP 4 0.30% 140'1- 30"01 RCP 010.25% 199, - �O"0 RCP Date Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 N NM PER INTERNAL REVIEW PVA/LLS h u) O n 9 r 'c!O r ��0 C, N Ow=O :2,t II a i4 (MO tMO (V 'S s e m0�cOn M� N ^ N, NIS _ • N O� O hT 0IIZZ� ML6on m tO CMON w F MnLo Mm 44O MM 2 0011 11 (0 rrj a'a' p-1— W W W _ c0 [O (V M a I Z Z 7 Nw (V lad N to a) V ED pip z�F =SII IIS �dIl a www_ ri = . II IIS LOII zzp o�z3 II Z'� oft- o II Ilzz0 all ZZ� oa --- a�www www a�www o - na. www 11' 12"0 ZM II - of 0 aw 26 ® 2.009, 13' - 12"0 RCP 1221 - 36"0 RCP 4 0.30% 140'1- 30"01 RCP 010.25% 199, - �O"0 RCP Date Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAJCJS 09-11-12 PER INTERNAL REVIEW PVA/LLS STORM SEWER PLAN & PROFILE WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N 0 N N m MMS CONSULTANTS, INC. 0 Date: 01-07-11 M Designed by. Field Book No: n RLA o Drawn by Scale: IIs 1 "=20' Checked by Sheet No: RLA N Project No:7 IOWA CITY 1 g 0339234 COO MMC ACE COURT D o CONC�ETE p � . EXISTIN�1"0 CP PROPOSED INTK #7 (SW -562) I STA: 8+87.06 28.08 R J p 1 D 1. i I W � � I I ". LANDSCAPING 1 MATERIALS STORAGE 1 AREA 1 / 1 p t 1 PRO:POSED DMH #9 (72"0) STA7+96.80 18.11 R I I 1 1 I 1 PROPOSED DMH #8 (96"0) 1 I STA: 8+78.90 15.44 R CONNECT EXISTING 21"0 1 STORM TO MANHOLE 00 0 I 1 PROPOSED DMH #8A (96"0) 1 STA: 9+53.70 31.90 R 1 1 PROPOSED NORTH PUMP STATION SEE SITE PLAN SHEET 22 PROPOSED 60"0 FES WITH APRON GUARD STA: 9+61.44 61.87 L M M S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS 09-11-12 PER INTERNAL REVIEW PVA/LLS STORM SEWER PLAN & PROFILE WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N 0 N ry m MMS CONSULTANTS, INC. ; a Date: 01-07-11 M Designed by. Field Book No: RLA Drawn by Scale: IIs 1 "=20' Checked by Sheet No: RLA w Project No: 'I IOWA CITY 8- 0339234— ASPHALT APPROXIMATE LOCATION OF EXISTING TILE LINE rJ/ jHO� i�PROPOSED DMH #4 (48"0) STA: 14+93.39 19.55 R PROPOSED INTK #3 (SW -562) STA: 13+79-12 33.24 R Revision X o PROPOSED INTK #3 (SW -562) STA: 13+79-12 33.24 R PROPOSED DMH #3 (48"0) STA: 13+78.93 17.25 R OHE OHE t; ASPHALT PROPOSED INTK #2 (SW -562)' STA: 12+74.86 33.05 R PROPOSED INTK #1 (72"0 W/INTAKE GRATE) STA: 10+38.33 53.09 R PROPOSED DMH #2 (60"0) STA: 10+75.40 12.58 R CONNECT TILE TO INTK #1 I o- 0 i PROPOSED DMH #2A(60"0) STA: 12+74.96 17.84 R i �I Revision 04-24-12 o 05-24-12 REVISED ELECTRICAL LAYOUT-PVAiCJS 09-11-12 PROPOSEDOPENDBS W/4-4' r \ to r NGS ST:\ 0mo� v 9+166.45 81602 RA PROPOSED DMH #3 (48"0) STA: 13+78.93 17.25 R OHE OHE t; ASPHALT PROPOSED INTK #2 (SW -562)' STA: 12+74.86 33.05 R PROPOSED INTK #1 (72"0 W/INTAKE GRATE) STA: 10+38.33 53.09 R PROPOSED DMH #2 (60"0) STA: 10+75.40 12.58 R CONNECT TILE TO INTK #1 I o- 0 i PROPOSED DMH #2A(60"0) STA: 12+74.96 17.84 R i �I Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAiCJS 09-11-12 PROPOSEDOPENDBS W/4-4' r \ to r NGS ST:\ 0mo� v 9+166.45 81602 RA I c�1A� mN:2 . m PROPOSED DMH #1 (108"0) STA: 9+70.4 50-49 R i CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAiCJS 09-11-12 PER INTERNAL REVIEW PVA/LLS STORM SEWER PLAN & PROFILE WEST SIDE LEVEE CRANDIC RR TO MCCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA O N N MMS CONSULTANTS, INC. 3 Date: O 01-07-11 Designed by Field Book No: RLA o Drawn by Scale: IIs 1"=20' Checked by Sheet No: h14' — 4'"0 RCS ®0.1 % Pro'ect No: RLA 1)4' 24"0 RC 00.1 197' — 0"0 RC ® 0.1,c% 5 — 30'0 RCP 0.15 / M 82' — 36" RCP ®0.15% 1 _ IOWA CITY 19r I 1 � " RCP 0339234 m I STA: 19+62.52 31.55 R $ —� m / o / / oN / COORDINATE WORK ADJACENT TO - / POWER POLES AND RELOCATION - OF DOWN GUYS WITH - / MIDAMERICAN ENERGY. NO E EXCAVATION IS PERMITTED WITHIN 5' OF POLES. 00 C' aJ CV M II IIS CONNECT EXISTING 8" TILE TO MANHOLE WITH WATER TIGHT CONNECTION. VERIFY o PROPOSED DMH #5 (48"0) / STA: 15+69.78 19.18 R / / / Z / / 0 N CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAiCJS 09-11-12 PER INTERNAL REVIEW PVA/LLS .I - 12"0 RCF 01.00% 15"0 01 34' - 11"0 RCP ® 0.15V 113' — 11"0 RCP ® 0.1 STORM SEWER PLAN & PROFILE WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N O N N MMS CONSULTANTS, INC. ; a Date: 01-07-11 Designed by Field Book No: RLA o Drawn by. Scale: IIs 1 "=20' a Checked by. Sheet No: U RLA Project No: 2 0 IOWA CITY 0339234 N r� Z EXIST 75t- 36"0 R-C—p4 0.4gq REMOVE 36" FE .@P CONNE T 19' E 24" ® 0.49 TO EX STIN 1 1 1 1 1/ - RCP m � M CMN 1 1 1 \\ fn D cD 1 1 1 \ 1 1 I 1 O -- II w_ww 1 1 \ z 1 1 1 1 1 yl I 1 I I r- 1 / I / 1 12"4 pCP ® 1.00%/ 635 / I I I I I 24" FES AND 16' - 24" F Oc�o v1311 6' - 24"0 81'1 - 48"0 RCP @10.20% go to O a0 PER 2 R CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVNCJS 09-11-12 PER INTERNAL REVIEW PVAILLS mill 6' - 24"0 81'1 - 48"0 RCP @10.20% go to O a0 PER 2 R CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVNCJS 09-11-12 PER INTERNAL REVIEW PVAILLS STORM SEWER ��� PLAN & PROFILE SHEET 2. I D- WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N MMS CONSULTANTS, INC. Date: 01-07-11 Designed by. Field Book No: RLA Drawn by. Scale: IIs 1"=20' Checked by. Sheet No: RLA 21 Project No: IOWA CITY 0339234 CONCRETE PAD, GEN SET N.T.S. OIL SPILL DETAIL #5 BARS ® 8" O.C. BOTH HO)OKSTEDRTO PO WITHIOM TRANSFORMER WAYS TOP & BOTTOM BARS = --------- -- ------� I I A i i TRANSFORMER PAD 2" RIVER ROCK r---- ----� I SCREENED I I I I 0 „ I I I I , „ 0 I I 3- 1 I I 1 I I I I I I I Q0 ll 1 i i 2'-0" 2'-0" Iiil SILT FENCE FABRIC 1 Q„ (OR OTHER SOIL U �_____ __ _� FABRIC WITH EQUAL A TRANSFORMER PAD A OR LOWER POROSITY) 8,-0 SECTION VIEW (A A )- SECTION VIEW (A—A) * TRENCH ON FOUR SIDES MINIMUM BAR COVER 2" FROM FORMED * 2' DEEP X 3' WIDE OR FINISHED FACES, 3" MINIMUM FROM * SILT FENCE FABRIC THAT WILL ALLOW BASE WATER TO PASS THROUGH PLAN VIEW * 2" ROCK, SCREENED PLAN VIEW D \ GOO \ \ D \ � o \ o \ NORTH GRAPHIC SCALE 10 0 5 10 20 20' PERMANENT ACCESS, STORM SEWER AND DRAINAGE EASEMENT 0 D LEGEND ( IN FEET ) 1 inch = 10 ft. SAFETY FENCE (CHAIN LINK) UE — UNDERGROUND ELECTRIC UT — UNDERGROUND TELEPHONE a a —EXISTING PAVING —PROPOSED PAVING FENCE DETAIL m I SCALE: 1"=10' I I \ I \ = I 40 to 1 �. . 1... 1 1 1 1 1 0 1 m 1 � 1 � 1 1 O 1 1 POST ATTACHED TO 1 = STRUCTURE 1 SEE DETAIL SHEET 2 1 rn x\ 1 8' GATE UA 11 I 1> 1 oD 1 I 1 1 I \ 1 11 I I �9 1 I 7 I \ 1 I \ 8' GATE— . 11 � 1 I NOTE: FENCE POSTS 8' MIN. SPACING a D o �I I I 1 � I CONDUIT AND 3 PHASE \ CONDUCTORS INSTALLED BY MIDAMERICAN ENERGY D I II o 1 1 1 D I LIMITS OF CONSTRUCTION I cTn o+Fn 17 19 Fa AND SAFETY FENCE \ / 1 / 1 \ / �1 / � I � � I / STA: 9+64.52 4y.67 R I DBS / - .. .. i \T X 6�9 995 { 0� 15' UTILITY GT EASEMENT / \ 6Ap�4 PERMANENT . I G ACCESS / r EASEMENT 5 / / sat.: STALL 593 Y 7 PAVEMENT � EXISTING j �\ BUILDING GT / / l OHE OHE OHE — OHE — — — — OHE —Qom---- OHE---- OHE ---- OHE -------------------- — — — — — EXISTING POWER POLE TO BE REMOVED BY UTILITY COMPANY NEW POWER POLE BY UTILITY COMPANY / STA: 10+04.67 39.42 R v/ / T- -� U UE ; lel l 10' UTILITY EASEMENT— TOOF FLOOR EL E = 646.33 11\ 11 \\ I II 1 STORMWATER \ PUMPS 1 1 Uj 11 GATE CIVIL ENGINEERS LAND PLANNERS 00 LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net 0 J NORTH PUMP STATION 1 - 2" CONDUIT WITH PULL STRING FOR TELCO GENERATOR MONITORING POWER FROM TRANSFORMER i POWER FROM GENERATOR ko� TWO (2) 4"0 CONDUITS, FUSED JOINT HDPE BY CONTRACTOR PRIMARY CONDUCTORS BY UTILITY COMPANY FROM NEW POLE TO TRANSFORMER STA: 10+06.13 10.13 R CONSTRUCT GENERATOR PAD ELEV = 646.67 SEE DETAIL THIS SHEET EMERGENCY GENERATOR — OVERHEAD LIGHT CONSTRUCT TRANSFORMER PAD AND OIL SPILL CONTAINMENT ELEV = 646.67 SEE DETAIL THIS SHEET �— UTILITY COMPANY 1 TRANSFORMER Date Revision M S PER INTERNAL REVIEW PVAILLS 05-24-12 CIVIL ENGINEERS LAND PLANNERS 00 LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net 0 J NORTH PUMP STATION 1 - 2" CONDUIT WITH PULL STRING FOR TELCO GENERATOR MONITORING POWER FROM TRANSFORMER i POWER FROM GENERATOR ko� TWO (2) 4"0 CONDUITS, FUSED JOINT HDPE BY CONTRACTOR PRIMARY CONDUCTORS BY UTILITY COMPANY FROM NEW POLE TO TRANSFORMER STA: 10+06.13 10.13 R CONSTRUCT GENERATOR PAD ELEV = 646.67 SEE DETAIL THIS SHEET EMERGENCY GENERATOR — OVERHEAD LIGHT CONSTRUCT TRANSFORMER PAD AND OIL SPILL CONTAINMENT ELEV = 646.67 SEE DETAIL THIS SHEET �— UTILITY COMPANY 1 TRANSFORMER Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS NORTH PUMP STATION SITE PLAN WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N O N MMS CONSULTANTS, INC. 3 Date: 01-07-11 o Designed by. Field Book No: M RLA o Drawn by. Scale: IIs 1"=10' - Checked by Sheet No: RLA 2 2 Project No: � IOWA CITY 0339234 M FAA S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVA/LLS SOUTH PUMP STATION SITE PLAN WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N O N N MMS CONSULTANTS, INC. a Date: 01-07-11 n Designed by Field Book No: RLA Drawn by Scale: IS 1"=10' Checked by Sheet No: RLA Project No: IOWA CITY 0339234 ■ 0 co SOUTH co PUMP STATION i0i� 1'-2" LADDER TREADS SHALL BE POLYPROPYLENE ENCASED STEEL PER I ASTM -C478 SEE SPECS (TYPICAL) 5'-8"� SOUTH co PUMP STATION i0i� 1'-2" LOCATION LOCATION INVERT ELEVATION OUTLET LADDER EAST Lo TYP INLET LADDER TREADS SHALL BE POLYPROPYLENE ENCASED STEEL PER I ASTM -C478 SEE SPECS (TYPICAL) 5'-8"� SOUTH 15-10" PUMP STATION i0i� DESCRIPTION LOCATION LOCATION INVERT ELEVATION OUTLET LADDER EAST WALL OF BYPASS CHAMBER TYP INLET 48" DIAM. RCP FOUNDATION PLAN SCALE: 1/4"=1' INVERT ELEVATION SCEHDULES ALUMINUM RAILING MAY BE SHOP WELDED WITH ALL WELDS GROUND SMOOTH, POLISHED, AND FREE OF DISCOLORATIONS, DEFECTS, ETC, OR RAILING MAY BE OF SLEEVED CONSTRUCTION UTILIZING EPDXIED SPLICES AND COUNTER -SUNK STAINLESS STEEL FASTENERS. SUMBIT SHOP DRAWINGS FOR REVIEW PRIOR TO FABRICATION. BASE PLATE 1/2"x3"x0'-6" w/ (2) 9/16"0 BOLT1 3/4" HOLES 1 3/4" F 8'-0" MAX. i EACH WAY, TOP & BOTTOM, ON 12" COMPACTED, CRUSHED STONE 1'-4" 8'-0" 17'-4" 1'-2" 4" 6" DRAIN/GRATE: REMOVABLE NEENAH R -4937-B SECTION OR APPROVED EQUAL EL. 646.23-� 5'-0" lo'—O" ^nv ^ ^ SOUTH NORTH PUMP STATION DESCRIPTION DESCRIPTION LOCATION LOCATION INVERT ELEVATION OUTLET 60" DIAM. RCP EAST WALL OF BYPASS CHAMBER 630.83 INLET 48" DIAM. RCP NORTH WALL OF INLET CHAMBER 631.27 INLET 48" DIAM. RCP WEST WALL OF INLET CHAMBER 630.98 SLUICE GATE 5' X 5' SOUTH WALL OF INLET CHAMBER 630.98 SLUICE GATE 5' X 5' EAST WALL OF INLET CHAMBER 630.88 ALUMINUM RAILING MAY BE SHOP WELDED WITH ALL WELDS GROUND SMOOTH, POLISHED, AND FREE OF DISCOLORATIONS, DEFECTS, ETC, OR RAILING MAY BE OF SLEEVED CONSTRUCTION UTILIZING EPDXIED SPLICES AND COUNTER -SUNK STAINLESS STEEL FASTENERS. SUMBIT SHOP DRAWINGS FOR REVIEW PRIOR TO FABRICATION. BASE PLATE 1/2"x3"x0'-6" w/ (2) 9/16"0 BOLT1 3/4" HOLES 1 3/4" F 8'-0" MAX. i EACH WAY, TOP & BOTTOM, ON 12" COMPACTED, CRUSHED STONE 1'-4" 8'-0" 17'-4" 1'-2" 4" 6" DRAIN/GRATE: REMOVABLE NEENAH R -4937-B SECTION OR APPROVED EQUAL EL. 646.23-� 5'-0" lo'—O" ^nv ^ ^ 3/8"x4" CONT. ALUMINUM KICKPLATE WELDED OR COUNTERSUNK 1/4" S.S. SCREWS (2) 1/2"o S.S. CONCRETE FLOOR ' ANCHORS W/ EPDXY ADHESIVE HANDRAIL DETAIL SCALE: 3/4"=1' PROVIDE A BITUMINOUS COATING (60 MILS THICK MINIMUM) BETWEEN ALL ALUMINUM AND CONCRETE TO PREVENT CORROSIVE REACTION BETWEEN L 2 x 2 x 1/4 EMBED ANGLE FRAME w/ANCHORS ® V-6" SPACING (TYP) - GALVANIZED MATERIALS (TYP) 1/2" EMBED PLATE w/(4) - 1/2"0 HWS, AND 3/8" KNIFE PLATE WELDED BOTH SIDES, (HOT DIPPED GALAVANIZED) REMOVABLE�Q� SEE SPECS SLAB ROOF sz 1-3/4" ALUMINUM GRATING s2 6��� FOR ALUMINUM 16" SLAB w/#5 @ 6" I -BAR GRATING PER SECTION & ACCESS DOOR E.W. TOP & BOTTOM 1 DETAIL 2/S1 LADDER s3 TYPICAL OPERATING FLOOR SCALE: 1/4'=1' NOTE: RAILING AND GRATINGS SHALL BE ALUMINUM, RAILING AND GRATING FASTENERS SHALL BE STAINLESS STEEL. ALL OTHER METALS (BEAMS, EMBEDS, ETC) SHALL BE HOT DIPPED GALVANIZED STEEL UNLESS NOTED OTHERWISE. NOTE: CONCRETE COVER OVER ALL STEEL REINFORCEMENT (INCLUDING TIES, STIRRUPS, ETC) SHALL BE 2" ALL LOCATIONS EXCEPT 3" WHERE CAST DIRECLTY AGAINST SOIL 1 3/4 DEEP ALUMINUM I -BAR GRATING WITH SOUTH PUMP STATION O DESCRIPTION LOCATION INVERT ELEVATION OUTLET 48" DIAM. RCP EAST WALL OF BYPASS CHAMBER o INLET 48" DIAM. RCP WEST WALL OF INLET CHAMBER 631.19 W BASED NOT USED ON ---- 4" OUSE; K PING PAD j SOUTH WALL OF INLET CHAMBER 631.19 SLUICE GATE 5' X 5' W8 5 0 631.09 Tf STEEL BEAM WITH SEE PLAN _ (GALVANIZED) SUBMITTAL O DRAWINGS 1— C/) 5_ U TO RIFTED' LL CC CJ 3 0 U: Ln1 �r X BLDG. FIN. FLOOR Ln W8x15 j 646.33 x I 4' HOUS E. P o I BE ERI_F,ED) (TO - tVL-- — —— ---- '_ F— — — — — — — — - — — — — — OPENING: I "t- I I I I COORDINATE I I 1 Ln i W/ BAR RACK 16" DRAIN/GRATE: L----- - - - - - - - - NEENAH R -4937-B W8x15 . ............................. J OR APPROVED EQUAL 1 71 EL. 646.03 I d -`o F-- ---�-- — J `fl r, O 9'-6" X 1'-2" L---------- --- - - - - W8x15 rT_lAd i F — -- —� 3'-0 " Ln si 8x15 ALUMINUM LADDER HANDRAIL I SEE DETAIL 1/S1 I I I I L— — — — — — — — — — — — — I — L — — — — — — — — — — — — — — — I 3/8"x4" CONT. ALUMINUM KICKPLATE WELDED OR COUNTERSUNK 1/4" S.S. SCREWS (2) 1/2"o S.S. CONCRETE FLOOR ' ANCHORS W/ EPDXY ADHESIVE HANDRAIL DETAIL SCALE: 3/4"=1' PROVIDE A BITUMINOUS COATING (60 MILS THICK MINIMUM) BETWEEN ALL ALUMINUM AND CONCRETE TO PREVENT CORROSIVE REACTION BETWEEN L 2 x 2 x 1/4 EMBED ANGLE FRAME w/ANCHORS ® V-6" SPACING (TYP) - GALVANIZED MATERIALS (TYP) 1/2" EMBED PLATE w/(4) - 1/2"0 HWS, AND 3/8" KNIFE PLATE WELDED BOTH SIDES, (HOT DIPPED GALAVANIZED) REMOVABLE�Q� SEE SPECS SLAB ROOF sz 1-3/4" ALUMINUM GRATING s2 6��� FOR ALUMINUM 16" SLAB w/#5 @ 6" I -BAR GRATING PER SECTION & ACCESS DOOR E.W. TOP & BOTTOM 1 DETAIL 2/S1 LADDER s3 TYPICAL OPERATING FLOOR SCALE: 1/4'=1' NOTE: RAILING AND GRATINGS SHALL BE ALUMINUM, RAILING AND GRATING FASTENERS SHALL BE STAINLESS STEEL. ALL OTHER METALS (BEAMS, EMBEDS, ETC) SHALL BE HOT DIPPED GALVANIZED STEEL UNLESS NOTED OTHERWISE. NOTE: CONCRETE COVER OVER ALL STEEL REINFORCEMENT (INCLUDING TIES, STIRRUPS, ETC) SHALL BE 2" ALL LOCATIONS EXCEPT 3" WHERE CAST DIRECLTY AGAINST SOIL 1 3/4 DEEP ALUMINUM I -BAR GRATING WITH SOUTH PUMP STATION O DESCRIPTION LOCATION INVERT ELEVATION OUTLET 48" DIAM. RCP EAST WALL OF BYPASS CHAMBER 631.04 INLET 48" DIAM. RCP WEST WALL OF INLET CHAMBER 631.19 W BASED NOT USED ON SLUICE GATE 5' X 5 SOUTH WALL OF INLET CHAMBER 631.19 SLUICE GATE 5' X 5' EAST WALL OF INLET CHAMBER 631.09 3/8"x4" CONT. ALUMINUM KICKPLATE WELDED OR COUNTERSUNK 1/4" S.S. SCREWS (2) 1/2"o S.S. CONCRETE FLOOR ' ANCHORS W/ EPDXY ADHESIVE HANDRAIL DETAIL SCALE: 3/4"=1' PROVIDE A BITUMINOUS COATING (60 MILS THICK MINIMUM) BETWEEN ALL ALUMINUM AND CONCRETE TO PREVENT CORROSIVE REACTION BETWEEN L 2 x 2 x 1/4 EMBED ANGLE FRAME w/ANCHORS ® V-6" SPACING (TYP) - GALVANIZED MATERIALS (TYP) 1/2" EMBED PLATE w/(4) - 1/2"0 HWS, AND 3/8" KNIFE PLATE WELDED BOTH SIDES, (HOT DIPPED GALAVANIZED) REMOVABLE�Q� SEE SPECS SLAB ROOF sz 1-3/4" ALUMINUM GRATING s2 6��� FOR ALUMINUM 16" SLAB w/#5 @ 6" I -BAR GRATING PER SECTION & ACCESS DOOR E.W. TOP & BOTTOM 1 DETAIL 2/S1 LADDER s3 TYPICAL OPERATING FLOOR SCALE: 1/4'=1' NOTE: RAILING AND GRATINGS SHALL BE ALUMINUM, RAILING AND GRATING FASTENERS SHALL BE STAINLESS STEEL. ALL OTHER METALS (BEAMS, EMBEDS, ETC) SHALL BE HOT DIPPED GALVANIZED STEEL UNLESS NOTED OTHERWISE. NOTE: CONCRETE COVER OVER ALL STEEL REINFORCEMENT (INCLUDING TIES, STIRRUPS, ETC) SHALL BE 2" ALL LOCATIONS EXCEPT 3" WHERE CAST DIRECLTY AGAINST SOIL 1 3/4 DEEP ALUMINUM I -BAR GRATING WITH 0— 1 1/2" SCH. 40 ALUMINUM PIPE 1 1/2" SCH. 80 PIPE POSTS (TYP.) O AT 1-3/16" SPACING, CROSS BARS AT 4" SPACING, WITH ALUMINUM SADDLES CLIPS AND 3/8"x4" CONT. ALUMINUM KICKPLATE WELDED OR COUNTERSUNK 1/4" S.S. SCREWS (2) 1/2"o S.S. CONCRETE FLOOR ' ANCHORS W/ EPDXY ADHESIVE HANDRAIL DETAIL SCALE: 3/4"=1' PROVIDE A BITUMINOUS COATING (60 MILS THICK MINIMUM) BETWEEN ALL ALUMINUM AND CONCRETE TO PREVENT CORROSIVE REACTION BETWEEN L 2 x 2 x 1/4 EMBED ANGLE FRAME w/ANCHORS ® V-6" SPACING (TYP) - GALVANIZED MATERIALS (TYP) 1/2" EMBED PLATE w/(4) - 1/2"0 HWS, AND 3/8" KNIFE PLATE WELDED BOTH SIDES, (HOT DIPPED GALAVANIZED) REMOVABLE�Q� SEE SPECS SLAB ROOF sz 1-3/4" ALUMINUM GRATING s2 6��� FOR ALUMINUM 16" SLAB w/#5 @ 6" I -BAR GRATING PER SECTION & ACCESS DOOR E.W. TOP & BOTTOM 1 DETAIL 2/S1 LADDER s3 TYPICAL OPERATING FLOOR SCALE: 1/4'=1' NOTE: RAILING AND GRATINGS SHALL BE ALUMINUM, RAILING AND GRATING FASTENERS SHALL BE STAINLESS STEEL. ALL OTHER METALS (BEAMS, EMBEDS, ETC) SHALL BE HOT DIPPED GALVANIZED STEEL UNLESS NOTED OTHERWISE. NOTE: CONCRETE COVER OVER ALL STEEL REINFORCEMENT (INCLUDING TIES, STIRRUPS, ETC) SHALL BE 2" ALL LOCATIONS EXCEPT 3" WHERE CAST DIRECLTY AGAINST SOIL 1 3/4 DEEP ALUMINUM I -BAR GRATING WITH 0— 1/4" WIDE, STRIATED, BEARING -BAR FLANGES O AT 1-3/16" SPACING, CROSS BARS AT 4" SPACING, WITH ALUMINUM SADDLES CLIPS AND STAINLESS HARDWARE. TOLERANCES PER I j,, NAAMM METAL BAR GRATING BOOK NOTE: II DIMENSIONS m ARE W BASED CC ON � EQUIPMENT c U SELECTED. W COORDINATE (j DIMENSIONS STEEL BEAM WITH SEE PLAN PUMP (GALVANIZED) SUBMITTAL O DRAWINGS BEAM CONNECTION DETAIL SCALE: V=1' II II 0— oLS� O II o II I� II I j,, O II Q m MOUNTING PLATE: SEE DETAIL 3/S1 THIS SHEET, AND SECTION VIEWS. SUBMIT SHOP DRAWINGS FOR ALL FABRICATED COMPONENTS FOR REVIEW BY ENGINEER PRIOR TO FABRICATION PUMP HEAD MOUNTING DETAIL SCALE: 114'= 1'-0" N _I 8" CONCRETE PAD (2) #5 X CONTINUOUS WITH CORNER BARS 1-1/2" THICK STEEL SOLE PLATE BY CONTRACTOR ON 1" GROUT BED - COORDINATE BOLT HOLES WITH MANUFACTURER OPENING IN CONCRETE BELOW SOLE PLATE 1" THICK STEEL BASE PLATE BY MANUFACTURER (4) 1" DIAMETER GALVANIZED ANCHOR RODS WITH EPDXY ADHESIVE #4 HOOKED DOWELS EMBEDDED 6" INTO ROOF SLAB WITH EPDXY ADHESIVE C � ti 7 ^ N o N^ e o '^ r. aN, 3 m K = g °04m f6 5 avmM N I_>cm o a LMw� v a LL ti cl J W z� o O W Q m W _J CC � � U W (j r U —i W � O z Q 1— C/) 5_ U W ti DATE DRAWN CHKD APROV. PROJECT NUMBER 11226 SHEET TITLE FOUNDATION PLAN AND DETAILS SHEET NUMBER S1 cl J W o W CC m W _J CC J Q W W (j r U —i UD J 0 1— C/) Q U W LL CC CJ 3 0 U: DATE DRAWN CHKD APROV. PROJECT NUMBER 11226 SHEET TITLE FOUNDATION PLAN AND DETAILS SHEET NUMBER S1 m 0 ■ COORDINATE OPENINGS IN MASONRY FOR ALL MECHANICAL AND ELECTRICAL EQUIPMENT PER MANUFACTURER'S DATA--, (6) #4 X CONT. TYP ATOP LIGHT BROOM FINISH, SLOPE TO DRAIN (TYP) GREENSTREAK HYDROTITE CJ -0725-3K WATERSTOP OR APPROVED EQUAL 6" RIBBED PVC WATERSTOP W/ CENTER BULB ON RAISED KEYWAY W/ FACTORY -MADE CORNERS AND TEES, FIELD WELDED BUTT SPLICES (TYP) #4 U -BARS AT 12" TYP T/DISCHARGE WELL EL. 654.33' SEE DETAIL 3/S1 FOR MOUNTING CONDITION - COORDINATE WITH MANUFACTURER I'M 1. • , v #5 U -BAR DOWELS AT 6" TYP AT TOP OF EXTERIOR WALLS AT ROOF GREENSTREAK HYDROTITE SLAB CJ -0725-3K WATERSTOP OR APPROVED EQUAL TYP #5 AT 6 EACH WAY, EACH FACE, A-LOK XCEL TYPICAL ALL FIELD SLEEVE EXTERIOR WALLS #5 U -BAR DOWELS AT 6" TYP AT BOTTOM OF EXTERIOR WALLS PUMP SUMP FLOOR EL. 627.00' 60" RCP ri BOND BEAM WITH 2-#5 TYPICAL AT EACH DOOR OPENING C(`FbRDINATE OPENINGS IN 1 3/4 DEEP ALUMINUM I -BAR GRATING I _ _ MASONRY FOR ALL MECHANICAL WITH 1/4" WIDE, STRIATED, AND ELECTRICAL EQUIPMENT PER BEARING -BAR FLANGES AT 1-3/16" MAI fUFACTURER'S DATA SPACING, CROSS BARS AT 4" SPACING, U -SHAPED WITH ALUMINUM SADDLES CLIPS AND # STAINLESS HARDWARE. TOLERANCES All" PACING L BARS A� PER NAAMM METAL BAR GRATING BOOK O #4 AT 6' EACH WAY, EA H FACE, TWICAL AT ALL I TERI01 WALLS 5'-0„ I I i I I ! I E C )OP T I I S FFi I B/SLUICE GATE HYDROTITE ING I Sf6 EL. 630.88'. I WATERSTbPI0 I SCyE �LfRi I lr� T I TYPICAL i (f #4 AT 12';. F�LD BENT, EPDXCONCRETE INTO WAI I S TY F FILL EACH;. WAY 50 -YEAR ASPHALT SHINGLES ON 30# FELT ON 15/32 ROOF SHEATHING WITH 8d NAILS @ 6/12 SPACING PREFINISHED, COLOR -MATCHED, ALUMINUM, FASCIA, VENTED SOFFIT, 2 1 0„ GUTTERS & DOWNSPOUTS COLOR BY OWNER--, T/DISCHARGE WELL EL. 654.33' #4 U -SHAPED jj- #5 x 3'-0" x 8" DOWEL BARS #4 AT 6" 8" SPLIT FACE 1900 PSI BLOCK n" @EACH REINFORCED EACH WAY AT 12" SPACING CORE, HOOK INTO WITH TYPE -'S' MORTAR, FULL EACH FACE TYP I_ IIBOTTOM MATT OF ROOF MORTAR BEDDING, AND L SLAB JOINT REINFORCEMENT AT L 2" COVER TYP I Jill T/OPERATING FLOOR ALTERNATE COURSES, GROUT — EL. 646.33' ALL CORES SOLID (TV_ 2 COVER TYP #5 AT 6" EACH #4 AT 12" #5 AT 6" WAY, EACH FACE, EACH WAY „ TYPICAL ALL „ EACH FACE 2 COVER TYP 2 COVER TYP EXTERIOR WALLS 2 COVER TYPICAL AT #4 U -BARS AT ROOF SLAB 6" SPACING EACHTWAY 6 �o TYP EACH FACE SEE DTL T/DISCHARGE FLOOR _ 6/S3 VARIES FROM EL. 63E �!C" RCP TO EL. 636.27' COMPACTED U -BARS MATCH c� CRUSHED VERTICAL BAR lF� / 6/S3 EACH WAY STONE - IDOT SIZE & SPACING SIM EACH FACE #6 AT 6" GRAD. #4121 TYP. #4 AT 6" EACH WAY 00 EACH WAYr`4`yr, EACH FACE - 2" COVER TYP PUMP SUMP FLOOR jk ...... EL. 627.00'. T/OPERATING FLOOR EL, 646.33'. GREENSTREAK .HYDROTITE CJ -0725-3K WATERSTOP OR APPROVED EQUAL TYP A-LOK XCEL FIELD SLEEVE 60" RCP PUMP SUMP FLOOR EL. 627.00'. SECTION 2 �NO VAPOR BARRIER REQUIRED. SCALE: 114°=1' S2 PROVIDE 12" THICK IDOT #4121 GRANULAR SUBBASE, ON EXISTING SOILS VERIFIED BY OWNER'S CONTINUOUS RIDGE VENT GEOTECHNICAL ENGINEER TYP PRE ENGINEERED WOOD TRUSSES @ 24" C -C, DESIGN FOR 30-10-10 LOADING, PROVIDE HURRICANE TIES AT EACH TRUSS BRG. r--8" HEEL R40 BATTS WITH } INSULATION BAFFLES J CONT. BOND BEAM WITH 2-#4 (TYP) #5 @ 32" C -C AND o AT BUILDING CORNERS AND EACH SIDE OF DOOR OPENINGS, GROUT ALL CORES SOLID (TYP) �— 16" SLAB W/#5 AT 6" EACH WAY ?" COVER TYP EACH FACE 12" SLAB w/#4 @ 6" EACH WAY, TOP & BOTTOM -COMPACTED CRUSHED STONE - IDOT GRAD. #4121 #4 U -BAR DOWELS AT 12" TYP AT TOP OF INTERIOR WALLS AT CONC ROOF SLAB T/OPERATING FLOOR EL. 646.33'. SEE SPECS ❑ ----- ------- — Q � FOR LADDER W z� I #5 AT 6" W RUNGSI CO W #4 U -BAR EACH WAY W #4 U -BAR J Q I I EACH FACE AT 12 TYP TYPICAL AT W @ 12" TYP 6" TYP AT TOP OF I I ROOF SLAB Q u ❑0 I I NOTE; SEE DET. Q U z o I PLACE CONCRETE FOR WALLS USING TREMIE PIPE 7/S3 FOR „ -6 51-01, CONC ROOF SLAB I TO PREVENT SPLATTER/SEGREGATION - USE WRA REINF. I FOR PUMPABILITY AND CONSOLIDATION WITH 0.45 AROUND I W/C RATIO MIX - SEE CAST IN PLACE CONCRETE OPENING -SEE DTL SPEC FOR DETAILS. � I F#5 TYPICAL ALL N 6/S3 6/S3 (41.X10 EXTERIOR WALLS #6 AT 6" SIM - I EACH WAY 16"" `'" . / L #4 AT 6" 1 EACH FACE TYPICAL AT TY EACH WAY „p:'". BOTTOM SLAB #4 AT 12" FIELD NO VAPOR BARRIER REQUIRED. J SECTION 1 BENT, EPDXIED PROVIDE 12" THICK IDOT #4121 SCALE: 114"=1' INTO WALLS TYP GRANULAR SUBBASE, ON EXISTING W/ HYDROTITE SOILS VERIFIED BY OWNER'S WATERSTOP TYP GEOTECHNICAL ENGINEER TYP 1/2" GALV. ANCHORS AT 24" SPACING STAGGERED INTO BOND BEAM WITH TRTD 2X8 TOP PLATE GREENSTREAK HYDROTITE CJ -0725-3K WATERSTOP OR APPROVED EQUAL 6" RIBBED PVC WATERSTOP W/ CENTER BULB ON RAISED KEYWAY W/ FACTORY -MADE CORNERS AND TEES, FIELD WELDED BUTT SPLICES (TYP) #4 U -BARS AT 12" TYP T/DISCHARGE WELL EL. 654.33' SEE DETAIL 3/S1 FOR MOUNTING CONDITION - COORDINATE WITH MANUFACTURER I'M 1. • , v #5 U -BAR DOWELS AT 6" TYP AT TOP OF EXTERIOR WALLS AT ROOF GREENSTREAK HYDROTITE SLAB CJ -0725-3K WATERSTOP OR APPROVED EQUAL TYP #5 AT 6 EACH WAY, EACH FACE, A-LOK XCEL TYPICAL ALL FIELD SLEEVE EXTERIOR WALLS #5 U -BAR DOWELS AT 6" TYP AT BOTTOM OF EXTERIOR WALLS PUMP SUMP FLOOR EL. 627.00' 60" RCP ri BOND BEAM WITH 2-#5 TYPICAL AT EACH DOOR OPENING C(`FbRDINATE OPENINGS IN 1 3/4 DEEP ALUMINUM I -BAR GRATING I _ _ MASONRY FOR ALL MECHANICAL WITH 1/4" WIDE, STRIATED, AND ELECTRICAL EQUIPMENT PER BEARING -BAR FLANGES AT 1-3/16" MAI fUFACTURER'S DATA SPACING, CROSS BARS AT 4" SPACING, U -SHAPED WITH ALUMINUM SADDLES CLIPS AND # STAINLESS HARDWARE. TOLERANCES All" PACING L BARS A� PER NAAMM METAL BAR GRATING BOOK O #4 AT 6' EACH WAY, EA H FACE, TWICAL AT ALL I TERI01 WALLS 5'-0„ I I i I I ! I E C )OP T I I S FFi I B/SLUICE GATE HYDROTITE ING I Sf6 EL. 630.88'. I WATERSTbPI0 I SCyE �LfRi I lr� T I TYPICAL i (f #4 AT 12';. F�LD BENT, EPDXCONCRETE INTO WAI I S TY F FILL EACH;. WAY 50 -YEAR ASPHALT SHINGLES ON 30# FELT ON 15/32 ROOF SHEATHING WITH 8d NAILS @ 6/12 SPACING PREFINISHED, COLOR -MATCHED, ALUMINUM, FASCIA, VENTED SOFFIT, 2 1 0„ GUTTERS & DOWNSPOUTS COLOR BY OWNER--, T/DISCHARGE WELL EL. 654.33' #4 U -SHAPED jj- #5 x 3'-0" x 8" DOWEL BARS #4 AT 6" 8" SPLIT FACE 1900 PSI BLOCK n" @EACH REINFORCED EACH WAY AT 12" SPACING CORE, HOOK INTO WITH TYPE -'S' MORTAR, FULL EACH FACE TYP I_ IIBOTTOM MATT OF ROOF MORTAR BEDDING, AND L SLAB JOINT REINFORCEMENT AT L 2" COVER TYP I Jill T/OPERATING FLOOR ALTERNATE COURSES, GROUT — EL. 646.33' ALL CORES SOLID (TV_ 2 COVER TYP #5 AT 6" EACH #4 AT 12" #5 AT 6" WAY, EACH FACE, EACH WAY „ TYPICAL ALL „ EACH FACE 2 COVER TYP 2 COVER TYP EXTERIOR WALLS 2 COVER TYPICAL AT #4 U -BARS AT ROOF SLAB 6" SPACING EACHTWAY 6 �o TYP EACH FACE SEE DTL T/DISCHARGE FLOOR _ 6/S3 VARIES FROM EL. 63E �!C" RCP TO EL. 636.27' COMPACTED U -BARS MATCH c� CRUSHED VERTICAL BAR lF� / 6/S3 EACH WAY STONE - IDOT SIZE & SPACING SIM EACH FACE #6 AT 6" GRAD. #4121 TYP. #4 AT 6" EACH WAY 00 EACH WAYr`4`yr, EACH FACE - 2" COVER TYP PUMP SUMP FLOOR jk ...... EL. 627.00'. T/OPERATING FLOOR EL, 646.33'. GREENSTREAK .HYDROTITE CJ -0725-3K WATERSTOP OR APPROVED EQUAL TYP A-LOK XCEL FIELD SLEEVE 60" RCP PUMP SUMP FLOOR EL. 627.00'. SECTION 2 �NO VAPOR BARRIER REQUIRED. SCALE: 114°=1' S2 PROVIDE 12" THICK IDOT #4121 GRANULAR SUBBASE, ON EXISTING SOILS VERIFIED BY OWNER'S CONTINUOUS RIDGE VENT GEOTECHNICAL ENGINEER TYP PRE ENGINEERED WOOD TRUSSES @ 24" C -C, DESIGN FOR 30-10-10 LOADING, PROVIDE HURRICANE TIES AT EACH TRUSS BRG. r--8" HEEL R40 BATTS WITH } INSULATION BAFFLES J CONT. BOND BEAM WITH 2-#4 (TYP) #5 @ 32" C -C AND o AT BUILDING CORNERS AND EACH SIDE OF DOOR OPENINGS, GROUT ALL CORES SOLID (TYP) �— 16" SLAB W/#5 AT 6" EACH WAY ?" COVER TYP EACH FACE 12" SLAB w/#4 @ 6" EACH WAY, TOP & BOTTOM -COMPACTED CRUSHED STONE - IDOT GRAD. #4121 #4 U -BAR DOWELS AT 12" TYP AT TOP OF INTERIOR WALLS AT CONC ROOF SLAB T/OPERATING FLOOR EL. 646.33'. #4 AT 6" EAC WAY TYPICAL A #6 U -BAR DOWELS AT INTERIOR WALL 6" TYP AT BOTTOM OF #4 U -BAR DO Lj EXTERIOR WALLS AT 6 (TYP @ INTERIOR WALL�,� PUMP SUMP FLOOR EL. 627.00'. +�f l�E'YS�vt�.'h4T_'`14F' , • • • 11�Y�1Y 11111'1"1"�: ��. t•.. 1011101 1 Lei C Nn t °^na z0mm Y°pm E avma N _ ' m 000,t °uaLL ❑ ❑ DA CHKD Q � BB W z� W W o CO W #5 U -BAR DOWELS AT W J Q W W vD 6" TYP AT TOP OF F- U Q u ❑0 W EXTERIOR WALLS AT cn Q U z o W Cr U o CONC ROOF SLAB AT 6" EACH WAY, EACH FACE, -SEE DTL F#5 TYPICAL ALL N 6/S3 EXTERIOR WALLS #4 AT 6" EAC WAY TYPICAL A #6 U -BAR DOWELS AT INTERIOR WALL 6" TYP AT BOTTOM OF #4 U -BAR DO Lj EXTERIOR WALLS AT 6 (TYP @ INTERIOR WALL�,� PUMP SUMP FLOOR EL. 627.00'. +�f l�E'YS�vt�.'h4T_'`14F' , • • • 11�Y�1Y 11111'1"1"�: ��. t•.. 1011101 1 Lei C Nn t °^na z0mm Y°pm E avma N _ ' m 000,t °uaLL z Q U) o � � U m w O a D_ ❑ ❑ DA CHKD Q � BB W z� W W o CO W J W J Q W W vD U F- U Q u ❑0 W w cn Q U z o W Cr U o z Q U) o � � U m w O a D_ DATE ❑ ❑ DA CHKD Q � BB W W W 0 CO W J W J Q W W W ❑ U J ❑0 W cn Q U w W Cr U o DATE PRELIM. DRAWN DA CHKD BB APROV. BB PROJECT NUMBER 11226 SHEET TITLE STRUCTURAL SECTIONS AND DETAILS SHEET NUMBER S2 o REV L ■ SEE DETAIL MOUNTING COP COORDIP MANU #5 U -BAR DOWELS 6" TYP AT TOP EXTERIOR WALLS CONC ROOF S #5 EACH V EACH FACE AT ALL EXTEF WF #5 U -BAR DOWELS 6 TYP AT BOTTOM EXTERIOR W/ ,l . SPLICE LENGTH "B" SEE SCHEDULE HOOK LENGTH "C" SEE SCHEDULE MATCH BAR SIZE & SPACING OF HORIZONTAL WALL REINFORCING SECTION 1 SCALE: 1/4"=1' S3 GREENSTREAK HYDROTITE CJ -0725-3K WATERSTOP OR APPROVED EQUAL TYP m EMBEDMENT LENGTH "D" (MIN.) Q BAR SIZE ff"F U—WAR412 _ T/DISCHARGE WELL #6 #7 #8 EL. 654.33' #10 #11 o DEVELOPMENT LENGTH, 'IN' /S1 FOR • • 25 31 37 z J = U DITION - W J W W BAR SIZE • • #4 H ATE WITH W 24 29 1#4 @ 6" 48 (D LIj 67 MATCH BAR SIZE & SPACING OF HORIZONTAL WALL REINFORCING -ACTURER EACH WAY — ' LIJ N w 0 EACH FACE cf)QU w� 'tea — — LLJ T/OPERATING FLOOR U o — — EL. 646.33' 90 DEGREES 6 SPLICE LENGTH, "B" TOP BARS #4 UBAR 33 AT 49 71 DOWELS AT<-, 91 102 OF #4 U -BAR DOWELS IN 6" EACH WAY 5 OTHER BARS AT AT 6" (TYP @ 25 31 EACH FACE 54 62 LAB INTERIOR WALLS) 79 87 END HOOKS 12" SLAB w/#4 @ 6" EACH WAY, „R„ TYPSAY, #4 AT 6" EACH DEVELOPMENT LENGTH, "N' ALL BARS TOP & BOTTOM 10 T/DISCHARGE IOR WAY EACH FACE OR SEE DTL - 22 25 WELL FLOOR � BARS IN COMPRESSION VARIES FROM LLS TYP AT INTERIOR 6/S3 6 7 WALLS 10 12 14 EL. 636.37' H.P. TO -r -°= 17 19 900 1800 EL. 636.27' L.P. #4 U -BAR DOWELS 8 10 COMPACTED 15 17 AT AT 6" (TYP @ 1 22 CRUSHED SPLICE LENGTH, "B" ALL BARS OF INTERIOR WALLS) 15 19 STONE - IDOT 27 30 LLS I I J� 39 43 GRAD. #4121 20 13 16° 31 15 z o _ TY 4 94; PUMP SUMP FLOOROL ASSUMPTIONS 1. fy = 60 ksi 2. fc' = 4000 psi �U) z z ASSUMPTIONS 1. TO USE VALUES FOR THE "COVER" CONDITIONS FOR THE ""D" DIMENSION, THE FOLLOWING CASES MUST BE SATISFIED: . EL. 627.00' SPLICE LENGTH "B" SEE SCHEDULE HOOK LENGTH "C" SEE SCHEDULE MATCH BAR SIZE & SPACING OF HORIZONTAL WALL REINFORCING SECTION 1 SCALE: 1/4"=1' S3 GREENSTREAK HYDROTITE CJ -0725-3K WATERSTOP OR APPROVED EQUAL TYP m EMBEDMENT LENGTH "D" (MIN.) Q BAR SIZE #3 _ W SEE SCHEDULE #6 #7 #8 #9 #10 #11 o DEVELOPMENT LENGTH, 'IN' TOP BARS • • 25 31 37 z J = U m W J W W BAR SIZE • • #4 H J ZD c� W 24 29 42 48 (D LIj 67 MATCH BAR SIZE & SPACING OF HORIZONTAL WALL REINFORCING BARS IN TENSION — ' LIJ N w 0 cf)QU w� 'tea �LdAl TYPICAL CORNER BAR 2 DETAIL s3 N.T.S. EMB DMENT LENGTH 'D" (MIN.) SEES HEDULE m LiI =D CD c� o z W W = J C7 W W U W J W cn a_ DETAIL SCALE 3/4"=l' 6" RIBBER PVC CONT. WATERSTOP W/ CENTER BULB ON RAISED KEYWAY TYP SIZE & SPACING WALL REINFORCING DETAIL 4 SCALE: 3/4" = 1' S3 GREENSTREAK HYDROTITE CJ -0725-3K WATERSTOP OR APPROVED EQUAL (2) - #5 TOP & BOTTOM AT SLAB OPE!' EACH FACE AT WALL OPD (TYF #5 x 2'-0" DOWELS @ 12" SPACING WITH HOOKED BAR MECHANICAL COUPLING INTO WALL DETAIL S3 SCALE: 3/4'—l' S3 (2) - TOP ! (LENGTH = I MINIMUM DEVELOPMENT AND SPLICE LENGTHS OF REINFORCEMENT IN TENSION AND COMPRESSION Q BAR SIZE #3 #4 #5 #6 #7 #8 #9 #10 #11 Z Zs DEVELOPMENT LENGTH, 'IN' TOP BARS 19 25 31 37 54 62 70 79 87 BAR SIZE #3 #4 OTHER BARS 15 19 24 29 42 48 54 61 67 � BARS IN TENSION — J 0 cf)QU w� 'tea �LdAl LLJ CC U o HOOK LENGTH, "C' 90 DEGREES 6 SPLICE LENGTH, "B" TOP BARS 25 33 41 49 71 81 91 102 114 IN 180 DEGREES 5 OTHER BARS 19 25 31 37 54 62 70 79 87 END HOOKS „R„ DEVELOPMENT LENGTH, "N' ALL BARS 8 10 12 15 17 19 22 25 27 BARS IN COMPRESSION EMBEDMENT LENGTH, "D" COVER 6 7 9 10 12 14 15 17 19 900 1800 UNRESTRICTED 8 10 12 15 17 19 1 22 25 SPLICE LENGTH, "B" ALL BARS 12 15 19 23 27 30 34 39 43 16 11 20 13 22 19 31 15 z o I _w ASSUMPTIONS 1. fy = 60 ksi 2. fc' = 4000 psi �U) z z ASSUMPTIONS 1. TO USE VALUES FOR THE "COVER" CONDITIONS FOR THE ""D" DIMENSION, THE FOLLOWING CASES MUST BE SATISFIED: 3. UNCOATED REINFORCEMENT o o o a. SIDE COVER >= 2.5 INCHES 4. NORMAL WEIGHT CONCRETE w b. END COVER (90° HOOKS) > = 2 INCHESI m 5. ONE OF THE FOLLOWING CASES MUST BE SATISFIED FOR STRAIGHT BARS IN TENSION: c. TAIL COVER (180° HOOKS AT RIGHT ANGLES TO EXPOSED SURFACES) >= 2 INCHES a. SPACING >= db a. SPACING >= 2db IF THESE CONDITIONS ARE NOT MET, USE THE "UNRESTRICTED" CONDITION or b. COVER >= db b. COVER >= 2d 2. ANY DIMENSIONS SHOWN IN PLANS OR DETAILS SUPERCEDE TABLE VALUES c. MINIMUM STIRRUPS OR TIES PROVIDED 900 1 350 IF THESE CONDITIONS ARE NOT MET, MULTIPLY THE VALUES IN THE TABLE BY 1.5 6. ANY DIMENSIONS SHOWN IN PLANS OR DETAILS SUPERCEDE TABLE VALUES MINIMUM EMBEDMENT AND HOOK LENGTHS OF STANDARD HOOKS O Q TYPICAL BARS z� OO 0 JINGS Z Zs Z Zs W DINGS Cf)UD U ICAL) BAR SIZE #3 #4 #5 #6 #7 #8 OPENING #9 #10 #11J Z J z � — J 0 cf)QU w� 'tea �LdAl LLJ CC U o HOOK LENGTH, "C' 90 DEGREES 6 8 10 12 14 16 CHKD 19 22 24 0 o IN 180 DEGREES 5 6 7 8 10 11 15 17 19 END HOOKS � EMBEDMENT LENGTH, "D" COVER 6 7 9 10 12 14 15 17 19 900 1800 UNRESTRICTED 8 10 12 15 17 19 1 22 25 27 STIRRUP AND TIE HOOKS HOOK LENGTH, "E" 90 DEGREES 135 DEGREES 4 4 5 5 6 6 12 8 14 9 16 11 20 13 22 19 31 15 z o I _w �U) z z ASSUMPTIONS 1. TO USE VALUES FOR THE "COVER" CONDITIONS FOR THE ""D" DIMENSION, THE FOLLOWING CASES MUST BE SATISFIED: o o o a. SIDE COVER >= 2.5 INCHES w b. END COVER (90° HOOKS) > = 2 INCHESI c. TAIL COVER (180° HOOKS AT RIGHT ANGLES TO EXPOSED SURFACES) >= 2 INCHES IF THESE CONDITIONS ARE NOT MET, USE THE "UNRESTRICTED" CONDITION 2. ANY DIMENSIONS SHOWN IN PLANS OR DETAILS SUPERCEDE TABLE VALUES 900 1 350 e)' -n" Mw WALL OR SLAB OPENING DETAIL SCALE: N.T.S. TYPICAL MINIMUM LENGTHS FOR DETAILS OF REINFORCEMENT NTS. O Q TYPICAL BARS z� OO 0 JINGS Q W DINGS Cf)UD U ICAL) J SQUARE OR CIRCULAR J � � w OPENING D L) z O � a- � — J 0 cf)QU 7 WIDTH LLJ CC U o #5 BARS PRELIM. / DRAWN c BOTTOM VIDTH *2) DA CHKD BARS F BB APROV. IN WALL OR SLAB OPENING DETAIL SCALE: N.T.S. TYPICAL MINIMUM LENGTHS FOR DETAILS OF REINFORCEMENT NTS. N O Q z� OO 0 LLJ Q W J Cf)UD U Lu J CC J � � w W D L) z O � a- � N PROJECT NUMBER 11226 SHEET TITLE - #6 FULL-LENGTH STRUCTURAL TOP & BOTTOM SECTIONS AND WARY DIRECTION DETAILS SHEET NUMBER S3 0 REV O � 0 Q W J LLI CO Lu J CC J Q LJ __ WI j � U � — J 0 cf)QU LLJ CC U o DATE PRELIM. / DRAWN DA CHKD BB APROV. BB PROJECT NUMBER 11226 SHEET TITLE - #6 FULL-LENGTH STRUCTURAL TOP & BOTTOM SECTIONS AND WARY DIRECTION DETAILS SHEET NUMBER S3 0 REV ■ ADD NEW 18" -TALL,' s DUCTILE IRON PIPE SPOOL BELOW 26 -4 0 QY EXISTING GOOSENECK 12" VENT 24'-4" PIPE - MATCH EXISTING EXISTING NEW 18" -TALL, 12" DIAM, DUCTILE IRON PIPE SPOOL - MATCH EXISTING MATERIALS, PAINT TO MATCH w MATERIALS, PAINT TO MATCH\I PREPARE 1 1'-0" OVERHANG TYP. SLAB (ROUGHENING NOT REQUIRED ON SIDES): 1. ROUGHEN SURFACE TO 1/4" AMPLITUDE TEXTURE o z -BLAST TO REMOVE ALL LOOSE MATERIAL 3. SURFACE SHALL BE "SATURATED SURFACE DRY" PRIOR TO PLACING TOPPING CONCRETE - BROOM CEMENT PASTE INTO SURFACE WHILE PLACING CONCRETE ti W 'N o _00 N a= cr z UJ ----- — — ----� NEW 24" DIAMETER --------7 ry°cm E A J m o, ° ° 1 I MANHOLE AND FRAME o; 10 ry 0 O 0 ti I I I I DIRECTLY ABOVE o 17- Cf) z Q _2b I I I I EXISTING - MATCH _I U I 31 8„I EXISTING a EXIS ING I r i t REMOVABLE I I I I 1 CONCRETE I I EXISTING LADDER - o CD I PAN L- I I REMOVE AS REQ'D TO SAL AGE, I I INSTALL NEW CAP N o 0o X I STOR , AND I I L I REINSTALL IN I 1 I NEW 3'-6" SQUARE ° 1 N W 1 HATCH DIRECTLY a 3 -$ 1 CON RETE 1 ABOVE EXISTING - a C P MATCH EXISTING - o NEW 24" DIAMETER-----.I1SEE SPECIFICATIONS MANHOLE AND FRAME I I I 1 E DIRECTLY ABOVE I a EXISTING - MATCH I 1 ° ° 1 EXISTING L-----------� i --- 1 o----------------------- / _Ti----- \ �o 3/8" ROUND TOOLED 2'-2" EDGE (TYP) _I CD rib 1 CHAMFER (TYP) 2'-0" #5 AT 6" EW T&B 2'-0" 11 1/2" 2'-0" RETROFIT WATERSTOP HYDROTITE CJ -0725 -3K - W/ RUBBER CEMENT (TYP) E / < cp` > \ O cf) o / z 71 \ cp; \ \ PLAN - SIPHON STATION MODIFICATIONS SCALE: 1/4"=1' S4 / NEW 18" -TALL DUCTILE IRON PIPE SPOOL 12" PROVIDE LIGH OF T BROOM FINISH TO TOP - SLAB - SLOPE TO DRAIN 20'_4" PARGING PREPARE SURFACE OF EXISTING CONCRETE ROOF PRIOR TO PLACING TOPPING SLAB (ROUGHENING NOT REQUIRED ON SIDES): 1. ROUGHEN SURFACE TO 1/4" AMPLITUDE TEXTURE 2. SAND -BLAST TO REMOVE ALL LOOSE MATERIAL 3. SURFACE SHALL BE "SATURATED SURFACE DRY" PRIOR TO PLACING TOPPING CONCRETE - BROOM CEMENT PASTE INTO SURFACE WHILE PLACING CONCRETE ti E / < cp` > \ O cf) o / z 71 \ cp; \ \ PLAN - SIPHON STATION MODIFICATIONS SCALE: 1/4"=1' S4 / NEW 18" -TALL DUCTILE IRON PIPE SPOOL 12" PROVIDE LIGH OF T BROOM FINISH TO TOP - SLAB - SLOPE TO DRAIN 20'_4" PARGING DIAM. EXISTIN PAINT FACE OF EXISTING 2'-2' 2 -0 2'- 0 2 -0' 2'-0" 2'-0 2'-0' 2'-0" 2' -0" le _ 2'_2" CONCRETE CAP - TYPICAL FOOTING AND WALL AT EACH ti W 'N o 2 N - cr z UJ #5 AT 6" EW T&B Gm, — 03m`o ti � ry°cm E A J m o, N ( j O> v m I c O 10 ry 0 O 0 ti v1 W 2VELL W O 17- Cf) z Q U w _I U # VERTICALS HOOKED AT 24" X PROTECT EXISTING PVC LINER 4 7nQnAoikin IAI / c" E A=rE M / DMAln / nCnl AOC AC JV" NT REMOVE CEME PARGING FROM FACE OF EXISTING WALL BENEATH NEW CONCRETE CAP - TYPICAL HY-150VEPDXY ADHESIVE IV -�(TYP) REQ'D IF DAMAGED v SECTION - SIPHON STATION MODIFICATIONS SCALE: 1/4"=1' - MATCH G MATERIALS, TO MATCH 26'-4" 1/2" 1/2" 8 EXISTING CONCRETE LID DRY -PACK NON -SHRINK GROUT -EXTEND PVC LINER AS SHOWN - � (3) #5 x CONTINUOUS AROUND OPENING 24'-4" EXISTING 11 1/2" 2'-0" SECTION - SIPHON STATION MODIFICATIONS SCALE: 1/4"=l' ADD ADDITIONAL LADDER RUNG - MATCH EXISTING MATERIAL AND CONSTRUCTION - SUBMIT DETAIL TO ENGINEER FOR APPROVAL NEW MANHOLE REMOVE MANHOLE LID, LEAVE NEW HATCH - LID & FRAME - MANHOLE FRAME IN PLACE. MATCH EXISTING MATCH EXISTING AAPPLY 3/8" BEAD OF LEAKMASTER LV -1 SEALANT WATERSTOP N`/ #4 VERTICALS HOOKED AT 12" EXTEND/ SPACING AROUND OPENINGS SPLICE PVC W/ 6" EMBED W/ HY-150 LINER TYP EPDXY ADHESIVE (TYP) SECTION AT MANHOLE �1 _ SCALE: 1/4"=1' k S4 20'-0" WINGWALL 4'� -0" 1'-0" o n — F--1 = I o o 4-4 II I I II II II 4'-0" �, 5'-0" �, 5'-0" 6'-0" PROFILE - ALONG WINGWALL SCALE: 1/4"—l' 2'-0" 2'-0" 2'-2" #4 VERTICALS HOOKED AT 24" X 24" SPACING, W/ 6" EMBED W/ HY-150 EPDXY ADHESIVE (TYP) 1" CHAMF CENTERED IN--�,_ DRAWN WALL - #5 AT J 12" EACH WAY o W/ HOOKED o ti z FOOTING AND WALL AT EACH ti W 'N o 2 N m cr z UJ Q Gm, — 03m`o ti � ry°cm E A J m o, N ( j O> v m I c O rn ry 0 O 0 ti v1 W 2VELL W O #4 ATF4 12" VERT TYP #4 AT 6" HORIZ TYP #4 AT 12" W/ 6" EMBED W/ HY-150 (TYP) REMOVE HATCH LID, LEAVE RE -USE EXISTING PROTECT EXISTING HATCH FRAME IN PLACE. CONCRETE PANEL PVC LINER - APPLY 3/8" BEAD OF REPAIR/ REPLACE LEAKMASTER LV -1 SEALANT 1'-7" 7" AS REQ'D IF WATERSTOP ld� kf ; DAMAGED L -EXTEND/ SPLICE PVC LINER TYP SECTION AT HATCH SCALE: 1/4" =1' EXISTING STRUCTURE -#5 X 2'-0" LONG DOWELS AT 12" SPACING CENTERED IN WINGWALL - EMBED 6" INTO EXISTING/NEW CAP WITH EPDXY ADHESIVE (TYP) #4@12 TYP 0 0 CD #4@6 SPLICE/EXTEND PVC TYP 1'-0" 7" 7" LINER (TYP) RETROFIT WATERSTOP HYDROTITE CJ -0725-3K W/ RUBBER CEMENT (TYP) SECTION AT CONCRETE PANEL S4 SCALE: 1/4"=1' SINGLE MATT CENTERED IN--�,_ DRAWN WALL - #5 AT J 12" EACH WAY o W/ HOOKED o DOWELS INTO w FOOTING AND WALL AT EACH BAR W GRADE - SEE CIVIL BUTTRESS WALL SEE PLAN —iII-----I=— -- I I I I I I-- T— I I, l I' I I I I I I I 11 11 11 LI — —116 11_ I 11 11 �I L— — — — — — — — — SECTION THRU WINGWALL SCALE: 1/4" =1 #4 VERTS AT 18" EACH FACE #4 HORIZ AT 12" EACH FACE GRADE - SEE CIVIL #4 HOOKED DOWEL AT 18" SPACING ALTERNATE HOOK DIRECTION (3) #5 X //-CONTINUOUS 0 DATE O DRAWN DA CHKD BB APROV. z3: O� 00 >_ Q ci W U I— Q m cr z W J o � Q W W W ( j c U -1 DATE O DRAWN DA CHKD BB APROV. BB 00 Q W W Wo m W J W � Q W W W ( j c U -1 cf) W O 17- Cf) z Q U w U DATE PRELIM. DRAWN DA CHKD BB APROV. BB PROJECT NUMBER 11226 SHEET TITLE SIPHON STATI O N PLAN & DETAILS SHEET NUMBER S4 0 REV m 0 0 ■ REMOVE AND REINSTALL EXISTING SLEEVED ALUMINUM TUBE RAILING SYSTEM TO OUTSIDE OF ENLARGED ROOF BY PROVIDING LONGER CORNER FITTINGS AS SHOWN — MATCH EXISTING TUBE MATERIAL, SLEEVE INSERT MATERIAL, SIZE, THICKNESS, FINISH, ETC. 11 THIS SECTION if NOT USED FUSE THIS SECTION FOR T USE THIS SECTION FOR /I NEW WINGWALL j 1\ NEW WINGWALL 1 PLAN - RAIL MODIFICATIONS SCALE: 1/4"=1' FURNISH AND INSTALL NEW CORNER FITTINGS TO ACCOMODATE LARGER ROOF STRUCTURE — MATCH EXISTING ALUMINUM MATERIAL, AND SLEEVED CONSTRUCTION (TYP) n I PROVIDE NEW STAINLESS STEEL THREADED ROD ANCHORS WITH II EPDXY ADHESIVE (4 PER POST) — }I MATCH SIZE TO EXISTING BASE PLATE HOLES. (TYP) n RE—USE EXISTING LADDER IN SAME II LOCATION —PROVIDE NEW ALUMINUM STANDOFFS (EXTENSIONS) AT BOTTOM II OF LADDER CONNECTIONS (2 REQUIRED). ANCHOR WITH STAINLESS (; STEEL HARDWARE. SUBMIT DETAIL FOR I. REVIEW PRIOR TO FABRICATION. NEW CORNER UNITS AND SLEEVED INSERTS TO MATCH EXISTING SLEEVED CONSTRUCTION, ALUMINUM MATERIAL, AND FINISH (TYP). NEW RADIUSED FITTING AT END OF RAIL WITH SLEEVE CONNECTORS AND ALUMINUM MATERIALS TO MATCH EXISTING. SUBMIT DETAIL FOR REVIEW PRIOR TO FABRICATION. PROVIDE A BITUMINOUS COATING (60 MILS THICK MINIMUM) TO NOTE: ALL HANDRAIL DIMENSIONS ARE TO BE FIELD VERIFIED PRIOR TO FABRICATION OF NEW FITTINGS. DRAWING IS APPROXIMATE ONLY. REMOVE AND REINSTALL EXISTING SLEEVED ALUMINUM TUBE RAILING SYSTEM TO OUTSIDE OF ENLARGED ROOF BY PROVIDING LONGER CORNER FITTINGS AS SHOWN — MATCH EXISTING TUBE MATERIAL, SLEEVE INSERT MATERIAL, SIZE, THICKNESS, FINISH, ETC. 11 THIS SECTION if NOT USED FUSE THIS SECTION FOR T USE THIS SECTION FOR /I NEW WINGWALL j 1\ NEW WINGWALL 1 PLAN - RAIL MODIFICATIONS SCALE: 1/4"=1' FURNISH AND INSTALL NEW CORNER FITTINGS TO ACCOMODATE LARGER ROOF STRUCTURE — MATCH EXISTING ALUMINUM MATERIAL, AND SLEEVED CONSTRUCTION (TYP) n I PROVIDE NEW STAINLESS STEEL THREADED ROD ANCHORS WITH II EPDXY ADHESIVE (4 PER POST) — }I MATCH SIZE TO EXISTING BASE PLATE HOLES. (TYP) n RE—USE EXISTING LADDER IN SAME II LOCATION —PROVIDE NEW ALUMINUM STANDOFFS (EXTENSIONS) AT BOTTOM II OF LADDER CONNECTIONS (2 REQUIRED). ANCHOR WITH STAINLESS (; STEEL HARDWARE. SUBMIT DETAIL FOR I. REVIEW PRIOR TO FABRICATION. NEW CORNER UNITS AND SLEEVED INSERTS TO MATCH EXISTING SLEEVED CONSTRUCTION, ALUMINUM MATERIAL, AND FINISH (TYP). NEW RADIUSED FITTING AT END OF RAIL WITH SLEEVE CONNECTORS AND ALUMINUM MATERIALS TO MATCH EXISTING. SUBMIT DETAIL FOR REVIEW PRIOR TO FABRICATION. PROVIDE A BITUMINOUS COATING (60 MILS THICK MINIMUM) TO SEPARATE ALL ALUMINUM FROM CONCRETE TO PREVENT CORROSIVE REACTION FROM OCCURING � m C r N U' Q N ^ 0, N 0 3 m o 1 ti O 0, M rq E3 � m 0, N S ry C m rn d L m o Vl w V C LL Q z� OO cfD v) U 1-- 0— Q W IZ LD W W J W 0 C/) U) W 12 X D J m W UD J J u 0 N a (D z 0 0 m \I Ir w z 0 U) Q U) w O Cu Lu 0 CE a_ PROJECT NUMBER 11226 SHEET TITLE SIPHON STATION DETAILS SHEET NUMBER S5 0 REV DATE 9-15-11 DRAWN DA CHKD AC APROV. AC PROJECT NUMBER 11226 SHEET TITLE SIPHON STATION DETAILS SHEET NUMBER S5 0 REV GRATE PANEL 48" RCP INLET 00 ME BYPASS CHAMBER INLET CHAMBER PUMP STATION GATE ®® d U K w J 00 It GATE OPERATOR ELECTRICAL CONTROL BUILDING GATE 6"0 FLOOR OPERATOR 29 DRAIN Q SC ppe rye S�,O O BAR II I SCREEN i'. REMOVEABLE GRATE 36" X 36" PANEL HATCH REMOVEABLE GRATE PANEL PUMP STATION PLAN AT OPERATING FLOOR SCALE: 1/4"=l' BYPASS GATE ® Q NOTE: SEE SHEETS S1—S3 FOR CONSTRUCTION OF PUMP STATION STRUCTURES 5' X 5' SLUICE GATE PUMP STATION PLAN AT PUMP SUMP FLOOR SCALE: 1/4"=l' 646. 30" DIA. X 3/8' THICKNESS STAI STEEL PIPE SHOP FARBF 45' BEND DISCHARGE PIPING DETAIL STORM SEWER PIPE PENETRATIONS AND INTERNAL WALL OPENINGS AT PUMP STATIONS NORTH PUMP STATION pki M S DESCRIPTION LOCATION INVERT ELEVATION OUTLET: 60"0 DIA RCP EAST WALL BYPASS CHAMB 630.83 INLET: 48 0 DIA RCP NORTH WALL INLET CHAMB 631.27 NLET: 48;;0 DIA RCP WEST WALL INLET CHAMB 630.98 SLUICE GATE: 5' X 5' SOUTH WALL INLET CHAMB 630.98 SLUICE GATE: 5' X 5' EAST WALL INLET CHAMB 630.88 �\ w SOUTH PUMP STATION DESCRIPTION LOCATION INVERT ELEVATION OUTLET: 48"0 DIA RCP EAST WALL BYPASS CHAMB 631.04 INLET: 48 0 DIA RCP WEST WALL INLET CHAMB 631.19 91 SLUICE GATE: 5' X 5' SOUTH WALL INLET CHAMB 631.19 SLUICE GATE: 5' X 5' EAST WALL INLET CHAMB 631.09 GALVANIZED STEEL PIPE SLE WITH LINK SEAL IN JOINT. SMITH BLAIR 411 STEEL COUF 3/8" THICK x 7" LONG OR El SMITH BLAIR 411 STEEL COUF 3/8" THICK x 7" LONG OR E AND 2 — 1\2"O ALL THREAD RESTRAINT TIES BETWEEN CO EARS BOTH SIDES OF JOINT PIPE SUPPORT .EVATION OF 3OVE OPERATING TH PUMP SHOP PIPE SUPPORT DETAIL N OTES: 1. NORTH PUMP STATION DESIGN PUMPING RATE WITH 2 PUMPS OPERATING IS 95 CFS. 2. THE SOURCE OF FLOW TO THE NORTH PUMP STATION IS COLLECTOR STORM SEWERS PARALLEL TO THE LEVEE THAT INTERCEPT EXISTING STORM SEWERS, TILES AND LOW AREAS. 3. DURING NON—FLOOD CONDITIONS THE PUMP STATION IS DEACTIVATED AND FLOW BYPASSES THROUGH THE HEAD WORKS AND OUTLET BOXES BY GRAVITY FLOW. 4. WHEN THE RIVER REACHES STAGE 637.00 THE STATION IS ACTIVATED. 5. THE SOUTH PUMP STATION DESIGN PUMPING RATE WITH 2 PUMPS OPERATING IS 75 CFS. 6. THE SOURCE OF FLOW TO THE SOUTH PUMP STATION ARE TWO STORM SEWERS FROM McCOLLISTER BLVD AND THE DITCH NORTH OF McCOLLISTER BLVD. 04-24-12 CIVIL ENGINEERS LAND PLANNERS =I/,VIINall 15140 wtoll LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS PUMP STATION DETAILS WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. ; a Date: 01-07-11 pki M S CIVIL ENGINEERS LAND PLANNERS =I/,VIINall 15140 wtoll LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS PUMP STATION DETAILS WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA MMS CONSULTANTS, INC. ; a Date: 01-07-11 Designed by. Field Book No: n RLA o Drawn by. Scale: IIs 1/4"=1' cc Checked by Sheet No: j RLA �\ w Project No:L/�J m 4 IOWA CITY i 0339234 VERT MOT LOCATI CHANNEL WIDTH NOTE #1: VERIFY THAT THE PROPOSED INSTALLATION IS SUITED TO THE SITE. a. VERIFIY CHANNEL WIDTH DIMENSION. b. VERIFIY MOTOR LOCATION. c. VERIFIY CHANNEL HEIGHT. d. VERIFIY CHANNEL DEPTH. e. VERIFIY MAXIMUM WATER LEVEL. f. VERIFIY DEBRIS CONTAINMENT HEIGHT AND LOCATIONS (3) PLACES (BY OTHERS). FRONT VIEW K4: -NTNG R x 2 1/2" )PERATING FLOOR :-� SAMPLE MACHINERY LAYOUT CATENARY BAR SCREEN EQUIPMENT PLAN VIEW SIDE VIEW ^/ x 9.8 ETURN RAILS OPERATING FLOOR WIDTH NOTE #2: 1. BARSCREEN AND SCRAPERS NOT SHOWN FOR CLARITY. 2. SITE DIMENSIONS ARE SUBJECT TO CHANGE UPON SITE VERIFICATIONS. DETAIL #1 7 SECTION A—A ..��HINERY LAYOUT MECHANICALLY CLEANED HEAVY DUTY BAR SCREEN ACT KA R)q S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVA/CJS 09-11-12 PER INTERNAL REVIEW PVAILLS BAR SCREEN DETAILS WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N s N m MMS CONSULTANTS, INC. ; 9 Date: 01-07-11 Designed by Field Book No: RLA Drawn by- Scale: IIs 1l4"=1' Checked by - Project No: IOWA CITY 0339234 Sheet No: 25 HORIZONTAL STIFFENERS: 4" x 2-1/2" x 1/4" ANGLE VERTICAL STIFFENERS: 2-1/2" x 1/4" FLAT BAR MA ACTUATOR W/CLEAR PLASTIC STEM COVER & MYLAR POSITION INDICATING STRIPS ' ALMA ACTUATOR W/CLEAR PLASTIC STEM COVER & MYLAR POSITION INDICATING STRIPS 4 3/4 I 4 3/4 FRAME S.S. PEDESTAL cO ' EXPANSION ANCHOR W/STEM GUIDEI O+ 4 3/4 13 SQUARE WEDGE BLOCK 4 3/4 a io I a i �' STEM LENGTH V WEDGE (4) 5/8" x 8" LONG STUD ANCHOR ADHESIVE ANCHORS V) I - 1B7 LIFT ANCHOR BOLT FOR ADHESIVE ANCHOR SYSTEM ADHESIVE BY OTHERS w ELEVATION LAYOUT (ADHESIVE BY MANUFACTURER) FLOOR ELEVATION I z a ! ELEVATION SLIDE 646.00 _ w '� ., 4— 3/4-10 X 2 1/2 HEX d < � HEAD BOLTS WITH ONE a' I '0 � 5 1/4" LOCK WASHER EACH (SST) (1) STEM GUIDE N_ (LOF STEM i ST -200-013 00 o a TO WALL 36 16 3 4 42 \ (2) 01/2" x 7" LONG / CAST IRON PEDESTAL i ADHESIVE ANCHORS w 0 SIDE WEDGING DEVICE DETAIL ADHESIVE BY OTHERS ~ CONNECTION w . _ ° TO WALL o EL 646.33 N U) I TBD' OPERATING FLOOR 2 — 1/2 DIA X 5 1/2 11 1/2 MAX EXPANSION ANCHORS / ® n 00 ° (SST) 2 MIN 2� 6 3/4 M i O O 2 wo UP—STOP w a o M N I o 3 .r'r�1' \ H I i 1 i a TBD T I 'it'•� WEDGE SLIDE SEAL INSTALLATION CLEARANCE a O CS T 1 1/2 2 WEDGE 1 j 3 1/2 3 1/2 HOOK RETAINER BAR e ? STEM GUIDE TBD LONG EXPANSION ANCHORS W/ 78 LH THIRD r 16" 16° 16° TBp 9 TYPE B STEM GUIDE WITH TWO PIECE SPLIT COLLAR STOP PLATE Ld N m STEM GUIDE 0 EXPANSION ANCHORS T TBD FRAME FRAME o SLIDE iv °�I TBD STEM SPLICE _ STEM GUIDE ca .{� THREADED AND KEYED N Ld y-� o co Z EXPANSION ANCHORS 'Y TOP WEDGING DEVICE DETAIL RESIDENT SEAL BOTTOM DETAIL J Li o TBD ANCHOR BOLT PROJECTION MEASURED N Co1 `.d- w STEM GUIDE TOP OF FROM THIS SURFACE Na01 < EXPANSION ANCHORS GATE FULL OPEN 17 3/8 +— Co coto STOP COLLAR / 1 (5) STIFFENERS (FIELD ADJUST) 10 +— 2 1/2 DIA. STEM (SST) NOTES: 11} • • 2 — 1 DIA. X 17 STUD ANCHORS. SPACE AS SHOWN 1. OUTLINE DIMENSIONS FOR CASTING OR STRUCTURAL EQUIPMENT HAVE A 101 1/4 EMBED 8 1/4, WITH TOP NUT, TOLERANCE OF + OR — 1/4 INCH. DIMENSIONS FOR BOLT LOCATIONS A ADJUSl1NG NUT AND 2 WASHERS cv ° 76 X 3 1/2 STEM I EACH. (SST) TOLERANCE OF + OR — 1/16 INCH AS MEASURED FROM THE APPLICABLE (3) 2_1/2" 1" NOM. BLOCK (BRONZE) AXIS AT CENTERLINE OF GATE OPENING. / 16" 16" 16" 1 4" GROUT 0 60 101 TBD LONG 2. MATERIAL SPECIFICATIONS AND COATINGS PER PROJECT SPECIFICATIONS x 13-3/4" (28) 05/8" x 8" LONG WALLTHIMBLE LONG 60" OPENING ADHESIVE ANCHORS GUSSETS ADHESIVE BY OTHERS SQ FLG/SQ OPEN 3. DESIGN OPERATING HEAD MEASURED FROM THE GATE CENTERLINE. 66" CRS "E" .TYPE SHOWN 35 SEATING: 15 FEET UNSEATING: 15 FEET TBD •. ; Y: 16 1 /2 70" 0/ALL 0 0 0 0 7 F 4. THE SUPPLIER SHALL PROVIDE REQUIRED SUPPORTS, ATTACHMENTS AND 65 1/2 o ° o o ° o o ° o o ° o �;:' Y + { T ACCESSORIES NECESSARY TO PROVIDE THE LIFTING FORCE AND OPERATOR T T It 60 SUPPORT FOR GATE OPERATIONS. 5. INSTALLATION SHALL BE PER MANUFACTURER'S RECOMMENDATIONS. 18 1/4 0 2—ext. horz. ribs o TBD 30 1 thk. 10 1/2 high 28 1/4 RS t 1/ 1} 4—int. vert. ribs 60 NOTES: 3/4 thk. 4 1/2 high 16 3/4 1. OUTLINE DIMENSIONS FOR FABRICATED EQUIPMENT SHALL HAVE A TOLERANCE 4—int. horz. ribs OF + OR — 1/4 INCH. DIMENSIONS FOR BOLT LOCATIONS SHALL HAVE A 3/4 thk. 4 1/2 high + TOLERANCE THE OFCENTERLIN1/16 INCH AS MEASURED FROM THE APPLICABLE AXIS slide plate 3/4 thk. CL OPENING I16 3/4 0 E. 2—ext. vert. ribs o 2. MATERIAL SPECIFICATIONS AND COATINGS PER PROJECT SPECIFICATIONS. 0 3/4 thk. 4 1/2 high 0 3. DESIGN OPERATING HEAD MEASURED FROM THE GATE CENTERLINE. 36 1/2 INVERT SEATING: 15 FEET 6 3/4 UNSEATING: 15 FEET EL. TBD' 18 1/4 I 4. THE SUPPLIER SHALL PROVIDE REQUIRED SUPPORTS, ATTACHMENTS AND ACCESSORIES NECESSARY TO PROVIDE THE LIFTING FORCE AND OPERATOR o 0 0 o SI; •�•' SUPPORT FOR GATE OPERATIONS.0 0 0 0 9 :•��•;•,; 5. INSTALLATION SHALL BE PER MANUFACTURER'S RECOMMENDATIONS. 23 !•? ;;'•M:: 4 — 1 1/2 DIA. WITH — 1 DIA. X 4 STUD BOLTS 73 •�;• •:~:•,• GROUT HOLES WITH TOP NUT AND WASHER. (SST) PROJECT 2 3/4 BLOCK OUT REQUIRED FOR RESILIENT SEAL BOTTOM. MASTIC IMPORTANT: SEE DETAIL FOR CLEARANCE GROUT FILL AFTER GATE INSTALLATION STUD BOLT LAYOUT ON FACE OF THIMBLE SAMPLE GATE LAYOUT SAMPLE GATE LAYOUT FABRICATED STAINLESS STEEL CAST IRON N.T.S. M M s CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVA/CJS 09-11-12 PER INTERNAL REVIEW PVAILLS SLIDE GATE DETAILS WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD IOWA CITY JOHNSON COUNTY IOWA 0 N m MMS CONSULTANTS, INC. ; Date. 0 01-07-11 n Designed by. Field Book No: RLA Drawn by. Scale: IIs 1/4"=1' Checked by Sheet No: RLA 2 6 Project No: IOWA CITY 0339234 ELECTRICAL SYMBOLS (NOTE: NOT ALL SYMBOLS SHOWN MAY BE REQUIRED FOR THIS PROJECT) LIGHTING FIXTURES O LIGHTING CEILING FIXTURE WALL MOUNTED FIXTURE - 84" ABOVE FLOOR OR AS NOTED FLUORESCENT FIXTURE - WALL MOUNTED ® FLUORESCENT FIXTURE - SURFACE MOUNTED I--o-� FLUORESCENT STRIP FIXTURE COMMUNICATIONS SYSTEM TELEPHONE/DATA OUTLET, IN WALL 16" ABOVE FLOOR OR AS NOTED MISCELLANEOUS -0 PHOTOCELL OBJ- TIME SWITCH O REFERENCED NOTE EQUIPMENT ® MOTOR CONNECTION © EQUIPMENT TERMINAL POINT CONNECTION ED SAFETY DISCONNECT SWITCH SMT' INDICATES EMPTY CONDUIT COMBINATION MOTOR STARTER AND FUSED DISCONNECT SWITCH - MAGNETIC STATER - BRANCH CIRCUIT PANELBOARD SURFACE MOUNTED T_IS DRY -TYPE TRANSFORMER, NUMBER INDICATED KVA SIZE CONDUIT RACEWAYS WIRING NO. OF EXPOSED CONDUIT CABLE BURIED CONDUIT 09-11-12 SMT' INDICATES EMPTY CONDUIT SIZE HOME RUN TO PANELBOARD WP CONDUIT CONCEALED IN WALL, FLOOR OR CEILING CONSTRUCTION CONDUIT AND CABLE SCHEDULE MARK NO. OF CONDUIT CABLE PURPOSE 09-11-12 CONDUITS SIZE RECEPTACLE - 20A, 120V WP A 4 3" HDPE 3-350Kcmil & 1-1/0 AWG POWER SUPPLY B 2 3" 3-35OKcmil & 1-1/0 AWG POWER TO MDP C 4 2" 3-4/0 AWG & 1-3 AWG POWER TO VFD D 2 1" 4-12AWG BARSCREEN POWER E 4 3/4" 4-10AWG GATE POWER F 1 3/4" 3-12 AWG OUTDOOR OUTLET G 4 2" 3-4/0, 1-3AWG & POWER TO PUMP MOTOR NARROW EB 2-12AWG H1 1 1" 3-8 AWG & 1-10AWG POWER TO XFMR H2 1 1 1/2" 4-3AWG & 1-8AWG POWER LPAN 1 2 3/4" 10-14AWG GATE CONTROL J 1 3/4" SUPPLIED WITH EQUIPMENT FLOAT SWITCH K 3 3/4" SUPPLIED WITH EQUIPMENT TRANSDUCER CABLE L 1 1" HDPE 7-12 AWG GEN. MONITORING M 1 3/4" MT PHONE N 1 i" 7-12 AWG GENERATOR MONITORING 0 1 1" 4/0 AWG GROUND P 2 1" 20-14 AWG MOTOR MONITORING Q 2 3/4" 3-10 AWG OUTDOOR LIGHTING R 1 2" PROVIDED BY TELCO TELEPHONE S 2 1" EMPTY FUTURE MONITORING TO SANITARY SEWER SIPHON SOUTH PUMP STATION ONLY T 1 1" 12-14 AWG SCREEN MONITORING U 3 3/4" SHIELDED 2 PAIR TRANSDUCER CABLE 22AWG STRANDED KEYNOTES: O VFD POWER IN AND OUT THRU BOTTOM OMAINTAIN A MINIMUM 3 CONDUIT DIAMETERS BETWEEN CONDUITS IN SLAB WHEREVER POSSIBLE AND LOCATE AT CENTERLINE OF SLAB. O OUTLETS TO BE 24 INCHES ABOVE GRADE OR GRATING. ® MOUNT FIXTURE WITH TOP AT ELEVATION 1 FOOT BELOW TOP OF WALL AND CIRCUIT THROUGH SWITCH TO TURN FIXTURE ON/OFF. O WATER LEVEL TRANSDUCERS. © VENTILATION RAINHOODS O ELECTRICAL EQUIPMENT SERVICE DISCONNECT SWITCH W/AUXILARY CONTACT FOR MOTORS ® THIS SECTION OF GRATING WILL BE REMOVABLE FOR ACCESS TO LS O FLOAT SWITCH ® EXTERIOR BURIED CONDUITS SHALL BE FUSED JOINT POLYETHYLENE HDPE O TRANSITION FROM HDPE TO RIGID STEEL CONDUIT O CONDUITS IN CONCRETE SHALL BE PVC O CONTRACTOR MAY USE CONDUITS EMBEDDED IN THE CONCRETE CONSTRUCTION TO SIMPLIFY THIS CONNECTION ® WALL MOUNTED JUNCTION BOX ® PEDESTAL MOUNTED JUNCTION BOX. INSTALL ADJACENT TO PERIMETER FENCE. WIRING DEVICES M M S DUPLEX RECEPTACLE - 20A, 125V, MANUFACTURER 2P, 3W (NEMA 5-20R), IN WALL 09-11-12 DUPLEX GROUND FAULT INTERRUPTER SYMBOL RECEPTACLE - 20A, 120V WP WEATHER PROTECTED -a OUTLET WITH SPECIAL DEVICE AS NOTED. VOLTAGE IN WALL ® OUTLET WITH SPECIAL DEVICE AS NOTED. IN FLOOR BOX OUTLET WITH SPECIAL DEVICE AS NOTED. IN CEILING Q JUNCTION BOX OR OUTLET BOX SINGLE POLE WALL SWITCH, '3' - INDICATES 3 WAY SWITCH, PUSHBUTTON, AS NOTED FIRE ALARM SYSTEM ® SMOKE DETECTOR ON CEILING, *WIRING IN RACEWAY ON WEST WALL OF CONTROL BUILDING OMITTED FOR CLARITY. K� GENERAL NOTES 1. LETTERS 'WP' AT DEVICE OR EQUIPMENT INDICATE NEMA 3R TYPE 2. LOWER CASE LETTERS AT SWITCHES AND FIXTURES INDICATE ASSOCIATED UNITS FOR SWITCHING. 3. UPPER CASE LETTERS AT FIXTURE INDICATES FIXTURE TYPE. 4. NUMBER AT FIXTURE OR OUTLET INDICATES PANEL CIRCUIT NUMBER. 5. PLUS (+) SIGN WITH DIMENSION AT OUTLET INDICATES HEIGHT ABOVE FINISHED FLOOR LINE OR HEIGHT ABOVE FINISHED GRADE. XFMR LPAN LIGHTIN PANE LPAN BURIED CONDUIT TO SANITARY SEWER SIPHON. (SOUTH ONLY) SEE SHEET 12 FOR CONTINUATION i i I X �/ C I ' F I I 1 I I I I I I VFFD VFFD 1 1 S LIGHTING FIXTURE SCHEDULE Revision M M S PER INTERNAL REVIEW PVAILLS MANUFACTURER PRODUCT DESCRIPTION OR 09-11-12 PER INTERNAL REVIEW PVA/LLS SYMBOL LAMPS APPLICATION / SPECIFICATIONS / FEATURES AND TYPE PART NUMBER MOUNTING VOLTAGE 2 LAMP 48" INDUSTRIAL INTERIOR OPEN FB 2-F32/T8 FLUORESCENT FIXTURE, WRAPAROUND LENS, DAY-BRITE; OWN OWN232-UNV-1/2- STEM 120 ELECTRONIC BALLAST; SUITABLE FOR DAMP NARROW EB LOCATIONS; HOUSING SHALL BE CORROSION WRAPAROUND RESISTANT 40W LED EXTERIOR, LOW PROFILE WALL MOUNTED DAY-BRITE; WLP WLP40WLU-BK WALL 120 WL ON A SW TCH; NO PHOTO CELL LED MEDIUM CLASS LOW PROFILE WALL PACK 150W HIGH EXTERIOR OVERHEAD SECURITY LIGHTING DAY-BRITE; UDD UDD15OS12-LP SL PRESSURE ON A SWITCH; NO PHOTO CELL POLE 120 SODIUM n RS EE SITE PLAN (SHEETS L 23 & 24) FOR -- _ TERMINATION ------- - TO GENERATOR -"'— - FROM TRANSFORMER �'- —�— FROM GENERATOR LPAN LP 3 TO LPAN TO LPAN < — I— WP WL 1 I —1 rt 3 P — G ._--+1-L �� _ ------ �.---- ---- ----- � j III i III U I OI I 44- T III I � T II D I \ I � 7---� I I BAR SCREEN MOTOR W/DISCONNECT SWITCH I I II I I Revision M M S PER INTERNAL REVIEW PVAILLS 05-24-12 :/ 09-11-12 PER INTERNAL REVIEW PVA/LLS �T ELECTRICAL LAYOUT PLAN SCALE: 1/2"=l' PUMP MOTOR J LOCATE NEAR GENERATOR ON EACH SITE MOTOR CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revision M M S PER INTERNAL REVIEW PVAILLS 05-24-12 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVAILLS 05-24-12 REMSED ELECTRICAL LAYOUT-PVAiCJS 09-11-12 PER INTERNAL REVIEW PVA/LLS ELECTRICAL LAYOUT PLAN IOWA RIVER LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N O N MMS CONSULTANTS, INC. 3 Date: 01-07-11 v^ Designed by RLA Field Book No: Drawn by. Scale: IIs Checked by. Sheet No: RLA 2 7 Project No: IOWA CITY 0339234 * CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date I Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAiCJS 09-11-12 PER INTERNAL REVIEW PVAILLS 02-01-13 REVISED ELECTRIC LOADS PVA ELECTRICAL DETAILS WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA 0 s a N N MMS CONSULTANTS, INC. Date: 01-07-11 M Designed by. Field Book No: RLA Drawn by Scale: IS AS NOTED Checked by Sheet No: RLA 28 Project No: IOWA CITY 0339234 -I/ —U M MA S AS NEEDED FOR WALL ANCHORAGE �� 24 12 66 12 40 30WALL GJjJ ^^ W/FLANGE SEAL AS NECESSARY REMOVABLE INSECT SCREEN AIR EXHAUST ALUMINUM RAIN HOOD DETAIL 6640>> FOR INLET AND EXHAUST OF VFD 24" 6 3/8' XFMR MDP ATS AIR INLET z o o � U U a a O ALUMINUM RAIN HOOD DETAIL FOR INLET BSVFD = AND EXHAUST OF VFD 00 VFD BACK VIEW 16 1/2 68" BAR SCREEN VFD OO ATS 36" X 80" DOOR I O 16 1/2" " MDP L(7 16 1/2 c Q �PANELVIEW 24 " N PEDESTAL BASE „ 121`- `tib DO VFD O O ^' - 4" HIGH CONCRETE � CNTRL LIGHTING VFD VFD .J MAINTENANCE PAD Q0' - COL � PANEL BSVFD N SET ON FLOOR XFMR PANE 1 J ^^ � LPAN GJ = PEDESTAL 4" HIGH CONCRETE N BASE MAINTENANCE PAD (v MOUNT ON WALL 4" HIGH CONCRETE MAINTENANCE PADLEGSOPERATOR Q r — 6U V VIEW 4" HIGH CONCRETE illl MAINTENANCE PAD CONTROL BUILDING - PLAN VIEW ELECTRICAL BOX DETAILS SCALE: 1/2"=1' ENTRANCE RATED AUTOMATIC TRANSFER SWITCH NEMA 1, 480V SERVICE 48OV/277V NEMA 1 MAIN DISTRIBUTION PANEL (SWITCHBOARD) ACFAN 600 A, 50,000 AMP SYM, 480/277V, 30 4W 600A, 65,000 AMP SYM, 480V, 30, 3W 1 2 3 4 5 1 2 3 4 5 6 7 8 XFMR MIDAMERICAN ENERGY GFI OF HIGH VOLTAGE SERVICE v s MDP 3P 600A 3P 000A 3P 100A 3F 600A 3P 40A 3P 15A 3P 15A 3P 15A 3P 250A 3P 250A 3P 15A (SWITCH BOARD) ATS PAD MOUNTED TRANSFORMER PLC PROGRAMMED TRANSFER ACOND - LOGIC BASE 4" CONCRETE CABINET MAINTENANCE PAD (BY OWNER) BASE BOND SERVICE NEUTRAL TO GROUND CONTROL BUILDING ELEVATION - EAST WALL CT'S AND METER PROVIDED 2-3"C W/ GENERATOR COOLANT HEATER 3-350 Kcmil BY MIDAMERICAN ENERGY. (NORTH PUMP STATION ONLY) SCALE: 1/2"=1' SOCKET D 1-1/0 AWG BSVFD PE ER PROVIDED AND INSTALLED BY CONTRACTOR MEETING MIDAMERICAN ENERGY SPECIFICATIONS. 2-3"C W/ 3-350 Kcmil 1-1/0 AWG 2 2 2 VFD VFD CT's BAR BYPASS PUMP SCREEN GATE CHAMBER GATE _SERVICE METR DRY TYPE TRANSFORMER DISCONNECT WALL MOUNTED SWITCH 8" X 8" WIREWAY UTILITY 30 KVA METERING 600A NORTH = 480V - 30 PRIMARY 150 HP N 150 HP N GEN 10 4W SECONDARY -120/208V 150 HP S 150 HP S 400A SOUTH LIGHTING PANEL LIFT PUMP LIFT PUMP CIRCUITS (APPROX. 166A -NORTH) 1- 1-40A, 3P 3P t00A 1-30A, 2P (APPROX. 122A - SOUTH) STANDBY GENERATOR AIR CONDITIONER USES 10-20A, 1P CID PUMP PUMP BSVFD LIGHTING 350 KW NORTH 250 KW SOUTH 15-1P BRANCH PROVISION ONLY 208/230 1PH 20 AMP ID VFD VFD PANEL aJ ABBREVIATIONS 480/277V, POWER SUPPLY 2P -**A 20A 30, 4W, 60 Hz °L- ACOND AIR CONDITIONER AIR CONDITIONER TO INTERIOR LIGHTS z CNTRL ACFAN AIR CONDITIONER FAN UNIT 20A 20A H H ATS AUTOMATIC TRANSFER SWITCH TO EXTERIOR OUTLETS TO CONTROL PANEL >> BSCP BAR SCREEN CONTROL PANEL 20A 20A L� CNTRL CONTROL PANEL TO EXTERIOR LIGHTS TO INTERIOR OUTLETS DMPR AIR INTAKE GRAVITY DAMPER 3P -40A 20A DOOR SPARE SPACE COVERED WITH BLANK DOOR DS DOOR SWITCH GENERATOR PANEL z z EEE ELECTRICAL EQUIPMENT ENCLOSURE 20A 20A �? BASEBASE EF EXHAUST FAN VENTILATOR TO SECURITY LIGHT GENERATOR COOLANT HEATER N 4" CONCRETE FVR FULL VOLTAGE REVERSING STARTER 20A 2 AA (SOUTH PUMP STATION ONLY) PAD FVNR FULL VOLTAGE NON -REVERSING STARTER (l !-1 GEN EMERGENCY GENERATOR HTR ELECTRIC HEATER LPAN LIGHTING PANEL MDP MAIN DISTRIBUTION PANEL METR METERING COMPARTMENTS PM POWER MONITOR TMG THERMOMAG CONTROL BUILDING ELEVATION - WEST WALL TVSS TRANSIENTVOLTAGE SURGE SUPPRESSOR VFD VARIABLE FREQUENCY MOTOR DRIVE SCALE: 1/2"=1' XFMR CONTROL & LIGHTING TRANSFORMER UNIT ELECTRICAL ONE -LINE DIAGRAM N.T.S. CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date I Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAiCJS 09-11-12 PER INTERNAL REVIEW PVAILLS 02-01-13 REVISED ELECTRIC LOADS PVA ELECTRICAL DETAILS WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA 0 s a N N MMS CONSULTANTS, INC. Date: 01-07-11 M Designed by. Field Book No: RLA Drawn by Scale: IS AS NOTED Checked by Sheet No: RLA 28 Project No: IOWA CITY 0339234 M MA S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date I Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT-PVAiCJS 09-11-12 PER INTERNAL REVIEW PVAILLS 02-01-13 REVISED ELECTRIC LOADS PVA ELECTRICAL DETAILS WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA 0 s a N N MMS CONSULTANTS, INC. Date: 01-07-11 M Designed by. Field Book No: RLA Drawn by Scale: IS AS NOTED Checked by Sheet No: RLA 28 Project No: IOWA CITY 0339234 TYPICAL BERM CROSS SECTION N.T.S. NOTE: SEE DETAIL FOR ALTERNATE RIPRAP TOE TREATMENT 14' 0.5' TOPSOIL 0.5' TOPSOIL - 3 OR 4 (SEE PLAT t EMBANKMENT AND KEY TRENCH FlLL SEE NOTE 5 & 6 (GRADING NOTES) 0.5' TOPSOIL FINISH SURFACE AT TOP OF RIP RAP 2.5 TOE OF RIPRAP DETAIL N.T.S. TOPSOIL '(A EXISTING GROUND REMOVE TOP SOIL OR -EXISTING FILL ESTIMATED THICKNESS OF 1 TO 5 FEET. TYPE A TYPE B I� 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 3+00 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 2+50 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 2+00 ISI�i fi -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 121 1+50 648 644 640 Kit 636 632628624620 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 1+00 648 644 640 636 648 644 640 648 644 640 636 40 -20 0 20 40 60 80 100 12( 0+50 648 1 644 \ 't a _ co co — — — — — — — — — — — — — — — — — — — — — — 640 -60 -40 -20 0 20 40 60 80 100 120 0+00 652 648 644 _ LO u1 -40 -20 0 20 40 60 80 100 12( 652 648 644 648 644 640 636 632 628 648 624 644 620 640 636 632 648 628 644 624 640 620 636 5+50 648 644 640 636 632 628 624 620 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 632 5+00 628 648 624 644 620 640 636 632 648 628 644 624 640 620 636 636 632 62E 62� 62( 648 644 640 636 632 628 624 620 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 121 632 4+50 628 648 624 644 620 640 636 632 628 624 620 648 644 640 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 /I -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 4+00 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 3+50 120 -100 -80 -60 -40 -20 0 20 40 60 80 100 12( 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 8+00 648 644 640 d A- 636 i (T P ) 632 628 1. ' ICK I RIF RA (T P.) 624 620 O 648 644 640 636 632 628 624 620 -120 KEY -80 -60 EXCAVATE TO 5 BELOW BASE OF TOP -20 0 BA SOIL OR BASE OF 5• bu EXISTING FILL 1uu 1zu REMOVAL 0 N 1.5' THICK CLASS E RIP 7+50 RAP OVER ENGINEERING U a FABRIC 01-07-11 Designed by. TOE OF RIPRAP DETAIL N.T.S. TOPSOIL '(A EXISTING GROUND REMOVE TOP SOIL OR -EXISTING FILL ESTIMATED THICKNESS OF 1 TO 5 FEET. TYPE A TYPE B I� 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 3+00 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 2+50 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 2+00 ISI�i fi -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 121 1+50 648 644 640 Kit 636 632628624620 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 1+00 648 644 640 636 648 644 640 648 644 640 636 40 -20 0 20 40 60 80 100 12( 0+50 648 1 644 \ 't a _ co co — — — — — — — — — — — — — — — — — — — — — — 640 -60 -40 -20 0 20 40 60 80 100 120 0+00 652 648 644 _ LO u1 -40 -20 0 20 40 60 80 100 12( 652 648 644 648 644 640 636 632 628 648 624 644 620 640 636 632 648 628 644 624 640 620 636 5+50 648 644 640 636 632 628 624 620 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 632 5+00 628 648 624 644 620 640 636 632 648 628 644 624 640 620 636 636 632 62E 62� 62( 648 644 640 636 632 628 624 620 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 121 632 4+50 628 648 624 644 620 640 636 632 628 624 620 648 644 640 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 /I -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 4+00 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 3+50 120 -100 -80 -60 -40 -20 0 20 40 60 80 100 12( 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 8+00 648 644 640 d A- 636 i (T P ) 632 628 1. ' ICK I RIF RA (T P.) 624 620 O 648 644 640 636 632 628 624 620 -120 -100 -80 -60 -40 -20 0 zu 4u bu du 1uu 1zu 0 N MMS CONSULTANTS; 7+50 648 644 640 636 632 628 624 620 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 7+00 648 644 N111 1 640 636 I . I: 632 628 I 624 620 m -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 6+50 648 644 _ 640 - ' 636 ` I 632 628 I 624 � v> 00 620 , a d m -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 6+00 648 644 640 636 632 628 624 620 100 -80 -60 -40 -20 0 20 40 60 80 100 121 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision M M S PER INTERNAL REVIEW PVA/1-LS 05-24-12 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVA/1-LS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS CROSS SECTIONS PROPOSED BERM IOWA CITY JOHNSON COUNTY IOWA 0 0 N 0 N MMS CONSULTANTS; INC. U a Date: 01-07-11 Designed by. Field Book No: n n RLA o Drawn by. Scale: i LLS 1"=40'H 1"=10'V Checked by Sheet No: RLA ^ ^ Project No: l`r,/,j a, IOWA CITY `/J 0339234 m 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 10+50 648 644 640 636 632 628 624 620 -120 -100 -60 -60 -40 -'LU 0 2U 4U 6U 6U IOU 12U 12 624 628 620 624 10+00 11+50 ■■■■■■l�F■■■■■■■■■■■■■■■■■■■ 632 / 01-07-11 01 -07-11 648 644 640 636 632 628 624 620 120 —100 —80 —60 —40 —20 0 20 40 60 80 100 12( 9+50 648 644 640 636 632 628 624 620 9+00 -17n -inn " -8n -6o -4n -90 0 90 40 so 80 ion 120 8+50 120 —100 —80 —60 —40 —ZO 0 20 40 60 80 IOU 12' 13+00 648 644 640 636 632 628 624 620 4: 3:1 \ UR AC T P. --- XIS NO 2.5:1 / TY . 1.5' THICK RIP APEl I I 1 1 U7 N s16 ° —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 12+50 040 644 648 640 r — / 644 636 640 632 636 628 632 624 628 620 EHH __ N 624 616 o a —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 12( 620 12+00 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 648 644 644 640 640 636 636 632 632 628 628 624 624 620 620 648 648 644 644 640 640 636 636 632 632 628 628 624 624 620 620 120 -100 -80 -6U -40 -20 U 20 -. 6U 8U IOU 12 624 628 620 624 616 11+50 ■■■■■■l�F■■■■■■■■■■■■■■■■■■■ 632 / 01-07-11 01 -07-11 628 624 / ■■■■I1pI ■■■■■■■■■■■■■■■■■■■■. 624 620 RLA 648 648 644 644 640 640 636 636 632 632 628 628 624 624 620 620 120 -100 -80 -6U -40 -20 U 20 4U 6U 8U IOU 12 624 628 620 624 616 11+50 ■■■■■■l�F■■■■■■■■■■■■■■■■■■■ 632 628 01-07-11 01 -07-11 628 648 644 640 636 632 628 624 620 616 648 644 640 636 632 628 624 620 616 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 11+00 120 _1UU —8U —8U —4U —2U U 2U 4U bU 8U IUU 12' 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 616 648 644 640 636 632 628 624 620 616 648 644 640 636 632 628 624 620 616 o•to 648 644 644 640 640 636 636 632 632 628 628 624 624 620 620 616 648 644 640 636 632 628 624 620 040 644 640 636 632 628 624 620 616 15+50 648 0. 0 644 648 640 644 636 640 632 636 628 632 624 628 620 624 616 620 ■■■■■■l�F■■■■■■■■■■■■■■■■■■■ 632 628 01-07-11 01 -07-11 628 624 ■■■■I1pI ■■■■■■■■■■■■■■■■■■■■. 624 620 RLA 620 616 Scale: LLS 1"=40'H 1"=10'V Checked by Sheet No: RLA ^ ry Project No: _Jl O �; IOWA CITY g / 0339234 m / / F. ION / v> v� - � co a co —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 11+00 120 _1UU —8U —8U —4U —2U U 2U 4U bU 8U IUU 12' 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 616 648 644 640 636 632 628 624 620 616 648 644 640 636 632 628 624 620 616 o•to 648 644 644 640 640 636 636 632 632 628 628 624 624 620 620 616 648 644 640 636 632 628 624 620 040 644 640 636 632 628 624 620 616 15+50 648 0. 0 644 648 640 644 636 640 632 636 628 632 624 628 620 624 616 620 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 15+00 648 0. 0 644 648 644 640 636 644 640 632 628 640 636 624 620 636 632 616 ■■■■■■l�F■■■■■■■■■■■■■■■■■■■ 632 628 01-07-11 01 -07-11 628 624 ■■■■I1pI ■■■■■■■■■■■■■■■■■■■■. 624 620 RLA 620 616 Scale: —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 14+50 o-ro 0. 0 644 644 640 640 636 636 632 632 628 628 624 624 620 620 616 616 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 14+00 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 13+50 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 -rc v-ro 644 644 640 640 636 636 632 632 628 628 624 624 620 620 616 616 ■■■■■■l�F■■■■■■■■■■■■■■■■■■■ / / 01-07-11 01 -07-11 ■■■■■p,��■■■■■■■■■■■■■■■■■■■■ ■■■■I1pI ■■■■■■■■■■■■■■■■■■■■. Field Book No: RLA o —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 13+50 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 -rc v-ro 644 644 640 640 636 636 632 632 628 628 624 624 620 620 616 616 040 o40 644 644 640 640 636 636 632 632 628 628 624 624 620 620 6 616 18+00 / —120 —100 —80 —50 —40 —20 0 20 40 60 80 100 120 17+50 120 -100 -80 -60 -40 -20 0 20 40 60 80 100 12, 17+00 / 120 —100 —80 —60 —40 —20 0 20 40 60 80 100 12C 16+50 648 644 640 636 632 628 624 620 616 100 —80 —60 —40 —20 0 20 40 60 80 100 12, 16+00 Revision M M S - r REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS m MMS CONSULTANTS, INC. 9 w 18+00 / —120 —100 —80 —50 —40 —20 0 20 40 60 80 100 120 17+50 120 -100 -80 -60 -40 -20 0 20 40 60 80 100 12, 17+00 / 120 —100 —80 —60 —40 —20 0 20 40 60 80 100 12C 16+50 648 644 640 636 632 628 624 620 616 100 —80 —60 —40 —20 0 20 40 60 80 100 12, 16+00 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 616 aY0 644 640 636 632 628 624 620 61 616 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 Revision M M S PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS m MMS CONSULTANTS, INC. 9 w Date - / / 01-07-11 01 -07-11 Designed by Field Book No: RLA o Drawn by Scale: LLS 1"=40'H 1"=10'V Checked by Sheet No: RLA ^ ry Project No: _Jl O �; IOWA CITY g / 0339234 m / / / / m m 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 648 644 640 636 632 628 624 620 616 aY0 644 640 636 632 628 624 620 61 616 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision M M S PER INTERNAL REVIEW PVA/LLS 05-24-12 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsultants.net Date Revision 04-24-12 PER INTERNAL REVIEW PVA/LLS 05-24-12 REVISED ELECTRICAL LAYOUT -PVAICJS 09-11-12 PER INTERNAL REVIEW PVAILLS CROSS SECTIONS PROPOSED BERM IOWA CITY JOHNSON COUNTY IOWA U a 0 0 N 0 N m MMS CONSULTANTS, INC. 9 w Date - 01-07-11 01 -07-11 Designed by Field Book No: RLA o Drawn by Scale: LLS 1"=40'H 1"=10'V Checked by Sheet No: RLA ^ ry Project No: _Jl O �; IOWA CITY g 0339234 m NOTE: SLOPE ON RIVER SIDE OF LEVEE TRANSITIONS FROM 3:1 AT STA: 19+96.87 TO 4:1 AT STA: 20+80.45 RA 20+50 648 4:1 ( P') RO OSE 644 SURFACE (T P.) !9 644 23+00 25+50 640 640 648 4:1 648 648 646 CIVIL ENGINEERS 636 :; 636 644 4:1 632 UR CE ( ) 632 (TY ) PR PO ED 644 644 PR PO ED 644 LAND PLANNERS FYP640 640 ) LAND SURVEYORS _ - - _ _ 640 640 LANDSCAPE ARCHITECTS 628 RIPR P YP. 628 636 XIS N 636 636 - - - _ - - - - _ 636 28+00 ENVIRONMENTAL SPECIALISTS 652 652 1917 S. GILBERT ST. 624 `� 624 632 r 632 / - - - - - - _ 632 632 -- —-------- - — — t-- 10 IOWA CITY, IOWA 52240 620 620 I ( SRF :E (TY .) 648 648 (319) 351-8282 628 628 628 628 www-mmsconsultants.net -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 644 / 644 624 624 624 RI RA (YP.) 624 / 20+00 r r in u� 640 640 _ M 648 648 620 _ m m 620 620 cO m 620 / -160 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 -200 -180 -160 -14D -120 -100 -80 -60 -40 -20 0 20 40 60 80 636 0 0 636 644 644 �n .n 22+50 25+00 632 ° O 632 -160 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 Date Revision 640 640 648 648 648 648 04-24-12 PER INTERNAL REVIEW PVA/LLS _ - - - 27+50 05-24-12 REVISED ELECTRICAL LAYOUT-PVAICJS 636 /� 636 644 644 644 644 09-11-12 PER INTERNAL REVIEW PVA/LLS 648 648 632 632 640 640 640 - _ \ 640 644 644 628 628 636 / - - - - - - - 636 _ 636 636 640 '- 640 624 624 632 632 632 632 / : • 636 _ 636 620 _ f 620 628 628 628 628 - 'o '0 632 632 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 624 624 624 624 628 628 to 19+50 - _ - - s2oT4 -T-1 6zo 620 620 -180 -160 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 624 624 648 648 r m d _ —200 —180 —160 —140 —120 —100 —so —so —40 —20 0 20 ao so ao 24+50 620 620 644 _ — _ saa 22+00 s4a 648 -200 -180 -160 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 640 / 640 648 648 27+00 644 644 636 /r 636MNG _ _ 648 648 644 SEWER SIPHON 644 640 640 632 / 632 I I _ _ _ 644 UR C 644 r 640 640 / - - - - - - - - - _ 636 636 628 r 628 - - _ _ 640 640 Z`f 636 1636 632 /' 632 P OP SE 624 624 '' 636 _ - - - 636 632 632 628 r 628 S ATI N 2 .1 632 632 -. - :�,'; ,.--------CROSS SECTIONS 620 , ` r r 620 - 628 628 624 624 616 m 616 /' -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 624 624 _ 62a 62a PROPOSED BERM sea P — � � s2o n cO `O 624 624 19+00620 441--- -m 620 -160 -160 -140 -120 -100 -80 -80 -40 -20 0 20 40 60 80 p p M M 620 _180 -160 -140 -120 -100 -80 -60 -40 -20 0� 20 40 60 80620 saa s4s —1so —140 —120 —100 —ao —so —ao —20 0 20 ao so ao 24+00 644 / 644 21 +50 baa sas 26+50 640 � - - 640 648 648 644 644 648 648 636 636 644 644 640 640 644 644 / 632 632 640 640 636 636 640 640 628 628 636 _ 636 632 632 636 - - - - _ _ _ 636 / 624 624 632 632 628 628 632 632 620 o 620 628 628 624 624 628 628 oo 616:T 616 624 624 620 _ _ _ 620 624 624 —120 —100 —80 —60 —40 —20 0 20 40 60 80 100 120LID m r cO coo m -200 -180 -160 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 18+50 620 _120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 620 620180 -160 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 20 648 648 21 +00 648 23+50 64E 26+00 IOWA CITY JOHNSON COUNTY IOWA 644 / / � 644 648 648 648 648 644 644 640 / `� 640 644 644 644 644 0 640 640 s 636 636 640 _ 640 _ - - _ 640 640 _ - - - - - - - _ _ 636 / - - - - - - - - 636 _ 632 632 636 636 636 ' - _ _ _ _ _ _ _ 636 a 632 632 b 628 628 632 632 632 / 632 r1 :' 628 628 ° 624 s24 628 628 626 628 MMS CONSULTANTS, INC. .,.� 624 .� 624 Date: N 620 _ 620 624 624 r s24 624 01-07-11 620 _ _ d. d. 620 Designed by Field Book No: r) LoRLA o 616 ° ° 616 620 ° O 620 O o 620 ° 0 620 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 -120 -100 -80 -60 -40 -20 0 20 40 60 80 100 120 -200 -180 -160 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 -160 -140 -120 -100 -80 -60 -40 -20 0 20 40 60 80 Drawn by. Scale: o LLS 1"=40'H 1"=10'V Checked by Sheet No: x b RLA Project No: � � � IOWA CITY g m 0339234 CP5 CUT")(" ON NORTH OF NcCOLUSTER E N=599616.86 E=2177647.79 IN o� N=599644.7\ \ E=2177622. I II � 0 I I ')0 E=2177835:89 <as \ % Z 113 1*1 STA: 50.00.00 = STA: 25+68.72 N=599767.92 E-2177942.03 C22 0 CONSTRUCTION CENTERLINE O N-600130.45 E=2177988.62 ,a L Revision MA MA S 0 5-24-12 REVISED ELECTRICAL LAYOUT-PVNCJS o N=600131.74 E=2178011.58 CP4 CUT "X" ON SANITARY SEWER SIPHON CONCRETE PAD N (�, Ji'� N=800125.19 / E=2178021.98 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS ANDSCAPE ARCHITECTS NVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net gate Revision MA MA S PER INTERNAL REVIEW PVAILLS 5-24-12 CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS ANDSCAPE ARCHITECTS NVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319) 351-8282 www.mmsconsultants.net gate Revision 1-2412 PER INTERNAL REVIEW PVAILLS 5-24-12 REVISED ELECTRICAL LAYOUT-PVNCJS 3-11-12 PER INTERNAL REVIEW PVA/LLS CONTROL PLAN WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N 0 N MMS CONSULTANTS, INC. 3 Date: 01-07-11 a Designed by. Field Book No: RLA Drawn by. Scale: IIs 1"=50' Checked by. Sheet No: RLA 32 Project No: IOWA CITY 0339234 -I ... LJ -1 FORESTED WETLAND CREATION MITIGATION /AREA — 2.66 ACRES. FOLLOW CONSTRUCTION NOTES. CORNERS OF THE MITIGATION AREA ARE MARKED BY FENCE POSTS j WOODED WETLAND PLANTING j TREE PLANTING DETAIL (FORESTED CREATION AND ENHANCEMENT AREAS) N.T.S. PLANTED TREES SHALL BE AT LEAST 3' IN HEIGHT WITH A MINIMUM 1/2" CALIPER. PLANT TREES AT DENISTY LISTED IN NOTES. CREATION AREA TREE SPECIES ENHANCEMENT AREA 46 RIVER BIRCH (Betula nigra) 49 50 SHELLBARK HICKORY (Carya lociniosa) 50 46 SYCAMORE (Platanus occidentalis) 49 46 SWAMP WHITE OAK (Quercus bicolor) 49 46 PIN OAK (Quercus plaustris) 49 NUMBER OF TREES PER AREA REQUIREMENT OF THE IOWA DNR 401 WATER QUALITY CERTIFICATION PRLNE 6ROKEN WANCHES ONLY AS NEZExARY - GALVANIZED 9 6416E 6UYIN6 WIRE 0 STFEL 'T' POSr FOR 5TAKINI6. PLACED ON THE LP STREAM SIDE OF TREE DTHE GROUND . 2 1/2' INTO i WOVEN NYLON TREE STRAP Iz 6A6E Or TREE SHALL 6E PLANTED TREE WRAP SLIGHTLY A60VE ADJACENT 6RADE \ 9" MINIMUM PERTH SHREDDED \ PRUNE ROOT ENDS HARDWOOD 6ARK MULCH ONLY AS NECESSARY DIAMETER OF TREE PIT' TO eE -\ MINI OF MULCH TER I O TIMES THE DIAMETER OF MINIMI,M 9' DIMrETFR ROOT 5Y5T73— SLANT E5 a16 & R11EN SIDES Of TREE PIr I'll j _. \\ III j -II I III LI I „f 6ACKFILL EXI67M6 SOL W/ P COMPOST MIX 57EXI 5 IVIG LNDI TLR6ED WOODED WETLAND PLANTING SHRUB PLANTING DETAIL (FORESTED CREATION AREA ONLY) N.T.S. SHRUBS SHALL CONSIST OF THE FOLLOWING SPECIES SEE PLANS FOR AMOUNTS. 46 COMMON BUTTONBUSH (Cepho/anOws occidento//sJ 46 REDOSIER DOGWOOD (Comas stotoniferq) 46 SILKY DOGWOOD (Cornus omomumJ 46 AMERICAN ELDER (Sambucus canadensis] 46 COMMON NINEBARK (physocaro— 0,0u/ifol-S) 6UYIWI WIRE AND SELIARIWD NOTE' SHRLP, SHAH DIE p15 POT MINIMUM SIZE STAKES. SIN6LE WIRE WITHIN RU66ER HOSE, LOOPED L005ELY AROUND 15ASE OF 511RU6 STEMS , O.G. 5PA,,IN Cv (SEE FOR SPA( ING) 5" DEEP VERTICAL / SPADE Gtr FLEE A WET MESIC SEED MIX SHALL BE PLANTED AT A RATE OF 10-15LBS/ACRE PLS BETWEEN MARCH 31 AND JUNE 15 OR BETWEEN NOVEMBER 15 AND FEBRUARY 15 ON LIGHTLY TILLED SOIL. SHALL BE HALF SEDGES/RUSHES HALF FORBS BY WEIGHT. RECOMMENDED WET MEADOW SPECIES i BROWN—EYEDNSUSAN FORBS: CUP PLANT The following forbs, or species with similar wetland indicator status, shall LAND PLANNERS RIDDELL'S GOLDENROD be included in the emergent wetland seed mix. BLUE VERVAIN CANADA ANEMONE (Anemone canadensis) LAND SURVEYORS PROTECT EXISTING NEW ENGLAND ASTER (Aster novae—angliae) -' TREES WITHIN THIS GOLDENALEXANDER FLAT TOP ASTER (Aster umbellotus) AREA LANDSCAPE ARCHITECTS NODDING ONION (Allium cernuum) m ENVIRONMENTA; SPECIALISTS / m FALSE ASTER (Boltonia asteroides) 1917 S. GILBERT ST. indicator status shall be included in the wet—mesic seed mix. RATTLESNAKE MASTER (Eryngium yuccifolium) IOWA CITY, IOWA 52240 BIG BLUESTEM (Andropogon geradii) JOE—PYE WEED (Eupatorium mcculatum) (319) 351-8282 VIRGINIA WILD RYE (Elymus virginicus) BONESET (Eupatorium perfoliatum) 40 FOX SEDGE (Carex vulpinoidea) SNEEZEWEED (Helenium outumnale) -I ... LJ -1 FORESTED WETLAND CREATION MITIGATION /AREA — 2.66 ACRES. FOLLOW CONSTRUCTION NOTES. CORNERS OF THE MITIGATION AREA ARE MARKED BY FENCE POSTS j WOODED WETLAND PLANTING j TREE PLANTING DETAIL (FORESTED CREATION AND ENHANCEMENT AREAS) N.T.S. PLANTED TREES SHALL BE AT LEAST 3' IN HEIGHT WITH A MINIMUM 1/2" CALIPER. PLANT TREES AT DENISTY LISTED IN NOTES. CREATION AREA TREE SPECIES ENHANCEMENT AREA 46 RIVER BIRCH (Betula nigra) 49 50 SHELLBARK HICKORY (Carya lociniosa) 50 46 SYCAMORE (Platanus occidentalis) 49 46 SWAMP WHITE OAK (Quercus bicolor) 49 46 PIN OAK (Quercus plaustris) 49 NUMBER OF TREES PER AREA REQUIREMENT OF THE IOWA DNR 401 WATER QUALITY CERTIFICATION PRLNE 6ROKEN WANCHES ONLY AS NEZExARY - GALVANIZED 9 6416E 6UYIN6 WIRE 0 STFEL 'T' POSr FOR 5TAKINI6. PLACED ON THE LP STREAM SIDE OF TREE DTHE GROUND . 2 1/2' INTO i WOVEN NYLON TREE STRAP Iz 6A6E Or TREE SHALL 6E PLANTED TREE WRAP SLIGHTLY A60VE ADJACENT 6RADE \ 9" MINIMUM PERTH SHREDDED \ PRUNE ROOT ENDS HARDWOOD 6ARK MULCH ONLY AS NECESSARY DIAMETER OF TREE PIT' TO eE -\ MINI OF MULCH TER I O TIMES THE DIAMETER OF MINIMI,M 9' DIMrETFR ROOT 5Y5T73— SLANT E5 a16 & R11EN SIDES Of TREE PIr I'll j _. \\ III j -II I III LI I „f 6ACKFILL EXI67M6 SOL W/ P COMPOST MIX 57EXI 5 IVIG LNDI TLR6ED WOODED WETLAND PLANTING SHRUB PLANTING DETAIL (FORESTED CREATION AREA ONLY) N.T.S. SHRUBS SHALL CONSIST OF THE FOLLOWING SPECIES SEE PLANS FOR AMOUNTS. 46 COMMON BUTTONBUSH (Cepho/anOws occidento//sJ 46 REDOSIER DOGWOOD (Comas stotoniferq) 46 SILKY DOGWOOD (Cornus omomumJ 46 AMERICAN ELDER (Sambucus canadensis] 46 COMMON NINEBARK (physocaro— 0,0u/ifol-S) 6UYIWI WIRE AND SELIARIWD NOTE' SHRLP, SHAH DIE p15 POT MINIMUM SIZE STAKES. SIN6LE WIRE WITHIN RU66ER HOSE, LOOPED L005ELY AROUND 15ASE OF 511RU6 STEMS , O.G. 5PA,,IN Cv (SEE FOR SPA( ING) 5" DEEP VERTICAL / SPADE Gtr FLEE A WET MESIC SEED MIX SHALL BE PLANTED AT A RATE OF 10-15LBS/ACRE PLS BETWEEN MARCH 31 AND JUNE 15 OR BETWEEN NOVEMBER 15 AND FEBRUARY 15 ON LIGHTLY TILLED SOIL. SHALL BE HALF SEDGES/RUSHES HALF FORBS BY WEIGHT. ROOr6ALL (CONTAINER GROWN) -- _ - 6ARE ROOF REMOVE ENTIRE CONTAINER - — _ 6EFCRE INSTALLATION IXISTIN6 I1ND15TURt5ED SU6GRADE r PLANrI HOLE SHALL PLAN INC HOLE SHALL $E NIG f1F 2X DIAMErER OF ROOr6ALL 1.5X DIAMETER OF ROOF 5Y57EM M AND 6' MINIM DEEPER AND 6 MINIMUM DEEPER LM TREE AND SHRUB PLANTING NOTES 1.) PLANT TREES AND SHRUBS IN SINUOUS (NOT STRAIGHT) ALTERNATING BETWEEN TREE THEN SHRUB. IN CREATION AREA, SPACING SHALL BE 16' ON CENTER (170 PLANTS PER ACRE). IN ENHANCEMENT AREA, SPACING SHALL BE 24' ON CENTER (75 TREES PER ACRE OF DISTURBED/OPEN AREA) 2.) MIX TREE AND SHRUB SPECIES IN A RANDOM ORDER. MOUNTAIN RECOMMENDED WET MEADOW SPECIES CIVIL ENGINEERS BROWN—EYEDNSUSAN FORBS: CUP PLANT The following forbs, or species with similar wetland indicator status, shall LAND PLANNERS RIDDELL'S GOLDENROD be included in the emergent wetland seed mix. BLUE VERVAIN CANADA ANEMONE (Anemone canadensis) LAND SURVEYORS IRONWEEVe NEW ENGLAND ASTER (Aster novae—angliae) GOLDENALEXANDER FLAT TOP ASTER (Aster umbellotus) LANDSCAPE ARCHITECTS NODDING ONION (Allium cernuum) ENVIRONMENTA; SPECIALISTS SEDGES AND RUSHES: The following Grasses, Sedges and Rush, or species with similar wetland FALSE ASTER (Boltonia asteroides) 1917 S. GILBERT ST. indicator status shall be included in the wet—mesic seed mix. RATTLESNAKE MASTER (Eryngium yuccifolium) IOWA CITY, IOWA 52240 BIG BLUESTEM (Andropogon geradii) JOE—PYE WEED (Eupatorium mcculatum) (319) 351-8282 VIRGINIA WILD RYE (Elymus virginicus) BONESET (Eupatorium perfoliatum) www.mmsconsultants.net FOX SEDGE (Carex vulpinoidea) SNEEZEWEED (Helenium outumnale) FRINGED SEDGE Carex crinita SAWTOOTH SUNFLOWER (Hellanthus grosseserratus) PRAIRIE CORDGRASS (Sporting pectinate) COW PARSNIP (Heracleum lanatum) FOWL MANNA GRASS (Glycerin striata) ROSE MALLOW (Hibiscus moscheutos) si !iillllli GREAT ST. JOHNS WART (Hypericum pyrimadatum) �1'iull(I'�llllllll'III�IIIIIiNfI�Illlf�llll�l�l1111111111111ihlllilllll,.e- 3" MINIMUM DEPTH BLUE FLAG IRIS (Iris versicolor) SHREDDED HARDWOOD 6ARK MLLGti GED MARSH BLAZINGSTAR (Liatris pycnostachya) GREAT BLUE LOBELIA (Lobelia siphilitica) ROOr6ALL (CONTAINER GROWN) -- _ - 6ARE ROOF REMOVE ENTIRE CONTAINER - — _ 6EFCRE INSTALLATION IXISTIN6 I1ND15TURt5ED SU6GRADE r PLANrI HOLE SHALL PLAN INC HOLE SHALL $E NIG f1F 2X DIAMErER OF ROOr6ALL 1.5X DIAMETER OF ROOF 5Y57EM M AND 6' MINIM DEEPER AND 6 MINIMUM DEEPER LM TREE AND SHRUB PLANTING NOTES 1.) PLANT TREES AND SHRUBS IN SINUOUS (NOT STRAIGHT) ALTERNATING BETWEEN TREE THEN SHRUB. IN CREATION AREA, SPACING SHALL BE 16' ON CENTER (170 PLANTS PER ACRE). IN ENHANCEMENT AREA, SPACING SHALL BE 24' ON CENTER (75 TREES PER ACRE OF DISTURBED/OPEN AREA) 2.) MIX TREE AND SHRUB SPECIES IN A RANDOM ORDER. MOUNTAIN CIVIL ENGINEERS BROWN—EYEDNSUSAN (Rdbecklat�oba>.) CUP PLANT (Solidam perfoliatum) LAND PLANNERS RIDDELL'S GOLDENROD (Solidogo riddellii) BLUE VERVAIN (Verbena hostata) LAND SURVEYORS IRONWEEVe GOLDENALEXANDER ( urernoala)ontea) LANDSCAPE ARCHITECTS ENVIRONMENTA; SPECIALISTS SEDGES AND RUSHES: The following Grasses, Sedges and Rush, or species with similar wetland 1917 S. GILBERT ST. indicator status shall be included in the wet—mesic seed mix. IOWA CITY, IOWA 52240 BIG BLUESTEM (Andropogon geradii) (319) 351-8282 VIRGINIA WILD RYE (Elymus virginicus) www.mmsconsultants.net FOX SEDGE (Carex vulpinoidea) FRINGED SEDGE Carex crinita PRAIRIE CORDGRASS (Sporting pectinate) FOWL MANNA GRASS (Glycerin striata) si !iillllli �1'iull(I'�llllllll'III�IIIIIiNfI�Illlf�llll�l�l1111111111111ihlllilllll,.e- 'v' \ -15LBS/ACRE PLS WOODED WETLAND PLANTING A WET MESIC SEED MIX SHALL BE PLANTED AT A RATE OF 10 WOODED WETLAND PLANTING BETWEEN MARCH 31 AND JUNE 15 OR BETWEEN NOVEMBER 15 AND FEBRUARY 15 TREE PLANTING` DETAIL ON LIGHTLY TILLED SOIL. SHALL BE HALF SEDGES/RUSHES HALF FORBS- BY II SHRUB PLANTING DETAIL WEIGHT. ; (FORESTED CREATION AND ENHANCEMENT AREAS) FORESTED CREATION AREA ONLY) N.T.S. , h'y' PLANTED TREES SHALL BE AT LEAST 3' IN HEIGHT WITH A MINIMUM 1/2" CALIPER. PLANT TREES AT RECOMMENDED WET MEADOW SPECIES _ '-- ` � ; C A t yy�I DENISTY LISTED IN NOTES. SHRUBS SHALL CONSIST OF THE FOLLOWING SPECIES iG' I`I �� U ��' N CREATION AREA TREE SPECIES ENHANCEMENT AREA SEE PLANS FOR AMOUNTS. FORBS: - I Z 46 RIVER BIRCH (Betula nigra) 49 Thfollowing orbs, or species with smile wetland indicator shoji - -- SHELLBARK HICKORY (Carya Iaciniosa) 50 beincluded in f the emergent wetland similar mix. la - status;. 50 46 COMMON BUTTONBUSH Cepho/anfhus occidenlo//sJ 46 SYCAMORE Quercus occidentalis 49 - ,(t 46 REDOSIER DOGWOOD Cornus sto%nife�a Y ( ) � ) CANADA ANEMONE (Anemone conodensis) r - - 46 SWAMP WHITE OAK (Quercus bicolor) 49 46 PIN OAK 46 SILKY DOGWOOD (Cornus amomum) NEW ENGLAND ASTER (Aster novae-angliae) , (Quercus plaustris) 49 46 AMERICAN ELDER (Sambucus canodensls) FLAT TOP ASTER Aster umbellatus) * NUMBER OF TREES PER AREA REQUIREMENT OF THE IOWA DNR 401 WATER QUALITY CERTIFICATION 46 COMMON NINEBARK (physocorpus opu/ifa/ius) NODDING ONION (Allium cernuum) FALSE ASTER (Boltonio asteroides) 638 36- A _I NOTE: SHRS SIPbPOT MINIMUM SIE RATTLESNAKE MASTER (Eryn ium yuccifolium ) &UYI6 WIRE ANINKJOE-PYE WEED (Eupatorium maculatum ) OTAK. E WIRE WITNM BONESET (Emm I' tum) ap. PRUNE PGKEN $RNGES RLOMRlOeELO�� SNEEZEWEED (Helenium auterna!e) PI ONLY AS NECESSARY - GALVANIZED 9 GAUGE GUYING WIRE LOOBY Al O BASE OF SAWTOOTH SUNFLOWER (Helionthus grosseserratus) COW PARSNIP (Heracleum lanatum) 6 STEEL "T" POST FOR ROSE MALLOW (Hibiscus moscheutos) STAKING. RAGED ON THE St" STEM5 OL. SPAGINO (SEE AN FOR 5PALING) GREAT ST. JOHNS WART (Hypericum pyrimodatum) 3"' MINIMUM DEPTIi UP STREAM SIDE OF TREE BLUE FLAG IRIS Iris versicolor) Sc f t i.. DRIVEN A MIN. 2 I/7 INTO SHREDDED HARDWOOD MARSH BLAZINGSTAR (Iris cnostach a %PROTECT EXISTING o 5" DEEP VERTICAL 15ARK MLLyt1 �D ( PY Y ) ��� TrE 6ROJ1`ID SPADE aT met GREAT BLUE LOBELIA (Lobelia siphilitico) M RA in r TREES WITHIN THIS 64 II Ip! 11,,!1 „ �: . _ ' IEEE 111, \- -- "AREA `- ... ., ,.. WOVEN NYLON TREE STRAP NASE OF TREE SYIALL 6E Pi.ANTED PER INTERNAL REVIEW PVA/LLS MOUNTAIN MINT P nonthemum S P ) BROWN -EYED SUSAN (R dbeckia triloba) CIVIL ENGINEERS SLI6tfF_Y APOVE APdAGENT GRADE. INC. 3 �, ;' f, I TREE WRAP Designed by Field Book No: CUP PLANT (Silphium perfoliatum) LAND PLANNERS Drawn by Scale: IIs - —I RIDDELCS GOLDENROD ) Sheet No: RLA PRUDE R007 ENDS SHR 3" MINIMUM DEP1T1 SfiREDDED ":- _- _ —' I = BLUE VERVAIN (Verbena hastata) Verbego ostat LAND SURVEYORS ,. HARDWOOD PARK IRONWEED Vern nia gigantea) p ORUN AS NECESSARY PIT TO M DI �� TEME AINER GROWN)_ DARE ROOT — — -- _ -- GOLDEN ALEXANDER (Zizia puree) T�1 � LANDSCAPE ARCHI1 EC 1 rJ rf1EDIAMETER OF RFIMOVE ENTIRE GGNFAINFJ2 — -- PEFORE INSTALLATION IXISTING UJDISTURPED M�NEMM 3 DAIR R ROOT SYSTEM - SLANT SIDES DE ENVIRONMENTAL SPECIALISTS & RAX�HEIJ SIDES GF TREE PIT RANTING SH16LL PE PLANTING HOLE SHALL PE SEDGES AND RUSHES: 2X DI OF ROOFPALL 15X DIAMETER Off ROOF SYSTEM The following Grasses, Sedges and Rush, or species with similar wetland 1917 S. GILBERT ST. -- AND MINI" DEEPER AND b" MINIMUM DEEPER indicator status, shall be included in the wet-mesic seed mix. IOWA CITY, IOWA 52240 FORESTED WETLAND i - = I` --' BIG BLUESTEM (Andropogon geradii) (319) 351-8282 . CREATION MITIGATION VIRGINIA WILD RYE (Elymus virginicus) www.mmsconsultants.net R A RES — — FOX SEDGE (C I 'd ) AEA — z.66 c EE AND SHi RUB PLANTING NOTES arex vu pnoi ea 'i. ao y FOLLOW CONSTRUCTION _ - PN.FILL EXKING SOIL W/ FRINGED SEDGE (Carex crinita ) NOTES, ! GGMPOST MIX 1.) PLANT TREES AND RUBS IN SINUOUS (NOT STRAIGHT) ALTERNATING BETWEEN TREE THEN SHRUB. IN CREATION PRAIRIE CORDGRASS (Spartina pectinate) EXISTING UJDISTUZPED AREA, SPACING SH BE 16' ON CENTER (170 PLANTS PER ACRE). IN ENHANCEMENT AREA, SPACING SHALL BE 24' ON FOWL MANNA GRASS (Glycerin striata) - - CENTER (75 TRE PER ACRE OF DISTURBED/OPEN AREA) 2.) MIX TREE D SHRUB SPECIES IN A RANDOM ORDER. Date Revision 09-11-12 PER INTERNAL REVIEW PVA/LLS 02/13/13 TREE CLEARING RESTRICTIONS PVA WETLAND MITIGATION PLAN WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA <y O N N MMS CONSULTANTS, INC. 3 Date. 01-07-11 M Designed by Field Book No: RIA 0 Drawn by Scale: IIs 1"=60' g Checked by: Sheet No: RLA ^ /'� Project No: IOWA CITY JlJj g 0339234 <y 6 TRAFFIC CONTROL PLAN #1 ACCESS TO LEVEE CONSTRUCTION SITE NOTES: 1.THE CONTRACTOR SHALL SCHEDULE WORK SUCH THAT TRAFFIC PLAN #1 AND #2 ARE NOT REQUIRED SIMULTANEOUSLY. TRAFFIC CONTROL PLAN #2 ACCESS TO WETLAND MITIGATION SITE CTION TRX- IC SHALL YIELD TO MAINLINE TRAFFIC, ANS AND BICYCLISTS. SIGNAGE IS BASED ON IDOT STANDARD ROAD PLAN TC -273. AN SIGNAGE IS BASED ON IDOT STANDARD ROAD PLAN TC -601. M M S CIVIL ENGINEERS LAND PLANNERS LAND SURVEYORS LANDSCAPE ARCHITECTS ENVIRONMENTAL SPECIALISTS 1917 S. GILBERT ST. IOWA CITY, IOWA 52240 (319)351-8282 www.mmsconsuItants.net Date Revision 09-11-12 PER INTERNAL REVIEW PVA/LLS TRAFFIC CONTROL PLAN WEST SIDE LEVEE CRANDIC RR TO McCOLLISTER BLVD PROJECT IOWA CITY JOHNSON COUNTY IOWA N O N N MMS CONSULTANTS, INC. Date. 01-07-11 a Designed by: Field Book No: RLA Drawn by Scale: IIs NTS Checked by Sheet No: RLA /'� w Project No:Jl 4 IOWA CITY 0339234