Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ROCKY SHORE STORMWATER PUMP STATION/2013
ROCKY SHORE STORMWATER PUMP STATION/2013 -a tKOCK( out1't/%or(iz-iI4e Q r CLA4 C-ihd 7� C{�. `lerK '4'o 044,+5 C.n 4 i erlzg,4 n 4,er' 14- r, a <<z s K L,-r4F "a GrJ-kg P Y 11 ce '1vr' 9r\ ^� T ISSa -TY Cc O azb-- 1 -- — 3- J _ JdI PWA a IV /a-35 Ct 0 rC r- 0. d -Q) i r.�c+ cu .c CAt C N �4.cs+ / -P by Anl w A -e (', of atid /�. R �re� _ prow;dam Q ; Cori 5 1 ert/i e 4r 1ZocILj Si,4r�_ 0. 6 1'1 O 0. ••2L vrecl-'. tq 44*- a - oJ-p�Qcw4-jpr,�C� 6dodday- -4o -A(a C11' e. -At, a � 0. drn -/u 44� �Urtft,4aty d S Sot n ar,d ba4oeeto C,4, oscL4 AR.e +b e - `n r; COn •C ocShr pcbQ.AE- l r` � P o -R�p stacAfoy-) ��rryq LAJG(---t-e- r - NJ 01- Alt-ftce O -r 7:tl AA In I -C IC ti aol 3 Prepared by: Ben Clark, Spec. Proj. Admin., 410 E. Washington St., Iowa City, IA 52240; (319) 356-5436 RESOLUTION NO. 11 - RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND H.R. GREEN TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE ROCKY SHORE LIFT STATION AND FLOOD GATES PROJECT. WHEREAS, the City of Iowa City desires to mitigate future flooding at the northwest corner of Rocky Shore Drive and Highway 6 intersection; and WHEREAS, a stormwater pump station will be improved to automatically pump stormwater, and floodgates will be installed for protection, when the Iowa River is high; and WHEREAS, the City desires the services of a consulting firm to prepare preliminary and final design for construction of the Rocky Shore Lift Station and Flood Gates Project; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with H.R. Green, to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with H.R. Green. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 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 25th day of January 20 11 ATTEST: �%( � . - J CITY CLERK P ng/res/rmkyshllftslalion-d sIgnagt.dm .;1 Resolution No. 11-31 Page 2 It was moved by Champion 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 wpdata/gImsary/resolutbn-ic.doc CONSULTANT AGREEMENT THIS AGREEMENT,.. made and entered into this 25th day of January , 2011, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and HR Green, of Cedar Rapids, hereinafter referred to as the Consultant. WHEREAS, Consultant will provide design and construction phase services for storm sewer improvements and a storm pump station at the Northwest corner of Rocky Shore Drive and Highway 6 intersection. The pump station will be permanent to automatically pump stormwater when the Iowa River is high. This project will also include flood gates adjacent to the CRANDIC railroad bridge. Work will include public meetings, plan development, design development, final design, technical specifications and drawings, bidding and construction phase services. WHEREAS, Consultant will develop a hydrologic and hydraulic analysis for the watershed for the purpose of sizing the pump station. WHEREAS, Consultant will coordinate with the other stakeholders including the Iowa Department of Natural Resources, US Army Corps of Engineers, City of Coralville, CRANDIC, Iowa Interstate Railroad, University Heights and the University of Iowa. The Consultant will present information about the project to the affected public and project stakeholders and affected landowners. WHEREAS, Consultant will design the Rocky Shore Stormwater Pump Station including station layout, screening, structural, mechanical and electrical components, and updated opinions of construction cost. WHEREAS, Consultant will design the flood gate or removable flood wall at the Rocky Shore Drive underpass of the CRANDIC railroad. The design criteria will be based on a protection level of the 2008 flood level plus one foot of freeboard for both the Rocky Shore Pump Station and the gate or removable wall. 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. SCOPE OF SERVICES The Consultant shall adhere and follow all the requirements set forth in the Community Development Block Grant (CDBG) guidelines, as outlines in Exhibit A, which are incorporated within. Consultant agrees to perform the following services for the,City, and to do so in a timely and satisfactory manner. BASIN ANALYSIS AND PRELIMINARY DESIGN SERVICES A. Preliminary and General Work- The. Consultant shall perform the following tasks and prepare and provide the following deliverables: 1. Project Kickoff. The Consultant will conduct a project initiation meeting to clarify and identify specific project elements and objectives and the City's -2 - requirements for the project, review the project staffing and organization, and develop detailed project schedule with critical dates, milestones, and deliverables. The Consultant will prepare and distribute meeting notes within one week of the meeting date. 2. Meeting with Utilities & Railroads. The Consultant will conduct a pre -design meeting with affected utilities and railroads. The Consultant will prepare and distribute meeting notes within one week of the meeting date. 3. Project Progress Meetings. The Consultant will conduct a monthly status review meeting with City to present a summary of the work completed on each task, estimated completion of tasks, discussion of project issues, and a summary of the work status compared to the project schedule and budget. The Consultant will prepare and distribute meeting notes within one week of the meeting date. 4. Project Management. The Consultant will provide on-going project management including budget and schedule management. 5. Site Survey. The Consultant will complete the following site surveys: a. Watershed Survey. The Consultant will develop a watershed delineation map with topographical contours for the hydraulic assessment using the City's aerial survey data. The Consultant will verify the accuracy and provide additional information necessary to complete the analysis. The Consultant will provide the necessary survey data for drainage structures located within the watershed, including, but not limited to: inlet and outlet flowline elevations; locations; types; and sizes. b. Design Survey. The Consultant will field survey the area within the anticipated construction limits and develop a site map with topographical contours, utilities and site features needed to complete the design. The consultant will contact Iowa One Call to obtain the utility locations. c. Boundary Survey. The Consultant will provide a boundary survey for the preparation of easement or acquisition plats necessary within the construction limits. 6. NEPA Compliance. Consultant will complete an Environmental Assessment (EA) according to HUD requirements outlined in the CDBG Management Guide. The EA will include: a. Coordination with the necessary federal, state, and local agencies such as U.S. Fish and Wildlife Service (FWS), U.S. Army Corps of Engineers (USAGE), U.S. Environmental Protection Agency (EPA), Iowa Department of Economic Development (IDED), Iowa Department of Natural Resources (DNR), and the State Historic Society of Iowa (SHPO) b. Conduct a windshield field studies for listed species habitat, contaminatedi hazardous waste sites. c. Conduct a Waters of the U.S. and wetland delineation study including the appropriate forms required by USACE. d. Sub -consultation (if needed) to a specialty firm to conduct an archeological study of the proposed project study area. e. Development of the EA document and supporting documentation. f. Coordination with IDED and provide information needed for Notice of Intent to Release Funds and receive a Finding of No Significant Impact (FONSI). -3- B. Hydrology and Hydraulics Analysis 1. Watershed Analysis. The Consultant will develop a watershed hydrology model using XPSWMM at storm sewer and open channel outlets. The Consultant will review a range of storm durations and frequencies to assess peak discharge and peak volume storm events. 2. Hydraulic Modeling. The Consultant will review the existing conveyance structures and crossings and incorporate into the XPSWMM model. The Consultant will route developed hydrographs to simulate flooding and review peak rates of discharge and alternative conveyance means to provide adequate discharge conveyance to downstream limits. 3. Pump Station Capacity Analysis. The initial basis of design will be a 100 -year storm flow by gravity to the river when the river is low and a 10 -year storm pumped when the river is above flood stage. The Consultant will identify the pump size and type to achieve this basis of design. The Consultant will analyze up to two alternatives of upstream storage and pumping capacity. Consultant will analyze the capacity of the existing effluent piping. Modifications to the existing outfall are not anticipated as part of this project and will require a change of scope if needed. C. Schematic Design Pump Station 1. Preliminary Cost Opinion. The Consultant will develop a preliminary opinion of probable construction cost for the new pump station complete with descriptio_ n of bid items, estimated quantities and unit prices reasonable for the scope, schedule, and anticipated job site conditions. 2. Building. The Consultant will design a building to house the motor control center and control system enclosures. The building will be approximately 10'x 16' and be air conditioned. The building will be prefabricated. The building will preferably be located above the flood protection elevation if possible, as the available footprint allows. The building may reside on top of the pump station i access allows, if not, the pump station will rest on a slab on grade. Standby Power. The Consultant will design a permanent diesel standby generator. The standby generator will have adequate capacity to operate the pumps at the Rocky Shore Pump Station in the event of a primary power outage. An automatic transfer switch will be included to switch between normal and standby power. The Consultant will recommend the number and type the storm water pumps. Each storm water pump will have a Variable Frequency Drive (VFD). 4. SCADA. The Consultant will design a remote monitoring capability for use by City operations staff to remotely monitor the pump station through use of a land line (fiber if existing or telephone). The City will provide a preprogrammed control enclosure with preprogrammed PLC and panel view interface for communication. 5. Water Level. The Consultant will design the pump station level measurement with primary use of a transducer and use of a float as a standby. M 6. Screening. The Consultant will design screening to protect the pumps from damage from debris. Manual screens are anticipated. However, mechanically cleaned screens will be provided as budget allows. 7. Pump Station Schematic Design Review. The Consultant will conduct a meeting to review the recommended pump station and improvements. The Consultant will submit three (3) copies of the schematic design documents to the City for review in advance of the review meeting. The Consultant will make necessary modifications to the Schematic Design. The Consultant will prepare and distribute meeting notes within one week of the meeting date. D. Flood gate or removable flood wall Flood gate or removable flood wall. The Consultant will develop plans and specifications for the flood gate or removable flood wall across Rocky Shore Drive. The consultant will coordinate existing underground utilities that will likely remain in place, such as gas, electric and sanitary sewer. The Consultant will provide design considerations for mitigating seepage under the proposed gate or wall. E. Geotechnical Investigation 1. Geotechnical Investigation. Terracon, the geotechnical subconsultant, will provide soil borings and provide the pump station foundation recommendations and gate or removable flood wall foundation recommendations including seepage considerations. Up to three borings are included as part of this project. F. Preparation of Easement Plats and Legal Descriptions Preparation of Easement Plats. It is assumed that not all of the project will be confined to work within existing utility easements and right-of-way. The Consultant will provide up to six easements if needed. The Consultant will prepare individual easement plats. The plats shall comply with the requirements of the Iowa Code. The Consultant will provide public record research, field search, and traversing computations for each easement. The Consultant will prepare legal descriptions and acquisition plans for right-of-ways, temporary easements, permanent easements and utility easements in accordance with local acquisition regulations. The City will acquire the easements. G. Public Involvement/information 1. The Consultant will present an overview of the project to the local stakeholders. The Consultant will prepare materials to present to the public including layouts, summary of improvements, schedule for improvements, summary of affected landowners, and preliminary construction costs. The Consultant will prepare and distribute meeting minutes. Up to two public meetings are included as part of this project. 2. The Consultant will respond to public comments and include meeting minutes, public comments, responses, and proof of publication of the public meeting in the EA.documentation. -5 - FINAL DESIGN AND BIDDING SERVICES A. Final Design The Consultant shall perform the following tasks and prepare and provide the following deliverables: Design Development. The purpose of this phase of design is to utilize the decisions that were made in the previous phase to further develop the project design. Equipment, major piping, process and the site plan are all finalized during this phase to allow final detailing in the next phase of design. Specific activities, and work products from this phase include but are not limited to the following: a. Civil/Process/Mechanical Design. 1) Layout subsurface drainage plan. 2) Prepare grading plans including flood gate or removable wall. 3) Prepare storm sewer or piping plan and profiles for drainage (intakes and discharge piping from the pump station. 4) Layout pump station, piping and valves. 5) Develop major sections showing pump station facilities. 6) Prepare plans of inlet structure and screening facilities. 7) Prepare piping plans and connection details. 8) Prepare draft specifications for major process equipment. b. Structural Design. 1) Confirm structure and building layouts developed in the previous phase with process, electrical and mechanical designers. Add dimensioning and detail. 2) Interpret geotechnical investigation results and provide structural design per recommendations. c. Electrical and Control System Design. 1) Verify electrical feed requirements, develop electrical feed switching arrangements. 2) Develop motor control center layouts and elevations. 3) Develop controls concepts and instrumentation requirements. 4) Prepare power and lighting design. 2. Design Development Review. The Consultant will conduct a meeting to review the recommended improvements. The Consultant will provide three (3) copies of the design documents to the City. The meeting will be scheduled at approximately sixty percent (60%) project completion. The Consultant will meet with the City after documents have been reviewed and resolve any questions. The Consultant will prepare and distribute meeting notes within one week of the meeting date. The Consultant will make necessary modifications to the plans and specifications. In addition, the Consultant will complete the following activities for discussion at the review meeting: a. Complete a constructability review to verify the proposed methods of construction and establish the durations needed for construction activities. b. Complete an internal QA/QC review of the design and make recommended changes as needed. The QA/QC review will include a review within each discipline as well as a review of the project across discipline lines. c. Update the preliminary opinion of probable construction cost for the work complete with description of bid items, estimated quantities and unit prices reasonable for the scope, schedule; and anticipated job site conditions. Identify and track significant cost changes as cost trends. 3. Construction Documents. This phase of final design consists of adding final details to the drawings and completing the specifications. Information developed in previous phases of final design is used to develop final contract documents in this phase. Specific Consultant activities and work products from this phase are described but not limited to the following: a. Civil/Process/Mechanical Design. 1) Prepare the remaining civil/process/mechanical specifications for the project. Prepare detailed drawings and special provisions and other documents for the proposed construction work and for the materials and equipment required. The documents shall be prepared for selection of private construction contractors on a competitive bid basis. 2) Complete civil/process/mechanical details and drawings for all areas. 3) Finalize sitework and piping for the pump station sites. b. Structural Design. 1) Complete structure and building construction documents. Develop final construction details. c. Electrical and Control System Design. 1) Prepare electrical site plans. 2) Prepare power distribution one -line diagrams for equipment. 3) Complete electrical power plans. 4) Prepare panel board schedules. 5) Prepare electrical and control system specifications. 6) Finalize P&IDs and an input/output signal list for all systems. 7) Prepare instrument details. 8) Provide standby power. 9) The Consultant will provide an arc flash analysis of the installation. 4. Construction Documents Review. The Consultant will conduct a meeting to review the pump station design and gate or removable floodwall improvements. The Consultant will provide three (3) copies of the design documents to the City. The meeting will be scheduled at approximately ninety percent (90%) project completion. The Consultant will meet with City after documents have been reviewed and resolve any questions. The Consultant will prepare and distribute meeting notes within one week of the meeting date. The Consultant will make necessary modifications to plans and specifications. In addition, the Consultant will complete the following activities for discussion at the review meeting: a. Complete an internal QA/QC review of the design and make recommended changes as needed. The QA/QC review will include a review within each discipline as well as a review of the project across discipline lines. b. Update the preliminary opinion of probable construction cost for the work. Identify and track significant cost changes as cost trends. Develop a summary of cost trends for the project through this point of project completion. 5. Design Completion. In this phase of the project, the construction documents are reviewed by the City and prepared for advertisement: The Consultant will provide the following as described below: a. Prepare detailed drawings and special provisions and other documents for the proposed construction work and for the materials and equipment required. The documents shall be prepared for selection of private construction contractors on a competitive bid basis. The SUDAS Standard Specifications for Public Improvements will be used. b. Submit 100 percent unapproved plans to City staff for final review. Meet with all parties after plans have been received to discuss and resolve questions. Make necessary modifications to plans and specifications. -7- c. Provide in the specifications a list of the permits which must be obtained by the Contractor. Provide information to the City to assist them in completing and submitting the construction permit and applicable schedules to the Iowa Department of Natural Resources. d. Collect review comments and incorporate them into final bid documents. Resolve any questions of City. Make necessary modifications to plans and specifications. e. Submit two sets each of final bid documents to the City. f. Submit three copies of final plans and specifications to City for advertisement and bid letting. Provide one set of reproducible originals for development of sets of construction documents. g. Finalize the opinion of probable construction cost based on final project quantities with description of bid items, estimated quantities and unit prices reasonable for the scope, schedule, and anticipated job site and conditions. Develop latest cost trends for the project. B. Bidding Assistance The Consultant will provide the following services during the bidding phase: 1. Develop the front end document requirements of the specifications of the contract documents . One bid package will be developed. 2. Print the required number of drawings, specifications, and contract documents for distribution to prospective bidders for the project, anticipated to be 30 sets of documents. 3. Advertise for bids for the construction of the project. 4. Furnish copies of drawings, specifications, and contract documents to prospective bidders and other interested parties. 5. Correspond with prospective bidders, suppliers, and other interested parties with questions and comments during the bid period. 6. Issue addenda as appropriate to interpret, clarify, or expand bidding documents. 7. Attend a pre-bid meeting with the City and prospective bidders, suppliers, and other interested parties. 8. Attend the bid opening. 9. Prepare bid tabulation sheets and distribute to the City and all plan holders. 10. Assist the City in evaluating bids and awarding construction contracts. CONSTRUCTION PHASE SERVICES Construction Administration The Consultant will provide the following services during the construction phase: 1. Provide construction phase administration during the duration of the improvements project including appropriate construction documentation such as shop drawing review, change order review, clarification requests, and preparation of record drawings, as detailed below. 2. Assisting the City with start-up of the new facilities, as detailed below. A. Preliminary and General Work 1. Project Management -Provide on-going project management for the duration of the construction phase of the project. Construction of this project is anticipated to take 8 months from award to final completion for the contractor. B. Construction Contract Administration M 1. Coordinate a preconstruction meeting after award of construction contract for the City, Contractor, subcontractors and utility companies. Consultant will prepare and distribute meeting minutes to all participants within one week of the meeting. 2. Respond to requests for clarification and review and recommend action on Contractor initiated claims. Prepare a summary of the contractor initiated claim to the City and prepare and provide an opinion of construction cost for the Contractor's change order and develop a recommendation for the City on how to proceed based on the Contractor pricing offered to the City. 3. Review Contractor's construction schedule and monthly updates for general compliance with the intent of the Contract Documents. Review will consist of verifying that the Contractor creates a schedule to complete the construction by the date noted in the Contract Documents and that the Contractor maintains the schedule to reflect actual progress and updated forecasts. 4. Review shop drawings, samples, and other data which the Contractor is required to submit, but only for conformance with design concept of the Project and conformance with the information given in the contract documents. Such review shall not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto. 5. Review Contractor submittals required by the contract documents, and make appropriate responses. Advise the City immediately if it is determined that any work requiring a Contractor submittal is commenced prior to review. All efforts involved in reviews of subsequent submittals beyond three (initial submittal and two revisions) will be recorded in anticipation of additional compensation from appropriate back charges to the Contractor as provided in the Contract Documents. 6. Participate in regular (monthly) progress meetings conducted by the Consultant and Contractor. 7. Consult with and advise the City and act as City's representative. All of City's instructions to the Contractor will be issued through the Consultant, who will have the authority to act on behalf of the City. The Consultant shall not act on the City's behalf without securing actual authority from the City's representative prior to taking such action. 8. During the period of construction, Consultant shall make periodic visits to the site at intervals appropriate to the various stages of construction as the Consultant deems appropriate. The Consultant may also provide or withhold from conducting a site visit at the City's request. Up to eight (8) site visits are anticipated and budgeted. The purpose of these visits shall be to observe the site and work, to familiarize the Consultant with the progress and quality of the work, and to determine for the City's benefit and protection if the work is proceeding in accordance with the intent of the contract documents and construction schedule. Consultant shall keep the City informed of the progress and quality of the work and shall use reasonable care to inform the City of defects and deficiencies in the Contractor's work and of the Contractor's failure to carry out the work in accordance with the intent of the construction documents and the construction schedule. Consultant shall not, during such visits, supervise, direct or have control over the Contractor's work, nor shall Consultant have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by the Contractor, for safety precautions and programs incident to the work, or for any failure of the Contractor to comply with laws, rules, regulations, ordinances or codes applicable to the Contractor furnishing and performing its work. Accordingly, Consultant can neither guarantee the performance of the construction contract by the Contractor nor assume responsibility for the Contractor's failure to furnish and perform its work in accordance with the contract documents. During such visits, the Consultant may disapprove of or reject the Contractor's work while it is in progress if Consultant believes that such work will not produce a completed Project that conforms generally to the contract documents or that it will prejudice the integrity of the design concept of the Project as reflected in the contract documents. Consultant will document Contractor deficiencies verbally and in writing to the Contractor and the City. 9. Consult with City regarding the status of the work and provide recommendations for partial payments due to the Contractor. Such recommendations of payment will constitute a representation to City, based on such observations and review, that the work has progressed to the point indicated, and that, to the best of Consultant's knowledge, information and belief, quality of such work is generally in accordance with the contract documents. In the case of unit price work, Consultant's recommendation of payment will include determinations of quantities and classifications of such work. Consultant's review of the Contractor's work for the purpose of recommending payments shall not impose on Consultant the responsibility to supervise, direct or control such work. It shall also not impose responsibility on Consultant to make any examination to ascertain how or for what purposes the Contractor has used the monies paid on account of the contract price. 10. Issue necessary interpretations and clarifications of the contract documents and, in connection therewith, prepare change orders as required. Evaluate and determine the acceptability of substitute materials and equipment proposed by the Contractor. Substitutions and change orders shall first be approved by the City in writing. 11. Conduct construction observation to determine if the work is substantially complete and a final observation with City staff to determine if the completed work is acceptable so that Consultant may recommend, in writing, final payment to the Contractor and may give written notice to City and the Contractor that the work is acceptable, but any such recommendation and notice will be subject to the limitations expressed in item 7, and the duties imposed under item 8. Consultant and City staff will provide a punch list for the Contractor. 12. Review and assemble the operating and maintenance information supplied by the manufacturers of the equipment into a Manufacturers Operations and Maintenance Manual. This task to include both hardcopy and electronic versions. 13. The Consultant will assist City in startup of the new facilities. The Consultant will provide up to 24 hours of employee time and three (3) trips to the site for startup assistance. 14. Prepare record drawings showing those changes made during construction, based on the marked-up drawings and other data furnished by the Contractor to Consultant and which Consultant considers significant. Provide the City with one paper copy (not Mylar) and an electronic copy in .pdf format of the record drawings. C. Construction Staking Consultant shall provide construction staking for the following: 1. Pump Station a. Structure corner stakes on one side b. Reference plan control points. 2. Gate or removable flood wall a. Centerline and Offsets -10- 3. Storm water piping a. Centerline and offsets 4. Easements 5. Site Grading The Construction Contractor will determine the layouttlocation of these items based on centerline and other staking described in tasks above. The above tasks consist of providing one-time construction staking to establish the line and grade of the proposed improvements. Staking work for pavement replacement, control, granular surfacing, silt fence, field fence, sign locations, pavement markings, and other miscellaneous items are not included. ADDITIONAL SERVICES The following services are not included in this Agreement: 1. Construction geotechnical services. 2. Material testing and certification services. 3. Design of replacement pump station effluent piping Should the City desire to retain the Consultant for performance of these services, the parties will enter into a separate agreement for such. II. TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. Please see attached project schedule. 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 -11 - 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. 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. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. 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. -12 - IV. COMPENSATION FOR SERVICES The engineering services described in this agreement will be provided on a time and materials basis per the current rate schedule with a not to exceed price of $680,400. The engineering services fee is itemized in the following way: hydrology and hydraulic analysis, permitting, surveying, archeological, geotechnical, environmental, public involvement and design as described above $548,400. Bidding $28,000. Construction Administration and staking 104,000. V. 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. FOR THE CITY By: /kIllo, Matthew J. Hayek Date: January 25, 2011 ATTEST: e City Clerk pwVc mMronsagmt.fmn FOR THE CONSULTANT By Title: Date: Date EXHIBIT A 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. 1261 et seq.), as amended. Contracts and subgrants of amounts in excess of $100,000 shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency (EPA). Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. 2) Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333) Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 3) Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients shall comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States".). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to HUD. 4) Davis -Bacon Act, as amended (40 U.S.C. 276a to 276a-5) When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2,000 shall include a provision for compliance with the Davis- Bacon Act (40 U.S.C. 276a to 276a-5) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a -rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to HUD. 5) Debarment and Suspension (E.O.s 12549 and 12689) No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension," as set forth at 24 CFR part 24. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 6) Drug -Free Workplace Requirements The Drug -Free Workplace Act of 1988 (42 U.S.C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug-free workplaces. Each potential recipient must certify that it will comply with drug-free workplace requirements in accordance with the Act and with HUD's rules at 24 CFR part 24, subpart F. 7) Equal Employment Opportunity Contractor shall comply with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." During the performance of the contract, the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the municipality setting forth the provisions of the non-discrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the property Owner, advising the labor union of workers' representative of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor.. (e) The Contractor will furnish all information and reports required by Executive Order 11246 amended as of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or the Secretary of Housing and Urban Development, pursuant thereto, and will permit access to his books, records, and accounts by the property owner, the City, the Secretary of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (f) In the event of the Contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or Federally funded constructed contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the property owner may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. In addition to the federal EEO requirements above, Contractor agrees that its employees and - agents shall not discriminate against any person in employment or public accommodation because of race, religion, color, creed, gender identity, sex, national origin, sexual orientation, mental or physical disability, marital status, or age. "Employment" shall include but not be limited to hiring, accepting, registering, classifying, promoting, or referring to employment. 'Public accommodation" shall include but not be limited to providing goods, services, facilities, privileges and advantages to the public. 8) Lobbying and Influencing Federal Employees (1) 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. (2) 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. 9) Nonsegregated Facilities The federally -assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas,_ timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally -assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. 10) Section 3 of the Housing and Urban Development Act of 1968 Contractor agrees to comply with Section 3 requirements, the regulations set forth in 24 CFR 135, and to include the following language in all subcontracts executed under this Agreement: A. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 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. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 11) Women and Minority Owned Business Enterprises Contractor shall use its best efforts to afford minority and women -owned business enterprises (at least fifty-one (51) percent owned and controlled by minority group members or women) the maximum practicable opportunity to participate in the performance of this Agreement. 12) Federal Labor Provisions Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 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 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 Number 12150140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(5)(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 rea- sonably 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. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 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 anticipated 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 provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the. apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the per- sons 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 re- bate, 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 Compli- ance" 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 under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship. program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees. to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. j 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. 6. 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. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part: 'Whoever, for the purpose of ... influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be dis- charged 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 La- bor 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 sub- contractors 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 at 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) Civil Rights Provisions As applicable, the Subcontractor agrees to comply with: 10 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 from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with CDBG funds. d. Americans with Disabilities Act of 1990 as amended The Americans with Disabilities Act of 1990, as amended, prohibits private employers, state and local governments, employment agencies and labor unions from discriminating against qualified individuals with disabilities in job- application procedures, hiring, firing, advancement, compensation, job training, and other terms, conditions, and privileges of employment. The ADA covers employers with 15 or more employees, including state and local governments. e. Section 504 of the 1973 Rehabilitation Act The Subcontractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794), which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program. The Contractor shall provide the Subcontractor with any guidelines necessary for compliance with that portion of the regulations in force during the term of this Agreement. f. Age Discrimination Act of 1975 This prohibits discrimination on the basis of age in programs or activities receiving Federal financial assistance. g. Executive Order 11063 This Executive Order signed by President Kennedy "prohibits discrimination in the sale, leasing, rental, or other disposition of properties and facilities owned or operated by the federal government or provided with federal funds. 11 HOWARD R. GREEN COMPANY Billing Rate Schedule Effective January 1, 2010 to January 1, 2012 Billing Professional Services Rate Range Principal $185 to $225 Senior Professional $135 to $185 Professional $110 to $160 Junior Professional $80 to $110 Senior Technician $75 to $100 Technician $50 to $80 Senior Field Personnel $100 to $150 Field Personnel $70 to $100 Junior Field Personnel $50 to $80 1 — Person w/GPS or Robotic Equipment $105 2— Person Creww/GPS or Robotic Equipment $155 Administrative $40 to $75 Reimbursable Expenses 1. All materials and supplies used in the performance of work on this project will be . billed at cost plus 10%. 2. Auto mileage will be reimbursed per the standard mileage reimbursement rate established by the Internal Revenue Service. Survey vehicle mileage will be reimbursed on the basis of $0.85 per mile. 3. Charges for sub -consultants will be billed at their invoice cost plus 15%. 4. A rate of $6.00 will be charged per HR Green labor hour for a technology and communication fee. 5. All other direct expenses will be invoiced at cost plus 10%. ' City of Iowa City - Rocky Share Pump Station & Flood Gates ID Task Name Duration Start Finish us Fainwary March A dl M June Jul Au us[ Se lember October November December !Janus Februa March Aril Ma June Jul Au ust M E B M E B M E B M E B M E B M E B M 1 E 1 B 1M E B M E B M E B M E B I M 1 E 1 B I M E B M E B M E B M E B M E B M E B 1 City of Iowa City -Rocky Shore Pump Station & 414 days Man 1124111 Thu 8123112 Flood Gates 2 _ Basin Analysis and Preliminary Design 261 days Mon 1124111 Man 1123112 Services L" ill 3 Communications —T.90 —days Mon1/24/11 Fd722/11 4 Project l9ck-off Meeting /day 1 day Mon2J14/11 Tue 2/15/11 Mon2/14/11 5Predeslgn Meeting WlProperty Owners Tue 2115/11 6 Topographic Survey 4Wks Man 2114/11 Fde/11/11REM 7 Geotechnical Investigation 3 Wks Mon 2/14/11 Fd 3/4111 e Watershedanalysis _ _- _ 2mons Man3/14111 Fd 5!6/11 9 Archeological& Environmental Study 3mons Mon5/9/11 Fd 7/29/11 Requirements of CDBG _ 1 day 24/1_ Mon 11 '• ' l - - 10 �i _ Existing Gate Valve Structure Analysis Mon 1/24/11 11 Pump Station Capacity Analysis 2 mons Fri 3/11/11 Thu 5/5111 12 Schematic Pump Staten Design 2 mons I'd 3/11/11 Thu 5/5/11 Coordina0on w/Adjacent Property Owners, Y .:-' - _ _- <._T�"- - 13 I 226 days Mon 3/14/11 Mon 1/23/12 Acqulsltion&Easement Plats i 14 Public lnvolvementlinformation 130 days Mon 1/24/11 Fri 7/22J11- 15 Coordination w/Clly of Coralviile Flood Control 256 days Mon 1/24/11 Mon 1116112 Projects 16 Coordination w/the University of Iowa 256 days Mon 1/24111 Mon 1/16/12 •: -: a - _ - .' - < ,. -c --:�'` ._ -. - .� _'"'='� _ i 17 Attend Puhlic Meetings 256 days Mon 124111 Man 1/16112 18 Preliminary Cost Estimate 1 day Mon 8/1/11 Mon 811/11 19 Final Design Services 185 days Mon 519111 Fri 1120112 20 Pre -Design Workshops &Technology 2 Wks Mon 5/9/11 Fd 520111 Selection i i 21 Provide Design Services 115 days Mon 5123111 Fri 10/28/11 22 Develop 50% Plans and Specs I 8 Wks Mon 5/24/11 Fd4/15/11 23 Owner Review& Comment followed by 2wks Mom7F18/11' Fd 7/29/11 Design Review Workshop i 24 Develop 90% Plans and Specs 6 Wks Mon 8/1/11 Fd 9/23/11 25 Owner Review & Comment followed by 2 Wks Man 926/11 Fd 1017/11 Design Review Workshop i 26 Develop and Submlt 100%Plans end 9 wks - - Mon 10/10/11 Fri 1028/11 Specs i - -27 IDNR and COE Coordination 126 days Fd 7/29/11 Fri 1/20112 28 Presentations to City staff 1 wk Mon 10/10!11 Fri 10/14/11 29 Final Cost Estimates i day Man 10/31/11 Mon 10/31/11 30 Bidding Services 31 days Tue 11/1111 Tue 12/13/11 31 I Final Drawings Provided 1 day Tue 11/1/11 Tue 1111/11 32 'Respondto Biddar-Questons - Review of Blds &Recommendation of Award2 4wks VJad11/;'/11 Tue 11/29/11 - - 33 wks Wed 11/30/11 Tue 12/13/11 34 Construction Phase Services 180 days Fri 12/16/11 Thu 8123/12 35 Review Contractor Submiflals 3 mons Frl 12/16/11 Thu 3/8/12 i 36 �j Attend Conelnlalian Progress Meetings 9 mons Fri 12/16/11 Thu 8/23112 37 _-�"=G - d 4s Provide Milestone Inspections a mons Fri 12/16/11 Thu B/23/12�°'"�- 38 Assist with CIarlBcations 9 mans Fri 12/16/11 Thu 8/23112 39 Provide O&M Manuals tmon OEM Wetl 7/25/12 Tue 0/21/72 40 �, Provide Record Drawings 1 mon Wetl 7/25/12 Tue 0/21/12 Task Progress ® Summary 7 EMernal Tasks t Deadline Project Project Schedule -D71011 Date: Mon 1/10/11 Split Milestone Project Summary '-^-` - External Milestone 0110100241/ProposaVProjecl Schedule -011011 Page 1 k ?`, '0�I Prepared by: Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240 319-356-5436 RESOLUTION NO. 12-226 RESOLUTION AUTHORIZING THE ACQUISITION OF PROPERTY INTERESTS NECESSARY FOR CONSTRUCTION OF THE ROCKY SHORE DRIVE PUMP STATION AND FLOODGATE PROJECT. WHEREAS, the City of Iowa City desires to construct the Rocky Shore Drive Pump Station and Floodgate Project ("Project') which includes the construction of a permanent and automatic storm water pumping station and floodgate structure; 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; and WHEREAS, funds for this project are available in the Rocky Shore Lift Station/Flood Gates Project account # 3964. 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 Rock Shore Drive Pump Station and Floodgate 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, quit -claim 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. Resolution No. 12-226 Page 2 Passed and approved this 1st day of It was moved by Champion and adopted, and upon roll call there were: AYES: NAYS: pweng\masters\acqui reprop. doc 20 19 6A -Q 1 n MAYOR Approved by 1. City Attorney's Office glvhz, seconded by Dobvns the Resolution be ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton Prepared by: Ben Clark, Special Projects Administrator, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5436 RESOLUTION NO. 12-351 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AMENDMENT #1 TO THE JANUARY 25, 2011 AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND H.R. GREEN TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE ROCKY SHORE LIFT STATION AND FLOOD GATE PROJECT. WHEREAS, the City of Iowa City entered into a contract on January 25, 2011 for consulting services with H.R. Green of Cedar Rapids, Iowa, to provide design services for the Rocky Shore Drive Pump Station and Floodgate Project; and WHEREAS, the City of Iowa City desires to revise the storm pump station location to be north of the CRANDIC right-of-way and northwest of Rocky Shore Drive; and WHEREAS, the revised location necessitates rework of the design and other services; and WHEREAS, the City of Iowa City has negotiated Amendment #1 to the January 25, 2011 Agreement for said consulting services with H.R. Green of Cedar Rapids, Iowa, to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with H.R. Green of Cedar Rapids, Iowa; and WHEREAS, funds for this project are available in the Rocky Shore Pump Station and Flood Gate account #3964. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Consultant's Agreement Amendment 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 Amendment in duplicate. Passed and approved this 31st day of July , 2012. eL�- MAYOR Approve ATTEST: CITY CLERK City Attorney's Office Resolution No. 12-351 Page 2 It was moved by Payne and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton HRGreen CONSULTANT AGREEMENT ROCKY SHORE STORMWATER PUMP STATION AND FLOOD GATE AMENDMENT NO. 1 THIS AMENDMENT No. 1 to the January 25, 2011 CONSULTANT AGREEMENT for the Rocky Shore Stormwater Pump Station and Flood Gate Project by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and HR Green, of Cedar Rapids, IA hereinafter referred to as the Consultant, is made and entered into this 31 sr day of J 2012. WHEREAS, the City desires to revise the storm pump station location to be north of the CRANDIC right- of-way and northwest of Rocky Shore Drive; and WHEREAS, the revised location necessitates rework of the design and other services; and WHEREAS, Consultant is willing to perform this additional work 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 January 25, 2011 Consultant Agreement: I. SCOPE OF SERVICES The following services from the original Consultant Agreement will be redone or continued over the extended schedule for completion due to the revised location of the pump station: PRELIMINARY DESIGN SERVICES A.2 Meeting with Utilities & Railroads A.3 Project Progress Meetings AA Project Management A.6 NEPA Compliance F. Preparation of Easement Plats and Legal Descriptions G. Public Involvement/Information FINAL DESIGN AND BIDDING SERVICES A.3 Construction Documents II. TIME OF COMPLETION The amended Scope of Services shall be completed according to the following schedule: 1. Notice to Proceed — NTP...........................................TBD by City 2. Submit 90% complete documents to City .......................... 10 Weeks after NTP 3. 90% complete review meeting...........................................12 Weeks after NTP 4. Submit final documents to City and permit agencies .........15 Weeks after NTP 5. Distribute bid documents...................................................16 Weeks after NTP 6. Bid opening, award contract..............................................22 Weeks after NTP 7. Construction completion....................................................58 Weeks after NTP Amendment No.1 to Consultant Agreement Rocky Shore Stormwater Pump Station and Flood Gate Page 2 of 2 111. COMPENSATION FOR SERVICES In consideration for the above-described change in the Scope of Services, the portion of the original Consultant's fee held in reserve for Discharge Pipe Design and Automatic Bar Screen Design alternatives will be applied to this new work. In addition, the Consultant's total time and materials basis fee is hereby increased by $13,700 to $694,100. IV. All other provisions of the January 25, 2011 Consultant Agreement not specifically amended herein shall remain in full force and effect. FOR THE CITY By: /1i Matthew J. Hayek Title: Mayor Date: k,4 .31, ao 13, ATTEST: Cit Clerk FOR THE CONSULTANT By: Titlp• V/0 Date: G,2ii z Approved by: City Attorney's Office Date Prepared by: Ban Clark, Special Projects Administrator, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5436 RESOLUTION NO. 12-500 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AMENDMENT #2 TO THE JANUARY 25, 2011 AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND H.R. GREEN TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE ROCKY SHORE LIFT STATION AND FLOOD GATE PROJECT. WHEREAS, the City of Iowa City entered into a contract on January 25, 2011 for consulting services with H.R. Green of Cedar Rapids, Iowa, to provide design services for the Rocky Shore Drive Pump Station and Floodgate Project; and WHEREAS, the City of Iowa City desires to revise the storm pump station location to be north of the CRANDIC right-of-way and northwest of Rocky Shore Drive; and WHEREAS, evaluation of the geotechnical conditions at the new site is necessary, and WHEREAS, Consultant is willing to perform this additional work for an increase in their fee and extension of the schedule for completion; and WHEREAS, funds for this project are available in the Rocky Shore Pump Station and Flood Gate account #3964. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Consultant's Agreement Amendment 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 Amendment. Passed and approved this 27th day of November , 2012. MAYORr 7 '/ / Approved by �/`/�� ATTEST: /�1� .J 7�C tom/ ! d(� 4k4i sr� CITY'MERK City Attorney's Office 1(/20//Z Resolution No. 12-500 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 HRGreen CONSULTANT AGREEMENT ROCKY SHORE STORMWATER PUMP STATION AND FLOOD GATE AMENDMENT NO. 2 THIS AMENDMENT No. 2 to the January 25, 2011 CONSULTANT AGREEMENT for the Rocky Shore Stormwater Pump Station and Flood Gate Project by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and HR Green, of Cedar Rapids, IA hereinafter referred to as the Consultant, is made and entered into this 27 ` - day of Wflvg mber, 2012. WHEREAS, the City desires to revise the storm pump station location to be north of the CRANDIC right- of-way and northwest of Rocky Shore Drive; and WHEREAS, evaluation of the geotechnical conditions at the new site is necessary; and WHEREAS, Consultant is willing to perform this additional work 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 January 25, 2011 Consultant Agreement: SCOPE OF SERVICES Geotechnical Investigation Terracon, the geotechnical subconsultant, will evaluate the pertinent geotechnical conditions at the site via field work and laboratory testing, and provide a report containing engineering analysis and recommendations for the design and construction of foundations and floor slabs, as well as site preparation and earthwork. Terracon will perform two (2) soil borings and five (5) auger probe borings. II. TIME OF COMPLETION The amended Geotechnical Investigation shall be completed within three (3) weeks of Notice to Proceed, if site and weather conditions permit. Final bid documents will be submitted to the City and permit agencies four (4) weeks after receipt of the Geotechnical Investigation Report. The remaining schedule is summarized below: 1. Notice to Proceed — NTP.....................................................TBD by City 2. Geotechnical Investigation — GI ................................................. 3 Weeks after NTP 3. Submit final documents to City and permit agencies .................... 4 Weeks after GI 4. Distribute bid documents.............................................................. 5 Weeks after GI III. COMPENSATION FOR SERVICES In consideration for the above-described change in the Scope of Services, the Consultant's total time and materials basis fee is hereby increased by $9,900 to $704,000. IV. All other provisions of the January 25, 2011 Consultant Agreement not specifically amended herein shall remain in full force and effect. FOR THE CITY By:'% Matthew J. Haye '' Date: ATTEST: ia'f�'rC City Clerk Amendment No.2 to Consultant Agreement Rocky Shore Stormwater Pump Station and Flood Gate Page 2 of 2 FOR THE CONSULTANT By:� Date: r /,I - Approved by: City Attorney's Office �1,7/v2- Date Specification No. PROJECT MANUAL FOR ROCKY SHORE STORMWATER PUMP STATION IOWA CITY, IOWA 2013 OWNERSHIP OF DOCUMENT This document, and the ideas and designs incorporated herein, as an instrument of professional service, is the property of HR Green, Inc. and is not to be used, in whole or in part, for any other project without the written authorization of HR Green, Inc. N O_ 0 w T C,)-< -KA Z r =fir M a rn gz ZK = m v cn OWNERSHIP OF DOCUMENT This document, and the ideas and designs incorporated herein, as an instrument of professional service, is the property of HR Green, Inc. and is not to be used, in whole or in part, for any other project without the written authorization of HR Green, Inc. HR Green, Inc. Project No. 10100241 CERTIFICATIONS Rocky Shore Stormwater Pump Station Iowa City, Iowa CERTIFICATIONS - 1 H I hereby certify that this engineering document was prepared by me or under my direct w 7 oFESSION personal supervision and that I am a duly licensed Professional Engineer under the laws 4R < of the Skate o a. Q F Date: t IS 13 C ANDREW E. C ANDREW E MARSH, P.E. 2 w MARSH Z License No. 16804 j16804 U m My renewal date is December 31, 2014 My renewal date is December 31, 2013 Pages or sheets covered by this seal: /Qyy A Bidding and Contract Requirements and Division 1 and t,�)i Vi Ston t Pages or sheets covered by this seal: CERTIFICATIONS - 1 H I hereby certify that this engineering document was prepared by me or under my direct w 7 SS10 personal supervision and that I am a duly licensed Professional Engineer under the laws the State Q�0ff Fc of ofI/q/w a. Date: /,I/8 /3 orrl 21. Y"' hO TERESA H. TERESA H. STADELMANN, P.E. Z STADELMANN Z License No. 17948 U 17948 m m My renewal date is December 31, 2013 Pages or sheets covered by this seal: /owP, See -l -tons OZbn�oa3-4bloaat�o ar,d 03300 CERTIFICATIONS - 1 H o yC7 w 7 orrl 21. v n � co tV CERTIFICATIONS - 1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa TABLE OF CONTENTS - 2 I hereby certify that this engineering document was prepared by me or under my direct I hereby certify that this engineering document was prepared by me or under my direct OFESS ION Q40 Nq: [j personal supervision and that I am a duly licensed Professional Engineer under the laws Q�OFESS10Nq! of the to of Iowa. tU0 U) PEDERSEN Fy //'t --- Date: I/18/13 0) DENNIS L. O DENNIS L. NEUMANN, P.E. Z NEUMANN z m License No. 18269 L) 18269 ly �j 13829 My renewal date is December 31, 2014 License No. 13829 �j Pages or sheets covered by this seal: am IOWA Divisions 3,4, 5, 7 and 8. D i u i lien 13. *Seei;dn Da`IS47 TABLE OF CONTENTS - 2 I hereby certify that this engineering document was prepared by me or under my direct I hereby certify that this engineering document was prepared by me or under my direct OFESS ION Q40 Nq: [j personal supervision and that I am a duJV licensed Professional Engineer underthelaws QQ� '4< of the owa. U) PEDERSEN m Fy lte. / Z STEVEN Pages or sheets covered by this seal: R. JUNOD . . rn �� Division 10 and Division 15 R. JUNOD z STEVEN n 13829 m License No. 13829 �j am My renewal date is December 31, 2014 �n IO Pages or sheets covered by this seal: W N Division 16 TABLE OF CONTENTS - 2 I hereby certify that this engineering document was prepared by me or under my direct $Slp personal supervision and that l am a duly licensed Professional Engineer under the Q40 Nq: [j laws of th State of Iowa. .e� / Date: toCHARLES f3 CHARLES A. PEDERSEN, P.E. U) PEDERSEN m 9205 3 My renewal date is December 31, 2014 Pages or sheets covered by this seal: A Division 10 and Division 15 TABLE OF CONTENTS - 2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa TABLE OF CONTENTS TITLE SHEET CERTIFICATIONS TABLE OF CONTENTS Paae Number 00105 ADVERTISEMENT FORBIDS ............................................................... 00105-1 to 00105-2 00106 NOTICE OF PUBLIC HEARING.............................................................................. 00106-1 00200 INSTRUCTIONS TO BIDDERS............................................................. 00200-1 to 00200-6 NOTE TO BIDDERS................................................................................................................. NB -1 00412 FORM OF PROPOSAL.......................................................................... 00412-1 to 00412-5 00430 BID BOND................................................................................................................2430-1 o` 4, 00490 NOTICE OF AWARD..................................................................................a_ni...W490 00500 FORM OF AGREEMENT....................................................................... 00ga@t1 6405017 n s M 00610 PERFORMANCE AND PAYMENT BOND ............................................. 01 to 061 00670 NOTICE TO PROCEED.................................................................................:......0670-1 CITY OF IOWA CITY GENERAL CONDITIONS............................................................... 26 Pages CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS ................................................... 6 Pages CONTRACT COMPLIANCE................................................................................................. 9 Pages RAILROAD COORDINATION REQUIREMENTS................................................................ 2 Pages CEDR RAPIDS AND IOWA CITY RAILWAY CO. SAFETY POLICY REGARDING CRANDIC PROPERTY ........................................ 2 Pages CDBG REQUIRED CONTRACT PROVISIONS.............................................................16 Pages TABLE OF CONTENTS - 1 HR Green, Inc. Project No. 10100241 TECHNICAL SECTIONS DIVISION 1 - GENERAL REQUIREMENTS Rocky Shore Stormwater Pump Station Iowa City, Iowa 01019 Contract Considerations................................................................ 01019-1 to 01019-2 01025 Measurement and Payment.......................................................... 01025-1 to 01025-3 01070 Abbreviations................................................................................. 01070-1 to 01070-3 01090 Reference Standards.................................................................... 01090-1 to 01090-2 01300 Administrative Requirements.................................................. 01300-1 to 01300-3 01381 Pre -Construction Audio -Video Recording ...................................... 01381-1 to 01381-2 01400 Quality Control ......................... .... ......................................... 01400-1 to 01400-2 01500 Construction Facilities and Temporary Controls .......................... 01500-1 to 01500-2 01600 Material and Equipment ... .............. ....................................... 01600-1 to 01600-2 01700 Contract Closeout ............................. .................................... 01700-1 to 01700-2 01732 Selective Demolition...................................................................... 01732-1 to 01732-3 01780 Closeout Submittals............................................................. 01780-1 to 01780-4 DIVISION 2 - SITE WORK 02003 Vibration Monitoring.............................................................. 02240 Dewatering........................................................................... 02260 Excavation Support and Protection ...................................... 02300 Earthwork............................................................................. 0245 Steel Sheet Piles.................................................................. DQ104 -CRETE c UJ- 3106-- Ci0ltyQrete Forms and Accessories ........................................ ---03202I'drete Reinforcement...................................................... L.p33 ;_fm_PIaceConcrete...................................................... 0332 rmreteCuring................................................................... 0345M Architectural Precast Concrete ............................................. DIVISION 4 – MASONRY 04810 Unit Masonry Assemblies....................................................... DIVISION 5 – METALS 05500 Metal Fabrications.................................................................. DIVISION 7 – THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers ............. TABLE OF CONTENTS - 2 ....... 02003-1 to 02003-4 ....... 02240-1 to 02240-3 ....... 02260-1 to 02260-3 ..... 02300-1 to 02300-12 ....... 02457-1 to 02457-5 ...... 03100-1 to 03100-5 ...... 03200-1 to 03200-5 .... 03300-1 to 03300-15 ...... 03390-1 to 03390-2 ...... 03450-1 to 03450-7 04810-1 to 04810-13 05500-1 to 05500-7 ........................ 07900-1 to 07900-2 HR Green, Inc. Project No. 10100241 DIVISION 8 — DOORS AND WINDOWS 08113 Hollow Metal Doors and Frames ....... 08301 Side Hinged Flood Door .................... 08315 Floor Hatches .................................... DIVISION 10—SPECIALITIES Rocky Shore Stormwater Pump Station Iowa City, Iowa ..................................... 08311-1 to 08311-3 ..................................... 08301-1 to 08301-4 ..................................... 08315-1 to 08315-2 10210 Wall Louvers..................................................................................10210-1 tpJ0210-2 DIVISION 11 — EQUIPMENT 11150 Submersible Propeller Pumps 11286 Slide Gates ............................ 11950 Equipment Installation............ DIVISION 13 — SPECIAL CONSTRUCTION 13120 Side Hinged Lip Seal Flood Gate..... DIVISION 15 —MECHANICAL O 0 1QD51 to, 11 ..................................... -1 to 112 6 .................................... .1� 11 x P� N cn ..................................... 13120-1 to 13120-5 15050 Basic Mechanical Requirements................................................... 15050-1 to 15050-6 15762 Terminal Heat Transfer Units ........................................................ 15762-1 to 15762-2 15820 Duct Accessories... ........................................................................ 15820-2 to 15820-2 15835 Power Ventilators.......................................................................... 15835-1 to 15835-2 DIVISION 16—ELECTRICAL 16050 Basic Electrical Materials and Methods ......................................... 16050-1 to 16050-7 16055 Overcurrent Protective Device Coordination ................................. 16055-1 to 16055-5 16060 Grounding and Bonding................................................................ 16060-1 to 16060-3 16070 Hangers and Supports.................................................................. 16070-1 to 16070-2 16123 Low -Voltage Electrical Power Conductors and Cables ................. 16123-1 to 16123-4 16131 Conduit.......................................................................................... 16131-1 to 16131-4 16138 Boxes............................................................................................. 16138-1 to 16138-4 16140 Wiring Devices.............................................................................. 16148-1 to 16140-4 16231 Packaged Engine Generators....................................................... 16231-1 to 16231-8 16411 Enclosed Circuit Breakers............................................................. 16411-1 to 16411-3 16412 Enclosed Switches........................................................................ 16412-1 to 16412-3 16413 Enclosed Transfer Switches.......................................................... 16413-1 to 16413-4 16423 Enclosed Motor Conrollers............................................................16423-1 to 16423-4 16424 Motor Control Centers...................................................................16424-1 to 16424-5 16500 Lighting..........................................................................................16500-1 to 16500-6 TABLE OF CONTENTS - 3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADVERTISEMENT FOR BIDS ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until TBD 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 TBD, or at a special meeting called for that purpose. The Project will involve the following: Flood protection measures along the Iowa River near Rocky Shore Drive, including construction of a stormwater pump station, flood walls, flood gate, embankment capping, storm sewers, water main, paving, and recreational trail. All work is to be done in strict compliance with �- the plans and specifications prepared by HR �+ Green, Inc., 8710 Earhart Lane S.W., Cedar Rapids, IA 52404, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. 6R +� Each proposal shall be completed on a form furnished by the City and must be accompanied in rw a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to ADVERTISEMENT FOR BIDS 00105-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADVERTISEMENT FOR BIDS 00105-2 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) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: TBD Liquidated Damages: $500 oer day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of HR Green, Inc., 8710 Earhart Lane S.W., Cedar Rapids, IA 52404, by bona fide bidders. A pre-bid conference will be held at TBD. Attendance at the pre-bid conference is encouraged but not required. Prospective bidders are advised that the City of LI) Iowa City desires to employ minority contractors subcontractors on City projects. A listing of 31and �' minority contractors can be obtained from theOU Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of O '�• Transportation Contracts Office at (515) 239- !!�� 1422. W ' Bidders shall list on the Form of Proposal the o names of persons, firms, companies or other NN 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 quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully 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 ADVERTISEMENT FOR BIDS 00105-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ROCKY SHORE STORMWATER PUMP STATION 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 Rocky Shore Stormwater Pump Station Project in said city at TD said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments conceming said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK w a= � a � d ro m NOTICE OF PUBLIC HEARING 00106-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa INSTRUCTIONS TO BIDDERS ARTICLE 1. DEFINED TERMS. Terms used in these Instructions to Bidders and the Advertisement for Bids which are defined in the General Conditions have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub -bidder, who submits a bid to a Bidder. ARTICLE 2. INTERPRETATIONS AND ADDENDA. All questions about the meaning or intent of the Contract Documents are to be directed to Engineer. Additions, deletions, or revisions to the Contract Documents considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer or Owner as having received the Contract Documents. Questions received less than ten (10) days prior to the date of Bids may not be answered. Only answers to such questions issued by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 2.1 Addenda may also be issued to make other additions, deletions, or revisions to the&ntract Documents. o :vn rii ARTICLE 3. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND 3.1 It is the responsibility of each Bidder before submitting a Bid: "-<rn a rn X- -1 M :_ A. To examine thoroughly the Contract Documents and other related dati-Ar� ad in Bidding Documents (including "technical" data referred to below); D PO M B. To visit the site to become familiar with local conditions that may affect cost, progress, or performance, of the Work; �> C. To consider federal, state, and local laws and regulations that may affe-cicost ptogres§ or performance of the Work; D. To study and carefully correlate the Bidder's observations with the Contract Documents; and E. To notify Engineer of all conflicts, errors, ambiguities, or discrepancies in or between the Contract Documents and such other related data. 3.2 Reference is made to the Supplementary Conditions for identification of: A. Those reports of explorations and tests of subsurface conditions at the site which have been utilized by Engineer in the preparation of the Contract Documents. The Bidder may rely upon the accuracy of the technical data contained in such reports. However, the interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. B. Those drawings of physical condition in or relating to existing surface and subsurface conditions (except Underground Utilities) which are at or contiguous to the site have been INSTRUCTIONS TO BIDDERS 00200-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa utilized by Engineer in the preparation of the Contract Documents. The Bidder may rely upon the accuracy of the technical data contained in such drawings, however, the interpretation of such technical data, including any interpolation or extrapolation thereof, togetherwith non technical data, interpretations, and opinions contained in such drawings or the completeness thereof is the responsibility of the Bidder. 3.3 Copies of reports and drawings referred to in the Supplementary Conditions will be made available by the Owner to any Bidder at cost of reproduction, if copies are desired. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which the Bidder is entitled to rely, as provided in the Supplementary Conditions, are incorporated herein by reference. 3.4 Information and data reflected in the Contract Documents with respect to Underground Utilities at or contiguous to the site is based upon information and data furnished to the Owner and the Engineer by the owners of such Underground Utilities or others, and neither the Owner nor the Engineer assume responsibility for the accuracy or completeness thereof. 3.5 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Utilities, and other physical conditions, and possible changes in the Contract Documents due to differing or unanticipated conditions appear in the General Conditions. 3.6 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any aoVonal examinations, investigations, explorations, tests, and studies and obtain any aq ionalormation and data which pertain to the physical conditions (surface, subsurface, a ariJr_ ound Utilities) at or contiguous to the site or otherwise which may affect cost, LJJ pregre of performance of the Work and which the Bidder deems necessary to determine J it§Zid Miaerforming the Work in accordance with the time, price, and other items and cmTditipaa of the Contract Documents. W �Q 3� t?n r st and a minimum of 2 days notice, the Ownerwill provide each Bidder access to tMsite tn-conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. Location of any excavation or boring shall be subject to prior approval of Owner and applicable agencies. Bidder shall fill all holes, restore all pavement to match existing structural section, and shall clean up and restore the site to its former condition upon completion of such explorations. 3.8 The lands upon which the Work is to be performed, rights-of-way, and easements for access thereto and other land designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the Owner unless otherwise provided in the Contract Documents. 3.9 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article and the following: A. That the Bid is premised upon performing and finishing the Work required by the Contract Documents without exception and applying such means, methods, INSTRUCTIONS TO BIDDERS 00200-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa techniques, sequences or procedures of construction (if any) as may be required by the Contract Documents; B. That Bidder has given the Engineer written notice of all conflicts, errors, ambiguities, and discrepancies in the Contract Documents and the written resolutions thereof by the Engineer is acceptable to the Bidder; and C. That the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performing and furnishing of the Work. ARTICLE 4. BID FORMS AND DELIVERY OF BID. Each prospective Bidder shall be furnished one copy of the Contract Documents and one separate unbound copy of the Form of Proposal and Bid Bond as stipulated in the Advertisement for Bids. The unbound copy of the Form of Proposal is to be completed in ink and submitted with the Bid Bond. All names must be printed below the signatures. I c w` Each Bid shall be submitted in a sealed envelope with "Bid Proposal" and the "C ':1 Rie printed on the front. The Bid Bond shall be submitted in a separate sealed enfl"e `�r�i h arl% BOND" clearly printed on the front. When sent by mail, the sealed Bid shall 9Wclnassedpas follows: o --'D 5, rn City of Iowa City, Iowa a cv Attn: City Clerk rn 410 East Washington Street Iowa City, Iowa 52240-1826 Bids shall be filed prior to the time and at the place specified by the Advertisement for Bids. Bid proposals received after the time for opening of bids will be returned to the bidder unopened. ARTICLE 5. DISQUALIFICATION OF BIDDERS. Bids will be considered non-responsive and shall be rejected for any of the following reasons: More than one Bid from an individual, firm, partnership, corporation or association under the same or different names will not be considered. If the Owner believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the Owner believes that collusion exists among the Bidders, all Bids will be rejected. A party who has quoted prices to a Bidder is not hereby disqualified from quoting prices to other Bidders, or from submitting a Bid directly for the Work. If there are unauthorized additions, conditional or alternate bids, or irregularities of any kind which may tend to make the proposal incomplete, indefinite or ambiguous as to its meaning, the Bid may be rejected. If the Bidder submits an obviously unbalanced bid, the Bid may be rejected. An unbalanced bid shall be defined as a bid containing lump sum or unit bid prices which do not reflect reasonable actual costs plus a reasonable proportionate share of the Bidder's anticipated profit, overhead costs and other indirect costs to complete that bid. QV Lu Ca 0 w INSTRUCTIONS TO BIDDERS 00200-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ARTICLE 6. QUANTITIES OF WORK. The quantities of work or material stated in additive items of the Bid are supplied only to give an indication of the general scope of the Work; the Owner does not expressly or by implication agree that the actual amount of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any item of the Work by an amount up to and including 25 percent of any Bid Item, without a change in the unit price, and shall include the right to delete any Bid Item in its entirety, or to add additional Bid Items up to and including an aggregate total amount not to exceed 25 percent of the Contract Price. ARTICLE 7 SUBSTITUTE OR "OR EQUAL" ITEMS. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a particular Supplier and the name is followed by the words "or equal", the procedure for the submittal of substitute or "Or equal" products is specified in Section 01600— Material and Equipment ARTICLE 8. COMPETENCY OF BIDDERS. In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the Work covered by the Bid. ARTICLE 9. SUBMISSION OF BIDS. The Bid shall be delivered by the time and to the place stipulated in the Advertisement for Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time and at the proper place. ARTICLE 10 BID SECURITY BONDS AND INSURANCE. Each Bid shall be accompanied by an approved Bid Bond in the amount stated in the Advertisement for Bids. Said bond shall bemade payable to the Owner, and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the Owner, and will furnish the necessary insurance certificates, and Performance and Payment Bond, each to be in the amount stated in the Supplementary Conditions. In case of refusal or failure to enter into said Agreement, the Bid Bond shall be forfeited to the Owner. The Bidder shall use a copy of the Bid Bond form of these documents, or one conforming substantially to it inform. Bonds shall be issued by a surety authorized to do business in the State of Iowa. ARTICLE 11. DISCREPANCIES IN BIDS. In the event there is more than one Bid Item in a Bid Schedule, the Bidder shall furnish a price for all Bid Items in the Schedule, and failure to do so will render the Bid non-responsive and may cause its rejection. In the event there are Unit Price Bid Items in a Bid Schedule and the amount indicated for a Unit Price Bid Item does not equal the product of the unit price and quantity, the unit price shall governand the amount will be corrected accordingly, and the Bidder shall be bound by said correction. In the event there is more than one Bid Item in a Bid Schedule and the total indicated for the Schedule does not agree with the sum of the prices Bid on the individual items, the prices Bid on the individual items shall govern and the total for the Schedule will be corrected accordingly, and the Bidder shall be bound by said correction. ARTICLE 12. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS. Unauthorized conditiorIN limitations, or provisos attached to the Bid shall render it informal and may cause its t2 rejections!.% non-responsive. The completed Bid forms shall be without interlineation, a9fttioni.orKtOues in the printed text. Alternative Bids will not be considered unless called for. Qr�l� teleyraphiOr telephonic Bids or modifications will not beconsidered. ••• car r v LL c "o 0 INSTRUC'FONS TO BIDDERS 00200-4 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ARTICLE 13. WITHDRAWAL OF BID. A Bidder may request, without prejudice, to withdraw its Bid after it has been submitted to the Owner, provided such request is made in writing to the Owner prior to the time set for receiving Bids. Modifications or corrections to Bids may be made on the withdrawn Bid provided such modifications or corrections are initiated by the Bidder and are received by the Owner prior to the time set for receiving Bids. Modifications or corrections to a Bid will not be accepted if the modifications or corrections render the bid security inadequate or if not accompanied by sufficient additional bid security. If a Bidder has requested in writing to withdraw its Bid, said Bidder may submit a different Bid and bid security any time prior to the time set for receiving proposals. c ARTICLE 14. AWARD OF CONTRACT. Award of the contract, if awarded, wCD mfqe to lowest responsive, responsible Bidder whose Bid complies with the requirementh ont Documents. Unless otherwise specified, any such award will be made within the led infhe Advertisement for Bids that the bids are to remain open. Unless otherwise indicate" sin le a� will be made for all the Bid Items in an individual Bid Schedule. The Owner re 4s I rigV t'td reject any or all bids, to waive any informality in a bid and to select alternate ae rWvmridedu&D Bid Items as desired by the Owner to determine the award of the Contract. n 1V rn ARTICLE 15. RETURN OF BID SECURITY. After the Bids are opened, verified, and duly considered, the bid security will be released pursuant to the provisions in Chapter 26 ofthe latest edition of the Iowa Code, including revisions. Should the successful Bidder fail to enter into contract, the Bid guaranty shall be forfeited to the Owner to compensate for administrative expenses of making a re -award or issuing a new request. ARTICLE 16. EXECUTION OF AGREEMENT. The Bidder to whom award is made shall execute a written Agreement with the Owner on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 10 days after receipt of the Notice of Award from the Owner. Failure or refusal to enter into contract as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and forfeiture of the Bid security. If the lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the Owner may award the Contract to the second lowest, responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the Owner may award the Contract to the third lowest, responsive, responsible Bidder. ARTICLE 17. ADDENDA. Each form of proposal shall include specific acknowledgment, in the space provided, of receipt of all addenda issued by the Owner during the bidding period. Failure to, so acknowledge may result in the bid being rejected as not responsive. W ARTICLE 18. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION. --'The Contractor shall comply with all state and federal laws and county and local ordinances and regulations which in any manner affect those engaged or employed in the Wok ARTICLE 19. PREBID CONFERENCE. A prebid conference may be held at a time and place to be scheduled prior to the bid. Representatives of the Owner and Engineer will be present. Meeting minutes and attendance list for the prebid conference will be made available to all those in attendance. The time and schedule of a prebid conference, if any, are set forth in the Advertisement INSTRUCTIONS TO BIDDERS 00200-5 HR Green, Inc. Project No. 10100241 for Bids. Rocky Shore Stormwater Pump Station Iowa City, Iowa ARTICLE 20. LIQUIDATED DAMAGES. Provisions for liquidated damages, if any, are set forth in the Supplementary Conditions. ARTICLE 21. FEDERAL TAX ID NUMBER. Each bidder shall state its Federal Tax Identification Number on the line provided on the bid form. The Owner is required to report to IRS on Form 1099 all payments involving labor or services provided by vendors, and lack of this number may delay contract payments until the number is provided. ARTICLE 22. LOCAL PREFERENCE. By virtue of statutory authority, preference will be given to materials, products, and supplies found or produced within the Stateof Iowa. Bidders resident in Iowa shall be allowed a preference over the bid of any bidder from any other state enforcing or having a, preference for resident bidders, equal to such preference. ARTICLE 23. BIDDER'S CERTIFICATION. Bidder shall certify that he or she is, at the time of bidding, afid shall be, throughout the period of the contract, licensed in the State of Iowa to do the type of work contemplated in the Contract Documents. Bidder shall further certify that he or she is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. ARTICLE 24. TAXES. Construction items and materials included in the Project are exempt from State of Iowa and Local Option Sales and Use taxes. Contractor is responsible for obtaining the exemption on items included, as provided by law or for applying for reimbursement for such taxes paid. Contractor shall pay all other taxes required to be paid by Contractor in accordance with the laws and regulations of the place of the Project that are applicable during the performance of the Work. Contractor shall NOT include Sales and Use Tax in Contractor's bid. For more information on this exemption, please check the State of Iowa's website: www.state.ia.us/tax/business/Contr- ExEnt-Index.html. Bidder also certifies that he or she is knowledgeable of the unusual and peculiar hazards associated with the general class and type of work required to construct the specified project within the terms given in the Contract Documents. Bidder shall be competent and skilled in the protective measures necessary for the safe performance of the construction work with respect to such unusual and peculiar hazards. INSTRUCTIONS TO BIDDERS 00200-6 N C3 Q' Q END OF INSTRUCTIONS TO BIDDERS Wo W UJ r U. W c rQ �o e N INSTRUCTIONS TO BIDDERS 00200-6 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 101000241 Iowa City, Iowa 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: Envelope 2: Bid Bond Form of Proposal NOTE TO BIDDERS NB - 1 ti c M. � 4Cl) V ozo 'bo m H rn NOTE TO BIDDERS NB - 1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa FORM OF PROPOSAL ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF VOLUME OF THE PROJECT MANUAL. PROVIDED. Name of Bidder Address of Bidder PROPOSAL INCLUDED IN THE BOUND A SEPARATE UNBOUND COPY IS TO: City of Iowa City, Iowa =?-< Attn: City Clerk ern- r 410 East Washington Street Iowa City, IA 52240-1826 a w The undersigned bidder submits herewith bid security in the amount of $ in accordance with the terms set forth in the Project Manual. 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. Bidder will complete the Work in accordance with the Contract Documents for the following prices: ITEM ITEM I UNIT NO. DESCRIPTION UNIT I QUANTITY PRICE TOTAL GENERAL 1 TRAFFIC CONTROL LS 1 2 GENERAL CONDITIONS LS 1 EARTHWORK 3 CLEARING AND GRUBBING BY AREA AC 0.82 4 TOPSOIL, ON-SITE CY 520 512PSOIL, OFF-SITE CY 346 6 SUBGRADE PREPARATION SY 927 7 SUBGRADETREATMENT —Sy 444 , 8 SUBBASE, MODIFIED, 6 I SY 1371 9 REMOVAL OF STRUCTURE, HEADWALL EA 1 10 REMOVAL OF STRUCTURE, PIPE APRON I EA 1 4 FORM OF PROPOSAL 00412-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 11 REMOVAL OF KNOWN PIPE CULVERT, RCP, 60 INCH LF 55 12 REMOVAL OF KNOWN PIPES AND CONDUITS, ABANDONED WATER MAIN 6 INCH LF 40 13 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN 12 INCH LF 50 14 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN 16 INCH LF 75 15 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN 24 INCH LF 85 16 COMPACTION TESTING LS 1 17 EXCAVATION AND DISPOSAL OF EXISTING FILL - CLASS 13 CY 4791 18 CASS A CRUSHED STONE IN PLACE r CY 1456 19 ROCK EXCAVATION CY 100 20 EMBANKMENT SOILS IN PLACE CY 1304 FRENCH,AND `FRENCHLESS CONSTRUCTION 21, ^P 1 SEWER PIPE SUPPORT OVER EXISTING UTILITY EA 1 ERS! -AND DRAINS STORM SEWER, TRENCHED, CLASS III RCP, 15 INGH GASKETED LF 8 23 STORM SEWER, TRENCHED, CLASS 111 RCP, 18 INCH, GASKETED LF 196 24 STORM SEWER, TRENCHED, CLASS III RCP, 24 INCH GASKETED LF 214 25 STORM SEWER, TRENCHED, CLASS III RCP, 36 INCH GASKETED LF 40 26 STORM SEWER, TRENCHED, CLASS III RCP, 84 INCH GASKETED LF 20 27 REMOVAL OF STORM SEWER, VARIOUS, 36 INCH DIA. AND SMALLER LF 48 28 BOX CULVERT, TRENCHED, SINGLE CELL 12 FT X 5 FT PRECAST LF 29 29 PRECAST SLOPED END SECTION FOR 12 FT X 5 FT BOX CULVERT EA 1 30 SAFETY GRATE FOR BOX CULVERT, RF -29 TYPE 3 MODIFIED LS 1 31 GENERATOR ENCLOSURE FLOOR DRAIN AND STORM CONNECTION LS 1 32 SDRAIN, TYPE 2,6 INCH LF 174 33 S DRAI LEANOUT TYPE A-1 EA 2 34 SVADP&WOUTLET61NCH EA 1 R N APPURTENANCES WATE TRENCHED DIP, 12 INCH LF 52 Wf4E TRENCHED DIP 16 INCH LF 71 WATE TRENCHED, DIP 24 INCH LF 139 �$ a� FI N ATER MAIN, MJ X MJ, DUCTILE LB IR O 4235 39 BUffERFLY VALVE 121N. MJ DUCTILE IRON EA 2 40 VA E BOX EXTENSION EA 2 FORM OF PROPOSAL 00412-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa STRUCTURES FOR SANITARY AND STORM SEWERS 41 MANHOLE, TYPE SW -401 48 INCH DIAMETER EA 1 42 INTAKE TYPE SW -502 EA 2 43 INTAKE TYPE SW -505 EA 2 44 INTAKE TYPE SW -512,24 INCH DIAMETER EA 1 45 INTAKE, TYPE SW -513,3.5 FTX 3.5 FT EA 1 46 REMOVE INTAKE EA 2 STREETS AND RELATED WORK 47 PAVEMENT, PCC, 8 INCH SY 852 48 REMOVAL OF SIDEWALK SY 112 49 REMOVAL OF SHARED USE PATH SY 297 50REMOVAL OF DRIVEWAY SY 626 51 SHARED USE PATH PCC 6 INCH SY 332 52 53 54 SPECIAL SUBGRADE TREATMENT FOR SHARED USE PATHS SIDEWALK PCC 5INCH DETECTABLE WARNING SY SY SF 444 83 40 0 c -i n 55 DRIVEWAY, PAVED PCC TYPE A 7 INCH SY 33 56 DRIVEWAY PAVED PCC, TYPE A 8 INCH SY 47 rn a 57 DRIVEWAY, GRANULAR SY 410 58 PAVEMENT REMOVAL PCC SY 304 SITE WORK AND LANDSCAPING 59 1 HYDRAULIC SEEDING, FERTILIZING AND MULCHING, SUDAS TYPE 1 AC 1 60 SWPPP PREPARATION LS 1 61 SWPPP MANAGEMENT LS 1 62 SWPPP QUALIFYING RAINFALL EVENT INSPECTION EA 10 63 TEMPORARY RECP TYPE 2.13 SY 990 64 RIP RAP CLASS E REVETMENT TON 84 65 SILT FENCE LF 750 66 SILT FENCE, REMOVAL OF SEDIMENT LF 750 67 SILT FENCE, REMOVAL OF DEVICE LF 750 68 STABILIZED CONSTRUCTION ENTRANCE SY 167 69 INLET PROTECTION DEVICE, SURFACE- APPLIED EA 6 70 INLET PROTECTION DEVICE MAINTENANCE EA 6 71 CHAIN LINK FENCE, 8 FT LF 135 72 GATE CHAIN LINK 8 FT HEIGHT 24 FT WIDTH EA 1 73 1 BOLLARD EA 11 PROCESS 74 SWING FLOOD GATE LS 1 75 76 LOCKOUT EQUIPMENT FOR RILEY BOX SLIDE GATES SUBMERSIBLE STORMWATER PUMPS (2 TOTAL LS LS 1 1 zz u, a: 77 MANUALSCREEN EA 1 > 78 SLIDE GATE 12X6' 2 TOTAL EA 2 = U o 79 PUMP STATION HATCHES AND VENTS LS STRUCTURAL 80 TFLOOD WALL H -PILES LF 306 FORM OF PROPOSAL 00412-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 81 FLOOD WALL SHEET PILE SF 4769 UNIT PRICE TOTAL 82 FLOOD DOOR EA 2 98 COGENERATOR ENCLOSURE ARCHITECTURAL NCRETE ENHANCEMENTS 83 FLOOD WALL CONCRETE CY 241 BID ALTERNATE 1 TOTAL 0 84 PRECAST ARCHITECTURAL CONCRETE LS 1 85 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE SLAB ON GRADE CY 510 86 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE WALLS CY 684 87 PUMP STATION CONCRETE ELEVATED SLABS CY 198 88 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE FILL CY 20 89 FLOOD GATE CONCRETE DRILLED PIERS CY 143 90 PUMP STATION TRANSFORMER PAD CY 7 91 PUMP STATION BRICK LS 1 92 PUMP STATION GRATING, STAIRS, RAILS, OTHER MISC METALS LS 1 ELEC RIIrAL 93 EMERGENCY STANDBY GENERATOR SYSTEM LS 1 94 EL6CTRICAL DISTRIBUTION EQUIPMENT LS 1 95 REDUCED VOLTAGE SOLID STATE SOFT- START MOTOR CONTROLLERS LS 1 96 ELECTRICAL CONSTRUCTION LS 1 HVAC CA 97 1 ELECTRICAL ROOM HEATING AND VENTILATION LS 1 BASE BID PRICE (SUMMATION OF BID ITEMS 1-97) BID ALTERNATE 1 ITEM NO. I DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL STRUCTURAL .¢ wr 98 COGENERATOR ENCLOSURE ARCHITECTURAL NCRETE ENHANCEMENTS LS 1 c�3 BID ALTERNATE 1 TOTAL 0 The basis of contract award, if awarded, will be the lowest responsive, responsible bidder of the base bid plus any or all add alternates that are determined to be in the best interest of the Owner. The Owner reserves the right to reject any and all bids. FORM OF PROPOSAL 00412-4 N O Q v� = x' ao .¢ wr r- }U 0LL' c�3 0 0 N FORM OF PROPOSAL 00412-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 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 FORM OF PROPOSAL 00412-5 Federal Tax I.D. No.: a� --- Cl) -c --iA V r rn or7l n� x m v N FORM OF PROPOSAL 00412-5 HR Green, Inc. Project No. 10100241 1-11H.101k,I�] Rocky Shore Stormwater Pump Station Iowa City, Iowa , 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 Rocky Shore Stormwater Pump Station Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ (Seal) Witness Principal By (Title) CJ C w Surety cy� By Witness o�ney-inact) Attach Power-of-Attorneyo�p 3 n N o, BID BOND 00430-1 HR Green, Inc. Project No. 10100241 NOTICE OF AWARD TO: Rocky Shore Stormwater Pump Station Iowa City, Iowa PROJECT DESCRIPTION: ROCKY SHORE STORMWATER PUMP STATION The City has considered the Bid submitted by you for the above-described Work. You are hereby notified that your Bid has been accepted for items in the amount of You are required by the Instructions to Bidders to execute the Form of Agreement and furnish the required Contractor's Performance and Payment Bond and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within the (10) days from the date of this Notice, said City will be entitled to consider all your rights arising out of the City's acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond. The City will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the City. Dated this day of , 20_ CITY OF IOWA CITY, IOWA ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged this the _ day of NOTICE OF AWARD 20_ � O -y c.s n o� =m n� m v N O, 00490-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 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 20_, for Rocky Shore Stormwater Pump Station ('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: 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. Addenda Numbers b. Plans; C. Specifications; d. Advertisement for Bids; e. Instructions to Bidders; f. Note to Bidders; g. Form of Proposal and Bid Documents; h. Performance and Payment Bond; i. General Conditions; j. Supplementary Conditions; k. Contract Compliance Program (Anti -Discrimination Requirements); and I. This Instrument (Form of Agreement). 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. FORM OF AGREEMENT v -� o O w A� � n v orr) � m m � v N 00500-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 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): E DATED this CITY ATTEST: Payments are to be made to the Contractor in accordance with the Supplementary Conditions. day of Mayor City Clerk 20_ CONTRACTOR (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office FORM OF AGREEMENT 00500-2 U_ � O -� ) Ott CA ro day of Mayor City Clerk 20_ CONTRACTOR (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office FORM OF AGREEMENT 00500-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as Surety, hereinafter (insert the legal title of the Surety) 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 N Dollars ($ ) for payfi%nt for which Contractor and Surety hereby bind themselves, their heirs, executorsy�inKratorq —t c� successors and assigns, jointly and severally. r M WHEREAS, Contractor has, as of entered int�ritteii 0 (date) D co Agreement with Owner for the Rocky Shore Stormwater Pump Station Project; and ro WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by HR Green, 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 cWpletion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by thpJ Owner. - I —1 L B. Whenever Contractor shall be, and is declared by Owner to be, in ft under the' i 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 PERFORMANCE & PAYMENT BOND 00610-1 HR Green, Inc. Rocky Shore Stonnwater Pump Station Project No. 10100241 Iowa City, Iowa 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 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 IN THE PRESENCE OF: Witness DAY OF 20_ (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PERFORMANCE & PAYMENT BOND 00610-2 N O Q Q ao W-. J r ness i -U O CJO e N DAY OF 20_ (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PERFORMANCE & PAYMENT BOND 00610-2 HR Green, Inc. Project No. 10100241 TO: DATE: Rocky Shore Stormwater Pump Station Iowa City, Iowa NOTICE TO PROCEED Rocky Shore Stormwater Pump Station Iowa City, Iowa City of Iowa City 410 East Washington Street Iowa City, Iowa 52240.1826 You are hereby notified to commence WORK in accordance with the Agreement dated , 20_, on or after The date of completion of all WORK is 120. ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: , this the day of 20_ NOTICE TO PROCEED 00670-1 N O_ D� rn t� err*► a m �x a, D N J You are hereby notified to commence WORK in accordance with the Agreement dated , 20_, on or after The date of completion of all WORK is 120. ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: , this the day of 20_ NOTICE TO PROCEED 00670-1 CITY OF IOWA CITY GENERAL CONDITIM ARTICLE 1- DEFINITIONS AND TERMINOLOGY negotiations, representations, or agreements, whether written or oral. 1.01 Defined Terms A. Wberever used in the Contract Documents the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda -Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement -The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment -The form acceptable to OWNER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos -Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid -The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents -The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements -The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds -Performance and payment bonds and other instruments of security. 9. Change Order -A document required by OWNER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim -A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other reliefwith 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 12. Contract Documents -The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and OWNER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price -The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Pheb Work). 'S 14. Contract Times -The number of days or the dates stated in the Agreement to: (i) achieve milestones; (ii) achieve Substantial Completion; Vdd (iii) complete the Work so that it is ready for GnAI payment as evidenced by OWNER's writtc4 apgroval -6T- payment. �u t i co 15. CONTRACTOR -The mdividtUor entity with whom OWNER has entered into the A6tement. 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 ofthe Contract Documents approved by OWNER which graphically shows the scope, extent, and character ofthe Work to be performed by CONTRACTOR Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. c O � 18. Effective Date of tee t-- a date indicated m the Agreement oa-nvhit be es effective, but if no such date 49 6icated, it mer* the date on which the Agreement t%edadd degMVW by the last of the two parties to si d rkiver. #... 19. Extra Work— WqWTN ptaided the Contract as awarded or eemed,:gssentiYfo the satisfactory completion of the Con and authorized 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.OWNER 21. Final Payment—Payment made to CONTRACTOR after all work is satisfactorily completed. Final payment does not include retainage. 22. General Requirements --Sections of Division 1 of the Specifications. 23. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste --The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903), as amended from time to time. 25. Laws and Regulations, Laws or Regulations -- Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 26.i ns—Charges, security interests, or imbra as upon Project funds, real property, or �7. Asto principal event specified in the ct Docunre Welating to an intermediate comple- tiQntiate OrtimE}ft to Substantial Completion of all ork.- ttC� '' Q '-28. j9ic Award--Tbe written notice by OWNERM the a ent successful bidder stating that upon tim* 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 CONT$ACTOR,has entered into the Agreement and for whom 9* Worlds to be performed, including its employtanga professional consultants under contract dmf' rv�y vi ' ase :tor the Work. `> r31.ff'fJE - Professional Consultant—An indiViduai or enlfty having a contract with OWNER to Chse�fces as OWNER's independent professional anYwith respect to the Project and who is ed �s%uch in the Supplementary Conditions. C/t 32. PdrBal Utilization—Use by OWNER of a substantially completed part of the Work for the purpose `A for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 33. PCBs—Polychlorinated biphenyls. 34. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 12.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil 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 the Work will be judged. 40. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to OWNER to illustrate some portion of the Work. 41. Site—Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR- 42. ONTRACTOR 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 terns "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 46. Supplier—A manufacturer, fabricator, supplier, distributor, materiahnan, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 47. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 48. Unit Price Work --Work to be paid for on the basis of unit prices. 49. Work—The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 50. Work Change Directive—A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and CONTRACTOR ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 51. Written Amendment --A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date ofthe Agreement and normally dealing with the non - engineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed;" "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable, "proper, " "satisfactory, " or adjectives of like effect or import are used to describe an action or determination of OWNER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such 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. VA 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to OWNER's final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 12.04 or 12.05). D. Furnish, Install, Perform, Provide 1. The word "furnish," when used in connection with services, materials, or equipment; shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable.or operable condition. 2. The word "install," when used in Connection with services, materials, or equipmat; shall Ran to put into use or place in final position s000 servicetq mater or equipment complete and ready -for intended use :<' W 3. The words "perform" or" provide,",whenused in connection with services, matetials-,or o"ipment, shall mean to furnish and install satd•sgevices, materials, or equipment complete and ready forittended use. 4. When "furnish," "install ' 'per€orra," or "pro- vide" is not used in connection;;Rh serymaterials, or equipment in a context clear niqgn obligation of CONTRACTOR, "provide"�1S pli < E. Unless stated otherwisein on4t Do nts, words or phrases which have n known tec 'cal or construction industry or trade a6imgte use Contract Documents in accorcdf�eAvit�such d meaning. N ARTICLE 2 - PRELIMINARY MATERS 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 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 OV=R for failure to report any conflict, error, ambiguity, orTiscrepgLly in the Contract Documents unless CQ%M'VACIOR RiCer reasonably should have known ttret a 1 +=C !r l its ten days after the Effective Date of herwise specified in the General CTOR shall submit to OWNER for 1.afwgress schedule indicating the times (numbers of day datesor starting and completing the various o stages e W ork,dricluding any Milestones specified in t Vit Con"' t Doi eriTteots; Y C -J 2. mach of Shop Drawing and Sample sub�rittals wj icc , _list each required submittal and the for 1 bmittitig,. reviewing, and processing such g 1' 3. a sc*ve 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 rd the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 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 2.05.11, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Docu- ments, at least ten days before submission of the first Application for Payment a conference attended by CON- TRACTOR, OWNER, and others as appropriate will be held to review for acceptability to OWNER as provided below the schedules submitted in accordance with paragraph 2.05.B. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to OWNER 1. The progress schedule will be acceptable to OWNER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on OWNER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to OWNER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to OWNER as to form and substance if it provides a reasonable allocation 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, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, or any of its consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to OWNER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04. 2. CONTRACTOR shall not be liable to OWNER for failure to report any conflict, error, ambiguity, or dis- crepancy in the Contract Documents unless CONTRACTORknew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more ofthe 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; (d) 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 famishing 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 (ll) 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 sameon any other project This prohibition will survive final payment, cpgtpletion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall pieclude M&TRACTOR from retaining copies of the Contr&t Documents for record purposes. o ARTICLE 4 - AVAILY L S; SUBSURFACE AND PHYY *ND NS; REFERENCE POINTS int 2,b 4.01 Availability of Lands p� S g A. OWNER shall furnish M Site. Rj��1 notify CONTRACTOR of any encumbrance 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 Docurnents; 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, r-ONTRACTOR 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. ggler data, interpretations, opinions, and informatCM con d in such reports or shown or inc* ndicate sujb*wings; or O 3. CTOR interpretation of or "'lusion dra m any "technical data" or any such oth r datLlnteetions, opinions, or information. 4.0erinpb or Physical Conditions G_ o tYl�otia If CONTRACTOR believes that any subs urf orysical condition at or contiguous to the Site that is vered or revealed either: (?differs ul stantially and materially from that shown or ind�yted 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; 0 then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order by OWNER to do so. B. OWNER's Review: After receipt of written notice as required by paragraph 4.03.A, OWNER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise CONTRACTOR in writing of findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in CONTRACTOR's cost of, or time required for, perfor- mance of the Work, as determined by OWNER; subject to the following: a. such condition must meet any one or more of the categories described in paragraph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Article 9. 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTORprior to CONTRACTOR's malting 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 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 Underground Facilities and repairing any damage thereto resulting from the Work; e. Notifying all utility companies, all pipeline owners, or other parties affected, and endeavoring to have all necessary adjustments of the public or private utility fixtures, pipelines, and other appurtenances within or adjacent to the limit, of construction made as soon as practicable; and f Notification concerning work near buried utilities as required by Section 479.47, Code of Iowa (2011), and for conducting work as required therein. 3. Water lines, gas lines, wire lines, communication lines, service connections, water and gas meter boxes, water and gas valve boxes, light standards, cableways, signals, and all other utility appurtenances within the limits of the proposed construction, which are to be relocated or adjusted, are to be moved by OWNERS of the utility at their expense, except as otherwise provided for in the Contract Documents; 4. It is understood and agreed that CONTRACTOR has considered in the Bid all of the permanent and temporary utility appurtenances in their present or relocated positions as shown in the Contract Documents and that additional compensation will not be allowed for any delays, inconvenience, or damage sustained by CONTRACTOR due to any interference from the utility appurtenances or their operation or relocation. B. Not Shown or Indicated 7 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify OWNER of such Underground Facility and give written notice to that owner and to OWNER OWNER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. No compensation shall be due for any Work stoppage caused by the location of an Underground Facility. 2. If OWNER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Times, to the extent that it is attributable to the existence of an Underground Facility. 4.05 Reference Points A. OWNER shall provide engineering surveys to establish reference points ' for construgipn which in to proceed with the Work. OR shall be responsible for laying out the iWI pr and preserve the established referees or�i3 and erty monuments, and shall make no- p�tr� or rpii��tions without the prior written val' of 4OWNER. CONTRACTOR shall report Cwh rr any reference point or property mon*N& 1t35t or dpfiQyed or requires relocation because ofn ssary Wnges bWWes or locations, and shall be res onsible rpr the accurate replacement or relocation of such refdrence 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 ofinose reports and drawings relating to a lia*dous_Fnvirowpental 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 Techryical Data Authorized: CONTRACTOR may rely tVnthageneral accuracy of the "technical data" contained hQch reports and drawings, but such reports and drawings a`ie not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTORmay 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 encounters a Hazardous Environmental Condition or ifCONTRACTOR or anyone for whom CONTRACTOR is responsible creates a Hazardous Environmental Condition, CONTRACTOR shall immedi- ately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (ekcept 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 actio.4 if any. E. CONTRACTOR shall not be required to resume Work in coWction with such condition or in any affected area until after LLV;NER `has obtained any required permits related there delivered to CONTRACTOR written notice: (i) spec that such condition and any affected area is or has been i red safe for the resumption of Work; or (ii) sped ;any special conditions under which such Work may b reiesumed.safely. if OWNER and CONTRACTOR cannot agree as t"ittitlement to or on the amount or extent, if any, of any adjdsfinent 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 CONTRACTDR, either party may make a Claim therefor as provided in Atcle 9. Q 3 ChfafteLL�j�eceiich written notice CONTRACTOR does yc� agre$o r e such Work based on a reasonable bel' L�fi! is unsafe, s not agree to resume such Work and ch s}al tons, then OWNER may order the port�of thg o t is in the area affected by such ' ' con on to bet de om the Work. If OWNER and COMRACTf4 canngMgree as to entitlement to or on the amount or ext, if any, of an adjustment in Contract Price or Contract TitnWas 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 ofthem from and against all claims, costs, losses, and damages (including but not limited to all fees and charges ofengineers, 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 ofthem from and against all claims, costs, losses, and damages (including but not limited to all fees and charges ofengineers, 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 4.06.17 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 AND INSURANCE 5.01 Performance, Payment, and Other Bonds 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 one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Contract Documents. B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.01.13, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.013 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 ofthe ownership, maintenance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, OWNER's Professional Consultants, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; H 3. include completed 4. include contractual TigMty lauranar,cpvering CONTRACTOR'S indemnrt% IigTons lift para- graphs 6.07, 6. 11, and 6.2Q;tr— rn s 5. contain a provisiz enitsemat the coverage afforded will a cMeeled terially changed or renewal refits until at hast thirty days prior written notice has been given to OWNER and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance famished by CONTRACTOR pursuant to paragraph 5.03 will so provide); and 6. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 11.07. C. CONTRACTOR shall purchase as provided in the Supplementary Conditions, OWNER's and CONTRACTOR's Protective Liability Insurance from CONTRACTOR's sources as primary coverage for OWNER and OWNER's Professional Consultant. 5.05 Acceptance of Bonds and Insurance; Optrgn to Replace A. If OWNER has any objection to the co �pge afforded by or other provisions of the Bonds or msur ce required to be purchased and maintained by COR in accordance with Article 5 on the basis of nermoafgmance with the Contract Documents, OWNER sh211 so &fy CONTRACTOR in writing within M 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 insuradcq provided as OWNER may reasonably request. If CONTRACTOR does not purchase or maintain all of the Bonds and insurance required by the Contract Documents, OWNER shall notify CONTRACTOR in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, OWNER may elect to obtain equivalent Bonds or insurance to protect its interests at the expense of CONTRACTOR, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.06 Property Insurance A. CONTRACTOR shall 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; N 2. be urn` ten on a Builder's Risk "all-risk or open peril or spec& causes of loss policy form that shall at least includdAsurarrEefor physical loss and damage to the Work, to orary byildings, falsework and Work in transit and call ipsmagainst at least the following perils; fire, ligl btr n , extended coverage, theft, vadialism and malicious mischief earthquake, collapse, deters removal, demolition occasioned by enforcement of Llws and kegulations, water damage, and such other perils as nth 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 oGDlf-insu�d retention. AIMLE PCACTOR'S RESPONSIBIIdTIES 6.01perv&t3n to' perintendence (� CONUAshall supervise, inspect, and direct thek coraten wand efficiently. devotine such attention thereto and flying Mch skills and expertise as may be necessary t"erform 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 MC notice to OWNER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. The name, address and telephone number of the Resident Superintendent shall be provided to OWNER prior to commencement of Work. 6.02 Labor; Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, layout, and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without OWNER's written consent given after prior written notice to OWNER 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER If required by OWNER, CONTRACTOR shall famish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Docu- ments. 6.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to OWNER for acceptance (to the extent indicated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in changing the Contract Times. Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the progress schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 10. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 10. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or 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 ofmaterial 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 ofthe 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 ofthe item named in the Contract Documents. 2. Substitute Items a. It in OWNER's sole discretion, an item of material or equipmentproposed 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 11 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 famish or use. The application shall certify that the proposed substitute item will adequately perform the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified shall be identified in the application, and available engineering, sales, 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 ofwhich will be considered by OWNER in evaluating the proposed substitute item. OWNER may require CONTRACTOR to famish additional data about the proposed substitute item. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, orprocedure 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 inf(piimation to allow OWNER, in OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly calleli for by the Contract Documents. The prpodure-for rtvtew by OWNER will be similar to that P4&Bed'in' subpkUmpii 6.05.A.2. i v C. Owner's Evaluation: OWN13i vrlt be aMMed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.05.A and 6.05.13. 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 roved Shop Drawing for an "or equal". aWNE will advise CONTRACTOR in writing of an)BWv termination. D. Special Guarantee: 01 j�� MiZrequON- TRACTOR to furnish at CONT R'�xpe ecial performance guarantee or other.'�y with res et o any substitute. 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 6.063), whether initially or as a replacement, against whom OWNER has reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CON- TRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance'by' OWNER of any such Subcontractor, Supplier, or ot7ier individual or entity, whether initially or as a replacement, shallconstitute a waiver of any right of OWNER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER for all actvand 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 G such at bcontractor, Supplier, or other individual or,gvti contractual relationship between O and a, r Subcontractor, Supplier or other indi t or egtity,tya�hs all it create any obligation on the part WNE t Vor to see to the payment of any moneys due qty s ubcontractor, Supplier, or other indi�] or enTtty c as may otherwise be required by Law` and RegWtiot6r� �J.. O D. CONi1�4CT0� shall be solely responsible for scheduling anf%oordinating 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. r E. CONTRACTOR shall require all Subcontractors, Supplers, andsuch other individuals or entities performing or furny5hiag any_of the Work to communicate with OWNER throughNON'IWdICTOR.- F� The divisions and sections of the Specifications and the ideatificatigns of -any Drawings shall not control CONTRACTOR,% dividing the Work among Subcontractors C/ 12 or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on property insurance, the agreement between CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, OWNER's Professional Consultant, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forts 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 ofpatent 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 ofBids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, OWNER shall not be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. B. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. 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. 13 B. Removal ofDebris During Performance ofthe Work. During the progress of the Work CONTRACTOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work, CONTRACTOR shall clean the Site and make it ready for utilization by OWNER At the completion of the Work, CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a c terpan of all approved Shop Drawings will be ilable OWNER and OWNER's Professional Consul r rent on completion of the Work, these re�cl nts, Saii1les, and Shop Drawings will be deliver OWNER- - WNEER �... 6.13 Safety and Protections r _rn M A. CONTRACTOR shall—Le for initiating, maintaining and supe g all s'�Ebty pre tions and programs in connection with a Work. NTRACTOR shall take all necessary precautions for the Oft of, and shall provide the necessary protection topigvent dat�rage, injury or loss to: c 1. all persons on the Site djt may be affected by the Work; U� 2. all the Work and materrd s and b4aipment to be incorporated therein, whether`rq 3(orape'on of off the Site; and- c� 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 shallnotify 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 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 ofDrawings 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 A. CONr9ACT0K shall designate a qualified and exp9rianced safety representative at the Site whose duties and respbAsibiliti4 shall be the prevention of accidents and the m dffcRMng . and supervising of safety precautions and progru- - 6.159cat7 ard d;Mmunlcarion Programs A.CONAk CTORshall be responsible for coordinating any exchangelifrmaterial safety data sheets or other hazard communicatidVnform akon required to be trade available to or a&angedartwS ffWr among employers at the Site in acc ce v* LaM W Regulations. 6.1 ergen 1 s C31- }— -ArIn emUr en,,Ac ecting the safety or protection of per or W property at the Site or adjacent them COA is obligated to act to prevent threatened dtpge, injt'ii y, or loss. CONTRACTOR shall give OWNER`jrompt 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 14 Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show OWNER the services, materials, and equipment CONTRACTOR proposes to provide and to enable OWNER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to OWNER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as OWNER may require to enable OWNER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to OWNER as required by paragraph 2.07, any related Work performed prior to OWNER's review and approval ofthe pertinent submittal will be at the sole expense and responsibility of CONTRACTOR D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have: a. determined and verified all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. determined and verified all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. determined and verified all information relative to means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto; and d. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements 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 CONTRACTOR'S review and approval of that submittal. 3. At the time of each submittal, CONTRACTOR shall give OWNER specific written notice of any variations that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to OWNER for review and approval of each such variation. E. 0WNER's Review 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. OWNEWs 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 ofthe 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 OWNEWs 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. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 15 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Sub- contractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. B. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 1. observations by OWNER; 2. payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by OWNER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER orkly failure to do so; CD , C=1 6. any review and apprAC4 a ap Dr g or Sample submittal or the tvm4ce _Qf aof acceptability by OWNER; .1n -J im �t- 7. any inspection test oiRov y od®rs.or 8. any correction of defy -e Wo' OWNER 6.20 Indemnification v" A. To the fullest extent permitted by Lacus and f ek{la- tions, CONTRACTOR shall indemnify and ligld harmless OWNER, OWNER's Professional Consultant, and -the officers, directors, partners, employees, agents, and-Zler consultants and subcontractors of each and any of them frdim and against all claims, costs, losses, and damages (including but not limited to all fees and charges of enginim, architects, attorneys, and other professionals and all c6urt3r arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or OWNER's Professional Consultant or any oftheir 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 belated Oak at Site O r MWNl35?! may- perform other work related to the Projeet•al the Sxtcby OWNER's employees, or let other direct contracts°thereM, of have other work performed by utility owneF if such other work is not noted in the Contract Docutoaats, thert wriuen notice thereof will be given to CON- TRACTOR prior -to starting any such other work. B. CONlict;CT shall afford each other contractor wh rs part% sect contract and each utility owner ( f R is performing the other work with O s em�loy #Sroper and safe access to the Site and a real ablereppo>mat�t for the introduction and storage of in is andtqui and the execution of such other work ananjj s�hall prrlinate the Work with theirs. Unless oise pmt+idd"& the Contract Documents, CON- TRACTORI do JR cutting, fitting, and patching of the Work that nft 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 CONTRACTOWs Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to OWNER in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's 16 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 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 pur- chasing and maintaining liability and property insurance are set forth in Article 5. 8.05 Limitations on OWNER's Responsibilities A. OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOWs means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER shall not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. B. OWNER shall not be obligated to pay standby or down time rental on any equipment used or stored at the Site unless agreed to and included in an approved Change Order. 8.06 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility with respect to any undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.07 Evidence of Financial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - PAYMENTS 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 transportation and installation costs on equipment, overhead cost, etc. Any IVl 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 therefor. b. Force Account Basis. (1) For Extra Wo erfo on a force account basis, CO RO all receive the rate of wage (or sc e o in wr g with OWNER before inpiorkh and every hour thacwers„june supervisors, and sup dents are lly engaged in work. Orn _ (2) CONTRA shy recePthe actual costs paid to, or in behalbf, workers by reason of subsistence and trAWl 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 equalto 35.percent of the sum ofthe above items listed ju,(1) and (2) will also be paid to CONTRACTOR. The .35 percent shall cover compensatign for famishing the necessary small tools for work, together with all other overhead items of expense; (4) For properrg�y-%maM2 liability, and worker's compensaftdq jnsurapce premiums, unemployment insyrkM conb-ibutions„ and social security taxesiogtffe forci account work, CONTRACTOR shall receive.(he actual cost, to which 10 percent w- be added. CONTRACTOR shall famish 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 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 full for Extra Work done on a force account S:*asis. It will be assumed that such payment 5tcludet3he use of tools and equipment for mhicb-pu rate is allowed, overhead, and profit. 5; C -At the end of each day, tGONa=, TOR shall prepare payrolls in duplicate fpr labor furnished on a force account basis using OWNER's standard force account forms: B01 copies shall be signed by the OWNER's representative and CONTRACTOR's representative. One copy shall be famished 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, tdg#s, and r4tripment, and all material charges Q ir�far,s>pey are available. 0 Exi aSifiormedby a Subcontractor. The a allowed to CONTRACTOR for force account work) performed tomer subconMrshall be in accordance with .the aato percent on the first $50,000 with a $100 minithffin. b. 5 percent on the portion over $50,000. C. Deficient Work Payment for work judged by OWNER to be deficient Work will be made at the reduced rate specified in the Contract Documents or, ifno such rate is specified, at a modification of the Contract Price, as determined by OWNER 9.03 Cancelled Work A. OWNER shall have the right to cancel any or all items from the Contract when unforeseen circumstances, unanticipated design changes, or other reasons beyond the control of CONTRACTOR prevent or unreasonably delay 18 completion of the Contract or certain items of the Contract, or when OWNER determines that cancellation is in the public interest. B. OWNER may prevent CONTRACTOR from starting Work on the Contract or an identified phase of the Contract as a result of a delay caused by OWNER or others. C. When the Contract period is defined by the approximate starting date and the delay prevents CONTRACTOR starting Work on the Contract or an identified phase of the Contract for 30 calendar days beyond such date, CONTRACTOR may request cancellation by written notice to OWNER stating the reasons therefor. D. When the Contract period is defined by the late start date and the delay prevents CONTRACTOR starting for more than 30 calendar days after the date of award of Contract and at least 30 calendar days beyond the date which, by notice to OWNER, CONTRACTOR proposed to start work, CONTRACTOR may request cancellation by providing written notice to OWNER, stating the reasons therefor. E. In the case of 9.03C., or 9.03D., within 30 calendar days from the date of the request, OWNER will eliminate or minimize if possible, the cause for the delay and issue a Notice to Proceed, redefine the basis on which the Work is to proceed, or cancel the Contract or phase of the Contract. F. CONTRACTOR shall not use delays that occur prior to starting Work or an identified phase of the Work as a basis of a claim against OWNER except for an extension of Contract period. Notices described in this Article 9 shall be transmitted by ordinary mail. G. For finished portions of non -major items cancelled, CONTRACTOR will be paid, at the contract unit prices, in accordance with the provisions of Article 9.02. For finished portions of major items cancelled, CONTRACTOR will be paid as provided in Article 9.02. For all items, materials 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 WNER 9.04 Standardued Contract Clauses A. Suspensions of Work Ordered by OWNER 1. If the performance of all or any portion of the Work is suspended or delayed by OWNER in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and CONTRACTOR believes that additional compensation and/or contract time is due as a result of such suspension or delay, CONTRACTOR shall submit to OWNER, in writing, a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 2. Upon receipt, OWNER will evaluate CONTRACTOWs 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 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 ofthe Work under the Contract, whether such alterations or changes are in themselves significant changes to the character of the Work or, by affecting other work, cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the Contract. The basis for the adjustment shall be agreed upon in writing prior to the performance of the Work. If a basis cannot be agreed upon, then an adjustment will be made either for or against CONTRACTOR in such amount as OWNER may determine to be fair and equitable. 3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the Contract, the altered Work will be paid for as provided elsewhere in the Contract. 4. The term "significant change" shall apply only to the following circumstances: a. When the character of the Work, as altered, differs materially in kind or nature from that involved or included in the original proposed construction; or In. 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 ofthe original Contract quantity. Any allowance for 19 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, n erfordMice or delay of any other contractor, governme ge util�y firm, corporation, or individual auth to,9 work!% the project only when these damage s fr�rt negliewice on the part of OWNER, its officers 44 case where CONTRACTOR deems ompensahpq due from OWNER as damages• Mltij frokil (these performances, nonperformances,®'ys TOR shall notify OWNER in writing e fimt!�le dela ccurs. N ' C. In all cases, if the notification regwed pursuant to 9.05.B 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 opportunityto present the claim in person, OWNER, within 30 calendar days ofthe filing of the claim, will fix a time and place for a meet91?,,, between the claimant and OWNER OWNER"wiU,.wift a reasonable time from the filing of the claim or.the_meeting above referred to, whichever is later, rule` the validity of the claim and notify the claimant, iii`Sbnting, of the ruling together with the reasons therefor. Jq c�a_se t0laim is found to be just in whole or in part it w$i allow&yd and paid to the extent so found. CONTRACTt�7W' linstitute any court action against OWNER forge adjuration of any claims until the claim has been fitstpreseriLN to OWNER pursuant to this Article. ARTICLE 10 - CHANGE OF CONTRACT TIMES 10.01 Change of Contract Times A. The Contract Times may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times shall be made in writing and submitted by the party making the claim to the other party to the Contract B. Any adjustment of the Contract Times will be determined in accordance with the provisions of this Article 10. 10.02 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times due to delay beyond the control ofCONTRACTOR, the Contract Times will be extended.in an amount equal to the time lost due to such delay if a Claim is made therefor"as provided in paragraph 10.0I.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, negligent acts by OWNER, negligent acts by utility owners or other contractor performing other work as contemplated by Article 7, fres, floods; epidemics, abnormal weather conditions, or gets otgk 6 i 10.03p1ays hinZQgTRACTOR's Control I v QQ t�hhe Contract 'l tines will not be extended due to delayls'rdithin'tthe control of CONTRACTOR. Delays attributable to end within the control of a Subcontractor or Supplier shall be deemed io be delays within the control of CONTRACTOR. 10.04 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control ofboth 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 a= of them, for damages arising out of or resulting frogP Q in v+ r3 1. d s (=M by or within the control of CON- UdACT oJ77 >; J 2. da ays VVaad the control of both OWNER and MNTR�T(SZ —chiding, but not limited to, fres, �,jppds, eWerr�normal weather conditions, acts of God, osk ects oroeglect by utility owners or other contractee performing other work as contemplated by Article'' 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. Pdtl 11.02 Access to Work A. OWNER, OWNER's Professional Consultant, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. CONTRACTOR shall give OWNER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by paragraphs 11.03.0 and 11.03.1) 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 CONTRACTORS 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, ifrequested 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 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 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 21 stated in the Contract Documents , any Work, material, or equipment is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.1 LA is found to be defective, CONTRACTOR shall promMg, without cost to OWNER and in accordance—with CGGNER's written instructions, perform one to mo a fitnowinMedial actions: (i) repair such defectiv or %as; (y.prrect such defective Work or, if the ive Work Orrbeen rejected by OWNER remove it a Project arl re lace it with Work that is not defective satigactori Mrrect or repair or remove and replace any o 0 or to the work of others or othe or�reas wMitmg therefrom. If CONTRACTOR dA not prt)mptly comply with the terms of such instructions Tr, in an Wgency where delay would cause serious risk of loss or damage, OWNER may perform or have a third party perform the required remedial actions, and CONTRACTOR shall pay all Claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs arising out of or relating to the performance of said remedial action. B. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. C. Where defective Work and damage to other Work resulting therefrom has been corrected or removed and replaced under this paragraph 11.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction orremoval 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 ofthis 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. 0 11.08 Acceptance ofDefective Work A. If, instead of requiring correction dor removal'and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (includingbut not limited tb all fees and charges of engineers, architeCi9; atktjteys, and other professionals and all court or ar&ration m other dispute resolution costs) attributable to OWNER's q�-11uation 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. 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 withr 3hragraph 11.06.A, or if CONTRACTOR fails toperforrmm a Wo in accordance with the Contract Documenfs, or COkiTkACTOR fails to comply with any other previsiona'r1'the Contract Documents, OWNER may, after Seven days written notice to CONTRACTOR, correct and remedy ch deficiency. B. In exercising the rights and remedies under this section, OWNER shall proceed expeditiously. In connection wA such.. corrective and remedial action, OWNER maycexclude 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 CONTRACTOWs 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 ofwork of others destroyed or damaged b3g' orrectio�r, removal, or replacement of rONTR ArTM's defll2tive Work. ON �pCKhall not be allowed an extension of the � ct es a of any delay in the performance of the ivvorktattribbift to the exercise by OWNER of nuq*Mls rights arilTQedies under this section 11.09. ARWLE 1JMPA44gNTS TO CONTRACTOR AND COMPLETIto 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 22 1. At least 20r days before the date established for each progress payment, but not more often than once a month, CONTRACTOR shall submit to OWNER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER'S interest therein, all of which must be satisfactory to OWNER 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1. OWNER will, within 10 days after receipt of each Application for Payment, indicate in writing acceptance or denial of the Application for Payment. If the Application is denied, OWNER shall state the reasons for such denial and CONTRACTOR may make the necessary corrections and resubmit the Application. 2. Payment by OWNER of amount requested in an Application for Payment will constitute a representation by OWNER that to the best of OWNEWs 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) 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 CONTRACTOWs 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 ofthe 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 ofparagcaph 12.02.1), and when due will be paid by OWNER to CONTRACTOR D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount because: a. claims have been made against OWNER arising from CONTRACTOWs performance or fur- nishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; 23 c. there are other items entitling OWNER to a set-off against the amount requested; or d. OWNER has actual knowledge ofthe occur- rence of any ofthe 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, OWNERmust 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 withheldshall be ed as mount due as determined by paragraph 12. r+pi 12.03 CONTRACTOR's Warrantye4 e v A. CONTRACTOR warrants arantees re to all Work, materials, and equ eredany Application for Payment, whether or d in tt��""��'�ject or not, will pass to OWNER ater the Me of payment, free and clear of all Liens. tV m 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 aniPCONTRACTOR shall make an inspection of the Work to determine the status of completion. If OWNER does not consider -4W Work substantially complete, OWNER w01 notify CONT_ CTOR in writing, giving the reasons then;fig;. C. If OWNER considers the Work substantially complete, OWNER will prepare a tentative ce}ate of Substantial Completion which shall fix the date of Substantial Completion and will issue a fivaf 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 specifically been identified in the Contract Documents, or which OWNER and CONTRACTOR agree constitutes a separately functioning and usable part ofthe 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 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 Substan" Completion for that part of the Work Within a reasonlble time after either such request, OWNER and 6¢NTRACTOR shall make an inspection ofthat part of e Wot4,Yo Peat fine its status of completion. If -0" V NE oes pat.witsider that part of the Work to be substantially eol%plete, OWNER will notify CONTRACTOR in writing giving the reasons therefor. If OWNER"considers-that part of the Work to be substantia complete, the provisions of section 12.04 will apply with respect to certification of Substantial Completidof 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 inco�te or defective. CONTRACTOR shall immediately ch miistures as are necessary to complete such�lierk or reoiedySSJFdeficiencies. 1...1 = =O 12.07bi lPaWent J} LLL Aft�j OMrhkCTOR has, in the opinion of OWNER, esstisfactay completed all corrections identified c%ng 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 24 satisfactory to OWNER of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 12.07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to 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 CONTRACTOWs 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 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 TERNUNATION 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. CONTRACTOWs 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 13.0 LA 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 finther payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages, including, but not limited to, all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 25 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: 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 YM effective date of termination in performin ervrceMmil furnishing labor, materials, or equipr� rMuue�,by the Contract Documents in co unto eted Work, plus fair and reasonai�strms or overhand and profit on such expenses; n v r t— T 3. for all claims, cost�,,ass and ag es including, but not limited 12 feeend Wes of engineers, architects, attom and ober pro ionals and all court or arbitration or other LMputc resolution costs incurred in settlement oftennind 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 fina�y determined to be due, then CONTRACTOR may,-apon seven days written notice to OWNER and provided OWNER does not remedy such suspension or failure within sbat time, terminate the Contract and recover from OWNER `paymefit on the same terms as provided in section 13.02.3n heu o£terminating the Contract and without prejudice to aqy other right or %p lady, if OWNER has failed for 30 days -to pay CONTRACTOR any sum finally determined to be due;CONTRACTOIt may, seven days after providing written fgtice to OWNER, stop the Work until payment is made of all such prrtounts due CONTRACTOR, including interest thereon. The provisions of this section 13.03 are not intended to preclude CONTRACTOR from making a Claim under Article 9 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 14 - DISPUTE RESOLUTION 14.01 Methods and Procedures A. OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. ARTICLE 15 - MISCELLANEOUS 15.01 Giving Notice A. WheneXW any provision of the Contract Documents requires the giTbig of written notice, it will be deemed to have been validly give» if delivered in person to the indivgtV or tq a member: of the firm or to an officer of the corprkjppn for<whom it is intended, or if delivered at or sent by or- iee y mai ,-postage prepaid, to the last business address known t7the g1lVer of the notice. 15.02,Co putatien 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 spch 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 im connection with each particular duty, obligation, riA and rgatedy to which they apply. ll re resetns, indemnifications, warranties, and guaes r�pgired by, or given in accordance with th 'LM aMOM, , as well as all continuing obligations in inr�te ct Documents, will survive final t, c lev paymeno d acceptance of the Work or termination =omp1mbn of the Agreement. 15.05 Controlling Law 26 A. This Contract is to be governed by the laws of the State of Iowa. 15.06 Compliance with OSHA Regulations A. CONTRACTOR and all Subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). CONTRACTOR and all Subcontractors are solely responsible for compliance with said regulations. 15.07 Employment Practices A. Neither CONTRACTOR nor its Subcontractors shall employ any person whose physical or mental condition is such that its employment will endanger the health and safety of themselves or others employed on the Project. B. CONTRACTOR shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: 1. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to the job performance of such performance or employee. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. 15.08 Contract Compliance Program (Anti -Discrimination Requirements). A. For all Contracts and subcontracts of $25,000 or more, CONTRACTOR and all affected Subcontractors shall abide by the requirements of the City of Iowa City Contract Compliance Program, which is included with these Specifications beginning on page CC -1. 15.09 Restriction on Non -Resident Bidding ofNon-Federal Aid Projects A. CONTRACTOR awarded the Project, together with all Subcontractors, shall be required to complete the form included with these Specifications titled the same as this section and submit it to OWNER before work can begin on the Project. Note that this requirement involves only those projects not funded with Federal moneys. 15.10 Construction Stakes A. CONTRACTOR shall be responsible for the preservation of stakes and marks. Any necessary restaking will be at CONTRACTOR's expense and will be charged at a rate of $75 per hour. HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the City of Iowa City General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. SC -1.01.A DEFINED TERMS 31. OWNER's Professional Consultant—HR Green, Inc., will act as OWNER's Professional Consultant.. 52. Engineer—HR Green, Inc., an Iowa corporation, located at 8710 Earhart Lane SW Cedar Rapids, IA 52404 N O_ SC -2.02 COPIES OF DOCUMENTS o �n v -� rn A. After Notice of Award, CONTRACTOR may obtain, at no charge, maximu$0M ve R co and half-size sets of the Drawings listed in the project manual and five (5) sets of thet Manuall..I 1. Additional copies of the Project Manual and half-size Drawings mobtained 1"r following conditions: a. Project Manual: may, CO Q (1) For each additional Project Manual requested and where h adcw3nal copies have already been printed, CONTRACTOR may purchase such *EOWNER'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. B. Any revised Drawings and Project Manuals will be provided by OWNER to show authorized. changes or Extra Work under following conditions: —:_J 1. Project Manual: Furnished at no charge, in same quantity as original issuance. ~ 1 2. Half-size Drawings: Furnished at OWNER's reproduction cost plus han5iling ch;yes. r,... SC -4.02, SUBSURFACE AND PHYSICAL CONDITIONS In the preparation of Drawings and Specifications, OWNER orOWNER's Professional Consultant relied upon the following reports of explorations and tests of subsurface conditions at the Site: 1. Report dated December 14, 2012 prepared by Terracon Consultants, entitled: Rocky Shore Pump Station, Rocky Shore Drive North of CRANDIC Railroad, Iowa City, Iowa. SUPPLEMENTARY CONDITIONS HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 2. Report dated January 4, 2012 prepared by Terracon Consultants, entitled: Rocky Shore Pump Station & Flood Control Structures, Rocky Shore Drive and U. S. Highway 6, Iowa City, Iowa. Copies of these reports and drawings that are not included with Bidding Documents may be examined at office of HR Green, Inc., 8710 Earhart Lane SW Cedar Rapids, IA 52404 or 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: 1. Workers' Compensation, and related coverages under paragraphs 5.04.A.1 and A.2 of the General Conditions: SUPPLEMENTARY CONDITIONS a. State: Statutory b. Applicable Federal (e.g., Longshoreman's): Statutory 0 CD Q C. Employer's Liability: $1,000,000 g x� pEF_CONTRACTOR's General Liability under paragraphs 5.04.A.3 through A.6 of the General w c CI ji 5ibons which shall include completed operations and product liability coverages: J — �� }U a. General Aggregate $2,000,000 _ U.~a Wo vo b. Products–Completed Operations Aggregate $2,000,000 N c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 e. Property Damage liability insurance will provide Explosion, Collapse and Underground coverages where applicable. f. Excess or Umbrella Liability: SUPPLEMENTARY CONDITIONS HR Green, Inc. Rocky Shore Stormwater PuFW Station Project No. 10100241 0 lowgity, Iowa D C n "'-� �- General Aggregate $4,0"-7t">" z r Each Occurrence $4,0 M 003 o� 00 3. Automobile Liability under paragraph 5.04.A.6 of the General Conditi5as: .. N C10 a. Bodily injury and Property Damage: Single Combined Limit $1,000,000 3. OWNER's and CONTRACTOR's Protective Liability Insurance pursuant to paragraph 5.04.0 of the General Conditions: General Aggregate Each Occurrence $5,000,000 $5,000,000 5. Railroad Protective Liability: $5,000,000 Commercial General Liability: $2,000,000 The Contractual Liability coverage required by 5.04.B.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. {r-.) 1_ . The entire amount of CONTRACTOR's liability insurance policy coverage limits sTi' be payable'bg 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 Workers' Compensation insurance shall be endorsed with the Governmental Immunities Endorsement (see attached copy) and Waiver of Subrogation in favor of the OWNER. CONTRACTOR'S Workers' Compensation insurance shall also be endorsed with the Alternate Employer endorsement naming the OWNER as the Alternate Employer. The OWNER requires that the CONTRACTOR'S Insurance carrier be A rated or betterbyA.M. Best CONTRACTOR shall provide OWNER with "occurrence form" liability insurance coverage. SUPPLEMENTARY CONDITIONS HR Green Inc. Rocky Shore Stormwater Pump Station Project No::10100241 Iowa City, Iowa OWNER reserves the right to waive any of the insurance requirements herein provided. OWNER also reswves the right to reject CONTRACTOR's insurance if not in compliance with the requirements herein prpvlded, and on that basis to either award the contract to the next low bidder, or declare a default and seek spbdific 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. SC -5.06 PROPERTY INSURANCE Delete paragraphs 5.06.A. and 5.06.6. of the General Conditions in their entirety and insert the following in their place: A. OWNER will purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof, subject to such deductible amounts provided in the Supplementary Conditions or required by Laws and Regulations. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consultant, and any other individuals or entities identified 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; 0 CD 2Kt}e written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form (� Q' th1l at least include insurance for physical loss or damage to the Work, temporary buildings, W Q fa rk, and materials and equipment in transit, and shall insure against at least the following p r causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious .�,� r• mfs�f, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws cLL ait gulations, water damage, and such other perils or causes of loss; �., ginclude expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. include $1,000,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made. B. OWNER will purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws SUPPLEMENTARY CONDITIONS HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 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 including insurance purchased by OWNER for this project. OWNER's property insurance has a deductible amount of $100,000. 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.cm 0 SC -6.01 SUPERVISION AND SUPERINTENCENCE nn C= --a Add the following to Paragraph 6.01 of the General Conditions: n� =; C-) -� _<r "C. Contractor shall maintain a qualified and responsible person availab� ho % pe seven days per week to respond to emergencies which may occur after hoL-o ctora's iv a II provide to Engineer the phone number and/or paging service of this individuaV Na SC -6.06.6. CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS %O 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 foracceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, $rupplier, 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 =' 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 to paragraph 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 the discharges." SC -10.03 AMOUNT OF RETAINAGE SUPPLEMENTARY CONDITIONS HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa Add the following to paragraph 10.03 of the General Conditions: "B. The Owner shall retain from each monthly payment 5% of the amount which is determined to be due according to the recommendation of 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 by the Owner as provided in Chapters 26 and 573 of the latest edition of the Iowa Code, including revisions." SC -12.03.A.3 LIQUIDATED DAMAGES Delete paragraph 12.03.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 Contract Times, plus any extensions authorized in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding 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 the 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 -15.10 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: A. Where both Johnson County and City of Iowa City wage rates are given for a trade, City of Iowa City wage rate will apply. END OF SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS 6 0 CD Q Q � W =2 Ji' ov3 C" o SUPPLEMENTARY CONDITIONS 6 Contract Compliance Program CITY OF IOWA CITY s M co E n D N SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City s Contract Compliance Program reporting responsibilities and receive the appropriate reporting fors. 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 "Flagman2wead," and instead use gender neutral signs. o �n rn 7. All contractors, vendors, and consultants must assure that their subcontract Alj�idd-by th:Dy's Human Rights Ordinance. The City's protected classes are listed at Iowa Cit CQe seftlen 2- 3-1. rZ M 7 -C � A—t 4b�t 1 o .�. O _ o mgr\asst\contractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 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 sec.) 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) Ph ,e number rl 5. Thenders*ed agrees to display, it fedt}ijl mate law for the duration obtWn tecessary posters. 4' } r: cQl— L W 5BE p UC3 � O 0 N Address conspicuous places at the work site, all posters required by of the contract. NOTE: The City can provide assistance in mgr\asst\contractcompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? 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 mgAassticontractcompliance.doc CC -3 H 0 O D� w n —gcl7 V -<r m OVza A Qg Q LAI LLI O �n 0 mgAassticontractcompliance.doc CC -3 2. 3. H 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 thl policy to all potential sources of employees and to your subcontractors asking their cooperation. The polio statement should recognize and accept your responsibility to provide equal employment opportunity in a 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. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility c administering and promoting your company's Equal Employment Opportunity program. This person shouli have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide All employees authorized to hire, supervise, promote, actions should be trained and required to comply with opportunity laws. RECRUITMENT by your Equal Employment Opportunity prograrr or discharge employees or are involved in sucl your policy and the current equal employmer (a) Let potential employees know you are an equal opportunity employer. This can be done b 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 recruitmer will only perpetuate the current composition of your workforce. Send recruitment sources a lette annually which reaffirms your commitment to equal employment opportunity and requests the assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminator barriers. (d) ca Select and train persons involved in the employment process to use objective standards and t csupport equal employment opportunity goals. � ) c)Reylew periodically job descriptions to make sure they accurately reflect major job function: .� Z:)teView education and experience requirements to make sure they accurately reflect th rl erequirements for successful job performance. _( IrKevie he job application to insure that only job related questions are asked. Ask yourself "Is thi Q anf' on necessary to judge an applicant's ability to perform the job applied for?" Only us libW d tests which do not adversely affect any particular group of people. Mo)a�'interviews carefully. Prepare interview questions in advance to assure that they are onl rjob>c0ed. Train your interviewers on discrimination laws. Biased and subjective judgments i LL UeMal I interviews can be a major source of discrimination. (h) .Improm hiring and selection procedures and use non -biased promotion, transfer and trainin opolicie-'s to increase and/or improve the diversity of your workforce representation. Companies mu; make sure procedures for selecting candidates for promotion, transfer and training are based upo a fair assessment of an employee's ability and work record. Furthermore, all companies shoul post and otherwise publicize all job promotional opportunities and encourage all qualifie employees to bid on them. 12/01 mgrNasshcontractwmpliance.doc CC4 r City of 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. `o N rte:• co La Y niJ _Y^ � _ 'C D I H b 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. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an am applicant, to expel any member, or to U') otheovise discriminate against any Q ap ant for membership, apprentice- _ s - r training or any member in the W rm*ges, rights or benefits of such nwMership, apprenticeship or train - T I because of age, color, creed, ity, gender identity, marital s national origin, race, religion, o --sex or sexual orientation of such ap- 9 plicant or member. It S CU d 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 or 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 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) 897 Iowa City N O Q �n m �n J 2. An employer e-Fpri[PIgImerMency which chooses r MPIOPInt or advertise fore oymf on y the disabled or eld y. AnQuch 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. tv 7. To employ on the basti�of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the nb"Frlial operation of a particular busineos-or eriierprise. The bona fide occupation; quattfication shall be interpreted niBrowly. (Ord. 94-3647, 11-8-1994) SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. a+ vn Q Q �C) W Q -�- V-' c.j t=a o N HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 101000241 Iowa City, Iowa RAILROAD COORDINATION REQUIREMENTS 1. GENERAL Construction performed while the track is in service shall not interfere with CRANDIC Railway operations. The Contractor shall operate in compliance of all CRANDIC and FRA rules and regulations. CRANDIC shall be reimbursed by the Contractor for train delay costs or lost revenue claims due to any delays or interruption of train operations resulting from the Contractor's activities while the track is in service unless such activities are pre -approved by CRANDIC. A CRANDIC flag person shall be present when workers or equipment is operating within 25 feet of the nearest rail. This includes rubber tired equipment. All work shall be staged and executed outside of the Minimum Construction Clearance Envelope shown in Figure 1, except when approval for a Conditional or Absolute Work Window has been granted as described in Section 2.c. C. All Contractor employees and subcontractor employees who will work within 25 feet of the track are required to obtain Federal Railroad Administration (FRA) Roadway Worker Protection Training. This can be accomplished online at www.railroadeducation.com for a small fee. d. The Contractor shall obtain $5,000,000 of Railroad Protective Liability Insurance. CRANDIC shall also be named as additional insured on all other insurance documents required of the Contractor by the City of Iowa City. 2. RAILROAD OPERATIONS a. The Contractor shall understand that trains and/or rail equipment may arrive at any time from either direction. The Contractor shall communicate with CRANDIC in order to obtain an understanding of rail traffic volume and shall prepare the project proposal with the knowledge that only intermittent track outage windows (Absolute Work Windows) will be allowed as defined in Section 2.c. b. The track in the vicinity of the project area should be assumed to be active. Rail traffic shall be maintained throughout the duration of the project, with exception of the track outage window(s) defined in Section 2.c. The Contractor shall operat*!h th thpe+ understanding that rail traffic and operations may occur any at any tirrW-p6the3ay o t night. The Contractor shall coordinate the work and schedule with C�t IS o asJ- not to disrupt railroad operations. j v 4C C. Work windows for this project shall be coordinated between the Corr #d M CRANDIC's representatives. The types of work windows are defineff'fs fo"WS: Q N kO RAILROAD COORDINATION REQUIREMENTS HR Green, Inc. Project No. 101000241 Rocky Shore Stormwater Pump Station Iowa City, Iowa Conditional Work Window — A Conditional Work Window is a period of time during which railroad operations have priority over construction activities. Construction activities may occur within the Minimum Construction Clearance Envelope with approval of CRANDIC's flag person on site. At the direction of the flag person, upon approach of a train, the track must be cleared such that no construction personnel or equipment shall remain within 25 feet of the track (or other distance, as directed by the designated CRANDIC representative) as the train passes. Conditional Work Windows are available throughout the duration of the project subject to the approval of CRANDIC's designated representative. Absolute Work Window — An Absolute Work Window is a period of time during which construction activities have priority over railroad operations. The track will be made inactive for train traffic and may be fouled by the Contractor. At the conclusion of an Absolute Work Window, the track must be completely operational for train operations and meet all CRANDIC, Public Utilities Commission (PUC) and FRA requirements. If the tracks and/or signals have been affected by construction activities, CRANDIC will inspect the work before placing the track back in service. A CRANDIC flag person will be required to be present during an Absolute Work Window. Requests for an Absolute Work Window shall be submitted to CRANDIC at least seven days in advance of the proposed track outage with an explanation of the work to be performed. NO CONSTRUCTION ACTIVITIES OR OTHER OBSTRUCTIONS SHALL BE PLACED WITHIN THESE LIMITS WRHOUT OBTAINING A CONDITIONAL OR ABSOLUTE WORK WINDOW RAILROAD COORDINATION REQUIREMENTS Ln T & Q Z =0 TOP OF RAR W W J rLLr q TRACK r 1111�y`1 17-0• 17-0' u" MINIMUM CONSTRUCTION CLEARANCE ENVELOPE CA n' FIGURE 1 RAILROAD COORDINATION REQUIREMENTS A CEDAR RAPIDS AND IOWA CITY RAILWAY CO® c%q m_1 An Alliant Energy Transportation Company :P.--tC")- n -G =�rrn = m Safety Policy Regarding CRANDIC Property E5 m Contractors must observe the following safety instructions, which are the minimum re4quired 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. Additidnal 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. 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 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. Dptnot sit on, lie under, or cross between cars except as required in Q 6Npgormance of your duty, and only when track and equipment are properly W a protected. Jere multiple tracks exist, never stand on one track when a train is passing r >cbanother track. p U$ 0 N Revised: July 2010 Required Contract Provisions IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PAGE: 127 ti 0 o �C-; �n r � m o $ co CD 0 IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PAGE: 127 IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PA6C: 12111 H O_ rr fJ � _ Q n� r`t m a:m- v mo x w a IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PA6C: 12111 Project Construction Sign: Specifications White Background •--------------------------------------- ----- ---------- ---- ------ ------ Project Title - - - - - - , •------------------------------------------------- Sponsor/ Developer Official(s) or Sponsor Address Black ' - - - - - - - - - - - - - - - - - - - - --' Lettering Architect or Engineer _..------------------------------ (second line) - - - CDBG Contractor ' •- --- ----------------------------- • (second line) Community Development Block Grant ------- ---- ------ ----- ---- -- ---- - -- --- Pantone 7540 Project Financed by: - (CMYK:0/0/0/72) Community Development Block Grant 'ANA Black Iowa Economic Development Authority I Lettering '_ rn;—; rJ;�iC �CG�'vLli7�; d121-Yh Terry E. Branstad, Governor AllPantone 7540 Ci1,C CiSign Dimensions: Glut Qim (approx. 4'x8'x3/4") Pantone390 (CMYK:O/0/0/72) Plywoo` I IAPA Med A-13 Grade - Exterior) (CMYK: 22/0/100/8) Sol 30CC IA la l:2. £a` {, LI 330EIOl IFEL 0311,1 Black FLED 2013 DEC 17 AM 8 9 TemporaryConstruction Sign for Jointly -Funded Projects CITY CLERK IOWA CITY. IOWA white Background •--------------------------------------------------------------------- Pr_ o_ ject Title ______________________________ Pantone 288 Sponsor/ Developer USDA (CMYK 100/67/0/23) �Z Official(s) or Sponsor Address .Pantone 343 Black ` " ' ' ' ' ' ' ' ' ' ' _ .. .. . _ . _ .. Rural (CMYK: 98/0/72/67) Development Lettering : Architect or Engineer (seconCDBG • d line) •------ ------------------------------ • Black Contractor -"'--------------------'----------- Community Development Block Grant •_--•--------------------------------• • (second line) — Pantone 7540 WA-' (CMYK. 0/0/0/72) Pantone 7540 Project Financed by: '•'�- W Pantone 390 (CMYK: 0/0/0/72) United States Department of Argiculture (USDA) Rural Development =" 'gym f=V2 O;_2i I 'r C' (CMYK: 22/0/700/8) Black Community Development Block Grant Lettering Iowa Economic Development Authority Barack Obama, President Pantone 7540 Thomas J. Vilsack, Secretary of Agriculture (CMYK: 0/0/0ne) This institution is an equal opportunity provider. Terry E. Branstad, Governor Sign Dimensions: 1200mm x 2400mm (approx. 4'x8'x3�4") Plywood Panel (APA Rated A -B Grade - Exterior) 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 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 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)(v); 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 therefor only when the following criteria have been met: Previous editions 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 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 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 thaf`Udditional time is necessary. (Approved by the Office of'Managewgnt and Budget under OMB Control Number 1215-0140.f � (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 roe prescribed in the contract for a class of laborerspr mechanics includes a fringe benefit which is not expres5Rd as a"oudy rate, the contractor shall either pay the be§Gs sited in 4h"age determination or shall pay anotlI77�� a VW frin ec i nefit or an hourly cash equivalent therb l!. - r (iv) If the contractor does• fl*grak pay to a trustee or other third person, thacte�may�der 3i. W HUD (0612oog) W ref. Handbook 1344.1 Page 1 of 5 CJ IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PAGE: 131 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. (i) Payrolls and basic records. Payrolls and basic records relatin thereto shall be maintained by the contractor dudro he cou a of the work preserved for a period of three. ears ereafter for all laborers and mech i worlds] a site of the work. Such records shall A'e t• in t n address, and social security numb■■■ f eac sudt?'worker, his or her correct classificat n, haerly rStgkZf wages paid (including rates of contri s of-tost'll-finNcipated for bona fide fringe bene cast cast0ui thereof of the types described in Se6libn I(b)( B) Davis -bacon Act), daily and weekly number= hour orked, deductions made and actual wages pA. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or n*hanic include the amount of any costs reasonably apticipated in providing benefits under a plan or program described in Section I(b)(2)(B) of the Davis -Bacon Act, the contrbetor 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 Previous editions are obsolete 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 forth desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at httpJA,vww.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; Page 2 of 5 form HUD -4010 (082009) ref. Handbook 1344.1 IOWA 2012 CDEG MANAGEMENT GUIDE -APPENDIX 2 PAGE: 132 (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 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 editlaos are obsolete n..a the registered program. Any woQr teCW a p yro I at an apprentice wage rate, who is gistered o rwise employed as stated above, sh ai- leMn the applicable wage rate on the �e eaninatV"or the classification of work actually eVin ad ion, any apprentice performing work on job sitwin excess of the ratio permitted under the registered proRm 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 contractors or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant',to and individually registered in, iii 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 be6 greater ;than permitted under the plan approved by the EmployrMht and Training Administration. Every trainee musne 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 Page 3 of 5 form HUD- 10 (00/20D9) ret. Haramook 1344.1 IOWA 2012 CDBG MANAGEMENT GUIDE -APPENDIX 2 PAGE: 133 CJ �� t+ m detevrdnatton for the Worli-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 appropdate 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. Complian&with Davis -Bacon and Related Act Requirements, IIif and interpretations of the Davis- Bac�1d Red contained in 29 CFR Parts 1, 3, and(are here iinted by reference in this contract ALJ 9. Dis utesr-conc9o4ing labor standards. Disputes arismgWut of the lapwc5andards provisions of this contract shi�I of be jedH�he general disputes clause of this co =. Su disrolliL- shall be resolved in accordance with the pro(Mures o9e Department of Labor set forth in 29 CFR Parn, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firth who has an interest in the contractor's firm is a person or fine 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 Previous editions are obsolete (it) 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. Pane 3 &5 (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 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. form HUD -4010 (06=09) ref. Handbook 1344.1 IOWA 2012 CDBG MANAGEMENT GUIDE —APPENDIX 2 PAGE: 134 (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 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, (Public Law 91-54, 83 Stat 96). 40 USC 3701 at 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 Page 5 of 5 co w 0 form HUD -0010(1 DN) ref. Han k 13 I IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PAGE: 135 IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PAGE: 136 C* C* "- !"i rY rn 7. r d ^ m , w C.1 IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PAGE: 136 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. rn Cu • Iowa Civil Rights Act of 1965. � p 2 0 This Act mirrors the Federal Civil Rights Act. k ` s UJ —: c.) • Section 109 of Title I of the Housing and Community Development Act of 1974, asbhmhded-(42J@W-. 5309). '�'-IC-1 i.J A tt Provides that no person shall be excluded from participation in, denied the be'mef <ts of�r subjmed to discrimination on the basis of race, color, national origin, sex, age, or handicap unde€�rny program or activityfunded 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.) Provides 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. IOWA 2012 CDBG MANAGEMENT GUIDE - APPENDIX 2 PAGE 137 • 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 (e.g., 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 concerning restriction of lobbying: "The Recipient certifies, to the best of his or her knowledge and belief, that: i. Ngederg;kppropriated funds have been paid or will be paid, by or on behalf of the Recipient, to any [, peon lrftfluencing or attempting to influence an officer or employee of any agency, a Member of W Ceagre59typ officer or employee of Congress, or an employee of a Member of Congress in Jcc�gpecti Gith the awarding of any Federal contract, the making of any Federal grant, the making of arrp-Fec%TdRoan, the entering into of any cooperative agreement, and the extension, continuation, re&a ndment, or modification of any Federal contract, grant, loan, or cooperative agreement. Ca 0 ii. iffuns 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." IOWA 2012 CDBG MANAGEMENT GUIDE -APPENDIX 2 PAGE: 138 5. Lead-Safe Housing Regulations (As applicable) 24 CFR Part 35 et al. Requirements for Notification, Evaluation and Reduction of Lead-Based Paint Hazardsoglde§y OwM Residential Properties and Housing Receiving Federal Assistance, Final Rule r rri r M ALL CONTRACTS IN EXCESS OF $10,000 G� v �x Co In addition to the preceding provisions, all contracts in excess of $10,000 must include the follo4g 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 applicantsfor employment. Cu (4) The contractor will comply with all provisions of Executive Order No. 11246. of&. ptWhber 281965, and of the rules, regulations, and relevant orders of the Secretary of Labor. -�-4i� a W t (5) The contractor will furnish all information and reports required by ExecutiveNC 124tgfS September 24, 1965, and by the rules, regulations, and orders of the Secretary bor, . r pursuant thereto, and will permit access to his books, records, and accounts by the contract -mg agency and the Secretary of Labor for purposes of investigation to ascertain compliance with siteh rules, regulations, and orders. (6) In the event of the contractors 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 IOWA 2012 CDBG MANAGEMENT GUIDE -APPENDIX 2 PAGE: 139 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 d6fatractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a r6ij It 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 'En addition toth`c receding provisions, contracts in excess of $100,000 shall require compliance with the following; laws att8 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 Air 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. 18570-8) 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 as1 other requirements specified in said Section 114 and Section 308, and all regulations and guiipiines issued thereunder. Q a; T oK&-- CTOR agrees that as a condition for the award of the contract, prompt notice will be LLLLLLIII gin onotification received from the Director, Office of Federal Activities, Environmental J PrblectYa)Mgency, indicating that a facility utilized or to be utilized for the contract is under c&dtA4n to be listed on the Excluded Party Listing System. —Q (4) the CACTOR agrees that it will include or cause to be included the criteria and requirements arag'aph (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.) IOWA 2012 GDBG MANAGEMENT GUIDE - APPENDIX 2 PAGE: 140 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. IOWA 2012 CDBG MANAGEMENT GUIDE -APPENDIX 2 - q CJ w a� d r n h477 Cb w PAGE: 141 IOWA 2012 CDBG MANAGEMENT GUIDE -APPENDIX 2 PAGE: 142 `= v Y1 C') Y v C')Y, w IOWA 2012 CDBG MANAGEMENT GUIDE -APPENDIX 2 PAGE: 142 HR Green, Inc. Project No. 10100241 SECTION 01019 Rocky Shore Stormwater Pump Station Iowa City, Iowa CONTRACT CONSIDERATIONS PART GENERAL N O 1.01 SUMMARY A. Section Includes: n� M, 1. Schedule of Values. 2. Application for Payment. �� T 3. Change procedures. m = ' , 1.02 SCHEDULE OF VALUES y" _w A. Submit typed schedule on EJCDC 1910-8-E Application For Payment. Contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 15 days after date of Owner -Contractor Agreement. C. Format: Utilize the Bid Schedule in Section 00412. D. Include within each line item, a direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.03 APPLICATIONS FOR PAYMENT A. Submit three copies of each application on EJCDC 1910-8-E or similar, approved form. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. C. Payment Period: Once per calendar month. 1.04 CHANGE PROCEDURES A. Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by General Conditions by issuing supplemental instructions as a Field Order. B. Engineer may issue a Notice of Change which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within ten days. C. Contractor may propose changes by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the ne ason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Notice of Change and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. CONTRACT CONSIDERATIONS 01019-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa E. Unit Price Change Order: For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of Work which are not pre -determined, execute Work under a Work Directive Change. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. F. Work Directive Change: Engineer may issue a directive, on EJCDC 1910-8-F Work Directive Change (or similar form) signed by the Owner, instructing the Contractor to proceed with a change On the Work, for subsequent inclusion in a Change Order. Document will describe changes in the ',Work, and designate method of determining any change in Contract Sum/Price or Contract Time. -Promptly execute the change. ITP. .Time and Material Change Order: Submit itemized account and supporting data after completion of .change, within time limits indicated in the Conditions of the Contract. Engineer will determine the 'change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. H. Maintain detailed records of Work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. I. Change Order Forms: EJCDC 1910-8-B Change Order or similar, approved form. J. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. PART PRODUCTS Not applicable PART 3 EXECUTION Not applicable END OF SECTION CONTRACT CONSIDERATIONS 01019-2 ao to Q Qco cc ccO W a _J Cal— LL a ME .., o - o N CONTRACT CONSIDERATIONS 01019-2 HR Green, Inc. Project No. 10100241 SECTION 01025 Rocky Shore Stormwater Pump Station Iowa City, Iowa MEASUREMENT AND PAYMENT PART GENERAL 1.01 SUMMARY A. Section Includes: 1. Measurement and Payment- Unit Prices. o Dn 2. Application for Payment. -� 3 Retainage. 4 Partial Payments. fit' m 5 Final Payment. 6 Change Orders. � Sm 3 Q W 1.02 MEASUREMENT AND PAYMENT - UNIT PRICES D A. Work completed under the contract shall be measured by the Engineer with the unit of measurement outlined for specific bid items. Payment will be based on the actual quantity of work performed according to the various classes of work specified in the contract documents. B. Take all measurements and compute quantities. Engineer will verify measurements and quantities. C. Unit Quantities: Quantities and measurements indicated in the Bid Form are for contract purposes only. Quantities and measurements supplied or placed in the Work shall determine payment. Actual quantities provided will determine payment. D. Payment Includes: Full compensation for all required labor, Products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. E. Defect Assessment: The Work, or portions of the Work, not conforming to specified requirements, shall be replaced. If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct an appropriate remedy or adjust payment. F. Unless specifically noted as a bid item in the Form of Proposal, all other Work which must be performed to complete the project shall be considered as Incidental Work and the cost of such Work (including furnishing and installing materials) shall be included in the unit pricep-of itwlt of Work. 4 11 1.03 APPLICATION FOR PAYMENT o + 4 A. The Contractor shall submit his Application for Payment to the Engineer on'the firstkday of the month. B. The Application for Payment shall be made on the Pay Request form provided following this Section or an approved equal. C. The Application for Payment shall be based on the valuation of the Work done and materials and equipment not incorporated in the Work, but delivered and suitably stored at the site as of the last day of the preceding month. MEASUREMENT AND PAYMENT 01025-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa No payment will be made on account of materials and equipment stored at off site locations without the Owner's prior written approval to such payment. Such approval shall contain procedures to establish the Owner's title to and protect the Owner's interest in the materials and equipment including insurance, designate a location for storage, and provide for protection and transportation to the site. The Contractor shall submit such data substantiating his right to payment as the Owner/Engineer may require. 1.04 RETAINAGE A. To insurance the proper performance of the contract, the Owner will retain 5% of the amount due the Contractor on account of progress payments. B. Such Retainage will be retained by the Owner until final payment 1.06 PARTIAL PAYMENT A. The City of Iowa City makes partial payments once per calendar month. B. Payments will be considered by the City Council at a regular Council meeting, and payment will be made within 30 days following approval by the City Council. 1.06 FINAL PAYMENT A. When the Engineer has determined that the Work is acceptable under the Contract Documents and the Contract fully performed, the contractor shall prepare and submit his final Application for Payment to the Engineer together with lien waivers, sales tax statements, and other required submittals. 1.07 CHANGE ORDERS A. If the Owner desires a change in the Work, the Engineer will notify the Contractor and provide a written description, in the form of drawings or otherwise, of the change. B. The Contractor shall promptly submit to the Engineer in writing a firm proposal for changes in the Contract Sum and Contract Time, if any, resulting from the proposed change. C. The Owner shall have 30 days or such other time as may be agreed upon, in which to accept or eject the Contractor's proposal after its submission and the Contractor shall not modify or LQithdrthe proposal during this period without the Owner's consent. 0 Go �y,1��� �. 'rthe i:�rr[ractor may also propose changes by submitting a request for change to the Engineer, J rdescliti the proposed change and its full effect on the Work. Include a statement describing TRe %tion for the change, and the effect on the Contract Sum/Price and Contract Time with full U. and a statement describing the effect on Work by the Contractor. 1.08 QNTRACT BID ITEMS A. Traffic Control Lump sum price includes all traffic control as shown on the plans and specifications. All labor, material, rental fees, and inspections associated with the traffic control will be incidental to this bid item. MEASUREMENT AND PAYMENT 01025-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Mobilization Mobilization will be lump sum but paid in accordance with Section 2533.02 of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction. Signage required by the CDBG Required Contract Provisions shall be considered incidental to this item. C. Supervision Incidental to project bid. D. Temporary Facilities Incidental to project bid and in accordance with Section 01500. E. Temporary Utilities Incidental to project bid and in accordance with Section 01500. F. Equipment Rental and Misc. Incidental to project bid. G. Bid Items. Refer to individual Specification Sections for Measurement and Payment of Individual Bid Items. PART PRODUCTS Not applicable PART 3 EXECUTION Not applicable END OF SECTION r v MEASUREMENT AND PAYMENT 01025-3 HR Green, Inc. Project No. 10100241 SECTION 01070 ABBREVIATIONS PART1 GENERAL 1.01 GENERAL Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Wherever in these Specifications references are made to the standards, specifications, or other published data of the various international, national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these Specifications, the following acronyms or abbreviations which may appear in these Specifications shall have the meanings indicated herein. 1.02 ABBREVIATIONS AAMA Architectural Aluminum Manufacturer's Association AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ACI American Concrete Institute AFBMA Anti -Friction Bearing Manufacturer's Association, Inc. AGA American Gas Association o AGMA American Gear Manufacturers Association Al The Asphalt Instituter o AIA American Institute of Architects rn D. i C-:1 AISC American Institute of Steel Construction AISI American Iron and Steel Institute =1c� AITC American Institute of Timber Construction r j a AMCA Air Moving and Conditioning Association p� ANS American Nuclear Society Co ANSI American National Standards Institute, Inc. D w APA American Plywood Association ^� API American Petroleum Institute APWA American Public Works Association ASA Acoustical Society of America ASAEAmerican Society of Agricultural Engineers cu ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning EnginRrs ASME American Society of Mechanical Engineers ASQC American Society for Quality Control ASSEAmerican Society of Sanitary Engineers ASTM American Society for Testing and Materials A_ tj AWPA American Wood Preservers Association :_L, +-v 0 AWPI American Wood Preservers Institute AWS American Welding Society ti AWWA American Water Works Association BBC Basic Building Code, Building Officials & Code Administrators International BHMA Builders Hardware Manufacturer's Association CBM Certified Ballast Manufacturers CEMA Conveyors Equipment Manufacturer's Association CGA Compressed Gas Association CMA Concrete Masonry Association CRSI Concrete Reinforcing Steel Institute EIA Electronic Industries Association ETL Electrical Test Laboratories r M M LLI L _aa ABBREVIATIONS 01070-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ABBREVIATIONS 01070-2 EPA Environmental Protection Agency FM Factory Mutual System FPL Forest Products Laboratory HI Hydronics Institute IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IME Institute of Makers of Explosives IP Institute of Petroleum (London) IPC Institute of Printed Circuits ISA Instrument Society of America ISO International Organization for Standardization ITE Institute of Traffic Engineers MBMA Metal Building Manufacturer's Association MPTA Mechanical Power Transmission Association MSS Manufacturing Standardization Society NAAMM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers NBS National Bureau of Standards NEC National Electrical Code NEMA National Electrical Manufacturer's Association NFPANational Fire Protection Association NFPANational Forest Products Association NLGI National Lubricating Grease Institute NMA National Microfilm Association 1 §F National Sanitation Foundation NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Administration PGA Portland Cement Association PPI Plastics Pipe Institute RCRA Resource Conservation and Recovery Act RVIA Recreational Vehicle Industry Association RWMA Resistance Welder Manufacturer's Association SAE Society of Automotive Engineers mSAMA Scientific Apparatus Makers Association vrSMA ,jr Screen Manufacturers Association a 6@M SN Sheet Metal and Air Conditioning Contractors National Association X Society of the Plastics Industry, Inc. W -S -FPll�*,J,t} Southern Pine Inspection Bureau r$PFi�1_ Simplified Practice Recommendation -6SB&u Southern Standard Building Code, Southern Building Code Congress ASF!Q Steel Structures Painting Council SF4 Standard Specifications for Public Works Construction "-EIBC Uniform Building Code WJL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute WEF Water Environment Federation WIC Woodwork Institute of California WRI Wire Reinforcement Institute, Inc. WWPA Western Wood Products Association ABBREVIATIONS 01070-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa PART PRODUCTS Not applicable PART 3 EXECUTION Not applicable END OF SECTION ti 0 C7 e tiC O D'y n c') -G Z; C-; r r a oM w N ABBREVIATIONS 01070-3 HR Green, Inc. Project No. 10100241 SECTION 01090 REFERENCE STANDARDS PART GENERAL 1.01 GENERAL Rocky shore Stormwater Pump Station Iowa City, Iowa A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the Contractor has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as expert for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. 1. American Association of State Highway and Transportation Officials (AASHTO) 2. American Concrete Institute (ACI). 3. American Society for Testing Materials (ASTM). 4. Iowa Department of Transportation Standard Specifications (IDOT) and cu wnt SuImWemental Specifications �n C 5. American National Standards Institute (ANSI). D� 6. American Water Works Association (AWWA). 0..'c 7. American Welding Society (AWS). 8. Federal Specifications (FS). �f 9. National Electrical Safety Code (NESC). rn rn 10. Iowa Department of Transportation (IDOT). i� 11. Iowa Occupational Safety and Health Act of 1972 (IOSHA). D rw 12. Manual of Accident Prevention in Construction by Associated General Contn!! #pfAtnenc8. Inc. (AGC). 13. American Disabilities Act (ADA). 1—i w r 14. Statewide Urban Design and Specifications (SUDAS) Urban Standard Specificatronsi& Public - Improvements 2009 Edition 15. Standards & Codes of the State of Iowa and Ordinances of the City of Iowa City, Iowa. 16. Other Standards and Codes which may be applicable to acceptable standards of the industry for equipment, materials, and installation under the contract. REFERENCE STANDARDS 01090-1 HR Green, Inc. Project No. 10100241 Rocky shore Stormwater Pump Station Iowa City, Iowa B. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or furnishing labor. The Contractor shall bid for the most stringent requirements. C. The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. D. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. E. References herein to "OSHA Standards' shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. 1.03 REGULATIONS RELATED TO HAZARDOUS MATERIALS A. The Contractor is responsible that all work included in the Contract Documents, regardless if shown or not, shall comply with all EPA, OSHA, RCRA, NFPA, and any other Federal. State, and Local Regulations governing the storage and conveyance of hazardous materials, including petroleum products. B. Where no specific regulations exist, all chemical, hazardous, and petroleum product piping and storage in underground locations must be installed with double containment piping and tanks, or in separate concrete trenches and vaults, or with an approved lining which cannot be penetrated by the chemicals, unless waived in writing by the Owner. PART PRODUCTS Not applicable PART 3 EXECUTION Not applicable END OF SECTION REFERENCE STANDARDS 01090-2 d w O O �r rn nco� >-n >: LL W HQ O V� 0 N END OF SECTION REFERENCE STANDARDS 01090-2 HR Green, Inc. Project No. 10100241 SECTION 01300 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADMINISTRATIVE REQUIREMENTS PART GENERAL 1.01 SUMMARY A. Section Includes: 1. Submittal procedures. 2. Construction progress schedules. O LZ 3. Proposed products list. nA rr 4. Shop drawings. 5. Product data. 401 Z r 6. Samples. ;ern 7. Manufacturers' instructions. � = rn 8. Manufacturers' certificates. CO Q D 1.02 SUBMITTAL PROCEDURES Cl) A. Transmit each submittal with Contractor's standard submittal form. B. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordancewith the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Engineer review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promRtly report any inability to comply with provisions. ILi 1.03 CONSTRUCTION PROGRESS SCHEDULES L -y A. Submit initial progress schedule in duplicate within 15 days after date of Cj 5*-C6ptraChh— Agreement for Engineer review. �� w 0 B. Revise and resubmit as required. Once the initial schedule is approved by the City, it will become the baseline schedule that all subsequent submittals will be compared against. C. Submit revised schedules with Application for Payment, identifying changes since previous version. ADMINISTRATIVE REQUIREMENTS 01300-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa D. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, floatdates, and duration. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates, including those furnished by Owner and under Allowances. Any items that are delayed as compared to the baseline schedule must have a corrective action plan submitted with the schedule detailing the cause for the delay and identifying the corrective actions necessary complete the task within the original baseline schedule. 1.04 PROPOSED PRODUCTS LIST A. Within 15 days after date of Owner -Contractor Agreement, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.05 SHOP DRAWINGS A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. After review, reproduce and distribute in accordance with Article on Procedures above and for Record Documents described in Section 01700 - Contract Closeout. 1.06 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus two 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. C. After review, distribute in accordance with Article on Procedures above and provide copies for record Documents described in Section 01700 - Contract Closeout. U') Q 6Q:SA ES = C= r-1 W A. czSu amples to illustrate functional and aesthetic characteristics of the Product, with integral .J r—paiW kMd attachment devices. Coordinate sample submittals for interfacing work. LL B. �Suamples of finishes from the full range of manufacturers' standard colors, textures, and C3pafRfor Engineer's selection. o _ C. "' Include identification on each sample, with full Project information. D. Submit two samples as specified in individual specification Sections; one of which will be retained by Engineer. ADMINISTRATIVE REQUIREMENTS 01300-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa E. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.08 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.09 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART PRODUCTS Not applicable PART 3 EXECUTION Not applicable END OF SECTION 1 0 0 (r -T7 C5 _ m Dx CIO 0 w ro ADMINISTRATIVE REQUIREMENTS 01300-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa SECTION 01381 PRE -CONSTRUCTION AUDIO -VIDEO RECORDING PART GENERAL 1.01 SCOPE OF WORK A. Provide a high quality digital color audio/video recording of existing Project site surface conditions and internal building conditions as specified herein. 1.02 SUBMITTALS A. Qualifications and experience of the audio/video recording firm. The audio/video recording firm shall be knowledgeable in construction practices, experienced in recording of construction projects; and have performed recording on at least two previous projects involving sewer construction. B. One original and one copy of high quality digital color audio/video recordings of existing Project site surface conditions and internal building conditions taken 30 to 60 days prior to commencing Work. Recording shall be submitted a minimum of two weeks before commencing Work within 1,000 feet of any property. The Owner reserves the right to reject recordings because of poor quality, unintelligible audio, or uncontrolled pan or zoom. Any recording rejected by the Owner shall be re-recorded at no additional cost to Owner. Under no circumstance shall Work begin until Owner has received and accepted the recordings. N 0 PART 2PRODUCTS (NOT USED) �n p D.=,r n • 1 PART 3EXECUTION =1t'3 v %� M 3.01 COLOR AUDIO/VIDEO SURVEY oma► 0 D� 00 A. Audio/visual recordings of surface conditions shall include, but not be limiteo existing roadways, sidewalks, fences, curbs, driveways, buildings, structures, ditches, ab`o've ground utilities, landscaping, trees, culverts, headwalls, retaining walls, signage and other physical features located within 1,000 feet of the Construction Limits. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged itemg,yr as the Owner may direct. a� B. Audio/visual recordings of internal building conditions shall include the Torn Kilby Law O building, The Wig and Pen, and the two closest private residences to the sheet.pile bq installed on the east side of Rocky Shore Drive. Contractor shall obtain permission-from'the owners of private property prior to entering private property for the purpose of video recording. " C. All recording shall be done during clear weather in daylight hours. No recording shall be performed in rain, fog, snow, etc. 3.02 AUDIO AND VIDEO A. Recording shall be performed using commercial grade video equipment. Recordings shall be submitted in digital video disk (DVD) format. Properly identify all DVDs by number, location, project name, property owner name, and other information that Owner deems appropriate. PRE -CONSTRUCTION AUDIO/VIDEO RECORDING 01381 -1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. A record of the contents of each DVD shall be supplied by a run sheet identifying each segment in the DVD, location, street or road viewed, recording start- and stop -times, side (of street) being viewed, point starting from, traveling direction and ending destination point. C. Each DVD shall begin with a verbal description of the current date, the Owner's name, Project or Contract name and number, Contractor's name, and location information such as street name, direction of travel, viewing side, etc. The video recording's viewing screen shall contain translucent information, including date (month, date, and year) and time of the recording. D. Identify houses and buildings visually by house number, when visible, and describe in general terms the location relative to the Work. E. Adequate lighting, to produce the proper detail and perspective, shall be provided to fill in the shadow area caused by trees, structures, utility poles, road signs, and other such objects in residential areas. F. Information appearing on the recording must be continuous and run simultaneously by computer-generated translucent digital information. No editing or overlaying of information at a later date will be acceptable. G. Digital information shall be as follows: 1. Time 2. Date, showing month, day and year H. The rate of speed in the general direction of travel during the video recording shall not exceed 100 feet per minute. Panning rates and zoom -in and zoom -out rates shall be controlled sufficiently such that during playback, the picture shall be in focus and maintain clarity at all tirnes. 1. Written documentation shall coincide with the information on the recording so as to make easy retrieval of locations sought for at a later date. J. Video system shall have capability of producing hard copy prints of selected individual still frames. K. Audio shall be recorded at the same time as the video recording and provide the same information as on the video log sheet. Special commentary shall be given for unusual anditions of buildings, sidewalks and curbing, foundations, trees and shrubbery, etc. M, L. I DV nd DVD containers shall bear labels with the following information: Q %= Number W ner's Name of recording .J 4. >2rsgect Name and Number 6� �LWtion of recording o vo 0 N END OF SECTION PRE -CONSTRUCTION AUDIONIDEO RECORDING 01381 -2 HR Green, Inc. Project No. 10100241 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 SUMMARY Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Section Includes: 1. Quality assurance and control of installation. 2. References. 3. Field samples. N 4. Inspection and testing laboratory services. v 5. Manufacturers' field services and reports. a`-' n �n 1.02 QUALITY ASSURANCE/CONTROL OF INSTALLATION n.~< �.. =icy -r 1, A. Monitor quality control over suppliers, manufacturers, products, services, sRcf;ndigns, workmanship, to produce Work of specified quality. Oro = Q X75 co B. Comply fully with manufacturers' instructions, including each step in sequenceb w N C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.03 REFERENCES A. Conform to reference standard by date of issue current on date for receiving bids or date of Owner -Contractor Agreement when there are no Bids. 1.04 FIELD SAMPLES A. Install field samples at the site as required by individual specifications Sections for review. B. Acceptable samples represent a quality level for the Work. C. Where field sample is specified in individual Sections to be removed, clear area after field sample has been accepted by Engineer. 1.05 INSPECTION AND TESTING LABORATORY SERVICES A. Contractor will appoint and employ services of an independent firm to perform tests and other services specified in individual specification sections and as required by the Engineer. B. The independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Engineer. QUALITY CONTROL 01400-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa C. Reports will be submitted by the independent firm to the Engineer, in duplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify Engineerand independentfirm 24 hours priortoexpected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. E. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting will be charged ZJo the Contractor by deducting inspection or testing charges from the Contract Sum. c N'O6 rMIANUFACTURERS' FIELD SERVICES AND REPORTS `IA. I.Whenspecified in individual specification Sections, require material or Product suppliers or j i 7manufacturers to provide qualified service representatives to observe site conditions, conditions of 'surfaces and installation, quality of workmanship, start-up of equipment, test, adjust, and balance of equipment, and to initiate instructions when necessary. B. Individuals to report observations and site decisions or instructions given by Manufacturers Service Representatives to applicators or installers that are supplemental or contrary to manufacturers' written instructions. C. Submit report in duplicate within 30 days of observation to Engineer for review. PART 2 PRODUCTS Not applicable PART 3 EXECUTION Not applicable END OF SECTION QUALITY CONTROL 01400-2 co uo Q ao LLJ g 4 J%' ■L o c�3 .-, o QUALITY CONTROL 01400-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. 2. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. 3. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.02 TEMPORARY ELECTRICITY A. See Section 2520 of the "IDOT Standard Specifications". 1.03 TEMPORARY HEAT A. See Section 2520 of the "IDOT Standard Specifications". N 1.04 TELEPHONE SERVICE o 0 n A. See Section 2520 of the "IDOT Standard Specifications". -i c) r r r M 1.05 TEMPORARY WATER SERVICE prn _ g� CO A. Make suitable arrangements for temporary water service at Contractor's exnse if ewter is needed for construction or testing. ^� 1.06 TEMPORARY SANITARY FACILITIES cu A. Provide and maintain required facilities and enclosures. .� p LLJ <L- LA. 7 1.07 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Contractor may need 4d p ode dewatering operations which shall be at the Contractor's expense. B. Protect site from puddling or running water. Contractor may need to provide erosion c6ftols. 1.08 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. 1.09 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. 1.10 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. If materials are tracked onto the roadway, it shall be broomed clean to the satisfaction of the Engineer prior to ending work for the day of notification. PART PRODUCTS Not applicable PART 3 EXECUTION Not applicable ry� 1 ` O n A? �Q — h >-in nF� M 1� N Q] 0 00ZC Y� W Q Cr WO EL W ~Q O C73 END OF SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500-2 HR Green, Inc. Project No. 10100241 SECTION 01600 Rocky Shore Stormwater Pump Station Iowa City, Iowa MATERIAL AND EQUIPMENT PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Products. o 2. Transportation and handling. p 3. Storage and protection. �:n c 4. Product options. D=1 n 5. Substitutions. n� 1.02 PRODUCTS OM0000_���� M A. Products: Means new material, machinery, components, equipment, fixtur and systems forming the Work. Does not include machinery and equipment used or prep tion, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. 1.03 TRANSPORTATION AND HANDLING A. Transport and handle products in accordance with manufacturer's instructions B. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 1.04 STORAGE AND PROTECTION A. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. B. For exterior storage of fabricated products, place on sloped supports, above ground. C. Provide off-site storage and protection when site does not permit on-site. D. Cover products subject to deterioration with impervious sheet covering. Providevegtilation to wmiill condensation. L" 1.05 PRODUCT OPTIONS rj� A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. MATERIAL AND EQUIPMENT 01600-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 1.06 SUBSTITUTIONS A. Instructions to Bidders specify time restrictions for submitting requests for Substitutions during the bidding period to requirements specified in this Section. B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Cpntract Documents. D. A request constitutes a representation that the Contractor. I+ F; In_ Has investigated proposed product and determined that it meets or exceeds the quality level V of the specified product. M 2,. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the (z� Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. Substitution Submittal Procedure 1. Submit three copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART2 PRODUCTS Not applicable END OF SECTION MATERIAL AND EQUIPMENT 01600-2 co U-3 -. P ff3 M(ECglMON J _ 14bt E22 aNbC2ble J — '' "�- }U �� LL U HQ O_ m N END OF SECTION MATERIAL AND EQUIPMENT 01600-2 HR Green, Inc. Project No. 10100241 SECTION 01700 CONTRACT CLOSEOUT Rocky Shore Stormwater Pump Station Iowa City, Iowa PART GENERAL N o_ 1.01 SUMMARY O n o n� � _ A. Section Includes: �n r 1. Closeout procedures. 2. Project record documents. .<m a rn = Q 1.02 CLOSEOUT PROCEDURES x 00 > W A. Submit written certification that Contract Documents have been reviewed, Works been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D. Submit Contractor's Statement listing all Iowa sales/use taxes, waivers of liens from all Subcontractors and suppliers, and other items required by the Contract Documents. PART PRODUCTS Not applicable PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. T- 5. Reviewed shop drawings, product data, and samples. B. Store record documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Record Documents and Shop Drawings: Legibly mark each item to record acitrarc6m uction including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. E. Submit documents to Engineer prior to claim for final Application for Payment. CONTRACT CLOSEOUT 01700-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 3.02 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide spare parts, maintenance and extra materials in quantities specified in individual specification sections. B. Deliver to owner prior to substantial completion. 3.03 WARRANTIES AND BONDS A. Potain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within ten days after completion of the applicable item of work. Except for items put IiRto use with Owner's permission, leave date of beginning of time of warranty until the Date of ,$ubstantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. END OF SECTION CONTRACT CLOSEOUT 01700-2 07 V) Y} !11 _CO C � o J1' }U LL U LU M -Q U3 o CONTRACT CLOSEOUT 01700-2 HR Green, Inc. Project No. 10100241 SECTION 01732 SELECTIVE DEMOLITION PART1-GENERAL 1.01 RELATED DOCUMENTS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Drawings and general provisions of the Contract, including General and Supplementary A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.04 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1. Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.05 INFORMATIONAL SUBMITTALS A. Proposed Protection Measures: Submit report, including drawings, that indicates the measures proposed for protecting individuals and property, for dust control. Indicate proposed -locations and construction of barriers. Conditions and Division 1 Specification Sections, apply to this Section. g B. Schedule of Selective Demolition Activities: Indicate the following: 1.02 SUMMARY ZEno 1 . Coordination for shutoff, capping, and continuation of utility services. —n A. Section Includes: 3;"-.4 rn n —� 1. Demolition and removal of selected portions of building or structure. C . C. Pre -demolition Photographs or Video: Submit before Work begins. 2. Demolition and removal of selected site elements. �r :<r- a M �V 3. Salvage of existing items to be reused or recycled. M o� _ r1i 0 va co B. Related Requirements: y 1. Division 2 Section 02230 "Site Clearing" for site clearing and removal of apove- and below -grade improvements. 1.03 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. C. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.04 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1. Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.05 INFORMATIONAL SUBMITTALS A. Proposed Protection Measures: Submit report, including drawings, that indicates the measures proposed for protecting individuals and property, for dust control. Indicate proposed -locations and construction of barriers. O"Y B. Schedule of Selective Demolition Activities: Indicate the following: �L- 1 . Coordination for shutoff, capping, and continuation of utility services. -- C . C. Pre -demolition Photographs or Video: Submit before Work begins. A`r i� �.. �V 1.06 CLOSEOUT SUBMITTALS r1i 0 va A. Inventory: Submit a list of items that have been removed and salvaged. SELECTIVE DEMOLITION 01732-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.07 FIELD CONDITIONS A. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. B. Notify Engineer of discrepancies between existing conditions and Drawings before proceeding with selective demolition. C. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1 i Hazardous materials will be removed by Owner before start of the Work. .� 2. If suspected hazardous materials are encountered, do not disturb; immediately notify Engineer and Owner. Hazardous materials will be removed by Owner under a separate M contract. p Storage or sale of removed items or materials on-site is not permitted. E. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire -protection facilities in service during selective demolition operations. PART 2 -PRODUCTS 2.01 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Engineer. 4 3in Ui0ILITVICES AND MECHANICAL/ELECTRICAL SYSTEMS = Lb dgisti 3ervices/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, y,discort, and seal or cap off indicated utility services and mechanical/electrical systems .J EZvin. jQas to be selectively demolished. -) KAWr will arrange to shut off indicated services/systems when requested by Contractor. c o 0 N SELECTIVE DEMOLITION 01732-2 HR Green, Inc. Project No. 10100241 3.03 PREPARATION Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 3.04 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. END OF SECTION N O O D �++ n T n C -)-t r m o=_ :*;K co CA) W SELECTIVE DEMOLITION 01732-3 HR Green, Inc. Project No. 10100241 SECTION 01780 CLOSEOUT SUBMITTALS Rocky Shore Stormwater Pump Station Iowa City, Iowa PART1 GENERAL 1.01 SECTION INCLUDES H 0 A. Project Record Documents. B. Operation and Maintenance Data. n C. Instruction of Owner's Personnel. c7-< v r D. Warranties and Bonds. :<rn M z 1.02 SUBMITTALS g;K Co 0 A. Project Record Documents: Submit documents to Engineer with claim for finWrApplic�gon for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. 2. Submit three copies of approved data in final form prior to final inspection or acceptance. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. r.. PART 2 PRODUCTS - NOT USED 1 :�4L PART EXECUTION - 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store record documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. CLOSEOUT SUBMITTALS 01780-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. E. Submit documents to Engineer prior to claim for final Application for Payment. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. �f6. Product-Qate: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data for particular installation. Organize in consistent format under separate headings for different procedures. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. E. Copy of each warranty, Bond, and service contract issued. Provide information sheet for Owner's personnel, giving proper procedures in event of failure and instances which might affect validity of warranties or Bonds. 3.03 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owners designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Manual for equipment and systems shall constitute basis of instruction. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. 3.04 OPERWrION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS .,4 F%SEam of Equipment and Each System: L•� 1 D tion of unit or system, and component parts. W 2 I function, normal operating characteristics, and limiting conditions. —J I performance curves, with engineering data and tests. Cquote nomenclature and model number of replaceable parts. ams. *ra rocedures: Include start-up, break-in, and routine normal operating instructions and sequences Include regulation, control, stopping, shut -down, and emergency instructions. Falude summer, winter, and any special operating instructions. C. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. D. Provide servicing and lubrication schedule, and list of lubricants required. E. Include manufacturer's printed operation and maintenance instructions. F. Include sequence of operation by controls manufacturer. G. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. Include predicted life of parts subject to wear and list of items recommended to be stocked as spare parts. CLOSEOUT SUBMITTALS 01780-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa H. Provide control diagrams by controls manufacturer as installed. I. Provide Contractor's coordination drawings, with color coded piping diagrams as installed. J. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. K. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. L. Content for each electrical and electronic system, as appropriate. 1. Description of system and component parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data, and tests. c. Complete nomenclature and commercial number of replacement parts 2. Circuit directories of panel boards: a. Electrical service. b. Controls. _ c. Communications. CD 3. As -installed color coded wiring diagrams. qn 4. Operating procedures: n a. Routine and normal operating instructions. :;C) b. Sequences required. -<c— (m c. c. Special operating instructions. A 5. Maintenance procedures:7c a. Routine operations. y b. Guide to "trouble -shooting". c. Disassembly, repair, and assembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. M. Prepare and include additional data when need for such data becomes apparent during instruction of Owner's personnel. N. Additional Requirements: As specified in individual product specification sections. 3.05 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this section. 3. Skilled as technical writers to extent required to communicate essential data. 4. Skilled as draftsmen competent to prepare required drawings. B. Prepare data in the form of an instructional manual for use by Owner's personnel. C. Format: 8-1/2 x 11 inch paper with 20 Ib. minimum, white, for typed pages. D. Binders: Commercial quality, 8-1/2 by 11 inch (216 by 280 mm) binders with durable and cleanable plastic covers; 3 inch (762 mm) maximum ring size. When multiple binders are used, correlate data into related consistent groupings. 1. Label spine of binder with identity of general subject matter covered in manual. E. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify: title of Project, identity of separate structure as applicable; and identity of general subject matter covered in manual. CLOSEOUT SUBMITTALS 01780-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa F. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. G. Drawings: Provide with reinforced punched binder tab. Bind in with text, fold larger drawings to size of text pages. H. Contents: Neatly typewritten table of contents for each volume, arranged in systematic order with consecutive page numbers. 1. Contractor, name of responsible principal, address, and telephone number. 2. List of each product required to be included, indexed to content of volume. 3. List, with each product, name, address, and telephone number of: a. Subcontractor or installer. b. Maintenance contractor, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement and list of recommended spare parts. 4. Identify each product by product name and other identifying symbols as set forth in 7- Contract documents, including nameplate information and shop order numbers for each item of equipment furnished. g. Three -hole punch data for binding and composition; arrange printing so that punched holes do not obliterate data. 6. Material shall be suitable for reproduction, with quality equal to original. Photocopying of material will be acceptable, except for material containing photographs. —' I. rProvide 30 days prior to actual start-up. 3.06 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Include originals of each in operation and maintenance manuals, indexed separately on Table of Contents. END OF SECTION 00 an Q Q wo W aLLJ Vr �o 0 N CLOSEOUT SUBMITTALS 01780-4 HR Green, Inc. Rocky Shore Stormwajer PumL4tation Project No. 10100241 ctowa09, Iowa �c7n SECTION 02003 n� n VIBRATION MONITORING �r vrn T ,�•, co GENERAL PROVISIONS D� W W i This specification is intended to establish controls for sheet pile installation in the interest of protection of nearby structures, property, and underground utilities that remain in place. All of the contractor's responsibilities apply equally to any subcontractor involved in sheet pile installation activities. Sheet pile installation shall be allowed only during specific periods of time, as determined by the Engineer, according to locally applicable codes and necessary operational restrictions. The following provisions do not relieve the Contractor of any responsibility for damage caused by his operations, nor do they relieve the Contractor from compliance with all applicable federal, state, - county and city codes. In the event that a conflict occurs between this specification ant[Dther'podes,dt shall be resolved by the Engineer. DUTIES AND RESPONSIBILITIES Contractor — The Contractor shall engage the services of a Vibration Monitoring Engineer to install, monitor and report the vibration monitoring system data. The Contractor shall provide the Owner and Engineer with a schedule of sheet pile installation, such that the Vibration Monitoring Engineer has at least 2 weeks' notice to prepare and install the appropriate vibration monitoring equipment at the locations designated by the Engineer. The Contractor shall cooperate with the Owner, Engineer and Vibration Monitoring Engineer in the excavation and installation of the vibration monitoring system at each of the locations designated by the Engineer. The Contractor is responsible for safety. The Contractor will expose (providing shoring as needed) to buried utilities or structures to be protected and provide access for the Vibration Monitoring Engineer to attach the monitoring equipment. The Contractor shall also designate an on-site representative with the authority to direct the work, through whom the vibration monitoring results will be transmitted. Vibration Monitoring Engineer — The Vibration Monitoring Engineer shall design, install, monitor and report the vibration monitoring results to the Owner, Engineer and Contractor. Results of vibration monitoring that exceed the reporting threshold limits shall be immediately reported to the Contractor's designated representative at the time of occurrence and to the Engineer daily. Engineer — The Engineer shall be responsible for selecting the locations for vibration monitoring at nearby structures and underground utilities. In the event that a conflict occurs in the interpretation of this specification, it shall be resolved by the Engineer. LOCATIONS (STRUCUTRES AND UTILITIES) TO BE MONITORED A. Sheet pile near and crossing the existing utilities including water mains, sanitary force mains, sanitary sewer and storm sewers. The monitoring points shall be approved by the Owner and Engineer. 1) Provide monitoring points at 100 foot intervals along the closest existing water mains, storm sewers and sanitary sewer that are within the distances to sheet pile installations quantified in the Limiting Particle Velocity table below. B. Sheet pile near buildings. 1) Provide a minimum of two monitoring points at the Tom Riley Law Firm Office building, the Wig and Pen, and two points at the two closest private residences to the sheet pile VIBRATION MONITORING 02003- 1 HR Green, Inc- Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa c: i being installed on the east side of Rocky Shore Drive. The monitoring points shall be approved by the Owner and Engineer. JT;C. Sheet pile near buried gas lines. 1) Provide a minimum of one monitoring point at natural gas lines within the distances to sheet pile installations quantified in the Limiting Particle Velocity table below. The monitoring points shall be approved by the Owner and Engineer. GROUND 903RATION CONTROLS LLpe Gootr s advised that the ground vibration control limits defined herein may restrict his dl �onstwtiot tices, and that he should consider these limitations in preparing his bid. �f the Cunha r's operations cause vibrations that exceed 80% of the ground vibration limits as given elowr`i�or iiWonstruction activity, Contractor shall cease that activity. The Contractor and Vibration MondMing Egneer shall each submit a report to the Engineer. The reports shall include the vibration monfting data and a proposal from the Contractor for corrective action necessary to ensure that the specified limit is not exceeded for future activities. The Engineers permission must be obtained prior to the continuation, or beginning of any future vibration producing construction activities. If the Contractor's operations cause vibrations that exceed 100% of the ground vibration limit for any construction activity, the Vibration Monitoring Engineer shall immediately notify the Contractor and Engineer and all activities related to those causing the vibration shall be immediately stopped. The Contractor shall submit to the Engineer a report giving the construction parameter data and include the proposed corrective action for future construction events. In order to proceed with any further vibration producing activities, written permission must be obtained from the Engineer. The Engineer reserves the right to adjust the values designated in the following table, if, in his opinion, the sheet pile installation procedures being used are damaging the adjacent structures or utilities. Sheet pile installation shall be controlled by limiting the ground particle velocity. Peak particle velocity shall be the measure of the level of vibration, and it shall be measured with the instrumentation and methods described in this specification. Peak particle velocity shall satisfy the following controls and be conducted any time vibration producing activities are within the specified distance limits to critical structures: LIMITING PARTICLE VELOCITY VIBRATION MONITORING 02003-2 Distance to Begin Monitoring Structure and Condition (Sheet Pile Installation to Limiting Particle Velocity Structure) (in/sec) feet Residential Structures and 500 0.5 Commercial Buildings Industrial Buildings 100 2.0 Underground Gas/Petroleum 100 2.0 Pipelines Underground Utilities in Good Condition, As Identified by the 50 4.0 Engineer VIBRATION MONITORING 02003-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa DEFINITIONS The following definitions shall apply to the vibration controls: Peak particle displacement - the peak particle displacement is the maximum movement induced by the vibration. The displacement amplitudes are in units of mils (0.001 inch) zero to peak amplitude. The peak particle velocity (PPW is the maximum rate of change of position measured on the ground. The velocity amplitudes are given in units of inches zero to peak amplitude. The frequency of vibration is the number of oscillations that occur in 1 second. given are in hertz (cycles per second). with respig to time, pg secoqU (in/sec), :*A M a::� r, �ngt7M1cy `i" :fir y M rn o INSTRUMENTATION � LJ The Vibration Monitoring Engineer shall furnish, maintain and operate vibration monitors during any vibration producing activities that could, in the judgment of the Engineer, produce measurable ground vibrations. In the event that the Contractor chooses to have concurrent vibration producing activities at more than one location on the construction site, he shall notify the Engineer in writing at least two weeks prior to the commencement of such activities. The Engineer may require additional vibration monitoring instruments at each location depending on site parameters. No vibration producing activities within the distance limits shown in the table of Limiting Particle Velocity may be started until the appropriate instrumentation is installed. All vibration instruments shall be powered with batteries, and the Vibration Monitoring Engineer shall supply extension geophone and microphone cables so that the instruments can be placed within structures if outside temperatures drop below 32 degrees Fahrenheit. All vibration instruments shall be supplied with current calibration documents and shall be recalibrated on approximately a six- month use interval. At a minimum, instrument specific calibration curves of peak particle velocity input to peak particle velocity output shall be provided over the specified frequency ranges at both 0.5 and 1.0 ips for each instrument. When the measurement surface consists of rock, steel (or other metal), asphalt, or coripl:ete, the transducers shall be bolted to the measurement surface or bonded with high strength adhesive. On other surfaces the mass of the seismograph and/or transducer package may be sumcient for good coupling. —1 C : U-.� The Vibration Monitoring Engineer shall designate an individual in his organizatioq�c�i, ndgr'contract to him, who will be responsible for instrument coordination. The Vibration Monitoritgf!ngineer will be responsible for placing the instruments at measuring locations designated by the Engineer, and reading and recording the pertinent vibration event data. The Vibration Monitoring Engineei will report the data to the Engineer daily. The vibration monitor shall be an Instantel Blastemate II, or equivalent. This instrument shall be capable of measuring, recording and producing a hard copy of the frequency and peak particle velocity in three mutually perpendicular axes. ("Vector sum" instruments are not acceptable). The Vibration Monitoring Engineer shall maintain a log of all vibration -producing activities at which ground vibrations were measured. The log shall include the maximum peak particle velocity and its associated frequency, type and location of the vibration producing event, location of the geophones and closest distance from the vibration -producing event to the geophone(s). When vibration - VIBRATION MONITORING 02003-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa producing activities are in progress, the Vibration Monitoring Engineer shall submit daily reports to the Engineer which include all the vibration log data from that day. These reports shall be submitted daily, and no further vibration producing activity will be allowed until such reports are received by the Engineer. AIR OVERPRESSURE Air overpressure as covered herein, is defined as airborne pressure waves, resulting from sheet pile ipstall*t on operations. Noise is the high -frequency audible portion of air overpressure. The C,4ntractor shall be fully aware of the two different kinds of air pressure waves and of their .ossible adverse effects: A3 Low -Frequency Waves -These waves are inaudible but have the potential to crack r' buildings and break windows because they induce vibration in structures. 2) High -Frequency Waves -These waves are referred to as noise and cause community annoyance. This specification does not establish acceptable noise levels and does not relieve the contractor from obeying all OSHA and community noise standards. The contractor shall take the necessary time and effort to understand and conform to the existing noise ordinances in the community where the construction site is located. The contractor shall be informed of the noise radiation characteristics of his equipment (like impact pile drivers). This shall imply periodic measurements, despite the equipment manufacturer's noise specifications. END OF SECTION VIBRATION MONITORING 02003-4 r -- UM Q W a W �- J U r. Ll "r U$ O 0 N VIBRATION MONITORING 02003-4 HR Green, Inc. Project No. 10100241 SECTION 02240 DEWATERING PART1 GENERAL 1.01 RELATED DOCUMENTS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Drawings and general provisions of the Contract, including General Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes construction dewatering. B. Related Sections: 1. Division 2 Section "Excavation piling of excavations. 2. Division 2 Section "Earthwork" utilities. 1.03 PERFORMANCE REQUIREMENTS Support and Protection" for shoring N O Q6upFWmentan c7 -C — r 1n v .<m= M 9.0 bracing,�td sheet for excavating, backfilling, site grading, and for site A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control, remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades. Maintain ground water level a minimum of 2 feet below the lowest level of the excavation. 1. Delegated Design: Design dewatering system, including comprehensive engineering analysis by a qualified professional engineer, licensed in the state of Iowa using performance requirements and design criteria indicated. 2. Continuously monitor and maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. 3. Prevent surface water from entering excavations by grading, dikes, or other mews. 4. Accomplish dewatering without damaging existing buildings, structures;"and site improvements adjacent to excavation. 5. Remove dewatering system when no longer required for construction. 1.04 SUBMITTALS A. Shop Drawings: For dewatering system. Show arrangement, locations, and details of wells and well points; locations of risers, headers, filters, pumps, power units, and discharge lines; and means of discharge, control of sediment, and disposal of water. 1. Include layouts of piezometers and flow -measuring devices for monitoring performance of dewatering system. 2. Include a written plan for dewatering operations including control procedures to be adopted if dewatering problems arise. B. Delegated -Design Submittal: For dewatering system indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Qualification Data: For qualified Installer and professional engineer. D. Field quality -control reports. E. Other Informational Submittals: 1. Photographs: Show existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. DEWATERING 02240-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 1.05 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer that has specialized in dewatering work. B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning dewatering. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to dewatering including, but not limited to, the C-) ,following: — .,a_. Inspection and discussion of condition of site to be dewatered including ter— coordination with temporary erosion control measures and temporary controls and M c Mr protections. - :t;;Z; Proposed site clearing and excavations. Existing utilities and subsurface conditions. ..w d `. - Coordination for interruption, shutoff, capping, and continuation of utility services. cI) e. Construction schedule. Verify availability of Installer's personnel, equipment, and facilities needed to make progress and avoid delays. f. Testing and monitoring of dewatering system. 1.06 PROJECT CONDITIONS A. Interruption of Existing Utilities: Do not interrupt any utility serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to pgvide temporary utility according to requirements indicated: 1tn Not' Owner no fewer than two days in advance of proposed interruption of utility. 22 t proceed with interruption of utility without Owner's written permission. UJ Zje Information: A geotechnical report has been prepared for this Project and is Jila�Etcr information only. The opinions expressed in this report are those of geotechnical engingorcnd represent interpretations of subsoil conditions, tests, and results of analyses c&dutMd(by geotechnical engineer. Owner will not be responsible for interpretations or =mcl drawn from this data. o MZ additional test borings and conduct other exploratory operations necessary for N dewatering. 2. The geotechnical report is referenced elsewhere in the Project Manual. C. Survey Work: Engage a qualified land surveyor or professional engineer to survey adjacent existing buildings, structures, and site improvements, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION 3.01 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. 1. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. DEWATERING 02240-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Provide temporary grading to facilitate dewatering and control of surface water. D. Monitor dewatering systems continuously.V p E. Promptly repair damages to adjacent facilities caused by dewatering. :-*C-) n ro 'n —4 c7. F. Protect and maintain temporary erosion and sedimentation controls, which suifieto. Division 1 during dewatering operations. '4r ;<r n = M 3.02 INSTALLATION o'er 0 x A. Install dewatering system utilizing wells, well points, or similar methods ciplete co pump equipment, standby power and pumps, filter material gradation, valves, appurtenanGps, water disposal, and surface -water controls. 1. Space well points or wells at intervals required to provide sufficient dewatering. 2. Use filters or other means to prevent pumping of fine sands or silts from the subsurface. B. Before excavating below ground -water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed or until dewatering is no longer required. C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water -bearing strata above and below. bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open -sump pumping that leads to loss of fines, soil 'piping, subgrade softening, and slope instability. D. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. 1. Maintain piezometric water level a minimum of 24 inches (600 mm) below surface of excavation. E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water and sediment in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. F. Provide standby equipment on site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. 1. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches (900 mm) below overlying construction. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. END OF SECTION DEWATERING 02240-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa SECTION 02260 0 EXCAVATION SUPPORT AND PROTECTIONrri 4+ 0 PART 1 -GENERAL C-1 r- 1.01 RELATED DOCUMENTS Gm a RI A. Drawings and general provisions of the Contract, including General al�a-�Jup&menCp Conditions and Division 1 Specification Sections, apply to this Section. y w w 1.02 SUMMARY A. Section includes temporary excavation support and protection systems. B. Related Sections: 1. Division 1 Section "Temporary Facilities and Controls" for temporary utilities and support facilities. 2. Division 2 Section "Dewatering" for dewatering system for excavations. 1.03 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. 1. Delegated Design: Design excavation support and protection system, including comprehensive engineering analysis by a qualified professional engineer licensed in the state of Iowa, using performance requirements and design criteria indicated. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Install excavation support and protection systems without damaging existing buildings„ structures, and site improvements adjacent to excavation. - -y 4. Monitor vibrations, settlements, and movements. �L 1.04 SUBMITTALS) o A. First paragraph below is defined in Division 1 Section "Submittal Procedures' as an "Action Submittal." Retain if Contractor is not required to assume responsibility for design. B. Shop Drawings: For excavation support and protection system. C. Delegated -Design Submittal: For excavation support and protection system indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. D. Qualification Data: For qualified professional engineer. 1.05 PROJECT CONDITIONS A. Interruption of Existing Utilities: Do not interrupt any utility serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility according to requirements indicated: 1. Notify Owner no fewer than two days in advance of proposed interruption of utility. 2. Do not proceed with interruption of utility without Owner's written permission. EXCAVATION SUPPORT AND PROTECTION 02260-1 HR Green, Inc. Project No. 10100241 PART 2 -PRODUCTS Rocky Shore Stormwater Pump Station Iowa City, Iowa 2.01 MATERIALS A. General: Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A 36/A 36M, ASTM A 690/A 690M, or ASTM A 992/A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/A 572M, or ASTM A 690/A 690M; with continuous interlocks. D. Wood Lagging: Lumber, mixed hardwood, nominal rough thickness of size and strength required for application. E. Cast -in -Place Concrete: ACI 301, of compressive strength required for application. F. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. G. Tiebacks: Steel bars, ASTM A 722/A 722M. H. Tiebacks: Steel strand, ASTM A 416/A 416M. PART 3 -EXECUTION 3.01 PREPARATION r__ A. BDotect s-Ouctures, utilities, sidewalks, pavements, and other facilities from damage caused by g®ttle, lateral movement, undermining, washout, and other hazards that could develop Burindpnq2avation support and protection system operations. (L 1Y 5I ae, support, and protect utilities encountered. Install>eiawation support and protection systems to ensure minimum interference with roads, Wjeett;g6lks, and other adjacent occupied and used facilities. 4P � of close or obstruct streets, walks, or other adjacent occupied or used facilities cMut permission from Owner and authorities having jurisdiction. Provide alternate 4 routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces are not impeded. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.02 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. Accurately place the piling, using templates and guide frames unless otherwise recommended in writing by the sheet piling manufacturer. Limit vertical offset of EXCAVATION SUPPORT AND PROTECTION 02260-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa adjacent sheet piling to 60 inches (1500 mm). Accurately align exposed faces of sheet piling to vary not more than 2 inches (50 mm) from a horizontal line and not more than 1:120 out of vertical alignment. Cut tops of sheet piling to uniform elevation at top of excavation. 3.03 TIEBACKS A. Tiebacks: Drill, install, grout, and tension tiebacks. Test load -carrying capacity of each tieback and replace and retest deficient tiebacks. 1. Test loading shall be observed by a qualified professional engineer responsible for design of excavation support and protection system. 2. Maintain tiebacks in place until permanent construction is able to withstand lateral soil and hydrostatic pressures. 3.04 BRACING A. Bracing: Locate bracing to clear columns, floor framing construction, and other permanent work. If necessary to move brace, install new bracing before removing original brace. 1. Do not place bracing where it will be cast into or included in permanent concrete work unless otherwise approved by Architect. 2. Install internal bracing, if required, to prevent spreading or distortion of braced frames. 3. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. 3.05 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. 1. Fill voids immediately with approved backfill compacted to density specified in Division 2 Section "Earthwork." 2. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by removing excavation support and protection systems. END OF SECTION O` o —r n r nT c O w EXCAVATION SUPPORT AND PROTECTION 02260-3 HR Green, Inc. Project No. 10100241 SECTION 02300 EARTHWORK PART 1 -GENERAL 1.01 RELATED DOCUMENTS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Drawings and general provisions of the Contract, including General and Surgementary Conditions and Division 1 Specification Sections, apply to this Section.41 1.02 SUMMARY 0 D� c c A. This Section includes the following: 1. Excavation and Disposal of Existing Fill — Class 13�m n m 2. Embankment Soils (In Place) p= m Q 3. Impervious Structural Fill (In Place) 4. Satisfactory Soils D W 5. Rock Excavation r B. Related Sections include the following: 1. Division 2 Section "Dewatering" for lowering and disposing of ground water during construction. 1.03 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. 1. Bedding Material Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. c� B. Base Course: Course placed between the subbase course and hot -mix asphalt paving.• � � t C. Foundation Bedding Course: Course placed over the excavated subgrade in a trench befbm. laying pipe. - D. Drainage Course: Course supporting the slab -on -grade that also minimizes upward capillary flow of pore water. E. Embankment- Fill placement to the designated line and grade for embankment construction. Embankment area will also include fill placement in embankment foundation excavated areas. F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Engineer. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. EARTHWORK 02300-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa H. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. (0.57 cu. m) or more in volume that exceed a standard penetration resistance of 100 blows/2 inches (97 blows/50 mm) when tested by an independent geotechnical testing agency, according to ASTM D 1586. I. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. J. Subbase Course: Course placed between the subgrade and base course for hot -mix asphalt rr Pavement, or course placed between the subgrade and a cement concrete pavement or a gement concrete or hot -mix asphalt walk. - It. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or !backfill immediately below subbase, drainage fill, or topsoil materials. �r L. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground Services within buildings. M. Existing Fill: Material previously placed by man and not natural forces. N. Native Soils: Non -fill material that was placed by natural forces such as sedimentation, glaciation or air deposition with a minimum bearing capacity of 2,000 pounds per square foot. O. Buried Waste: Non -soil, non -rock material such as ash, cinders, household rubbish, wood or construction demolition debris. 1.04 SUBMITTALS A. `Raterial est Reports: From a qualified testing agency indicating and interpreting test results CtOr ance of the following with requirements indicated: r . , 7Q.bankment Soils and Impervious Structural Fill material source (location). W `r.. ossification according to ASTM D 2487 of each on-site and off-site soil material J r`Citroposed for fill and backfill. One test result is to be submitted for each soil material � '�-Oource location and at changes in soil type. LL 03. U r4»boratory compaction curve according to ASTM D 698 for each on-site and off-site soil �., lateriai proposed for fill and backfill. One test result is to be submitted for each soil o -material source location and at changes in soil type. 4. Liquid limit and plasticity index test results according to ASTM D 4318 for each cohesive on-site and off-site soil material proposed for fill and backfill. One test result is to be submitted for each soil material source location and at changes in soil type. 5. Remolded permeability test results according to ASTM D 5084 for Embankment Soils and Impervious Structural Fill. One test result is to be submitted for each soil material source location and at changes in soil type. 6. % passing no. 200 sieve test results according to ASTM D 1140 for Embankment Soils and Impervious Structural Fill. One test result is to be submitted for each soil material source location and at changes in soil type. 1.05 QUALITY ASSURANCE A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock -definition testing, as documented according to ASTM D 3740 and ASTM E 548. EARTHWORK 02300-2 HR Green, Inc. Project No. 10100241 1.06 PROJECT CONDITIONS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. 3. Contact utility -locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. 1.07 MEASUREMENT AND PAYMENT A. Excavation and Disposal of Existing Fill – Class 13 Properly disposed of existing satisfactory and unsatisfactory soils will be paid at the contract unit price per cubic yard for Excavation and Disposal of Existing Fill – Class 13. This item covers any material requiring excavation regardless of its nature. The quantity used for payment will be the bid quantity. B. Embankment Soils (In Place) Properly classified fill material satisfactorily placed and compacted in the embankment and its foundation, including the above -grade berm, embankment foundation excavation, key trench, cut-off, and inspection trench will be paid at the contract unit price per cubic yard for Embankment Soils (In -Place). The quantity used for payment will be the bid quantity. C. Impervious Structural Fill (In Place) Properly classified fill material satisfactorily placed and compacted for structural fill will be paid at the contract unit price per cubic yard for Impervious Structural Fill (In Place). The quantity;�� used for payment will be the bid quantity. D. Satisfactory Soils (In Place) v Properly classified fill material satisfactorily placed and compacted will be paid at the=ntract unit price per cubic yard for Satisfactory Soils (In Place). The quantity used for payment will be the bid quantity. E. Rock Excavation Properly classified rock material shall be measured and paid for by cubic yard removed. The payment for rock excavation shall include equipment, tools, labor, disposal and all incidental work necessary to make the excavation complete. No on-site burial of excavated rock materials will be allowed. 11 tv PART 2 - PRODUCTS a n 2.01 SOIL MATERIALS "1i V A. General: Provide borrow soil materials when sufficient satisfactory so-ter:i�ls art available from excavations. 9 Z , + I x 0 W EARTHWORK 02300-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Embankment Soils: The material shall consist of approved materials that are free of organic matter and debris. The soil shall be of classification CL in accordance with the Unified Soil Classification System obtained from glacial till deposits. The soil shall have a liquid limit less than 45, a plasticity index of 15 or more, at least 70% passing the No. 200 sieve, and a remolded permeability of 1 x10,' cm/sec or less. C. Impervious Structural Fill: The material shall consist of approved materials that are free of organic matter and debris. The soil shall be of classification CL in accordance with the Unified Soil Classification System obtained from glacial till deposits. The soil shall have a liquid limit less than 45, a plasticity index between 15 and 23, at least 70% passing the No. 200 sieve, and a remolded permeability of 1x10-7 cm/sec or less. D. Satisfactory Soils: This fill can be of two types, low plasticity cohesive and granular. Low plasticity cohesive soils shall be of classifications CL -ML or CL in accordance with the Unified Soil Classification System. Low volume change cohesive soil would have a liquid limit less than 45 and a plasticity index of less than 23. Granular soils used for general site grading fill material can be of classifications GW, GP, GM, GC, SW, SP, SM, SC, SP -SM, and SP -SC in accordance with the Unified Soil Classification System. Beneath new pavements low volume change cohesive soil or granular soils shall be used. E. Unsatisfactory Soils: Soils that do not meet the requirements listed in "Satisfactory Soils." 1. Unsatisfactory soils also include satisfactory soils not maintained within 3 percent of optimum moisture content at time of compaction for granular soils and not within -2% to +4% for cohesive soils. F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand, ASTM D 2940; with at least 90 percent passing a 1-1/2- r— inch (37.5 -mm) sieve and not more than 12 percent passing a No. 200 (0.075 -mm) sieve. to Q G. jp Tokc3i! Material: Cohesive soil containing sand and vegetation organics: Low to moderate = pla Sly silty clay material of the "CL" or "CL -ML" group in accordance with, the Unified Soil w Q CI'R'g'!)&ation System. Also, SC and SM groups with trace organics. Suitable topsoil stripped J r foK.0lfiankment construction and other construction operations shall be salvaged and used for -- to� replacement. LJL W— Q v H. o Rxcavation: Material deposits so firmly cemented together that the material cannot be o removed without continuous use of pneumatic tools. N PART 3 - EXECUTION 3.01 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. c^ `Provide -protective insulating `4neezing temperatures or frost. `r C-, y ^� c' EARTHWORK materials to protect subgrades and foundation soils against 02300-4 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 3.02 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. Groundwater must be maintained a minimum of 2 ft. below lowest excavation depth. 1. Install a dewatering system, specified in Division 2 Section "Dewatering". Maintain until dewatering is no longer required. 3.03 A. 3.04 A. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system, specified in Division 2 Section "Dewatering," to keep subgrades dry and convey ground water away from basement excavations. Maintain until dewatering is no longer required. O c.. EXPLOSIVES D -in "-< - r �n J Explosives: Do not use explosives. :<r— a. m m = STRIPPING FOUNDATION AREA E5 coQ D Foundation areas to be covered by embankment soils shall be stripped and/or excav:Wd to the depths shown on the drawings. Foundations shall be stripped to sufficient depth to remove all material not suitable for embankment foundation, including topsoil, soft unstable soil, organic matter, sand pockets and other objectionable material. B. Stripping and filling of depressions shall be closely coordinated with grubbing of the embank, t ment foundations as required to prevent ponding of water. The CONTRACTOR. shall provide{ . adequate drainage of the area at all times after stripping and prior to embankment placemen C. The soil surface exposed after removal of all foundation stripping materials shall be scarified tem a depth of 6 in. just prior to placing the first layer of embankment material, to ensure bond be- tween the foundation floor and embankment fill. The slopes and bottoms of cut-off and key trenches shall also be scarified to a depth of 6 in. D. Upon completion of the foundation stripping or excavation, the area shall be leveled and rolled with a sheepsfoot roller prior to the placement of embankment material. 3.05 DISPOSAL OF FOUNDATION STRIPPING MATERIALS A. Disposal of foundation stripping materials shall be at designated disposal sites indicated on the drawings. Disposal areas shall be subject to clearing and grubbing and topsoil removal prior to disposal of foundation stripping materials. Disposal of foundation stripping materials shall be subject to Type A Compaction as defined in Section 2107.05 of the "Standard Specifications for Highway and Bridge Construction, Iowa Department of Transportation, Series of 2001" and all current supplemental specifications. B. Foundation stripping materials may be stockpiled in the disposal areas prior to final placement and compaction. Finish grades will be as indicated on the drawings, minus 6 in. for topsoil placement. EARTHWORK 02300-5 HR Green, Inc. Project No. 10100241 3.06 EMBANKMENT SOILS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. No fill shall be placed on any part of the embankment foundations until the areas have been inspected. No fill shall be placed upon a frozen surface, nor shall snow, ice or frozen earth be incorporated in the embankment. B. The embankment material shall be placed in loose layers not to exceed nine (9) in. in thickness and shall be compacted to a minimum of 95 percent of the embankment material's maximum dry density as determined by the Standard Proctor Test. Lift thickness should be reduced to 4 inches in loose thickness when hand equipment (e.g., jumping jack, vibratory plate compactor) is used. The embankment material shall be placed in a range of zero (0) to three (4) percent above the optimum moisture content in order to provide a low permeability homogenous compacted fill and to minimize cracking. C. The moisture content shall be as uniform as practicable throughout any one layer of embank- ment material. Material that is too wet shall be spread on the embankments and permitted to -.dry, assisted by disking or harrowing, if necessary, until the moisture content is reduced to an amount within the specified limits. When the material is too dry, the CONTRACTOR will be re -squired to sprinkle each layer on the fill. Harrowing, or other approved methods, will be required .� rt to work the moisture into the material until a uniform distribution of moisture is obtained. Water -applied on a layer of fill shall be accurately controlled in amount so that free water will not ap- t pear on the surface during or subsequent to rolling. Should too much water be added to any M part of the embankment, so that the material is too wet to obtain the desired compaction, the =rolling and all work on that section of the embankment shall be delayed until the moisture con - .tent of the material is reduced to an amount within the specified limits. If the top or contact sur- cface of the fill becomes too dry to permit suitable bond, the CONTRACTOR shall scarify the material, dampen the loosened material to an acceptable moisture content and recompact to Me specified density. U") j=p. eAs s - s practicable after commencement of construction of any section of the embankment, Abe I portion thereof shall be raised or crowned with grades not to exceed two (2) percent W '$o t W surface of the fill will drain freely and shall be so maintained during construction. If J r4he 6eYtacted surface of any layer of material, exclusive of pervious material is determined to LLbe taysibooth to bond properly with the succeeding layers, it shall be loosened by harrowing LL , Sr other approved method, before the succeeding layer is placed thereon. During the �umpiqS and spreading processes, the CONTRACTOR shall maintain at all times a force of ,gnen adequate to remove all roots and debris from all embankment materials and all stones of "treater than 6 in. in maximum dimensions from impervious materials. Such stones, roots and debris shall be removed from the embankment and disposed of in an approved manner. The entire surface of any section of the embankments under construction shall be maintained in such condition -that construction equipment can travel on any part of any one section. Ruts in the surface of any layer shall be filled satisfactorily before compacting. E. After impervious embankment fill material has been dumped and spread, it shall be disked or harrowed as may be required to break up and blend the fill materials. When the fill material has been adequately broken up and the moisture content is satisfactory, the material shall be com- pacted by making as many passes with the tamping (sheepsfoot) rollers as may be necessary to,obtain the required 98 percent of standard proctor dry density. Portions of the fill which are not accessible to the roller shall be placed in 6 -in, layers and compacted with power tampers to a degree equal to that obtained in other portions of the compacted fill by rolling as specified. Dumping, spreading, sprinkling and compacting may be performed at the same time at different points along a section when there is sufficient area to permit these operations to proceed simul- taneously. When, the prosecution of the work, excavation precedes fill to such an extent that the materials excavated cannot be placed directly in the embankment, such materials shall be stockpiled at approved locations adjacent to the work until their use is authorized. No additional EARTHWORK 02300-6 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa payment will be made for such stockpiling or for the reloading and hauling of this material to its final position. Each layer of the embankment shall be constructed continuously and approximately horizontal across the full width and length of the embankment. 3.07 EXCAVATION, GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. Changes in the Contract Sum or the Contract Time may be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 3.08 EXCAVATION FOR STRUCTURES A. Excavate to indicate elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Excavation for Basement, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended as bearing surfaces. 3.09 ROCK EXCAVATION A. When excavation to the finished gradeline results in a surface consisting of fragmented or solid rock, excavate 1.0 foot below the finish grade of the design foundation or subgrade surface elevation. No rock larger than 3 inches will be allowed within one foot of the subgrade. Contractor shall allow the Owner the opportunity to inspect and measure excavation prior to any backfill material placement. 3.10 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations and subgrades. is cu 3.11 EXCAVATION FOR UTILITY TRENCHES cY i9 E 1] is7 A. Excavate trenches to indicated gradients, lines, depths, and elevations. Ld 1. Beyond building perimeter, excavate trenches to allow installation of top of pie below, frost line. La .-- W B. Excavate trenches to uniform widths to provide the following clearance on each sideo pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches (3F mm)ZJpher than top of pipe or conduit, unless otherwise indicated. 1. Clearance: As indicated. ny rn i(7 V r r- r+] a rn o� = D co Q w r EARTHWORK 02300-7 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. For pipes and conduit less than 6 inches (150 mm) in nominal diameter and flat- bottomed, multiple -duct conduit units, hand -excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit 6 inches (150 mm) or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. 3. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. D. Trench Bottoms: Excavate trenches 4 inches (100 mm) deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. 1. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.12 SUBGRADE INSPECTION A. Notify Engineer when excavations have reached required subgrade. B. If Engineer determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof -roll subgrade below the building slabs and pavements with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. 1. Completely proof -roll subgrade in one direction, repeating proof -rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph (5 km/h). 2. Proof -roll with a loaded 10 -wheel, tandem -axle dump truck weighing not less than 15 tons (13.6 tons). 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Engineer, and replace with compacted backfill or fill as directed. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. E. rReconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or Llqpnstruon activities, as directed by Engineer, without additional compensation. Im IAURIZED EXCAVATION c w W/1. dill horized excavation under foundations or wall footings by extending bottom elevation �! -of cpaamte foundation or footing to excavation bottom, without altering top elevation. Lean c4onegtgfill, with 28 -day compressive strength of 2500 psi (17.2 MPa), may be used when U. oppfei by Engineer. !2unauthorized excavations under other construction or utility pipe as directed by Engineer. 3. ST(%AoE OF SOIL MATERIALS Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. 3 1 Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. EARTHWORK 02300-8 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.15 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.16 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 3 Section "Cast -in -Place Concrete." D. Provide 4 -inch- (100 -mm-) thick, concrete -base slab support for piping or conduit less than 30 inches (750 mm) below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches (100 mm) of concrete before backfilling or placing roadway subbase. E. Place and compact initial backfill of subbase material, free of particles larger than 1 inch (25 mm) in any dimension, to a height of 12 inches (300 mm) over the utility pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. F. Backfill voids with satisfactory soil while installing and removing shoring and bracing. G. Place and compact final backfill of satisfactory soil to final subgrade elevation.o wf H. Install warning tape directly above utilities, 12 inches (300 mm) below finished gT�.�d0xoeprn inches (150 mm) below subgrade under pavements and slabs. 3.17 SOIL FILL 0 A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical toritWntal JZ11 material will bond with existing material. ca 4— B. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. EARTHWORK 02300-9 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill. C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.18 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 3 percent of optimum moisture content for cohesive soils and -2% to +4% of optimum moisture content for granular soils unless specifically mentioned below. 1. Embankment Soils: The material shall be within a range of moisture contents for compaction from 0% to +4%. 2. Impervious Structural Fill: The material shall be within a range of moisture contents for compaction from 0% to +3%. 3. Satisfactory Soils: The material shall be within a range of moisture contents for compaction from -3% to +3%. 4. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 5. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content range and is too wet to compact to specified dry unit weight. 3.19 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 9 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact the top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill soil material at 95 percent for low plasticity cohesive soils or 98% for granular soils. Under all pavements that will carry vehicular traffic the top 12 inches (300 mm) of backfill shall be compacted r to 98%. to 2. aUnder walkways, scarify and recompact top 6 inches (150 mm) below subgrade and ap Y compact each layer of backfill or fill soil material at 92 percent. Q S ;3�cUnder lawn or unpaved areas, scarify and recompact top 6 inches (150 mm) below W Q J>:.subgrade and compact each layer of backfill or fill soil material at 85 percent. CS 4vt_For utility trenches, compact each layer of initial and final backfill soil material at 85 --+�' c">-vp9rcent, unless under structures, sidewalks, or pavements. v'S{"-c*pr wall backfill not under structures, compact each layer at 95%. l.. op— cm embankment Soils: The material shall be compacted to 95%. `= 7- mpervious Structural Fill: The material shall be compacted to 98%. N $ Satisfactory Soils: The material shall be compacted to 98%. If the granular material is coarse sand or gravel, is of a uniform size, or has low fines content, compaction comparison to relative density may be more appropriate. In this case, granular materials should be compacted to at least 70% relative density (ASTM D 4253-00 and D 4254-00). EARTHWORK 02300-10 HR Green, Inc. Project No. 10100241 3.20 GRADING Rocky Shore Stormwater Pump Station Iowa City, Iowa A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch (25 mm). o 2. Walks: Plus or minus 1 inch (25 mm). p 4+ 3. Pavements: Plus or minus 1/2 inch (13 mm). m D=r f7 C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch (R -n) Zen t s ed with a 10 -foot (3-m) straightedge. -er- 3.21 DRAINAGE COURSE A. Place drainage course on subgrades free of mud, frost, snow, or ice. V_ rn �= a rn v D B. On prepared subgrade, place and compact drainage course under cast -in-place concrete slabs -on -grade as follows: 1. Place drainage course 6 inches (150 mm) or less in compacted thickness in a single layer. 2. Place drainage course that exceeds 6 inches (150 mm) in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick. 3. Compact each layer of drainage course to required cross sections and thicknesses to not less than 98 percent of maximum dry unit weight according to ASTM D 698. 3.22 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Engineer. D. Embankment Soils compaction: Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Field compaction testing (in-place moisture and density) will be performed in accordance with ASTM D-2922. Field density test frequency shall be at least one test per each 10 cubic yards placed within areas adjacent to structures, a minimum of two tests shall be performed for each manhole or gatewell structure located within the embankment. Field density test frequency shall be at least one test per 100 cubic yards in open areas of the embankment. A minimum of three tests shall be completed for any lift of fill. Locations of field density tests shall be subject to approval by the Owner. EARTHWORK 02300-11 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa E. Impervious Structural Backfill compaction: Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Field compaction testing (in-place moisture and density) will be performed in accordance with ASTM D-2922. Field density test frequency shall be at least one test per each 10 cubic yards placed within areas below floodwall footings. A minimum of three tests shall be completed for any lift of fill. Locations of field density tests shall be subject to approval by the Owner. F. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: M Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill a� layer, at least 1 test for every 2000 sq. ft. (186 sq. m) or less of paved area or building �- o :slab, but in no rase fewer than 3 tests. j Flood Wall Backfill Above Footing: At each compacted backfill layer, at least 1 test for _ :each 100 feet (30 m) or less of wall length, but no fewer than 2 tests. 3 Trench Backfill: At each compacted initial and final backfill layer, at least 1 test for each M 150 feet (46 m) or less of trench length, but no fewer than 2 tests. G. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.23 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.24 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory and unsatisfactory soil to designated storage areas on Owner's property and stockpile soils as directed. END OF SECTION EARTHWORK 02300-12 r- Effl Q 3 O Q cc Vr � U LL o 0 0 N END OF SECTION EARTHWORK 02300-12 HR Green, Inc. Project No. 10100241 SECTION 02457 STEEL PILES Rocky Shore Stormwater Pump Station Iowa City, Iowa PART GENERAL 1.01 SECTION INCLUDES A. This section covers all members to be used in the construction of steel sheet pile. This specification also covers the installation of steel sheet piling and trimming of the sheet pile to the lines and grades shown on the drawings oras required. This work also includes premlling to facilitate driving sheet pile to the designated elevations. p c a �C-) B. This section also covers all members to be used in the construction of steel H011P C-) _ 1.02 PRICE AND PAYMENT PROCEDURES — r —in r A. Lump Sum. ;<m = M 1.03 REFERENCE STANDARDS dp Q A. ASTM A 572/A 572M - Standard Specification for High -Strength Low -Alloy D to Columbium -Vanadium Structural Steel. r B. ASTM A 690/A 690M - Standard Specification for High -Strength Low -Alloy Nickel, Copper, Phosphorus Steel H -Piles and Sheet Piling with Atmospheric Corrosion Resistance for Use in Marine Environments C. AWS D1.1/D1.1 M -Structural Welding Code -Steel; American Welding Society. 1.04 SUBMITTALS cv A. See Section 01300 -Administrative Requirements, for submittal procedures. p B. Shop Drawings: Submit drawings for approval of steel piles prior to start of the work or ordering ,i materials. Include details of top protection, special reinforcing tips, lagging, splices, fabricated . additions to plain piles and driving, and cut-off method. C. Detail Drawings 1. Detail drawings for steel piling including fabricated sections shall show complete piling dimensions and details, driving sequence and location of installed piling. Detail drawings shall include details and dimensions of templates and other temporary guide structures for installing piling. Detail drawings shall provide details of the method of handling piling to prevent permanent deflection, distortion or damage to piling interlocks. Details drawings shall show the use and location of any specifically required corner piles required to install the sheet pile as positioned on the construction drawings. D. Pile Driving Equipment 1. Submit descriptions of pile driving equipment to be employed in the work. Descriptive information includes manufacturer's name, model numbers, capacity, rated energy, hammer details, cushion material, helmet, templates, and jetting equipment. E. Statement of Qualifications 1. Submit statement of qualifications meeting the experience requirements of these specifications. F. Method of Pulling and Re -driving 1. A statement of method of pulling sheet piling shall be submitted for review prior to pulling any sheet. STEEL PILES 02457-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa G. Materials Test Certification 1. Certified materials tests reports showing that piling and appurtenant metal materials meet the specified requirements shall be submitted for each shipment and identified with specific lots prior to installing materials. Material test reports shall meet the requirements of ASTM A 6/A 6M. H. Driving 1. A complete and accurate record of pile driving operations shall be furnished. Records of the pile driving operations shall be submitted after driving is completed. These records shall provide a system of identification which shows the disposition of reviewed piling in the work driving equipment performance data, piling penetration rate data, piling dimensions 4✓ and top and bottom elevations of installed piling. Any unusual conditions encountered �- during pile installation shall be recorded and immediately reported. I. troject Record Documents: Accurately record the following: 1. Sizes, lengths, and locations of piles. '2. Sequence of driving. © r3. Number of blows per foot (meter) for entire length of piles and measured set for last 10 blows. Identify piles requiring drilling, and hole diameters. 5. Final base and top elevations. 6. Driving force of each hammer blow. 1.05 DELNERY, STORAGE, AND HANDLING A. Handle piling using handling holes or lifting devices. @�_ Support on level blocks or racks spaced not more than 10 feet (3 m) apart and not more than 2 to 'feet.Q.60 m) from the ends. Provide supports between multiple lifts in a vertical plane. Q L� aterials delivered to the site shall be new and undamaged and shall be accompanied by .tea 'fled test reports. The manufacturer's logo and mill identification mark shall be provided on W ttdet piling. Sheet piling shall be stored and handled in the manner recommended by the r— nNulgacturer to prevent damage to protective coatings, permanent deflection, distortion or c e to the interlocks. Spoze of sheet piling should also facilitate required inspection activities. Use nylon slings or o v. otL,ted wire rope slings during handling. Provide driving guides with rollers to prevent damage and removal of coatings during driving. PART PRODUCTS 2.01 STEEL SHEET PILES A. Interlocking: Free -sliding interlocks, allowing a swing angle of at least 5 degrees (0.09 rad) when threaded and maintaining continuous interlocking when installed. B. Sheet piling shall be hot -rolled PZ27 sections or Engineer approved equivalent. Sheet piling, including special fabricated sections, shall be full-length sections of the dimensions shown. Angle point joints shall be provided by utilizing shop bent piles or standard rolled comers fabricated to allow the horizontal alignment angle indicated on the plans. Fabricated sections shall conform to the requirements herein and the piling manufacturer's recommendations for fabricated sections. Sheet piling shall be provided with standard pulling holes. Steel sheet piles shall be supplied and driven in pairs. Piling shall be held in position during driving by two or more temporary walings of adequate dimensions and strength, substantially secured to strong falsework, to ensure rigidity, control, and correct alignment at all times. C. Additional length beyond those indicated on the DRAWINGS may be required to provide for trimming of tops of sheet piling. STEEL PILES 02457-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa D. Steel sheet piles and interlocks shall not have excessive kinks, camber or twist that would prevent the pile from reasonably free sliding to grade. 2.02 MATERIALS A. Steel sheet piles required for the project shall be Skyline Steel model SKS 16 or Engineer approved equivalent. The interlocks between steel sheet pile sections shall be configured such that the average width of the annular space between all contact points of the interlocks shall be a maximum of one-eighth (1/8) inch. B. Steel sheet piling shall meet the requirements of ASTM A572, (Grade 50). Steel comers, tees, wyes, and crosses shall meet the requirements of ASTM A328 or A690. C. All steel sheet piling shall be new and unspliced material throughout. D. If handling holes are provided, they shall be two (2) standard 2-9/16 inch diameter handing holes located six (6) inches from one end. Any holes below the bottom of concrete footing shall be covered with metal plate and welded watertight. N E. All fabricated connections shall be made with the use of angles or bent plates,.as neceSary, and shall be adequately welded or connected with high strength bolts as acce@4y o ENGINEER. D.i � `n PART 3 EXECUTION t7-< 3.01 INSTALLATION :<m a. rn z A. Pile Hammer: Use a pile hammer having a delivered force or energy suitable i tq�l weiED of the pile and the character of subsurface material to be encountered. Opera�amat the rates recommended by the manufacturer throughout the entire driving period. Repair damage to piling caused by use of a pile hammer with excess delivered force or energy. B. Pile Driving: 1. Maintain piling vertical during driving. Drive piles in such a manner as to prevent'damage to the piles and to provide a continuous closure. Where possible, drive Z -pile with the ball end leading. If an open socket is leading, a bolt or similar object placed in the bottom of the interlock will minimize packing material into it and ease driving for the next sheet. 2. Incrementally sequence driving of individual piles such that the tip of any sheet pile is not more than 4 feet (1.20 m) below that of any adjacent sheet pile. C. Cutting and Splicing: 1. Cut off to the required elevation any piles driven to refusal or to the point where additional penetration cannot be attained and the piles are extending above the required top elevation in excess of the specified tolerance. 2. Extend by splicing any piles driven below the required top elevation and piles damaged by driving and cut off to permit further driving. Splice as required to reach the top elevation when directed by the Engineer. 3. If directed by the Engineer, splice piles as required to drive them to depths greater than shown on the drawings and extend them up to the required top elevation. Piles adjoining spliced piles shall be full length unless otherwise approved. a. Remove from the site pile cut-offs, which are the property of Contractor. b. Use a straightedge in cutting by burning to avoid abrupt nicks. c. Drill bolt holes or bum and ream by approved methods that will not damage the surrounding metal. Make holes other than bolt holes reasonably smooth and the proper size for rods or other items to be inserted. d. Do not use explosives for cutting. D. Welding: Comply with requirements of AWS D1.1 for shop and field welding, qualification of welding procedures, welders, and welding operators. STEEL PILES 02457-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa E. Sheet piling installer must have, as a minimum, three successful past installations of sheet piling of comparable overall heights and sections and comparable penetration into soils similar to those found on the PROJECT. F. Steel sheet piling shall be assembled before driving and then driven as a continuous wall, progressively in stages to keep the piles aligned correctly and minimize the danger of breaking the interlock between the sheets. The piling shall be driven within the following tolerances: 1. Alignment: sheet pile shall be driven to form a relatively straight line between the termini points shown on the drawings. Horizontal deviation of any point from a straight line connecting the two ends of the wall section shall be a maximum of six (6) inches. 2. Plumbness: each individual sheet pile section shall be driven vertical, within a horizontal tolerance of two percent (2%) of any vertical length measured along the pile. G. Steel Z piling shall be driven with the ball -end leading. Proper care and planning shall be used to allow for this construction procedure in both immediate and possible future walls. rr M C J. 0 w LLJ Alternate Z piles must be reversed end for end for proper interlocking in the "normal" position. Piles shall also be aligned properly to maintain a "normal" driving width. c• Mor sheet piles driven into the native soils, pre -drilled soils, or excavated soils, a vibratory driver Fqay be:used as long as the required depth is obtained. For sheet piles being driven into ftdroeK,-an approved hammer utilizing a minimum hammer energy of 19,000 foot-pounds per sequarInch of steel section shall be used to obtain the required depth or virtual refusal. i;ontracMr shall submit verification from the manufacturer that the hammer can deliver the required energy. The hammer shall be clearly marked so that it can be identified at the job site. Steel sheet piling shall be driven to the depths shown on the drawings or to virtual refusal. 4irtual refusal is defined as ten (10) blows per inch with an approved pile hammer. A pile ubammer shall be used to determine virtual refusal. The hammer shall be operating at the &rauufgurer's recommended stroke and speed when virtual refusal is measured. K. ZPall be taken during driving to keep from causing deformations of the top of the piles, split ig-of section, or breaking of the interlock between sections. Care shall also be taken ^du riving to prevent and correct any tendency of steel sheet piles to twist or get out of Upl Steel sheet piling shall be driven to form a tight bulkhead. A driving head shall be oW usE§,id any piling which is damaged in driving or which has broken interlocks between sectiMs shall be pulled and replaced at contractor's expense. ASteel sheet pile that is full length as shown on the drawings and is required to be driven below the specified cutoff elevation shall be spliced with additional steel sheet piling with a full penetration butt weld. Splice locations, if necessary, must be reviewed and accepted by Engineer prior to installation. M. Contractor shall brace and/or provide soil grading as necessary during construction operations in order to provide lateral stability for the sheet pile wall. 1. Any fill along the alignment of the sheet pile must be in place to sub -grade elevations and compacted prior to driving the sheet pile. Fill material (except riprap, boulders, bedding and grout) is not to be placed around the sheet pile after the sheet pile is in place. N. All welding or gas cutting shall be in accordance with the current standards of the American Welding Society. 3.02 FIELD QUALITY CONTROL A. Maintain a pile driving record for each sheet pile. Indicate on the installation record installation dates and times, type and size of hammer, rate of operation, total driving time, dimensions of driving helmet and cap used, blows required per foot (meter) for each foot (meter) of penetration, final driving resistance in blows for final 6 inches (150 mm), pile locations, tip elevations, ground elevations, cut-off elevations, and any reheading or cutting of piles. Record STEEL PILES 02457-4 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa any unusual pile driving problems during driving. Submit complete records to Engineer. B. Perform continuous inspection during pile driving. Inspect all piles for compliance with tolerance requirements. Bring any unusual problems that may occur to the attention of Engineer. END OF SECTION STEEL PILES 02457-5 N 0 O Dy M R o == rn a= m v W t STEEL PILES 02457-5 HR Green Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa SECTION 03100 CONCRETE FORMS AND ACCESSORIES PART GENERAL 1.01 SECTION INCLUDES A. Formwork for cast-in place concrete, with shoring, bracing and anchorage. o w B. Design of forms, shores and reshores by Contractor. CD m 1. For certain tall pours, design of forms, shores and reshores by Contracto lo?w .� specialty engineer, or use of pre-engineered forms. J C. Openings for other work. �m a rn D. Form accessories. 0�7�C m v E. Form stripping. D r F. Special requirements for form liner concrete 1.02 REFERENCE STANDARDS A. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials; 2006. B. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International, 2005. C. ACI 318 - Building Code Requirements for Structural Concrete and Commentary; American j Concrete Institute International; 2008. p D. ACI 347 - Guide to Formwork for Concrete, American Concrete Institute International; 2004"— L E. ACI 350/350R -Code Requirements for Environmental Engineering Concrete Structures aAGV —'t UJ Commentary; 2001. 1.03 DEFINITIONS n L u ; A. "Formwork Specialty Engineer" ("FSE"): Professional Engineer employed by Contractor to be in o responsible charge of the design of formwork, falsework, shoring, reshoring, etc. FSE shall be a registered Professional Engineer currently licensed in good standing in the State of Iowa. FSE shall be in responsible charge of all formwork for elevated slabs which are 10 feet or more above the next lower working surface and for walls that are over 10 feet tall. 1.04 DESIGN REQUIREMENTS A. Design and engineering of formwork shall be the sole responsibility of the Contractor. B. Design and erect formwork in accordance with the requirements of ACI 318 and ACI 350 and as recommended in ACI 347. C. Form liner: Design and pattern of the concrete surface shall follow the manufacturer's standard drawing. Patterning of simulated stone masonry shall appear natural and non -repeating. Seam lines or match lines caused from two of more molds coming together must not be apparent when viewing final wall. Final coloration of cast stone concrete surface shall accurately simulate the appearance of real stone including the multiple colors, shades, flecking, and veining that is apparent in real stone. It shall also demonstrate the colors that may be apparent from aging, such as staining from oxidation, rusting and/or organic staining from soil and /or vegetation. Upon approval by Architect/Engineer and Owner, mockup panel shall serve as quality standard for the Work. CONCRETE FORMS AND ACCESSORIES 03100-1 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 1.05 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Submit name and Iowa Professional Engineer license number of FSE, and letter of acknowledgement that FSE is in responsible charge of design for items specified. C. �op Drawings: Indicate pertinent dimensions, materials, and arrangement of joints and ties. ri 2. Proposed method of sealing form be holes. 3. Form release agent a. Form release agent to be used on form -liner concrete must be approved in writing by M form liner manufacturer. Submit letter of approval from form liner manufacturer. 4. Form liner: a.. Sample Panel: Submit a 24" x 24" sample of the simulated stone masonry finish. W `+6ample is to demonstrate the finish described in Design Requirements section. I'm Approval of sample panel is required by Architect/ Engineer and Owner. b. Shop Drawings: Plan, elevation, and details to show overall pattern, joint locations, form tie locations, and end, edge and other special conditions. c. Samples: Form ties, sample and description, showing method of separation when forms are removed. 5. The review, approval, or both of the formwork drawings does not relieve the Contractor of the responsibility for adequately constructing and maintaining the forms so that they will function properly. .0 1.06�lUALITY ASSURANCE p Yj Perform work of this section in accordance with ACI 117, ACI 301, ACI 318, and ACI 347. Q s � 1. Maintain one copy of each listed standard on project site. Make documents available to L .a Jr workers and inspectors at all times. C-:14— = r>X >X Formwork, falsework, and shoring designs shall be prepared by FSE. u � j FSE shall be responsible for providing Contractor with maximum allowable rate of fill for forms, - o o in light of actual concrete mix designs. Contractor shall furnish FSE with concrete mix design o information, and shall keep FSE aprised of any changes to mix designs. N D. Form liner: 1. Manufacturer of simulated stone masonry molds and custom coloring system: Five years experience making stone masonry molds and color stains to create formed concrete surfaces to match natural stone shapes, surface textures, and colors. 2. Pre -Installation Meeting: Schedule a conference with manufacturer representative to assure understanding of simulated stone masonry, molds use, color application, requirements for construction of mockup, and to coordinate the work. PART2 PRODUCTS 2.01 FORM MATERIAL A. Rigid and substantial forms shall be constructed in all cases to produce required dimensions and finish of the concrete, and to support the wet concrete adequately. B. Whenever flowing liquids are to come in contact with concrete surfaces and the concrete is to be exposed above grade, smooth metal or approved manufacturer's forms shall be used. CONCRETE FORMS AND ACCESSORIES 03100-2 HR Green Inc. Project No. 10100241 2.02 FORMWORK ACCESSORIES Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Form Ties: Snap -off type, steel, fixed length, cone type, 1.5 inch (38 mm) break- back dimension, free of defects that could leave holes larger than 1 inch (25 mm) in concrete surface. 1. Form ties for water -containing concrete: equipped with rubber waterstop washer. 2. Form ties for form -liner concrete: as approved by manufacturer of form liner B. All forms shall be equipped with adequate devices for spreading and tying formwork and for supporting the steel reinforcing. C. Through -bolt ties shall not leave holes in concrete larger than 1.25' diameter. Ties shall be commercially manufactured. Wire and band iron will not be accepted. 1. Through -bolt ties shall not be used on form -liner concrete. D. Form Release Agent: Colorless mineral oil that will not stain concrete. 1. Product must not impair the bond of paint, sealant, epoxy coating, dampproofing or other coatings. 2. Form release agent for form -liner concrete must be approved by the manufacturer of the form liner. E. Wood strip chamfers shall be 3/4" x 3/4" using maximum possible lengths. Surface in contact with concrete shall be planed smooth. F. Form liner 1. Manufacturer: The specified system is based on the Custom Rock® Concrete Wall System, Custom Rock, St. Paul, Minnesota 55116, phone (651)699-1345, or equal as approved by the Engineer _ 2. Style: Pattern number 1124 8 in Random Cut Stone [Keyed] 3. Maximum relief: 2 inches. Under no circumstances may relief exceed 2 inches. PART 3 EXECUTION c 3.01 EXAMINATION o �n w rrn A. Verify lines, levels and centers before proceeding with formwork. Ensure 445im F ions�.� agree with drawings. —z r 3.02 EARTH FORMS .m s M =" A. Earth forms are not permitted without prior written approval from the EngingePZ ap v D 3.03 ERECTION - FORMWORK w Z_ A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301 and recommendations of ACI 347. B. Align joints and make watertight. Keep form joints to a minimum. C. Obtain approval before framing or blocking openings in structural members that are not indicated on drawings. D. Provide chamfer strips on external corners of beams, joists, and columns exposed to view and one foot below finished grade, and on all exterior comers of water -containing channels. 1. Chamfer strips are required whether specifically indicated on Drawings or not. 3.04 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturers recommendations. CONCRETE FORMS AND ACCESSORIES 03100-3 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Do not allow form release agent to puddle in forms or come into contact with existing concrete. 3.05 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in passing through concrete work. B. Locate and set in place items that will be cast directly into concrete. C. Coordinate with work of other sections informing and placing openings, slots, reglets, recesses, sleeves, bolts, anchors, thimbles, embedded plates, other inserts, and components of other work. D. Install accessories in accordance with manufacturer's instructions, so they are straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Waterstops shall be securely held in position so that they will not be displaced during concreting and care shall be taken in placing and consolidating the concrete so that no voids or bgneycombing occurs adjacent to the waterstops. Avoid contamination of the waterstop F.rov" mporary ports or openings in formwork where required to facilitate cleaning and sp. Locate openings at bottom of forms to allow flushing water to drain. G. r'61o&Admporary openings with tight fitting panels, flush with inside face of forms, and neatly e� 7stte�oints will not be apparent in exposed concrete surfaces. ` 16 F(WM RRiciARATIONICLEANING r` Ca A. ia—cIgan?orms as erection proceeds, to remove foreign matter within forms. B. Clean formed cavities of debris prior to placing concrete. i 1 r During cold weather, remove ice and snow from within forms. Do not use de-icing salts. c Do not use water to clean out forms, unless formwork and concrete construction proceed .� within heated enclosure. Use compressed air or other means to remove foreign matter. The method of snow and ice removal shall not involve extreme heat or impact and shall not damage the existing concrete. 3.07 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 117. 3.08 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and to verify that supports, fastenings, wedges, ties, and items are secure. • B. Do not reuse wood formwork more than three (3) times for concrete surfaces to be exposed to view. Do not patch formwork. 3.09 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. 1. Formwork not supporting weight of concrete may be removed after cumulatively curing at not less than 50 degrees F for 48 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and CONCRETE FORMS AND ACCESSORIES 03100-4 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa protection operations are maintained as specified in Section 03390. 2. Leave forms and shoring for elevated structural slabs or beams in place, and until concrete has reached compressive strength equal to 100 percent of the specified 28 day compressive strength as determined by test cylinders. Do not apply loads to concrete until concrete has reached 100 percent of specified compressive strength. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces which will be exposed to view. 3.10 FORM LINER CONCRETE A. Mockup: Build on site sixty days before work starts, using same materials, methods and work force that will be used for the project. ArchitecttEngineer and Owner will determine specific requirements and location, and whether mockup shall be incorporated into the project. 1. Size: 50 sq. ft., or larger, if needed to adequately illustrate the pattern and texture selected. 2. Include an area to demonstrate wall mold butt joint and if appropriate, continuation of pattern through expansion joint. 3. After concrete work on mockup is completed and cured for a minimum of 28 days, and after surface is determined to be acceptable for coloring, apply color stain system. 4. After coloring is determined to be acceptable by the Architect/Engineer and Owner, construction of project may proceed, using mockup as quality standard. B. Special techniques - Forming textured concrete 1. Simulated Stone Masonry Molds preparation: Clean and make free of buildup prior to each pour. Inspect for blemishes or tears. Repair if needed following manufacturer's recommendations. 2. Simulated Stone Masonry Molds attachments: Place stone molds with less than 114 inch separation between them. Attach molds to form securely following manufacturer's recommendations. 3. Form release agent: Apply following manufacturers' recommendations. 4. Form stripping and related construction shall avoid creating defects in finished surface. 5. If the pattern selected has molds connecting through the middle of the stones, carefully remove the seam line created by abutting molds. Match the texture and shape of the surrounding stone, avoiding visible seams or mold marks. 6. Place form ties at thinnest points of molds (high points of finished wall). Neatly patch the remaining hole after disengaging the protruding portion of the tie so that it will not be visible after coloring the concrete surface. 7. Where an expansion joint must occur at a point other than at mortar or rustication joints, such as at the face of concrete texture, which is to have the appearance of stone, consult manufacturer for proper treatment of expansion material. C. Special techniques -Applying color stain system 1. All Simulated Stone surfaces that are to be stained shall be at least 30 days old. 2. Clean surface prior to application of stain materials to assure that surface is free (Watency, dirt, dust, grease, efflorescence, paint, or other foreign material, followingaanufaZLrer's instructions for surface preparation. Do not sandblast. Preferred method&7 noRlatenen is pressure washing with water, minimum 3000 psi (a rate of three to fou aftns(per i'' minute), using fan nozzle perpendicular to and at a distance of one ort from sum Completed surface shall be free of blemishes, discoloration, surface voi(41Qd unnatural form marks. rTt n. M o= z D. Protection ;Ex co 1. Where exposed soil or pavement is adjacent which may spatter dirt or sail frorr�infall, or where surface may be subject to over spray from other processes, provide ternforary cover of completed work. END OF SECTION CONCRETE FORMS AND ACCESSORIES 03100-5 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa SECTION 03200 CONCRETE REINFORCEMENT PART GENERAL ..� _o 1.01 SECTION INCLUDES o `' ZlEn r� A. Reinforcing steel for cast -in-place concrete. D� n B. Supports and accessories for steel reinforcement. n q r C. Adhesive rebar anchors : Q D. Mechanical connectors m: 1.02 REFERENCE STANDARDS —•IU � A. ACI 117 - Standard Specifications for Tolerances for Concrete Construction arf.&roterga 5; American Concrete Institute International; 1990 (Reapproved 2002). B. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International. C. ACI 318 - Building Code Requirements For Structural Concrete and Commentary; American Concrete Institute International. D. ACI 350/350R - Code Requirements for Environmental Engineering Concrete Structures and Commentary; 2001 E. ACI SP -66 - ACI Detailing Manual; American Concrete Institute International. F. ASTM A 185/A 185M - Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. G. ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. H. ASTM A 706/A 706M - Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. I. ASTM A 775/A 775M - Standard Specification for Epoxy -Coated Steel Reinforcing Bars. J. AWS D1.4/D1.4M - Structural Welding Code - Reinforcing Steel; American Welding Society. K. CRSI (MSP) - Manual of Standard Practice; Concrete Reinforcing Steel Institute, 27th Edition. L. CRSI (PRB) - Placing Reinforcing Bars; Concrete Reinforcing Steel Institute. M. ICC Evaluation Service, Inc. (ICC): Evaluation Reports. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Comply with requirements of ACI SP -66. Include bar schedules, shapes of bent bars, spacing of bars, and location of splices. Shop drawings must also comply with additional specific requirements below: 1. Placing drawings (applies to reinforced concrete and reinforced masonry) shall have sufficient detail to permit installation of reinforcing without reference to the Contract Documents. 2. Do not reproduce Contract Documents, but redraw plans, sections, elevations and details as necessary to show all bars and supports. 3. Show required clear cover on all section views for each face of concrete or masonry. CONCRETE REINFORCEMENT 03200-1 HR Green Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa a. Reinforcing drawings that do not show clear cover will be rejected without review. 4. Bar supports: call out type and size of applicable bar support(s) on each reinforcing drawing. C. Reports: Submit certified copies of mill test report of reinforcement materials analysis, if requested by Engineer. (.U. Prod uctData: 1;. Mechanical connectors and adhesive rebar anchors: a. Current ICC evaluation report or equivalent code agency report listing findings to M include installation instructions, acceptance, special inspection requirements and <restrictions. �? SC anufacturer's published installation instructions. W 4 `—'fest data for each size of bar to be used. J�1) Mechanical Connectors: Verification that connector is capable of developing 125 percent of bar yield strength. 2) Adhesive Rebar Anchors: Embedment depth required to develop ultimate bond c j3 strength equal to or greater than 125 percent of bar yield strength in 3,000 psi .+, O concrete. Embedment depth may be based on interpolation but not N extrapolation of published test data. (a) In lieu of submitting test data above, embed all adhesive rebar anchors a minimum of twelve (12) times the bar diameter for #6 bars and smaller, and sixteen (16) times the bar diameter for #7 bars and larger. E. Conduits or pipes passing through columns, beams or joists: Submit all such proposed cases, indicating material to be used for pipe or conduit and indicating all proposed dimensional information, additional reinforcing, clear distances, etc. F. Mechanical splices not shown on Drawings: Submit all proposed locations. G. Adhesive rebar anchors not shown on Drawings: Submit all proposed locations. 1.04 QUALITY ASSURANCE A. Certify that reinforcing steel meets applicable specifications. B. Perform work of this section in accordance with ACI 301 and CRSI "PRB" and "MSP". 1. Maintain one copy of each document on project site. Make documents available to workers and inspectors at all times. C. Welders' Certificates: Submit certifications for welders employed on the project, verifying AWS qualification within the previous 12 months. 1.05 DELIVERY, STORAGE, and HANDLING A. Deliver reinforcing to site free of rust and in an undamaged condition. Store in a manner to protect from rusting and contact with injurious materials. 1. Store all bars on blocking above the ground. 2. Handle epoxy -coated bars with non-metallic equipment, and store under shelter from sunlight PART 2 PRODUCTS 2.01 REINFORCEMENT A. Deformed Billet -Steel Reinforcing Bars; including stirrups, ties, and spirals: Grade 60 (420). 1. Uncoated - to be used for all reinforcing unless noted otherwise: ASTM A615, Grade 60, including Supplemental Requirements S1. 2. Bars to be welded: ASTM A 706, Grade 60. 3. Epoxy coated (where indicated): ASTM A 775IA 775M, Grade 60. CONCRETE REINFORCEMENT 03200-2 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain type. 1. Flat Sheets. 2. Mesh Size and Wire Gage: As indicated on drawings. 2.02 CONNECTORS A. Mechanical Connections: 1. Mechanical Threaded Connections: Metal coupling sleeve for splicing reinforcing with internal threads engaging threaded ends of bars developing in tension or compression 125 percent of yield strength of bar. B. Adhesive Rebar Anchors: 1. "Capsule" system or "nozzle -mixed" system as specified herein: a. Capsule System": Polyester or vinyl ester resin and hardener premeasured and separately encased in a manufactured capsule. Manufacturer's standard aggregate may also be included in capsule. b. "Nozzle -Mixed" System: Two -component structural epoxy in premanufactured double cartridge (or co -axial cartridge). Mixing of components shall occur within the cartridge or in the manufacturer's specially fabricated mixing nozzle. Manufacturer's standard aggregate may also be included in cartridge. 2. Adhesive shall be specifically designed and manufactured for use in structurally bonding reinforcing bars to hardened concrete 3. Bars shall be embedded to a depth sufficient to develop an ultimate bond strength equal to 125 percent of the yield strength of the bar, assuming embedment in 3,000 psi concrete. 4. Manufacturer: a. If no embedment/load information is submitted per 1.03.D.1.c.2, then manufacturer/product must be one of the following: 1) Hilti RE500-SD 2) ITW Red Head Epcon G5 3) No substitutions b. If embedment/load information is submitted per 1.03.D.1.c.2, then mayfacYyfer may be one of the following: -r• 1) Hilti 2) ITW Red Head T� 3) Simpson 4) Powers r,yin <:L4 2.03 ACCESSORIES F! .cp rn A. Tie Wire: Annealed, minimum 16 gage (1.5 mm). ze co 1. Use coated wire (nylon, plastic or epoxy) for epoxy -coated bars. D CA) cn B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. 1. Precast concrete bar supports, cementitious fiber -reinforced bar supports, or all -plastic bar supports and side form spacers consistent with CRSI Manual of Standard Practice. 2. In Beams, Walls, and Slabs Exposed to View After Stripping: Small rectangular concrete blocks made up of same color and strength as concrete being placed around them or all -plastic bar supports and side form spacers. 3. Precast concrete supports of same strength as concrete for reinforcing in concrete placed on grade. 4. For slabs on grade, use concrete bricks 5. For chairs, bolsters, bar supports, and spacers sitting on grade, load bearing pads on bottom are required to prevent vapor barrier puncture, where applicable. 6. Plastic -tipped metal chairs are not acceptable for any surface which will be exposed to weathering, soil, or water/wastewater, or will be immediately above exposed water/wastewater. CONCRETE REINFORCEMENT 03200-3 HR Green Inc. Project No. 10100241 2.04 FABRICATION Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Fabricate concrete reinforcing in accordance with CRSI (MSP) - Manual of Standard Practice, ACI SP -66 - ACI Detailing Manual, and ACI 318 B. Welding of reinforcement is permitted only where shown, or with the specific written approval of Engineer. Perform welding in accordance with AWS D1.4. C. Bend cold to conform with required details; bend bars in fabricating shop before delivery to site. D. Bar fabrication tolerances: ACI 117. PART 3 EXECUTION 3.01 PLACEMENT A. Place, support and secure reinforcement against displacement using preformed wire bar bolsters and spacers. Do not deviate from required position. 1. For walls with two mats of reinforcing, both mats must be chaired the proper clear distance from the face of form, and mats must be separated by intermediate Z-shaped bars to keep the mats separated by the proper distance. No tie wire shall be permitted to extend from rebar mat to face of form. B. Place concrete only after reinforcing system is in place and approved by Engineer; install reinforcing system plumb and true; tie securely; reinforcing must remain in proper position without distortion or displacement of individual bars or system during pour. C. Do not displace or damage vapor barrier. D. Accommodate placement of formed openings. E. fAintain concrete cover around reinforcing as indicated on Drawings. �F OjoiRlaV splices shall be made by using approved mechanical connectors or by lapping the L.J e@ds2 bars according to ACI 318. Joints in longitudinal bars shall be staggered where W ` iftca Splicing top bars over supports and bottom bars at center span shall be avoided. ,,.-- Lap sp tlfor all reinforcing bars are shown on the Drawings. 7 �6. tNScirv=ftl1 be consistent with ACI 318 and ACI 350. =4M. d�d ben�g of reinforcing bars will not be permitted. I. V91t2re parallel horizontal reinforcement in beams is indicated to be placed in two or more layers, rebars in the upper layer shall be placed directly above rebars in the bottom layer with cfear distance between the layers to be 1 inch (unless noted otherwise). Place spacer rebars at 3 FT maximum centers to maintain the required clear distance between layers. J. Maximum size of single conduit or pipes shall be limited in placement as follows: 1. None above top reinforcing layer or below bottom reinforcing layer. 2. None closer than 3 conduit diameters to each other or one conduit diameter to nearest reinforcing. 3. None through columns, beams or joists without review of Engineer. K. Location Tolerances: In accordance with CRSI publication, 'Placing Reinforcing Bars". 1. Contractor must have one copy of publication on-site and available to workers and inspectors at all times. L. Mechanical Splices and Connections: 1. Use only in areas specifically indicated or approved in writing by the Engineer. a. Submit proposed connection locations (other than those shown on Drawings) per Paragraph 1.03.17 2. Install as required by manufacturer and in accordance with ICC Report. CONCRETE REINFORCEMENT 03200-4 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa a. If manufacturer's instructions differ from installation instructions of ICC Report, the more stringent requirements shall govern. 3. Maintain minimum edge distance and concrete cover. 4. Inspect each mechanical splice/connector as required by ICC Report. M. Tying Deformed Reinforcing Bars: 1. Tie every other intersection on mats made up of Nos. 3, 4, 5, and 6 bars. 2. For larger bars, tie every intersection. 3. Bend all noncoated tie wire to prevent tie wire from being closer than 1 inch from the surface of concrete. N. Reinforcement Around Openings: Place an equivalent area of steel bars around pipe or opening as shown and extend reinforcement on each side sufficiently to develop bond with each bar (per detail on Drawings). O. Do not weld or tack weld any reinforcement other than ASTM A 706 bars specifically indicated to be welded. P. Cleaning: Clean metal reinforcement of loose mill scale, oil, earth, concrete splatter (laitance), and other contaminants. 3.02 ADHESIVE REBAR ANCHORS A. Install anchors using only materials, equipment and procedures recommended by manufacturer and in accordance with ICC Report. Follow all installation and curing instructions exactly. 1. If manufacturer's instructions differ from installation instructions of ICC Report, the more stringent requirements shall govern. B. Use anchors only at locations specifically indicated on Contract Drawings or approved by Engineer. 1. Submit proposed anchor locations (other than those shown on Drawings) per Paragraph 1.03.G C. Install in holes drilled with carbide tipped drill bits. Do not cut reinforcing steel. D. All adhesive anchors must be inspected twice - once at conclusion of hole drilling/cleaning, and once during adhesive/bar insertion. 3.03 FIELD QUALITY CONTROL A. Inspect all reinforcing for conformance with Design Documents and approved Submittals. Correct any deficiencies prior to requesting Engineers inspection of completed installation. B. Notify Engineer when reinforcing is fully placed, tied and ready for inspection and allow 24 hours for Engineers inspection prior to placing concrete. C. Adhesive rebar anchors: 1. Notify Engineer when adhesive rebar anchors are ready for each of two separate inspections. Allow 24 hours for Engineers inspection. 2. Any adhesive rebar anchor completed without inspection is subject to rejection by Engineer, and subject to replacement by an additional adhesive rebar anchor at nw additional expense to Owner O c:, �n a END OF SECTION n n -Ic- v o� w CONCRETE REINFORCEMENT 03200-5 HR Green Inc. Project No. 10100241 SECTION 03300 Rocky Shore Stormwater Pump Station Iowa City, Iowa CAST -IN-PLACE CONCRETE PART GENERAL 1.01 SECTION INCLUDES A. Concrete building frame members. B. Elevated concrete slabs. C. Floors and slabs on grade. D. Concrete walls E. Anchors and Inserts. F. Waterstops. G. Joint devices associated with concrete work. H. Grout. I. Testing concrete. 1.02 REFERENCE STANDARDS ry 0 OC111 gn n� o �n m ¢ m v CO T+ w c.n A. IDOT "Standard Specifications for Highway and Bridge Construction", latest edition and current supplements thereto. B. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials; 1990, C. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete, American Concrete Institute International. D. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International. E. ACI 302.1R - Guide for Concrete Floor and Slab Construction; American Concrete Institute International. F. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; American Concrete Institute International. G. ACI 305R - Hot Weather Concreting; American Concrete Institute International. H. ACI 306R - Cold Weather Concreting; American Concrete Institute International. I. ACI 309R - Guide for Consolidation of Concrete, American Concrete Institute International J. ACI 318 - Building Code Requirements for Structural Concrete and Commentary; American Concrete Institute International. K. ACI SP -15 - Field Reference Manual; American Concrete Institute International. L. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. M. ASTM C 33 - Standard Specification for Concrete Aggregates. N. ASTM C 39/C 39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. O. ASTM C 94/C 94M - Standard Specification for Ready -Mixed Concrete. CAST -IN-PLACE CONCRETE 03300-1 Il HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa P. ASTM C 143/C 143M -Standard Test Method for Slump of Hydraulic -Cement Concrete. Q. ASTM C 150 - Standard Specification for Portland Cement. R. ASTM C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. S. ASTM C 260 - Standard Specification for Air -Entraining Admixtures for Concrete. T. ASTM C 618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. U. ASTM C 881/C 881 M - Standard Specification for Epoxy -Resin -Base Bonding Systems for _ Concrete. "n V. XTM C 1059 - Standard Specification for Latex Agents for Bonding Fresh to Hardened rn Concrete. W. ASTM C 1107/C 1107M -Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink). X. ASTM C 1116 - Standard Specification for Fiber -Reinforced Concrete and Shotcrete. Y. ASTM C 1602 - Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete; 2004 Z. ASTM D 994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). AA. ASTM D1056 - Standard Specification for Flexible Cellular Materials -Sponge or Expanded Rubber AB. COE CRD -C 572 - Corps of Engineers Specifications for Polyvinylchloride Waterstop; Corps of &gineers. 1.03 DEFMITIOM Q O (� Ife�{epreas: surface defects that include honeycomb, rock pockets, cracks 0.005 inch UJ wide Rorger, cracks that leak in water -holding basins, spalls, chips, embedded debris, sand Nrtes,3!V lines, leakage from form joints, fins and other projections, and form popouts. "13.ali ix Designer: Vp Iegistered professional engineer experienced in concrete mix design or Independent Testing Agency experienced in concrete mix design. N C. New Concrete: Less than 60 days old. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop Drawing: 1. Product Data: a. Admixtures. b. Bonding agent. c. Patching materials. d. PVC Waterstop, including splicing details and procedures. e. Special Waterstop (adhered). f. Portland Cement. g. Fly Ash h. Non -shrink Grout I. Water Repellent 2. Design Data: Concrete mix designs signed by qualified mix designer. CAST -IN-PLACE CONCRETE 03300-2 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 3. Placement Drawings: Concrete placement, identifying location of each type of construction joint. 4. Gradation for coarse and fine aggregates, and combined together. List gradings, percent passing through each sieve size. 5. Curing methods proposed. 6. Detailed plan for cold weather curing and protection of concrete placed and cured in weather below 40 degrees F. 7. Detailed plan for hot weather placements including curing and protection for concrete placed in ambient temperatures over 80 degrees F 8. Detailed plan for repair and patching of defective concrete areas. C. Concrete Mixes: Submit 30 days (minimum) prior to first scheduled concrete use. 1. Summary Letter, certified by Mix Designer a. Mix design summary letter from Mix Designer, including all of the following information for each concrete mix in the Project in tabular form: 1) Concrete Mix Designation that will appear on Delivery Ticket. 2) Name and location of ready mix plant(s) supplying this mix. 3) Design F'c, slump and air content for this mix. 4) Standard deviation of ready mix plant(s) used in calculation of F'cr for this mix, if applicable. 5) Indicate whether mix design is based on "trial batches' or "field experience". 6) F'cr for this mix 2. Mix Designs a. For each Mix Designation identified in summary letter, submit: 1) Mix design following ACI flow chart procedure. 2) Weight and volume of all mix ingredients, including brand and type, if applicable. 3) Water/cementitious ratio clearly identified. 4) Coarse aggregate size designation, corresponding to a gradation submitted under paragraph above. 5) Slump. 6) Air content. 7) Compressive strength test results used to generate standard de4ieti6n for mix, if applicable. 8) F'cr for mix. 9) Compressive strength test results verifying that mix meets F'cr (a) Trial batch test results or (b) Test results for similar mix "field experience" D. Quality Control: 1. Manufacturer's application instructions for bonding agent. 2. Proposed application schedule and instructions for patching materials. 3. Manufacturers' Certificate of Compliance: o a. Portland cement. O w b. Admixtures.�n rn "n c. Fly ash. n1 l d. Bonding agent. �n v r e. Patching materials. :Cf" f. PVC Waterstop. � -C 4. Admixtures: Manufacturers' Certificate of Proper Usage and certification allco 0 admixtures are compatible with each other and the aggregates. D w 5. Statements of Qualification: CA a. Mix designer. b. Batch plant. 6. Test Reports: a. Admixtures, test reports showing chemical ingredients and percentage of chloride in each admixture and fly ash and cement. CAST -IN-PLACE CONCRETE 03300-3 HR Green Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa b. Source test analysis report for fly ash. c. Statement identifying aggregates reactivity and aggregate effects on concrete finish and appearance. 7. Concrete Delivery Tickets. Submit certified copy of ticket for each load of concrete delivered to site. Hand to Owner's representative immediately upon arriving at job site. Include on ticket: a. Name and location of batch plant and name of plant representative. b. Ticket number. c. Load number (batch number). d. Date and truck number. e. Destination of concrete in the Work (identified by elevation, grid, etc.). f Concrete type and class (strength) and Mix Designation. g. Amount of concrete in cubic yards. h. Time at which mixer drum was charged with cement. I. Type, brand, and amount of cement. j. Class, brand, and amount of fly ash. k. Type, brand, and amount of each admixture added at plant. I. Type, brand, and amount of fiber reinforcement. m. Source and amount of each metered or weighed water added at plant. n. Information necessary to calculate the total mixing water. Total mixing water includes free water on aggregates, batch water (metered or weighed) including ice batched at the plant, and wash water retained in the mixing drum. 1) Aggregate moisture must be measured not less than once per day. o. Maximum size of aggregate. p. Mass (amount) of fine and coarse aggregate. LO q. Actual water/cementitious ratio of load as it left batch plant. r. <8ignature or initials of plant representative. 0 co fLe3.Amount of any materials added to drum after truck left batch plant; time at which _ 'x2additional materials were added; and reading of revolution counter. W `= w}:Time of arrival of truck on site. 40.►_—Time at which concrete unloading began, and reading of revolution counter. �VTime at which concrete unloading was completed. LL W ;SQ', S If job -site testing is done on any concrete from load, identify test number for „�, vo cross-referencing. N x."– If superplasticizer is added at site, record slump before and after addition of superplasticizer. Record time and/or drum revolutions as necessary to show that mixing complied with superplasticizer manufacturer's recommendations E. Manufacturers Installation Instructions: Indicate installation procedures and interface required with adjacent construction for concrete accessories. F. Project Record Documents: Accurately record actual locations of embedded utilities and compolients that will be concealed from view upon completion of concrete work. �1 tf5 QUALITSrr� URANCE A �erf6,i�r.� w.' ork of this section in accordance with ACI 301, ACI 318, and ACI 117. 1. #�aintain one copy of each document on site. tri __ B. ;4cquft- cement from same source and aggregate from same source for entire project. C. Fqllow redommendations of ACI 305R when concreting during hot weather. D. Obnlow recommendations of ACI 306R when concreting during cold weather. E. Batch Plant: 1. Currently certified by the National Ready Mixed Concrete Association, or approved (in writing) to supply concrete to the Iowa Department of Transportation. Submit copy of CAST -IN-PLACE CONCRETE 03300-4 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa certification 2. Batch Plant Inspection: a. Engineer shall have access to and have the right to inspect batch plants, cement mills, and supply facilities of Suppliers, manufacturers, and Subcontractors, providing products included in these Specifications. b. Weighing Scales: Tested and certified within tolerances set forth in the National Bureau of Standards Handbook No. 44. c. Batch Plant Equipment: Either semiautomatic or fully automatic in accordance with ASTM C94. F. Preinstallation Meetings 1. Required Meeting Attendees: a. CONTRACTOR. b. Ready -mix producer. c. Admixture representative. d. Engineer. No e. Testing Agency 2. Schedule and conduct prior to incorporation of respective products into F%Opt. — diotify..'' Engineer of location and time. D— rn 3. Agenda shall include: nom{ z a. Admixture types, dosage, performance, and redosing at site. c-1, b. Mix designs, test of mixes, and Submittals. :<rr– a m c. Placement methods, techniques, equipment, consolidation, and forJ5=ssAs. v d. Slump and placement time to maintain slump. CO e. Finish, curing, and water retention. > w f. Discussion of formwork design requirements. Ln g. Other specified requirements requiring coordination. 4. Provide meeting minutes as specified in Division 1. w PART PRODUCTS i N 2.01 CONCRETE MATERIALS C _ CIO _,• p A. Cement: ASTM C 150, Type I -Normal or Type II -Moderate Portland type. Tricalcium aluminate content of Type I Cement shall not exceed 12 percent. 1. Acquire all cement for entire project from same source. 2. Hydraulic and Below grade Structures and Sewers: Type I or II cement mixed fly ash. �+ Q B. Fine and Coarse Aggregates: ASTM C 33. 1. Acquire all aggregates for entire project from same source. 2. Natural Aggregates: a. Free from deleterious coatings and substances in accordance with ASTM C33, except as modified herein. b. Free of materials and aggregate types causing popouts, discoloration, staining, or other defects on surface of concrete. 3. Nonpotentially Reactive: In accordance with ASTM C33, Appendix XI, paragraph X1.1. 4. Aggregate Soundness: Test for fine and coarse aggregates in accordance with ASTM C33 and ASTM C88 using sodium sulfate solution. 5. Fine Aggregates: a. Clean, sharp, natural sand. b. Materials Passing 200 Sieve: 3 percent maximum. c. Limit deleterious substances in accordance with ASTM C33, Table 1 with material finer than 200 sieve limited to 3 percent, coal and lignite limited to 0.5 percent. 6. Coarse Aggregate: a. Natural gravels, combination of gravels and crushed gravels, crushed stone, or combination of these materials containing no more than 15 percent flat or elongated CAST -IN-PLACE CONCRETE 03300-5 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa particles (long dimension more than five times the short dimension). b. Well -graded, per industry -standard definition (no gap -graded aggregates allowed). c. Materials Passing 200 Sieve: 0.5 percent maximum. d. Limit deleterious substances in accordance with ASTM C33, Table 3 for exposed architectural concrete. C. Pozzolan (Fly Ash): ASTM C 618, Class C or F, per Table 1 and 2, except as modified herein:. 1. Loss on Ignition: Maximum 3 percent. 2. Water Requirement: Maximum 100 percent of control. 3. ASTM C618, Table 1A, apply when aggregates or portion of coarse or fine aggregates used are reactive as specified under paragraph Aggregates. 4. ASTM C618, Table 2A, Reactivity with Cement Alkalies, apply when aggregates or portions of aggregates are reactive as specified under paragraph Aggregates. 5. ASTM C618, Table 2A, Uniformity Requirements, apply when loss on ignition of Fly ash furnished exceeds 3 percent. D. Water: ASTM C1602. ,synthetic fibers: fibrillated nylon or polypropylene. ASTM C1116, Type III Dosage: Minimum 1.5 LB/cubic yard S- Manufacturers: M a. Propex - Fibermesh 300 b. Grace - Grace Fibers c. Euclid Chemical Co. - Fiberstrand F d. GRT - Polymesh 2.02 CHEMICAL ADMIXTURES A. Characteristics: Compatible with each other and free of chlorides or other corrosive chemicals. B. Fk?admi)Ages shall be supplied from the same manufacturer and used in accordance with the (] r419nuta*er's recommendations. cr_. AAF Erfirnent Admixture: ASTM C 260; contain no chlorides. JD. 2Zatucing Admixtures: ASTM C 494, Type A - Water Reducing and Type D - Water $gd ,and Retarding. LL facturers: a. CDbASF N b. Grace c. Euclid Chemical Co. d. GRT E. Superplasticizers: 1. ASTM C494. 2. Hold slump of 5 inches or greater for time required for placement into structure with maximum water -cement ratio specified. 3. Furnish type as recommended by manufacturer for allowed temperature ranges. 4. Type F. 5. Manufacturers: a. BASF b. Grace c. Euclid Chemical Co. d. GRT CAST -IN-PLACE CONCRETE 03300-6 HR Green Inc. Project No. 10100241 2.03 ACCESSORY MATERIALS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Reglets: Formed stainless steel sheet, grade 304 or better, with temporary filler to prevent concrete intrusion during placement. B. Bonding Agent: ASTM C 1059, Type II acrylic non-redispersable type. 1. Furnish as recommended by manufacturer for surface finish, pot life, set time, vertical or horizontal application, and forming restrictions. a. Manufacturers: 1) BASF 2) W.R. Meadows 3) L&M Construction Chemicals 4) Sika Chemical Corp. 5) Euclid Chemical Co. C. Patching Material: 1. Contains no chlorides or other chemicals causing steel corrosion. 2. Pre -manufactured product, cement -based, suitable for vertical and overhead applications. 3. Compressive strength at 28 days: 6500psi minimum 4. Manufacturers: a. BASF b. L&M Construction Chemicals c. Sika Chemical Corp. d. Euclid Chemical Co. D. Plastic Water Stop: 1. Extruded from an elastomeric plastic compound of which the basic resin shall be polyvinyl chloride (PVC). Reclaimed PVC in the compound is not acceptable. 2. Shore Durometer Type A Hardness: Approximately 80. 3. Performance Requirements: Corps of Engineers' Specification CRD C572. 4. Type: Center bulb with a number of parallel ribs or protrusions on each side of strip center. a. 9 -inch water stop shall be tear -web type. 5. Corrugated or tapered type water stops are not acceptable 6. Thickness: Constant from bulb edge to the outside stop edge. 3/8" minimum. 7. Width: 6 inches unless noted otherwise. a. Use 9 -inch wide waterstop in expansion joints. 8. Manufacturers: a. Vinylex Corp. b. Greenstreak Plastic Products. c. Paul Murphy Plastics Co. N _ E. Special Waterstop: ERS, Mar. 1. Adhered waterstop: hydrophilic, non -bentonite product. 2. Specifically engineered as a concrete joint waterstop device D••1K�e7t►t� 3. Delay coating to protect fresh concrete. 4. Manufacturers:CJ a. Greenstreak "Hydrotite" D m S b. DeNeef "Swellseal 8" O c. Or equal D co w F. Expansion Joint Filler: Neoprene, closed -cell, expanded, in accordance with ASTWD1056, Type 2C5 with compression deflection, 25 percent deflection (limits), 17 to 24 psi minimum. G. Chemical Hardener: Magnesium Flurosilicate solution designed for densification of cured concrete slabs. Hardener shall be compatible with other specified floor treatments and curing compounds. Apply to all slabs unless noted otherwise. CAST -IN-PLACE CONCRETE 03300-7 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa H. Non -Shrink Grout: 1. ASTM C 1107 2. Minimum Compressive Strength at48 Hours: 2,400 psi (17 MPa). 3. Minimum Compressive Strength at 28 Days: 7,000 psi (48 MPa). 4. Manufacturers: a. L&M Construction Chemicals, Inc., Crystex. b. Euclid Chemical Co., Hi Flow Grout J. Water Repellent: 1. Clear, non -staining, silane/siloxane, breathable sealer and water repellent, intended by manufacturer for horizontal and vertical surfaces. 2. Manufacturers: Material from the following manufacturers and which meet these specifications will be accepted: a. L&M Construction Chemicals, Inc. Aquapel. b. BASF Building Systems, HYDROZO Silane 40 VOC 2.04 BONDING PRODUCTS A. Bonding Agent: ASTM C 1059, Type II acrylic non-redispersable type. 1. Furnish as recommended by manufacturer for surface finish, pot life, set time, vertical or horizontal application, and forming restrictions. 2. Use for all indicated "bonding agent" applications unless specifically directed otherwise on Drawings or by Engineer. 3. Manufacturers: a. BASF b. . W.R. Meadows c. " L&M Construction Chemicals d. Sika Chemical Corp. e. Euclid Chemical Co B. Epoxy Bonding System: ASTM C 881, type as required by project conditions. 2.05 CONCRETE MIX DESIGNS A. Design: 1. Select and proportion ingredients using trial batches or field test data. Sample, cure, and test concrete mix through an approved independent testing laboratory in accordance with ACI 211.1 2. ACI 301, 318, and 350 each contain a flow chart for selecting proportions of concrete mixtures, and submitting the proposed mixes for approval. Contractor, concrete mix %a supplier and Mix Designer must all be familiar with basic requirements of flow chart and inc4oe the following basic elements in the design and submittal of all concrete mixes: Q � @C3betermine whether sufficient test data exists to calculate appropriate standard =Siviations(s) for each ready mix plant that will supply concrete for the Work. bjivalculate required average strength, F'cr, for each concrete mix. F'cr: Equal to F'c r-r)wt:olus 1,200 when data is not available to establish standard deviation. ':&Z%" how that proposed mixes meet or exceed F'cr by: LI _ 1�iJa. Determining whether sufficient test data exists to prove adequacy of proposed i - mix by virtue of similarity to previously -produced concrete, or Preparing and testing trial batches. Concrete Compressive Strength, F'c: tia. See schedule on Drawings 1) Use additional cement or cement plus fly ash above minimum specified if required to meet average compressive strength, F'cr. 2) For concrete mixes developed by laboratory testing, base cementitious content of the concrete on a curve showing the relation between water cementitious ratio and 7 and 28 day compressive strengths of concrete made using the proposed CAST -IN-PLACE CONCRETE 03300-8 HR Green Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa materials. Determine curves by four or more points, each representing an average value of at least three test specimens at each age. Provide curves with a range of values sufficient to yield the desired data, including the compressive strengths specified, without extrapolation. The cementitious content of the concrete mixes to be used, as determined from the curve, shall correspond to strengths 1200 psi greater than the specified design strengths. The resulting mix shall not conflict with the limiting values for maximum water cementitious ratio and net minimum cementitious content specified. 4. Proportions a. Design mix to meet aesthetic and structural concrete requirements. b. In accordance with ACI 211.1, unless specified otherwise. c. Water-cementitious (WIC) ratio shall control amount of total water added to concrete per schedule on Drawings 5. Admixtures: a. Air Content: per schedule on Drawings. b. Fly Ash: per schedule on Drawings 6. Slump Range at Site (Maintain Until Consolidated in Form) o a. After adding superplasticizers: 5 to 8 inches o b. Before adding superplasticizers: 1 to 3 inches ,cin o m 2.06 MIXING n� n .� A. General: In accordance with ACI 304R. " t� zi r B. Truck Mixers: OM s ^� 1. Equip with electrically actuated counters to readily verify number of revolutigrt3�of dorm ort? blades. : w 2. Counter: cn a. Resettable, recording type, mounted in driver's cab. b. Actuated at time of starting mixers at mixing speeds. 3. Truck mixer operation shall furnish a concrete batch as discharged, that is homogeneous with respect to consistency, mix, and grading. 4. Do not use nonagitating or combination truck and trailer equipment for transporting ready -mixed concrete. 5. Concrete Volume in Truck: a. Limit to 63 percent of total volume capacity, in accordance with ASTM C94tyhen truck mixed. I cv b. Limit to 80 percent of total volume capacity when central mixed. , cm 6. Mix each batch of concrete in truck mixer for minimum 70 revolutions of drurr5 or blades at rate of rotation designated by equipment manufacturer. 7. Perform additional mixing, if required, at speed designated by equipment manufacturer as agitating speed. 8. Place materials, including mixing water, in mixer drum before actuating the revolution counter for determining number of mixing revolutions. C. Aggregates: Thoroughly and uniformly wash before use. D. Admixtures: 1. Air -Entraining Admixture: Add at plant through manufacturer -approved dispensing equipment. 2. Water Reducers: Add prior to addition of superplasticizer. 3. Superplasticizers and Air -Entraining Admixtures: a. Add at concrete plant or at project site only through equipment furnished or approved by admixture manufacturer. Preference shall be at site. b. Equipment shall provide for easy and quick visual verification of admixture amount used for each dose. CAST -IN-PLACE CONCRETE 03300-9 HR Green Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa c. Add discharge amount to each load of concrete into separate dispensing container, verify amount is correct, then add to concrete. d. Additional dosage of superplasticizer may be added in the field using manufacturer -approved dispensing when unexpected delays cause too great of a slump loss PART 3 EXECUTION 3.01 EXAMINATION A Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PLACING CONCRETE A. Preparation: Meet requirements and recommendations of ACI 304R and ACI 301, except as modified herein. B. Notify Engineer not less than 24 hours prior to commencement of placement operations. C.„ Hand batch ticket for each load of concrete to ENGINEER at time of truck arrival on site. D.4>No additional water may be added to the concrete at any time after the truck has left the batch rr 'plant. E. _.Discharge Time: 4I. cc-Asdetermined by set time, do not exceed 1 1/2 hours after adding cement to water unless r(9 ,special approved time delay admixtures are used. Coordinate information with admixture �- rmanufacturer and Engineer prior to placing concrete. ';-,Y. , Adjust slump or air content at site by adding admixtures for particular load when approved W by Engineer, then adjust plant dose rest of placement. Additional dosage at site shall be r'' through an approved dispenser supplied by admixture manufacturer. 3. Maintain required slump throughout time of concrete placement and consolidation. Discontinue use of superplasticizer if it fails to maintain slump in required range for the length of time required. Redesign mix, adjusting set control admixtures to maintain setting time in the range required. F. Placement into Formwork: 1. Before depositing concrete, remove debris from space to be occupied by concrete. 2. Prior to placement of concrete, dampen fill under slabs on ground, dampen sand and dampen wood forms. Rei rcement: Secure in position before placing concrete. Q concrete as soon as possible after leaving mixer, without segregation or loss of W Q i ients, without splashing forms or steel above, and in layers not over 1.5 feet deep, iWt for slabs. Place and consolidate successive layers prior to initial set of first layer to ..i geZent cold joints. devices, for VzWlacement example, chutes, pouring spouts, and pumps. $,pal Free Fall Drop to Final Placement: 4 feet in forms. �7r Dog&t use aluminum conveying devices. Provide sufficient illumination for interior of forms so concrete at places of deposit are visible permitting confirmation of consolidation quality. 9. Joints in Slabs: a. Ensure space beneath plastic water stop completely fills with concrete. b. During concrete placement, make visual inspection of entire water stop area. c. Limit concrete placement to elevation of water stop in first pass, vibrate concrete under water stop, lift water stop to confirm full consolidation without voids, place remaining concrete to full height of slab. d. Apply procedure to full length of water stops. CAST -IN-PLACE CONCRETE 03300-10 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 10. If reinforcement is in direct sunlight or is more than 20 degrees F higher in temperature than concrete temperature before placement, wet reinforcement with water fog spray before placing concrete to cool reinforcement. 11. Round off top exposed edges of walls with a 1/2 inch radius steel edging tool. Control joint edges round off exposed edge to 1/4 -inch radius. 12. Do not place concrete for supported elements until concrete previously placed in the supporting element has attained design strength. G. Conveyor Belts and Chutes: 1. Design and arrange ends of chutes, hopper gates, and other points of concrete discharge throughout conveying, hoisting, and placing system for concrete to pass without becoming segregated. 2. Do not use chutes longer than 50 feet. 3. Minimum Slopes of Chutes: Angled to allow concrete to readily flow without segrnation. 4. Conveyor Belts: a. Approved by Engineer. �n v b. Wipe clean with device which does not allow mortar to adhere to bel>P=; n c. Cover conveyor belts and chutes. C-) — r H. Retempering: Not permitted for concrete where cement has partially hydratedr a m rna I. Pumping of Concrete: ox 0 1. Provide standby pump, conveyor system, crane and concrete bucket, or Goer sysRm onsite during pumping, for adequate redundancy to assure completion of'concret✓� placement without cold joints in case of a primary placing equipment breakdown. 2. Minimum Pump Hose (Conduit) Diameter: 4 inches. 3. Replace pumping equipment and hoses (conduits) that are not functioning properly. J. Maximum Size of Concrete Placements: 1. Limit size of each placement to allow for strength gain and volume change due to shrinkage. 2. Where expansion joints or construction or control joints are not shown, or are spaced at more than 60 feet, provide intermediate construction joints at maximum spacing of 40 feet. 3. Consider beams, girders, brackets, column capitals, and haunches as part of floor or roof, j system and place monolithically with floor or roof system. 4. Should placement sequence result in cold joint located below finished water surfaia, insta#- water stop in joint.04 v f K. Minimum Time Between Adjacent Placements: . 1. Construction Joints: 3 days. 2. At least 2 hours shall elapse after depositing concrete in long columns and walls thicker than 8 inches before depositing concrete in beams, girders, or slabs supported thereon. 3. For columns and walls, 10 feet in height or less, wait at least 45 minutes prior to depositing concrete in beams, girders, brackets, column capitals, or slabs supported thereon. L. Consolidation and Visual Observation: 1. Consolidate concrete with internal vibrators with minimum frequency of 8,000 cycles per minute and amplitude required to consolidate concrete in section being placed. 2. Provide at least one standby vibrator in operable condition at placement site prior to placing concrete. 3. Consolidation Equipment and Methods: ACI 309R. 4. Provide sufficient windows in forms, or limit form height, to allow for concrete placement through windows and for visual observation of concrete. 5. Vibration consolidation shall not exceed a distance of 5 feet from point of placement. 6. Vibrate concrete in vicinity of joints to obtain impervious concrete. M. Hot Weather: 1. Prepare ingredients, mix, place, cure, and protect in accordance with ACI 305R. CAST -IN-PLACE CONCRETE 03300-11 HR Green Inc. Project No. 10100241 N. rr 0 W _J LL 3.03 Rocky Shore Stormwater Pump Station Iowa City, Iowa 2. Placement frequency shall be such that lift lines will not be visible in exposed concrete finishes. 3. Maintain concrete temperature below 80 degrees F at time of placement. Ingredients may be cooled before mixing. 4. Temperature of forms and reinforcement shall not exceed 90 degrees when concrete is placed. 5. Make provisions for windbreaks, shading, fog spraying, sprinkling, ice, or wet cover, or other means to provide concrete with temperature specified. 6. Prevent differential temperature between reinforcing steel and concrete. Cold Weather: 1. Maintain surface temperature of concrete above 40 degrees F and cure concrete as specified in Section 03390. ,2. Provide maximum and minimum thermometers placed on concrete surfaces spaced throughout Work to allow monitoring of concrete surface temperatures representative of r Work. c3. Contractor to furnish temperature records daily to Engineer. Keep for each pour for seven days. Record temperature at two hour intervals for: L— a. outside air b. concrete as placed c. air in coldest part of enclosure near concrete d. locations as directed by Engineer 4. In accordance with ACI 306R and ACI 318. 5. Heated Enclosures: a. Heated enclosures may be used at any time during 'bold weather" as defined by ACI 306. b. Heated enclosures must be used when outdoor temperature falls below 15 degrees F. c. Enclosures must be capable of supporting wind and snow loads and tight enough to prevent entrance of wind and weather. j External Heating Units: a :51ent heating units to atmosphere, and do not locally heat or dry concrete. Where _ rdNater cure is specified, maintain wet condition. po not exhaust flue gases directly into an enclosed area to prevent concentrated r• V carbon dioxide from causing concrete carbonation. rovide continuous supervision of heating units when in use. (Z)am curing conditions as specified in Section 03390. Z=ve protection so concrete temperature drop does not exceed 2 degrees in any one hol2and 40 degrees in the first 24 hours after protection removal. 0 COACRETE BONDING A. To New Concrete Wall Horizontal Construction Joints: 1. Thoroughly clean and saturate joint with water. 2. Cover horizontal wall surfaces with minimum 2 inches of cement -sand -water grout, (9 sack minimum) and immediately place concrete. 3. Limit concrete lift placed immediately on top of grout to 12 inches thick. 4. Thoroughly vibrate to mix and consolidate grout and concrete together. B. To Old Concrete: 1. Mechanically roughen existing concrete surfaces to a clean, rough surface and provide a minimum roughness profile of %-inch. 2. Saturate surface with water for 24 hours, cover with 2 inches of grout, and place grout as specified for new concrete. CAST -IN-PLACE CONCRETE 03300-12 HR Green Inc. Project No. 10100241 3.04 CONSTRUCTION JOINTS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Locate construction joints as indicated. Joints shall be located so as not to impair the structural integrity of the structure. 3.05 SURFACE PREPARATION A. Construction Joints: Prior to placement of abutting concrete, clean contact surface: 1. Remove laitance and spillage from reinforcing steel, waterstops and dowels. 2. Roughen surface to a minimum of 1/4 inch amplitude: a. Sandblast after the concrete has fully cured. b. Water blast after the concrete has partially cured. c. Green cut fresh concrete with high pressure water and hand tools. 3. Perform cleaning so as not to damage water stop, if one is present. 3.06 INSTALLATION OF WATERSTOPS A. Plastic Waterstop: 1. Install in accordance with manufacturer's written instructions. 2. Splice, in accordance with the water stop manufacturer's written instructions, using a thermostatically controlled heating iron. Butt splice unless specifically detailed otherwise. 3. Join waterstops at intersections to provide continuous seal. 4. Center waterstop on joint. 5. Secure waterstop in correct position to avoid displacement during concrete placement. 6. Repair or replace damaged waterstop. 7. Place concrete and vibrate to obtain impervious concrete in the vicinity of all joints. 8. Joints in Slabs: a. Ensure that space beneath plastic waterstop is completely filled with concrete. b. During concrete placement, make a visual inspection of the entire water stop area. c. Limit concrete placement to elevation of waterstop in first pass, vibrate the concrete under the water stop, lift the water stop to confirm full consolidation without voids, then place remaining concrete to full height of slab. d. Apply procedure to full length of plastic waterstops. B. Special Waterstop 1. Adhered Waterstop: Secure with manufacturer -recommended method (nails, primer, etc.) 3.07 PATCHING —1 =[ A. General: La �c4 1. Prior to starting patching work, obtain quantities of color -matched patching'tmaterV and manufacturer's detailed instructions.v 2. Develop patching techniques with manufacturer on mockup panel. O. w 1 i 3. Dress surface of patches that will remain exposed to view to match coIorV"exf1e of adjacent surfaces. n r B. Tie Holes: —fin 1. Fill with nonshrink grout, except where sealant is shown. Use only enougAvaigto dryr�,,, pack. O x 2. Match color of adjacent concrete. g�co0 3. Compact grout using steel hammer and steel tool to drive grout to highRinsity.,,Pure grout with water. am C. Defective Areas: 1. Remove defective concrete to a depth of sound concrete. 2. If chipping is required, make edges perpendicular to surface with a minimum of 1/2 -inch in depth. Do not feather edges. Obtain Engineer's approval of chipping work. 3. Patch defective area to match appearance of adjacent concrete surfaces. CAST -IN-PLACE CONCRETE 03300-13 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa D. Blockouts at Pipes or Other Penetrations: 1. Meet details shown or submit proposed blockouts for review. 2. Use nonshrink grout. 3.08 CONCRETE FINISHING A. Notify Engineer of any Defective Concrete. B. Repair surface imperfections, including tie holes, immediately after removing formwork. 1. Chip out honeycomb to sound concrete. 2. Remove all bulges, fins, and small projections by chipping or tooling. 3. Remove all undesired bolts, nails, ties, or other embedded metal to a depth of 1/2 inch from the concrete surface. 4. Remove scale, dirt or other coatings which may impair bond, comply with ACI 318. 5. Fill holes with patching mortar finished to match the surrounding concrete. 6. Adjust cement color as required so that the patches match the adjacent concrete. C. Verify formwork joint offsets conform to ACI 117, as previously defined under Preparation. D. Unexposed Form Finish: Rub down or chip off fins or other raised areas 1/4 inch (6 mm) or more in height. E. Exposed Form Finish: Rubdown or chip off and smooth fins or other raised areas 1/4 inch (6 mm) or more in height. Provide finish as follows: 1. Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or other abrasive, not more than 24 hours after form removal. 2. On below grade walls and members, provide specified finish a minimum of V-0" below final grade elevation. Concrete Slabs: Finish to requirements of ACI 302.1R, and as follows: 1. "Steel trowel' as described in ACI 302.1 R, minimizing burnish marks and other appearance defects. G. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains as indicated on drawings. H. fWply weer repellent to all concrete slabs that will be exposed to weather once structure is WI. Enisplpt]Df formliner concrete: Per published standards of formliner manufacturer. J SS== 3.0% BA%KFIIWWAINST WALLS A. QD noNWkfill against walls until concrete has obtained 28 day compressive strength. U. B. facet&fill simultaneously on both sides of wall, where required, to prevent differential ,Messures. 3.10 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 01400, B. Provide free access to concrete operations at project site and cooperate with appointed firm. C. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements. D. Compressive Strength Tests: ASTM C 39. 1. For each test, mold and cure four concrete test cylinders if 6" cylinders are used. Mold and cure five concrete test cylinders if 4" cylinders are used. Obtain test samples for every 30 cu yd (23 cu m) or less of each class of concrete placed. Not less than one test CAST -IN-PLACE CONCRETE 03300-14 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa per day 2. From each set of cylinders, an approved testing laboratory shall test one cylinder at 7 days and two 6" cylinders (three 4" cylinders) at 28 days. The final cylinder shall be properly stored until after the has reviewed the 7 and 28 day tests. Unless otherwise specified, the 7 day test shall be for informational purposes only. Concrete acceptance shall be based on the average of the two or three cylinders tested at 28 days. 3. Take one additional test cylinder during cold weather concreting, cured on job site under same conditions as concrete it represents. 4. Passing test shall be as defined in ACI 318. E. Slump Tests: ASTM C 143. 1. A minimum of one slump test shall be taken for the first batch of concrete each day and for each set of test cylinders taken. Additional slump tests shall be taken whenever the consistency of concrete appears to vary. F. Air -content Tests: ASTM C 231, C173, or C 138. 1. A minimum of one air -content test shall be taken for each set of test cylinders taken. Additional air -content tests shall be taken whenever the proportions of the concrete mix change. G. Concrete Temperature: ASTM C 1064. 1. A record of concrete temperature shall be kept for each sample of concrete taken. 3.11 PROTECTION OF INSTALLED WORK A. After curing and applying final floor finish, cover slabs with plywood or particle board, plastic sheeting, or other material to keep floor clean and protect it from material and damage due to other construction work. B. Patch and repair defective areas and areas damaged by construction. 3.12 DEFECTIVE CONCRETE A. Test Results: The testing agency shall report test results in writing to Engineer and Contractor within 24 hours of test. B. Defective Concrete: Concrete with excessive honeycombing, embedded debris or concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. C. Repair or replacement of defective concrete will be determined by the Engineer. , The cost of additional testing shall be bome by Contractor when defective concrete is identified. D. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. E. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. F. Patch imperfections as directed. 1:4 Me] 96MAIlei 2I CAST -IN-PLACE CONCRETE CIO Q Well a f� 0 03300-15 HR Green Inc. Project No. 10100241 M *t [a] ; Ill CONCRETE CURING Rocky Shore Stormwater Pump Station Iowa City, Iowa PART GENERAL 1.01 SECTION INCLUDES A. Initial and final curing of horizontal and vertical concrete surfaces. 1.02 REFERENCE STANDARDS A. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International. B. ACI 302.1 R - Guide for Concrete Floor and Slab Construction; American Concrete Institute International. C. ACI 305R - Hot Weather Concreting. D. ACI 308R - Guide to Curing Concrete; American Concrete Institute International. E. ASTM C 171 - Standard Specification for Sheet Materials for Curing Concrete. F. ASTM C 309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. G. ASTM D 2103 - Standard Specification for Polyethylene Film and Sheeting. 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on curing compounds and moisture -retaining sheet, including compatibility of different products and limitations. 1.04 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301 and ACI 302.1R. B. Maintain one copy of each document on project site. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver curing materials in manufacturer's sealed packaging, including application instructions. PART 2 PRODUCTS O= _. 2.01 MATERIALS �� y A. Membrane Curing Compound: ASTM C 309 Type 1 - Clear or translucent, CIaSPt. 1t L B. Moisture -Retaining Sheet: ASTM C 171. 1. White -burlap -polyethylene sheet, weighing not less than 10 oz/per linear yd, 40 ink' s ' wide (305 grams per sq. meter). O C. Polyethylene Film: ASTM D2103, 6 mil (0.15 mm) thick, clear. by f D. Water: Potable, not detrimental to concrete. PART 3 EXECUTION ;gym a (:).,;Dz m 3.01 EXAMINATION a X C Q A. Verify that substrate surfaces are ready to be cured. C.) rn CONCRETE CURING 03390-1 HR Green Inc. Project No. 10100241 3.02 EXECUTION - HORIZONTAL SURFACES A. Cure floor surfaces in accordance with ACI 308R. B. Cure floor surfaces in accordance with ACI 308. Rocky Shore Stormwater Pump Station Iowa City, Iowa C. Ponding: Maintain 100 percent coverage of water over floor slab areas, continuously for 4 days. D. Spraying: Spray water over floor slab areas and maintain wet for 7 days. E. Absorptive Moisture -Retaining Sheet: Saturate burlap -polyethylene and place burlap -side down over floor slab areas, lapping ends and sides; maintain in place for 7 days. F. Membrane Curing Compound: Apply curing compound in accordance with manufacturer's instructions in two coats, with second coat applied at right angles to first. G. Curing by ponding, spraying or saturated sheet shall be used for all liquid -retaining structures (wet well, etc), and for all other structures where possible. Membrane curing compound may be used for other structures if specifically requested by Contractor and approved by Engineer. 3.03 EXECUTION -VERTICAL SURFACES A. Cure surfaces in accordance with ACI 308R. B. Cure surfaces in accordance with ACI 308. C. Spraying: Spray water over surfaces and maintain wet for 7 days. D. Membrane Curing Compound: Apply compound in accordance with manufacturer's instructions in two coats, with second coat applied at right angles to first. E. Curing by ponding, spraying or saturated sheet shall be used for all liquid -retaining structures (wet well, etc), and for all other structures where possible. Membrane curing compound may be used for other structures if specifically requested by Contractor and approved by Engineer. 3.04 PROTECTION A. Do not permit traffic over unprotected floor surface. 3.05 FIELD QUALITY CONTROL A. Method and application of curing shall account for concrete temperature, air temperature, relative humidity, and wind velocity. When evaporation rates exceed 0.2 Ib/sq.ft/hour, uprecautRns shall be taken to prevent plastic shrinkage cracking. Use Figure 2.1.5 of ACI 305R Q &r e Rglpting. =— W 'a J}' END OF SECTION w F'd LL. t�3 O n 00 tT1 � rn - »r o:o w a ro CONCRETE CURING 03390-2 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa SECTION 03450 0;161:111 11:19b t1);?_1 1111:20 mroy-1VII Irelf] lk DI ZI 4 1 M PART GENERAL 1.01 SUMMARY A. Section Includes: 1. Exterior Architectural Precast Concrete specified herein. Profiles indicated on Drawings. Also includes related supports, anchors, and attachments. 2. Installation of joint sealers and joint backing at intermediate and perimeter joints. 3. Grouting and shims under units. 1.02 RELATED SECTIONS A. Section 04810 -Unit Masonry Assemblies. C n v B. Section 07900 - Joint Sealers. A-4 n 1.03 SYSTEM DESCRIPTION�r _J Tr A. System Description: pM Z , • 1 1. Calculate concrete structural properties of precast units per ACI 301. ;:E= co 2. Design precast units to accommodate construction tolerances, defiectiort'Df builr l* g structural members, and clearances of intended openings. rn 3. Design component connections to accommodate building movement and thermal movement. Provide adjustment to accommodate misalignment of structure without unit distortion or damage. :<L 1.04 QUALITY ASSURANCE v A. Codes and Standards: Comply with provisions of following codes, specifications, ander I j standards, except as otherwise indicated: 1. ACI 318 "Building Code Requirements for Reinforced Concrete o 2. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." 3. Pre -Stressed Concrete Institute MNL 117, "Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products." 4. American Welding Society D1.4, "Structural Welding Code - Reinforcing Steel." B. Use precast concrete manufacturing plant that is certified by the Precast/Pre-Stressed Concrete Institute (PCI), Plant Certification Program, prior to start of production. C. Qualifications of Erector: Minimum of 5 years successful documented experience in the erection of architectural precast concrete units, similar to units required for this Project. D. Welder Qualifications: Certify that welders employed for this Work have been AWS qualified and certified within the previous 12 months. 1.05 SUBMITTALS A. Comply with Section 01300. B. Shop Drawings: Indicate layout of sizes and profiles, unit dimensions and locations, configuration, unit identification marks, reinforcement, connection details, support items, location of lifting devices, openings, and relationship to adjacent materials. C. Samples: Panel of each profile and color illustrating surface finish, color, and texture. ARCHITECTURAL PRECAST CONCRETE 03450-1 HR Green Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa D. Product Data: Manufacturer's specifications, data, and instructions for manufactured materials and products. E. Test Reports: Test reports on materials, compressive strength tests on concrete, and water absorption tests on units. 1.06 DELIVERY, STORAGE AND HANDLING A. Comply with Section 01600. B. Deliver architectural precast concrete units to Project site in such quantities and at such times to assure continuity of erection. w C. rl landle and transport units in a position, consistent with their shape and design, in order to c -avoid stresses that would cause cracking or damage. D. u'Cift or support units only at points shown on approved Shop Drawings. r E. Lifting or Handling Equipment: Capable of maintaining units during manufacture, storage, transportation, erection, and in position for fastening. F. Slockin nd Lateral Support during Transport and Storage: Clean, non -staining, without Q &unarm to exposed surfaces. Provide temporary lateral support to prevent bowing and � arpFM2 JG. -XrotCOp+xiits during shipment on non -staining, shock -absorbing material. %—U H. LTo ftjpce or store units directly on the ground. M U0 I.-"JAark u(as with date of production in location not visible to view when in final position in 0 —structure. 1.07 WARRANTY A. Provide 10 year manufacturer's written warranty. B. Warranty: Warrant materials and workmanship against defects after completion and final acceptance of Work. 1. Repair defects from faulty materials or workmanship developed during the guarantee period, or replace with new materials, at no expense to Owner. PART PRODUCTS 2.01 MANUFACTURERS AND PRODUCT A. Architectural Precast Concrete: Subject to compliance with requirements, provide products from one of the following manufacturers: 1. American Artstone Company. 2. Bremix Concrete Co. 3. Gage Brothers, Inc. 4. Molin Concrete Products, Inc. 5. Northern Precast. 6. Wells Concrete Products Company. ARCHITECTURAL PRECAST CONCRETE 03450-2 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Product: Provide Precast Concrete wall caps and accent bands. C. Size and shape as indicated on the drawings 2.02 ARCHITECTURAL PRECAST CONCRETE FORMS A. Provide forms and, where required, form facing materials of metal, plastic, wood, or other acceptable materials that are reactive with concrete and will produce required finish surfaces. B. Accurately construct forms mortar -tight and of sufficient strength to withstand pressures due to concrete placing operations, temperature changes and, when pre -stressed, pre -tensioning and de -tensioning operations. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated within specified fabrication tolerances. C. Retain forms and turn over to Owner's possession after completion of Project. 2.03 MATERIALS A. General: Unless otherwise indicated, materials shall comply with the Specifications, standards, and codes given for each material covered in this Section. Furnish to Architect satisfactory certification reports that materials incorporated in architectural precast concrete products comply with the requirements herein specified. B. Portland Cement: ASTM C150, Type I -Normal with low alkali; gray color. Use same brand, type, and source of supply throughout. ., Cu C. Water: Potable, free from impurities. D. Reinforcing Steel: ASTM A615, deformed steel bars or ANSI/ASTM A185, welded steel wire fabric; galvanized finish, strength and size commensurate with site -cast unit design. E. Air Entrainment: ASTM C260, wet cast mixtures containing 5 percent to 7 percent ai� entrainment. �� o o F. Water Reducing, Retarding, Accelerating, and High Range Water Reducing Admixtures' ASTM C494. G. Coloring Agent: ASTM C979; synthetic mineral oxide, harmless to concrete set and strength, stable at high temperature, sunlight, and alkali -fast. J. Facing Aggregates: ASTM C33; fine and coarse aggre durable, inert, and free of staining or deleterious materia single source (pit or quarry) for entire Project. 1. Color: Architect will select colors. Finish with light Back -Up Concrete Aggregates: ASTM C33; fine and c strong, durable, inert, and free of staining or deleterious PS gates that are clean -pard, s� I for each type of exQnd f@#h m acid etch finish. Cl) n =7 C7 v co aggregates togge ckan, material. E5M M[ :*Mco Reinforcing Steel: 4- 1 1. Bars: a. Deformed Steel: ASTM A615, Grade 60. b. Weldable Deformed Steel: ASTM A706. c. Galvanized Reinforcing Bars: ASTM A767. d. Epoxy Coated Reinforcing Bars: ASTM A775. (roma r hrk a ARCHITECTURAL PRECAST CONCRETE 03450-3 HR Green Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 2. Welded Wire Fabric: a. Welded Steel: ASTM A185. b. Welded Deformed Steel: ASTM A497. c. Epoxy Coated Welded Wire Fabric: ASTM A884. 3. Fabricated Steel Bar or Rod Mats: ASTM A184. 4. Pre -Stressing Strand: ASTM A416, Grades 250 or 270. K. Cast -In Anchor Materials: 1. Stainless Steel: ASTM A666, Type 304. 2. Bolts: ASTM F593, grade 304. 3. Welded Headed Studs: AWS D1.1, Chapter 4, Part F. L. Finish on Anchors: mill finish M. Receivers for Flashing: Minimum 28 gauge formed stainless steel reglet or polyvinyl chloride extrusions. N. Grout: 1. Cement Grout: Portland cement, sand, and water sufficient for placement and hydration. 2. Non -Shrink Grout: Pre -mixed, packaged, ferrous and non-ferrous aggregate shrink -resistant grout. 3. Epoxy -Resin Grout: 2 component mineral -filled epoxy-polysulfide, FS MMM -G-560, Grade C, Type as recommended by manufacturer. O. Bearing Pads: 1. Chloroprene (Neoprene): Conform to Division Il, Section 25 of AASHTO Standard j Specifications for Highway Bridges. I QA. Rd Oriented Fiber Reinforced Pads: Capable of supporting a compressive stress of 0 PSI with no cracking, splitting, or delaminating in the internal portions of the pad. " 1 specimen for each 200 pads used on Project. J r3 -M tic: Multi -monomer plastic strips, non -leaching, capable of supporting construction �Q with no visible overall expansion. U. c9. i-�aflourothylene (TFE) reinforced with glass fibers and applied to stainless or structural CE c t* plates. .-, o 2.04 ACjfTSSORIES A. Through -Wall Flashing: Type specified under Division 4. B. Sealant and Joint Backing: Type materials specified in Division 7. 2.05 MIXES A. Concrete Properties: 1. Water -Cement Ratio: Maximum 40 pounds of water to 100 pounds of cement. 2. Air Entrainment: Amount produced by adding dosage of air entraining agent that will provide 19 percent plus or minus 3 percent of entrained air in standard 1 to 4 sand mortar (fi as tested according to ASTM C185; or minimum 3 percent, maximum 6 percent. Q 3. Compressive Strength: Minimum of 5,000 PSI in 28 days when tested by 6 inch by 12 inch or 4 inch by 8 inch cylinders; or minimum 6,250 PSI when tested on 4 inch cubes. B. Design mixes to achieve required strengths prepared by independent testing agency or qualified personnel at precast concrete manufacturer's plant. C. Color: Architect will select colors. ARCHITECTURAL PRECAST CONCRETE 03450-4 HR Green Inc. Project No. 10100241 2.06 FABRICATION Rocky Shore Stormwater Pump Station Iowa City, Iowa A. General: Fabricate precast concrete units in general compliance with PCI MNL -117. B. Finishes: 1. Smooth Finish: Cast using flat smooth non -porous molds. 2. Light sand -blast on units to cast stone finish. Submit sample of light sand -blast finish to Architect for approval. C. Cover: 1. Provide at least 1 inch cover for reinforcing steel. 2. Do not use metal chairs, with or without coating, in finished face. 3. Provide embedded anchors, inserts, plates, angles, and other cast -in items as indicated on approved Shop Drawings with sufficient anchorage and embedment for design requirements. D. Molds: 1. Use rigid molds to maintain units within specified tolerances conforming to the shape, lines and dimensions indicated on the Drawings. 2. Construct molds to withstand vibration method selected. 3. Contractor shall deliver the molds to the owner at the conclusion of the project. Owner shall have all rights and ownership of the molds. Molds shall be delivered in appropriate packaging and clearly labeled for their safekeeping and storage for future use. E. Concreting: 1. Convey concrete from the mixer to place of final deposit by methods that will prevent separation, segregation, or loss of material. 2. Consolidate concrete in the mold by high frequency vibration, either internal or external or a combination of both, to eliminate unintentional cold joints, honeycomb, and to minimize entrapped air on vertical surfaces. - 13 w b o F. Curing: Cure precast concrete units until compressive strength is high enough to erQre that stripping does not have an effect on the performance or appearance of final product. � G. Acceptance: Architectural precast concrete units that do not meet color and texture range or dimensional tolerances may be rejected at the option of Architect, if units cannot be satisfactorily corrected. 2.07 QUALITY ASSURANCE _ (J w A. Make 1 compression test at 28 days for each day's production of each type oF,,Fp%reJR ^tom E2 -~C C-.) �• 1 B. Specimens: -4 C131 v r.. 1. 2 test specimens for each compression test. ' CrT 2. Obtain for from batch. 2 concrete specimens actual production Om • ' 1 3. 6 inch by 4 inch or 4 inch by 8 inch concrete test cylinder, ASTM C31. zeaC C)o Q D C. Keep quality control records available for Architect, upon request, for 2 years after fi aI acceptance. ARCHITECTURAL PRECAST CONCRETE 03450-5 HR Green Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa PART 3 EXECUTION 3.01 EXAMINATION A. Examine areas and conditions under which Work of this Section will be performed. Correct conditions detrimental to timely and proper completion of Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Install through -wall flashings prior to setting precast units per flashing manufacturer's recommendations. 3.03 ERECTION A. Erect adequate barricades, warning lights, or signs to safeguard traffic in the immediate area of hoisting and handling operations. B. Set precast concrete units level, plumb, square, and true within the allowable tolerances. Provide true, level -bearing surfaces on field placed masonry that are to receive precast concrete units. Provide lines, center, and grades in sufficient detail to allow installation. C. Provide temporary supports and bracing as required to maintain position, stability, and alignment as units are being permanently connected. D. amply*th PCI standards on -cumulative tolerances for location of precast concrete units. WBeet !i�ad bearing units dry without mortar, attaining specified joint dimension with lead, s`feeI pryplastic spacing shims. J r- car_ �F. st��cast concrete with stainless steel anchors. Precast manufacturer shall determine, esi�d furnish method of anchorage to structure. ,., o G. Zomplefely remove temporary lifting and handling devices cast into the precast concrete units, or if protectively treated, remove only where they interfere with Work of other trades. 3.04 REPAIR A. Repair exposed exterior surface to match color and texture of surrounding concrete and to minimize shrinkage, per standard published repair methods as used by precast manufacturer. Appearance of repair shall meet architect's approval, or piece shall be replaced at no additional cost to Owner. ;.05 POINTING AND CAULKING r• �tA. -When ready for pointing, dampen joints carefully point to a slight concave, unless otherwise specified. Do not perform pointing in freezing weather or in locations exposed to hot sun, unless properly protected. Use pointing mortar consisting of 1 part non -staining cement (ASTM C91), 1 part hydrated lime (ASTM C207 - Type S), and 4 parts of clean, washed sand (ASTM C144). Add coloring pigments as required to achieve desired color. Architect will approve color of pointing mortar before proceeding with pointing. B. Rake vertical and horizontal joints to a depth of 3/8", seal joints with joint sealer. Architect will select color. ARCHITECTURAL PRECAST CONCRETE 03450-6 HR Green Inc. Project No. 10100241 3.06 CLEANING Rocky Shore Stormwater Pump Station Iowa City, Iowa A. After installation and joint treatment, clean soiled precast concrete surfaces with detergent and water, using fiber brush and sponge, and rinse thoroughly with clean water per precast concrete manufacturer's recommendations. Use cleaning materials or processes that will not change the character of exposed concrete finish. B. Use acid solution only to clean particularly stubborn stains after more conservative methods have been tried unsuccessfully. C. Use extreme care to prevent damage to precast concrete surfaces and to adjacent materials. D. Rinse thoroughly with clean water immediately after using cleaner. 3.07 PROTECTION A. Make certain that Work is protected at all times. B. Repair or replace chipped, spalled, cracked, or otherwise damages units. END OF SECTION ti 0 O w n.< _ r ,Cm s CDM a� _ ARCHITECTURAL PRECAST CONCRETE 03450-7 HR Green, Inc. Project No. 10100241 SECTION 04810 Rocky Shore Stormwater Pump Station Iowa City, Iowa UNIT MASONRY ASSEMBLIES PART1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. N O 1.02 SUMMARY O rri A. Section Includes:n� C--,% 1. Face brick. 2. Mortar and grout. --<��?' M 3. Ties and anchors. m � a 4. Embedded flashing. pp Q 5. Miscellaneous masonry accessories. D r B. Related Sections: 1. Division 3 Section "Cast -in -Place Concrete" for installing dovetail slots for masonry anchors. 2. Division 3 Section "Architectural Precast Concrete" for precast concrete wall caps. 3. Division 5 Section "Metal Fabrications" for furnishing steel lintels for unit masonry. 1.03 SUBMITTALS •c cu o' C° t'� sz A. Product Data: For each type of product indicated. :�Ly B. Shop Drawings: For the following: 1. Masonry Units: Show sizes, profiles, coursing, and locations of special shapes. 2. Fabricated Flashing: Detail corner units, end -dam units, and other special applications. C. Samples for Initial Selection - 1 . election:1. Face brick, in the form of straps of five or more bricks. 2. Colored mortar. 3. Weep holes/vents. D. List of Materials Used in Constructing Mockups: List generic product names together with manufacturers, manufacturers' product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used. Include mix proportions for mortar and grout and source of aggregates. 1. Submittal is for information only. Neither receipt of list nor approval of mockup constitutes approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Architect and approved in writing. E. Material Certificates: For each type and size of the following: 1. Masonry units. a. Include data on material properties. b. For brick, include size -variation data verifying that actual range of sizes falls within specified tolerances. C. For exposed brick, include test report for efflorescence according to ASTM C 67. 2. Cementitious materials. Include brand, type, and name of manufacturer. UNIT MASONRY ASSEMBLIES 04810-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 3. Preblended, dry mortar mixes. Include description of type and proportions of ingredients. 4. Grout mixes. Include description of type and proportions of ingredients. 5. Anchors, ties, and metal accessories. Mix Designs: For each type of mortar. Include description of type and proportions of ingredients. 1. Include test reports for mortar mixes required to comply with property specification. Test according to ASTM C 109/C 109M for compressive strength, ASTM C 1506 for water retention, and ASTM C 91 for air content. 2. Include test reports, according to ASTM C 1019, for grout mixes required to comply with compressive strength requirement. G. Cold -Weather and Hot -Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with requirements. 1.04 QUALITY ASSURANCE A. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from single source from single manufacturer for each product required. B. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from single manufacturer for each cementitious component and from single source or producer for each aggregate. C. Masonry Standard: Comply with ACI 530.1/ASCE 6/TMS 602 unless modified by requirements the Coract Documents. *ckBuild mockups to verify selections made under sample submittals and to W demoiaa aesthetic effects and set quality standards for materials and execution. J r mockups for typical exterior wall in sizes approximately 48 inches long by 48 inches Px*by full thickness, including face and backup wythes and accessories. c aim Include a sealant -filled joint at least 16 inches long in mockup. �., b. o Include precast concrete cap at top of exterior wall mockup. N c. Include through -wall flashing installed for a 24 -inch length in corner of exterior wall mockup approximately 16 inches down from top of mockup, with a 12 -inch length of flashing left exposed to view (omit masonry above half of flashing). d. Include joint -and -penetration treatment, veneer anchors, flashing, cavity drainage material, and weep holes in exterior masonry -veneer wall mockup. 2. Clean exposed faces of mockups with masonry cleaner as indicated. 3. Protect accepted mockups from the elements with weather -resistant membrane. 4. Approval of mockups is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors, tooling of joints; and aesthetic qualities of workmanship. a. Approval of mockups is also for other material and construction qualities specifically approved by Architect in writing. b. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless such deviations are specifically approved by Architect in writing. 5. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. E. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section 'Project Management and Coordination." UNIT MASONRY ASSEMBLIES 04810-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 1.05 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar mix in moisture -resistant containers designed for use with dispensing silos. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in covered weatherproof dispensing silos. E. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.06 PROJECT CONDITIONS cv ry A. Protection of Masonry: During construction, cover tops of walls, projections,- and sills with, waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. A 1. Extend cover a minimum of 24 inches down both sides of walls and hold cover securply in place. _ B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least three days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain -splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold -weather construction requirements�gontained in ACI 530.1/ASCE 6/TMS 602. O w 1. Cold -Weather Cleaning: Use liquid cleaning methods only when ai peffpre ist deg F and higher and will remain so until masonry has dried, buttdss amn se _e days after completing cleaning. -nC E. Hot -Weather Requirements: Comply with hot -weather construction requir is 2entai477n ACI 530.1/ASCE 6/TMS 602. Q D co UNIT MASONRY ASSEMBLIES 04810-3 HR Green, Inc. Project No. 10100241 PART 2 -PRODUCTS 2.01 MASONRY UNITS, GENERAL Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated in the standard. Do not use units where such defects will be exposed in the completed Work. 2.02 BRICK A. General: Provide shapes indicated and as follows, with exposed surfaces matching finish and A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold -weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement -Lime Mix: Packaged blend of portland cement and hydrated lime containing fro other ingredients. 11 1, 47 Mortar Cement: ASTM C 1329. Y. Products: Subject to compliance with requirements, available products that may be dincorporated into the Work include, but are not limited to, the following: a. Lafarge North America Inc.; Lafarge Mortar Cement. E. Aggregate for Mortar: ASTM C 144. UNIT MASONRY ASSEMBLIES 04810-4 color of exposed faces of adjacent units: 1. For ends of sills and caps and for similar applications that would otherwise expose unfinished brick surfaces, provide units without cores or frogs and with exposed surfaces finished. 2. Provide special shapes for applications where stretcher units cannot accommodate special conditions, including those at corners, movement joints, bond beams, sashes, and lintels. 3. Provide special shapes for applications requiring brick of size, form, color, and texture on Q0.. exposed surfaces that cannot be produced by sawing. jj�ovide special shapes for applications where shapes produced by sawing would result W y,Rpsawed surfaces being exposed to view. Q eo �. �Fack: Facing brick complying with ASTM C 216. J r 1. U®ducts: Subject to compliance with requirements, provide the following: — >-P Glen-Gery Brick – Summerset Modular. de: SW. LL e: FBS. If itial Rate of Absorption: Less than 30 g/30 sq. in. per minute when tested per C= N ASTM C 67. 5. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is rated "not effloresced." 6. Size (Actual Dimensions): 3-5/8 inches wide by 2-1/4 inches high by 7-5/8 inches long. 7. Application: Use where brick is exposed unless otherwise indicated. 8. Color and Texture: Match Architect's samples and as selected by Architect. 2.03 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold -weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement -Lime Mix: Packaged blend of portland cement and hydrated lime containing fro other ingredients. 11 1, 47 Mortar Cement: ASTM C 1329. Y. Products: Subject to compliance with requirements, available products that may be dincorporated into the Work include, but are not limited to, the following: a. Lafarge North America Inc.; Lafarge Mortar Cement. E. Aggregate for Mortar: ASTM C 144. UNIT MASONRY ASSEMBLIES 04810-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. 3. White -Mortar Aggregates: Natural white sand or crushed white stone. 4. Colored -Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. F. Cold -Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. 1. Products: Subject to compliance with requirements, provide one of the following: a. Euclid Chemical Company (The); Accelguard 80. b. Grace Construction Products, W. R. Grace & Co. - Conn., Morset W -c C. Sonneborn Products, BASF Aktiengesellschaft; Trimix-NCA. O w � f C-) G. Water: Potable. D-+ n E2 2.04 TIES AND ANCHORS -tin r M A. Materials: Provide ties and anchors specified in this article that are made fnatials t re! comply with the following unless otherwise indicated. D 1. Hot -Dip Galvanized, Carbon -Steel Wire: ASTM A 82/A 82M; with ASTM A 15:7A 153M, Class B-2 coating. 2. Stainless -Steel Wire: ASTM A 580/A 580M, Type 304 or Type 316. 3. Galvanized Steel Sheet: ASTM A 653/A 653M, Commercial Steel, G60 zinc coating. 4. Steel Sheet, Galvanized after Fabrication: ASTM A 1008/A 1008M, Commercial Steel, with ASTM A 153/A 153M, Class B coating. 5. Stainless -Steel Sheet: ASTM A 666, Type 304 or Type 316. B. Wire Ties, General: Unless otherwise indicated, size wire ties to extend at least halfway through veneer but with at least 5/8 -inch cover on outside face. Outer ends of wires are bent 90 degrees and extend 2 inches parallel to face of veneer. C. Individual Wire Ties: Rectangular units with closed ends and not less than 4 inches wide. 1. Wire: Fabricate from 3/16 -inch- diameter, hot -dip galvanized steel or stainless-steel wire. D. Dovetail slots: Stainless steel, 1" x 1" with 5/8" throat, 20 gage minimum thickness. E. Adjustable Anchors for Connecting to Concrete: Provide anchors that allow vertical or horizontal adjustment but resist tension and compression forces perpendicular to plane of wall. 1. Connector Section: Dovetail tabs for inserting into dovetail slots in concrete and attached to tie section; formed from 0.105 -inch- thick, steel sheet, galvanized after fabrication or 0.109 -inch- thick, stainless-steel sheet. 2. Tie Section: Triangular-shaped wire tie, sized to extend within 1 inch of masonry face, made from 0.187 -inch- diameter, hot -dip galvanized steel or stainless-steel wire. Adjustable Masonry -Veneer Anchors 1. General: Provide anchors that allow vertical adjustment but resist tension and compression forces perpendicular to plane of wall, for attachment over sheathing to wood or metal studs, and as follows: a. Structural Performance Characteristics: Capable of withstanding a 100-lbf load in both tension and compression without deforming or developing play in excess of 0.05 inch. UNIT MASONRY ASSEMBLIES 04810-5 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 2. Screw -Attached, Masonry -Veneer Anchors: Units consisting of a wire tie and a metal anchor section. a. Products: Subject to compliance with requirements, basis of design Hohmann & Barnard, Inc.; #315 Flexible Dovetail Brick Tie or provide one of the following: En 1) Dayton Superior Corporation, Dur -O -Wal Division; D/A 210 with D/A 700- klj� 708. (] co Y3 2) Heckmann Building Products Inc.; 315-D with 316. s 0 3) Hohmann & Barnard, Inc.. 4) Wire -Bond; 1004, Type III. !J t- Fabricate sheet metal anchor sections and other sheet metal parts from 1.05-inch- ft� — >_ca thick, steel sheet, galvanized after fabrication 0.109 -inch- thick, stainless-steel LL o �� sheet. neo Wire Ties: Triangular-, rectangular-, or T-shaped wire ties fabricated from 0.187- inch- diameter, hot -dip galvanized steel or stainless-steel wire. 2.05 "MISCELLANEOUS ANCHORS r t• -A. .1lnit Type Inserts in Concrete: Cast-iron or malleable -iron wedge -type inserts. �-fg t" 1 Dovetail Slots in Concrete: Furnish dovetail slots with filler strips, of slot size indicated, fabricated from stainless steel sheet. 2.06 -EMBEDDED FLASHING MATERIALS A. Metal Flashing: Provide metal flashing complying with SMACNA's "Architectural Sheet Metal Manual"" and as follows: 1. Stainless Steel: ASTM A 240/A 240M, Type 304, 0.016 inch thick. 2. Fabricate continuous flashings in sections 96 inches long minimum, but not exceeding 12 feet. Provide splice plates atjoints of formed, smooth metal flashing. 3. Fabricate through -wall flashing with snaplock receiver on exterior face where indicated to receive counterflashing. 4. Fabricate through -wall flashing with sealant stop unless otherwise indicated. Fabricate by bending metal back on itself 3/4 inch (19 mm) at exterior face of wall and down into joint 1/4 inch (6 mm) to form a stop for retaining sealant backer rod. B. Application: Unless otherwise indicated, use the following. 1. Where flashing is indicated to be turned down at or beyond the wall face, use metal flashing. 2. Where flashing is partly exposed and is indicated to terminate at the wall face, use metal flashing with a drip edge. 3. Where flashing is fully concealed, use metal flashing. C. Solder and Sealants for Sheet Metal Flashings: 1. :Solder for Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. 2. Elastomeric Sealant: ASTM C 920, chemically curing urethane or silicone sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. D. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer's standard products or products recommended by flashing manufacturer for bonding flashing sheets to each other and to substrates. UNIT MASONRY ASSEMBLIES 04810-6 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 2.07 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene or urethane. B. Weep/Vent Products: Use the following as noted on the drawings: 1. Wicking Material: Absorbent rope, made from cotton, 1/4 to 3/8 inch in diameter, in length required to produce 2 -inch exposure on exterior and 18 inches in cavity. Use only for weeps. 2. Cellular Plastic Weep/Vent: One-piece, flexible extrusion made from UV -resistant polypropylene copolymer, full height and width of head joint and depth 1/8 inch less than depth of outer wythe, in color selected from manufacturer's standard. a. Products: Subject to compliance with requirements, provide one of the following: 1) Advanced Building Products Inc., Mortar Maze weep vent. 2) Dayton Superior Corporation, Dur -O -Wal Division, Cell Vents. 3) Heckmann Building Products Inc.; No. 85 Cell Vent. 4) Hohmann & Barnard, Inc.; Quadro-Vent. 5) Wire -Bond; Cell Vent. 3. Mesh Weep/Vent: Free -draining mesh; made from polyethylene strands, full height and width of head joint and depth 1/8 inch less than depth of outer wythe; in color selected from manufacturer's standard. 1 a. Products: Subject to compliance with requirements, provide one of thg follgwingi 1) Mortar Net USA, Ltd.; Mortar Net Weep Vents. C. Cavity Drainage Material: Free -draining mesh, made from polymer strands thaf will not degradcr— within the wall cavity. 1. Products: Subject to compliance with requirements, provide one of the following: a. Archovations, Inc., CavClear Masonry Mat. b. Dayton Superior Corporation, Dur -O -Wal Division; Polytite MortarStop. C. Mortar Net USA, Ltd.; Mortar Net. 2. Provide one of the following configurations: a. Sheets or strips full depth of cavity and installed to full height of cavity. b. Sheets or strips not less than 3/4 inch thick and installed to full height of cavity with additional strips 4 inches high at weep holes and thick enough to fill entire depth of cavity and prevent weep holes from clogging with mortar. 2.08 MASONRY CLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard -strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for int(Mded use by cleaner manufacturer and manufacturer of masonry units being cleaned. 1. Manufacturers: Subject to compliance with requirements, provide pro06 t9 byrTe oW" following: c� i a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. C. ProSoCo, Inc. C:) v 2.09 MORTAR AND GROUT MIXES D r A. General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. UNIT MASONRY ASSEMBLIES 04810-7 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 1. Do not use calcium chloride in mortar or grout. 2. Use portland cement -lime or mortar cement mortar unless otherwise indicated. 3. For exterior masonry, use portland cement -lime or mortar cement mortar. 4. Add cold -weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification. Provide the following types of mortar for applications stated unless another type is indicated. 1. For exterior, above -grade, load-bearing and non -load-bearing walls and parapet walls; for interior load-bearing walls, for interior non -load-bearing partitions; and for other applications where another type is not indicated, use Type N. 2. For exterior below grade, load-bearing and non -load-bearing walls and other below grade applications where another type is not indicated, use Type S. D. Pigmented Mortar: Use colored cement product or select and proportion pigments with other dr�redients to produce color required. Do not add pigments to colored cement products. Raments shall not exceed 10 percent of portland cement by weight. 0?ents shall not exceed 5 percent of mortar cement by weight. omatch Architect's sample. LLi e-tcation: Use pigmented mortar for exposed mortar joints with the following units: J r C3� Face brick. Precast Architectural Concrete trim units. 6W Q T 3 rCtX55UQ9ON o 3.01 'y, CXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of work. 2. Verify that foundations are within tolerances specified. 3. Verify that waterproofing has been properly installed on concrete backup and is ready for veneer installation. B. Before installation, examine rough -in and built-in construction to verify actual locations of connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3,02 INSTALLATION, GENERAL A. Thickness: Build cavity and composite walls and other masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. B. Build chases and recesses to accommodate items specified in this and other Sections. C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match the construction immediately adjacent to opening. UNIT MASONRY ASSEMBLIES 04810-8 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa D. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor -driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. E. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. 1. Mix units from several pallets or cubes as they are placed. F. Wetting of Brick: Wet brick before laying if initial rate of absorption exceeds 30 g/30 sq. in. per minute when tested per ASTM C 67. Allow units to absorb water so they are damp l;m not wet at time of laying. v 3.03 TOLERANCES n_< � A. Dimensions and Locations of Elements: =in t�7�1 1. For dimensions in cross section or elevation do not vary by more th�r— fs inch b� minus 1/4 inch. C) 0 2. For location of elements in plan do not vary from that indicated by)% re tPa plus or minus 1/2 inch. 3. For location of elements in elevation do not vary from that indicated by more than plus or minus 1/4 inch in a story height or 1/2 inch total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls do not vary from level by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. 3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. 5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch maximum. 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet, or 1/2 inch maximum. 7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch. 2. For exposed bed joints, do not vary from bed -joint thickness of adjacent courses by more than 1/8 inch. 3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch or minus 1/4 inch. 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. Do not vary from adjacent bed -joint and head -joint thicknesses by more than 1/8 inch. UNIT MASONRY ASSEMBLIES 04810-9 HR Green, Inc. Project No. 10100241 3.04 LAYING MASONRY WALLS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less -than -half-size units, particularly at corners, jambs, and, where possible, at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less than nominal 4 -inch horizontal face dimensions at corners or jambs. C. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 4 -inches. Bond and interlock each course of each wythe at corners. Do not use units with less than nominal 4 -inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: Stop work by racking back units in each course from those in course below, do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. E. Built-in Work: As construction progresses, build in items specified in this and other Sections. in solidly with masonry around built-in items. Q 311111W IF6RTA EDDING AND JOINTING Ul ay ?a. asonry units with completely filled bed and head joints; butter ends with sufficient Z `tiL sill head joints and shove into place. Do not deeply furrow bed joints or slush head ..� i ? B. met preQst architectural concrete trim units in full bed of mortar with full vertical joints. Fill $owel, anchor, and similar holes. 1. Clean soiled surfaces with fiber brush and soap powder and rinse thoroughly with clear water. 2. Allow cleaned surfaces to dry before setting. 3. Wet joint surfaces thoroughly before applying mortar. C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. 3.06 CAVITY WALLS A. Bond wythes of cavity walls together using one of the following methods: 1. Individual Metal Ties: Provide ties as shown installed in horizontal joints, but not less than one metal tie for 1.77 sq. ft. of wall area spaced not to exceed 16 inches o.c. horizontally and 16 inches o.c. vertically. Stagger ties in alternate courses. Provide additional ties within 8 inches of openings and space not more than 16 inches apart around perimeter of openings. At intersecting and abutting walls, provide ties at no more than 16 inches o.c. vertically. a. Where bed joints of wythes do not align, use adjustable (two-piece) type ties. b. Where one wythe is of clay masonry and the other of concrete masonry, use adjustable (two-piece) type ties to allow for differential movement regardless of whether bed joints align. 2. Masonry Veneer Anchors: Comply with requirements for anchoring masonry veneers. UNIT MASONRY ASSEMBLIES 04810-10 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa B. Bond wythes of cavity walls together using bonding system indicated on Drawings. C. Keep cavities clean of mortar droppings and other materials during construction. Bevel beds away from cavity, to minimize mortar protrusions into cavity. Do not attempt to trowel or remove mortar fins protruding into cavity. D. Coat cavity face of backup wythe to comply with Division 7 Section "Crystalline Waterproofing." 3.07 ANCHORING MASONRY TO CONCRETE A. Anchor masonry to concrete where masonry abuts or faces concrete to comply with the following: 1. Provide an open space not less than 3/4 inch wide between masonry and concrete unless otherwise indicated. Keep open space free of mortar and other rigid materials. J 2. Anchor masonry with dovetail anchors embedded in masonry joints and attached to, structure. 3. Space anchors as indicated, but not more than 16 inches o.c. vertically and horizontally. —_ 3.08 ANCHORING MASONRY VENEERS A. Anchor masonry veneers to concrete backup with masonry -veneer anchors to comply with the following requirements where anchors in addition to the dovetail anchors are required : 1. Fasten screw -attached anchors to concrete backup with metal fasteners of type indicated. Use two fasteners unless anchor design only uses one fastener. 2. Locate anchor sections to allow maximum vertical differential movement of ties up and down. 3. Space anchors as indicated, but not more than 16 inches o.c. vertically and 16 inches o.c. horizontally with not less than 1 anchor for each 1.77 sq. ft. of wall area. Install additional anchors within 8 inches of openings and at intervals, not exceeding 16 inches, around perimeter. 3.09 CONTROL AND EXPANSION JOINTS A. General: Install control and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in - plane wall or partition movement. B. Form expansion joints in brick as follows: 1. Build in compressible joint fillers where indicated. 2. Form open joint full depth of brick wythe and of width indicated, but not less than 3/8 inch for installation of sealant and backer rod specified in Division 7 Section "Joint Sealants." C. Provide horizontal, pressure -relieving joints by either leaving an air space or inserting a compressible filler of width required for installing sealant and backer rod specified in Division 7 Section "Joint Sealants," but not less than 3/8 inch. 0 3.10 LINTELS C h Ow ` A. Install steel lintels where indicated. n.~� n "1t7 V B. Provide minimum bearing of 8 inches at each jamb unless otherwise indicate3<r r s o� 3 • � I r UNIT MASONRY ASSEMBLIES 04810-11 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 3.11 FLASHING, WEEP HOLES, CAVITY DRAINAGE, AND VENTS A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install flashing as follows unless otherwise indicated: 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through -wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing u7 manufacturer. v2. masonry -veneer walls, extend flashing through veneer, across air space behind Q cyCgeneer, and up face of backup; with upper edge tucked in the reglet. 33. tr${ lintels and shelf angles, extend flashing a minimum of 6 inches into masonry at each W c UJ j0d. At heads and sills, extend flashing 6 inches at ends and turn up not less than 2 J r- V Nmhes to form end dams. •� >-U C. Wlnstfglets and nailers for flashing and other related construction where they are shown to be ,'�bui masonry. R D. `" Install weep holes in head joints in exterior wythes of first course of masonry immediately above embedded flashing and as follows: 1. Use specified weep/vent products to form weep holes. 2. Space weep holes 16 inches o.c. unless otherwise indicated. E. Place cavity drainage material in cavities to comply with configuration requirements for cavity drainage material in "Miscellaneous Masonry Accessories" Article. F. Install vents in head joints in exterior wythes at spacing indicated. Use specified weep/vent products to form vents. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through -wall flashing and weep holes above horizontal blocking. 3.12 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. jr, In -Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. Cr ri� 1 � . D. cFingl Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: —1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. f+ti 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for CLI comparison purposes. Obtain Architects approval of sample cleaning before proceeding with cleaning of masonry. UNIT MASONRY ASSEMBLIES 04810-12 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 3. Protect adjacent precast architectural concrete and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean brick by bucket -and -brush hand -cleaning method described in BIA Technical Notes 20. 6. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions if approved by the Architect when the above cleaning is not adequate. 7. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable to type of stain on exposed surfaces. 3.13 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. B. Masonry Waste: Remove excess clean masonry waste and other masonry waste, and legally dispose of off Owner's property. END OF SECTION Cd O a, -A-+ w o� m --X co v r N UNIT MASONRY ASSEMBLIES 04810-13 HR Green, Inc. Project No. 10100241 SECTION 05500 METAL FABRICATIONS Rocky Shore Stormwater Pump Station Iowa City, Iowa PART GENERAL c 1.01 SECTION INCLUDES .�, m A. Shop fabricated steel, stainless steel and aluminum items, including, but not ton 1. Miscellaneous structural fabrications. —it9 r 2. Gratings and grating supports. ;Cm 3. Structural steel lintels. a. _ m 4. Stairs and stair supports CO 5. Railings 6.Custom-fabricated gate posts for hinged flood doors on Rocky Shore Drive. r%a 7. Bar racks 8. Ladders 1.02 REFERENCES A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 1998. B. AISC M016 - ASD Manual of Steel Construction; American Institute of Steel Construction, Inc., 1989, Ninth Edition. C. AISC 5303 - Code of Standard Practice for Steel Buildings and Bridges; American Institute of Steel Construction, Inc.; 2000. D. AISC S348 - Specification for Structural Joints Using ASTM A325 or A490 Bolts; 2000. E. ANSI A14.3 -American National Standard for Ladders -- Fixed -- Safety Requirements; 1992. F. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2001. G. ASTM A1231A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2001a. H. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2001a. I. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength; 2003. J. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength; 2002. K. ASTM A500 - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes, 2001 a. L. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts, 2000. M. ASTM A992 - Standard Specification for Structural Steel Shapes; 2003. N. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2001. O. ASTM B308 - Standard Specification for Aluminum -Alloy 6061-T6 Standard Structural Profiles. P. ASTM 8429 - Standard Specification for Aluminum -Alloy Extruded Structural Pipe and Tube. Q. ASTM C1107 - Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink); 1999. R. ASTM E94 - Standard Guide for Radiographic Examination; 2004. METAL FABRICATIONS 05500-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa S. ASTM E165 - Standard Test Method for Liquid Penetrant Examination, 2002. T. ASTM E985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings, 2000. U. S9STM F436 - Standard Specification for Hardened Steel Washers; 1993 (Reapproved 2000). �.:. rrV. FASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs, .� c2002. t�Y�lIV. rASTM F594 - Standard Specification for Stainless Steel Nuts; 2002. j • K. .'ASTM F959 - Standard Specification for Compressible -Washer -Type Direct Tension Indicators rfor Use with Structural Fasteners; 2002. Y. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination, American Welding Society, Latest Edition. Z. AWS D1.1 - Structural Welding Code - Steel; American Welding Society; 2002. AA. AWS D1.2 - Structural Welding Code - Aluminum; American Welding Society; 2002. 1.03 DESIGN REQUIREMENTS A. Fabricator shall design and fabricate railing assemblies in accordance with the most stringent requirements of ASTM E 985 and applicable local code. 1.04 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Submit data for each type of product specified. C. Submit acknowledgment of surface preparation and shop primer per manufacturers instructions. D. $}hop Drawings: W. Initcate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of Q uo &-Teners, and accessories. 2& YDQide erection drawings, elevations, and details where applicable. W ate welded connections using standard AWS A2.4 welding symbols. Indicate net J r- c4kW lengths. )- U ��. ,tirer's Mill Certificate: Certify that all products meet or exceed specified requirements q%Gf3 c�..�� ' elc erECertificates: Certify welders employed on the Work, verifying AWS qualification within $e previous 12 months. 1.05 QUALITY ASSURANCE A. Fabricate aluminum members in accordance with the "Aluminum Design Manual". B. Fabricate steel members in accordance with AISC "ASD Manual of Steel Construction". C. Fabricator Qualifications: Engage a firm experienced in fabricating aluminum and steel similar to that indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to fabricate aluminum and steel without delaying the Work. Minimum of 5 years of documented experience. D. Installer Qualifications: Engage an experienced Installer who has completed aluminum and steel work similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance. Minimum of 5 years of documented experience. METAL FABRICATIONS 05500-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa E. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code- -Steel' and AWS D1.2 "Structural Welding Code --Aluminum". 1. Present evidence that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification within 12 months prior to start of work. Verify all existing dimensions, materials, and conditions are as shown on the drawings prior to any fabrication. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in such quantities and at such times to ensure continuity of installation. B. Store materials off ground by using pallets, platforms, or other supports. Protect materials from erosion, deterioration, and damage. C. Store materials to permit easy access for inspection and identification. 1. Store fasteners in a protected place. Clean and relubricate bolts and nuts that become dry or rusty before use. 2. Do not store materials on structure in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. 1.07 SEQUENCING A. Supply anchorage items to be embedded in or attached to other construction without delaying the Work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 PRODUCTS 2.01 MATERIALS - STEEL A. Angles, Plates, Channels, S Shapes, and Round Bars: B. W Shapes and WT Shapes: ASTM A992, 50 ksi. C. Cold -Formed Structural Steel Rectangular and Square Tubing: ASTM A500,e l D. Heavy -Hex, High -Strength Bolts: ASTM A325, Type 1, medium carbon, plain. N E. Heavy -Hex, High -Strength Nuts: ASTM A563. all 1�_ M 0 F. Hardened Steel Washers: ASTM F 436. G. Welding Materials: ANSI / AWS D1.1 compliant; E70XX electrodes typical or type required for materials being welded. H. Welded Shear Studs: AWS D1.1, Type B. ASTM A 108, Grade 1015 through 1020. I. Weldable Reinforcing: ASTM A706, Grade 60. J. Anchor Bolts, Rods, Nuts, and Washers: 1. Unheaded Rods: ASTM A36. 2. Headed Bolts: Anchor Bolts: ASTM F 1554, Grade 36. 3. Washers: Provide 3 inch square by '% inch thick, ASTM A36. L. Grout: Non -shrink, non-metallic aggregate type, complying with ASTM C 1107 and capable of developing a minimum compressive strength of 7,000 psi at 28 days. METAL FABRICATIONS 05500-3 0 �n O ASTM A36. n ^�C _Cr*t a C. Cold -Formed Structural Steel Rectangular and Square Tubing: ASTM A500,e l D. Heavy -Hex, High -Strength Bolts: ASTM A325, Type 1, medium carbon, plain. N E. Heavy -Hex, High -Strength Nuts: ASTM A563. all 1�_ M 0 F. Hardened Steel Washers: ASTM F 436. G. Welding Materials: ANSI / AWS D1.1 compliant; E70XX electrodes typical or type required for materials being welded. H. Welded Shear Studs: AWS D1.1, Type B. ASTM A 108, Grade 1015 through 1020. I. Weldable Reinforcing: ASTM A706, Grade 60. J. Anchor Bolts, Rods, Nuts, and Washers: 1. Unheaded Rods: ASTM A36. 2. Headed Bolts: Anchor Bolts: ASTM F 1554, Grade 36. 3. Washers: Provide 3 inch square by '% inch thick, ASTM A36. L. Grout: Non -shrink, non-metallic aggregate type, complying with ASTM C 1107 and capable of developing a minimum compressive strength of 7,000 psi at 28 days. METAL FABRICATIONS 05500-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 1. Grout shall remain workable for a minimum of 30 minutes following mixing. M. Shop and Touch -Up Primer: Per manufacturer's instructions. N. Galvanize structural steel members as indicated on plans to comply with ASTM A123/A 123M. Provide minimum 2.0 oz/sq ft galvanized coating. O. Touch -Up Compound for Galvanized Surfaces: Zinc rich type containing 95 percent metallic zinc in the dried film. Use ZRC Galvilite cold galvanizing compound or approved equivalent. 2.02 MATERIALS - STAINLESS STEEL A. Stainless Steel Hex -Head Bolts: ASTM F 593, AISI Type 316. B. Stainless Steel Hex Nuts: ASTM F 594, AISI Type 316. C. Stainless Steel Flat Washers: AISI Type 316. 2.03 MATERIALS -ALUMINUM A. Plate: Alloy 6061-T651, Mill Finish, Heat Treatable. B. Structural Shapes: Alloy 6061-T6, ASTM B 308. C. Extruded Aluminum: ASTM B 221, 6063 alloy, T6 temper. D. Round Pipe: Alloy 6061-T6, ASTM 8429. 1. Round pipe members shall conform to the section properties of Part VI of the Aluminum Design Manual, Table 26 -"Pipe". E. Square Tubing: Alloy 6063-T52, Extruded. 1. Square tube members shall conform to the section properties of Part VI of the Aluminum Design Manual, Table 27 - "Square Tube". F. Rectangular Tubing: Alloy 6063-T52, Extruded. 01. Rectangular Tube members shall conform to the section properties of Part VI of the Aluminum Design Manual, Table 28 -"Rectangular Tube". G '1 G. c{iluminum-Alloy Bars: ASTM B 211, 6061 alloy, T6 temper. H. vWelding Materials: AWS D1.2 compliant. 1 !dolts, Nyl, and Washers: Stainless steel. J }- Eft ng finish, depth and thickness of bearing bars, and span direction shall be as 21e ' nated on the drawings. Fng bars shall be spaced at 19/16 inch on center and cross bars shall be spaced at 4 m s on center. Cross bars shall be flush at top with bearing bars. Alrgtating edges shall be banded with bar equal in thickness and depth to the bearing " bars. Provide openings shown. Openings not shown but required for piping and other items passing through may be field cut and banded. Touch up all welds with applicable finish. 4. All grating shall be removable and not welded to supports. Provide saddle clips as required for attachment. Limit weight of each section to no more than 50 pounds. Provide joints at center of openings where possible to permit removal of grating around items passing through. a. Screws for installation of saddle clips shall be tamper-resistant such that they are not removable by use of common flat or Phillips screwdrivers or nut runners, etc. B. Aluminum Grating: METAL FABRICATIONS 05500-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 1. Material: ASTM B 221, Alloy 6063-T6 or 6061-T6. 2. Construction Type: Swage -locked rectangular grating conforming to NAAMM Standards. 3. Surface: Serrated. 4. Provide aluminum prefabricated standard grating stair treads with corrugated angle nosing. 2.05 FABRICATION A. Verify all existing dimensions, materials, and conditions are as shown on the drawings prior to any fabrication. B. Fabricate in accordance with reviewed shop drawings and reference standards. C. Fit and shop assemble items in largest practical sections, for delivery to site. D. Fabricate items with joints tightly fitted and secured. E. Continuously seal joined members by continuous welds. F. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. G. Exposed Mechanical Fastenings: Flush countersunk screws or bolts, unobtrusively located; consistent with design of component, except where specifically noted otherwise. H. Supply components required for anchorage of fabrications. Fabricate anchors and related 'L j components of same material and finish as fabrication, except where specifically noted otherwise. — I .r I. Make work square, plumb, straight, and true.v J. All butt welds shall be full penetration, unless noted otherwise. L) K. Drill or punch holes required for attachment of work of other trades and for bolted connections. Burned holes will not be accepted. 2.06 FABRICATED ITEMS A. Ladders: 1. Aluminum; in compliance with ANSI A14.3 and OSHA requirements; with mounting brackets and attachments; mill finish. 2. Unless otherwise noted or detailed provide the following: a. Side Rails: 1/2 x 3 inches members spaced at 20 inches. ti b. Rungs: 1 1/4 inch diameter solid round bar spaced 12 inches (300mm) cmenter. Grooved, serrated or otherwise slip -resistant for top half of each C4= - C. Space rungs 7 inches from wall surface. Dy r 3. Connections shall be fully welded. c7-< •�. 2.07 FINISHES -ff7 _J rn '{rn a A. Finishes - General O 1. Clean surfaces of rust, scale, grease, and foreign matter prior to finisv W 0 2. Do not paint aluminum work. r N B. Finishes - Steel 1. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM A123/A 123M requirements. Galvanize all mild steel items exposed to weather or water spray and as specifically indicated on the Drawings. C. Finishes -Aluminum 1. Railings - Interior and Exterior: a. Class I natural anodized. METAL FABRICATIONS 05500-5 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa b. Comply with AA DAF-45 for aluminum finishes required. C. Class I Natural Anodized Finish: AAMA 611 AA-M12C22A41 Clear anodic coating not less than 0.7 mils thick. 2. Structural members - Interior and Exterior: a. Mill finish 3. All aluminum in contact with cementitious or dissimilar materials shall be coated with a minimum of two coats of bituminastic paint or one coat (4 mils) of epoxy paint at the interface. 2.08 FABRICATION TOLERANCES A. Squareness: 1/8 inch maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1/16 inch. C. Maximum Misalignment of Adjacent Members: 1/16 inch. D. Maximum Bow: 1/8 inch in 48 inches. E. Maximum Deviation From Plane: 1/16 inch in 48 inches. 1 PAW 3 EUFCIga 31641 �AA ION W-arifyc}field conditions are acceptable and are ready to receive work. 3cp�` f-IREK_40TION A. ,LeapA strip aluminum, stainless steel and carbon steel fabrications where site welding is B. Supply setting templates to the appropriate entities for steel items required to be cast into concrete or embedded in masonry. C. Provide temporary shores, guys, braces, and other supports during erection to keep structural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place, unless otherwise indicated. 3.03 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. ` —B. r'Erect structural steel in compliance with AISC "Code of Standard Practice for Steel Buildings cand Bridges". Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. .`^O. Field weld components indicated on drawings. All field welds that are to be exposed shall be ground reasonable smooth. E. Perform field welding in accordance with AWS requirements. F. Obtain approval prior to site cutting or making adjustments not scheduled. G. After erection, prime welds, abrasions, and surfaces not shop primed. H. Coordinate installation schedule with other trades to ensure orderly and timely progress of work. METAL FABRICATIONS 05500-6 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa Base and Bearing Plates: Clean concrete and masonry bearing surfaces of bond -reducing materials and roughen surfaces prior to setting base and bearing plates. Clean bottom surface of base and bearing plates. 1. Set base and bearing plates for structural members on wedges, shims, or setting nuts as required. 2. Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. 3. Pack grout solidly between bearing surfaces and plates so no voids remain. Trowel grouted surfaces smooth, splaying neatly to 45 degrees. Finish exposed surfaces, protect installed materials, and allow to cure. a. Comply with manufacturer's instructions for proprietary grout materials. J. Splice members only where indicated. K. Do not use thermal cutting during erection. L. Do not enlarge unfair holes in members by burning or by using drift pins. Ream holes that must be enlarged to admit bolts. M. Install adhesive and expansion anchors in strict accordance with manufacturer's instructions. 3.04 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per story, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out -of -Position: 1/4 inch. 3.05 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 01400. B. Welded Connections: Visually inspect all field -welded connections and test at least 10 percent of welds using one of the following: 1. Radiographic testing performed in accordance with ASTM E 94. 2. Liquid penetrant inspection performed in accordance with ASTM E 165. END OF SECTION METAL FABRICATIONS 05500-7 N 0 �n n� rn -�C CJ r Irn o� a = m n� co o N METAL FABRICATIONS 05500-7 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa SECTION 07900 A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in JOINT SEALERS N PART I GENERAL ZEn 1.05 FIELD CONDITIONS ► �. 1.01 SECTION INCLUDES n PART 2 PRODUCTS U n -c H 2.01 MANUFACTURERS r A. Sealants and joint backing. =1n z 1.02 REFERENCE STANDARDS :'gym a ITI A. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011 0 0 B ASTM C1193 - Standard Guide for Use of Joint Sealants 2010 C. ASTM D1667 -Standard Specification for Flexible Cellular Materials—Poly(Vinyl Chloride) Foam (Closed -Cell); 2005 (Reapproved 2011). 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. C. Manufacturers Installation Instructions: Indicate special procedures, surface preparation, perimeter conditions requiring special attention, and temperature limitations. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the work of this section with . minimum three years experience. 1.05 FIELD CONDITIONS ► �. A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. PART 2 PRODUCTS U H 2.01 MANUFACTURERS A. Silicone Sealants: 1. GE Plastics; Product —Silpruf Weatherproofing Sealant: www,geplastics.com. 2. Engineer approved equivalent. B. Polyurethane Sealants: 1. Geocel Corp.; Product Construction 2000 for single component. 2. Pecora Corporation; Product Dynatrol 1 for single component: www.pecora.com. 3. Sika.; Product Sikaflex-la for single component. 4. Sonneborn Building Products, ChemRex, Inc, Product_Sonolostic NP1 for single component; NP2 for multi-component: www.chemrex.com. 5. Engineer approved equivalent. 6. Substitutions: See Section 01600 - Product Requirements. 2.02 SEALANTS A. Type E1 - General Purpose Exterior Sealant: Polyurethane; ASTM C920, Grade NS, Class 25, Uses M, G. and A; single component. 1 Color: Match adjacent finished surfaces. 2. Approved Products a. NP -1 by Sonneborn Building Products. b. Dymonic by Tremco Inc. c. Sikaflex-la by Sika. d. Engineer approved equal. JOINT SEALERS 07900-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 3 Applications: Use for: a. Control, expansion, and soft joints in masonry. b. Joints between concrete and other materials. n"B. TVpe HT - High temperature exterior sealant: One part, gun grade, moisture curing, silicon sealant with a maximum service temperature of 450F. Applications: Use for: Ma. Sealing of high temperature flashings. "2. Approved Products: C M a. Omniseal by Sonneborn Building Products. b. Engineer approved equal. 2.03 ACCtSSORIES A. Primer: Non -staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner. Noncorrosive and nonstaining type, recommended by sealant manufacturer, compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. D. Bond Breaker. Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAiRNATION C Q A. 69er fat substrate surfaces are ready to receive work. gW� B. fieri .Mat joint backing and release tapes are compatible with sealant. 1 PRFRA N � A. jReop% loose materials and foreign matter that could impair adhesion of sealant. LL B. cLabewi<�dnd prime joints in accordance with manufacturer's instructions. C.=Perfor% preparation in accordance with manufacturer's instructions and ASTM C1193. D. CV Protect elements surrounding the work of this section from damage or disfigurement. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Measure joint dimensions and size joint backers to achieve the following: 1. Width/depth ratio of 2:1. 2. Surface bond area on each side not less than 75 percent of joint width. D. Install bond breaker where joint backing is not used. E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION A. Protect sealants until cured. END OF SECTION JOINT SEALERS 07900-2 HR Green, Inc. Project No. 10100241 SECTION 08113 Rocky Shore Stormwater Pump Station Iowa City, Iowa HOLLOW METAL DOORS AND FRAMES PART 1GENERAL 1.01 SECTION INCLUDES A. Non -fire -rated steel doors and frames. Door hardware 1.02 REFERENCE STANDARDS A. ANSI A250.8 - SDI -100 Recommended Specifications for Standard Steel Doors "Fr s; 2003. n 4 c- B. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galstki5ed)Z (� Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2010. -<r[—+� C. BHMA A156.115 - Hardware Preparation in Steel Doors and Steel Framej3o06? „1 D. DHI A115 Series - Specifications for Steel Doors and Frame Preparation for warec??)oor and Hardware Institute; 2000 (ANSI/DHI A115 Series). N E. NAAMM HMMA 840 - Guide Specifications for Installation and Storage of Hollow Metal Doors and Frames; The National Association of Architectural Metal Manufacturers; 2007. 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements for submittal procedures. B. Product Data: Materials and details of design and construction, hardware locations, reinforcement type and locations, anchorage and fastening methods, and finishes. C. Shop Drawings: Details of each opening, showing elevations, glazing, frame profiles, and identifying location of different finishes, if any. D. Installation Instructions: Manufacturer's published instructions, including any special installation instructions relating to this project. E. Manufacturers Certificate: Certification that products meet or exceed specified requirements. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. B. Maintain at the project site a copy of all reference standards dealing with installation. 1.05 DELIVERY, STORAGE, AND HANDLING A. Store in accordance with NAAMM HMMA 840. B. Protect with resilient packaging, avoid humidity build-up under coverings; prevent corrosion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Steel Doors and Frames: 1. Ceco Door Products; Product Imperial: www.cecodoor.com. 2. Curries; Product 707S. 3. Steelcraft; Product L-18 and L-16: www.steelcraft.com. 4. Engineer approved equivalent. B. Door hardware: 1. Hinges and lockset to match existing city standards. HOLLOW METAL DOORS AND FRAMES 08113-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 2.02 DOORS AND FRAMES A. Requirements for Doors and Frames: 1. Door Top Closures: Flush with top of faces and edges. 2. Door Edge Profile: Beveled on both edges. 3. Door Texture: Smooth faces. 4. Hardware Preparation: In accordance with BHMA Al 56.115, with reinforcement welded in place, in addition to other requirements specified in door grade standard. 5. Galvanizing: All components hot -dipped zinc -iron alloy -coated (galvannealed), manufacturer's standard coating thickness. 6. Finish: Factory primed, for field finishing. 2.03 STEEL DOORS A. Exterior Doors: 1. Grade: ANSI A250.8 Level 3, physical performance Level A, Model 2, seamless. 2. Core: Polyurethane with "R" factor = 14.97. 3. Galvanizing: All components hot -dipped zinc -iron alloy -coated (galvannealed) in accordance with ASTM A653/A653M, with manufacturer's standard coating thickness. 2.04 STEEL FRAMES A. General: 1. Comply with the requirements of grade specified for corresponding door, except: 2. Finish: Same as for door. 3. Provide mortar guard boxes for hardware cut-outs in frames to be installed in masonry or to be grouted. 4. Frames in Masonry Walls: Size to suit masonry coursing with head member 4 inches high to fill opening without cutting masonry units. u7 Q BcZxtoor Frames: Face welded, seamless with joints filled. ;C 1c)_-4ialvanizing: All components hot -dipped zinc -iron alloy -coated (galvannealed) in wx Lu>accordance with ASTM A653/A653M, with manufacturer's standard coating thickness. J r� 2W. _-Weatherstripping: Manufacturer's standard. � 2.05 ACc S' Y MATERIALS `L � RAsrtle Stops: Rolled steel bar, shape as indicated on drawings, mitered comers; -' prepred for countersink style tamper proof screws. Silencers: Resilient rubber, fitted into drilled hole; 3 on strike side of single door. 2.06 FABRICATION A. Fabricate doors and frames with hardware reinforcement welded in place. Provide mortar guard boxes. B. Fabricate frames as welded units. C. Close top and bottom edge of exterior doors with inverted steel channel closure. Seal joints watertight. 2.07 FINISH MATERIALS A. Primer: Zinc chromate type, baked. B. Bituminous Coating: Asphalt emulsion or other high -build, water-resistant, resilient coating. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. HOLLOW METAL DOORS AND FRAMES 08113-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Verify that opening sizes and tolerances are acceptable. 3.02 PREPARATION A. Coat inside of frames to be installed in masonry or to be grouted, with bituminous coating, prior to installation. 3.03 INSTALLATION A. Install in accordance with the requirements of the specified door grade standard. B. Coordinate frame anchor placement with wall construction. C. Coordinate installation of hardware. D. Touch up damaged factory finishes. 3.04 TOLERANCES A. Maximum Diagonal Distortion: 1/16 in measured with straight edge, corner to corner. 3.05 ADJUSTING A. Adjust for smooth and balanced door movement. 3.06 SCHEDULE - SEE DRAWINGS END OF SECTION HOLLOW METAL DOORS AND FRAMES 08113-3 N �c� a� rry .n n o� rn v� c v rV HOLLOW METAL DOORS AND FRAMES 08113-3 HR Green, Inc. Project No. 10100241 SECTION 08301 Rocky Shore Stormwater Pump Station Iowa City, IA SIDE HINGED FLOOD DOOR PART1 GENERAL 1.01 DESCRIPTION �.r 0 A. Provide flood door; factory assembled with frame and all operation componV in a®rdance with Specifications and Drawings. Vic? D� 1.02 RELATED REQUIREMENTS n- ro c _ A. 05500 Metal Fabrications n r m 1.03 REFERENCE STANDARDS O= r A. ASTM A 6/A 6M -Standard Specification for General Requirements for Rolleptructcudfoal Steel Bars, Plates, Shapes, and Sheet Piling; 2012. ca B. ASTM A 361A 36M - Standard Specification for Carbon Structural Steel; 2008. C. ASTM A 123/A 123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2012. D. ASTM A 500/A 500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2010. E. ASTM A 501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing; 2007. F. AWS D1.1/D1.1 M - Structural Welding Code - Steel, American Welding Society, 2008. G. AISC 360 - Specification for Structural Steel Buildings; 2005. 1.04 SUBMITTALS A. Shop drawings: Include pertinent details for installation, anchorage of framing members, connections, sealing, dimensional plans and elevations, sections and details for all mounting and connections, and adaptation of system for specific project conditions; include engineering '. calculations stamped and certified by a Professional Engineer; attesting to the adSquacy of system to meet loading and design conditions. U B. Manufacturers Data: Submit installation and maintenance manuals for flood bSmf2is. C. Results of penetration and pressure tests shall be submitted to Engineer before delivery and acceptance of product. 1.05 QUALIFICATIONS A. Manufacturer shall present evidence attesting to a minimum of 5 years successful experience in design and manufacture of the door and door seal types specified. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver and store flood door and components in a method preventing damage to any components or materials according to manufacturer recommendations. B. Inspect stored equipment weekly. Renew protective coatings as necessary to preserve fitness of equipment. C. Provide for safekeeping of materials or equipment received. Store and maintain materials and equipment after receipt until completed installation is accepted by Owner. Such storage and maintenance shall be in accordance with manufacturer's recommendations and requirements of SIDE HINGED FLOOD DOOR 08301 -1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, IA these Specifications. Provide materials, equipment, and labor required for such storage and maintenance. D. Contractor shall be accountable for any deterioration of materials or equipment occasioned by improper storage or maintenance, and shall recondition, repair, or replace any such materials or equipment without additional cost to Owner. 1.07 WARRANTY A. Flood door shall operate satisfactorily and be free of defects in material and workmanship for a period of not less than 5 years from the date of formal acceptance by the Owner, including all parts, labor and expenses. B. Gate shall provide a watertight seal under full design loading. 1.08 QUALITY CONTROL A. Provide qualified service representative to perform functions described in Section 01400 and to provide Manufacturer's Certificate of Proper Installation. PART 2 PRODUCTS 2.01 PRODUCT DESCRIPTION A. Side hinged flood door shall be of compression seal gasket type protecting from flood waters to depth specified. 2.02 MANUFACTURERS A. Walz & Krenzer, Inc. B. Presray Corporation. C. Engineer Pre -Approved Equivalent. 2.03 COMUP�ONENTS A. lunges 1< 0 4°� , ,nclude bronze oil -impregnated thrust bearing. W 1i r>T4ess steel hinge pins. r3� iess steel mounting bolts. B. MaOtdnbles and Locks ess steel handle. 6, o latch set shall be provided for the door handles. Cortosion resistant heavy duty keyed locking mechanism. All doors shall be keyed the same with temporary keying to be utilized by Contractor and Owner during construction. Owner will re -key to a final master key after project completion. C. Dogs 1. The spacing of the dogs with stainless steel rollers shall evenly distribute the loads and gasket compression. The handle shall be provided with an "o" ring seal and two oil - impregnated bronze flange bearings to maintain shaft alignment. When not in the dogged position, the handles shall be held in the stored position by disk springs. Each dog shall be equipped with a means for adjusting seal compression after installation in the field. 2. Dogs shall be operable from the exterior of the door. D. Provide a heavy duty mechanism to allow the door to be locked and secured in the open position by attachment to the wall adjacent to the door, as shown on project drawings. Wind load will be applied to the door when held in the open position, see DESIGN below. SIDE HINGED FLOOD DOOR 08301 -2 HR Green, Inc. Project No. 10100241 2.04 MATERIALS A. Frame 1. 304 Stainless Steel. B. Panel 1. Stainless Steel. Rocky Shore Stormwater Pump Station Iowa City, IA C. Gasket 1. Gasket shall be molded neoprene with fully molded corners. 2.05 DESIGN A. Door shall be designed with a minimum 2:1 factor of safety based on material yield strength and shall provide effective seal against the design pressure. B. Design of the door shall allow the pressure on the door to be transmitted to the frame. C. Frame shall be ready for embedment into the concrete door opening as shown on the Project Drawings. D. Door shall open and close smoothly without deformation under minimal effort. E. Design Loading 1. Electrical Room: 4'x 7' door, protected from water 2.15 feet above the top of the door. 2. Generator Enclosure: 4' x 7' door, protected from water 3.75 feet above the top of the door. 3. Inside conditions are to remain dry. 4. Door loading will occur in the seating direction. 5. 90 mph wind force will be applied to door. F. Dimensions 1. Door assembly shall be designed for maximum opening area according to final door frame dimensions; verify with Contractor before fabrication. 2.06 QUALITY ASSURANCE A. All welds on steel assemblies that may be potential "leak path" shall be liquid penetrant inspected in accordance with applicable welding code. B. Finished assembly shall be factory leak tested to verify that it will withstand the design, hydrostatic pressure. C. Manufacturer to provide Certificate of Proper Installation as certified and signmyo, manufacturer's representative. p PART 3 EXECUTION O 3.01 EXAMINATION D� o T) A. Verify door assembly and door frame is rigid and free from all defects, warps�24buZes (-�- before installation. 'tom 3.02 INSTALLATION O� Z Q 7C A. Install in accordance with Manufacturer's recommendations and approved sly drawngs by qualified craftsmen. W B. Include all required related items for a complete installation. C. Support and anchor as indicated on drawings. SIDE HINGED FLOOD DOOR 08301 -3 HR Green, Inc. Project No. 10100241 3.03 FABRICATION Rocky Shore Stormwater Pump Station Iowa City, IA A. Fabricate door and frame to compensate for dimensional tolerances of door frame as described in Specification Section 05500. Any variations from true shall not affect the water -tightness of the door. 3.04 ADJUSTING A. Adjust hardware for smooth operation. 3.05 CLEANING A. Remove protective material from factory finished surfaces. B. Remove labels and visible markings. C. Wash surfaces by method recommended and acceptable to sealant and door manufacturer; rinse and wipe surfaces clean. D. Remove excess sealant by moderate use of mineral spirits or other solvent acceptable to sealant manufacturer. E. Touch up any blemishes, nicks, or wear incurred during production, shipping or installation. END OF SECTION SIDE HINGED FLOOD DOOR 08301 -4 LO 0 ao x3 W Q I= C:' J} >- C.3 F"a v3 elm CD 0 �i V 1 '` w SIDE HINGED FLOOD DOOR 08301 -4 HR Green, Inc. Project No. 10100241 SECTION 08315 FLOOR HATCHES Rocky Shore Stormwater Pump Station Iowa City, Iowa PART GENERAL 1.01 SECTION INCLUDES A. Prefabricated floor hatches, with integral support curbs, operable hardware, safety grating (or net) and counterflashings. 1.02 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Submit manufacturer's product literature. C. Submit shop drawings detailing installation and connection to structural members. 1.03 WARRANTY A. Full warranty against defects in materials, workmanship and installtion for five years after substantial completion, including all parts, labor, and expenses. PART PRODUCTS o O 2.01 MANUFACTURED UNIT(S) OR MATERIALS nc7 A. Description: Access floor hatches. c7-< n B. Approved manufacturers. �� ~ tram 1. The Bilco Company. o'er � , • 1 2. Halliday Products. 1� CO (� 3. Milcor. y 4. Nystrom. .9- 5. Engineer approved equivalent. 2.02 HATCHES 't- 011 A. Flush Aluminum Cover: 1/4" thick "diamond" pattern tread plate aluminum, to withstand live load of 300 psf with maximum deflection of 11150th of span; open to 90 degrees and automatically ..1 lock with stainless steel hold open arm with release handle. B. Each cover shall be hinged on one side, and shall have a built-in provision for locking with a padlock. Double -wide hatches shall have no permanent divider bar separating tfie two Oalves,- but shall have a clear opening size as indicated on the Drawings. yv iii � I C. Channel Frame: 1/4" aluminum with anchor flange. C3 `U" 0 N D. Hardware: Type 316 stainless steel hardware throughout. E. Provide compression spring operators. F. For all floor hatches with ladders below, provide and install stainless steel Ladder -Up safety post, Bilco LU -3 or approved equivalent. G. Hinges: Heavy-duty stainless steel pin type H. Finishes for all aluminum hatches: Mill finish with bituminous coating on frame exterior where surfaces are in contact with concrete. Size indicated on Drawings shall be the minimum free open area inside the hatch, with no permanent portion of the hatch or hardware protruding into this open area. FLOOR HATCHES 08315-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 2.03 FABRICATION A. Fabricate components free of visual distortion or defects. Weld corners and joints. B. Provide for removal of condensation occurring within components or assembly. C. Fit components for weather -tight assembly PART 3 EXECUTION 3.01 EXAMINATION A. Verify areas are ready to accept. 3.02 EXECUTION / INSTALLATION / APPLICATIONS A. Install in accordance with manufacturers instructions and as indicated on Drawings. END OF SECTION FLOOR HATCHES 08315-2 H O_ rr 4/ v _ Q 1 V >-cn� rn OF C r . R o FLOOR HATCHES 08315-2 u� 0 _ Y MCR UJ Q J>: ....i OF LL o u3 o o N FLOOR HATCHES 08315-2 HR Green, Inc. Project No. 10100241 SECTION 10210 WALL LOUVERS PART 1 GENERAL 1.01 SECTION INCLUDES A. Louvers. 1.02 REFERENCE STANDARDS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum, American Architectural Manufacturers Association, 1998. B. AMCA 500-L - Laboratory Methods of Testing Louvers for Rating; Air Movement and Control Association International, Inc.; 2007. C. AMCA 511 - Certified Ratings Program for Air Control Devices; Air Movement and Control Association International, Inc.; 2010. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data describing design characteristics, maximum recommended air velocity, design free area, materials and finishes. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products of the type specified in this section, with minimum three years of experience. PART PRODUCTS 2.01 MANUFACTURERS A. Wall Louvers: 1. American Warming and Ventilating: www.awv.com. zEn C7 2. Cesco Products: www.cescoproducts.com. n=t r 3. Greenheck: www. green heck,com. c?'< Z r 4. Louvers and Dampers: www.louvers-dampers.com. -1n -rri 5. Pottorff: www.pottorff.com. s m 6. NCA Maunfacturing, Inc.: www.ncamfg.com. o= o 7. Ruskin Company: www.ruskin.com. D 8. Engineer approved equivalent. w 2.02 LOUVERS A. Louvers: Factory fabricated and assembled, complete with frame, mullions, and accessories; AMCA Certified under AMCA 511. 1. Wind Load Resistance: Design to resist positive and negative wind load of 25 psf without damage or permanent deformation. 2. Intake Louvers: Design to allow maximum of 0.01 oz/sq ft water penetration at calculated intake design velocity based on design air flow and actual free area, when testett in accordance with AMCA 500-L. 3. Drainable Blades: Continuous rain stop at front or rear of blade aligned with vertical gutter recessed into both jambs of frame. 4. Screens: Provide insect screens at intake louvers and bird screens at exhaust louvers. B. Stationary Louvers: Horizontal blade, welded extruded aluminum construction. 1. Free Area: 50 percent, minimum. 2. Static Pressure Loss: 0.10 inch wg maximum per square foot of free area at velocity of 750 fpm, when tested in accordance with AMCA 500-L. 3. Blades: Drainable. WALL LOUVERS 10210-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 4. Frame: 6 inches deep, channel profile; corner joints mitered and, with continuous recessed caulking channel each side. 5. Metal Thickness: Frame 0.081 inch; blades 0.081 inch. 6. Finish: Color anodized; finish welded units after fabrication. 7. Color: Clear. 2.03 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM B221M). 1. Color Anodizing: AAMA 611 Class I, AA-M12C22A42/44. B. Bird Screen: Interwoven wire mesh of aluminum, 0.063 inch diameter wire, 1/2 inch open weave, diagonal design. C. Insect Screen: 18 x 16 size aluminum mesh. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that prepared openings and flashings are ready to receive work and opening dimensions are as instructed by the louver manufacturer. 3.02 INSTALLATION A. Install louver assembly in accordance with manufacturer's instructions. B. Coordinate with installation of flashings by others. C. Install louvers level and plumb. D. Align louver assembly to ensure moisture shed from flashings and diversion of moisture to exterior. E. Secure louver frames in openings with concealed fasteners. 3.03 SCHEDULES -z A. Units shall be as scheduled on the drawings. i END OF SECTION r L ! co r a w � d (� eD Y _ cr-o W a �>! W ~a c v3 o — N WALLLOUVERS 10210-2 HR Green, Inc. Project No. 10100241 SECTION 11150 Rocky Shore Stormwater Pump Station Iowa City, Iowa SUBMERSIBLE PROPELLER PUMPS PART1 GENERAL 1.01 SECTION INCLUDES A. This section covers furnishing submersible, propeller tube pumping units and controls as indicated herein and on the drawings. 1.02 REFERENCES A. ASTM A48 — Standard Specification for Gray Cast Iron Castings. B. ASTM B 148 — Standard Specification for Aluminum -Bronze Sand Castings. C. ASTM A320 — Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for Low -Temperature Service. D. ASTM A572 — Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel. E. NEMA MG 1 — Motors and Generators; 1998. Hydraulic Institute Standards, latest edition. 1.03 SUBMITTALS A. Drawings and Data: Complete fabrication and assembly drawings, together with detailed specifications and data covering materials, parts, devices, and accessories forming a part of the equipment furnished, shall be submitted in accordance with the Submittals section. The data and specifications for each unit shall include, but shall not be limited to, the fallowing; PumpskLLI ic� -� Name L.-- of manufacturer. Type and model. n_ Tag number. — U C3 s Pump designation. o Pump location. Rotative speed. Net weight of pump and motor only. Net weight with discharge tube, when specified. Complete performance curves showing capacity versus head, NPSH required, pump efficiency, wire -to -water efficiency, and pump input power. Data on shop painting. Motors Name of manufacturer. Type and model. Type of bearings and method of lubrication. Rated size of motor, hp, and service factor. Insulation class and temperature rise. Full load rotative speed. Efficiency at full load and rated pump condition. n N SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-1 HR Green, Inc. Project No. 10100241 Full load current. Locked rotor current. Rocky Shore Stormwater Pump Station Iowa City, Iowa Moisture Detection System Name of manufacturer. Type and model. Enclosure rating and layout if an enclosure is specified. Electrical schematics and wiring diagram. Published descriptive data on each item of equipment and all accessories, indicating all specific characteristics and options. B. See section 01300 — Administrative Requirements for submittal procedures C. Manufacturer's Certificate: Certifies that products meet or exceed specified requirements D. Shop test curves: Five certified copies of a report covering each test shall be prepared by the pump manufacturer and delivered to Engineer not less than 10 days prior to the shipment of the equipment from the factory. The report shall include data and test information as stipulated in the Hydraulic Institute Standards, copies of the test log originals, test reading to curve conversion equations, and certified performance curves. The test curves shall include head, brake hp [brake kW], hydraulic efficiency, and NPSH required, plotted against Flow capacity. The curves shall be easily read and plotted to scales consistent with performance requirements. The entire operating head range (or all specified test points) shall be clearly shown. E. Operation and Maintenance Data and Manuals according to section 01780. 1.04 QUALITY ASSURANCE A. Balance: All rotating parts shall be accurately machined and shall be in as nearly perfect rotational s ab�nce as practicable. Excessive vibration shall be sufficient cause for rejection of the pment. The mass of the unit and its distribution shall be such that resonance at W c Lo al operating speeds is avoided. In any case, the unfiltered vibration displacement, J rJpneasured at any point on the machine including top of motor, shall not exceed the acified limits per HI standards. a► -luny operating speed, the ratio of rotative speed to the critical speed of a unit or its LL cm C 4w— ponents shall be less than 0.8 or more than 1.3. 1.05 LIVERY, STORAGE, AND HANDLING A. Unload equipment as soon as possible after arrival. B. Pay freight car and truck demurrage, detention, and any other costs which may be billed to Owner due to failure to unload carts or trucks within time required by freight companies. C. Provide physical protection for equipment placed in storage. 1. Support stored equipment above ground and cover with canvas or other heavy-duty sheeting. Cover shall be securely fastened and shall be replaced if torn or otherwise damaged during storage period. 2. Store motors in dry, warm place and in accordance with manufacturer's recommendations. Motors over 20 hp shall have shaft rotated 90 degrees each month. Provide Engineer with evidence that this requirement is met. SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 3. Maintain desiccant between cover and motor frames on motors. Provide desiccant of type permitting visual determination of condition of desiccant. Replace desiccant when it becomes ineffective. 4. Store the following items in a weatherproof, heated (minimum 50 degrees F.) building complete with bins for storage of small pieces of equipment. Storage may not be available on site a. Electronic instruments and cabinets. b. Electrical equipment with general purpose enclosures. C. Insulation materials. d. Rotating equipment. e. Miscellaneous electronic equipment, gaskets, and small machine parts. f. Instruments and controls. D. Inspect stored equipment weekly. Renew protective coatings as necessary to preserve fitness of equipment. E. Provide for safekeeping of materials or equipment received. Store and maintain materials and equipment after receipt until completed installation is accepted by Owner. Such storage and maintenance shall be in accordance with manufacturer's recommendations and requirements of these Specifications. Provide materials, equipment, and labor required for such storage and maintenance. F. Contractor shall be accountable for any deterioration of materials or equipment occasioned by improper storage or maintenance, and shall recondition, repair, or replace any such materials or equipment without additional cost to Owner. G. Tagging: Each item of equipment and each part shipped separately shall be tagged and identified with indelible markings for the intended service. Tag numbers shall be clearly marked on all shipping labels and on the outside of all containers. 1.06 WARRANTY r 0 A. U, Warranty shall be in accordance with the Front -End Contract Documents. I"< - w 1V 1 PART 2 PRODUCTS V �n 2.01 MANUFACTURERS A. ITTXylem — FLYGT. -4 C..) r B. KSB o� co D C. No Substitutions 4' w 2.02 GENERAL A. Each pumping unit shall be complete with a close -coupled, submersible electric motor, and all other appurtenances specified, or otherwise required for proper operation. B. Each pumping unit, including motor and all integral controls, shall be rated and labeled for use in a Non -Hazardous area as defined by the National Electric Code. C. Equipment furnished under this section shall be fabricated and assembled in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa manufacturer, unless exceptions are noted by Engineer. Hydraulic considerations and definition of terms shall be as set forth in the Hydraulic Institute Standards. D. The wet well where the pumps will be located is a Class 1, Division 2, hazardous environment. The pumps shall be rated to operate in this environment. E. Power Supply: Power supply to the equipment shall be 480 volts, 60 Hz, 3 phase. The pumps will be connected to and delivered power via solid state reduced voltage soft -start motor controllers. 2.03 SERVICE CONDITIONS A. The pumping units will be installed in one pump station as shown on the plans. B. The pumping units will be started by reduced voltage solid state soft starters. C. The equipment provided under this section shall be suitable for the following service conditions: 1. Seismic zone. 0 2. Ambient air temperature range. -20 to 110 OF 3. Liquid temperature range. 32 to 90 OF 4. Pumps start and stop against a closed valve. No D. All equipment fumished shall be designed to meet all specified conditions and to operate satisfactorily at the elevation indicated. E. Estimate Site Elevations: 650.2 — 652.0. 2.04 MATERIALS Epoxy Coating Primer & Finish Coat 2.05 PUMP CONSTRUCTION Housing, Cast iron, ASTM A48, Class 35. Aluminum bronze, ASTM B 148. Stainless Steel, ASTM A320 Type 316. Carbon steel ASTM A 572, single piece. 2 tandem single type, oil lubricated with tungsten carbide seal rings at all points. Stainless Steel, Type 304. Carboline "Carboguard 891" or Tnemec "Series N140 Pota-Pox Plus". A. Propeller Casing: 1. The propeller casing shall have well-rounded water passages and smooth interior surfaces free from cracks, porosity, blowholes, or other irregularities. The casing shall have guide vanes to minimize clogging by carrying debris normally prone to clog the SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-4 s 9ttor $lousing, Oil Chamber %opaUeWasing. W ,=4X -- spew arRing System W a �Woller Shaft Mechanical Seals m Exposed nuis and bolts Epoxy Coating Primer & Finish Coat 2.05 PUMP CONSTRUCTION Housing, Cast iron, ASTM A48, Class 35. Aluminum bronze, ASTM B 148. Stainless Steel, ASTM A320 Type 316. Carbon steel ASTM A 572, single piece. 2 tandem single type, oil lubricated with tungsten carbide seal rings at all points. Stainless Steel, Type 304. Carboline "Carboguard 891" or Tnemec "Series N140 Pota-Pox Plus". A. Propeller Casing: 1. The propeller casing shall have well-rounded water passages and smooth interior surfaces free from cracks, porosity, blowholes, or other irregularities. The casing shall have guide vanes to minimize clogging by carrying debris normally prone to clog the SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa guide vanes from the inside of the guide vanes towards the outside of the guide vane and passage through and out of the pump. B. Propeller: 1. The propeller shall be of a 4 -blade fixed pitch, cast design. The blades shall be noticeably backward curved so that any clogging tendency is minimized. The propeller assembly shall be available in one degree increments to optimize pump minimized.. The impeller shall be dynamically balanced and securely locked to the shaft by opens of a key and self-locking bolt or nut. C n -� C. Wearing Rings: 1. Renewable wearing rings shall be provided between the pump housing the-rop9Ner The rings shall be positively locked in place. -=K-) .r r rn m D. Oil Chamber Housing: � Zr 1. Each pump shall be provided with a lubricant chamber for the shaft s�irTj sy%bm. Pe lubricant chamber shall be designed for lubricant pressure compel tsationv* The oil chamber shall contain a drain plug and inspection plug, with positive anti-IeakrSeal, shall be accessible from the outside. E. Mechanical Seals: 1. Each pump shall be provided with two mechanical rotating shaft seals arranged in tandem and running in an oil chamber. Each unit shall contain one stationary ring and one positively driven rotating ring. Each interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment and shall be readily accessible for inspection and replacement. 2. Shaft seals lacking positively driven rotating members or conventional double mechanical seals which utilize a common single or double spring acting between the upper aqd lower units, steels, carbon or silicon carbide seal rings, bellows type springs, of without positively driven rotating members, will not be acceptable. The seals shall not"fgly upon the pumped media for lubrication and shall not be damaged if the pump"re run unsubmerged for extended periods while pumping under load. 0 N F. Sealing of Mating Surfaces: 1. All mating surfaces of major components shall be machined and fitted with nitrile rubber O -rings where watertight sealing is needed. Sealing shall be accomplished by O-ring contact on four surfaces and O-ring compression in two planes, without reliance on a specific fastener torque or tension to obtain a watertight joint. The user of elliptical 0 - rings, gaskets, or seals requiring a specific fastener torque value to obtain and maintain compression and water -tightness will not be acceptable. The use of secondary sealing compounds, gasket cement, grease, or other devices to obtain watertight joints will not be acceptable. G. Discharge Tube: 1. The discharge column shall be permanently installed in the wet well. The design shall be such that the pump unit will be automatically and firmly connected to the discharge tube when lower into place. A locking device located on the external surface of the pump housing shall prohibit rotational movement of the pump/motor unit within the tube. No bolts, nuts or fasteners shall be used to connect the pump to the discharge tube. The pump shall be removable for inspection or service without the need to enter the wet well. Guide and stiffening webs shall be provided at the pump support seat to ensure concentric positioning of the pump within the tube. An O-ring shall be provided on the inlet of the bellmouth so that the weight of the pump unit, when acting on the O-ring, will provide a seal between pump and discharge tube. 2. Each pump unit shall be provided with a fabricated steel discharge column as shown on the drawings with a minimum wall thickness of 1/2°. SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-5 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 3. Provide a fabricated support assembly as recommended by the pump manufacturer and as generally shown in the plan drawings. Provide pump power cable and pump lifting cable strain relief system such that cables are protected against kinking and twisting. Provide effective seal between support assembly and pump column hole as approved by pump manufacturer. H. $hop Painting: All iron and steel parts, except stainless steel, which will be in contact with pumped liquid or submerged after installation, including the inside of the casing and the propeller, shall a� a be shop cleaned in accordance with the coating manufacturer's recommendations and _ 'painted with the epoxy coating system specified. The coating shall have a dry film 'thickness of at least 10 mils and shall consist of a prime (first) coat and one or more finish M -c *coats. At least 1 quart of the finish coat material shall be furnished with each pump for .field touch-up. I. Anchor Bolts: 1. Anchor bolts and nuts shall be furnished as required for each item of equipment. Anchor bolts, together with templates or setting drawings, shall be delivered sufficiently early to permit setting the anchor bolts when the structural concrete is placed. 2. The bolts shall be at least 3/. inch in diameter. 3. Anchor bolts shall be accurately located and centered in pipe sleeves having an inside diameter approximately 2 - 1/2 times the bolt diameter and a length approximately 8 times the bolt diameter. A square anchor plate with thickness of approximately'/ the bolt diaVeter and side dimensions 4 times the bolt diameter shall be welded to the bottom of ® co sleeve, with the anchor bolt extended through the plate and welded thereto. Two UJ = 664 and a washer shall be furnished with each anchor bolt. cc J>: .J �hor Bolts and nuts Carbon steel bolts and nuts; hot -dip v galvanized, ASTM A153 and A385. IN VQ 9t Washers ANSI 618.22.1; of the same o materials as the bolts and nuts. 4. Anchor bolts shall be long enough to accommodate at least 1 — '/z inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. 2.06 FORMED SUCTION INTAKE (FSI) A. The pumps shall be provided with formed suction intakes developed by the approved pump manufacturers listed above. The intakes shall been analyzed using computational fluid dynamics (CFD) and the model results shall be submitted to the Engineer for approval.. The intakes shall be designed to minimize the impact of adverse flow conditions and provide an optimal inflow to the pump by gradual acceleration and redirection of the flow toward the pump inlet. B. The construction of the formed suction intake shall connect directly to the vertical discharge tube with a flanged and bolted connection. C. The plate steel shall be constructed of A36 plate steel or equivalent. The intake shall be coated with a coal tar epoxy. All welding shall be per AWS D1.1 standards. All welds shall be dye penetrant tested. All welds shall be'/" size. D. Contractor shall coordinate installation of FSI with the pump manufacturer. Engineer is NOT RESPONSIBLE for review of any installation techniques (cutting of FSI to fit through hatches or any other construction sequencing as pertaining to the installation of the FSI). SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-6 HR Green, Inc. Project No. 10100241 2.07 ELECTRIC MOTORS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Each pump shall be driven by an air-filled, totally submersible electric motor provided by the pump manufacturer. Motor nameplate rating shall exceed the maximum power required by the pump in the operating head range. Each motor shall be rated for the power supply provided to the pump, and shall have a service factor of 1.15. The stator housing shall be an air-filled, watertight casing. The motor shall be cooled by the pumped water flowing along the stator housing when the pump is working. Motor insulation shall be moisture resistant, Class H, 180°C. Each motor shall be NEMA Design B for continuous duty at 40°C ambient temperature, and designed for at least 10 starts per hour. B. The motor shaft shall rotate on two (2) grease -lubricated and sealed bearings. The upper motor bearing shall be a cylindrical roller bearing. The lower bearing arrangement shall consist of two single -row angular contact ball bearings in tandem together with one cylindrical roller bearing. The bearings shall have a minimum L10 bearing life of 100,000 Hrs. The lower thrust bearing housing shall include a thermal sensor (RTD) of the platinum -100 type to monitor the temperature of the thrust bearing outer race during operation. C. The pump and motor unit shall be suitable for continuous operation at full nameplate load while the motor is completely submerged, partially submerged or totally non -submerged. The use of shower systems, secondary pumps or cooling fans to cool the motor shall not be acceptable. D. The power cable shall be designed specifically for use with submersible pumps and shall be type SUBCAB (Submersible Cable). The cable shall be sized according. to the National Electrical Code (NEC) and the Insulated Cable Engineers Association (ICEA). The otter jacket shall be lubricant resistant chlorinated polyethylene rubber, and the copper conductors shall be insulated with ethylene -propylene rubber (EPR). The filler and conductor separator materials shall be of nonwicking vulcanized rubber. The cable shall be rated for 600 volts and 90°C (194°F) with a 40°C (104°F) ambient temperature and shall be approved by factory,,Mutual (FM). The cable length shall be adequate to reach the junction box without the raged for splices. E. The pilot cable shall be designed specifically for use with submersible pumps and shall. be type SUBCAB (Submersible Cable). The cable shall be multi -conductor type witl;:;;tainles4 steel braided shielding, a chlorinated polyethylene rubber outer jacket and tinned copper coh&ctors insulated with ethylene -propylene rubber. The conductors shall be arranged in twisted pairs. The cable shall be rated for 600 Volts and 90°C (194°F) with a 40°C (104°F) ambient temperature and shall be approved by Factory Mutual (FM). The cable length shall be adequate to reach the junction box without the need for splices. F. Engineer approved cable protection and suspension system shall be provided on all installations with in -tube cable runs over 10 feet in length. G. The cable entry water seal design shall preclude specific torque requirements and ensure a watertight and submersible seal. The cable entry shall be comprised of two cylindrical elastomer grommets, flanked by four stainless steel washers, a spacer ring and an O-ring; all having a close tolerance fit against the cable outside diameter and the cable entry inside diameter. This design shall combine the sealing function with the cable strain relief function so that when the cable entry is mounted onto the junction box, the cable entry will be 100% watertight during immersion of 65 feet or greater, while providing sufficient strain relief to prevent the cable from pulling out when handling, installing, or operating the pump. The assembly shall bear against a shoulder in the pump top and direct the cable axially upwards. Epoxies, silicones, or other secondary sealing systems shall not be considered acceptable for the cable entry and sealing system. SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-7 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa H. The junction chamber shall contain two separate terminal boards, one for connecting the signal wires and signal cable, and the second one to connect the stator leads and power cables. The lower terminal board shall use terminal posts equipped with screw type cable terminals to connect the cable conductors and motor stator leads. The junction chamber shall be sealed from the motor housing. The junction box shall contain a collection cavity placed so that any leakage into the junction box shall terminate in the collection cavity. A mechanical float switch shall be mounted at the lowest point in the collection cavity. This sensor shall be separately wired to provide an alarm in the event of water intrusion into the cable junction box. Motors shall be controlled using reduced voltage solid state soft -start motor controllers. 2.08 CONTROLS A. Pump Monitoring: 1. Each motor shall be protected by one motor temperature switch embedded in each phase winding. Each switch shall be designed to operate at 140°C (t 5°C). Each switch shall be normally closed automatic reset type rated 5 amps at 120 volts ac. The switches shall be wired in series with end leads wired to terminals within the motor housing. Provide any necessary monitoring module(s) required by the manufacturer for installation into the motor controller enclosure by the installing contractor. 2_ Each motor housing shall be provided with a moisture detection system complete with all sensors, control power transformers, control modules, and relays. The moisture detection s system shall be rated for a 120 volt ac supply. The moisture detection system shall in RRvide a Form C dry contact output rated 5 amps at 120 volts ac. The contacts shall Q ai mange state when moisture is detected in the motor housing. All moisture detections W c c*6tem components shall be furnished by the pump supplier and shall be shipped loose installation into the motor controller enclosure by the installing contractor. B. asL-iistem Sensors: U. G1. v ch pump/motor unit(s) shall be equipped with the following Base Level protection and nitoring sensors: o a Three (3) motor winding thermal switches, one installed in each motor phase winding, and connected in series to monitor and protect the winding from over temperature operation. The thermal switches shall open activating an alarm and stopping the motor should a high temperature event occur. b. One (1) Leakage Sensor (LS) shall be provided to detect water intrusion into the pump seal leakage chamber. If activated, the LS will activate an alarm. 2.09 SHOP TESTS A. Each pump (including those where only propellers are being replaced) shall be tested at the factory for capacity, power requirements, and efficiency at specified rated head, shutoff head, operating head extremes, and at as many other points as necessary for accurate performance curve plotting. All tests and test reports shall conform to the requirements and recommendations of the Hydraulic Institute Standards. Acceptance testing shall be Level A, with no minus tolerance or margin allowed. B. Additionally, the pump manufacturer shall perform the following inspections and tests on each pump (including those where only propellers are being replaced) before shipment from factory/test facility: 1. Propeller, motor rating and electrical connection shall be checked for compliance to the customer's purchase order and the pump data plates. 2. A motor and cable insulation test for insulation defects shall be made. SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-8 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 3. Prior to submergence, the pump shall be run dry to establish correct rotation and mechanical integrity. 4. The pump shall be run for 30 minutes submerged. 5. A certified test curve (per Hydraulic Institute standards) showing the performance of the pump shall be run and supplied to the engineer upon request. 6 After operational test (4), the insulation test (2) is to be performed again. N O PART 3 EXECUTION o D� o 3.01 FIELD QUALITY CONTROL -< J A. Installation Check: �r�- p. 1. An experienced, competent, and authorized representative of the man- rn re€Ehall m the site of the Work and inspect, check, adjust if necessary, and appr a gquipmftinC installation. The representative shall be present when the equipn*nt is pieced in operation in accordance with Section 01400, and shall revisit the job site a2Foften as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Engineer. 2. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily. 3. All costs for these services shall be included in the contract price. Contractor shall include a minimum of 4 day(s) and 2 trip(s) to each site. B. Installation Supervision: 1. The equipment manufacturer shall furnish a qualified field installation supervisor during the equipment installation. All costs for these services shall be included in IN contract price. Contractor shall include a minimum of 4 day(s) and 2 trip(s) to each site. . •_ 2. Manufacturers' installation supervisor shall observe, instruct, guidtT ;abd $irect the installing contractor's erection or installation procedures. - L qtr U. 3.02 PROPELLER PUMP SCHEDULE & DESIGN REQUIREMENTS A. The schedule below describes the pump repair/replacementtfumishing as requiredit eaeh-j pump station , 0 Contractor shall furnish new pumps as shown on the drawings and listed in the specifications below. Quantity of Pumps: 2 Pump tag numbers: SP101 and SP102 Rated head: 21 it Minimum capacity at rated head: 130 CFS (58,300 GPM) each Required minimum operating head range: 16 ft -27 it Maximum motor/ pump speed: 585 RPM Maximum Motor Nameplate Horsepower. 500 HP Maximum Rated Current: 683 Amps Allowable Discharge Diameter Range: 48" to 54" Minimum motor efficiency at full load: 93% Minimum hydraulic efficiency at rated head: 80% Maximum NPSH required over operating head range: 32 ft SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-9 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa B. Pump performance shall be stable and free from cavitation and noise throughout the specified operating head range at minimum suction submergences. C. Pumping units shall be designed so that maximum reverse rotation due to reverse flow at rated head will not cause damage to any component. Pump supplier shall coordinate this provision with the motor supplier. END OF SECTION SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-10 L-1 o n LL1 Q W - J � cj� Mrr'f EL w r .. Z v3 Z o END OF SECTION SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-10 M LL1 Q W - J cj� EL w Q o v3 � o o N — END OF SECTION SUBMERSIBLE PROPELLER PUMPS AND PUMP REPAIRS 11150-10 HR Green, Inc. Project No. 10100241 SECTION 11286 SLIDE GATES Rocky Shore Stormwater Pump Station Iowa City, Iowa PART1 GENERAL c 1.01 SECTION INCLUDES A. Slide gates, gate operators and related appurtenances. D -=r � 1.02 RELATED SECTIONS r A. Section 03300 - Cast -In -Place Concrete� z m 1.03 REFERENCES Dg� CO 0 A. AWWA C563 - Fabricated composite slide gates B. ASTM A 276 - Standard specifications for stainless steel bars and shapes. C. ASTM D 790 - Standard test methods for flexural properties of unreinforced and reinforced plastics and electrical insulating materials. D. ASTM D638 - Standard Test Method for Tensile Properties of Plastics E. ASTM A 36-93a - Standard Specification for Structural Steel F. AWWA C540-02 - AWWA Standard for Power Actuating Devices for Valves and Slide Gates 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Shop drawings showing connections, fasteners, anchors, loads, arrangement, dimensions, and materials. i ) C. Product data: Test results of fiberglass reinforced plastic laminate cv D. Manufacturer's Certificate: Certify that products meet or exceed specified requireme4.. • _ E. Manufacturers installation instructions +' 1.05 DELIVERY, STORAGE, AND HANDLING 7-.-. A. Unload equipment as soon as possible after arrival and store products indoorsproteAed frogs construction traffic and damage. B. Pay freight car and truck demurrage, detention, and any other costs which may be billed to Owner due to failure to unload cars or trucks within time required by freight companies. C. Inspect stored equipment weekly. Renew protective coatings as necessary to preserve fitness of equipment. D. Provide for safekeeping of materials or equipment received. Store and maintain materials and equipment after receipt until completed installation is accepted by Owner. Such storage and maintenance shall be in accordance with manufacturer's recommendations and requirements of these Specifications. Provide materials, equipment, and labor required for such storage and maintenance. E. Contractor shall be accountable for any deterioration of materials or equipment occasioned by improper storage or maintenance, and shall recondition, repair, or replace any such materials or equipment without additional cost to Owner. SLIDE GATES 11286-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 1.06 SERVICE REPRESENTATIVE A. Provide qualified service representative to perform functions described below and to sign Certificate of Proper Inspection. <_1. Instruct the Contractor's personnel in the installation, startup, and testing of equipment. `2. Inspect equipment after it is installed to assure that all details of installation are correct and that equipment is prepared for operation in accordance with manufacturer's C__instructions and recommendations. 11 Check connections to equipment and adjust, or supervise adjustment of, control and -'j indicating devices after equipment has been installed and connected. M 4. Fully instruct Owner's operating personnel in operation and maintenance of equipment. 5. Provide Engineer with duplicate copies of final alignment and clearance measurements on all rotating or reciprocating equipment. Measurements shall clearly identify each piece of equipment. 6. Supervise preliminary operation of equipment and necessary adjustments. B. Presence of service representative will in no way relieve Contractor of any responsibility assumed under the Agreement. C. Work and abilities of service representative shall be subject to review by the Engineer. If Engineer determines that any service representative is not properly certified, Contractor shall replace service representative upon written notification by Engineer. D. Contractor shall provide continuity in assignment of service representative to Work. In event substitution of service representative is made which is not at request of Engineer, substitute's time for familiarization shall be at Contractor's expense. E. Include necessary trips by the manufacturer's representative to provide one 8 -hour work day on-site (travel time not included) for startup and training of operations personnel. Training may be videotaped by Owner. F. additional trips required by the Contractor before or after final startup and training shall not be arged to the Owner. JQ VARROD*Y _ =o 'Fullrenty against defects in materials and workmanship for two years after final acceptance J r.by th5lQwner, including all parts, labor, and expenses. qT 2 ARTS W SIEUA&S A. Manufacturers: 1. Plasti—Fab Inc 2. Engineer approved equivalent B. Gates: 1. Each gate shall be molded individually to the exact dimensions specified. Slide gates shall be manufactured of reinforced thermo-set plastic containing ultraviolet absorbers. 2. Fiberglass reinforced plastic (FRP) with a UV stabilizer, totally encapsulating an internal reinforcing structure. Gates shall be flat and level. Warpage throughout the gate shall not produce a crown of more than 1/16 inch in any direction. Visual inspection for defects shall be made without the aid of magnification. Cracks, crazing, blisters, chips, pits, dry spots, fish eyes, burned areas, entrapped air, pinholes, exposed glass, and foreign matter are not allowed. Scratches to the gate surface will not be more than 0.002 inch in depth. Wrinkle or solid blisters will not exceed 1/8 inch. Gates shall meet the following physical properties: Tensile Strength: 15,000 psi Flexural Modulus: 1,000,000 psi SLIDE GATES 11286-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa Flexural Strength: 20,000 psi Compressive Strength: 22,000 psi Impact Strength: 9.0 ft-Ibs/in Water Absorption: 0.13% (in 24 hours) 3. Type 304 Stainless steel stem mounting bracket shall fasten to the gate with through bolts. The through holes shall not pass through or be in contact with the internal steel reinforcing. 4. Material must be 100% resistant to decay and attack by fungus and bacteria. C. Frames and Guides: 1. Guides shall be fabricated from Type 304 Stainless Steel and shall have a slot suitable for mating with the gate cover. 2. Guides to be bolted to the head wall shall be equipped with heavy duty mounting angle for ease of mounting to the channel wall by means of T-304 stainless steel anchor bolts. 3. Where the guides are extended above the operating floor level to form the bench stand upon which the lift mechanism is fastened, they must be suitably strong and rigid without the use of additional stiffening members. 4. No wall thimbles shall be required for installation. 5. The head rail shall also be of 304 SS and shall be affixed so as to allow the gate to be removed from the guide without disassembly. The head rail shall have a maximum deflection of % inches when subjected to a horizontal force four timesShe 40 Ib. maximum hand wheel pull. _ ca 6. Gate inverts shall be flush with the channel bottom. No wall thimblesbe Jouired for installation. Dy r D. Seals: „-n-< 1. The gate shall be equipped with elastomeric seals to reduce leakage._<r" (m}� 2. At the maximum operating head the leakage shall not exceed 0.1 GP8 ' r f� of wlg perimeter. ;:-I, CO 3. Elastomeric J -seals shall be made of molded or extruded neoprenethaving ** hardness range of 55 to 65 shore A durometer and conforming to ASTM spec. D -200b having a maximum compression set of 25%, and low temperature brittleness to meet suffix F-17 40 F). 4. Seals, including bottom seals, shall be mounted on gate covers with T-304 stainless steel cap screws and T-304 stainless steel or FRP clamping bars thus providing a means of repair, and replacement without dewatering the channel. 5. A 1/4" thick UHMW wear strip will be fastened to the opposite side of the gate from the J - seals along both sides, and shall have a coefficient of friction less than 0.15. , E. Lifts & Operators: 1. Electric motor operators a. All electric actuators shall conform to the requirements of AWWA Standard C-540. b. All electric actuators shall include a permanently installed means to manually operate the gate in the event of power loss or failure of electric motor. C. Actuators shall contain motor, gearing, manual over -ride, limit switches, torque switches, drive coupling and integral motor controls. d. Gate closing speed will be 12 inches per minute. e. The motor shall be specifically designed for actuator service. The motor will be of the induction type with class F insulation and protected by means of thermal switches imbedded in the motor windings. Motor enclosure will be totally enclosed, non -ventilated. f. Motors will be capable of operating on 480V, 3-phase, 60 Hz power supply. g. Actuator shall have integral close coupled safety disconnect switch. h. Actuator housing shall be NEMA4X/6P. i. NEMA 4X/6P enclosures shall have a watertight double seal plug and socket SLIDE GATES 11286-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa connector between the terminal compartment and actuator enclosure to prevent moisture from entering the actuator via the conduit entries j. All gearing shall be grease lubricated and designed to withstand the full stall torque of the motor. k. Manual operation will be available by means of a lockable hand wheel. Return from manual to electric mode of operation will be automatic upon motor operation. A seized or inoperable motor shall not prevent manual operation. 1. Limit switches will be furnished at each end of travel. Limit switch adjustment will not be altered by manual operation. Limit switch drive shall be by counter -gear. Limit switches must be capable of quick adjustment requiring no more than five (5) turns of the limit switch adjustment spindle. One set of normally open and one set of normally closed contacts will be furnished and available for use by the plant control system at each end of travel where indicated. Contacts shall be of silver and capable of reliably switching a low voltage DC source from the control system furnished by others. M. Mechanically operated torque switches shall be furnished at each end of travel. Torque switches will trip when valve load exceeds torque switch setting. The torque switch adjustment device must be calibrated directly in engineering units of torque. n. All wiring shall be terminated at plug and socket connector. o. Actuators shall be capable of operating in an ambient temperature range of -20 to o +175 degrees F. �y C' Mechanical dial position indicator will be furnished on all gates. Two wire position (r m—:;Z feedback transmitter (4-20 mADC signal) will be furnished where indicated. i- 9, C-, All actuators in open/close service will be furnished with integral motor controls v ni=- consisting of reversing starters, control transformer, "open -stop -close" pushbuttons, m ,, "!>; "local -off -remote" selector switch in addition to red and green position indicating K lights. All actuators in modulating service will be furnished with a feedback potentiometer < in addition to the following motor controls: reversing starters, control transformer, d p Yo phase discriminator, monitor relay, positioner, "open -stop -close" pushbuttons, LU . Q W — "local -off -remote" selector switch in addition to red and green indicating lights. The J R v~ positioner shall be capable of accepting a 4-20 mADC signal from a controller and positioning the gate by comparing the command signal with the present gate v ►_ LL position as indicated by the feedback potentiometer mounted inside the actuator. o C3$ The positioner shall be field adjustable to fail to the "open", "closed" or "last' o position on loss of 4-20 mADC command signal. N S. Actuators shall be equipped for remote operation via field wired discrete and analog 1/0 signals. t. Actuator control buttons, switches and indicators shall be protected from unauthorized use and vandalism by means of a lockable cover. U. All actuators shall be manufactured by AUMA Actuators, Inc., or Engineer pre - approved equal. F. Operating Stems: 1. All slide gates will be provided with a rising operating stem. The stem will be Type 304 stainless steel with Acme threads and shall be provided with adjustable stop collars to limit upward and downward travel. 2. Stems shall have a maximum UR of 200. Stem guides with bronze or FRP bushings shall be used to maintain an UR of 200. G. Stem Covers 1. Transparent plastic stem covers shall be provided with vent holes to minimize condensation. SLIDE GATES 11286-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 2. The stem covers shall be attached by a threaded connection and be marked with 'Open' and'Closed' position indicators. H. Adjustable Wedging Device 1. Gates shall be fitted with an adjustable wedging assembly comprised of a T-304 stainless steel wedging bar and silicon bronze adjusting bolts with locking nuts. 2. The adjusting bolts shall be non -galling for long-term easy adjustment. 3. Gate seals shall be initially adjusted at the factory; however, they shall be easily adjusted to achieve the specified leakage rate. Allowable Leakage 1. Leakage shall be below that allowed by AW WA C563 standard for slide gates. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions and as indicated on drawings, by qualified craftsmen. B. Location, orientation, and quantities as indicated on Drawings. C. Include all required related items necessary for a complete installation. D. Coordinate for compatibility of manufacturer's shop coating and final finish. E. Support and anchor as indicated on drawings. F. Start up in presence of manufacturer's service representative. G. All bolts shall be tightened and all items requiring lubrication shall be lubricated. Anti -seize thread lubricant shall be liberally applied to the threaded portion of stainless steel anchor bolts during installation and tightening of nuts. H. Subject gate to at least four (4) full open to full close cycles over a 30 minute period or as electric actuator duty cycle allows. Gate shall go from full open to full close smoothly with no binding. Observe any leakage with seating head applied and report any excessive leakage to the engineer. Adjust gates to achieve lowest possible leakage acceptable to Qwjler. _ 3.02 SLIDE GATE SCHEDULE —i A. Slide Gate —Diversion Gate, SG401 1. Quantity: 1. - o 2. Self-contained yn 3. Nominal Size of Gate: 12'x 6' 4. Wall Opening: 12'x 5' 5. Orientation: See drawings, flush bottom 6. Service: Diversion Gate — Normally Closed D r 7. Design Head: Seated 20'; Unseating 10' r 8. Operation: Electric Actuator (open/close service only) 9. Stem: Rising 10. The frame of the gate will pass through an opening the concrete slab above. B. Slide Gate — Flow Through Gate, SG402 1. Quantity: 1. 2. Non -self-contained 3. Nominal Size of Gate: 12'x 6' 4. Wall Opening: 12'x 5' 5. Orientation: See drawings, flush bottom SLIDE GATES 11286-5 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 6. Service: Flow Through Gate — Normally Open 7. Design Head: Seated 20', Unseating 10' 8. Operation: Electric Actuator (open/close service only) 9. Stem: Rising END OF SECTION Ln W -M Q Wo ��a m Olt rn'� Mo c? x=c � a SLIDE GATES 11286-6 HR Green, Inc. Project No. 10100241 SECTION 11950 Rocky Shore Stormwater Pump Station Iowa City, Iowa EQUIPMENT INSTALLATION PART1 GENERAL 1.01 SECTION INCLUDES A. Equipment Installation Requirements. 1.02 REFERENCES c A. ANSI B31.1 - Code for Power Piping. CD p B. ASME - Boiler and Pressure Vessel Code >:; rn C. AWS D1.1 -Welding in Building Construction. _n M 1.03 SUBMITTALS 0 = 0 A. See Section 01300 - Administrative Requirements, for submittal procedures.n� co X_ B. Shop Drawings: Indicate location and extent of proposed field welding, and prodisions that have been made for type of base metal, present stress conditions, and preheating requirements. C. Submit certificates for each welder, indicating proof of qualifications as outlined in code, prior to any field welding, either temporary or permanent. 1.04 DELIVERY, STORAGE, AND PROTECTION A. Receive and unload shipments to plant site from suppliers of equipment under this contract. B. Unload equipment as soon as possible after arrival. C. Pay freight car and truck demurrage, detention, and any other costs which may be billed to Owner due to failure to unload cars or trucks within time required by freight companies. D. Provide physical protection for equipment placed in storage. 1. Stored equipment shall be supported above ground and shall be covered with canvas or other heavy-duty sheeting. Cover shall be securely fastened and shall be replaced if torn or otherwise damaged during storage period. 2. Motors shall be stored in dry, warm place and in accordance with manufacturer's recommendations. Motors over 20 hp shall have shaft rotated 900 each month. Provide Engineer with evidence that this requirement is met. , 3. Desiccant shall be maintained between cover and motor frames on motors. Provide desiccant of type permitting visual determination of condition of desiccant. Replace desiccant when it becomes ineffective. 4. Following items shall be stored in weatherproof, heated (minimum 50°F (100C)) building complete with bins for storage of small pieces of equipment. a. Electronic instruments and cabinets. b. Electrical equipment with general purpose enclosures. C. Insulation materials. d. Rotating equipment. e. Miscellaneous electronic equipment, gaskets, and small machined parts. f. Instruments and controls. E. Inspect stored equipment weekly. Renew protective coatings as necessary to preserve fitness of equipment. F. Provide for safekeeping of materials or equipment received. Store and maintain materials and equipment after receipt until completed installation is accepted by Owner. Such storage and EQUIPMENT INSTALLATION 11950-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa maintenance shall be in accordance with manufacturer's recommendations and requirements of these Specifications. Provide materials, equipment, and labor required for such storage and maintenance. G. Contractor shall be accountable for any deterioration of materials or equipment occasioned by improper storage or maintenance, and shall recondition, repair, or replace any such materials or equipment without additional cost to Owner. 1.05 SERVICE REPRESENTATIVE A. Provide qualified service representative to perform functions described in Section 01400 and to sign Certificate of Proper Installation attached at end of Section 01400. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 EXAMINATION A. Before assembly or erection, thoroughly clean equipment of temporary protective coatings and foreign materials; completely remove shop -applied Flushing compounds. B. Blow out with compressed air as required to remove foreign material. C. After erection of equipment, clean external surfaces of oil, grease, dirt, or other foreign materials; touch up shop paint, primer, and filler, leave surfaces smooth and ready for finish painting. 3.02 INSTALLATION A. Install in strict accordance with manufacturer's instructions. U') 48, Pjgvid�atess space around equipment for service. Provide no less than minimum as L� mEorriftsded by manufacturer. 3.� -.z E C—)I ERECTION PROCEDURES Field greWng to existing structural members shall conform to following requirements: LL orm to AWS D1.1. �? ing to high strength steels or preheating of highly -stressed members will not normally be permitted. S' Remove any temporary welded attachments, grind area smooth, and apply one coat of primer to match existing primer. B. Welding of piping shall conform to ANSI B 31.1 Code for Power Piping and ASME Boiler and Pressure Vessel Code, Section IX when either or both are applicable. C. Remove any temporary attachments made to equipment. Grind area of attachment on equipment to smooth surface and apply one coat of primer to match existing primer. 3.04 SPECIAL EQUIPMENT TO BE PROVIDED A. Provide dowel pins and shims necessary for leveling and doweling equipment to baseplates. Shims shall be stainless steel. B. Provide bolting required to anchor equipment securely to building structural steel; holes required in structural steel shall be drilled, burning with cutting torch not allowed. C. Provide expansion anchors where required, subject to review by Engineer. Use appropriate type of anchor devices on vibratory equipment. EQUIPMENT INSTALLATION 11950-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa D. Provide welding rod for field erection of equipment installed under this contract. 3.05 FLOOR SHORING A. Shore any parts of structure for which design loading would be exceeded during construction or installation of equipment. B. Protect flooring and other finished surfaces by means of heavy planking. C. Remove shoring and repair any damage to floors or other parts of structures after equipment has been installed. 3.06 EQUIPMENT ALIGNING A. Align equipment in accordance with manufacturer's recommendations. B. Use shims of sheet and plate steel; use shims with laminations having individual layers not heavier than 0.015" (0.4 mm) for 1/32" (0.8 mm) to 1/8" (3.2 mm) directly under equipment. C. Check alignment of equipment after piping and other external connections have been made and before equipment is placed in operation. Realign equipment as necessary. D. After alignment, hot run and recheck alignment, drill and ream items of equipment and fasten to baseplates with tapered dowel pins. E. Include costs for labor required to obtain alignment within allowable limits on equipment installed and for any hanger adjustments required. 3.07 EQUIPMENT SUPPORTS A. Provide devices to support equipment. B. Fabricate supports of structural steel sections, plates, or rods arranged to provide rigid and sturdy mounting for equipment. C. Provide connections or fasteners required between equipment supports and building structure. D. Equipment foundation pads: As indicated on drawings. E. Provide devices to support equipment piping and appurtenances where specific support is not detailed on Drawings. Support piping adjacent to equipment such that no weight is carried on equipment. 3.08 GROUTING A. Place a minimum of 1" (25 mm) nonshrink grout under equipment being mounted on concrete foundations unless specified otherwise. B. Determine quantity of grout required. C. Space between top of foundation and bottom of equipment base shall be filled with grout, free of any voids. o D. Place no grout that has been allowed to set, after mixing, beyond time li>8ns @9t fort _ grout manufacturer. m D� n c"-< r' END OF SECTION m = M 4X m v 3). V, -V- EQUIPMENT EQUIPMENT INSTALLATION 11950-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa SECTION 13120 SIDE HINGED LIP SEAL FLOOD GATE E2 PART 1 GENERAL p w 1.01 SECTION INCLUDES y� m ,1 A. Factory assembled flood gates with frame and all operation components in aancewith(� Specifications and Drawings. .<r— ss m 1.02 REFERENCE STANDARDS CO Cy A. ASTM A 6/A 6M -Standard Specification for General Requirements for RolleIP'Structii;al Steel Bars, Plates, Shapes, and Sheet Piling; 2012. rl B. ASTM A 36/A 36M - Standard Specification for Carbon Structural Steel; 2008. C. ASTM A 123/A 123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products, 2012. D. ASTM A 500/A 500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes, 2010. E. ASTM A 501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing, 2007. F. AWS D1.1/D1.1 M - Structural Welding Code - Steel, American Welding Society; 2008. G. AISC - Specification for Structural Steel Buildings; 2005. 1.03 SUBMITTALS A. Shop drawings: Include pertinent details for installation, anchorage of framing members, connections, sealing, dimensional plans and elevations, sections and details for all mounting and connections, and adaptation of system for specific project conditions; include engineering calculations stamped and certified by a Professional Engineer; attesting to the adequacy of system to meet loading and design conditions. B. Manufacturers Data: Submit installation and maintenance manuals for flood barriers. C. Results of penetration, pressure and leak tests shall be submitted to Engineer before delivery and acceptance of product. lU 1.04 QUALIFICATIONS A. Manufacturer shall present evidence attesting to a minimum of 5 years successful exp;; ence in design and manufacture of the gate and seal types specified. 1.05 DELIVERY, STORAGE AND HANDLING A. Receive and unload shipments to site from suppliers of equipment under this contract. B. Unload equipment as soon as possible after arrival. C. Pay freight car and truck demurrage, detention, and any other costs which may be billed to Owner due to failure to unload cars or trucks within time required by freight companies. D. Provide physical protection for equipment placed in storage. 1. Support stored equipment above ground and cover with canvas or other heavy-duty sheeting. Cover shall be securely fastened and shall be replaced if torn or otherwise damaged during storage period. 2. Store the following items in weatherproof, heated (minimum 50 degrees F.) building complete with bins for storage of small pieces of equipment. Storage inside of existing SIDE HINGED LIP SEAL FLOOD GATE 13120-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa facilities is not available. a. Insulation materials. b. Rotating equipment. c. Miscellaneous electronic equipment, gaskets, and small machined parts. d. Instruments and controls. E. Inspect stored equipment weekly. Renew protective coatings as necessary to preserve fitness of equipment. F. Provide for safekeeping of materials or equipment received. Store and maintain materials and equipment after receipt until completed installation is accepted by Owner. Such storage and maintenance shall be in accordance with manufacturer's recommendations and requirements of these Specifications. Provide materials, equipment, and labor required for such storage and maintenance. G. Contractor shall be accountable for any deterioration of materials or equipment occasioned by improper storage or maintenance, and shall recondition, repair, or replace any such materials or equipment without additional cost to Owner. 1.06 SERVICE REPRESENTATIVE A. Provide qualified service representative to perform functions described in Section 01400 and to provide Manufacturer's Certificate of Proper Installation. B. Include necessary trips by the manufacturer's representative to provide one 8 -hour work day on-site (travel time not included) for startup and training of operations personnel. Training may be video taped by Owner. C. Additional trips required by the Contractor before or after final startup and training shall not be charged to the Owner. 1.07 START-UP, COMMISSIONING, AND TRAINING A. Factory test gate watertightness and welds according to Section 2.06. B. Riovide,00ls, equipment, instruments and personnel required for satisfactory completion of Q ftal and training. W WARFRAt�: JA. Full vyaq3nty against defects in materials and workmanship for five (5) years after final pW cErIg )e by Owner, including all parts, labor, and expenses. B. C.yate Al provide a watertight seal allowing no more than 2 gallons per hour leakage under full lbading: PART PRODUCTS 2.01 PRODUCT DESCRIPTION A. Two -panel Side hinged flood gate shall be of lip seal gasket type protecting from flood waters for the full height of the provided gate. 2.02 MANUFACTURERS A. Walz & Krenzer, Inc. B. Engineer Pre -Approved Equivalent. 2.03 COMPONENTS A. Hinges 1. Shall include bronze oil -impregnated thrust bearing. SIDE HINGED LIP SEAL FLOOD GATE 13120-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 2. Stainless steel hinge pins. 3. Stainless steel mounting bolts. B. Grab Handle, Latch Set, and Lock 1. Stainless steel or type 6061 aluminum grab handle. 2. Corrosion resistant heavy duty latch set. a. Provide location for a padlock to be installed on latch to keep securely locked in the closed position. b. Latch and lock shall be operable from the exterior of the gate (flood side). C. Provide a heavy duty mechanism to allow the gate to be locked and secured in the open position by attachment to the flood wall shown on Project Drawings. 1. Wind load will be applied to gate when held in the open position, see DESIGN below. 2.04 MATERIALS N A. Frame o , 1. Stainless Steel. mac) rn B. Panel D� c� 1. Stainless Steel. C-) -< Z r C. Gasket gym r M o� 1. Gasket shall be molded neoprene with fully molded comers. s �� co Q 2.05 DESIGN D t cn A. Gate shall be designed with a minimum 2:1 factor of safety based on material yield strength and shall provide effective seal against the design pressure. B. Normal position for the gate is open. C. Design of the gate shall allow the pressure on the gate to be transmitted even)to the frame,. �- D. Frame shall be ready for welding on to steel HSS gate post as shown on the Pmiact DrAwin� E. Gate side frame shall be angles for mounting to the face the HSS gate post a!Cal yvn2the Project Drawings. The welding of the angles to the gate post shall be seal w6MrJ , r �J F. Gate bottom frame shall be flat plate and designed to be fully embeddedin tmicr Gate bottom frame shall be flush with concrete as to prevent damage during wkiter ploqgg and normal vehicle traffic. Gate manufacturer shall coordinate delivery and installation of g`Stee and bottom frame with Contractor. G. Door shall open and close smoothly without deformation under minimal effort. H. Gate shall be provided with and designed to allow an attached mechanism to lift the gate up enough to avoid any obstructions in the swing path including, but not limited to, curb, sidewalk, and grass, while being opened or closed. This mechanism shall be operable under the effort of one person and not cause damage to the gate when held in this position storage (open position). If mechanism can't be used to hold gate up from the ground during all seasons for a year or more at a time, provide a "storage frame" to support the gate in its open position. I. Design Loading 1. Design flood elevation is at the top of the gate so the gate shall be watertight to its full height. Bottom frame of gate shall match elevations as shown on Project Drawings. 2. Gate assemblies shall be watertight with an allowable leakage rate of no more than 2.0 gallons per hour. 3. Inside conditions are to remain dry. SIDE HINGED LIP SEAL FLOOD GATE 13120-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 4. Wind load will be applied to gate in the open and closed position, design to accommodate 90mph wind load. Mechanism used to hold gate in open position shall be able to withstand this force. Gate shall be designed to withstand full wind load in closed position. J. Dimensions 1. Gate assembly shall be designed for maximum opening area according to final gate opening dimensions shown on Project Drawings. 2.06 QUALITY ASSURANCE A. All welds on steel assemblies that may be potential "leak path" shall be liquid penetrant inspected in accordance with applicable welding code. B. Finished assembly shall be factory leak tested to verify that it will withstand the design hydrostatic pressure. C. Manufacturer to inspect installation on site and provide a certificate of proper installation to the Owner and Contractor. The cost of this inspection shall be provided for in the purchase price of the gate. PART 3 EXECUTION 3.01 EXAMINATION A. Verify door assembly and door frame is rigid and free from all defects, warps, and buckles before installation. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions and approved shop drawings, by qualified craftsmen. Lasation,fientation, and quantities as indicated on Drawings. V 3c Olud equired related items necessary for a complete installation. JD. 1%upp�t 1'w:d anchor as indicated on drawings. FAIRBIC(dN A. C3�atframe shall be Flat within 1/8" in any 6' length. Any variations from true shall not affect t water -tightness of the gate. N B. Finished product shall be rigid, neat in appearance and free from defects, warps, and buckles. C. Apply manufacturer's standard paint system in a color selected by the Owner. Paint shall be shop applied. Provide Owner with paint color samples for approval prior to fabrication. 3.04 ADJUSTING A. Adjust hardware for smooth operation. 3.05 CLEANING A. Remove protective material from factory finished surfaces. B. Remove labels and visible markings. C. Wash surfaces by method recommended and acceptable to sealant and door manufacturer; rinse and wipe surfaces clean. D. Remove excess sealant by moderate use of mineral spirits or other solvent acceptable to sealant manufacturer. SIDE HINGED LIP SEAL FLOOD GATE 13120-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa E. Touch up any blemishes, nicks, or wear on paint incurred during production, shipping or installation. END OF SECTION SIDE HINGED LIP SEAL FLOOD GATE 13120-5 N O_ A n W <-, _ rn = m v n Zn SIDE HINGED LIP SEAL FLOOD GATE 13120-5 HR Green, Inc. Project No. 10100241 SECTION 15050 Rocky Shore Stormwater Pump Station Iowa City, Iowa BASIC MECHANICAL REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Basic Mechanical Requirements specifically applicable to Divisions 15, in addition to General and Supplementary Conditions and General Requirements. B. The general provisions of this section apply to the other Divisions 15 where applicable. C. The work shall include the furnishings of systems, equipment and materials specified in this Division and as called for on the Mechanical Drawings, to include: supervision, operation, methods and labor for the fabrication, installation, startup and tests for the complete mechanical installation. D. Drawings for the work are diagrammatic, intended to convey the scope of the work and to indicate the general arrangement and locations of the work. Because of the scale of the Drawings, certain basic items such as pipe fittings, access panels, and sleeves may not be shown. Where such items are required for proper installation of the Work, such items shall be included. E. Equipment specification may not deal individually with minute items required such as components, parts, controls and devices which may be required to produce the equipment performance specified or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not speEfically called for. F. Where noted on the Drawings or where called for in other sections of the specification, the Contractor for this division shall install equipment furnished by others, and shall make required service connections. Contractor shall verify with the supplier of the equipment the requirements for the installation. G. Contractor to field verify the exact size and service of existing systems before making final connections. 1.02 REFERENCES H A. Imposed Stan dards/Regulations 1. Applicable provisions of the following codes and standards are hereby imposed on a general basis for the mechanical work (in addition to specific applications specified by individual work sections of these specifications and in addition to applicable local and state codes. a. ANSI Pressure Piping Standards (B31 -Series). b. ASHRAE Safety Code for Mechanical Refrigeration (ANSI B9.1) AWWA Standards. c. ASME Boiler and Pressure Vessel Code and State Boiler Code. c d. ASME Scheme for the Identification of Piping Systems (ANSI/ASAMAl 3.IEZ e. American Gas Association. _Wn v .may f. AWS Standards for Welding. n� � g. National Electric Code. "C7)v r h. NFPA Standards and Pamphlets. —�r— i. Local and/or State Plumbing, Mechanical and Building codes. rn n' T j. Uniform Plumbing Code. 7'C -3z co k. International Mechanical Code. D t I. International Building Code. 2. Every installation shall comply with applicable sections of every other specification. Changes required to conform shall be made without increase in contract price, after approval by Engineer in writing. If changes are required to obtain above approvals, Contractor shall submit them to Engineer for approval, after which revised data shall be BASIC MECHANICAL REQUIREMENTS 15050-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa submitted and written approval obtained. Changes shall be made without increase in contract price. 3. Installations must be entirely safe in every respect, and must not create any condition of any kind which will be harmful to any occupant of building, to operating personnel, to installation personnel, to testing personnel, to workmen, and to public; Contractor for each installation shall be solely responsible for providing installations which will meet these conditions. If Contractor or Manufacturer believes that installation will not be safe for all parties, they shall so report in writing to the Engineer before any equipment is purchased or work is installed, giving exact recommendations. 4. Manufacturer of each type of equipment used by itself or as a part of any system shall carefully check capacities, arrangements, and methods shown or specified (including space requirements, servicing requirements, ambient air temperatures, etc.) for installation of their equipment, and all connections to other system or to parts of same system to assure that when used, connected, interconnected, piped, wired, or controlled as specified, it can be properly serviced. If the manufacturer has any reservations in this regard, they shall state the reservations and/or suggested changes in a separate letter addressed to the Engineer and shall include this letter as a part of the shop drawing submission. 5. If Contractor fails to call such reservations or suggestions to Engineer's attention, in writing, before any work is done or equipment is purchased, it will be assumed that they accept responsibility for providing a completely safe and completely coordinated installation. If at a later date changes become necessary to assure a completely safe and cn coordinated installation, they shall be made, as approved by Engineer, without increase in cor Uact price. d B. %rrr"d Tests W -t MW -Contractor shall obtain and pay for all fees, permits and licenses required by Work, J Zi ss otherwise noted in the detailed contractual description preceding these mechanical r• ifications. W. applications required for the procuring of new utility services to the building (gas, water, LL p er, or steam) shall be properly filed by the Contractor with the utility company. 90bmit a record copy (for Owner's records) of mechanical work notices, permits, licenses, inspection or test reports, and similar items obtained in response to governing and imposed regulations and standards. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. 1.04 PROJECT/SITE CONDITIONS A. Inspect site prior to bidding to be thoroughly familiar with existing conditions. B. Work to be installed as shown on Drawings, unless prevented by actual project conditions. C. Prepare and submit drawings with bid proposal showing proposed rearrangement of work, if required, to meet actual project conditions, including changes to work specified in other Sections. Approval by Engineer required before proceeding. No extras can be allowed on -- Work required by discrepancies in actual project conditions after contract for work has been awarded. 1.05, WARRANTY A. See Section 01780 - Closeout Submittals, for additional warranty requirements. B. Alt materials and equipment shall be fully guaranteed by the Contractor to be free from defects and to be new equipment; no second-hand, used, or salvaged equipment will be allowed. C. Full warranty against defects in materials and workmanship for one year after final acceptance by Owner, including all parts, labor, and expenses. BASIC MECHANICAL REQUIREMENTS 15050-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa PART 2 PRODUCTS 2.01 PRODUCT AND PERFORMANCE QUALITY A. All materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product, and where more than one unit is required of the item, all shall be of the same manufacturer. B. The Engineer reserves the right to refuse approval on equipment which does not meet the specification in their opinion, or on equipment for which no local experience of satisfactory service is available. The Engineer further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. C. Any materials not conforming to the specification will be ordered removed any time during the course of construction, and the Contractor shall replace such items, when notified, at their own expense. D. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. E. It will be the Contractor's responsibility to examine fully the drawings and specifications, to take the required measurements, to verify dimensions and to fit Work into the schedule of other Contractors, and to progress the contract as expeditiously as possible, so that the progress of the work is orderly and does not occasion excessive cutting and patching of this new structure. F. This Contractor shall be pecuniarily responsible for the cutting and patching of the structure occasioned by failure to install sleeves, grilles or other items required by the mechanical work at the proper time for the normal installation of such items. G. All ductwork shall be measured on the job prior to fabrication. Piping rough -in dimensions and locations shall be verified with the Owner or supplier of equipment furnished by othe;Lprior to the time of roughing -in. _o 2.02 SUBSTITUTIONS oC-) A. See Section 01600 —Material and Equipment for product requirements and t;ktudw 7n procedures. Cl) _ It B. Proposals as submitted shall be based on the products specifically named ip4Lmspgcificat� C. If specific products of more than one manufacturer are specified, the choi ese4hall bwi^ made optional with the Contractor. CEO, I a D. All products are subject to review by the Engineer both before and after incorpQra4i& the —" project. E, E. Should suppliers of materials not specified wish to bid their material as a base bid equal, they shall submit specific product data for each proposed substitution and secure the written approval of the Engineer that their product is acceptable as an equal to that specified at least ten (10) days in advance of the bid date to have their products covered in an Addendum prior to opening of bids. The burden of proof of equivalence is on the proposer. 2.03 RECORD DRAWINGS A. See Section 01780 - Closeout Submittals for additional project record drawing requirements. B. Contractor shall prepare and submit to Engineer a drawing showing the exact location of all concealed, above ground and underground piping and ductwork. Drawing shall give accurate location dimensions and sizes of all such piping, ductwork, and equipment for future use by the Owner. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that areas are ready to accept Work. BASIC MECHANICAL REQUIREMENTS 15050-3 HR Green, Inc. Project No. 10100241 3.02 PROTECTION Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Special care shall be taken for the protection of equipment furnished by this Contractor. Equipment and material shall be completely protected from weather elements, painting, plaster, etc. until the project is completed. Damage from rust, paint, scratches, etc. shall be repaired as required to restore equipment to original condition. B. Protection of equipment during the plastering and painting of the building shall be the responsibility of the Contractor performing that work, but this shall not relieve this Contractor of the responsibility of checking to assure that adequate protection is being provided. C. Where the installation or connection of equipment requires this Contractor to work in areas previously finished by other Contractors, this Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. This Contractor shall arrange with the other Contractors for repairing and refinishing of such areas which may be damaged. D. When heavy materials must be placed upon or transported over the roof deck, sheeting shall be placed to distribute weight and support such materials. Any damage shall be immediately corrected at no cost to the owner. 3.03 ACTIVE SERVICES A. Existing active utility services: water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. If active services are encountered which require relocation, make request to utility or municipality with jurisdiction for determination of procedures. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the Utility or Municipality having jurisdiction. B. Temporary shutdowns shall be coordinated with the Owner to minimize the interruptions to the Qwner's normal business activities. 3.04 COOFPINATi9N A.%InMiiaheical Contractor shall coordinate Work with all other trades prior to installation. edges are extremely tight and shall require careful cooperation. L Nvpip,91 hall be run over the top of any electrical panels or electrical equipment. C Fpe datt3=r ination of quantities of material and equipment required shall be made by the Contraetoofrom the drawings. Schedules on the drawings and in the specifications are pas an aid to the Contractor but where discrepancies arise, the greater number shall .o D. Lghere t rhe specifications state that equipment shall be "furnished", "installed", or "provided", it shall be understood to mean this Contractor shall furnish and install completely unless it is specifically stated that the equipment is to be furnished and/or installed by others. 3.05 OPENING, CUTTING, AND PATCHING A. This Contractor shall provide cutting and patching and patch painting in the existing structure as required for the installation of Work, and shall furnish lintels and supports as required for openings. Cutting of structural support members will not be permitted without prior approval of the Engineer. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. B. This Contractor shall furnish to the General Contractor the accurate locations and sizes for required openings, but this shall not relieve this Contractor of the responsibility of checking to assure that proper size openings are provided. When additional patching is required due to this Contractor's failure to inspect this work, then this Contractor shall make arrangements for the patching required to properly close the openings, to include patch painting, and this Contractor shall pay any additional cost incurred in this respect. BASIC MECHANICAL REQUIREMENTS 15050-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa C. When cutting and patching of the structure is made necessary due to this Contractor's failure to install piping, ducts, sleeves or equipment on schedule, or due to this Contractor's failure to furnish, on schedule, the information required for the leaving of openings, then it shall be this Contractor's responsibility to make arrangements for this cutting and patching and this Contractor shall pay any additional cost incurred in the correction. 3.06 WIRING FOR MECHANICAL EQUIPMENT A. Division 16 Contractor will provide power services for motors and equipment furnished by this Contractor to include safety disconnect switches and final connections. B. This Contractor will be responsible for internal wiring, alarm wiring, control wiring or interlock wiring for equipment furnished by him to include temperature control wiring. C. Division 16 Contractor will furnish motor starters for motors furnished by this Contractor, except where other Sections call for starters to be furnished by them. D. This Contractor shall furnish to the Division 16 Contractor shop drawings and a schedule for all motors and other mechanical equipment furnished by him which require electrical services. The schedule shall include the exact locations for rough -ins, electrical loads, size, and electrical characteristics for all services required. E. Where motors or equipment furnished by this Contractor require larger services or services of different electrical characteristics than those called for on the Electrical Drawings, due to this Contractor furnishing substitute equipment, then additional cost in this respect shall be paid for by this Contractor. F. This Contractor shall review the Electrical Drawings and shall call to the attention of the Engineer, prior to bidding, omissions of electrical services required for equipment, and shall verify extent of Electrical Contractor's work. 3.07 EQUIPMENT INSTALLATION A. Erect equipment in neat and workmanlike manner, align, level and adjust for satisfactory operation, install so that connecting and disconnecting of piping and accessories can be made readily and so that all parts are easily accessible and removable for inspection, operation and maintenance. 3.08 NOISE AND VIBRATION CJ A. Mechanical equipment shall operate without objectionable noise or vibration as detertry'ned by the Engineer. If such objectionable noise or vibration should be produced and transmitted to - occupied portions of the building by apparatus, piping, ducts or other parts for -06 mda�nicku work, make necessary changes and additions, as approved, without extra coJk the,*mer1 3.09 PAINTING AND IDENTIFICATION A. Painting F � t 1. Paint in accordance with Section 09900 - Paints and Coatings. B. Identification Crri ' 1. Identify valves and dampers with stamped metal tags. Information onto jesludeo system information, valve number and other pertinent coding marks th9coordiin—ate with the drawings, ducts or schedules. cn 2. Provide Owner with a schedule listing valve and damper number and their location. 3. Identify piping systems on both sides of wall, floor and ceiling penetrations, and pipe shafts with color coded markers identifying pipe contents and direction of flow. Markers shall be affixed to pipes at valves used by operators (hose stations, etc.) near connections of pumps and equipment and at intervals not exceeding 20 feet. 4. Proposed markers and samples shall be submitted to Engineer for approval. 5. Color coding and labeling shall match existing or in accordance with the latest edition of ANSI/ASME A13.1. BASIC MECHANICAL REQUIREMENTS 15050-5 HR Green, Inc. Project No. 10100241 3.10 TEST AND DEMONSTRATION Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Systems shall be tested and placed in proper working order prior to demonstrating systems to Owner. B. Prior to acceptance of the mechanical installation, the Contractor shall demonstrate to the Owner or their designated representatives all essential features and functions of all systems installed, and shall instruct the Owner in the proper operation and maintenance of such systems. C. Contractor shall furnish the necessary trained personnel to perform the demonstrations and instructions and shall arrange to have the manufacturer's representatives for the system present to assist with the demonstrations. The Owner and Contractor shall each sign a certification stating that the training has been performed and the Owner accepts same. 3.11 SITE A. The site shall be kept orderly and reasonably clean at all times during construction. At the conclusion of the construction, the site shall be cleaned thoroughly of all rubble, debris, and unusual materials. B. All tunnels, chases, and closed -off spaces shall be cleaned of all waste materials, wood framing, and other construction materials. L in UJ rn The storing of all materials during construction shall be as directed by the Owner in areas designated for that purpose. END OF SECTION BASIC MECHANICAL REQUIREMENTS 15050-6 HR Green, Inc. Project No. 10100241 SECTION 15762 Rocky Shore Stormwater Pump Station Iowa City, Iowa TERMINAL HEAT TRANSFER UNITS PART GENERAL 1.01 SECTION INCLUDES A. Electric unit heaters. 1.02 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide typical catalog of information including arrangements. C. Manufacturer's Instructions: Indicate installation instructions and recommendations. D. Operation and Maintenance Data: Include manufacturers descriptive literature, operating instructions, installation instructions, maintenance and repair data, and parts listings. E. Warranty: Submit manufacturer's warranty and ensure forms have been completed in Owner's name and registered with manufacturer. 1.03 QUALITY ASSURANCE A. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. o 1.04 WARRANTY p A. See Section 01780 -Closeout Submittals, for additional warranty requiremos2 PART 2 PRODUCTS n -C — J r 2.01 ELECTRIC UNIT HEATERS =ir�- M A. Manufacturers: W _ 1. Chromalox; www.chromalox.com.� ao 2. INDEECO (Industrial Engineering and Equipment Company) : www.keeco am. 3. Markel Products Company: www.markel-products.com. Cn 4. Marley Engineered Products: www.marleymep.com. 5. Trane Inc: www.trane.com. 6. Engineer approved equivalent. B. Assembly: UL listed and labelled assembly with terminal box and cover, and built-in controls. C. Heating Elements: Enclosed copper tube, aluminum finned element of coiled nickel -chrome resistance wire centered in tubes and embedded in refractory material. D. Cabinet: Heavy gauge powder coated steel with integral, adjustable air outlet grille. E. Fan: Direct drive propeller type, statically and dynamically balanced, with fan guard. F. Motor: Permanently lubricated, sleeve bearings for horizontal models, ball bearings for vertical models. G. Control: Thermostat heat selector switch, factory wired, with switches built-in behind cover. Provide thermal overload. H. Disconnect Switch: Factory mount disconnect switch. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Unit Heaters: Hang from building structure. Mount as high as possible to maintain greatest headroom unless otherwise indicated. TERMINAL HEAT TRANSFER UNITS 15762-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 3.02 SCHEDULES A. Units shall be as scheduled on the drawings. END OF SECTION e_ M m Czo (U TERMINAL HEAT TRANSFER UNITS 15762-2 HR Green, Inc. Project No. 10100241 SECTION 15820 DUCT ACCESSORIES PART GENERAL 1.01 SECTION INCLUDES A. Automatic control dampers. B. Damper operators. 1.02 REFERENCE STANDARDS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. NFPA 90A -Standard for the Installation of Air -Conditioning and Ventilating Systems; National Fire Protection Association ; 2009. B. SMACNA (DCS) - HVAC Duct Construction Standards - Metal and Flexible; Sheet Metal and Air Conditioning Contractors' National Association ; 2005. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide for shop fabricated assemblies including automatic control dampers and damper operators. Include electrical characteristics and connection requirements. 1.04 QUALITY ASSURANCE A. Products Requiring Electrical Connection: Listed and classified by Underwriters Labd9 tories Inc. as suitable for the purpose specified and indicated. o w 1.05 DELIVERY, STORAGE, AND HANDLING D� � 'n 3. Louvers & Dampers, Inc.: www.louvers-dampers.com.�4r A. Protect dampers from damage to operating linkages and blades. n J Nailor Industries Inc.: www.nailor.com. PART PRODUCTS �r� rn 2.01 AUTOMATIC CONTROL DAMPERS o � s A. Manufacturers: � � C32 Mr 0 1. Cesco Products: wwwcescoproducts.com. ar 2. Greenheck: www.greenheck.com. 3. Louvers & Dampers, Inc.: www.louvers-dampers.com.�4r v LU 4. Nailor Industries Inc.: www.nailor.com. 4v 5. Pottorff: www.porttorff.com. 6. Ruskin Company: www.ruskin.com. 7. Engineer approved equivalent. < J o C-3 B. Performance: Test in accordance with AMCA 500-D. — o H C. Frames: Extruded aluminum, welded, minimum 12 gage. D. Blades: Extruded aluminum, opposed blade, maximum blade size 6 inches wide, 48 inches long, minimum 22 gage, attached to minimum 1/2 inch shafts with set screws. E. Blade Seals: Synthetic elastomeric mechanically attached, field replaceable. F. Jamb Seals: Spring stainless steel. G. Shaft Bearings: Oil impregnated sintered bronze. H. Linkage Bearings: Oil impregnated sintered bronze. I. Leakage: AMCA - Class 1 A. Leakage less than 3 cfnVsq.ft. based 1 inch w.g. and an approach velocity of 2000 fpm. 2.02 DAMPER OPERATORS A. General: Provide smooth proportional control with sufficient power for air velocities 20 percent greater than maximum design velocity and to provide tight seal against maximum system pressures. Provide spring return for two position control and for fail safe operation. DUCT ACCESSORIES 15820-1 N HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 1. Provide sufficient number of operators to achieve unrestricted movement throughout damper range. B. Electric Operators: 1. Spring return, adjustable stroke motor having oil immersed gear train, with auxiliary end switch, where indicated. PART 3 EXECUTION 3.01 INSTALLATION A. Install accessories in accordance with manufacturer's instructions, NFPA 90A, and follow SMACNA HVAC Duct Construction Standards - Metal and Flexible. END OF SECTION C= Q 4+ J n r� m rn Q - Cr CD xCD UX W J ►� v LL o CJ -Q-9 0 o - N DUCT ACCESSORIES 15820-2 HR Green, Inc. Project No. 10100241 SECTION 15835 Rocky Shore Stormwater Pump Station Iowa City, Iowa POWER VENTILATORS 15835-1 POWER VENTILATORS PART GENERAL 1.01 SECTION INCLUDES A. Roof exhausters. o 1.02 REFERENCE STANDARDS Cn C) "Tl A. AMCA 99 - Standards Handbook; Air Movement and Control Association Inte�Tf 8 naonC.; r1994 (Reapproved 2008). 0 � B. AMCA 210 - Laboratory Methods of Testing Fans for Aerodynamic PerformanCL<�Tqtin!Air rn Movement and Control Association International, Inc.; 2007 (ANSI/AMCA 210"e a& ANSI/ASHRAE 51). g q F C. AMCA (DIR) - [Directory of] Products Licensed Under AMCA International Certified RatMbs Program; Air Movement and Control Association International, Inc., http://www.amca.org/licenses/search.aspx. D. AMCA 300 - Reverberant Room Method for Sound Testing of Fans; Air Movement and Control Association International, Inc., 2005. E. AMCA 301 - Methods for Calculating Fan Sound Ratings from Laboratory Test Data; Air Movement and Control Association International, Inc.; 2006. F. UL 705 - Power Ventilators; Underwriters Laboratories Inc.; 2006. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on fans and accessories including fan curves with specified operating point clearly plotted, power, RPM, sound power levels at rated capacity, and electrical characteristics and connection requirements. C. Maintenance Data: Include instructions for lubrication, motor and drive replacement, spare parts list, and wiring diagrams. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the type of products specified in this section, with minimum three years of experience. 1.05 WARRANTY A. See Section 01780 - Closeout Submittals, for additional warranty requirements. B. Full warranty against defects in materials and workmanship for two years after Substantial Completion, including all parts, labor, and expenses. PART PRODUCTS 2.01 MANUFACTURERS A. Greenheck: www.greenheck.com. B. Loren Cook Company: www.lorencook.com. C. PennBarry: www.pennbarry.com. D. Engineer Approved Equivalent. POWER VENTILATORS 15835-1 HR Green, Inc. Project No. 10100241 2.02 POWER VENTILATORS -GENERAL Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Performance Ratings: Determined in accordance with AMCA 210 and bearing the AMCA Certified Rating Seal. B. Sound Ratings: AMCA 301, tested to AMCA 300, and bearing AMCA Certified Sound Rating Seal. C. Fabrication: Conform to AMCA 99. D. UL Compliance: UL listed and labeled, designed, manufactured, and tested in accordance with UL 705. E. Electrical Components: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 2.03 ROOF EXHAUSTERS A. Fan Unit: V -belt or direct driven as indicated, with spun aluminum housing; resilient mounted motor; 112 inch (13 mm) mesh, 0.62 inch (1.6 mm) thick aluminum wire birdscreen, square base to suit roof curb with continuous curb gaskets. B. Roof Curb: 12 inch (400 mm) high self -Flashing of aluminum with continuously welded seams, factory installed nailer strip. C. Disconnect Switch: Factory wired, non -fusible, in housing for thermal overload protected motor. D. Motorized Damper: Motorized, low leakage, aluminum multiple blade construction, felt edged with offset hinge pin, nylon bearings, blades linked. Refer to Section 15820 for damper performance requirements. E. Sheaves: Cast iron or steel, dynamically balanced, bored to fit shafts and keyed; variable and adjustable pitch motor sheave selected so required rpm is obtained with sheaves set at mid-position; fan shaft with self -aligning pre -lubricated ball bearings. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Secure roof exhausters with cadmium plated steel lag screws to roof curb. C. Provide sheaves required for final air balance. 3.02 SCHEDULES A. Units shall be as scheduled on the drawings. END OF SECTION POWER VENTILATORS 15835-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS N O PART GENERAL G 1.01 SECTION INCLUDES Dn n A. Basic Electrical Requirements specifically applicable to Division 16. n -c — r =tn � B. The general provisions of this Section apply to the other Division 16 sections.- p, m ME C. The work shall include the furnishing of systems, equipment and materials sp f@Rd iris Q Division and as called for on the Drawings, to include: supervision, operation,5-;ethodsand labor for the fabrication, installation, startup and tests for the complete electrical instalgtjon. D. Drawings for the Work are diagrammatic, intended to convey the scope of the Work and to indicate the general arrangement and locations of the Work. Because of the scale of the Drawings, certain basic items such as connectors, fittings, access panels, pullboxes, etc. are not necessarily shown. Where such items are required for proper installation of the Work, such items shall be included. E. Equipment specifications may not deal individually with minute items required such as components, parts, controls and devices which may be required to produce the equipment performance specified or as required to meet the equipment warranties. Where such items are required, they shall be included by the supplier of the equipment, whether or not specifically called for. F. Where noted on the Drawings or where called for in other sections of the Specifications the Contractor shall install equipment under this Contract and shall make required electrical connections. Contractor shall verify with the supplier of the equipment the requirements for the installation. 1.02 WORK BY OTHERS A. The Owner may award contracts which will run concurrent to the Work. 1. See notes on plans for extent of Division 16 participation. 1.03 OWNER FURNISHED PRODUCTS A. Products furnished to the site and paid for by Owner shall be as noted on Drawings. 1.04 CONTINUITY OF SERVICE A. Coordinate Work to accommodate Owner's occupancy requirements during the construction period. Refer to Section 01100 -Summary for additional requirements. 1.05 ACTIVE SERVICES A. Existing active services: water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. If active services are encountered which require relocation, make request to authorities having jurisdiction for determination of procedures. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the Utility or Municipality having jurisdiction. 1.06 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Submittal data for electrical equipment shall consist of shop drawings and/or catalog cuts showing technical data necessary to evaluate the material or equipment, to include power requirements (wattage, voltage, amperage, power factor, etc.) dimensions, wiring diagrams, BASIC ELECTRICAL MATERIALS AND METHODS 16050-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa performance curves, ratings, (electrical, environmental, etc.), control sequences and other descriptive data necessary to describe fully the item proposed and its operating characteristics. Shop drawings shall be submitted for equipment and materials as directed in individual sections. C. Proposed Products List: Include Products specified in all Sections. `i"D. Submit shop drawings and product data grouped to include complete submittals of related systems, products, and accessories in a single submittal. 4E. Mark dimensions and values in units to match those specified. MF. The Engineer will review shop drawings to aid in interpreting the Contract Documents, and will in so doing assume that the shop drawings conform to all specified requirements set forth in the Contract Documents. The review of the shop drawing by the Engineer does not relieve the Contractor of the responsibility of complying with all elements of the Contract Documents. 1.07 REGULATORY REQUIREMENTS A. Imposed Standards/Regulations: 1. General: Applicable provisions of the following codes and standards are hereby imposed on a general basis for the electrical work in addition to specific applications specified by individual work sections of the Specifications. a. Underwriters Laboratories (UL). b. NFPA 70: National Electrical Code (NEC). c. NFPA Standards and Pamphlets. d. Local and State Electrical, Mechanical and Building Codes as they apply. e. American Gas Association (AGA). f. AWS Standards for Welding. 2. Every installation shall also comply with applicable Divisions and Sections of this ._Specification. If changes are required to attain compliance, the Contractor shall submit the proposed changes to the Engineer for review and approval. If approval for the change is obtained, revised submittal data shall be provided for review. 3. Installations must be safe in every respect, and must not create any condition which will be r7 harmful to building occupants, operating personnel, installation personnel, testing lu') perWnnel, construction workers, and general public. If Contractor believes that the p i9adVation will not be safe for all parties, the Contractor shall so report in writing to the = Eeer, stating the issues and conditions and possible remedies, before any equipment itJVAhased or installed. J A#tWanufacturer of each type of equipment, used by itself or as a part of any system, she arefully check capacities, arrangements, and methods shown or specified (including w requirements, servicing requirements, ambient air temperatures, etc.) for installation o equipment, and all connections to other system or to parts of same system to assure o thatwhen used, connected, interconnected, piped, wired, or controlled as specified, the N equipment can be properly serviced. If the manufacturer has any reservations in this regard, the manufacturer shall state such reservations and any suggested changes to the Engineer as a part of the shop drawing submission. 5. Engineer will work out required changes and adjustments in Contract Prices where such adjustments are warranted. No adjustments in Contract Price will be allowed for additions required by applicable code, ordinance, statute, utility regulation, or labor regulation. Itis the obligation of the Contractor to include such items in the original Bid. Changes in equipment shall be incorporated in shop drawings. If Contractor fails to call such reservations or suggestions to Engineer's attention, in writing, before any work is done or equipment is purchased, it will be assumed that the Contractor accepts responsibility for providing a completely safe and completely coordinated installation. If at a later date changes become necessary to assure a completely safe and coordinated installation, they shall be made, as approved by Engineer, without increase in Contract Price. BASIC ELECTRICAL MATERIALS AND METHODS 16050-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Permits and Tests, Electrical Work: Unless otherwise noted in the detailed contractual description preceding these technical specifications, the Contractor shall secure all permits and pay all fees required in connection with this installation and shall be responsible for securing such inspections as are required by the authorities with jurisdiction over the site. Submit a record copy to the Owner and the Engineer of electrical work notices, permits, licenses, inspection or test reports, and similar items obtained in response to governing and imposed regulations and standards. 1.08 PROJECT CONDITIONS A. Inspect site prior to bidding to be thoroughly familiar with existing conditions. B. Install Work in locations shown on Drawings, unless prevented by Project conditions. C. Prepare drawings showing proposed rearrangement of Work to meet Project conditions, including changes to Work specified in other Sections. Obtain permission of Engineer before proceeding. D. All Contractors shall familiarize themselves with the site and with any conditions of the site and/or existing buildings which might present unusual aspects to the work involved. Contractor shall verify all aspects of electrical work, insofar as is possible, check routes of conduit indicated, verifying clearances and other obstacles which might influence the construction proposed. No extras can be allowed on work occasioned by the Contractor's failure to make this inspection. c 1.09 SEQUENCING AND SCHEDULING sc-1 e A. Install work to accommodate Owner's occupancy requirements during cone�u�ion�eriodapd coordinate electrical schedule and operations with Owner. yn v r B. Construct Work in sequence under provisions of Division 1 - General Re oen$�end Sections as applicable. 0 �M co C. Completion of Electrical Work shall be coordinated with other trades and ntractt'* to expedite completion of the Project. ON D. The Contractor shall coordinate the placing of openings in the structures as required for the installation of the Electrical Work. E. It will be the Contractor's responsibility to examine the Drawings and Specifications, to take measurements where required, to verify dimensions for correct placement of equipment and to progress the Contract as expeditiously as possible, so that the progress of the work is orderly and does not cause unnecessary cutting and patching of the structure. The Contractor shall be pecuniarily responsible for the cutting and patching of the structure occasioned by failure to install sleeves, grilles or other items required by the Electrical Work at the proper time fbr the normal installation of such items. F. The Contractor shall provide cutting and patching and patch painting of the sta-Lcture, as required for the installation of the Work, and shall furnish lintels and supports as i HR Green, Inc. Project No. 10100241 1.10 OPENINGS, CUTTING, AND PATCHING Rocky Shore Stormwater Pump Station Iowa City, Iowa A. The Contractor shall coordinate the placing of openings in structures, as required, for the installation of the Electrical Work. B. The Contractor shall coordinate the accurate locations and sizes for required openings, and shall have the responsibility of checking to assure that proper size openings are provided. When additional patching is required due to the Contractor's failure to inspect the work, then the Contractor shall make arrangements for the patching required to properly close the openings, to include patch painting, and the Contractor shall pay any additional cost incurred in this respect. C. When cutting and patching of the structure is made necessary due to the Contractor's failure to install conduit wiring or equipment on schedule, or due to the Contractor's failure to furnish, on schedule, the information required for the leaving of openings, then it shall be the Contractor's responsibility to make arrangements for the cutting and patching and the Contractor shall pay any additional cost incurred in the correction. D. The Contractor shall provide cutting, patching and patch painting as required for the installation of Work in existing structures, and shall furnish lintels and supports as required for openings. E. Cutting of structural support members will not be permitted without prior approval of the Engineer. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. 1.11 FUTURE WORK A. Provide for future work as noted on plans. 1.12 ALLOWANCES A. Cash Allowance: Refer to other Sections and Plans for allowance sum applicable to Work (if any). B. Allowance includes purchase, delivery and installation and is to be included as part of the Contract Price. 1.13 ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at the Owner's option. Accepted Alternates will be identified in Owner -Contractor Agreement. B. Q prdinattee related work and modify surrounding work as required. CDP. S%e f Alternates: W ZZ; ans, other Divisions and Bid Form for alternates. 1.14, CONCREI"ORK Lt.A. 5e �ractor shall coordinate size and location of concrete bases and pads for electrical �ui with the required trades, equipment suppliers and with the Utility. B. De Contractor shall furnish equipment anchor bolts and shall be responsible for their proper `?fstallation and accurate location. 1.15 WIRING FOR ELECTRICAL EQUIPMENT A. The Contractor will provide power services for motors and equipment furnished by the Mechanical Contractor to include safety disconnect switches and final connections. B. The Contractor will be responsible for power wiring, internal wiring, alarm wiring, control wiring or interlock wiring of all equipment installed or modified under this Contract. BASIC ELECTRICAL MATERIALS AND METHODS 16050-4 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa C. The Contractor shall review the Drawings and shall call to the attention of the Engineer, prior to bidding, omissions of electrical services required for this equipment. 1.16 PROTECTION A. Special care shall be taken for the protection of equipment furnished by the Contractor. Equipment and material shall be completely protected from weather elements, painting, plaster, etc. until the Project is completed. Damage from rust, paint, scratches, etc. shall be repaired as required to restore equipment to original condition. B. Protection of equipment during the plastering and painting of the building shall be the responsibility of the Contractor performing that work, but this shall not relieve the Contractor of the responsibility of checking to assure that adequate protection is being provided. C. Where the installation or connection of equipment requires the Contractor to work in areas previously finished, the Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. The Contractor shall repair and refinish such areas which were damaged due to work performed by the ConMctor. 0 D. When heavy materials must be placed upon or transported over the roof deck, Beeting-.3hall be placed to distribute weight and support such materials. Dc� o C111 'nm 1.17 FINISHING C.) —C A. Prior to acceptance of the installation and final payment of the Contract, the C9 tor shall perform the work outlined herein. ^^ B. Perform cleaning required by Division 1 applicable to this Division of the Wor%aanft shalt include removing debris and dirt from panels, pull boxes, junction boxes, and er enalosures. cn C. Operation and Maintenance Manuals: Prepare and submit Operation and Maintenance manuals as described in Division 1 and related sections in Division 16. 1.18 TEST AND DEMONSTRATIONS A. Systems shall be tested and placed in proper working order prior to demonstrating systems to Owner. B. Prior to acceptance of the electrical installation, the Contractor shall demonstrate to the Owner or designated representatives all essential features and functions of all systems installed, and shall instruct the Owner in the proper operation and maintenance of such systems. C. Contractor shall furnish the necessary trained personnel to perform the demonstrations and instructions and shall arrange to have the manufacturer's representatives for the system present to assist with the demonstrations. The Owner and Contractor shall each sign a Certification stating that the training has been performed and the Owner accepts same. 1.19 PAINTING AND IDENTIFICATION A. Painting of electrical enclosures (switch/outlet boxes, starters, disconnects, control cabinets and panelboards) shall be touch-up only of factory finish or finish specified elsewhere. B. Conduit and raceway systems shall be unpainted unless specifically noted. If painting of conduit and raceway systems is required, coat with paint type and color to match background mounting surface. C. Identify panels, switchgear, starters, switches, valves and dampers with engraved nameplates. D. Provide typed panel and switchboard schedules. E. Provide plastic "Buried Electrical' warning tape in trench above all underground circuit runs. Place approximately 18 inches below finished grade. BASIC ELECTRICAL MATERIALS AND METHODS 16050-5 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 1.20 PRODUCT QUALITY, PERFORMANCE, AND SUBSTITUTIONS A. All materials shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product, and where more than one unit is required of the item, all shall be of the same manufacturer. B. Proposals as submitted shall be based on the products specifically named in the specifications. C. If specific products of more than one manufacturer are specified, the choice of these shall be made optional with the Contractor. D. All materials are subject to approval by the Engineer both before and after incorporation in the building. E. Should suppliers of materials not specified wish to bid their material as a base bid equal, they shall secure the written approval of the Engineer that their product is acceptable as an equal to that specified at least ten (10) days in advance of the bid date to have their products covered in an Addendum prior to opening of bids. F. The Engineer reserves the right to refuse approval on equipment which does not meet the .specification. Any materials not conforming to the specification may be ordered removed any j time during the course of construction, and the Contractor shall replace such items, when `notified, at the Contractor's expense. The Engineer further reserves the right to reject equipment ;for which the availability of maintenance service and replacement parts is questionable. G. All materials and equipment shall be new. Second-hand, used, or salvaged equipment will not be allowed unless specifically noted. H. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. I. The Engineer reserves the right to determine space priority of the equipment in the event of interference between the piping and equipment of the various installations. Conflicts between the Drawings and Specifications, or between requirements set forth for the various trades shall be called to the attention of the Engineer. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required and that the Contractor has submitted the bid in &rformance with Contract Documents as issued. 1 1�1 EXOMA o, TRENCHING AND BACKFILLING o= _ UJA. iie tractor shall do excavating necessary for underground electrical ducts, wiring, man conduit, etc., and shall backfill such trenches and excavations after equipment has 49eerr oaalled and tested. Care shall betaken in excavating, that walls and footings and Sjaden[,{oad bearing soils are not disturbed, except where lines must cross under a wall otiliw§'Where a line must pass under footing, the crossing shall be made by the smallest assibleench to accommodate the pipe. B. `excavation shall be kept free from water by pumping if necessary. No greater length of trench shall be left open, in advance of pipe and utility laying, than necessary. C. Immediately after testing and/or inspection, the trench shall be carefully backfilled. Place backfill into trench so the impact on installed pipe is minimized. Backfill and compact to specifications described in Division 2 for utility trenching. 1.22 COORDINATION A. Where the Contract Documents state that equipment shall be "furnished", "installed", or "provided", it shall be understood to mean the Contractor shall furnish and install completely unless otherwise noted. BASIC ELECTRICAL MATERIALS AND METHODS 16050-6 HR Green, Inc. Project No. 10100241 1.23 EXISTING SERVICE Rocky Shore Stormwater Pump Station Iowa City, Iowa A. If existing services are encountered in the Work, protect, brace, and support existing active sewers, gas, electric, or other services where required for the proper execution of the Work. If existing active services are encountered that require relocation, make request to proper authorities for determination of procedure. Do not prevent or disturb operation of active services that are to remain. 1.24 TEMPORARY SHUTDOWNS OR ABANDONED SERVICES A. Where the Work makes temporary shutdowns or need to abandon unavoidable, Contractor shall consult with the Owner as to times and procedures for such shutdowns. Where existing services are to be abandoned, wiring shall be removed and conduit shall be properly capped in conformance with requirements of the Utility. 1.25 SITE A. The site shall be kept orderly and clean at all times during the construction and the storing of materials shall be in accordance with the requirements of the Owner in areas designated for that purpose. At the conclusion of the construction, the site shall be cleaned thoroughly of all rubble, debris and unused materials and shall be left in good order. All tunnels, chases or closed off spaces shall be cleaned of all waste materials, wood frame members, etc. used in construction. 1.26 NOISE AND VIBRATION A. Electrical equipment shall operate without objectionable noise or vibration as determined by the Engineer. If such objectionable noise or vibration should be produced and transmitted to occupied portions of the building by apparatus, conduit, ducts or other parts of the electrical work, the Contractor shall make necessary changes and additions, as approved by the Engineer. 1.27 EQUIPMENT INSTALLATION A. Erect equipment in neat and workmanlike manner, align, level and adjust for satisfactory operation, install so that connecting and disconnecting parts can be made readily and so that all parts are easily accessible for inspection, operation and maintenance. 1.28 APPLICATIONS A. Where applications are required for the procuring of utility service to the building, the Contractor shall see that such application is properly filed with the Utility and that all information required for such an application is presented to the extent and in the form required by the Utility Company. 1.29 RECORD UTILITIES DRAWINGS A. Contractor shall prepare and submit to Engineer drawings showing the exact location of all installed underground electrical and conduit runs and any existing underground utilities encountered during installation. The drawings shall give accurate locations (rerence3to visible above -grade objects) and dimensions of all such equipment for future U96.2 thFpwnM These drawings shall be submitted to the Engineer as soon as practicable afteFGh rARs hav been installed. PART 2 PRODUCTS -NOT USED:Cm a. m PART 3 EXECUTION - NOT USED Eim m Q END OF SECTION rn BASIC ELECTRICAL MATERIALS AND METHODS 16050-7 HR Green, Inc. Project No. 10100241 SECTION 16055 Rocky Shore Stormwater Pump Station Iowa City, Iowa OVERCURRENT PROTECTIVE DEVICE COORDINATION PART 1GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes computer-based, fault -current and overcurrent protective device coordination studies. Protective devices shall be set based on results of the protective device coordination study. 1. Coordination of series -rated devices is permitted where indicated on Drawings. 2. Calculation of incident energy and arc flash boundary for each location in the power system. 1.03 SUBMITTALS A. Product Data: For computer software program to be used for studies. B. Product Certificates: For coordination -study and fault -current -study computer software programs, certifying compliance with IEEE 399. For Arc Flash Study computer software programs certifying compliance with IEEE 1584. C. Qualification Data: For coordination -study specialist including professional engineering license number. D. Other Action Submittals: The following submittals shall be made after the approval process for system protective devices has been completed. 1. Coordination -study input data, including completed computer program input data sheets. 2. Study and Equipment Evaluation Reports. 3. Coordination -Study Report. 4. Arc Flash Study Report including all equipment labels. 1.04 QUALITY ASSURANCE �V G A. Studies shall use computer programs that are distributed nationally and are in wide use. Software algorithms shall comply with requirements of standards and guides specified in this Section. Manual or spreadsheet calculations are not acceptable. 91 C. Coordination -Study Specialist Qualifications: An entity experienced in the application of computer software used for studies, having performed successful studies of similar magnitude on electrical distribution systems using similar devices. 1. Professional engineer, licensed in the state where Project is located, shall be resegnsible for the study. All elements of the study shall be performed under the dirt sup( ision and control of engineer. gn v rn Comply with IEEE 242 for short-circuit currents and coordination time intervals .moi h •r D. Comply with IEEE 399 for general study procedures. E. Comply with IEEE 1584, Guide for Performing Arc Flash Hazard PART 2 PRODUCTS 2.01 COMPUTER SOFTWARE DEVELOPERS r A. Available Computer Software Developers: Subject to compliance with requirements, companies offering computer software programs that may be used in the Work include, but are OVERCURRENT PROTECTIVE DEVICE COORDINATION 16055-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa not limited to, the following: B. Basis -of -Design Product: Subject to compliance with requirements, provide SKM Systems Analysis, Inc. CAPTOR and PTW Arc Flash or comparable products by one of the following: 1. CGI CYME. 2. EDSA Micro Corporation. 3. ESA Inc. 4. Operation Technology, Inc. 2.02 COMPUTER SOFTWARE PROGRAM REQUIREMENTS A. Comply with IEEE 399 and IEEE 1584. B. Analytical features of fault -current -study computer software program shall include "mandatory," "very desirable," and "desirable" features as listed in IEEE 399. C. Computer software program shall be capable of plotting and diagramming time -current -characteristic curves as part of its output. Computer software program shall report device settings and ratings of all overcurrent protective devices and shall demonstrate selective coordination by computer-generated, time -current coordination plots. 1. Optional Features: a. Arcing faults. D. Computer software shall be capable of calculating arc flash incident energy and arc flash boundary for each location in the power system in compliance with IEEE 1584, NFPA 70E, and OSHA, standards. 1. System shall generate arc flash labels in accordance with NFPA 70E and OSHA standards. PART 3 E),%1CUTION LLr. llkamo+� oject overcurrent protective device submittals for compliance with electrical J distribug&; system coordination requirements and other conditions affecting performance. ed with coordination study only after relevant equipment submittals have been W s bled. Overcurrent protective devices that have not been submitted and approved ILLp �1 o coordination study may not be used in study. B. Mield ve%all required information including: ". Feeder sizes and lengths. 2. Existing overcurrent protective device manufacturer, model and options. 3.02 POWER SYSTEM DATA A. Gather and tabulate the following input data to support coordination study: 1. Product Data for overcurrent protective devices specified in other Division 16 Sections and involved in overcurrent protective device coordination studies. Use equipment designation tags that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings. 2. Impedance of utility service entrance. 3. Eldacal Distribution System Diagram: In hard -copy and electronic -copy formats, sh6vAng the following: a.-4`Qircuit-breaker and fuse -current ratings and types. b. Relays and associated power and current transformer ratings and ratios. c. Transformer kilovolt amperes, primary and secondary voltages, connection type, impedance, and X/R ratios. ` d. Generator kilovolt amperes, size, voltage, and source impedance. e. Cables: Indicate conduit material, sizes of conductors, conductor material, insulation, and length. OVERCURRENT PROTECTIVE DEVICE COORDINATION 16055-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa f. Busway ampacity and impedance. g. Motor horsepower and code letter designation according to NEMA MG 1. 4. Data sheets to supplement electrical distribution system diagram, cross-referenced with tag numbers on diagram, showing the following: a. Special load considerations, including starting inrush currents and frequent starting and stopping. b. Transformer characteristics, including primary protective device, magnetic inrush current, and overload capability. c. Motor full -load current, locked rotor current, service factor, starting time, type of start, and thermal -damage curve. d. Generator thermal -damage curve. e. Ratings, types, and settings of utility company's overcurrent protective devices. f. Special overcurrent protective device settings or types stipulated by utility company. g. Time -current -characteristic curves of devices indicated to be coordinated. h. Manufacturer, frame size, interrupting rating in amperes rms symmetrical, ampere or current sensor rating, long-time adjustment range, short -time adjustment range, and instantaneous adjustment range for circuit breakers. I. Manufacturer and type, ampere -tap adjustment range, time -delay adjustment range, instantaneous attachment adjustment range, and current transformer ratio for overcurrent relays. j. Panelboards, switchboards, motor -control center ampacity, and interrupting rating in amperes rms symmetrical. 3.03 FAULT -CURRENT STUDY A. Calculate the maximum available short-circuit current in amperes rms symmetrical at circuit -breaker positions of the electrical power distribution system. The calculation shall be for a current immediately after initiation and for a three-phase bolted short circuit at each of the following: 1. Switchgear and switchboard bus. 2. Motor -control center. 3. Distribution panelboard. 4. Branch circuit panelboard. B. Study electrical distribution system from normal and alternate power sources throughout electrical distribution system for Project. Include studies of system -switching configurations and alternate operations that could result in maximum fault conditions. C. Calculate momentary and interrupting duties on the basis of maximum available fault ctfrrenti,(,p D. Calculations to verify interrupting ratings of overcurrent protective devices shall comply with IEEE 241 and IEEE 242. 1. Transformers: a. ANSI C57.12.10. DIts� b. ANSI C57.12.22. c. ANSI C57.12.40.n� C-2 d. IEEE C57.12.00. r► e. IEEE C57.96. -<r- 2. Low -Voltage Circuit Breakers: IEEE 1015 and IEEE C37.20.1. oM i m 3. Low -Voltage Fuses: IEEE C37.46.co a E. Study Report: 1. Show calculated X/R ratios and equipment interrupting rating (1/2 -cycle) fault Drents on electrical distribution system diagram. F. Equipment Evaluation Report: 1. For 600-V overcurrent protective devices, ensure that interrupting ratings are equal to or higher than calculated 1/2 -cycle symmetrical fault current. OVERCURRENT PROTECTIVE DEVICE COORDINATION 16055-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 2. For devices and equipment rated for asymmetrical fault current, apply multiplication factors listed in the standards to 1/2 -cycle symmetrical fault current. 3. Verify adequacy of phase conductors at maximum three-phase bolted fault currents; verify adequacy of equipment grounding conductors and grounding electrode conductors at maximum ground -fault currents. Ensure that short-circuit withstand ratings are equal to or higher than calculated 1/2 -cycle symmetrical fault current. 3.04 COORDINATION STUDY A. Perform coordination study using approved computer software program. Prepare a written report using results of fault -current study. Comply with IEEE 399. 1. Calculate the maximum and minimum 1/2 -cycle short-circuit currents. 2. Calculate the maximum and minimum interrupting duty (5 cycles to 2 seconds) short-circuit currents. 3. Calculate the maximum and minimum ground -fault currents. B. Comply with IEEE 241 and IEEE 242 recommendations for fault currents and time intervals. C. Transformer Primary Overcurrent Protective Devices: 1. Device shall not operate in response to the following: a. Inrush current when first energized. b. Self -cooled, full -load current or forced -air-cooled, full -load current, whichever is specified for that transformer. c. Permissible transformer overloads according to IEEE C57.96 if required by unusual loading or emergency conditions. 2. Device settings shall protect transformers according to IEEE C57.12.00, for fault currents. D. Conductor Protection: Protect cables against damage from fault currents according to ICEA P-32-382, ICEA P-45-482, and conductor melting curves in IEEE 242. Demonstrate that equipment withstands the maximum short-circuit current for a time equivalent to the tripping time of the primary relay protection or total clearing time of the fuse. To determine temperatures that damage insulation, use curves from cable manufacturers or from listed standards indicating conductor size and short-circuit current. E. Coordination -Study Report: Prepare a written report indicating the following results of C.Wrdination study: 07 Taht1(ar Format of Settings Selected for Overcurrent Protective Devices: o0 r3Device tag. _ Ipighelay-current transformer ratios; and tap, time -dial, and instantaneous -pickup values. (� 'a J>fZircuit-breaker sensor rating; and long-time, short -time, and instantaneous settings. J 4,3t use -current rating and type. s>—t$round-fault relay -pickup and time -delay settings. c CSination Curves: Prepared to determine settings of overcurrent protective devices to L-LaS@ye selective coordination. Graphically illustrate that adequate time separation exists o betMen devices installed in series, including power utility company's upstream devices. Prepare separate sets of curves for the switching schemes and for emergency periods where the power source is local generation. Show the following information: a. Device tag. b. Voltage and current ratio for curves. c. Three-phase and single-phase damage points for each transformer. d. No damage, melting, and clearing curves for fuses. e. Cable damage curves. f. Transformer inrush points. g. Maximum fault -current cutoff point. F. Completed data sheets for setting of overcurrent protective devices. OVERCURRENT PROTECTIVE DEVICE COORDINATION 16055-4 HR Green, Inc. Project No. 10100241 3.05 ARC FAULT STUDY Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Perform Arc Flash Study using approved computer software program Comply with IEEE 1584. 1. Calculate incident energy. 2. Calculate arc flash boundary. B. Arc Flash Study Calculation Points shall include: 1. Generator. 2. Generator circuit breaker. 3. Transfer switch. 4. Switchboards. 5. Distribution panelboards. 6. Branch circuit panelboards. 7. Motor control equipment. 8. Equipment disconnects. 9. UPS systems. C. Arc Flash Study Report: Prepare a written report indicating the: 1. Device tag. 2. Incident energy. 3. Arc flash boundary. 4. Clothing requirement. 5. Label in accordance with NFPA 70E. 3.06 Implementation A. Adjust all overcurrent devices as recommended in the approved coordination study. B. Affix arc fault labels in accordance with NFPA 70E. END OF SECTION OVERCURRENT PROTECTIVE DEVICE COORDINATION 16055-5 0 n" Co ON OVERCURRENT PROTECTIVE DEVICE COORDINATION 16055-5 HR Green, Inc. Project No. 10100241 SECTION 16060 Rocky Shore Stormwater Pump Station Iowa City, Iowa GROUNDING AND BONDING PART GENERAL 1.01 SECTION INCLUDES A. Wire, components, and miscellaneous equipment in supplying and installing electrical grounding systems. B. Provide all components necessary to complete the grounding system(s) consisting oY.-+ 1. Metal frame of the building. ra 2. Ground rings. 3. Rod electrodes. =GL 1.02 REFERENCE STANDARDS A. NETA STD ATS -Acceptance Testing Specifications for Electrical Power Distribution Equipment, and Svstems: International Electrical Testino Association: 2007. B. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.03 PERFORMANCE REQUIREMENTS O A. Grounding System Resistance: 5 ohms. Dn � 1.04 SUBMITTALS n A. B. C. D. E. �n See Section 01300 -Administrative Requirements for submittals procedures.- rn Product Data Provide data for round in electrodes and connections o� o , c.� O rn C-) a Z r m g g� m Test Reports: Indicate overall resistance to ground. D t m Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Quality Assurance. Include instructions for storage, handling, protection, examination, preparation, and installation of product. Project Record Documents: Record actual locations of components and grounding electrodes. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum ten years documented experience. C. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.06 DELIVERY, STORAGE, AND HANDLING A. Material and components shall be inspected for damage and physical defects. B. Material and components shall be stored in accordance with manufacturer's recommendations. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. GROUNDING AND BONDING 16060-1 HR Green, Inc. Project No. 10100241 PART PRODUCTS 2.01 MANUFACTURERS A. Thomas & Betts. B. Erico. C. Cooper Power Systems, Rocky Shore Stormwater Pump Station Iowa City, Iowa D. Framatome Connectors International. E. Qineer approved equivalent. 240ZELE69111090t L'. ` = �o U. R6drodes: Copper -clad steel. J ter: 5/8 inch (16 mm). .� P- [;%�: 10 feet (3000 mm) unless otherwise specified in these specifications or on the qqW LUmWngs for specific applications. 2.03 CONDUCTQ'BS/WIRE A. 901aterial: Copper. B. Grounding electrode conductors and bonding jumpers: 1. Sizes #8 AWG and smaller: Bare solid conductor. 2. Sizes #6 AWG and larger: Bare stranded conductor. C. Equipment grounding conductors: 1. Stranded, insulated. D. Size conductors as indicated on the Drawings. If no size is indicated, size conductors to meet NFPA 70 requirements. 2.04 CONNECTORS AND ACCESSORIES A. Compression Crimp Connectors: Copper. B. Compression "Hammerlock" Connectors: Copper. C. Mechanical Connectors: Bronze. D. Exothermic Connectors: Exothermic charges and molds as required for various configurations. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions prior to beginning work. B. Verify final length and location of ground conductors. C. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.02 INSTALLATION A. Install Products in accordance with manufacturer's instructions. B. Refer to grounding details on Drawings. C. Install ground electrodes at locations indicated. Install additional rod electrodes as required to achieve specified resistance to ground. D. For each site lighting pole or foundation, provide a ground rod installed and bonded to the pole as detailed on the Drawings. GROUNDING AND BONDING 16060-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa E. Install a #6 grounding conductor from the grounding electrode system to each telephone board. F. Provide grounding electrode conductor and connect to reinforcing steel in foundation footing where indicated. Bond steel together. G. Provide bonding to meet requirements described in Quality Assurance. H. Equipment Grounding Conductor: Provide an equipment grounding conductor with each feeder and branch circuit regardless of raceway type. Terminate each end on suitable lug, bus, or bushing. I. Concealed connections such as those underground or buried inside inaccessible wall or ceiling spaces shall be compression crimp or exothermic type. Mechanical connections shall be for exposed or readily accessible connections only. 3.03 FIELD QUALITY CONTROL A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. END OF SECTION GROUNDING AND BONDING 16060-3 N O C-1D� t �• .<m 3 m o� g� CO D r GROUNDING AND BONDING 16060-3 HR Green, Inc. Project No. 10100241 SECTION 16070 Rocky Shore Stormwater Pump Station Iowa City, Iowa HANGERS AND SUPPORTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. B. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's catalog data for fastening systems. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.04 DESCRIPTION A. Description: Channel, fittings, and anchors used to support various electrical devices and equipment racks. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for, the purpose, , j specified and indicated. :.<;;- - 6JJ --+v 1.06 DELIVERY, STORAGE, AND HANDLING Zj-< — A. Materials and components shall be inspected for damage and physical defectsyL B _ 1] B. Materials and components shall be stored in accordance with manufacturer's recommendations. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. PART2 PRODUCTS 2.01 MANUFACTURERS 0 A. Superstrut. B. Unistrut. ny r C. B -Line. D. Engineer approved equivalent.:{m a f" n D�CO r v HANGERS AND SUPPORTS 16070-1 HR Green, Inc. Project No. 10100241 2.02 MATERIALS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Hangers and Supports - Construction of size and type adequate to carry the loads of equipment and conduit, including weight of wire in conduit. 1. Indoor, dry locations - Hot -dipped galvanized after fabrication, cadmium plated steel all -thread rod. 2. Outdoor or wet locations - 304 stainless steel. B. Anchors and Fasteners: 1. Shall be stainless steel. 2. Obtain permission from Engineer before using powder -actuated anchors. 3. Concrete Structural Elements: Use precast inserts or expansion anchors. 4. Steel Structural Elements: Use beam clamps or steel spring clips. 5. Concrete Surfaces: Use self -drilling anchors or expansion anchors. 6. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle bolts or hollow wall fasteners. 7. Solid Masonry Walls: Use expansion anchors or preset inserts. 8. Sheet Metal: Use sheet metal screws. 9. Wood Elements: Use wood screws. C. Formed Steel Channel: 1. General: 12 gauge, 1-5/8" steel channel. 2. Materials and Finishes: a. 304 stainless steel where used to mount or support NEMA 4X boxes or enclosures outdoors. b. Hot -dipped galvanized steel in all other locations unless otherwise noted. PART 3 EXECUTION 3.01 EXAMINATION A. Kgrify wall, ceiling, and rafters are suitable to accept channel and anchors. Q B. &rift' a hannels, fasteners, anchors and miscellaneous are suitable for the application. i.1.J INSTAL I N LJ A. Asteducts in accordance with manufacturer's instructions. B. 3st lgers and supports as required to adequately and securely support electrical system (L bm 9 ts, in a neat and workmanlike manner, as specified in NECA 1. C. 3o not-esten supports to pipes, ducts, mechanical equipment, or conduit. N D. Obtain permission from Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel or steel channel of approved type. Rigidly weld support members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use spring lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. In wet and damp locations use aluminum or stainless steel channel supports to stand cabinets and panelboards 1/4" off wall. 3.03 FIELD QUALITY ASSURANCE A. Verify all supports are securely anchored and fastened. B. Verify all supports are level and square. L4111SX010=6liffil.l HANGERS AND SUPPORTS 16070-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa SECTION 16123 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART GENERAL 1.01 SECTION INCLUDES A. Wire and cable for 600 volts and less. B. Wiring connectors and connections. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors Association, 2006. B. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.03 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide for each cable assembly type. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Perform Work in accordance with NECA Standard of Installation. C. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience and with sery Af cilities wit(iin 100 miles (160 km) of Project. D. Products: Furnish products listed and classified by Underwriters LaboratorieOac; assUitable' for the purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site. B. Accept wires and cables on site. Inspect for damage. C. Protect wires and cables from corrosion and entrance of debris by storing above grafi Provide appropriate covering. 1.06 WARRANTY vm D� C-3 A. Full warranty against defects in materials and workmanship for two (2) yearEE26A ccmmletictr-- and formal acceptance by the City Council, including all parts, labor, and exp!. m PART PRODUCTS zMCO Q 2.01 MANUFACTURER D F A. Belden. B. Cablec. C. Carroll. J LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 16123-1 HR Green, Inc. Project No. 10100241 D. Triangle. E. Southwire. F. Houston Wire and Cable. G. Engineer approved equivalent. 2.02 WIRING REQUIREMENTS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. All conductors/circuits shall be copper conductor. Use of aluminum conductors shall not be allowed unless specifically noted. B. All circuits shall be installed as building wire, control wire, or signal cable in raceway unless specifically noted or indicated on the Drawings. C. Use conductor not smaller than #12 AWG for power and lighting circuits. D. Use conductor not smaller than #14 AWG for control circuits. 2.03 BUILDING WIRE A. Description: Single conductor insulated wire. B. Conductor: Stranded Copper. C. Insulation Voltage Rating: 600 volts. D. Insulation: NFPA 70. E. All insulated conductors shall be Type THHN, THWN/THWN-2, OR XHHW/XHHW-2. F. Alleire routed through underground raceway shall be listed for wet location. 2.04SON I�KUL APJl SIGNAL CABLE C*le ijF6crete Control Signals: SIIPArP_conductor, #14AWG stranded copper, type THWN insulation. �B. gznkfaZle for Analog Control Signals: LL w gDfrk4ark SC1: One twisted shielded pair #18 AWG, 300V, above grade, dry locations. p �j�Belden 8760 or equal. PIE I I Mark SC2: One twisted shielded pair #18 AWG, 300V, below grade, wet locations. N a .� Belden 88760 or equal. C. Ethernet Cable: Category 5e compliant. 1. Plan Mark EC1: Above grade, dry locations -Belden 1533R or equal. 2. Plan Mark EC2: Below grade, wet locations - Mohawk M57562 or equal. D. Modbus Cable: 1. Plan Mark Modbus: Below grade, wet locations — Belden 9369 or equal. 2.05 CORDS A. Oil -resistant thermoset insulated multi -conductor flexible cord with identified equipment grounding conductor, suitable for extra -hard usage in damp locations. 2.06 TELEPHONE CABLE A. Use Ethernet Cable as specified and per application as described in 2.04, c. above. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that interior of building has been protected from weather. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 16123-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Verify that mechanical work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. 3.02 PREPARATION A. Verify conduit systems are ready to accept cables. B. Completely and thoroughly swab raceway before installing wire. 3.03 INSTALLATION A. Install wire and cable securely, in a neat and workmanlike manner, as specified in NECA 1. B. For power circuit feeds, colors shall be assigned to each phase conductor as described herein and shall be carried throughout the distribution system. 1. 3 -Wire System: White (Neutral), Black (Line One), Red (Line Two). 2. 240/120 System: White (Neutral), Black (Phase A), Orange (Phase B, High Leg), Blue (Phase C). 3. 480/277 System: Light Grey (Neutral), Brown (Phase A), Orange (Phase B), Yellow (Phase C). C. Other colors may be used on a circuit phase where the circuit is divided with more than one switch control. White or grey shall be used for the neutral conductor only. Grounding conductors shall have a green color. No other conductors shall be allowed in green except grounds. Conductor insulation shall be colored in sizes up through #8 AWG. Conductors #6 AWG and larger shall be permitted to have black insulation but shall be phase color coded with 1/2 inch band of colored tape at all junctions and terminations. D. All interconnecting circuit wires or cables (power and control) shall be tagged with an appropriate numbering system that assigns a unique identification to the wire or cable that is compatible with the tagging system of the connected equipment. Tags shall be applied at all junctions and terminations of each wire or cable. Wire Tagging System: Self -Laminating Vinyl as manufactured by Brady, or equivalent. E. Install a waterproof sealant (such as silicone rubber) in conduits connected to control valves, instrumentation, and other electrical power and control devices mounted directly to water piping. Inject sealant near end of flexible conduit connected to device. Install sealant after all, power and control conductors have been installed and operation of equipment has been verified. F. Conductors shall be terminated on screw or compression lug terminals. Conductor runs shall.., not be spliced between points of termination unless specified or approved by the Engineer. N G. Route wire and cable as required to meet project conditions. .. 1. Wire and cable routing indicated is approximate unless dimensioned.�t—; w 3 1, 2. Where wire and cable destination is indicated and routing is not shown, determi*exacT' routing and lengths required. 3. Include wire and cable of lengths required to install connected devices within 104.63000 mm) mm) of location shown. c H. Pull all conductors into raceway at same time. "en rn —i c-> I. Use suitable wire pulling lubricant for building wire #4 AWG and larger. S2 G —. J. Protect exposed cable from damage. ;tm a. m K. Use suitable cable fittings and connectors. oA = Q ao L. Neatly train and lace wiring inside boxes, equipment, and panelboards. D F v M. Clean conductor surfaces before installing lugs and connectors. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 16123-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa N. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. O. Terminate spare conductors with electrical tape and label as such. P. Use copper crimp connectors for copper conductor splices and taps, #8 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. Q. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. R. Identify each conductor with its circuit number or other designation indicated. 3.04 FIELD QUALITY CONTROL A. Perform field inspection in accordance with Section 01400. B. All feeder cables from Utility transformer to transfer switch and from generator to transfer switch shall be Meggered to verify the insulation was not damaged during installation. END OF SECTION LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 16123-4 N �O W .cC LLJ Ji' J � t tE3 c v3 <., o o N H !'+ W o 0 ra rn!s 1 f" `o O O � a f� LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 16123-4 HR Green, Inc. Project No. 10100241 SECTION 16131 CONDUIT PART 1 GENERAL 1.01 SECTION INCLUDES A. Metal Conduit B. Liquidtight Flexible Metal Conduit. C. Nonmetallic Conduit. D. Conduit, fittings and conduit bodies. E. PVC Coated Metal Conduit. 1.02 RELATED REQUIREMENTS A. Section 16138 - Boxes. 1.03 REFERENCE STANDARDS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. ANSI C80.1 - American National Standard for Electrical Rigid Steel Conduit (ERSC), 2005. B. ANSI C80.5 - American National Standard for Electrical Rigid Aluminum Conduit (ERAC); 2005. C. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. D. NECA 101 - Standard for Installing Steel Conduit (Rigid, IMC, EMT); National Electrical Contractors Association; 2006. E. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable, National Electrical Manufacturers Association; 2007. F. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit, National Electrical Manufacturers Association; 2003. G. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing; National Electrical Manufacturers Association; 2004. H. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit, National Electrical Manufacturers Association; 2005. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.04 SUBMITTALS A. See Section 01300 -Administrative Requirements for submittals procedures. B. Product Data: Provide for metallic conduit, nonmetallic conduit, fittings, and conduit bodies. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum ten years experience. C. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and shown. 1.06 DELIVERY, STORAGE, AND HANDLING A. Accept conduit on site. Inspect for damage. CONDUIT 16131 -1 N m O C7 D �" O rri c) T •1 c �'< J rn , M g� = CO D t J A. ANSI C80.1 - American National Standard for Electrical Rigid Steel Conduit (ERSC), 2005. B. ANSI C80.5 - American National Standard for Electrical Rigid Aluminum Conduit (ERAC); 2005. C. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. D. NECA 101 - Standard for Installing Steel Conduit (Rigid, IMC, EMT); National Electrical Contractors Association; 2006. E. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable, National Electrical Manufacturers Association; 2007. F. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit, National Electrical Manufacturers Association; 2003. G. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing; National Electrical Manufacturers Association; 2004. H. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit, National Electrical Manufacturers Association; 2005. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.04 SUBMITTALS A. See Section 01300 -Administrative Requirements for submittals procedures. B. Product Data: Provide for metallic conduit, nonmetallic conduit, fittings, and conduit bodies. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum ten years experience. C. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and shown. 1.06 DELIVERY, STORAGE, AND HANDLING A. Accept conduit on site. Inspect for damage. CONDUIT 16131 -1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. C. Protect PVC conduit from sunlight. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. PART PRODUCTS 2.01 CONDUIT REQUIREMENTS A. Conduit Size: Comply with NFPA 70. 1. Minimum Size: 3/4 inch (19 mm) unless otherwise specified. B. Conduit Location/Type Requirements: 1. Refer to Drawings for specified types of conduit systems used in the various areas/environments for the project. 2.02 METAL CONDUIT A. Manufacturers: 1. Allied Tube & Conduit: www.alliedtube.com. 2. Beck Manufacturing, Inc: www.beckmfg.com. 3. Wheatland Tube Company: www.wheatland.com. 4. Vaw of America. 5. Triangle PWC Inc. 6. Anamet Inc. 7. Engineer approved equivalent. B. R%d Steel Conduit: ANSI C80.1. C. R8id Aluj!�Mum Conduit: ANSI C80.5. =G=y fsttin Conduit Bodies: NEMA FB 1; material to match conduit. 2J PVC CO METAL CONDUIT ' �"�A. n rers: LL Ml Tube & Conduit: www.alliedtube.com. et Inc. �. CeMinteed Corp. `�. Thomas & Betts Corporation: www.tnb.com. 5. Robroy Industries: www.robroy.com. 6. Substitutions: See Section 01600 - Product Requirements. B. Description: NEMA RN 1; rigid steel conduit with external PVC coating, 40 mil (0.1 mm) thick. C. Fittings and Conduit Bodies: NEMA FB 1, steel fittings with external PVC coating to match conduit. 2.04 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Carol Cable. 3. Electri-Flex Company: www.electriflex.com. 4. International Metal Hose: www.metalhose.com. 5. Raco Inc. 6. Substitutions: See Section 01600 - Product Requirements. B. Description: Interlocked aluminum construction with PVC jacket. CONDUIT 16131-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 0 C. Fittings: NEMA FB 1. o o -n 2.05 NONMETALLIC CONDUIT D::; A. Manufacturers: qui Z (� 1. AFC Cable Systems, Inc: www.afcweb.com. Wit— m 2. Carlon. orn z 3. Electri-Flex Company: www.electriflex.com. m Q 4. Endot Ind. D F 5. International Metal Hose: www.metalhose.com. 6. Champion Fiberglass, Inc. 7. FRE Composites. 8. Engineer approved equivalent. B. Rigid Plastic Conduit: 1. Description: NEMA TC 2; Schedule 80 PVC, listed for direct burial. 2. Fittings and Conduit Bodies: NEMA TC 3. 3. Underground installations of PVC conduit shall use standard wall fiberglass elbows unless noted otherwise. PVC elbows not permitted. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surface is ready for conduit installation. B. Examine conduit to verify that it is free from damage. C. Examine conduit to verify it is free of foreign objects. D. Verify that field measurements are as shown on drawings. E. Verify routing and termination locations of conduit prior to rough -in. F. Conduit routing is shown on drawings in approximate locations unless dimensioned. Route as required to complete wiring system. 3.02 INSTALLATION N A. Install conduit systems/types in locations indicated on Drawings. :y CO r�1 B. Install conduit securely, in a neat and workmanlike manner, as specified in N C. Install steel conduit as specified in NECA 101.�4C.;1 D. Install nonmetallic conduit in accordance with manufacturer's instructions. V: v cS E. Arrange supports to prevent misalignment during wiring installation. C-1 F. Route exposed conduit parallel and perpendicular to walls. o G. For conduit embedded in structural concrete floors/walls/slabs, maintain minimum spacing of three (3) diameters, center -to -center. Place inform and reinforcing steelwork per ACI recommendations. H. Maintain adequate clearance between conduit and piping. I. Maintain 12 inch (300 mm) clearance between conduit and surfaces with temperatures exceeding 104 degrees F (40 degrees C). J. Cut conduit square using saw or pipe cutter; de -burr cut ends. K. Bring conduit to shoulder of fittings; fasten securely. CONDUIT 16131-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa L. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic it nduit dry and clean before joining. Apply full even coat of cement to entire area inserted in trig. Allow joint to cure for 20 minutes, minimum. .M. Use Myers conduit hubs to fasten conduit to enclosures to maintain the enclosure rating ry integrity, NEMA 4, NEMA 4X, etc. CN. Install no more than equivalent of four 90 degree bends between boxes. Use conduit bodies to make sharp changes indirection, as around beams. Use hydraulic one shot bender to fabricate bends in metal conduit larger than 2 inch (50 mm) size. O. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. P. Provide suitable fittings to accommodate expansion and deflection where conduit crosses control and expansion joints. Q. Provide suitable pull string in each empty conduit except sleeves and nipples. R. Use suitable caps to protect installed conduit against entrance of dirt and moisture. S. Refer to the Drawings for indication of conduit systems/types to be used. END OF SECTION 0co Lo Y� LU Q WO J Cal- UI— � LL U ov3 }V F— C" o R CONDUIT 16131 -4 HR Green, Inc. Project No. 10100241 SECTION 16138 BOXES PART GENERAL Rocky Shore Stormwater Pump Station Iowa City, Iowa N 1.01 SECTION INCLUDES C A. Wall and ceiling outlet boxes. �n r�+1 B. Pull and junction boxes. n'{ — r J 1.02 REFERENCE STANDARDS :<rn a m A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contractin�ion6 Q Electrical Contractors Association; 2006. D r B. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical MLgallic Tubing, and Cable; National Electrical Manufacturers Association; 2007. C. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports; National Electrical Manufacturers Association; 2003. D. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports; National Electrical Manufacturers Association; 2003. E. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); National Elegtdcal Manufacturers Association; 2003. i a F. NFPA 70 - National Electrical Code, National Fire Protection Association, 2008_ru LD 1.03 SUBMITTALS) ,�• A. See Section 01300 -Administrative Requirements, for submittal procedures. v� v 1.04 QUALITY ASSURANCE <-+ o C) r A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. B. Conform to requirements of NFPA 70. C. Products: Provide products listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Store boxes in a dry location. B. Store in such a manner that the boxes will not be damaged. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. PART PRODUCTS 2.01 MANUFACTURERS A. Steel: 1. Steel City 2. Raco 3. Dowers 4. Appleton BOXES 16138-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. PVC: 1. Carlon 2. Raco 3. Union Insulating C. Engineer approved equivalent. 2.02 MANUFACTURED UNIT(S) OR MATERIALS A. Description: Sheet metal, cast, PVC and fiberglass boxes for used as outlet, pull, and junction boxes. 2.03 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. B. Cast Metal Boxes: NEMA FB 1, Type FD aluminum. Provide gasketed cover by box manufacturer. Provide with threaded hubs. 2.04 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 6; flat -flanged, surface mounted junction box: 1. Material: Cast aluminum. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. Q CC. CAbeeoq�ft Handholes: Die molded glass fiber hand holes: Uja Entrance: Pre-cut 6 x 6 inch (150 x 150 mm) cable entrance at center bottom of MOE side. r'2. cg&Mr: Glass fiber weatherproof cover with nonskid finish. .� 9v Cover shall be marked ELECTRICAL or TELEPHONE as appropriate. a D. folfAWConcrete Handholes: 0 Provide and install polymer concrete handholes in areas subject to vehicular traffic or where noted on the Drawings. Provide with ASHTO H2O rated lids with appropriate logo label and stainless steel tamper -proof fasteners. Color: Gray. 2. Manufacturers: Hubbell Quazite or Engineer approved equivalent. PART 3 EXECUTION 3.01 EXAMINATION A. Examine prints for locations of all outlets. B. Verify rooms and walls are ready to accept boxes. C. Verify field measurements are as shown on Drawings. D. Verify locations of floor boxes and outlets in offices and work areas prior to rough -in. 3.02 INSTALLATION A. Install boxes securely, in a neat and workmanlike manner, as specified in NECA 1. B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections, and as required by NFPA 70. C. Set wall mounted boxes at elevations to accommodate mounting heights indicated. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. 1. Adjust box locations up to 10 feet (3 m) if required to accommodate intended purpose. BOXES 16138-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa E. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches (150 mm) from ceiling access panel or from removable recessed luminaire. I. Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes. J. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan. K. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. L. Use flush mounting outlet box in finished areas. M. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. N. Do not install flush mounting box back-to-back in walls; provide minimum 6 inches (150 mm) separation. Provide minimum 24 inches (600 mm) separation in acoustic rated walls. O. Install flush mounting box without damaging wall insulation or reducing its effectiveness. P. Use adjustable steel channel fasteners for hung ceiling outlet box. Q. Do not fasten boxes to ceiling support wires. R. Support boxes independently of conduit, except cast box that is connected to two rigid metal conduits both supported within 12 inches of box. S. Use gang box where more than one device is mounted together. Do not use sectional box. T. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. 1. Provide pull boxes where indicated on drawings or required to facilitate the installation of the conduit and wire. 2. Pull box construction, in general, shall be NEMA 12 unless noted otherwise on the Drawings. 3. Pull boxes shall be located in unfinished areas unless specifically permitted on thee' Drawings. 3.03 ADJUSTING 0 A. Adjust flush -mounting outlets to make front flush with finished wall material. o vw B. Install knockout closures in unused box openings. n D.:I 3.04 CLEANING _�n A. Clean interior of boxes to remove dust, debris, and other material. `�rr*I = M B. Clean exposed surfaces and restore finish. �%c Q 3.05 INTERFACE WITH OTHER PRODUCTS F J A. Coordinate installation of outlet box. B. Coordinate locations and sizes of required access doors. C. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. BOXES 16138-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa D. Coordinate mounting heights and locations of outlets mounted above counters, benches and backsplashes. E. Position outlet boxes to locate luminaires as shown on reflected ceiling plan. END OF SECTION BOXES 16138-4 LM Q w r3 W Q W O LLW~Q CM C-)3 �-+ o o N ' N O_ W C) O -Q C7;= pTf T} co zi v BOXES 16138-4 HR Green, Inc. Project No. 10100241 SECTION 16140 Rocky Shore Stormwater Pump Station Iowa City, Iowa WIRING DEVICES PART GENERAL 1.01 SECTION INCLUDES A. Wall switches. B. Receptacles. C. Device plates and decorative box covers. D. Occupancy Sensors. E. Water Sensors. 1.02 REFERENCE STANDARDS A. NEMA WD 1 - General Color Requirements for Wiring Devices, National Electrical Manufacturers Association, 1999 (R 2005). B. NEMA WD 6 -Wiring Device -- Dimensional Requirements; National Electrical Manufacturers Association; 2002. C. NFPA 70 - National Electrical Code; National Fire Protection Association, 2008. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Manufacturer's Installation Instructions: 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. A. Full warranty against defects in materials and workmanship for two (2) yf ampror M and formal acceptance by the City Council, including all parts, labor, andFgns�_s B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. i� pp 1.05 DELIVERY, STORAGE, AND HANDLING {` 1. Eagle. OD A. Store wiring devices in a dry location. 3. Hubbell. B. Store in such a manner that the wiring devices will not be damaged. D-4 5. Pass & Seymour. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) yf ampror M and formal acceptance by the City Council, including all parts, labor, andFgns�_s PART 2 PRODUCTS tic-) r r r 2.01 MANUFACTURERS Orn S 0 CO A. Wall Switches, Receptacles, Wall Plates: D� 1. Eagle. OD 2. GE Industrial. 3. Hubbell. 4. Leviton Manufacturing, Inc. 5. Pass & Seymour. WIRING DEVICES 16140-1 HR Green, Inc. Project No. 10100241 Engineer approved equivalent. 2.02 WALL SWITCHES Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Wall Switches: Heavy Duty, AC only general -use snap switch, complying with NEMA WD 6 and WD 1. 1. Body and Handle: Ivory plastic with toggle handle. 2. Ratings: a. Voltage: 120 volts, AC. b. Current: 20 amperes. 2.03 RECEPTACLES A. Receptacles: Heavy duty, complying with NEMA WD 6 and WD 1 1. Device Body: Ivory plastic. 2. Configuration: NEMA WD 6, type as specified and indicated. B. Convenience Receptacles: Type 5 - 20. 2.04 WALL PLATES A. Decorative Cover Plates: smooth stainless steel. B. Interior Surface Mounted Locations In Unfinished Areas: Stainless steel or type to coordinate with device installed and type of box (FD, etc) C. Exterior Locations: Switches and receptacles with Plan Mark WP. Weatherproof cover plate with gasketed device cover which maintains weatherproof integrity when in use. 2.05 OCCUPANCY SENSORS A. Room Control Module. 1. Digital technology room lighting control relay module. 2. Power Rating: 120/277 VAC, 50/60 Hz, 20A load capacity. 3. Connection and communication to digital peripheral devices via Cat 5e cable. Minimum of three RJ45 communication ports. 4. Watt Stopper Model LMRC-101, or Engineer approved equivalent. B. Room Occupancy Sensor. 1!n DigitWechnology, ceiling -mount. Q 265 PgLwft 24 VDC powered through RJ45 communication port from Cat 5e communication = nClAQk. W 3`= C�N�Kmrd LCD display and pushbuttons for sensor configuration. 4�. DWftassive infrared and ultrasonic room sensing technology. LL 6 \MWA Model LMDC-100, or Engineer approved equivalent. LL.B. ibll h. Dig9 technology, wall -mount, ivory color. �.' Power: 24 VDC powered through RJ45 communication port from Cat 5e communication network. 3. Single control pushbutton with LED status indicator. 4. Concealed pushbutton to access push -and -learn self -configuration capability. 5. Watt Stopper Model LMSW-101-I, or Engineer approved equivalent. 2.07 FLOOR WATER SENSOR A. Water sensing device to detect the presence of water on concrete floor. Device consists of one control module with one sensor probe and interconnecting cable. B. Control module to be located in control panel. Sensor to be mounted on floor directly below control panel. WIRING DEVICES 16140-2 HR Green, Inc. Project No. 10100241 B. Power: 8-28 VDC. C. Alarm Output: Form C relay contacts. Rocky Shore Stormwater Pump Station Iowa City, Iowa D. Winland Electronics, Inc., Water Bug WB -200, or Engineer approved equivalent. E. Contractor shall receive water sensor and deliver the control module to the Owner for installation into Owner -provided control panel. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that outlet boxes are installed at proper height. B. Verify that wall openings are neatly cut and will be completely covered by wall plates. C. Verify that branch circuit wiring installation is completed, wiring devices. 3.02 PREPARATION A. Clean debris from outlet boxes. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install devices plumb and level. C. Install switches with OFF position down. D. Install receptacles with grounding pole on bottom. N tested, and ready forannect5b to C) n v -n �m a M 00 D r m E. Connect wiring device grounding terminal to outlet box with bonding jumper. F. Install decorative plates on switch, receptacle, and blank outlets in finished areas. G. Connect wiring devices by wrapping conductor around screw terminal. Device "back wiring" shall not be acceptable. H. Use jumbo size plates for outlets installed in masonry walls. cu 3.04 INTERFACE WITH OTHER PRODUCTS 1 W A. Coordinate locations of outlet boxes provided under Section 16138 to obtain pto'rinting-heigh�s� specified. _ B. Install wall switch 48 inches (1.2 m) above finished floor unless noted otherwise, —4 C. Install convenience receptacle 18 inches (450 mm) above finished floor unless nbled eerwise D. Install dimmer 48 inches (1.2 m) above finished floor unless noted otherwise. 3.05 FIELD QUALITY CONTROL A. Inspect each wiring device for defects. B. Operate each wall switch with circuit energized and verify proper operation. C. Verify that each receptacle device is energized. D. Test each receptacle device for proper polarity. E. Test each GFCI receptacle device for proper operation. WIRING DEVICES 16140-3 HR Green, Inc. Project No. 10100241 3.06 ADJUSTING A. Adjust devices and wall plates to be flush and level. 3.07 CLEANING Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION jT1 < r ;y: '- oz Z5 co X.. Z � cm o` co Y's CAex t4io V AF- jT1 < r ;y: '- oz Z5 co X.. Z � cm WIRING DEVICES 16140-4 Q co Y's CAex t4io Ji: -.,. UF- o �3 .-. o WIRING DEVICES 16140-4 HR Green, Inc. Project No. 10100241 SECTION 16231 Rocky Shore Stormwater Pump Station Iowa City, Iowa PACKAGED ENGINE GENERATORS PART GENERAL 1.01 SCOPE A. Provide one engine generator set to be installed adjacent to Pump Station. B. All equipment provided under this Specification Section and Section 16413, Enclosed Wnsfer Switches, shall be by a single source supplier.—E2 �-+ 1.02 SECTION INCLUDESDc'> o -� Cl)m 1.03 A. Packaged engine generator set. n-< — r B. Exhaust silencer and fittings. �r m C. Fuel tank. m p� = Q 1 CO D. Control panel. A r, E. Battery and charger. m F. Weatherproof sound -attenuating enclosure. A. NECA/EGSA 404 -Recommended Practice for Installing Generator Sets, National Electrical Contractors Association; 2000. B. NEMA MG 1 - Motors and Generators, National Electrical Manufacturers Association; 2006. C. NEMA 250 -Enclosures for Electrical Equipment (1000 Volts Maximum), National Electrical Manufacturers Association, 2003. D. NFPA 30 - Flammable and Combustible Liquids Code; National Fire Protection Association; 2003. E. NFPA 70 - National Electrical Code; National Fire Protection Association; 2005. F. NFPA 110 - Standard for Emergency and Standby Power Systems, National Fire Protection Association; 2005. 1.04 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate electrical characteristics and connection requirements. Show plan and elevation views with overall and interconnection point dimensions, fuel consumption rate curves at various loads, ventilation and combustion air requirements, electrical diagrams including schematic and interconnection diagrams. C. Product Data: Provide data showing dimensions, weights, ratings, interconnection points, and internal wiring diagrams for engine, generator, control panel, battery, battery rack, battery charger, exhaust silencer, vibration isolators, day tank, and weather enclosure. D. Test Reports: Indicate results of performance testing. E. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. F. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. PACKAGED ENGINE GENERATORS 16231 -1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa G. Manufacturer's Field Reports: Indicate procedures and findings. H. Operation Data: Include instructions for normal operation. Maintenance Data: Include instructions for routine maintenance requirements, service manuals for engine and fuel tank, oil sampling and analysis for engine wear, and emergency maintenance procedures. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70 and NFPA 110. �'1. Maintain one copy of each document on site. rr B. UL 2200 listed. C. 'Manufacturer Qualifications: Company specializing in manufacturing the products specified in This section with minimum ten years documented experience with service facilities within 100 Mmiles of Project. M D. Supplier Qualifications: Authorized distributor of specified manufacturer with minimum ten years documented experience. E. Products: Furnish products listed and classified by Underwriters Laboratories as suitable for purpose specified and indicated. 1.06 DELIVERY, STORAGE, AND HANDLING A. Accept unit on site on skids. Inspect for damage. B. Protect equipment from dirt and moisture by securely wrapping in heavy plastic. 1.07 MAINTENANCE MATERIALS A. Furnish one set of any special tools required for preventative maintenance of the engine generator system. Package tools in adequately sized metal tool box. 1.08 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. B. Provide two of each fuel, oil and air filter element. 1.09 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. PAFVM Ln2.01 VAWEA W J 9 Inc. Power Generation. LL. Power Systems. 0 f> Substitutions: Not Permitted. 0 N 2.02 PACKAGED ENGINE GENERATOR SYSTEM A. Description: NFPA 110, engine generator system to provide source of power for Level 1 applications conforming to NFPA 99. B. System Capacity - Minimum: 1,250 kW, 1,562 kVA at elevation of 800 feet above sea level, standby rating using engine -mounted radiator. PACKAGED ENGINE GENERATORS 16231 -2 HR Green, Inc. Project No. 10100241 2.03 LOADING SEQUENCE Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Upon failure of normal utility power, the generator shall be required to pick up the critical electrical loads at the pump station. Attached to this section is a list of the critical electrical loads arranged in the anticipated sequence of starting. B. The loads listed in Step #1 represent the loads that are not controlled by the pump station process control system. Therefore, they could likely start simultaneously upon application of emergency power. The remainder of the loads listed in Steps #2, #3, etc., will be controlled by the pump station control system and therefore can and will be sequentially started. o C. All motors/loads are full voltage start unless noted otherwise in the load list. 10 2.04 ENGINE D-1 n n -c —. A. Type: Water-cooled inline or V -type, four stroke cycle, compression ignition Mbftl intetnal r combustion engine. ;<m a m B. Rating: Sufficient to operate at rated full load output in an ambient of 104 de@a F& elevation of 800 feet. p r C. Fuel System: No. 2 fuel oil °D D. Engine speed: 1800 rpm. E. Governor: Electronic isochronous type to maintain engine speed within 0.5 percent, steady state, and 5 percent, no load to full load, with recovery to steady state within 2 seconds following sudden load changes. F. Safety Devices: Engine shutdown on high water temperature, low oil pressure, overspeed, and engine overcrank. Limits as selected by manufacturer. G. Engine Starting: DC starting system with positive engagement, number and voltage of starter motors in accordance with manufacturer's instructions. Include remote starting control circuit, with MANUAL -OFF -REMOTE selector switch on engine -generator control panel. H. Engine Jacket Heater: Thermal circulation type water heater with integral thermostatic control, sized to maintain engine jacket water at manufacturer's recommended temperature to permit rapid starting and loading of the generator. The jacket heater shall maintain the required temperature based on the worst-case standby ambient temperature that the engine will be subjected to. Power for the jacket heater shall be from the power distribution pahelboard/load center provided with the weatherproof enclosure specified below. I. Radiator: Engine -mounted unit using glycol coolant, with blower type fan, sized to maintain safe engine temperature in ambient temperature of 104 degrees F (40 degrees C). Radiator air flow restriction 0.5 inches of water maximum. J. Engine Accessories: Fuel filter(s), lube oil filter(s), intake air filter(s), lube oil cooler, fuel i transfer pump, fuel priming pump, gear -driven water pump. Include fuel pressure gage, water temperature gage, and lube oil pressure gage on engine/generator control panel. K. Mounting: Provide unit with suitable spring -type vibration isolators and mount on structural steel base. 2.05 GENERATOR A. Generator: NEMA MG 1, three phase, four pole, reconnectable brushless synchronous generator with brushless exciter. B. Rating: 1,250 kW, 1,562 kVA, at 0.8 power factor, 480Y-277 volts, 60 Hz at 1800 rpm. C. Insulation Class: As required for specified temperature rise. PACKAGED ENGINE GENERATORS 16231-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa D. Temperature Rise: 60 degrees C Standby. E. Enclosure: NEMA MG 1, open drip proof. F. Excitation: Excitation power shall be provided from a permanent magnet generator (PMG) source mounted to the motor shaft of the generator. G. Voltage Regulation: Include generator -mounted volts per hertz exciter -regulator to match engine and generator characteristics, with voltage regulation plus or minus 1 percent from no load to full load. Include manual controls to adjust voltage droop, voltage level (plus or minus 5 percent) and voltage gain. H Frequency Regulation: 60 Hz plus or minus 3Hz from no load to full load. 2.06 ACCESSORIES A. EzhaUst;Sllencer. Critical type silencer, with muffler companion flanges and flexible stainless steel exhaust fitting, sized in accordance with engine manufacturer's instructions. B. Batteries: Heavy duty, diesel starting type lead -acid storage batteries, 170 ampere -hours minimum capacity. Match battery voltage to starting system. Include necessary cables and clamps. C. BatteryTray: Treated for electrolyte resistance, constructed to contain spillage. D. BatteryCharger: Current limiting type designed to float at 2.17 volts per cell and equalize at 2.33 volts per cell. Include overload protection, full wave rectifier, DC voltmeter and ammeter, and 120 volts AC fused input. Provide a dry contact output to indicate battery charging system fail. Locate charger inside generator weather protective enclosure where not affected by engine vibration. E. Line Circuit Breaker: 2000 A, NEMA AB 1, molded case circuit breaker on generator output with integral thermal, instantaneous magnetic, and ground fault trip in each pole. Include battery -voltage operated shunt trip, connected to open circuit breaker on engine failure. Unit -mount in enclosure to meet NEMA 250, Type 1 requirements. F. Engine -Generator Control Panel: NEMA 250, Type 1 generator mounted control panel enclosure with engine and generator controls and indicators. Include the following equipment and features: �j 1. Frequency Meter: 45-65 Hz. range. d6 2. Output Voltmeter: Digital, 2 percent accuracy, with phase selector switch. X_ 3or� C Output Ammeter: Digital, 2 percent accuracy, with phase selector switch. W � V6—Qutput voltage adjustment. 'Camp -test pushbutton. r` f— ngine Manual/Off/Remote selector switch. U , w ngine Start/Run/Stop switch. �• o Z531ngine running time meter. S—_ 9.00il pressure gage. N 10. Water temperature gage. 11. Engine running pilot light. 12. AuxiliaryRelay: 3PDT, operates when engine runs, with contact terminals prewired to terminal strip. 13. Local Alarms: Monitor and indicate the following alarm conditions via a pilot light on control panel. a. Low oil pressure. b. High engine temperature. c. Overspeed. d. Overcrank. e. High engine temperature pre -alarm. PACKAGED ENGINE GENERATORS 16231-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa f. Low oil pressure pre -alarm. g. Control switch not in Auto. h. Low battery voltage. I. Low fuel level. j. Fuel tank leak. 14. Remote Alarm Contacts: Pre -wire SPDT contacts to terminal strip for remote indication of each of the alarm conditions stated in the Local Alarms paragraph above. G. Provide a communications module in generator control panel to gather and communicate all local information (engine conditions, electrical power conditions, fuel conditions, alarms, etc., as listed above and as shown on P&ID Drawings) via MODBUS serial communications prolcol connected directly to the Pump Station Control Panel Allen-Bradley PLC. H. Provide an EMERGENCY STOP pushbutton to be remotely mounted by instal ontprtor. , f The pushbutton shall be maintained contact type with red mushroom style op_unt � pushbutton on a NEMA 4 box with lift up cover and legend plate. Pushbutton�tipn shell bEr' mounted inside Pump Station Electrical Room by installing contractor. -<r- - m m a I. Outdoor Weather -Protective Enclosure ox Z 1. A weatherproof enclosure designed to allow full load operation of the enCe gen tor system and all of its accessories shall be provided and sized for the exact unit beg installed. The enclosure shall be manufactured by Lectrus, Inc. No substitutions. 2. General a. The enclosure shall be sized to adequately house the generator, exhaust silencer, and all specified accessories, and provide a minimum of 2'-0" wide walkway space on each side and 3'-0" wide walkway space on the alternator end of the generator. The enclosure shall be of the welded and bolted design, with all fabricated steel parts conforming to ASTM 569, specification C-1018, and all structural steel conforming to ASTM A36. No external fasteners allowing corrosion to form will be allowed. All parts are to be individually prepped and primed prior to assembly. 3. Roof a. The roof shall be of the 6" to 8" tapered design for moisture runoff, with 12 gauge steel roof members and 16 gauge steel roof panels. Lifting eyes shall be supplied. The exhaust outlet(s) shall be supplied with a 3/16" steel ring, 1" above the roofline to - prevent moisture from entering the enclosure. The roof shall be 1" wider & longer than the housing. 4. Walls a. The walls shall be fabricated of 14 -gauge steel and of sufficient thickness to meet the specified sound attenuation level. The walls, roof, and doors shall be lined with fiberglass insulation matching the wall/roof/door thickness; complete with 22 gauge perforated galvanized liner installed with pop rivet construction. 5. Air Openings a. The air openings shall include combination motorized and fixed louvers sized to allow proper airflow through the enclosure during operation of the generator. The frames and blades shall be manufactured of aluminum and the fronts shall be covered with expanded aluminum screen. Motorized louvers are to include bronze oilite pivots, and Belimo #AF120.9US power open/spring close, electric actuator motors. The installer of the genset shall install a galvanized air discharge duct, with flexible section, between the engine radiator and the exhaust louver. 6. Doors a. Adequate doors shall be installed for sufficient access to the generator set and all accessories. As standard, doors shall include steel hinges with brass pins, rain -rail moldings above all door openings, recessed, keyed, chrome plated handles with positive rod locking assemblies, and fully weather-stripped. Doors shall be removable. PACKAGED ENGINE GENERATORS 16231 -5 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 7. Exhaust/Silencer a. The engine generator set supplier shall provide and ship the silencer and flex connector to the enclosure manufacturer for mounting on the inside of the enclosure. 8. Base/Fuel Tank a. A secondary containment, UL listed, skid -base fuel tank shall form the base of the enclosure and shall support the engine generator. Structural and fabricated rails shall be designed for the capacities and weights of the entire system. Asa minimum, the rails shall be of 7 -gauge formed steel, with 7 -gauge top, bottom, and baffles. Provide lugs on bottom of fuel tank for fastening of the assembly to a concrete slab foundation. Provide tank with necessary conduit stub -up area. b. The fuel capacity of the tank shall be sufficient to operate the installed generator for a minimum of 24 hours at 100% load. p rc 'Provide the fuel tank with a 2" fill with lockable cap, tank vent, rupture basin vent, c ; emergency relief vent, mechanical gauge, drain for fuel tank and rupture basin , low —�' level alarm dry contact, leak detection dry contact, and ports for fuel supply, return, & one spare connection. The dry contacts shall be rated minimum 5A at 120 VAC. M_ t The fuel fill shall be located on the NORTH side of the enclosure with the radiator end n of the enclosure facing EAST. from d. Provide one amber and one red indicating light adjacent to the fill cap visible the exterior. The amber light shall indicate 95% full and the red light shall indicate 100% c� full. e. Provide a fuel level sensing and transmitting device for remote indication of the fuel level in the tank. The instrument shall produce a 4-20 mA DC current signal output proportional to fuel level capable of driving a 600 ohm load. 9. Enclosure Accessories a. Provide a 100A, 240/120V, single-phase, three -wire, load center with 100A, 2 -pole main circuit breaker, to serve all generator and enclosure accessories. Provide a 25 WA, 480V primary, 240/120V, single-phase, three -wire secondary, transformer to serve the load center. Transformer to be wall -mounted. b. Provide fluorescent lighting fixtures, with occupancy sensor system as specified in N Setion 16140, for general illumination inside the enclosure. Lighting fixtures shall be Q Type L4 as specified in Section 16500. Q CO_ Provide two wall -mount LED exterior light fixtures. Locate one each centered on w c W b each side of the generator enclosure exterior as high as possible. Lighting fixtures j>: shall be Type L5 as specified in Section 16500. Power directly from dedicated circuit .J r CJ l'- breaker in load center. t :JP Provide three additional 20A, single -pole branch circuit breakers in load center, one L— o v shall serve luminaire L6 to be mounted on exterior of generator flood protection wall, the other two shall be spares. Provide two 20A, GFI receptacles inside enclosure. Locate at 18" above floor. H 10. Equipment Installation a. The enclosure manufacturer shall install and wire the generator set and all related distribution equipment, and all ancillary systems specified above or required for the proper operation of the total system, prior to shipment to the job -site for final installation. 11. Painting a. All seams shall be caulked with body sealer. The enclosure shall be metal prepped, primed with two coats of epoxy primer, and finished with two coats of acrylic urethane enamel paint. Color shall be selected during submittals from manufacturer's standard colors. 12. Sound Attenuation a. Sound level emissions from the enclosure shall not exceed 72 dBA, as measured at a distance of 7 meters (23 ft.) around the housing in a free field environment. b. Additional wall and insulation thickness, plus air discharge & intake hoods or sound attenuators shall be installed to meet design sound levels. PACKAGED ENGINE GENERATORS 16231 -6 HR Green, Inc. Project No. 10100241 PART 3 EXECUTION 3.01 INSTALLATION Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Install in accordance with manufacturer's instructions. B. Install securely, in a neat and workmanlike manner, as specified in NECA/EGSA 404. 3.02 FIELD QUALITY CONTROL A. Perform field inspection and testing in accordance with Section 01400 B. Provide full load test utilizing portable test bank for four hours minimum. N c 1. Record the following at 20 minute intervals during four hour test: :*n m a. Kilowatts. Dy M b. Amperes. c. Voltage.j'- d. Coolant temperature.r-- ern a m e. Frequency. f. Oil p7D = 0 pressure. > CO g. Outdoor air temperature. W. C. Test alarm and shutdown circuits by simulating conditions. w D. Provide on-site sound level measurements to verify compliance to the specification. 3.03 MANUFACTURER'S FIELD SERVICES A. Provide the services of manufacturer's representative to prepare and start system. 3.04 ADJUSTING A. Adjust generator output voltage and engine speed. 3.05 CLEANING A. Clean engine and generator surfaces. Replace oil and fuel filters. 3.06 DEMONSTRATION A. Describe loads connected to emergency system and restrictions for future load additions. B. Simulate power outage by interrupting normal source, and demonstrate that system operates to provide standby power including automatic starting cycle, operation of transfer switch to load generator, return to normal power, and automatic shutdown. cu 3.07 TRAINING ci i A. The Contractor shall provide one eight-hour day of training of the Owner's personnel. The training shall include but not be limited to startup, operation, shutdown, system'indicators, voltage selection, connection to load, maintenance, and trouble shooting. 3.08 FUEL {V A. The Contractor shall provide all fuel for generator load testing and demonstratltin testing, and shall provide refill of the fuel tank after satisfactory completion of all testing. PACKAGED ENGINE GENERATORS 16231-7 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa Loads Starting Sequence Load Load Unit Remarks � Load Stop #1 uncontrolled loads © W xo 1. Pump Station Power(Lighting, etc. 9.0 kVA 2. (Wnerator Enclosure Power 12.0 kVA 3, Station Electric Unit Heater 15.0 kW v3 4r 1 E6usjFan EF1/Damper 1 h o N Load Step #2 1. Slick Gate #1 2 h 2. Slide Gate #2 2 h 3. Stormwater Pump #1 500 hp Reduced Voltage Soft -Start controlled, FLA at motor leads: 683A Load Stop #3 1. Stormwater Pump #2 500 h p Reduced Voltage Soft -Start controlled, FLA at motor leads: 683A END OF SECTION PACKAGED ENGINE GENERATORS 16231 -8 � Q © W xo W � o v3 _ o N PACKAGED ENGINE GENERATORS 16231 -8 HR Green, Inc. Project No. 10100241 SECTION 16411 Rocky Shore Stormwater Pump Station Iowa City, Iowa ENCLOSED CIRCUIT BREAKERS PART GENERAL 1.01 SECTION INCLUDES o A. Enclosed main circuit breaker. ME 1.02 REFERENCE STANDARDSn _ �. Z A. NFPA 70 - National Electrical Code; National Fire Protection Association;rnM 2008�t�— 1.03 SUBMITTALS p S A. See Section 01300 - Administrative Requirements, for submittal procedures. D` F B. Shop Drawings: Indicate outline and support point dimensions, voltage, ampacity, integrated short circuit ampere rating, and let through current for circuit breaker. C. Product Data: Provide catalog sheets showing ratings, trip units, time current curves, dimensions, and enclosure details. D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. E. Maintenance Data: Include spare parts data listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Maintain one copy of document on site. C. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. D. Products: Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Metallic components shall be inspected for damage and physical defects. B. Metallic components shall be stored in accordance with manufacturer's recommendations. 1.06 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. PART PRODUCTS 2.01 MANUFACTURERS A. Eaton Electrical/Cutler-Hammer: www.eatonelectrical.com. B. Siemens. ENCLOSED CIRCUIT BREAKERS 16411 - 1 HR Green, Inc. Project No. 10100241 C. No Substitutions. 2.02 MOLDED CASE CIRCUIT BREAKERS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. 600V rating. Provide circuit breaker with current rating as listed on the Drawings. B. Provide circuit breaker with integral thermal and instantaneous magnetic trip in each pole. C. Multi -pole circuit breaker shall have a common trip. D. AIC Rating: 65,000A. 2.03 TRIP UNITS A. Solid -State Circuit Breaker: Provide circuit breaker with electronic sensing, timing and tripping circuits for adjustable current settings; ground fault trip with integral ground fault sensing; instantaneous trip. 2.04 ACCESSORIES A. Enclosure: NEMA AB 1, Type 12. 1. Fabricate enclosure from steel. 2. Finish: Manufacturer's standard enamel finish, gray color. B. Handle Lock: Include provisions for padlocking. C. Provide grounding lug. D. Provide products suitable for use as service entrance equipment where used as the main service entrance device or where used as the main device for separately derived systems. PART 3 EXECUTION 3.01 INSTALLATION A. Install enclosed circuit breakers where indicated, in accordance with manufacturer's instructions. B. Install enclosed circuit breakers plumb. Provide supports in accordance with Section 16070. C. Height: 5 feet (1.6 M) to operating handle. D. Install enclosed circuit breakers using spacers to stand enclosure a minimum of 1/8" from wall or mounting surface. E. Provide engraved plastic nameplate on each enclosure to identify function or load served. 3.02 FIEL"UALW CONTROL ©. Piorr?F* inspection and testing in accordance with Section 01400. = C= \Mfual�JWechanical Inspection: Inspect for physical damage, proper alignment, anchorage, J apd grooLw6ng. Check proper installation and tightness of connections for circuit breakers. " L. Worfo weral mechanical ON-OFF operations on each circuit breaker. W ifyUrFSt continuity on each pole in closed position. E. ftermine that circuit breaker will trip on overcurrent condition, with tripping time to NEMA AB 1 requirements. F. Include description of testing and results in test report. ENCLOSED CIRCUIT BREAKERS 16411-2 HR Green, Inc. Project No. 10100241 3.03 ADJUSTING Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Adjust trip settings so that circuit breakers coordinate with other overcurrent protective devices in circuit. B. Adjust trip settings to provide adequate protection from overcurrent and fault currents. 3.04 SCHEDULE A. See panelboard schedules and electrical one -line diagram for individual circuit breaker and fuse requirements. 3.05 ARC FLASH LABELING A. Contractor shall be responsible for calculating and labeling each completed and assembled MCC with the calculated arc flash label that meets OSHA requirements. END OF SECTION ENCLOSED CIRCUIT BREAKERS 16411-3 N _ a� _O �n cov > .01 co ENCLOSED CIRCUIT BREAKERS 16411-3 HR Green, Inc. Project No. 10100241 SECTION 16412 ENCLOSED SWITCHES PART GENERAL 1.01 SECTION INCLUDES A. Nonfusible switches. 1.02 REFERENCE STANDARDS Rocky Shore Stormwater Pump Station Iowa City, Iowa A. NEMA KS 1 -Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum), National Electrical Manufacturers Association; 2001 (R2006). B. NETA STD ATS -Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2007. C. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate outline and support point dimensions, voltage, ampacity, integrated short circuit, arrangement and size of disconnect switches. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. D. Maintenance Data: Include spare parts data listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. cu E. Product Data: Provide switch ratings and enclosure dimensions. F. Project Record Documents: Record actual locations of enclosed switches. ;<t_ -� 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Perform Work in accordance with NECA Standard of Installation. n C. Maintain one copy of document on site. r— D. Manufacturer Qualifications: Company specializing in manufacturing the "s apecifi�" this section with minimum three years documented experience and with s fac es t i 100 miles (160 km) of Project. 25. r E. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for tore purpose specified and indicated. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect products from weather and moisture by covering with heavy plastic or canvas and by maintaining heating within enclosure in accordance with manufacturer's instructions. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. ENCLOSED SWITCHES 16412-1 HR Green, Inc. Project No. 10100241 1.07 SERVICE REPRESENTATIVE Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Manufacturer shall have service facilities or an authorized service representative within 200 miles of project. B. Verify operation of all equipment. C. Demonstrate operation of equipment to Owner's representative. PART PRODUCTS 2.01 MANUFACTURERS A. Eaton Electrical/Cutler-Hammer. B. Siemens. C. No substitutes. 2.02 COMPONENTS A. For applications requiring a motor -rated switch, as indicated on the Drawings, with surface mounted branch circuit runs, the disconnect shall be a manual motor switch. 1. 480 VAC, 30A rating. 2. Three -pole. 3. Use enclosure rated NEMA 3R for indoor and outdoor locations. 4. Use enclosure rated NEMA 7 for hazardous locations. B. Nonfusible Switch Assemblies: NEMA KS 1, Type HD enclosed load interrupter knife switch. 1. Externally operable handle interlocked to prevent opening front cover with switch in ON position. 2_ Handle lockable in OFF position. 3Ln ProviAe each switch with an auxiliary contact, rated 5A at 120 VAC, to open when main in 65 scontacts open. 0 L(. E lo>� NEMA KS 1. �,,j 1� cated on Drawings. PXK13 EiE"N 3. L4NSTkc LA_IFN O A. Ij�tall in accordance with manufacturer's instructions. B. Install disconnects as designated on the Drawings. C. Install NEMA KS 1 type disconnects using spacers to stand enclosure a minimum of 1/8" from wall or mounting surface. D. Provide engraved plastic nameplates, minimum 1/2" lettering identifying load served E. Apply adhesive tag on inside door of each fused switch indicating NEMA fuse class and size installed. 3.02 FIELD QUALITY CONTROL A. Perform field inspection in accordance with Section 01400. B. Inspect and test in accordance with NETA STD ATS, except Section 4. C. Perform inspections and tests listed in NETA STD ATS, Section 7.5.1.2. D. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections. ENCLOSED SWITCHES 16412-2 HR Green, Inc. Project No. 10100241 3.03 ARC FLASH LABELING Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Contractor shall be responsible for calculating and labeling each completed and assembled MCC with the calculated arc flash label that meets OSHA requirements. END OF SECTION ENCLOSED SWITCHES 16412-3 N _O Q Cn W M �pq C") — r m M m M Co co ENCLOSED SWITCHES 16412-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa SECTION 16413 ENCLOSED TRANSFER SWITCHES w 0 PART GENERAL o 1.01 SCOPE >52 -.4 A. All equipment provided under this Specification Section and Section 16231 44adkage� Englre- Generators shall be by a single -source supplier. =;C-.) rn ;C 1.02 SECTION INCLUDES M 3 co A. Automatic Transfer Switches. gX 1.03 RELATED REQUIREMENTS Co, A. Section 16231 - Packaged Engine Generators: Testing requirements. 1.04 REFERENCE STANDARDS A. NEMA ICS 10- Industrial Control and Systems: AC Transfer Switch Equipment; National Electrical Manufacturers Association; 2005. B. NETA STD ATS -Acceptance Testing Specifications for Electrical Power Distribution FAuipment and Systems, International Electrical Testing Association; 2007. C-, C. NFPA 70 - National Electrical Code; National Fire Protection Association, 2005.LJ y 1 1 1.05 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide catalog sheets showing voltage, switch size, ratings and size of switching and overcurrent protective devices, operating logic, short circuit ratings, dimensions, and enclosure details. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. D. Operation Data: Instructions for operation of equipment. E. Maintenance Data: Routine preventative maintenance and lubrication schedule. List special tools, maintenance materials, and replacement parts. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum ten years documented experience and with service facilities within 100 miles (160 km) of Project. C. Supplier Qualifications: Authorized distributor of specified manufacturer with minimum ten years documented experience. D. Products: Listed and classified by Underwriters Laboratories Inc. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. ENCLOSED TRANSFER SWITCHES 16413-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa PART 2 PRODUCTS 2.01 MANUFACTURERS A. Refer to Section 16231 - Packaged Engine Generators. Transfer switch shall be provided by the same supplier as the Packaged Engine Generator. 1. Caterpiller. 2. Cummins Power. 3. Kohler Power Systems. 4. No Substitutions. 2.02 AUTOMATIC TRANSFER SWITCH A. Description: NEMA ICS 10, automatic transfer switches,NEMA 12 rated enclosure rated for 2,000 A, 4 -pole (three phases plus switched neutral) with ground lug. B. Contactor type switch, circuit breaker type not acceptable. C. Configuration: Electrically operated, mechanically held transfer switch. D. Interrupting Capacity: 100 percent of continuous rating. E. Minimum Withstand Current Rating: 65,000 rms symmetrical amperes, when protected by upstream molded case circuit breaker. to 2 5SEf�CE CCJJDITIONS LLP. *rvinditions: NEMA ICS 10. J B. rTem�i��ture: 32 degrees F (0 degrees C) to 104 degrees F (40 degrees C). t- C. Wltitt�_pQ 1,000 feet above MSL. 2.04 EWO A. 9CS 10, Type 12, finished with manufacturer's standard gray enamel. Enclosure door shall have provision for locking with padlock or a keyed latch. B. All equipment and circuit conductor terminations shall be accessible from the front of the enclosure only. Transfer switches requiring any side or rear access for wire installation or internal component maintenance or removal shall not be permitted. 2.05 COMPONENTS A. Indicating Lights: Mount on door of enclosure to indicate NORMAL SOURCE AVAILABLE, ALTERNATE SOURCE AVAILABLE, and SWITCH POSITION. B. Test Switch: Mount on door of enclosure. Simulates failure of normal source. C. Return to Normal Switch: Mount on door of enclosure. Initiates manual transfer from alternate source to normal source. D. Transfer Switch Auxiliary Contacts: 1 normally open; 1 normally closed. E. Normal Source Monitor: Monitor each line of normal source voltage and frequency; initiate transfer when voltage drops below 85 percent or frequency varies more than 5 percent from rated nominal value. F. Alternate Source Monitor: Monitor alternate source voltage and frequency; inhibit transfer when voltage is below 85 percent or frequency varies more than 5 percent from rated nominal value. G. Provide In -Phase Monitor: Inhibit transfer until destination source and load are within 20 electrical degrees. ENCLOSED TRANSFER SWITCHES 16413-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa H. Provide transfer switch with manual operating handle to allow manual operation of switch. Handle shall be readily removable or shall not be accessible from the exterior of enclosure by unauthorized personnel. The transfer switch control system shall be microprocessor -based. 2.06 AUTOMATIC SEQUENCE OF OPERATION N A. Upon loss of normal power, initiate Time Delay to Start Alternate Source Engjoe Genator. 0 B. Time Delay To Start Alternate Source Engine Generator: 0 to 60 seconds,abW1 "—.-I c.) C. Initiate Transfer Load to Alternate Source: Upon initiation by normal sourceCn01<tor-and r permission by alternate source power and in-phase monitor. -ice "J D. Time Delay Before Transfer to Alternate Power Source: 0 to 60 seconds, adbl� M E. Initiate Retransfer Load to Normal Source: Upon permission by normal sou0 powAnd 0 in-phase monitor. r m F. Time Delay Before Transfer to Normal Power: Oto 10 minutes, adjustable. Bypass time delay in event of alternate source failure. G. Time Delay Before Engine Shut Down: 0 to 30 minutes, adjustable, of unloaded operation. H. Automatic Engine Exerciser: Selectable weekly/monthly exercise interval. Automatically start engine; run for 30 minutes before shutting down. Bypass exerciser control if normal source fails during exercising period. I. Alternate Manual System Exerciser: Provide for manual Operator input to initiate a load transfer exercise. Transfer switch shall start engine and transfer load to generator. Upon manual Operator input, re -transfer load back to normal source, and run generator for ten minutes before shutting down. Bypass exerciser control if normal source fails during exercising period. 2.07 STATUS MONITORING A. The transfer switch shall be provided with contact closure outputs (rated 120 VAC, 5A) for the following status/alarm indications to the plant control system: 1. Normal Source Available 2. Emergency Source Available. 3. Switch in Normal Position. �v 4. Switch in Emergency Position. �_ e PART 3 EXECUTIONct� ca CD 3.01 EXAMINATION .�.s A. Verify that surface is suitable for transfer switch installation. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Provide engraved plastic nameplates. 3.03 MANUFACTURER'S FIELD SERVICES A. Provide the services of the manufacturer's technical representative to check out transfer switch connections and operations and place in service. 3.04 DEMONSTRATION A. See Section 16231 for required system demonstrations. ENCLOSED TRANSFER SWITCHES 16413-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Demonstrate operation of transfer switch in normal and emergency modes. 3.05 ARC FLASH LABELING A. Provide Arc Flash labeling per Specification Section 16055 - Overcurrent Protective Device Coordination. 0 END OF SECTION ENCLOSED TRANSFER SWITCHES 16413-4 O N o Q co Y3 C=C:) 1JJ _ "x n� r U. co l,ry co O 0 N M END OF SECTION ENCLOSED TRANSFER SWITCHES 16413-4 O N Q co Y3 C=C:) 1JJ _ "x Ji- U. U p H,Q Use R, O 0 N END OF SECTION ENCLOSED TRANSFER SWITCHES 16413-4 HR Green, Inc. Project No. 10100241 SECTION 16423 Rocky Shore Stormwater Pump Station Iowa City, Iowa ENCLOSED MOTOR CONTROLLERS PART1 GENERAL 1.01 SECTION INCLUDES A. Separately enclosed reduced voltage solid state (RVSS) soft -start motor controllers. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting; National Electrical Contractors Association. B. NEMA ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays, Rated Not More Than 2000 Volts AC or 750 Volts DC; National Electrical Manufacturers Association. C. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices; National Electrical Manufacturers Association. D. NEMA ICS 6 - Industrial Control and Systems: Enclosures; National Electrical Manufacturers Association. E. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum); National Electrical Manufacturers Association. F. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association. G. NFPA 70 - National Electrical Code; National Fire Protection Association. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements for submittal procedures. B. Product Data: Provide catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, anal enclosure ;A details. —a_ --u_3 C. Manufacturer's Instructions: Indicate application conditions and limitations of uie-stipulated by_ testing agency. Include instructions for storage, handling, protection, examination, preparation, v and installation of product. D. Maintenance Data: Operation and Maintenance Manual(s) including information describing all components and options supplied with each controller, and replacement parts list for controllers. 1.04 QUALITY ASSURANCE 0 A. Conform to requirements of NFPA 70. O -+ B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable*P-4eRpose n specified and indicated. 2--< �n v 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under provisions of Section 01600. O� Z :g c B. Store and protect products under provisions of Section 01600. 1.06 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. ENCLOSED MOTOR CONTROLLERS 16423-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 1.07 MAINTENANCE A. Furnish maintenance materials under provisions of Section 01700. B. Furnish two each of any special tools required to operate and maintain motor control equipment. PART2 PRODUCTS 2.01 MANUFACTURERS A. Allen-Bradley SMC Flex Series. B. Danfoss VLT MCD 500 Series. C. No Substitutions. 2.02 AUTOMATIC CONTROLLERS A. Reduced Voltage Solid State Soft Start Motor Controller Units: 1. Provide solid state soft start motor controller unit with pre-programmed pump control algorithm to serve and control pumps as indicated on the Drawings and as listed below under Schedules. 2. Include the following features: a. Integral full -speed bypass contactor. b. Fast -acting fuses coordinated with controller to protect solid-state components from excessive fault currents. c. Overload Relay: Solid state electronic type with the following features: 1) Self -powered. 2) Minimum 3.2:1 adjustment range. 3) Ambient temperature compensation. 4) Visible trip indicator. 5) Phase loss protection. 6) Selectable trip class (10,15, 20, 30). o d. Door mounted operator controls: LO Q1) Electronic Operator Interface: Mount on outside surface of manufacturer's )� 65 .,,s enclosure. WW 2) Amber Indicating Light: Pump Seal Fail. cc _j>: 3) Green Indication Light: Pump Running. J r` V►— 4) Red Indicating Light: Collective Fault (relay overload, thermal overload, etc.) } V 5) Hand -Off -Auto Selector Switch. LL F'Q 6) Elapsed Time Meter, in hours. Minimum of two field convertible auxiliary contacts. N t— Control Power Transformer: 120 volt secondary, as scheduled. Provide fused primary, secondary, and bond unfused leg of secondary to enclosure. g. Enclosure: Provide NEMA type as scheduled below. 1) The pump manufacturer will provide module(s) for each pump to monitor its 0 operating conditions. These conditions include motor winding temperature, seal CD nc condition, bearing temperature, etc. The motor controller supplier shall receive c� �the pump monitoring module(s), mount, and properly interconnect the devices .�-- Y per the manufacturer's recommendations/instructions, and per the Plans and Specifications for proper operation. 2.03 ACCESSORIES A. Auxiliary Contacts: NEMA ICS 2. B. Operator interface devices. Provide as indicated on the Drawings and described in this section. All cover or door mounted devices must be minimum NEMA 12 rated. Installation of such devices shall maintain the NEMA rating of the enclosure. 1. Pilot Device Contacts: NEMA ICS 5, Form Z, rated A150. ENCLOSED MOTOR CONTROLLERS 16423-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 2. Indicating Lights: Push -to -Test, LED type. 3. Selector Switches: Rotary type. 2.08 MOTOR CONTROLLER SCHEDULE A. NOTE: it is the responsibility of the CONTRACTOR to review the recommended configurations and notify the ENGINEER if there is a need to modify any of these configurations for successful reliable, long term operations of the configurations specified herein. B. Stormwater Pumps (Tag ID No's: SP101, SP102): Equipment Name: Stormwater Pump #1, Stormwater Pump #2. 1. Application: variable torque propeller pumps. 2. Motor Characteristics: There are two manufacturers approved to supply the pumps for this project. The motor characteristics for each manufacturer are listed below. AlsowJer to Specification Section 11150 - Submersible Propeller Pumps for additionginfornMon. a. Flygt: o 0 1) Horsepower, non -overloading: 460. an M R 2) Full Load Amps: 630._ r 3) Motor Synchronous Speed: 514 rpm. C7-< v b. KSB:�r M 1) Horsepower, non -overloading: 500. = s 2) Full Load Amps: 683. 70 co 3) Motor Synchronous Speed: 600 rpm. 3" r 3. Anticipated Operating Temperature: Fan ventilated room with maximum ambients temperature of 40°C (104°F). 4. Available ventilation areas with minimum requirements powered front side only with intake dust filters 5. Voltage: 460; phase: 3-phase. 6. Enclosure: Separately enclosed floor or wall mounted. Manufacturer's standard -- NEMA 12. a. Size Restrictions: 36" maximum depth, 90" maximum height, 60" maximum width. 7. Integral disconnecting means required: NO. 8. Electronic Operator Interface Mounting: On outside surface of manufacturer's enclosure. 9. Bypass means: NOT REQUIRED PART 3 EXECUTION cv 3.01 INSTALLATION o:J W r A. Install enclosed controllers where indicated, in accordance with manufacture jqtru*ns. B. Install securely, in a neat and workmanlike manner, as specified in NECA 1. U� W C. Provide supports in accordance with Section 16070. - v o D. Install controllers using spacers to stand enclosure a minimum of 1/4" from wall or mounting surface. E. Height: 5 ft (1500 mm) to operating handle. F. Set overload relays to match installed motor characteristics. G. Provide engraved plastic nameplates. H. Neatly type label inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. Place label in clear plastic holder. 3.02 FIELD QUALITY CONTROL A. Perform field inspection and testing in accordance with Section 01400. ENCLOSED MOTOR CONTROLLERS 16423-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa B. Inspect and test in accordance with NETA STD ATS, except Section 4. C. Perform inspections and tests listed in NETA STD ATS, Section 7.16.2. 3.04 MANUFACTURER'S FIELD SERVICES A. Provide the service of the manufacturer's field representative to prepare, start, and configure controllers to match and operate connected motor. B Verify proper operation of motor controller to start, accelerate, run, decelerate, and stop pump, both on normal utility power and emergency standby generator power. C. Demonstrate operation of all equipment to Owner's representative. D. Submit report of field testing and startup activities. E. Provide one eight hour day (not including travel time) of operator training. END OF SECTION ENCLOSED MOTOR CONTROLLERS 16423-4 0 —� — >-c-) co �} m W _ co �C3 LLJ i 4 or END OF SECTION ENCLOSED MOTOR CONTROLLERS 16423-4 0 © co Y W s -¢ �C3 LLJ . J>: LL' o '-a c:>$ en O 0 N END OF SECTION ENCLOSED MOTOR CONTROLLERS 16423-4 HR Green, Inc. Project No. 10100241 SECTION 16424 Rocky Shore Stormwater Pump Station Iowa City, Iowa MOTOR CONTROL CENTERS PART 1 GENERAL N 1.01 SECTION INCLUDES o co A. Motor control centers. 1. Refer to the Drawings for additional details and component selections per7Alraeg tb1he motor control centers. C-) m 1.02 REFERENCE STANDARDS :Grn a 3 A. NECA 402 - Recommended Practice for Installing and Maintaining Motor Contr ntej% National Electrical Contractors Association; 2007. D r B. NEMA ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Flays, Rated Not More Than 2000 Volts AC or 750 Volts DC; National Electrical Manufacturers Association; 2000 (R2005). C. NEMA ICS 2.3 - Instructions for the Handling, Installation, Operation, and Maintenance of Motor Control Centers; National Electrical Manufacturers Association; 1995 (R2002). D. NEMA ICS 5 -Industrial Control and Systems: Control Circuit and Pilot Devices; National Electrical Manufacturers Association; 2000. E. NEMA ICS 6 - Industrial Control and Systems: Enclosures; National Electrical Manufacturers Association; 1993 (R2006). F. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum); National Electrical Manufacturers Association; 2001 (R2006). G. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2007. H. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008.. Y u :y 1.03 SUBMITTALS r,ui L.. A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide catalog sheets showing voltage, controller size, ratings d I iz4-af 11 switching and overcurrent protective devices, short circuit ratings, dimensions,a}e'ncle�Ure details. rA c� H C. Shop Drawings: Indicate front and side views of enclosures with overall dimensions shown; conduit entrance locations and requirements; nameplate legends; size and number of bus bars per phase, neutral, and ground; electrical characteristics including voltage, frame size and trip ratings, withstand ratings, and time/current curves of all equipment and components. D. Test Reports: Indicate field test and inspection procedures and test results. E. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. F. Maintenance Data: Replacement parts list for controllers. 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. MOTOR CONTROL CENTERS 16424-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum ten years experience and with service facilities within 100 miles (160 km) of Project. C. Products: Listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose ,specified and indicated. 1.05 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver in 60 inch (1.2 m) maximum width shipping splits, individually wrapped for protection, and mounted on shipping skids. B. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. C. Handle in accordance with NEMA ICS 2.3. Lift only with lugs provided for the purpose. Handle carefully to avoid damage to motor control center components, enclosure, and finish. 1.07 FIELD CONDITIONS A. Conform to NEMA ICS 2 service conditions during and after installation of motor control centers. PART PRODUCTS 2.01 MANUFACTURERS A. Eaton Corporation/Cutler-Hammer B. Siemens. C. cBllen-Bradley ©D. eblo Sul-itutions. Y - e2.02 ASEMDESCRIPTION J A. �oq�$y ation: NEMA ICS 2, Class I, Type B motor control center. B.UFu d main feed compression type lugs, size and quantity to accommodate the incoming oco rs indicated on the Drawings. Coordinate MCC main feed location (top or bottom of .-,MC ith installing Contractor. 0 C`" Feeder Tap Units: NEMA AB -1 mold case thermal -magnetic circuit breakers. D. Voltage Rating: 480 volts, three phase, four wire, 60 Hertz. E. Horizontal Bus: Copper, with a continuous current rating as shown on Drawings for each assembly. Include copper ground bus entire length of motor control center. F. Vertical Bus: Copper. G. Neutral Connection: Provide a neutral lug with distribution circuit connection lugs in the main feed section of the assembly. H. Integrated Equipment Short Circuit Rating: As scheduled/indicated on the Drawings. I. Configuration: Units front mounting only, accessible from the front only. J. Enclosure Type: NEMA ICS 6, Type 1. K. Enclosure Dimensions: MOTOR CONTROL CENTERS 16424-2 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 1. Height: 90 inches. 2. Depth: 20 inches, minimum. 3. Individual Section Width: 20 inches, minimum, or wider as required to accommo4pte installed components. 4 0 L. Finish: Manufacturer's standard gray enamel. Dn r M. Refer to the Drawings for additional details. 2.03 AUTOMATIC CONTROLLERS ;fir a rn rn = A. Combination Magnetic Motor Starter Units: o� CID Q 1. Motor Circuit Protector: NEMA AB 1; circuit breakers with integral instartf eous*rhagnetic trip in each pole. 2. Magnetic Motor starters: NEMA ICS 2; AC general-purpose Class A magnetic controller for induction motors rated in horsepower. 3. Type of starting as indicated on Drawings. 4. Size: NEMA ICS 2; Size as shown on Drawings. 5. Coil operating voltage: 120 volts, 60 Hertz unless indicated otherwise on Drawings. 6. Auxiliary Contacts: NEMA ICS 2; two field convertible contacts in addition to seal -in contact. 7. Control Power Transformer: Unless size is indicated on the Drawings, provide VA capacity as required for installed components plus 25% spare capacity. 8. Overload Relay: Solid state electronic type with the following features: a. Self -powered. b. Minimum 3.2:1 adjustment rage. c. Ambient temperature compensation. d. Visible trip indicator. e. Phase loss protection. f. Trip class 10, 20 or 30 adjustable. 9. Operator interface devices. Provide as indicated on the Drawings and described later in this section. 2.04 PAN ELBOARD/TRANSFORMER A. Panelboard(s) complying with NEMA PB 1, lighting and appliance branch circuit type, circuit breaker type, and listed and labeled as complying with UL 67; ratings, configurations and features as indicated on the drawings. Circuit Breakers shall be thermal magnetic bolt -on type unless otherwise indicated. Minimum fully -rated integrated short circuit rating: 15k AIC. Identify and label all circuits when installation is complete. 1. Provide a Surge Protection Device (SPD) mounted internal to the MCC to protect the installed panelboard. a. The SPD shall meet the latest UL 1449, Edition 3, and IEEE 1100 standards. b. Shall provide an aggregate 160kA 8/20 micro -sec. surge rating, L -N -G. c. Modes of protection shall be L -N and N -G. d. Shall be equipped with LED status indication per phase, surge counter, and an alarm contact output. e. SPD shall be CRITEC TDS MPM series or Engineer approved equivalent. B. Dry type self -cooled, two winding transformers listed and labeled as complying with UL 506 or UL 1561 for 60 Hz operation. See Drawings for additional information. Premium efficient complying with CSL -3 efficiency requirements of DOE 10 CFR Part 431. 2.05 FEEDER/BRANCH CIRCUIT BREALERS A. Provide molded case thermal -magnetic circuit breakers where shown on one -line diagrams on the Drawings or as required per NEC. Provide with integral thermal and instantaneous magnetic trip in each pole, UL listed. MOTOR CONTROL CENTERS 16424-3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa B. Provide molded case thermal-magnetic circuit breakers with solid state electronic trip units for each stormwater pump branch circuit. Provide with trip in each pole adjustable long-time, short time, and instantaneous trip settings. 2.04 ACCESSORIES A. Provide a Surge Protection Device (SPD) mounted internal to the MCC assembly where indicated on the Drawings. 1. The SPD shall meet the latest UL 1449, Edition 3, and IEEE 1100 standards. 2. Shall provide an aggregate 200kA 8/20 micro-sec. surge rating, L-N-G. 3. Modes of protection shall be L-N and N-G. 4. Shall be equipped with LED status indication per phase, surge counter, and an alarm contact output. 5. SPD shall be CRITEC TDS MPM series or Engineer approved equivalent. B. Door Mounted Pilot Devices: NEMA ICS 5, heavy duty oil-tight type. C. Pilot Device Contacts: NEMA ICS 5, Form Z, rated A150. D. Pushbuttons: Unguarded type. E. Indicating Lights: Transformer, push-to-test LED type. F. Selector Switches: Rotary type 2.05 SOURCE QUALITY CONTROL A. Shop inspect and perform standard productions tests for each controller. Provide test results in a report to be included with O&M Manuals. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are suitable for motor control center installation. B. Verify that field measurements are as indicated on shop drawings. 3.02 PREPARATION A. Provide housekeeping pads under the provisions of Section 03300. 3.03 INSTALLATION A. Wstall motor control centers in accordance with NECA 402. © B.ighQ �rraccessible bus connections and mechanical fasteners to proper torque after placing 4 ot�atrol center. C. , Cad install heater elements and/or set proper current rating on electronic overload relays _ —in rr wostarters to match installed motor characteristics. . D. C-2 ark y*te: Provide nameplates for each cubicle and one for the MCC assembly. Nameplate ,„wordiirtl)to be reviewed by Engineer during the submittal phase. Nameplates to be MCC omanufacturer's standard size, white lettering on black background. E. Motor Data: Neatly type or machine print label inside each motor starter door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. Place label in clear plastic holder. 3.04 FIELD QUALITY CONTROL A. Perform field inspection and testing in accordance with Section 01400. MOTOR CONTROL CENTERS 16424-4 HR Green, Inc. Project No. 10100241 3.05 ARC FLASH LABELING Rocky Shore Stormwater Pump Station Iowa City, Iowa A. Contractor shall be responsible for calculating and labeling each completed and assembled MCC with the calculated arc flash label that meets NFPA 70E and OSHA requirements. END OF SECTION MOTOR CONTROL CENTERS 16424-5 ro 0 O � 4 w m ;fm a m oA = co v 4 -- to MOTOR CONTROL CENTERS 16424-5 HR Green, Inc. Project No. 10100241 SECTION 16500 LIGHTING Rocky Shore Stormwater Pump Station Iowa City, Iowa PART GENERAL 1.01 SECTION INCLUDES Dc) A A. Luminaires. n'< — r -in v B. Ballasts. rrn a M C. Site Lighting. �� c 0 D. Lamps. D F .n E. Luminaire accessories. 1.02 REFERENCES A. ANSI C78.379 - American National Standard for Electric Lamps - Reflector Lamps -- Classification of Beam Patterns; 1994. B. ANSI C82.1 - American National Standard Specifications for Fluorescent Lamp Ballasts; 1985 (R1992). C. UL 1598 - Luminaires. D. IEEE C62.41.2 - Recommended Practice on Characterization of Surges in Low -Voltage (1000 V and less) AC Power Circuits. E. IESNA LM -79-08, IESNA Approved Method for the Electrical and Photometric Measurements of Solid -Sate Lighting Products. F. IESNA LM -80-08, IESNA Approved Method for Measuring Lumen Maintenance of LED Light Sources. G. ANSI/NEMA/ANSLG C78.377-2008 - American National Standard for the Chromaticity of Solid State Lighting Products. H. UL 8750 - Light Emitting Diode (LED) Equipment for Use in Lighting Products. I. NFPA 70 - National Electrical Code, National Fire Protection Association. J. NECA 1 - Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors Association. K. NECA/IESNA 501 - Recommended Practice for Installing Exterior Lighting Systems. 1.03 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. C' B. Shop Drawings: Indicate dimensions and components for each luminaire that is not a standard product of the manufacturer. C. Product Data: Provide dimensions, ratings, and performance data. D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Quality Assurance. Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Operation and Maintenance Data: Instructions for each product. LIGHTING 16500-1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa 1.04 QUALITY ASSURANCE A. Conform to requirements of NFPA 70.and NFPA 101 B. 'Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum ten years documented experience. C. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. 1.05 EXTRA MATERIALS A. See Section 01600 - Product Requirements, for additional provisions. B. .Furnish one of each lens type. C. Furnish two replacement lamps for each fluorescent lamp type. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store and protect products under provisions of Section 01600. 1.07 WARRANTY A. Full warranty against defects in materials and workmanship for two (2) years from completion and formal acceptance by the City Council, including all parts, labor, and expenses. 1.08 SERVICE REPRESENTATIVE A. Manufacturer shall have service facilities or an authorized service representative within 200 miles of project. 1.09 START-UP, COMMISSIONING, AND TRAINING A. Verify operation of all equipment. B. Demonstrate operation of equipment to Owner's representative. PART PRODUCTS 2.01 MANUFACTURERS As listed under each fixture type below. N Su*itutions: See Section 01600 - Product Requirements. W2.02QUNf�RES ..J ditish products as described in this Section. W L1 LL o v�Description: �., oa. Exterior building -mounted wedge-shaped sconce with LED light engine, die-cast N — aluminum housing, constant wattage, Type 4 light distribution, integral button type photoelectric eye control, bronze paint finish. 2. Manufacturers: a. Gardco; Model 101L. b. Engineer approved equal. 3. Lamps: a. 55W neutral white light color LED array. 4. Voltage: a. 120 VAC. 5. Mounting: a. Wall -mount, location as noted on Drawings. LIGHTING 16500-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa C. Type L2 1. Description: a. Exterior stanchion -mount area light with LED light engine, die-cast aluminum housing, constant wattage, Type 5 light distribution, NEMA type photoelectric eye and receptacle, natural aluminum paint finish. 2. Manufacturers: a. Emco; Model EIA. b. Engineer approved equal. 3. Lamps: a. 70W neutral white light color LED array. 4. Voltage: a. 120 VAC. 5. Mounting: a. Stanchion -mount style arm and slip -fitter to slip over 2" rigid conduit pipe mast. D. Type L3 1. Description: a. Specification grade 2 -lamp industrial fluorescent. 4'-0", 10% up -light, white polyester powder coat after fabrication, electronic ballast, UL listed for damp locations. 2. Lamps a. (2)F32 -T8 3. Manufacturers: a. Day -Brite; Model 1F232-PP-UNV-1/2-EB. b. Lithonia Lighting, Equal to above. c. Engineer Approved Equivalent. 4. Voltage: a. 120 VAC. 5. Mounting: a. Chain -suspended from ceiling: 1) Provide 5 foot chain kit with S -Hooks and 120V cord and locking plug. E. Type L4 1. Description: a. Specification grade 2 -lamp wrap-around type 4'-0" wet location fluorescent fixture with prismatic lens and electronic ballast, UL listed for damp locations. 2. Lamps a. (2)F32 -T8 3. Manufacturers: a. Day -Brite; Model OWN232-UNV-1/2-EB. _ b. Lithonia; Equal to above. o w� c. Engineer Approved Equivalent. 3:.;=, 4. Voltage: n-< a. 120 VAC. �n r 5. Mounting: -<r-- a. Ceiling surface mount. o� F. Type L5 D� CO 1. Description: r— a. Exterior building -mounted wedge-shaped sconce with LED light engine, dw-cast aluminum housing, constant wattage, Type 2 light distribution, integral button type photoelectric eye control, black paint finish. 2. Manufacturers: a. Gardco; Model 111 L. b. Engineer approved equal. 3. Lamps: a. 20W neutral white light color LED array. LIGHTING 16500-3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 4. Voltage: a. 120 VAC. 5. Mounting: a. Wall -mount, location as noted on Drawings. G. Type L6 1. Description: a. Exterior building -mounted wedge-shaped sconce with LED light engine, die-cast aluminum housing, constant wattage, Type 4 light distribution, integral button type photoelectric eye control, black paint finish. 2. Manufacturers: a. Gardco; Model 111L. b. Engineer approved equal. 3. Lamps: a. 20W neutral white light color LED array. 4. Voltage: a. 120 VAC. 5. Mounting: a. Wall -mount, location as noted on Drawings. BALLASTS AND CONTROL UNITS 1. Manufacturers: a. Advanced. b. GE. c. Sylvania. d. Philips. 2. Fluorescent Ballasts: High efficiency, high power factor electronic with less than 10% THD, suitable for lamps specified. a. Voltage: As scheduled. b. Certify fluorescent ballast design and construction by Certified Ballast Manufacturers, Inc. LIGHTING 16500-4 0 I.LAM Q Cp 1,,, nufacturers: W '¢ �Q GE Company. J JZPhilips. J r~ Uhe. Sylvania. — >-W. Engineer approved equivalent. LL W-Ktluorescent Lamps: `v Color Temperature: 4100K. I. o —_,! Color Rendering Index: 85 minimum. t �`+ c. Light Output, Initial: 2950 lumens. d. Average Rated Life: 24,000 hours, based on 3 hrs. per start. SOLID STATE (LED) LIGHTING: { ; ` t,-' Housing 1 ' co a. Material: Die-cast aluminum. b. Heat sink built into the upper portion of the housing to conduct heat away from the LEDs and PSU. The heat sink is a passive cooling device with no active fan or moving parts. 2. Light Source Characteristics a. Ambient operating temperature range: -40°C to +40°C. b. LED source correlated color temperature range (CCT): 4,000K-5,OOK. c. LED source color rendering index (CRI): 75 CRI or greater. d. LED drive current: 530 mA or less. e. Optical system rated IP66. LIGHTING 16500-4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa 3. Power Supply Units (PSUs) including drivers must meet the following requirements: a. Minimum efficiency: 85%. b. Ambient operating temperature range: -40°C to +40°C. c. Input Voltage: capable of 120 to 277 VAC, single phase. e. Operating frequency: 50/60 Hz. f. Minimum Power Factor (PF): 0.90. g. Maximum Total Harmonic Distortion (THD): 20%. h. Comply with FCC 47 CFR part 15 nonconsumer RFI/EMI standards. i. Provide with surge protection: L -N, L -G, N -G. j. PSU housing rated IP66. 6. Fusing: a. All fusing shall be standard integral to the luminaire as provided by the manufacturer. b. Provide single fusing for 120 and 277 volt source circuit ratings. c. Provide double fusing for 208, 240, and 480 volt source circuit ratings. 4. Minimum LM -79 Absolute Lumen Efficacy Rating: 66 Lumens per Watt. 5. Expected Useful Life (Light Output) and Depreciation: N a. Simplified L70 threshold: Each luminaire shall have a minimum expected ustiftl life of 100,000 operating hours before reaching the L70 lumen output degagationgint wAlh no catastrophic failures while operating in 25°C ambient conditions. aS2 r 7. Warranty _ a. Light Engine Assembly (LEDs, circuit boards, PSUs, lenses): Five ggarea r b. a Luminaire Assembly: Two (2) Years. -<r- m rn 0 PART 3 EXECUTION •• 3.01 EXAMINATION A. Verify that field measurements are as indicated on shop drawings. B. Examine adjacent surfaces to determine that surfaces are ready to receive work. C. Review manufacturer's installation instructions. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install suspended luminaires using pendants supported from swivel hangers. Provide pendant length required to suspend luminaire at indicated height. C. Support luminaires larger than 2 x 4 foot (600 x 1200 mm) size independent of ceiling framing. D. Locate recessed ceiling luminaires as indicated on reflected ceiling plan. E. Install surface mounted luminaires and exit signs plumb and adjust to align with building lines and with each other. Secure to prevent movement. F. Exposed Grid Ceilings: Support surface mounted luminaires in grid ceiling directly from building structure. G. Install recessed luminaires to permit removal from below. i -i H. Install recessed luminaires using accessories and firestopping materials to meet regulatory requirements for fire rating. Install clips to secure recessed grid -supported luminaires in place. J. Install wall mounted luminaires, emergency lighting units, and exit signs at height as indicated on Drawings. K. Install accessories furnished with each luminaire. LIGHTING 16500-5 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa L. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. M. Bond products and metal accessories to branch circuit equipment grounding conductor. N. Install specified lamps in each exit sign and luminaire. 3.03 FIELD QUALITY CONTROL A. Perform field inspection in accordance with Section 01400. B. Operate each luminaire after installation and connection. Inspect for proper connection and operation. 3.04 ADJUSTING A. Align luminaries and clean lenses and diffusers at completion of work. B. Aim and adjust luminaires as directed. C. Relamp luminaries which have failed lamps at completion of work. D. Position exit sign directional arrows as indicated. 3.05 CLEANING A. Clean electrical parts to remove conductive and deleterious materials. B. Remove paint splatters, dirt and debris from enclosures. C. Clean photometric control surfaces as recommended by manufacturer. D. Clean finishes and touch up damage. 3.06 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate luminaire operation for minimum of two hours. END OF SECTION LIGHTING 16500-6 0 U-) Q o= U� J r ry �F.� Li U W HQ U O 0 N LIGHTING 16500-6 ROCKY SHORE STORMWATER PUMP STATION C E R T I F I C A T I O N JOS OATS: Mal aMCL'L puWxDx JOB NW ; 101DD20 0 1• :57:15 AM P MT I)NE INM aDRISr SME MCW y. CITY OF IOWA CITY IOWA CITY, IOWA 2013 CDBG CONTRACT NUMBER 08—DRI-273 F y �cE LARI �RE '. r •Y:b /4: y/ F ¢. �➢ROJEa LOCATION f A LOCATION M A P HRGreen VA01 aA113 VA01 N21313 A113 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 S 1 :8 WV L I 3301101 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com a 3 11 ROCKY SHORE STORMWATER PUMP STATION GENERAL ® HRGreen.com CITY OF IOWA CITY COVER SHEEP HRGreen IOWA cm, IOWA t, ' 10WA . @m (� 1-800-292-8989 www.iowaonecall.coni u ti BID SET 01-18-2013 SHEET ND. G000 W" i eMiN OvgN wag Mpeal b,ma runner mY d'ecl q'aonN arrpaNNM anE nN lama Mly wraMa nry6rM penmal aupervNbnaM PN lama dAY FE3310 My/ EESSI DMyr [qq ErggerwWrMOp. of Ne sole of kwa apo FZ d�/�A//� WO <' 1/18/'j W w ANDREW E. C z . ANDREW .., D MagSN T I60W """PELice jI]exE 1600) A Myl" "caner'. is removal tl,abpecemMrOl, Al<. OIOWPtl n IOWP a Pa,,a. Br lma aeal'. vrylaa- N 10 W P a 4IOWPa D- SHEETS ALL'O'AND'P SHEETS JOS OATS: Mal aMCL'L puWxDx JOB NW ; 101DD20 0 1• :57:15 AM P MT I)NE INM aDRISr SME MCW y. CITY OF IOWA CITY IOWA CITY, IOWA 2013 CDBG CONTRACT NUMBER 08—DRI-273 F y �cE LARI �RE '. r •Y:b /4: y/ F ¢. �➢ROJEa LOCATION f A LOCATION M A P HRGreen VA01 aA113 VA01 N21313 A113 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 S 1 :8 WV L I 3301101 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com a 3 11 ROCKY SHORE STORMWATER PUMP STATION GENERAL ® HRGreen.com CITY OF IOWA CITY COVER SHEEP HRGreen IOWA cm, IOWA t, ' 10WA . @m (� 1-800-292-8989 www.iowaonecall.coni u ti BID SET 01-18-2013 SHEET ND. G000 ne Yce Y a l neripnenvp ocumen nae pe b,ma runner mY d'ecl q'aonN arrpaNNM anE nN lama Mly wwder mY Ore[I grwnal grvbbnela NN lame FE3310 My/ (E3310 N��Z r«'n�a'e�a/ml euro—nd{//E���m�.r Me levee duw delpa of brva. state QN,o W° mZ d�/�A//� W TERESA N. <' -e TERESAH.STAD P,E. hTE W2 STADELMANN N teMANN Z Ugep NUMa'. 17"S 11018 A M,Bggera,reN yyb Decenier Sl. Nl3. jI]exE A Ppea w,ND U roared By Wa Pea. OIOWPtl n IOWP a ALL'D'ANDC•ENEETS N 10 W P a JOS OATS: Mal aMCL'L puWxDx JOB NW ; 101DD20 0 1• :57:15 AM P MT I)NE INM aDRISr SME MCW y. CITY OF IOWA CITY IOWA CITY, IOWA 2013 CDBG CONTRACT NUMBER 08—DRI-273 F y �cE LARI �RE '. r •Y:b /4: y/ F ¢. �➢ROJEa LOCATION f A LOCATION M A P HRGreen VA01 aA113 VA01 N21313 A113 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 S 1 :8 WV L I 3301101 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com a 3 11 ROCKY SHORE STORMWATER PUMP STATION GENERAL ® HRGreen.com CITY OF IOWA CITY COVER SHEEP HRGreen IOWA cm, IOWA t, ' 10WA . @m (� 1-800-292-8989 www.iowaonecall.coni u ti BID SET 01-18-2013 SHEET ND. G000 i . .m IM rMer runner mY d'ecl q'aonN arrpaNNM anE nN lama Mly w mYd'ecl gpor .`IeaMelmaN Ntl1ate.eldY YcenaaEP bsa of N//y/Slate of bw>a. (E3310 N��Z icen�P'desavnN ErryrrexrMrlM MaMBn ANa e1 M. W°PO CHARLES APEDERSEIL IE IMTE PEDERSER W DENws L. DENNIPE ME W N teMANN Z Lk.... .N ,.40NN NuN KL -W SHEETS m M, W ,. MY I[amem.t...ek Cegm0er 11, IBN. jI]exE A Pape. w a gvaM Ey Nle uN'. n IOWP a ALL'S'SHEETS SHEETS N 10 W P a JOS OATS: Mal aMCL'L puWxDx JOB NW ; 101DD20 0 1• :57:15 AM P MT I)NE INM aDRISr SME MCW y. CITY OF IOWA CITY IOWA CITY, IOWA 2013 CDBG CONTRACT NUMBER 08—DRI-273 F y �cE LARI �RE '. r •Y:b /4: y/ F ¢. �➢ROJEa LOCATION f A LOCATION M A P HRGreen VA01 aA113 VA01 N21313 A113 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 S 1 :8 WV L I 3301101 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com a 3 11 ROCKY SHORE STORMWATER PUMP STATION GENERAL ® HRGreen.com CITY OF IOWA CITY COVER SHEEP HRGreen IOWA cm, IOWA t, ' 10WA . @m (� 1-800-292-8989 www.iowaonecall.coni u ti BID SET 01-18-2013 SHEET ND. G000 Ira'.yae ru: �s e:groeriM ocwnenl..aaeWra rme runner mY d'ecl q'aonN arrpaNNM anE nN lama Mly EE3310 N,yC YcenaaEP bsa of N//y/Slate of bw>a. QPO �LE�/ry/HN,.{a/y�a�Mlm.'s W CHAflLE3 A. C tL m CHARLES APEDERSEIL IE IMTE PEDERSER lkmfa NurMar. D BBx03 T i y r.a.«N tlN.1d. Mr tgeq L. Dagra. Bt,mu. y STEVEN R. Pepuw wraaa OyMM/: P IOWAa KL -W SHEETS t Lkenq Numle JOS OATS: Mal aMCL'L puWxDx JOB NW ; 101DD20 0 1• :57:15 AM P MT I)NE INM aDRISr SME MCW y. CITY OF IOWA CITY IOWA CITY, IOWA 2013 CDBG CONTRACT NUMBER 08—DRI-273 F y �cE LARI �RE '. r •Y:b /4: y/ F ¢. �➢ROJEa LOCATION f A LOCATION M A P HRGreen VA01 aA113 VA01 N21313 A113 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 S 1 :8 WV L I 3301101 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com a 3 11 ROCKY SHORE STORMWATER PUMP STATION GENERAL ® HRGreen.com CITY OF IOWA CITY COVER SHEEP HRGreen IOWA cm, IOWA t, ' 10WA . @m (� 1-800-292-8989 www.iowaonecall.coni u ti BID SET 01-18-2013 SHEET ND. G000 u nr Ythat "a.'i. . ommer rvee pepare Yma w uM r Irry pvacl pxsonN eMskn a Nal l am a dlY y I;gme h e[.brul rpl ernMrN r[d aBlaealvua. R�pFE3310A,q/ m° Fi zf-/ / /3 y STEVEN R. 9Y DP E DIDBPv9 W JVNOO t Lkenq Numle jI]exE A My lkanas rerwrvN dal. k D-emee.)I. xou. Papa. or.Neab covera0 EY INie veer. N 10 W P a ALL W B'IC' SHEETS JOS OATS: Mal aMCL'L puWxDx JOB NW ; 101DD20 0 1• :57:15 AM P MT I)NE INM aDRISr SME MCW y. CITY OF IOWA CITY IOWA CITY, IOWA 2013 CDBG CONTRACT NUMBER 08—DRI-273 F y �cE LARI �RE '. r •Y:b /4: y/ F ¢. �➢ROJEa LOCATION f A LOCATION M A P HRGreen VA01 aA113 VA01 N21313 A113 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 S 1 :8 WV L I 3301101 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com a 3 11 ROCKY SHORE STORMWATER PUMP STATION GENERAL ® HRGreen.com CITY OF IOWA CITY COVER SHEEP HRGreen IOWA cm, IOWA t, ' 10WA . @m (� 1-800-292-8989 www.iowaonecall.coni u ti BID SET 01-18-2013 SHEET ND. G000 I o o Soil Boring Point Table Point # Northing Easting 10 613197N _ a 113M W PCC Ara 61 m.m 2NWR81 APJ 61aa 11 ]1)1WIA5 EDN$TROCTID6. 11MIT5 61=.N 911105]]!• GRAVEL 613113,16 z z1.,rT • 61X).91 DELINEATED WETLAND — • w '* DO NOT DISTURB OUTSIDE OF ` CONSTRUCTION LIMITS .. I CRANDIC PARK - /L�;. 5• POiENTAL INDwu BAT ROOST TREE - 00 NOT RB I o o Soil Boring Point Table Point # Northing Easting 10 613197N 39W9eID u 113M W 217'.. Ara 61 m.m 2NWR81 APJ 61aa 11 ]1)1WIA5 AP.5 61=.N 911105]]!• 1. 613113,16 z z1.,rT E.sT WI 61X).91 zltlMl e] A. —.—.—.—.T — — _ — — ._ _ — — _ — — — CRATIDIC RAILROAD -.7sm •� T @ j- CONSTRUCDON UMRSJ „j ! t D t •'� � Aq a '� —Ay CONSTRUCTION LIMITS FOR Y $ 211 _ A Y - SPLITTER BOX. ACCESS FROM KING LOTO UGN RILEY P ^ r —•! d ,.:. ACCESS TO C t t` svu E Box`q_._ 1 t 5 x L%+ W Yl L6 12 H D i —lift t fit L _ Air H W Y 11 2ND 51 y '. t► �� #' LSTALLA ION UNITS FOR TRASH MOM HAWKIIATIDN. ACCESS STRUCTURE FROM- *�•p HAWKINS DRfvE. SEE SHEETS C1 O0, JRNI C504 AND C505 FOR TRASH RACK :..� DETAIL AI 17 PROJECT OVERVIEW MAP try 4L1: 1 .J 1 5 B16, s I cAD nLE n. <IR9a ael oao261 uDSD. a c co0� vR "L01�""`Y. i.o. :i> u E R Fi 1I.•�,--_-.._ HR HRGrwn.Com C�fTY O'FSIO�WA CfTYRMWATER PUMP STATION PROJECT OVERVIEW MAP - _ Green DRAWN BY: JPC t APPRWFD: TNS JOB GENERAL NUMBER; 10100261 0 1' CAD OATS' 12/10/1013 11:12:20 w F NOT MC NGl 3 E SHORE TRNL A GNMENTL I Nj Q I 1 Hb • - • - 354OD • - I CR4NgC RNLRt1AO NICNAENT I_--_--__ F ALIGNMENT DATA So w 1' _ 36. i DRAWN W. JPc .pI MtE: 2013 Uw 15 ate INLN t ' APPRO+ID: TMS .pB MUM: 10100241 D 7 m GATE 12/13/2013 11:1621 PM IT NOT ant INCN AWusr scut 7cco90 iCi1D f1E: \\Nrgcrtwe\BOW\10100241\G1D\Ow2s\G\GDO4 55]'39 XWE AUGNMEM OATaE.q 2251 WOO 881.21'18.4rE U O Hp 5T H 9 39 DIV& A GNMENT 36-00 36.51 O ® HRGreen.com HRGreen AIW9-(RSTe33 Nn Length Rem WWCOUYIT9eWon AVm Li MOD S5T•39m m u 2: 55]'39 XWE C3 2251 WOO 881.21'18.4rE U M.M S?1.8905924 2 ROCKY SHORE TRAIL ALIGNMENT DATA srAl c. AlI9N,NNm- IROCE1 SM,w Cy NUMB, Lm91N RWW4 LIMOM1UY� AVelu L10 1BA3 N3r 34.43.184 no to3.ea txo.00 N34•mm.524 Ltt 3261 I I N36. 1Z48ASE 3 ROCKY SHORE DRIVE ALIGNMENT DATA SGLL£: 4 SURVEY CONTROL DATA SC4E: ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA Cm, IOWA SURVEY CONTROL DATA CRANDIC PoMY Nah Eee18p EwroBm Owugem t00o SINAT.T 217088050 85248 CP IRFSY 1001 812895.51 2ITWW65 652,11 CP IR 1= 810 67 217102974 6513? CP IR I= 61=M 217102051 6525) CP IRFSY391 1001 6139893 2170961.14 84880 CP TAI 4 SURVEY CONTROL DATA SC4E: ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA Cm, IOWA 5 CRANDIC RAILROAD ALIGNMENT DATA, o w 4:: C-) � ~ -+ n n< �c t <m A O� 3 n BID SP M-18-13 GENERAL =G��4 ALIGNMENT DATA CRANDIC NUMat LaMN IW La.maomdl.ea, AV" Lzoo NT." SW W W.9 L201 19.38 S1r WW.314 L202 19.37 815'11'18.11£ V83 193] Bt5'2S SO.itE 1201 193] 815.4]38.11£ L20s 19+37 Si5.194138E L206 19.37 515.53'0029£ =7 19.37 SIT'x'8885E Lax MOO ete'2r Myr£ C2W 15T.53 113529 89.11'4879£ 120D 11.00 82I'S911.BB'E L210 WX Sm•4Tm.45£ L211 1937 Sar 393725£ UH2 1937 830'U5'SBM£ L213 1927 Sm'35W41£ L214 1937 53r5r45M£ L215 1937 531.1rWAIT 121e 1939 531'19m4 U17 mo 831'm46.97•E L218 MIS 831.21'2841£ L219 13.75 831.253558£ = 13.75 331'3350A5£ 1221 13.75 &11.48'12A1£ 1222 13.75 S3r0242.81'E 1221 13.15 S32. 231954E L2N 13.75 53T45'D15SE 1225 732 S9. 19561rE =1 5.36 101.e0 W. w WME tate Tm 555.3401M4 1227 1315 Sm. 03'588M l2m 13.75 S58. 28'4158£ 11m MIS S58.491801E LZ4U MIS SSr0449.T8E L91 MIS 85r191186E 1+332 13.75 SSr 9 2S99£ L233 MIS S57. 3833.434 L91 Imm Wr31.14.6TE LT6 855 BST 31'm.T L2x 525 SSr3253.to£ U37 625 IRM 3I41.53£ L2x 6A S6r 395192£ L2x 655 SB?-45'323rE 1240 525 85]•523421£ 41"M S58.2904.BrE 1242 59.11 560'0902.B8E 5 CRANDIC RAILROAD ALIGNMENT DATA, o w 4:: C-) � ~ -+ n n< �c t <m A O� 3 n BID SP M-18-13 GENERAL =G��4 ALIGNMENT DATA ITEM ITEM ITEM UNIT TOTAL NO. CODE DESCRIPTION QUANTITY NO. CODE DESCRIPTION 42 QUANTITY MANHOLE, TYPE SW -401, 48 INCH DIAMETER EA 1 43 6010.108-B-0 GENERAL EA 2 44 8010.108-B-0 INTAKE, TYPE SW --M EA 1 1070-206-A-0 TRAFFIC CONTROL LS 1 1 46 8010.108-B-0 INTAKE, TYPE SW -513,3.5 FTX 3.5 FT EA 2 47 GENERAL CONDITIONS LS 1 2 STREETS AND RELATED WORK 48 EARTHWORK PAVEMENT, PCC, B INCH SY 852 49 7030-108-A-0 REMOVAL OF SIDEWALK SY 134 3 2010-108-0.1 TOPSOIL, ON-SITE CY 520 51 7030.108-A-0 REMOVAL OF DRIVEWAY SY 826 4 2010-108-63 TOPSOIL, OFF-SITE CY 346 53 7030-100-QO SPECIAL SUBGRADE TREATMENT FOR SHARED USE PATHS SY 415 5 2010.108-G-0 SUBGRADE PREPARATION SY 927 55 7030.108-G-0 DETECTABLE WARNING SF 40 6 2010.108-H-0 SUBGRADE TREATMENT SY 444 57 7030.70841-1 DRIVEWAY, PAVED, PCC, TYPE A, SINCH 7 2010-108-1-0 SUBBASE, MODIFIED, 61N SY 1371 SY 410 59 7040-108-H-0 PAVEMENT REMOVAL, PCC 8 2010.108)-1 REMOVAL OF STRUCTURE, HEADWALL EA 1 80 9010.108-8-0 HY DRAUUC SEEDING, FERTILIZING AND MULCHING, SODAS TYPE 1 AC 1 9 2010.108.1-1 REMOVAL OF STRUCTURE, PIPE APRON EA 4 82 9040.108-A-2 SW PPP MANAGEMENT LS 1 10 2010.108 -J -2-c REMOVAL OF KNOWN PIPE CULVERT, RCP, 60 INCH LF 55 64 9040-108-E-0 TEMPORARY RECP, TYPE 2.D SY 990 11 2014108)-3a REMOVAL OF KNOWN PIPES AND CONDUITS, ABANDONED WATER MAIN, 61NCH LF 40 68 9040.108-N-1 SILT FENCE LF 750 12 2010 -108 -J -3a REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 12 INCH LF 63 66 9040.108-N-3 SILT FENCE, REMOVAL OF DEVICE LF 750 73 2010-1081-3-B REMOVAL OF KNOWN PIPES AND CONDORS, WATER MAIN, 16 INCH LF 103 70 9040 -108 -T -t INLET PROTECTION DEVICE, SURFACE- APPLIED EA 6 14 2010 -108J -3-e REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 24 INCH LF 88 72 9060-108-A-0 CHAIN LINK FENCE, 8 FT LF 135 75 2010 -1081 -XX REMOVAL OF HYDRANT ASSEMBLY EA 1 74 BOLLARD EA 11 16 2010-108-L-0 COMPACTION TESTING LS 1 SWING FLOOD GATE LS 1 78 17 2300-107-A EXCAVATION AND DISPOSAL OF E)4STING FILL -CLASS 13 CY 4791 SUBMERSIBLE STORMWATER PUMPS (2 TOTAL) LS 1 78 18 MANUAL SCREEN CLASS A CRUSHED STONE 8N PLACE) CY 1458 SLIDE GATE (72X8; 2 TOTAL) EA 2 80 19 2300.107-E ROCK EXCAVATION CY 100 20 2300-107-8 EMBANKMENT SOILS (S4 PLACE) CY 1304 VALVE BOX EXTENSION 1RE74CH AND TR131CHLESS CONSTRUCTION 21 3010-108-E-0 SEWER PIPE SUPPORT OVER E)QSTING UTILITY EA t SEWERS AND DRAINS 22 4020-108-A-1 STORM SEWER, TRENCHED, CLASS III RCP, 15 INCH, GASKETED LF B 23 4020-108-A-1 STORM SEWER, TRENCHED, CLASS III RCP, 18 INCH, GASKETED LF 196 24 4020.108-A-1 STORM SEWER, TRENCHED, CLASS III RCP, 24 INCH, GASKETED LF 214 25 4020-108-A-1 STORM SEWER, TRENCHED, CLASS III RCP, 36 INCH, GASKETED LF 40 26 4020-108-A-1 STORM SEWER, TRENCHED, CLASS III RCP, 84 INCH, GASKETED LF 20 27 4020.108 -GO REMOVAL OF STORM SEWER, VARIOUS, 36 INCH DIA AND SMALLER LF 48 28 BOXCULVERT, TRENCHED, SINGLE CELL 12 FT X5 FT PRECAST LF 29 29 PRECAST SLOPED END SECTION FOR 12 FT X5 FT BOX CULVERT EA 1 30 SAFETY GRATE FOR BOX CU LVERT, RF -29 TYPE 3, MODIFIED LS 1 31 GENERATOR ENCLOSURE FLOOR DRAIN AND STORM CONNECTION LS 1 32 4040-108-A-0 SUBDRAIN, TYPE 2,6 INCH LF 171 33 4040.108 -GO SUBDRAIN CLEANOUT, TYPE A-1 EA 2 34 14040-108-D O SUBDRAIN OUTLET, 61NCH EA 1 WATER MAINS AND APPURTENANCES 35 5010-108A-1 WATER MAIN, TRENCHED, DIP, 12 INCH LF 90 36 5010-108-A-1 WATER MAIN, TRENCHED, DIP, 16 INCH LF 103 37 5010-108-A-1 WATER MAIN, TRENCHED, DIP, 24 INCH LF 147 38 5010-108-G1 FITTINGS, WATER MAIN, MJ XMJ, DUCTILE IRON LB 6594 39 5020.108-A-3 BUTTERFLY VALVE, 121N- MJ, DUCTILE IRON EA 4 40 5020.108-G1 HY DRANT ASSEMBLY EA 1 N 41 5020.10&F-0 C3 w y O tin V r rri rn G� o Q Cn BID SET 01-18-13 DRAWN BY: J♦� JDB DATE: 1013 w IS ARE IRON M omcvE pawRcs. 10100241 �'19 N0. DAtE BY REVISION DESCRIMN � a/,v„ � Avw �� _ ,�,,�� a y�.�.,,ix Rtvao�s PUMP STATION GENERALNUYBER: 0 HRGreen.com =SHOREMWATER G005 AM \\1Wcmoe\dab\10100241\CAD\A9s\G\0= HRGreen ESTIMATED QUANTITIES GN NLE: ES11WM OLLWiRIESAN9 ITEM ITEM ITEM UNIT TOTAL NO. CODE DESCRIPTION QUANTITY STRUCTURES FOR SANITARY AND SEWERS 42 6010 -108 -AO MANHOLE, TYPE SW -401, 48 INCH DIAMETER EA 1 43 6010.108-B-0 INTAKE, TYPE SW -502 EA 2 44 8010.108-B-0 INTAKE, TYPE SW --M EA 2 45 6010.108-B-0 INTAKE, TYPE SW -512.24 1NCH DIAMETER EA 1 46 8010.108-B-0 INTAKE, TYPE SW -513,3.5 FTX 3.5 FT EA 1 47 6010.10841-0 REMOVE INTAKE EA 2 STREETS AND RELATED WORK 48 7010.108-A-0 PAVEMENT, PCC, B INCH SY 852 49 7030-108-A-0 REMOVAL OF SIDEWALK SY 134 50 7030-108-A-0 REMOVAL OF SHARED USE PATH SY 297 51 7030.108-A-0 REMOVAL OF DRIVEWAY SY 826 52 7030.108 -GO SHARED USE PATH, PCC, B INCH SY 296 53 7030-100-QO SPECIAL SUBGRADE TREATMENT FOR SHARED USE PATHS SY 415 54 7030-108-E-0 SIDEWALK, PCC, 51NCH SY 144 55 7030.108-G-0 DETECTABLE WARNING SF 40 58 7030-108-H-1 DRIVEWAY, PAVED, PCC, TYPE A, 71NCH BY 33 57 7030.70841-1 DRIVEWAY, PAVED, PCC, TYPE A, SINCH SY 47 58 7030-108-H-2 DRIVEWAY, GRANULAR SY 410 59 7040-108-H-0 PAVEMENT REMOVAL, PCC SY 304 SITE WORK AND LANDSCAPING 80 9010.108-8-0 HY DRAUUC SEEDING, FERTILIZING AND MULCHING, SODAS TYPE 1 AC 1 61 9040-108-A-1 SW PPP PREPARATION LS 1 82 9040.108-A-2 SW PPP MANAGEMENT LS 1 83 9040.108A-3 SW PPP QUALIFYING RAINFALL EVENT INSPECTION EA 10 64 9040-108-E-0 TEMPORARY RECP, TYPE 2.D SY 990 85 9040.108.1-0 RIP RAP, CLASS E REVETMENT TON 84 68 9040.108-N-1 SILT FENCE LF 750 67 9040.108-N-2 SILT FENCE, REMOVAL OF SEDIMENT LF 750 66 9040.108-N-3 SILT FENCE, REMOVAL OF DEVICE LF 750 89 9040-108-0-1 STABiUZEO CONSTRUCTION ENTRANCE SY 167 70 9040 -108 -T -t INLET PROTECTION DEVICE, SURFACE- APPLIED EA 6 71 9040.108-T-2 INLET PROTECTION DEVICE, MAINTENANCE EA 6 72 9060-108-A-0 CHAIN LINK FENCE, 8 FT LF 135 73 9060.108-8-0 GATE, CHAIN LINK, 8 FT HEIGHT, 24 FT WIDTH EA 1 74 BOLLARD EA 11 PROCESS 75 SWING FLOOD GATE LS 1 78 LOCKOUT EQUIPMENT FOR RILEY BOX SLIDE GATES LS 1 77 SUBMERSIBLE STORMWATER PUMPS (2 TOTAL) LS 1 78 MANUAL SCREEN EA 1 79 SLIDE GATE (72X8; 2 TOTAL) EA 2 80 PUMP STATION HATCHES AND VENTS LS 7 VALVE BOX EXTENSION EA 2 ITEM ITEM ITEM UNIT TOTAL NO. CODE DESCRIPTION QUANTITY STRUCTURES FOR SANITARY AND SEWERS 42 6010 -108 -AO MANHOLE, TYPE SW -401, 48 INCH DIAMETER EA 1 43 6010.108-B-0 INTAKE, TYPE SW -502 EA 2 44 8010.108-B-0 INTAKE, TYPE SW --M EA 2 45 6010.108-B-0 INTAKE, TYPE SW -512.24 1NCH DIAMETER EA 1 46 8010.108-B-0 INTAKE, TYPE SW -513,3.5 FTX 3.5 FT EA 1 47 6010.10841-0 REMOVE INTAKE EA 2 STREETS AND RELATED WORK 48 7010.108-A-0 PAVEMENT, PCC, B INCH SY 852 49 7030-108-A-0 REMOVAL OF SIDEWALK SY 134 50 7030-108-A-0 REMOVAL OF SHARED USE PATH SY 297 51 7030.108-A-0 REMOVAL OF DRIVEWAY SY 826 52 7030.108 -GO SHARED USE PATH, PCC, B INCH SY 296 53 7030-100-QO SPECIAL SUBGRADE TREATMENT FOR SHARED USE PATHS SY 415 54 7030-108-E-0 SIDEWALK, PCC, 51NCH SY 144 55 7030.108-G-0 DETECTABLE WARNING SF 40 58 7030-108-H-1 DRIVEWAY, PAVED, PCC, TYPE A, 71NCH BY 33 57 7030.70841-1 DRIVEWAY, PAVED, PCC, TYPE A, SINCH SY 47 58 7030-108-H-2 DRIVEWAY, GRANULAR SY 410 59 7040-108-H-0 PAVEMENT REMOVAL, PCC SY 304 SITE WORK AND LANDSCAPING 80 9010.108-8-0 HY DRAUUC SEEDING, FERTILIZING AND MULCHING, SODAS TYPE 1 AC 1 61 9040-108-A-1 SW PPP PREPARATION LS 1 82 9040.108-A-2 SW PPP MANAGEMENT LS 1 83 9040.108A-3 SW PPP QUALIFYING RAINFALL EVENT INSPECTION EA 10 64 9040-108-E-0 TEMPORARY RECP, TYPE 2.D SY 990 85 9040.108.1-0 RIP RAP, CLASS E REVETMENT TON 84 68 9040.108-N-1 SILT FENCE LF 750 67 9040.108-N-2 SILT FENCE, REMOVAL OF SEDIMENT LF 750 66 9040.108-N-3 SILT FENCE, REMOVAL OF DEVICE LF 750 89 9040-108-0-1 STABiUZEO CONSTRUCTION ENTRANCE SY 167 70 9040 -108 -T -t INLET PROTECTION DEVICE, SURFACE- APPLIED EA 6 71 9040.108-T-2 INLET PROTECTION DEVICE, MAINTENANCE EA 6 72 9060-108-A-0 CHAIN LINK FENCE, 8 FT LF 135 73 9060.108-8-0 GATE, CHAIN LINK, 8 FT HEIGHT, 24 FT WIDTH EA 1 74 BOLLARD EA 11 PROCESS 75 SWING FLOOD GATE LS 1 78 LOCKOUT EQUIPMENT FOR RILEY BOX SLIDE GATES LS 1 77 SUBMERSIBLE STORMWATER PUMPS (2 TOTAL) LS 1 78 MANUAL SCREEN EA 1 79 SLIDE GATE (72X8; 2 TOTAL) EA 2 80 PUMP STATION HATCHES AND VENTS LS 7 ITEM ITEM ITEM UNIT TOTAL NO. CODE DESCRIPTION QUANTITY STRUCTURAL 81 FLOOD WALL H-PILES LF 306 82 FLOOD WAIL SHEET PILE SF 4769 83 FLOOD DOOR EA 2 84 FLOOD WALL CONCRETE CY 241 85 PRECAST ARCHITECTURAL CONCRETE LS 1 86 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE SLAB ON GRADE CY 510 87 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE WALLS CY 684 LS 1 88 PUMP STATION CONCRETE ELEVATED SLABS CY 198 HVAC 89 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE FILL CY 20 90 FLOOD GATE CONCRETE DRILLED PIERS CY 143 STRUCTURAL 91 PUMP STATION TRANSFORMER PAD CY 7 92 PUMP STATION BRICK LS 1 93 PUMP STATION GRATING, STAIRS, RAILS, OTHER MISC METALS LS 1 ELECTRICAL 94 EMERGENCY STANDBY GENERATOR SYSTEM lS 1 95 ELECTRICAL DISTRIBUTION EQUIPMENT LS 1 96 REDUCED VOLTAGE SOLID STATE SOFT-START MOTOR CONTROLLERS N C.D _O W DC7 J r rri m 3J x � m cn BID SET 01-18-13 oRAwN W. JPc JOB DALE: 201} aw i] une inch ox OfF1G01 WUMNGS. MPROYED: AEM JOB NUMBER: 10100241 0 �' No. DATE er REwsION DEscRlanox 1 Y/13/1] 6N ILUY 11 - WITER.. R SOEW.W( PEY61LW5 ROCKY SHORE STORMWATER PUMP STATION GENERA sy_er no. it nm axe ixcn. HRGrwn.com CfTY OF IOWA CITY 6006 CAD OAIE: 12/16/2013 8:16:40 AM Iniusr sCOS rccoxowGIEr HRGreen IOWA CITY, IOWA ESTIMATED QUANTITIES CID PID[: \\hr9cmaa\data\10100241\CAD\Owga\C\C008 ESOMAIEO OUAMRIES.dwg LS 1 97 ELECTRICAL CONSTRUCTION LS 1 HVAC 98 ELECTRICAL ROOM HEATING AND VENTILATION LS 1 BID ALTERNATE 1 STRUCTURAL 99 GENERATOR ENCLOSURE ARCHITECTURAL CONCRETE ENHANCEMENTS LS 1 BID SET 01-18-13 i OPAWN BY: JLM JOB OAT. 2013 9w c ME Wcx .. W. 0.47E BY REVISION DE6CRIPrpN sl.ttr xo. Omcul wuwxcs. 1 z/��/u ox ,, F1 _ ,W,� a s�wwx Mora ® nROCKY SHORE SiORMWATER PUMP STATION GENERAL MPRWED: AEN JOB NUMBER: 10100241 ° I' CPD OAT. 12/16/2013 9:42:14 AM a xm 0.4E ixcx. - HRGreen.com F IOWA CITY ""HRGreen ESTIMATE REFERENCE NOTES CAO FlIE \\NqW \lata\10100241\C4N\ s\0\0007 EST-mAl REFERENCE NO TY, IOWA i ITEM Np, ESTIMATE REFERENCE NOTES OBEML =ATP�E TRAFFlC CONTROL RJN NJD NOTESTR/fRC CONTROL DEMCESPND EQUIPMENT NECESSPRYTO M41NiAN TRMFIC IN PCCORDPNCE WTMTHE CONTRPCT DOCUM3JTS AND THE ORMTRMRC COMROL DEMCES (M/TCD). 2 ATHISREM INCLUDES MDBILIIA710N.SUPERV/90N,T@AVRMVFACRRIESMA Ui1LRIES,TQ.PORMVMFPNS OF IXCAVAnON PROTECnONDEWATETLNG, EQUIPMENT RENTAL AND OTHER MSCaLM1EWS COSTS. EARTHWORK 3 AIN ACCORDANCE NRH SILICAS SECTION 2010 AND THE FOLLOWING 8 WAVTRV BASED ON VOLUN£TO STRIP, SALVAGE AND SPREAD 6 INCHES OF TOPSOIL OVER ALL DISTURBED MEAS. BID WPMRV EQUALS COMPACTED VOLUME C. REMINCLUDES REMOVAL AND STOCKPILING OF E%ISTING TOPSOIL FOR REUSE AND PLACEMENT OF TOPSOIL. D. THE CONTRACTOR WILL BE PWD THE CONTRACT UNIT PRICE PER CUBO YARD. THIS SHALL � FULL COM1PBJSAnON FOR STRIPRNG STOCKPILING RIRNISHING. T/ilNSPORTING. AND PLACING TOPSOIL IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. E OVERHAUL WILL NOT BE MEASURED OR PAD FOR, BUT SHML BE CONSIDER® MCIDEM/l. d AIN ACCORDANCE WTH SODAS SECTION 2010 M1DTHEFOLLOWING : B. USE SUITABLE TOPSOIL OF UNIFORMQUPLfTV.EREE FROM HARD CLODS. ROOTS, SCO. STIFF CLAY, NFFtD PPM. STONES LARGER THAN 1 INCH (721NCM FOR NRFGRASS SEEDING). LIME CEM3R, J6H. SLAG. CONCRETE. iM RESIDUE. TARRED PP�2, BOARDS, CHIPS. STICKS. OR MY UNDESIRABLE MATERIAL C. THE ENGINEER WILL APR20VE THE SOURCE OFOFF-SITETCYSgL. SURFACE SOILS FROM DITCH BOTTOMS. DRgI.� PONDS. AND ERODED PREAS. ORSOLS THAT ARE SUPPORTING CftONfM OF NO%IOUS VffDS OR OTHER UNDESIRABLE VEGETATION, WILL NOT BE ACCEPTED THE ENGINEER WLL DETERMNE IF TESTING IS NECESSARY THE CONTRACTOR WILL ff RESPONSIBLE FOR PAVMBJT OF THE TESTING IF THE OFF-SITE TOPSOIL DOESNOT MST THE ABOVE REQUIREMENTS . IF THE TESTING VERIFIES THE OFF-SfTE TOPSOIL DOES MEET THE ABOVE REQUIREMENTS, PAYMENT FOR THE TESTING WLL BETHE RESPCNSIBLRV OF THE JURISDICTION D. THE CONTRACTOR WILL BE PP10 THE CONTRACT UNIT PRICE PER CUBO VMD. THIS SHALL BE CONSIDERED FULL COMPBJSATIpJ FOR FURNISHING ALL TOOLS. EQUIPMENT, LPBDR AND MATERIALS NECESSARY FOR THISITEM IN ACCORDANCE WTM THE CONTRACT DOCUMENTS AND PER SODAS 2010. E. R IS ASSUMED 61NCHES OF TOPSOIL SHALL BE SPREAD ON ALL MEAS TORECENE SEEDING. 5 AWACCORDPtJCE WTH SUDPS SECTION 2010. B. RffHJ TO TYPICAL SECTIONS 6 IN ACCORDANCE WTH SODAS SECTION 2010 B. GEOTEXTLE PER SODAS 2010.20dL 4i AND MYNUFPCTURQiSRECOM.8JDA710NS C. GEOIEXTiLE FABRIC TO BE APPROVED BY OWNERS REPRESENTATIVE PRIOR TO INSTALLATION D. SEE TYPICAL TRP1L DETAIL 7 AWACCORDANCE NRH SODAS SECTION 2010. e REFER ro TWICPL sEcnarls B AIN ACCORDANCE WTH SODAS SECTION 2010 B. SEE FLAN SHEET D100 FOR SIZEMD lOCP71gJ C. UNIT BID PRICEINCLUOFS REMOVPL AND DISPOSAL OF STRUCTURE. B AIN ACCORDANCE WTH SODAS SECTION 2010. B. SEE PLM! SHEET D100 FOR LOCATIONS C. UNIT BID PRICE INCLUDES RQr1THPl AND DISR)S0. OF APROfJ. 10 AIN ACCORDANCE WTH SODAS SECTION 2010 B. 51� PLM SHEET D700 FOR LOCATIONS G UNIT BID PRICE INCLUDES RB.l7V/t AND DISPOSAL OF RPE CULVERT 11 AIN ACCORDANCE WTH SUD/65ECnON 2010 B. SEE PLAN SHEET D700 FOR lOCP71pJ5 C. UNIT BID PRICE INCLUDES RBAOVPL 0210 DISPOSAL OF WATER MAIN 12 AIN ACCORDANCE WTH SUDPS SECnON 2010. B. SEE PLAN SHEET 0100 FOR LOCATIOtJS. C. UNIT BID PRICE INCLUDES REMOVAL AND DISPOSAL OF WATER MAIN 13 ABJ ACCORDANCE KITH SUDJS SECTION 2010. B. SEE PLAN SHEET 0100 FOR LOCATIONS C. UNIT BID PRICE INCLUDES R@AWPI AND DISPOSAL OF WATER WTI 14 AIN ACCORDANCE WTH SODAS SECTION 2010. B SEE R.PN SHEET D100 FOR LOCATION S. C. UNIT BID PRICE INCLUDES REMOJM AND gSPOSAI OF WATER IANN 15 ASg PlJ4J SHEET D100 FOR LOCATION 16 AMACCOROMlCE WTH SUDIS SECTION 2010 AND SPECIFlCATICN SECTION 02300-EN27NKORK B. THE CONTRACTOR SMML BE RESPONSIBLE FOR COMPPCTIOtJ TESTING OF ALL TRENCHES, FILLS. AND ROlOWAY SUBGRPDES. PQJFOftf.H18YMJ INDEPENDE7JTTESTING LABORATORY HIRED BVTHE CpJTRPCTpT. C. THE CONTRACTOR SHALL BE PAD THE LUMP SUMCONTRACT PRICE NO MEPSIREMEtR WLL BE MADE D. THE CONTRACTOR WILL BE RESPONSIFLE FOR PAYMENTS ASSOCIATED WTH ALL RETESTING RESULTW GFROMFALURE OF NUTVI TESTS. 17 W ACC ORDMCE WTH SPEC IFlCIO'ION SECnpJ 02300. 18 ALOCAT®BQJFA7H PUMPSTATION AND GENERATOR ENCLOSURE. SEESSHffTS 10 AIN PCCORDMICE WTH SPECIFlCA7ICN SECT] ON 02300. B TTEMPLIOKS FOR ROCK IXCAVATION ON THE 577E ASNEED® AND PYPRpvID BY THE BJpNffR 20 AMACCORDANCE NlTH SPEC IRCATION SECnaN 02300 B. CONTRACTOR SHALL ENGAGE AOUMIRED INDEPENDENT GEOTECHNICAL ENGINEERING TESTWGAGENCVTO PERFORM FIELD WNTYCONTORL TESTING INGOQJTPL. TRENCH AND TRENCFaEsa Ix7NSTRIJCTION 21 A Sff R-M SHEET C305 FOR LOCATION . 6. CONSTRUCT W ACCORDMCE WTM SUDlS FIGURE 3010901. C. THE CONTRACTOR WILL BE PAD THE CONTRACT UNIT PRICE R32 EACH SEWER RPE SUPPORT OVER EXISTING UTILITY THIS SHALL BE CONSIDER® FULL COMIBJSUION FOR FURNISHINGALL TOOLS, EQUIPMENT LABOR AND MATB2Ni5 NCCESSPFtVTO CONSTRUCT THE SEVER RPE SUPPORT M ACCORDANCE NTTM THE CONTRACT DOCUMENTS ITEM NO. ESTIMATE REFERENCE NOTE_5_ EWERS A GRAINS 22 AIN ACCORDANCE WITH SODAS SECTION d020 B. REFER TO STORMSEWSt RPE TPBULATION. C USE RUBBER O-RING OR RTOFlLEGASKET COM'LNNG WTH ASTMC443 FORPLL JgNTS. D. CONNECTION TO BOX CULVERT, AS INDICATED ON THE PLANS. SHALL BE INCIDEMM TO THE UNIT PRICE OF THE RPE 23 A IN ACCORDANCE WTH SUO/S SECTION 4010. B. REFER TO STOf7MSEN£R RPETPR1LAnON C. USE RUBBER O-RING OR PROFILE GASKET COhPLtlNG WTH /STM C N3 FOR ALL JOINTS D. CONNECTION TO80% CULVERT. PS INDICATED IXJ THE PLANS, SHALL � WCIDEMN. TO THE UNIT PRICE OF THE RPE 24 AIN ACCORDANCE NTH SODAS SECTION 4020. B. REFER TO STORMSEKHJ RPE TPBULATION. C. USE RUBBER O-RING OR PROFILE GASKET COM'LtlNG WTH ASfMC d43 FOR ALL JOINTS D. CONNECTION TOSTORMRPE. PS INDICATED OFJ THE PLANS. SHALL BE INCIDENTAL TOTHE UNIT PRICE OF THE RPE. 25 AIN ACCORDANCE WITH SODAS SECTION d020 B. REFER TO STORMSQA'62 RPETPdJLATION C. USE RUBBER O-RING OR PROFILE GASKET COMPLNNG WITH ASTM C 443 FOR Ml JOINTS D. CONNECTION TO EXISTING STORMRPE.. PS INDICATED ON THE ELMS. SHALL BE INCIDENTAL TO THE UNIT PRICE OF THE PIPE. 26 AIN lCCORDPlJCE WITH SURAS SECTION 4010 B. REFER TO STORMSEW3J RPETFBULAnON. C. USE RUBBER O-RING OR PROFILE GASKET COIALYING WITH ASTM C 643 FOR ALL JOINTS D. CONNECTION TO EXISTING STORMRPE, M INDICATED OF! THE R-MJS. SHALL BE INCIDENTAL TO THE UNIT PRICE OF THE PIPE. _ 27 AIN ACCORDANCE KTiH SODAS SECTION 4020. D. SEE PLM SHEET 0100 FOR LOCPTIONS. 28 AREFER TO STOFtMSEVrHt RPE TABULATION AND BOX CULVERT DETAILS B. BOX CULVERT MEASURED IN LINEAR FEET HONG THE CENTERLINE OF THE CULVERT FROM INSIDE WALL OF STRUCTURE TO END OF THE BOY CULVERT, EXCLUSIVE OF END SECTION C. BOX CULVERT TO MEET THE REQUIREMENTS OF SECTION 2415 OF THE K)VJ4D0T STANDARD SPECIRCF710fJS. D. ML BOX CULVERT JOINTS 9102E BE KftPPFED VNTFi GEOTIXTILE FABRIC PER NSHTO 024268, TYPE N. E.TMECONTRACTOR WILL BE PAD iHECONTRPCT UNIT PRICE PER LINEAR FOOT. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHMGPLL TOOLS. EQUIPMENT. LABOR AND MATERIPLS NECESSPRYTOCOtJSTRUCT THE BOX CULVSJTPS SHOWN qJ THE PLMJSMD IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. W CLUDINGTRENCH FJ(CAWTKM. DEWATERING. FURNISHING BEDDING MATERIAL, PLACING BEDDING AND BACKFILL MATERIAL, JOINT TREATMENT, MIDTIE-BOLT CONNECnONS 29 AREFH2 TO STORMSEVJHJ STRUCTURE TABULAnCN AND BOX CULVERT SLOPED END SECnON DEfgLS. B. DROP WALL CURB. AND Gl1MDRPYI ME INCIDENTAL TO THE BOX CULVERT SLOPED END SECTION. C.TME CONTRACTOR WILL BE PAD THE CONTRACT UNRPRICEPER EACH THIS SHALL BE CpJSIDQJEO FULL COF.PENSAnON FOR FURNISHING ALL TOOTS. EWIR�rEM. LABOR AND MATERNLS NECESSMYTO CONSTRUCT THE BOX CULVERT SLOPED END SECTION AS SHOWN ON THE PLANS PfJD IN ACCORDANCE WITH THE CONTRACT DOCUM7JTS.OICLUDINGTRENCH EXCAVAnOtJ.FURNISHING BEDDING MATQ2IA, PLACING BEDDING AND BPCIffILL MATERIPL. CONNECTORS. AND OTHER APPURTENANCES 30 ASEE PIMl SHEET C700 FOR LOCATION 8 SEE PLAN SHEETS CSOd AND C505 FOR DETAILS C BD REM PND LUMP SUMMD IS CONSIDERED FULL COMPENSPnpJ FOR FURNISHING ALL MWERIMS.IXCAVATION TO INSTAL:::] I L. INSTALLATION AND ALL OTHER KCJRKNECESSFRVFOR FPJ3RICAnON. DELIVERY INSTALLATION. SITE CLEPN41PM0 RESTORATION 31 A SEE PV4J SHEET C503 FOR DETAILS B QD REM PAD LUTA SUMPND IS CONSIDERED FULL Cp.PENSAnON FOR FURNISHING ALL TOOLS. EW IPNIIJT, LABOR ANDMATERIALS NECFSSMYTO INSTALL ALL EQUIPMENT SHOWN ON GENERATOR ENCLOSURE FLOOR DRAM DETAIL (CHECK VlLVE. PIPING FITTINGS. BUTTERFLY VMV£, GRATING, HATCH. SICK, EEC) PS WELL AS PIPING OJJD CONNECTION TO STORM SEWER. 32 AIN ACCORDANCE WITH SUDPS SECTION dOdO AND DETAIL ON PLAN SHEEP C503. B fiEMINCLUDES TRENCH E%CAVAnON. FURNISHING AND PLACING BEDDING M1D BMJ6TLL M47ERW-. ENGINEERING FABRIC. CONNECTORS. AND fl.BOMSPND TEES. THE LENGTH OF ELBOWS 0210 TEES OF THE PIPES INSTMLED WILL BEINCLUD®M THE LENGTH OF THE RPE MEPSl/REO. 33 AIN ACCORDANCE KTTM SUDPS SECTION 4040 AND FlGURE4040232. 34 AIN PCCCRDPNCE WTHSUDAS SECTION 4060 AND FlGURE40d0233. B RPE. NCTJ-SHRINK GROUT, COUPLING BMJDS. MJD RODENT GUARD ARE INCIDENTAL. WATER MNINS AND APPURTENANCES 35 AIN ACCORDANCE \MTIJ 9JDl6 SECTION 5010 B. FOILOVJ SUDlS 5010 Z Ot 8 C C. SEE PLAN SHEET C 104 36 AIN ACCORDANCE WITH 9JDlS SECTION 5010. B. FOLLOW SODAS 5010101 B � C7 m C. SEE PU4J SHEET C tOd 37 AIN ACCORDANCE NATFI SODAS SECTION $010. B.FOLLOW SUDl550102018 ,J r' C SEEPLAN SHEETC706 36 AIN PCCOrJDPNCE WITH SU OAS SECTION 5010 a B. FOLLOW SODAS 5010203A 0� _ - C.SEEPVNSHEETC706 � C THRUST BLOCK AND RESTRAINED JOINTS ARE INCIDENTPL TO FRTW G 30 AIN PCCOfJDMCE WITH SODAS SECTION 5020 B. SEE PLM! SHEEP C 104 d0 AIN ACCORDANCE WITH SODAS SECTION 5020 B SEEPLAN SHEET CIU 41 AIN PCCg30M10E WITH SILICAS SECTION 5020. BID SET 01-18-13 i OPAWN BY: JLM JOB OAT. 2013 9w c ME Wcx .. W. 0.47E BY REVISION DE6CRIPrpN sl.ttr xo. Omcul wuwxcs. 1 z/��/u ox ,, F1 _ ,W,� a s�wwx Mora ® nROCKY SHORE SiORMWATER PUMP STATION GENERAL MPRWED: AEN JOB NUMBER: 10100241 ° I' CPD OAT. 12/16/2013 9:42:14 AM a xm 0.4E ixcx. - HRGreen.com F IOWA CITY ""HRGreen ESTIMATE REFERENCE NOTES CAO FlIE \\NqW \lata\10100241\C4N\ s\0\0007 EST-mAl REFERENCE NO TY, IOWA i ITEM Np, ESTIMATE REFERENCE NOTES OBEML =ATP�E TRAFFlC CONTROL RJN NJD NOTESTR/fRC CONTROL DEMCESPND EQUIPMENT NECESSPRYTO M41NiAN TRMFIC IN PCCORDPNCE WTMTHE CONTRPCT DOCUM3JTS AND THE ORMTRMRC COMROL DEMCES (M/TCD). 2 ATHISREM INCLUDES MDBILIIA710N.SUPERV/90N,T@AVRMVFACRRIESMA Ui1LRIES,TQ.PORMVMFPNS OF IXCAVAnON PROTECnONDEWATETLNG, EQUIPMENT RENTAL AND OTHER MSCaLM1EWS COSTS. EARTHWORK 3 AIN ACCORDANCE NRH SILICAS SECTION 2010 AND THE FOLLOWING 8 WAVTRV BASED ON VOLUN£TO STRIP, SALVAGE AND SPREAD 6 INCHES OF TOPSOIL OVER ALL DISTURBED MEAS. BID WPMRV EQUALS COMPACTED VOLUME C. REMINCLUDES REMOVAL AND STOCKPILING OF E%ISTING TOPSOIL FOR REUSE AND PLACEMENT OF TOPSOIL. D. THE CONTRACTOR WILL BE PWD THE CONTRACT UNIT PRICE PER CUBO YARD. THIS SHALL � FULL COM1PBJSAnON FOR STRIPRNG STOCKPILING RIRNISHING. T/ilNSPORTING. AND PLACING TOPSOIL IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. E OVERHAUL WILL NOT BE MEASURED OR PAD FOR, BUT SHML BE CONSIDER® MCIDEM/l. d AIN ACCORDANCE WTH SODAS SECTION 2010 M1DTHEFOLLOWING : B. USE SUITABLE TOPSOIL OF UNIFORMQUPLfTV.EREE FROM HARD CLODS. ROOTS, SCO. STIFF CLAY, NFFtD PPM. STONES LARGER THAN 1 INCH (721NCM FOR NRFGRASS SEEDING). LIME CEM3R, J6H. SLAG. CONCRETE. iM RESIDUE. TARRED PP�2, BOARDS, CHIPS. STICKS. OR MY UNDESIRABLE MATERIAL C. THE ENGINEER WILL APR20VE THE SOURCE OFOFF-SITETCYSgL. SURFACE SOILS FROM DITCH BOTTOMS. DRgI.� PONDS. AND ERODED PREAS. ORSOLS THAT ARE SUPPORTING CftONfM OF NO%IOUS VffDS OR OTHER UNDESIRABLE VEGETATION, WILL NOT BE ACCEPTED THE ENGINEER WLL DETERMNE IF TESTING IS NECESSARY THE CONTRACTOR WILL ff RESPONSIBLE FOR PAVMBJT OF THE TESTING IF THE OFF-SITE TOPSOIL DOESNOT MST THE ABOVE REQUIREMENTS . IF THE TESTING VERIFIES THE OFF-SfTE TOPSOIL DOES MEET THE ABOVE REQUIREMENTS, PAYMENT FOR THE TESTING WLL BETHE RESPCNSIBLRV OF THE JURISDICTION D. THE CONTRACTOR WILL BE PP10 THE CONTRACT UNIT PRICE PER CUBO VMD. THIS SHALL BE CONSIDERED FULL COMPBJSATIpJ FOR FURNISHING ALL TOOLS. EQUIPMENT, LPBDR AND MATERIALS NECESSARY FOR THISITEM IN ACCORDANCE WTM THE CONTRACT DOCUMENTS AND PER SODAS 2010. E. R IS ASSUMED 61NCHES OF TOPSOIL SHALL BE SPREAD ON ALL MEAS TORECENE SEEDING. 5 AWACCORDPtJCE WTH SUDPS SECTION 2010. B. RffHJ TO TYPICAL SECTIONS 6 IN ACCORDANCE WTH SODAS SECTION 2010 B. GEOTEXTLE PER SODAS 2010.20dL 4i AND MYNUFPCTURQiSRECOM.8JDA710NS C. GEOIEXTiLE FABRIC TO BE APPROVED BY OWNERS REPRESENTATIVE PRIOR TO INSTALLATION D. SEE TYPICAL TRP1L DETAIL 7 AWACCORDANCE NRH SODAS SECTION 2010. e REFER ro TWICPL sEcnarls B AIN ACCORDANCE WTH SODAS SECTION 2010 B. SEE FLAN SHEET D100 FOR SIZEMD lOCP71gJ C. UNIT BID PRICEINCLUOFS REMOVPL AND DISPOSAL OF STRUCTURE. B AIN ACCORDANCE WTH SODAS SECTION 2010. B. SEE PLM! SHEET D100 FOR LOCATIONS C. UNIT BID PRICE INCLUDES RQr1THPl AND DISR)S0. OF APROfJ. 10 AIN ACCORDANCE WTH SODAS SECTION 2010 B. 51� PLM SHEET D700 FOR LOCATIONS G UNIT BID PRICE INCLUDES RB.l7V/t AND DISPOSAL OF RPE CULVERT 11 AIN ACCORDANCE WTH SUD/65ECnON 2010 B. SEE PLAN SHEET D700 FOR lOCP71pJ5 C. UNIT BID PRICE INCLUDES RBAOVPL 0210 DISPOSAL OF WATER MAIN 12 AIN ACCORDANCE WTH SUDPS SECnON 2010. B. SEE PLAN SHEET 0100 FOR LOCATIOtJS. C. UNIT BID PRICE INCLUDES REMOVAL AND DISPOSAL OF WATER MAIN 13 ABJ ACCORDANCE KITH SUDJS SECTION 2010. B. SEE PLAN SHEET 0100 FOR LOCATIONS C. UNIT BID PRICE INCLUDES R@AWPI AND DISPOSAL OF WATER WTI 14 AIN ACCORDANCE WTH SODAS SECTION 2010. B SEE R.PN SHEET D100 FOR LOCATION S. C. UNIT BID PRICE INCLUDES REMOJM AND gSPOSAI OF WATER IANN 15 ASg PlJ4J SHEET D100 FOR LOCATION 16 AMACCOROMlCE WTH SUDIS SECTION 2010 AND SPECIFlCATICN SECTION 02300-EN27NKORK B. THE CONTRACTOR SMML BE RESPONSIBLE FOR COMPPCTIOtJ TESTING OF ALL TRENCHES, FILLS. AND ROlOWAY SUBGRPDES. PQJFOftf.H18YMJ INDEPENDE7JTTESTING LABORATORY HIRED BVTHE CpJTRPCTpT. C. THE CONTRACTOR SHALL BE PAD THE LUMP SUMCONTRACT PRICE NO MEPSIREMEtR WLL BE MADE D. THE CONTRACTOR WILL BE RESPONSIFLE FOR PAYMENTS ASSOCIATED WTH ALL RETESTING RESULTW GFROMFALURE OF NUTVI TESTS. 17 W ACC ORDMCE WTH SPEC IFlCIO'ION SECnpJ 02300. 18 ALOCAT®BQJFA7H PUMPSTATION AND GENERATOR ENCLOSURE. SEESSHffTS 10 AIN PCCORDMICE WTH SPECIFlCA7ICN SECT] ON 02300. B TTEMPLIOKS FOR ROCK IXCAVATION ON THE 577E ASNEED® AND PYPRpvID BY THE BJpNffR 20 AMACCORDANCE NlTH SPEC IRCATION SECnaN 02300 B. CONTRACTOR SHALL ENGAGE AOUMIRED INDEPENDENT GEOTECHNICAL ENGINEERING TESTWGAGENCVTO PERFORM FIELD WNTYCONTORL TESTING INGOQJTPL. TRENCH AND TRENCFaEsa Ix7NSTRIJCTION 21 A Sff R-M SHEET C305 FOR LOCATION . 6. CONSTRUCT W ACCORDMCE WTM SUDlS FIGURE 3010901. C. THE CONTRACTOR WILL BE PAD THE CONTRACT UNIT PRICE R32 EACH SEWER RPE SUPPORT OVER EXISTING UTILITY THIS SHALL BE CONSIDER® FULL COMIBJSUION FOR FURNISHINGALL TOOLS, EQUIPMENT LABOR AND MATB2Ni5 NCCESSPFtVTO CONSTRUCT THE SEVER RPE SUPPORT M ACCORDANCE NTTM THE CONTRACT DOCUMENTS ITEM NO. ESTIMATE REFERENCE NOTE_5_ EWERS A GRAINS 22 AIN ACCORDANCE WITH SODAS SECTION d020 B. REFER TO STORMSEWSt RPE TPBULATION. C USE RUBBER O-RING OR RTOFlLEGASKET COM'LNNG WTH ASTMC443 FORPLL JgNTS. D. CONNECTION TO BOX CULVERT, AS INDICATED ON THE PLANS. SHALL BE INCIDEMM TO THE UNIT PRICE OF THE RPE 23 A IN ACCORDANCE WTH SUO/S SECTION 4010. B. REFER TO STOf7MSEN£R RPETPR1LAnON C. USE RUBBER O-RING OR PROFILE GASKET COhPLtlNG WTH /STM C N3 FOR ALL JOINTS D. CONNECTION TO80% CULVERT. PS INDICATED IXJ THE PLANS, SHALL � WCIDEMN. TO THE UNIT PRICE OF THE RPE 24 AIN ACCORDANCE NTH SODAS SECTION 4020. B. REFER TO STORMSEKHJ RPE TPBULATION. C. USE RUBBER O-RING OR PROFILE GASKET COM'LtlNG WTH ASfMC d43 FOR ALL JOINTS D. CONNECTION TOSTORMRPE. PS INDICATED OFJ THE PLANS. SHALL BE INCIDENTAL TOTHE UNIT PRICE OF THE RPE. 25 AIN ACCORDANCE WITH SODAS SECTION d020 B. REFER TO STORMSQA'62 RPETPdJLATION C. USE RUBBER O-RING OR PROFILE GASKET COMPLNNG WITH ASTM C 443 FOR Ml JOINTS D. CONNECTION TO EXISTING STORMRPE.. PS INDICATED ON THE ELMS. SHALL BE INCIDENTAL TO THE UNIT PRICE OF THE PIPE. 26 AIN lCCORDPlJCE WITH SURAS SECTION 4010 B. REFER TO STORMSEW3J RPETFBULAnON. C. USE RUBBER O-RING OR PROFILE GASKET COIALYING WITH ASTM C 643 FOR ALL JOINTS D. CONNECTION TO EXISTING STORMRPE, M INDICATED OF! THE R-MJS. SHALL BE INCIDENTAL TO THE UNIT PRICE OF THE PIPE. _ 27 AIN ACCORDANCE KTiH SODAS SECTION 4020. D. SEE PLM SHEET 0100 FOR LOCPTIONS. 28 AREFER TO STOFtMSEVrHt RPE TABULATION AND BOX CULVERT DETAILS B. BOX CULVERT MEASURED IN LINEAR FEET HONG THE CENTERLINE OF THE CULVERT FROM INSIDE WALL OF STRUCTURE TO END OF THE BOY CULVERT, EXCLUSIVE OF END SECTION C. BOX CULVERT TO MEET THE REQUIREMENTS OF SECTION 2415 OF THE K)VJ4D0T STANDARD SPECIRCF710fJS. D. ML BOX CULVERT JOINTS 9102E BE KftPPFED VNTFi GEOTIXTILE FABRIC PER NSHTO 024268, TYPE N. E.TMECONTRACTOR WILL BE PAD iHECONTRPCT UNIT PRICE PER LINEAR FOOT. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHMGPLL TOOLS. EQUIPMENT. LABOR AND MATERIPLS NECESSPRYTOCOtJSTRUCT THE BOX CULVSJTPS SHOWN qJ THE PLMJSMD IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. W CLUDINGTRENCH FJ(CAWTKM. DEWATERING. FURNISHING BEDDING MATERIAL, PLACING BEDDING AND BACKFILL MATERIAL, JOINT TREATMENT, MIDTIE-BOLT CONNECnONS 29 AREFH2 TO STORMSEVJHJ STRUCTURE TABULAnCN AND BOX CULVERT SLOPED END SECnON DEfgLS. B. DROP WALL CURB. AND Gl1MDRPYI ME INCIDENTAL TO THE BOX CULVERT SLOPED END SECTION. C.TME CONTRACTOR WILL BE PAD THE CONTRACT UNRPRICEPER EACH THIS SHALL BE CpJSIDQJEO FULL COF.PENSAnON FOR FURNISHING ALL TOOTS. EWIR�rEM. LABOR AND MATERNLS NECESSMYTO CONSTRUCT THE BOX CULVERT SLOPED END SECTION AS SHOWN ON THE PLANS PfJD IN ACCORDANCE WITH THE CONTRACT DOCUM7JTS.OICLUDINGTRENCH EXCAVAnOtJ.FURNISHING BEDDING MATQ2IA, PLACING BEDDING AND BPCIffILL MATERIPL. CONNECTORS. AND OTHER APPURTENANCES 30 ASEE PIMl SHEET C700 FOR LOCATION 8 SEE PLAN SHEETS CSOd AND C505 FOR DETAILS C BD REM PND LUMP SUMMD IS CONSIDERED FULL COMPENSPnpJ FOR FURNISHING ALL MWERIMS.IXCAVATION TO INSTAL:::] I L. INSTALLATION AND ALL OTHER KCJRKNECESSFRVFOR FPJ3RICAnON. DELIVERY INSTALLATION. SITE CLEPN41PM0 RESTORATION 31 A SEE PV4J SHEET C503 FOR DETAILS B QD REM PAD LUTA SUMPND IS CONSIDERED FULL Cp.PENSAnON FOR FURNISHING ALL TOOLS. EW IPNIIJT, LABOR ANDMATERIALS NECFSSMYTO INSTALL ALL EQUIPMENT SHOWN ON GENERATOR ENCLOSURE FLOOR DRAM DETAIL (CHECK VlLVE. PIPING FITTINGS. BUTTERFLY VMV£, GRATING, HATCH. SICK, EEC) PS WELL AS PIPING OJJD CONNECTION TO STORM SEWER. 32 AIN ACCORDANCE WITH SUDPS SECTION dOdO AND DETAIL ON PLAN SHEEP C503. B fiEMINCLUDES TRENCH E%CAVAnON. FURNISHING AND PLACING BEDDING M1D BMJ6TLL M47ERW-. ENGINEERING FABRIC. CONNECTORS. AND fl.BOMSPND TEES. THE LENGTH OF ELBOWS 0210 TEES OF THE PIPES INSTMLED WILL BEINCLUD®M THE LENGTH OF THE RPE MEPSl/REO. 33 AIN ACCORDANCE KTTM SUDPS SECTION 4040 AND FlGURE4040232. 34 AIN PCCCRDPNCE WTHSUDAS SECTION 4060 AND FlGURE40d0233. B RPE. NCTJ-SHRINK GROUT, COUPLING BMJDS. MJD RODENT GUARD ARE INCIDENTAL. WATER MNINS AND APPURTENANCES 35 AIN ACCORDANCE \MTIJ 9JDl6 SECTION 5010 B. FOILOVJ SUDlS 5010 Z Ot 8 C C. SEE PLAN SHEET C 104 36 AIN ACCORDANCE WITH 9JDlS SECTION 5010. B. FOLLOW SODAS 5010101 B � C7 m C. SEE PU4J SHEET C tOd 37 AIN ACCORDANCE NATFI SODAS SECTION $010. B.FOLLOW SUDl550102018 ,J r' C SEEPLAN SHEETC706 36 AIN PCCOrJDPNCE WITH SU OAS SECTION 5010 a B. FOLLOW SODAS 5010203A 0� _ - C.SEEPVNSHEETC706 � C THRUST BLOCK AND RESTRAINED JOINTS ARE INCIDENTPL TO FRTW G 30 AIN PCCOfJDMCE WITH SODAS SECTION 5020 B. SEE PLM! SHEEP C 104 d0 AIN ACCORDANCE WITH SODAS SECTION 5020 B SEEPLAN SHEET CIU 41 AIN PCCg30M10E WITH SILICAS ITEM NO. ESRMATE REFERENCE NOTES ITEM NO ESTIMATE REFERENCE NOTES 64 AIN PCCORDNCEWRM SODAS SECTION 9040. B.PLACE TIPE2D RECP ON KL SLOPESGREATER OIJEWKT041 HV C. PREPARE SEEDBED MJD PLACE SEE MID FERTILIZER ACCORDING TO SODAS SECTION 9010 PRIOR TO PLPCING RECP. D. E%CAVATION, STAPLES. NCMORING DEMCES, NO M4TERIAL TOR NCHO�ING SLOTS ME INCIDQlTK. 65 4TRUCTl1RE5 PDR SANITARY AND STORM SEWERS 66 A W ACCORDNCE WTH SODAS SECTION 9040. 67 42 AIN PCCORDNCEWTTH SODAS SECTION 6010. B. REFER TO STORM SEKSi STRUCTURE TABULATION FOR LOCATION_ AIN ACCORDNCE WTIHSUDASSECTION9060- B.RESTORATION OFTHE MFATO FINI3JEDGRADE AND OFFSREDISPOSK aF FBJCE. POSTS. MID ACCUMULP7FH) SEDIMENT IS INCIDQJTK. 6B AIN PCCORDNCEIMTH SODAS SECTION 9040. B. SUBGRADE STPBILIZATION FABRIC ISINCIDENTAL TOTHIS REM. 70 AIN PCCORONCEVr1TH SODAS SECTION 9060. B. REM INCLUDES REM1%NK OFTHE DEMCE UPON CONPIETION OF THE PROJECT. 43 AIN PCCORDNCEWTTH SODAS SECTION 6010. B. REFER TO STORM SEWER STRUCTURE TABULATION FOR LOCASIONS. 44 AMPCCORDNCEWRH SODAS SECTION 6010. 0. REFER TO STORM SEWER STRUCTURE TABULATION FOR LOCIO'IONS. 73 AIN ACCORDNCEWITH SODAS SECTION 9060 AND THE FOLL0IMNG'. B. PVC CMRNG COLOR: BLACK F£R SODAS 9060-201-0 C. GATETO DE NON-CMJTILE�ERED D. GATE TO HAVE HMVEY IOTTOKLOW FOR SLIDING OF GATE. HMV£V NT TORE W GDENTK TO ITEM E. GATE TO HAlIE2-PART LOCKING MECHANISM W TH ONE PMT PQLNBJTKELYATTPCHED TO THE NON-MIT4NG FENCE A7 THE OPENING END ND OIJE PART ON THE SLIDING GATE TORECERE A STNDMD PADLOCK, W CIDENTK. RNK DESIGN TO BE APPROVED BYOWNER F.THE CONTRACTOR WILL BE PWD THE CONTRACT UNIT PRICE PER EACH. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISH NG ALL TOOLS. EOUIPAENT. LABOR AND MATERIKSNECESSMV FOR THIS ITEM IN ACCORDANCE VJfJH THE CONTRACT DOCUMENTS AND PER S1DA5 9060. 74 ASEE CIVIL DETAIL PROCESS � AIN PCCORONCEV4TH SODAS SECTION 6010. 77 AINCLUDES ALL ITEMS FOR PULP LISTED OR NOTED IN SPECIFICATION 11150 AND RN SHEETS 78 A SEE STRUCTURAL DETAIL 79 AOlCLUDES LABOR, EQUIPMENT AND M4TFRIFLSTOINSTKLTWO GATES AND ASSOCIATED MANUAL ACTUATORS PER THE GATE MANUFACTURERS INSTRUCTIONS BO ASEE STRUCTURAL SHEETS STRUCTURAL o 61 ASEE STRUCTURAL SMEETSNDRELATED SPECIFICATIONS 62 ASEE STRUCTURAL SHEETSMID RELATED SPECIFICATIONS B. REFER TO STORM SEWER STRUCNRETA13UlARON FOR LOCATION. 84 ASEE STRUCTURAL SMEETSNDRELATED SPECIFICATIONS w. 85 ASEE STRUCTURAL. SMEETSNORELATED SPECIFICATIONS 86 ASEE STRUCTURAL SREE7SNORELATEO SPECIFICATIONS -� 87 ASEE STRUCTURAL SHEETSNDRELATED SPECIFICATIONS 46 AIN PCCORDNCE WTTH SODAS SECTION 6010. B. REFER TO STORM SEWER STRUCTURE TABULATION FOR LOCATION, 90 ASEE STRUCNRK SHEETSNDRELATED SPECIFICARONS 91 ASEE STRUCTURAL SHEETSMJD RELATED SPECIFICATIONS 92 ASEE STRUCTURAL SMEETSNDRELATEO SPECIFICATIONS 47 A IN ACCORDNCE WITH SODAS SECTION 6010. 0. SFE PLN SHEETD100 FOR LOCATIONS !H AINCLUDES PROVISION AND INSTALLATION OF THE Qr82GBJCY STMlDBVGENERATORlSSEM3LYAND AUTOMATIC TRANSFER StiMTCH. THIS INCLUDES CONFIGURATION, STARTUP. TESTING AND DEMONSTRATION OF THIS EWIPNBJT. 95 AINCLUDES R20MSION ANDINSTALLATIONOF METER 9JCI4=T. MAN CIRCUIT BREAKER. MOTOR CONTROL CENTER ASSEMBLY. AND SAFETY DISCONNECT SWITCHES. THISINCLUDES CONFlGURARCN. STARTUP. TESTING. AND DEMJNSTRARON OFTHIS EOUIPM3JT. O6 STREETS AND RELATED WORK AMCLUDESKLOTHER ELECTRICAL CONSTRUCTION NOT INCLUDED IN THEELECTRICK BID ITEMS W30V£ THIS REM WCLUDES BUTTS NOT UNITED TO THE PROVISION AND INSTALLATION OF CONOUITAND ASSOCIATED BODIES. PULL ND JUNCRON BOXES. HNDHOLES. WiREND CABLE LIGHTING, WRING DEVICES SUCH M SWTCMES SBJSORS. AND RECEPTACLES. THIS ITEMKSOINCLUDESTHE INSTALLATION AND INTERCONNECTIONOF THE CONTROL PANEL AND CONTROL EOUIPMTITlDEMCESsUPPLIED BYTHE OMER HVAC 96 AINCLUDES HEATINGNDVENTNATIIXJEWIPhENT FOR THE ELECTRICAL ROOM BID ALTERNATE 1 STRUCTURAL AIN PCCORDNCENRH SODAS SECTION 7010. B. BID CUPMR`/INCLUDES ROCKY SHORE DRIVE AND PUAP STATION MAINTENANCE AREA C.COMRACTORSHALL PROVIDE ALL WALJTVCONTROL TESTING SERVICES AND CERTIFIED PLANT INSPECTION FOR PORTLAND CEAENT CONCRETE PER SPECIFICATIONS. F49 AMACCORDANCENTTH SODAS SECTION 7030.BSEE PLAN SHEET D 100CREMINCLUDESSAWING. HPULINGPND gSPOSAI- OFMATERIALSREAAOVED. WCIDEMK. AIN PGCORDNCEWTTM SVDAS SECTION 7030. B. SEE PIAN SHEET D700. C. REMINCIUDES SOWING, HAULING. AND DISPOSAL OF MATERIALS REMOVED, INCIDENTAL - 51 AIN ACCORDANCEWITH SODAS SECTION 7030. 8, SEE PLAN SHEET D 100, C. REMINCLUDES HAULING. AND DISPOSAL OF MATERIALS REMOVED. INCIDEMK. S2 AIN fCCORDNCE YrRM SODAS SECTION 7030. B.OUNTRVINCLUDES OPJEAFOR SHM®USED PATH (TRWL). C. CONTRACTOR SHKL PROMDE PLL OLIALITYCOMROL TESTING SERVICES ND CERTIFIED RENT INSF•EC110N FOR PORTEND CEAENTCONCRETE PER SPECNiCARONS. NOTICES. FILING ANOTICE OF INTEM FOR COVERAGE OF THE Rt0.1ECT UJJDER THE IOWADNR NPOES GENERK PERMT NO 2. ND PAIfi81T OF ASSOCIATED NPDESPH2Mi FEES. 62 AM PCCORONCEW7TH SODAS SECTION 9060. B. REM INCLUDES KL WDRKREOJIR®TOCOI.PLV Y,1TH THE ADMNISTRASNE PROMSONSOF THE IOYYADNR NPDES GENERK PERMT N0.2.INCLUD9JG 53 AIN PCCORDNCENSTM SODAS SECTION T030. B.DUNTRVINCLUDES PREAFOR SHMED USED PATH (TRP1L). C-ITEMINCLUDE3 WffICY WSPECTK)NSRECUOi®TO SA7ISFYTHE FROMSIONS OF GENERK PEM1L7 N0.2 54 AIN ACC ORDNCEWRH SJ OAS SECTION 1030. B. CONTRPCTOR SHKL PROUDE PLL OJKRYCOMROL TESTING SERVICES AND CERTIFIED RMJT INSPECRON FOR PORTEND CENENT CONCRETE PER SPECIRCATIONS. C.OUNTffYRJCLUDES SIDEWKKND 5 -INCH PCC KONG ROOD WALL AND GNE PO5TS. 55 AMACCORDNCEYMTH SODAS SECTION7030- 56 AIN PCCORDNCEVriTH SODAS SECTION 7030. B. E%CAVATION. SUBGRPDE PREPMARON,JOINRNG. SPARMG. ND TESTMG ME INCIDENTAL TO THIS RFht. C. CONTRACTOR SMALL PROVIDE ALL OUKRYCONTROL TESTING SERMCES ND CERRFIED PLMlT INSPECRON FOR PORTEND CEMENT CONCRETE PER SPECIRCARONS. 57 IN PCCORONCE WITH SODAS SECTION 7030. B. E%LAVATION. SUBGRAOE PREPMARON. JOINRNG. SAMPLMG, ND TESTW G ME INCIOFNTM TO THIS REM C. CONTRPCTOR SHKL PROVIDE ALL OJKRYCONTROL TESTING SERMLES ND CERRFED PLMJT INSPECTION FOR PORTEND CEAENT CONCRETE PER SPECIFlCARONS. cm 58 AIN PCCORDWJCEVdTH SUD7S SECTION7030. D. EXCAVATION AJJD PREPMPTION TO SUBCRPDE ME MCIDENTK TO THISITEM C DUNTITY INCLUDES GRAVEI STRIP BEIOWSECURITYFENCE D. GRNULM MATERIK SHALL BE CLASSACRU SHED STONE COhPLNNG WTM gWADOT SECTION 2315. 59 AIN ACCORDNCEWTH SOGAS SECTION 7040. 8. SEE PLN SHEET D700. C. INCLUDES SAV.ANG. BRFNONG. REMOMNG, ND DISPOSING OF EXISRNG PAMrENT ND REINFOIiCMG STEEL. SITE WORK AND LANDSCAPING cil W AIN PCCORDNCE WITH SODAS SECTION 9010. 0. THE BID CA1NTfTV S FOR THE SEEDED MEASLMTMIN THE PROI ECT CONSTRUCTION LINTS. C. REMINCLUDES ALL LADOR. C9UIRaEM.M1D 144TERIPLS NECESSMYFOR TME PREPPR4RON OFTOPSOL. PPPLICARON OF SE®.FERRLDINGND hULCHING, WATERING. ND hWNTENMlCE. PFR SPECIFlCARONS. D. THE CONTRPCTOR SHALL BE RESPONS16LE FOR NWTERING THE SEEDED MEAS.lS DIRECTED BYTHE OWJERS REPRESBITATNE UMIL CRASS MAS IBJ ESTPBLISHED. E. A WMRMJTY SHKL BE PROVOED FOR CONPLETED SEED PREAS BEGIIINING OIJ THE DATE OF INRWL ACCEPTNCETHE WMRNN IS TO GUMNTEE THAT COhPLETED SEEDED PJ2EA5 PROMOE AUNIFORhLY DENSE. LRE. MID HEKTH V STAND OF CRASS, FREE OF WEEDS ND UNDE5IRPBLE GRASSES. DEBRIS. ERODED AREAS, BME SPOTS DISElSES.ND INSECTS ATTHE END OF THE WPRRMfTYPERIOD OR TWO(2) YFMS. DURiNGTHE WMRNTV PERIOD, NV DEFECT®MEPs SHKL � RESEEDED BYTHE CIXJTRPCTOR AS ORIGINALLY SPECIFIED UNTIL KL AFFECTED PREAS ME ACCEPTED BYTHE O`MJB2'S REPRESENTARVE.WRMOU7 ADDRIONK COhPET1SARON 2 -YEN SWRRAN7Y AS SPECIFIED.IS IHCIDENTK TO THIS ITEM ETRE CCNTRPCTOR SHKL SUBMT ALETTER OF CONflRhWIIXJ OF SEED VMIETIES ND MATERUY SOURCE G. TME CONTRPCTOR WILL BE PWD THE CONTRACT UNR PRICE PER ACRE FERTILIZER. W4TERING ND hULCH SHKL BE CONSIDERED INCIDENTK TO UNR PRICE. H. COMRAGTOR SHKL SUBhTT FROPOSED SEED M%ES T00Y11JER'S REPRESENTARV£ FOR RENEW PRIOR TOINSTKLATIIXJ. 61 AIN PCCORONCEKTTM SODAS SECTION 9040 B. TME CONTRPCTOfi WILL BID SET 01-18-13 ROCKY SHORE STORMWATER PUMP SfAT10N CITY OF IOWA CRY IOWA CITY, IOWA GENERAL ESTIMATE REFERENCE NOTES sHEEi NO. COOS i E DRAWN BY: APPROVED: WD mm. CAD FllE JLM JOB WTE: 2013 B^6 rs axE irvcx ox wMO O ERINCH O ADM JOB NUMBER: 10100241 g 12/16/2013 9:42:55 AM F HIM ONE INCH, enwsr mEF RENCEncLr. \\hrgcmoa\data\10100241\CAD\Dwga\C\G008 E9TIMATE REFERENCE NO ENO. WTD BY RLVIsioN DEscRiRnoN a/n/n cFx AOW /1 - wAi=S a swEWvx REuswxs ® HRGreen.com HRGreen ITEM NO. ESRMATE REFERENCE NOTES 63 AIN PCCORDNCEIMTH SODAS SECTION 9040. 64 AIN PCCORDNCEWRM SODAS SECTION 9040. B.PLACE TIPE2D RECP ON KL SLOPESGREATER OIJEWKT041 HV C. PREPARE SEEDBED MJD PLACE SEE MID FERTILIZER ACCORDING TO SODAS SECTION 9010 PRIOR TO PLPCING RECP. D. E%CAVATION, STAPLES. NCMORING DEMCES, NO M4TERIAL TOR NCHO�ING SLOTS ME INCIDQlTK. 65 A W PCCORDNCE WITH SODAS SECTION 9D40. 0. ENGINffRING FABRIC IS INCIDQJTK TO THIS REM. 66 A W ACCORDNCE WTH SODAS SECTION 9040. 67 AM PCCORDNCEWRH SODAS SECTION 9040. 68 AIN ACCORDNCE WTIHSUDASSECTION9060- B.RESTORATION OFTHE MFATO FINI3JEDGRADE AND OFFSREDISPOSK aF FBJCE. POSTS. MID ACCUMULP7FH) SEDIMENT IS INCIDQJTK. 6B AIN PCCORDNCEIMTH SODAS SECTION 9040. B. SUBGRADE STPBILIZATION FABRIC ISINCIDENTAL TOTHIS REM. 70 AIN PCCORONCEVr1TH SODAS SECTION 9060. B. REM INCLUDES REM1%NK OFTHE DEMCE UPON CONPIETION OF THE PROJECT. 71 A W PCCORDNCEWRM SODAS SECTION 90d0. 0. REM INCLUDES REMO✓K AND OFF-SITE gSPOSK OFACCUMJLQED SEDIABJT. 72 A W ACCORDNCE WITH SUDPS SECTION 9060. 0. PYC COARNG COLOR: BLACK FER SODAS 9060-2 01-0 C. NEMINCLUDES KL POSTS. FABRIC _ RALS, BRACES, TRUSS RODS. RES.TENSON WIRE TENSIOIJ HNJOS. TENSION BMS, GROUNDS. FRTMGS, PVC COI4RNG. EXCAVATION OF POSTHOLES. AND CONCRETE ENCASETaT3JT OF POSTS, INCIDENTAL. 73 AIN ACCORDNCEWITH SODAS SECTION 9060 AND THE FOLL0IMNG'. B. PVC CMRNG COLOR: BLACK F£R SODAS 9060-201-0 C. GATETO DE NON-CMJTILE�ERED D. GATE TO HAVE HMVEY IOTTOKLOW FOR SLIDING OF GATE. HMV£V NT TORE W GDENTK TO ITEM E. GATE TO HAlIE2-PART LOCKING MECHANISM W TH ONE PMT PQLNBJTKELYATTPCHED TO THE NON-MIT4NG FENCE A7 THE OPENING END ND OIJE PART ON THE SLIDING GATE TORECERE A STNDMD PADLOCK, W CIDENTK. RNK DESIGN TO BE APPROVED BYOWNER F.THE CONTRACTOR WILL BE PWD THE CONTRACT UNIT PRICE PER EACH. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISH NG ALL TOOLS. EOUIPAENT. LABOR AND MATERIKSNECESSMV FOR THIS ITEM IN ACCORDANCE VJfJH THE CONTRACT DOCUMENTS AND PER S1DA5 9060. 74 ASEE CIVIL DETAIL PROCESS 75 ASEE SFECIRCATION 13120. PWNTWGOF THE ROOD GASEPND GATE POSTS IS INCIDENTAL TO THE COST OF THE FLOOD GATE 76 ASEE PLN SHEETC700 13HANDWHEFl LOCK DEVICE FOR AU MI SA16.7: PART MZ009.252 LEVER LOCK PERE (2 EACH) C. PMT WK002.319 PADLOCK LOCK (2 EACH). D. MINCED LOCKABLE COVERS FOR THE LOCAL RLOT DEMCESPMT W SPAO 028 (2 EACH) 77 AINCLUDES ALL ITEMS FOR PULP LISTED OR NOTED IN SPECIFICATION 11150 AND RN SHEETS 78 A SEE STRUCTURAL DETAIL 79 AOlCLUDES LABOR, EQUIPMENT AND M4TFRIFLSTOINSTKLTWO GATES AND ASSOCIATED MANUAL ACTUATORS PER THE GATE MANUFACTURERS INSTRUCTIONS BO ASEE STRUCTURAL SHEETS STRUCTURAL o 61 ASEE STRUCTURAL SMEETSNDRELATED SPECIFICATIONS 62 ASEE STRUCTURAL SHEETSMID RELATED SPECIFICATIONS B3 ASEE STRUCTURAL SHEETSNDRELATED SPECIFICATIONS 84 ASEE STRUCTURAL SMEETSNDRELATED SPECIFICATIONS w. 85 ASEE STRUCTURAL. SMEETSNORELATED SPECIFICATIONS 86 ASEE STRUCTURAL SREE7SNORELATEO SPECIFICATIONS -� 87 ASEE STRUCTURAL SHEETSNDRELATED SPECIFICATIONS BB ASEE STRUCTURAL SHEETSNDRELATED SPECIFICATIONS � ASff STRUCNRK SHEETSAND RELATED SPECIFICARONS 90 ASEE STRUCNRK SHEETSNDRELATED SPECIFICARONS 91 ASEE STRUCTURAL SHEETSMJD RELATED SPECIFICATIONS 92 ASEE STRUCTURAL SMEETSNDRELATEO SPECIFICATIONS 93 ASEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS ELECTRICAL !H AINCLUDES PROVISION AND INSTALLATION OF THE Qr82GBJCY STMlDBVGENERATORlSSEM3LYAND AUTOMATIC TRANSFER StiMTCH. THIS INCLUDES CONFIGURATION, STARTUP. TESTING AND DEMONSTRATION OF THIS EWIPNBJT. 95 AINCLUDES R20MSION ANDINSTALLATIONOF METER 9JCI4=T. MAN CIRCUIT BREAKER. MOTOR CONTROL CENTER ASSEMBLY. AND SAFETY DISCONNECT SWITCHES. THISINCLUDES CONFlGURARCN. STARTUP. TESTING. AND DEMJNSTRARON OFTHIS EOUIPM3JT. O6 AINCLUDESPROMSIONNDINSTMLATION OF THE SEPARATELYENCLOS®R®UCED VOLTAGE SOLID STATE SOFT -SINTERS. THIS WCLUDES CONFIGURATION. STARTUP. TESTING AND DEMONSTRATION OF THIS EQUIPMENT 07 AMCLUDESKLOTHER ELECTRICAL CONSTRUCTION NOT INCLUDED IN THEELECTRICK BID ITEMS W30V£ THIS REM WCLUDES BUTTS NOT UNITED TO THE PROVISION AND INSTALLATION OF CONOUITAND ASSOCIATED BODIES. PULL ND JUNCRON BOXES. HNDHOLES. WiREND CABLE LIGHTING, WRING DEVICES SUCH M SWTCMES SBJSORS. AND RECEPTACLES. THIS ITEMKSOINCLUDESTHE INSTALLATION AND INTERCONNECTIONOF THE CONTROL PANEL AND CONTROL EOUIPMTITlDEMCESsUPPLIED BYTHE OMER HVAC 96 AINCLUDES HEATINGNDVENTNATIIXJEWIPhENT FOR THE ELECTRICAL ROOM BID ALTERNATE 1 STRUCTURAL >m INCLUDES CONCRETE FORMLINER, STAINING. PRECAST ARCHITECTURAL CONCRETE CAP BE RESPONSIBLE FOR DEIELOPNENT OF ASVVPPP MEE7INGLOCK M!D STATE FCENCV REOUIREMEMS, RLNG THE RIELIC NOTICES. FILING ANOTICE OF INTEM FOR COVERAGE OF THE Rt0.1ECT UJJDER THE IOWADNR NPOES GENERK PERMT NO 2. ND PAIfi81T OF ASSOCIATED NPDESPH2Mi FEES. 62 AM PCCORONCEW7TH SODAS SECTION 9060. B. REM INCLUDES KL WDRKREOJIR®TOCOI.PLV Y,1TH THE ADMNISTRASNE PROMSONSOF THE IOYYADNR NPDES GENERK PERMT N0.2.INCLUD9JG RECORD KEERNG. DOCUNENTARON, UPDATINGTHE SVVPPP. FlLING THE NOTICE OFDISCONRNUARON, ETC. C-ITEMINCLUDE3 WffICY WSPECTK)NSRECUOi®TO SA7ISFYTHE FROMSIONS OF GENERK PEM1L7 N0.2 ITEM NO. ESRMATE REFERENCE NOTES 63 AIN PCCORDNCEIMTH SODAS SECTION 9040. 64 AIN PCCORDNCEWRM SODAS SECTION 9040. B.PLACE TIPE2D RECP ON KL SLOPESGREATER OIJEWKT041 HV C. PREPARE SEEDBED MJD PLACE SEE MID FERTILIZER ACCORDING TO SODAS SECTION 9010 PRIOR TO PLPCING RECP. D. E%CAVATION, STAPLES. NCMORING DEMCES, NO M4TERIAL TOR NCHO�ING SLOTS ME INCIDQlTK. 65 A W PCCORDNCE WITH SODAS SECTION 9D40. 0. ENGINffRING FABRIC IS INCIDQJTK TO THIS REM. 66 A W ACCORDNCE WTH SODAS SECTION 9040. 67 AM PCCORDNCEWRH SODAS SECTION 9040. 68 AIN ACCORDNCE WTIHSUDASSECTION9060- B.RESTORATION OFTHE MFATO FINI3JEDGRADE AND OFFSREDISPOSK aF FBJCE. POSTS. MID ACCUMULP7FH) SEDIMENT IS INCIDQJTK. 6B AIN PCCORDNCEIMTH SODAS SECTION 9040. B. SUBGRADE STPBILIZATION FABRIC ISINCIDENTAL TOTHIS REM. 70 AIN PCCORONCEVr1TH SODAS SECTION 9060. B. REM INCLUDES REM1%NK OFTHE DEMCE UPON CONPIETION OF THE PROJECT. 71 A W PCCORDNCEWRM SODAS SECTION 90d0. 0. REM INCLUDES REMO✓K AND OFF-SITE gSPOSK OFACCUMJLQED SEDIABJT. 72 A W ACCORDNCE WITH SUDPS SECTION 9060. 0. PYC COARNG COLOR: BLACK FER SODAS 9060-2 01-0 C. NEMINCLUDES KL POSTS. FABRIC _ RALS, BRACES, TRUSS RODS. RES.TENSON WIRE TENSIOIJ HNJOS. TENSION BMS, GROUNDS. FRTMGS, PVC COI4RNG. EXCAVATION OF POSTHOLES. AND CONCRETE ENCASETaT3JT OF POSTS, INCIDENTAL. 73 AIN ACCORDNCEWITH SODAS SECTION 9060 AND THE FOLL0IMNG'. B. PVC CMRNG COLOR: BLACK F£R SODAS 9060-201-0 C. GATETO DE NON-CMJTILE�ERED D. GATE TO HAVE HMVEY IOTTOKLOW FOR SLIDING OF GATE. HMV£V NT TORE W GDENTK TO ITEM E. GATE TO HAlIE2-PART LOCKING MECHANISM W TH ONE PMT PQLNBJTKELYATTPCHED TO THE NON-MIT4NG FENCE A7 THE OPENING END ND OIJE PART ON THE SLIDING GATE TORECERE A STNDMD PADLOCK, W CIDENTK. RNK DESIGN TO BE APPROVED BYOWNER F.THE CONTRACTOR WILL BE PWD THE CONTRACT UNIT PRICE PER EACH. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISH NG ALL TOOLS. EOUIPAENT. LABOR AND MATERIKSNECESSMV FOR THIS ITEM IN ACCORDANCE VJfJH THE CONTRACT DOCUMENTS AND PER S1DA5 9060. 74 ASEE CIVIL DETAIL PROCESS 75 ASEE SFECIRCATION 13120. PWNTWGOF THE ROOD GASEPND GATE POSTS IS INCIDENTAL TO THE COST OF THE FLOOD GATE 76 ASEE PLN SHEETC700 13HANDWHEFl LOCK DEVICE FOR AU MI SA16.7: PART MZ009.252 LEVER LOCK PERE (2 EACH) C. PMT WK002.319 PADLOCK LOCK (2 EACH). D. MINCED LOCKABLE COVERS FOR THE LOCAL RLOT DEMCESPMT W SPAO 028 (2 EACH) 77 AINCLUDES ALL ITEMS FOR PULP LISTED OR NOTED IN SPECIFICATION 11150 AND RN SHEETS 78 A SEE STRUCTURAL DETAIL 79 AOlCLUDES LABOR, EQUIPMENT AND M4TFRIFLSTOINSTKLTWO GATES AND ASSOCIATED MANUAL ACTUATORS PER THE GATE MANUFACTURERS INSTRUCTIONS BO ASEE STRUCTURAL SHEETS STRUCTURAL o 61 ASEE STRUCTURAL SMEETSNDRELATED SPECIFICATIONS 62 ASEE STRUCTURAL SHEETSMID RELATED SPECIFICATIONS B3 ASEE STRUCTURAL SHEETSNDRELATED SPECIFICATIONS 84 ASEE STRUCTURAL SMEETSNDRELATED SPECIFICATIONS w. 85 ASEE STRUCTURAL. SMEETSNORELATED SPECIFICATIONS 86 ASEE STRUCTURAL SREE7SNORELATEO SPECIFICATIONS -� 87 ASEE STRUCTURAL SHEETSNDRELATED SPECIFICATIONS BB ASEE STRUCTURAL SHEETSNDRELATED SPECIFICATIONS � ASff STRUCNRK SHEETSAND RELATED SPECIFICARONS 90 ASEE STRUCNRK SHEETSNDRELATED SPECIFICARONS 91 ASEE STRUCTURAL SHEETSMJD RELATED SPECIFICATIONS 92 ASEE STRUCTURAL SMEETSNDRELATEO SPECIFICATIONS 93 ASEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS ELECTRICAL !H AINCLUDES PROVISION AND INSTALLATION OF THE Qr82GBJCY STMlDBVGENERATORlSSEM3LYAND AUTOMATIC TRANSFER StiMTCH. THIS INCLUDES CONFIGURATION, STARTUP. TESTING AND DEMONSTRATION OF THIS EWIPNBJT. 95 AINCLUDES R20MSION ANDINSTALLATIONOF METER 9JCI4=T. MAN CIRCUIT BREAKER. MOTOR CONTROL CENTER ASSEMBLY. AND SAFETY DISCONNECT SWITCHES. THISINCLUDES CONFlGURARCN. STARTUP. TESTING. AND DEMJNSTRARON OFTHIS EOUIPM3JT. O6 AINCLUDESPROMSIONNDINSTMLATION OF THE SEPARATELYENCLOS®R®UCED VOLTAGE SOLID STATE SOFT -SINTERS. THIS WCLUDES CONFIGURATION. STARTUP. TESTING AND DEMONSTRATION OF THIS EQUIPMENT 07 AMCLUDESKLOTHER ELECTRICAL CONSTRUCTION NOT INCLUDED IN THEELECTRICK BID ITEMS W30V£ THIS REM WCLUDES BUTTS NOT UNITED TO THE PROVISION AND INSTALLATION OF CONOUITAND ASSOCIATED BODIES. PULL ND JUNCRON BOXES. HNDHOLES. WiREND CABLE LIGHTING, WRING DEVICES SUCH M SWTCMES SBJSORS. AND RECEPTACLES. THIS ITEMKSOINCLUDESTHE INSTALLATION AND INTERCONNECTIONOF THE CONTROL PANEL AND CONTROL EOUIPMTITlDEMCESsUPPLIED BYTHE OMER HVAC 96 AINCLUDES HEATINGNDVENTNATIIXJEWIPhENT FOR THE ELECTRICAL ROOM BID ALTERNATE 1 STRUCTURAL >m INCLUDES CONCRETE FORMLINER, STAINING. PRECAST ARCHITECTURAL CONCRETE CAP 8 ti i PUMP STATION. SPACE BOLLNRDS 1'-6- MOM TER CENof BOTO OUTSIDE PAVING PLAN EDGEMOM OF TRANSFORMER MOAT. �J 2. SEE SHEET C103 FOR POINT TABLE. SCALE. 1 - 10 fl` ,mm W.. JPC JOB DATE 2017 OMCIA- APPROV .. 1115 JOB NUMBER: 10100241 0 Cqp DATE: 12/13/2017 2:22:33 PM APIuF s0c MRO ® HRGreen.com HRGreen ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CFTY, IOWA ENLARGED PAVING PLAN SCPLE: NTS t BID SET 01-18-13 CIVIL PAVING AND JOINTING LAYOUT SHEET NO. C102 / I N�T NOTES. SHEET 0100 FOR WATERMNN REMOVALS 2. 2 I WATER" PASSING THROUGH SHEET PILE. 3. WATER" FITTINGS SIVLL BE DUCTE INCH MECHANICAL JOINT RI WITH \ MEGALUGS OR APPROVED EQUAL. UNLESS I� \ / OTHERWISE NOTED. ALL EXISTING PIPE JOINTS WITHIN 20 FT OF A NEW FITTING \ I SHALL ALSO BE RESTRNNED IF NOT CONNE EW ALREADY. CONNECTION TO EXISTING PIPES 12' WA N TO BE INCIDENTAL TO THE UNIT PRICE OF TO U'; THE FIRINGS. ALL WORK NECESSARY FOR - -IA COMPLETE INSTALLATION, INCLUDING NEW � MEGA.UGS. THRI BLOCKS (SODAS S010). PROVIDE SEWER PIPE OS. AsSEM SUMS ANCHOR BLOCKS. AND CONNECTIONS TO 1, ` ,'� I ✓ USE 2- COMIRE FOR FlGUdEi 5020.201. FITTINGS EXISTING PI ESTI-S PROAI BET INCIDENTAL TO .1 1/2' COMRFSSIBIE 3 4. ALL NEW WATER MIN PIPE IS TO BE • , ( , /IOL _� i ���� "' d ,1 11'1 I O -------------------- -��--LMT -- ' DUCTILE IRON CU55 53. AND FOLLOW SODAS 5010. ID PIPE IS TO BE RES MNED LENGTH. 62� BDrtVALVE ERFLY 1 (SUMS SONO KONG ITS ENTIRE LENGTH. ..'648 `�-------� ' _� AAµLL BO% ON BOTH USED ALONG WRAP (SODAS EIRO TO BE a 011( ANCHOR TEE, USED KONG ALL NEW DUCTILE IRON PIPE AND FITTINGS AND IS INCIDENTAL TO THE PIPE. TESTING AND OF WATERMAICN (SUDAS 5030) STNF TO ENSURE A MINIMUM Of 3' CLFM \ , O O PERFORMED AND 15 INCIDENTAL TO SPACE BETWEEN BOTTOM F BOX 1 -^� -.� WATERMAN. TRACER SYSTEM CULVERT AND TOP OF WA NMN. ti T `�'%% r� / J IA ? i �• i/ I 1 REQUIREMENTS (SUDAS 5030) ME TO BE PROVIDE INSULATION OF d FOLLOWED ALONG ENTIRE LENGTH OF NEW l l 2WATERMAI . PLACE NSIJ ;� o L" j /�L j .� r, �� d �," PIPE AC ME INFIIOEMAL TO WATERMNN. ABOVE TOP PUCE NSU Y I - __ )� a,�, Q ' ABODE TOP OF WA1F]5/NN. ) V � ',. �-� F� VFPoFY WAIIIRMAN i S. AND LOCATION TO FIELD VERIFY ELEVATION PIIJ:E A FULL PIPE LENGTH _ G �, R� ELEVATION AT THIS �i CASING THAT PASSES BENEATH RAIL ROAD ygljER uBENEAM THE BO% �'^Ar.: !. LOCATION �N�REPOfIT AT ITS NORTHERN TERMINUS (ELSE OF 151X1H 1R T THE WATERMNN ,�PPIIP - g(L` �-il THE TOPPUMP AOGARIER WAIERMNAND THE ANOAT TISANE JOINTSEOUIDISTAK-ANW F - 1 G D ! 10 CENTER �> 4 '"1 6 1 6 8 649 ISTINGSHEETATERMNN J I LOCATION AND NOTIFY ENGINEER OF oPOLE FBWYIRE BOIL CUL 4 CONNECT T \ RESULT. ON 2A'�W� BENDS 6 �\' lSJ \6. OF TOP EXISTING 24TO FIELD V'�% 24' TEE(EASTSPACEp T 8' 6 SEE SHEETPlUETRUOIURAL SEND \ OF NE CORNER OF PUMP STATION) AND EPRP 6) PENETRATION - 2) NOTIFY ENGINEER OF RESULT, FOR BIDDING PURPOSES ASSUME 639'. 7. CONTRACTOR TO FIELD VERIFY ELEVATION --_ -— w 3 OF EXISTING WATERMNN AT CONNECTION zo z - / POINT WEST OF NW CORNER OF PUMP zQ za 24' W 22.5'OOAWI Ai� / \ STATION AND NOTIFY ENGINEEROF RESULT, FOR BIDDING PURPOSES ASSUME 639'. PIPE"WAN A UM 01F FT OF COVER +z� 16. SFE STRUCIUPAL CONCRETE VALVE 12 'GRADE I \ / B. ABOVE ALL NEW MMD/ORSRELOCATED CA AD.XhIED 647 a OFOPUMP C TINE PILE PENETRATION DETNL MD INTERIOR PIPING SIRUCTUFAL SEE \ / WAIERMNN. FOR VARIATION TV o 24'x16• AND CHECK VALVE. Fl SIRU(.-N WINGS I H. UNLESS OTHERWISE NOTED PRDYIDE A PPE DEPTH AT P N AN VERIFY 2). I MINIMUM OF 18' OF VERTICAL CLEARANCE ''' � _ BETWEEN EE O�UI1150E THE OUTSIDE F 6T10RM PIPES ' \E16FY IF I -` 10. PROVIDE A MINIMUM OF 30' OF CLEARANCE FRO i RUST BLOCK -- ---- "-' ---^ -- = BETWEEN THE OUTSIDE OF STORM C ER _-- --__- ---� - PUMP ATION ---- ----- I' PRESENT 7Di AND MANHOLES TO THE OUTSIDE OF WATERMNN. V 1-�--- 64 �. "= 11. F BEND OUT HITS $ THA THOSE y 1 CALLED OUT ON THIS SHEET ARE REQUIRED J NOTIFY ENGINEER PRIOR TO PURCHASING. CONNECT 1T1J 6' WATERIAM 12. PROTECT EXISTING EIEC. POLES. EXISTING WAIERMMN. : i 12 BLRTERFLY AWE CONTRACTOR TO COORDINATE WITH UTIUTY RESTRAIN JOINTS FOR • SEE COMPANY. eo Fr. To nye v,�sr --649 ?uUSE A OF CONNECTION, li NOT _ E7� , 3 CONNECTIONS T EXISTING E PEAT ALL ALREADY RESTRNNEO.------- , ( T CONN TO CONNECT AND PROLE ENSURE 5 FT MIN. 16k12' CER. 112 Nom' 100 ', 14. NR RESTRAINT OF EXISTING PIPE USE I 1• E FOR BIDDING ASSUME i EXISTING 16' Y VALVE, OFFSET S SEE NOTE SHEET .12' EBBA 1100X0 HARNESSES. 5 JOINTS. I I f WATERT VN ADIOS! STING VALVE SUBDRNN A 0100 REUSE 01 DO ABOUT REUSE F _— —_- BOX. Fl VER Y' TNA WATERMNN. OF EJISIING OF EXISTING. 650 — I EXS NG Y4' STING NIS To Ro N i2 L I FNrs usE-- NO `a 12' MU o�zJ SEND -651 •' a i i MED. I j � _ � � I 652 *NORTH OF PROVIDE O EXS B .a IT DING IN 15'.5'.3' CENTERED — c7 L� •-�� ------ IRR IS eNO - ' I 1 0 BE MJ 4S CRos�iNG. WAP N "r FTI C-) 653 I s Fr TEE of a) INSERTION s' ABOVE c7� _ � I �WATERMAN. .i CONNECT TO EXISTING -<n — ----- WATENMMN. .r- 654 ¢ — -'o a I - ---- 655 _- ---------------D m MENNEN ffffm 656 T FT SOUTH OF CONNECTION 10 PA EM CT PLACE MIRA SERI WRB aE--a,: __ _w�1CHIS5[&.LBL%PAN-WIUE"k NT WE -IT THICCEH CONCRETE P15DEADMM P INCIDENTAL 650 ', I WATER MAIN PLAN ,�,, I ° BID SET L - saE: r=,D' ® ® !� 01-18-13 DRAWN BY: JPC .roB NTE: 201} SAN IS ME INCH ON NO. GATE BY REVISION DESCRIPTION aN,cIN. DIUWNCS. , ,Y,y„ a ,,,,,, F, _ WWWewI. gmumu, EI,RDIW ® ROCKY SHORE STORMWATER PUMP STATION CIVIL MPROVEX TMS JOB NUMBER: 10100241 ° r I FNT GATL 12/13/2013 3:14:40 PM F NOT ME INCH, HRG12en.com CRY OF IOWA CITY CA �4 °" `� Ogg Y HRGreen 100 cm, IOWA WATER MAIN PIAN GAD FlIE \\N19 .AI:I9X0\10IOO24I CAD\D•9.�C\C104 WATER MNN Pal 9 1 ROCKY SHORE DRIVE PLAN ® a aa• SI 1._20. IT0060011a 670 665 660 655 650 645 640 635 630 201 +00 201.20 201.40 2D1.B0 201,80 , ROCKY SHORE DRIVE PROFILE 0 zo 0 3• BID SET 2 SG E: 670 01-18-13 a f WEET DRAWN W. JPD JOB DAT. 2013 BAR IS arc INCH ON APPROVED: AHS ofTlcuL DMMxG3. JOB NUMBER: 10100241 0 I NO. 1 o C T� -TI ROCKY SHORE STORMWATT]i PUMP STATION CIVIL IiLr "o. CAD DATE: 12/13/2013 2:42:51 PM s Hm q1E INcx, HRGreen.com CITY OF IOWA CITY ROCKY SHORE DRIVE PLAN & PROFILE C301 CAD nL. \\bBCmu3\dct0\10100241\CAD\Dns=\C\C301 RS DRNE e�Pdwa�Y �n IOWA CITY, IOWA 0 _ m I ::o rv0 I, 660 i•.._ J STA 201+ ABu+n 201+$� a• J BEGN PA M STA 200+ 2.83 = rw \ Roo 0 K Y 8 X 0 1F 1--_ _ 4 co � - 655 "� Ii : i \�\_. /�"_ _____-----_1_-!_ - _ �1'V—�..� CONSIRUCIION LIMITS 1 ROCKY SHORE DRIVE PLAN ® a aa• SI 1._20. IT0060011a 670 665 660 655 650 645 640 635 630 NOTES: NORMAL SECTION SHOWN MAY BE APPROPRIATELY MODIFIED FOR AREAS SPECIFICALLY DESIGNATED BY THE ENGINEER. REFER TO OTHER DRAWINGS FOR DETAILS. 1. REFER TO C102 AND C103 FOR DErNLS OF SIDEWALK LAYOUT. 2. EXCAVATE AND BACKFILL 2'-0' 3. INTEGRAL B' STANDARD CURB 4. KT -2 OR L-2 JOINT 5. TRANSVERSE JOINTS WILL BE ,CD*. LOCATION ROAD IDENTIFICATION I STATION TO STATI 0 qv, n' TYPICAL CROSS SECTION 3 2—LANE PCC PAVEMENT WITH CURBS SSE: 200+00 20D.20 00w0 200.x0 `SA -w 201 +00 201.20 201.40 2D1.B0 201,80 , ROCKY SHORE DRIVE PROFILE 0 zo 0 3• BID SET 2 SG E: 670 01-18-13 WEET DRAWN W. JPD JOB DAT. 2013 BAR IS arc INCH ON APPROVED: AHS ofTlcuL DMMxG3. JOB NUMBER: 10100241 0 I NO. 1 DATE BY REVISION DESCRIPTION YIs/I3 v rmu 01 - ruTwruN c SIE Ic MS 665 ROCKY SHORE STORMWATT]i PUMP STATION CIVIL IiLr "o. CAD DATE: 12/13/2013 2:42:51 PM s Hm q1E INcx, HRGreen.com CITY OF IOWA CITY ROCKY SHORE DRIVE PLAN & PROFILE C301 CAD nL. \\bBCmu3\dct0\10100241\CAD\Dns=\C\C301 RS DRNE e�Pdwa�Y �n IOWA CITY, IOWA m 660 �w rw 655 PROP ISEDNG P LE PRIGRADE -------- 650 BEGIN II ENE NEW AVEM T PAN EMENT w m m 645 s a• vc LOW POP TELEV=1 o LOW POI STA =200.0410 PYIST =211124 640 WIE = w.01 74 ee 635 630 NOTES: NORMAL SECTION SHOWN MAY BE APPROPRIATELY MODIFIED FOR AREAS SPECIFICALLY DESIGNATED BY THE ENGINEER. REFER TO OTHER DRAWINGS FOR DETAILS. 1. REFER TO C102 AND C103 FOR DErNLS OF SIDEWALK LAYOUT. 2. EXCAVATE AND BACKFILL 2'-0' 3. INTEGRAL B' STANDARD CURB 4. KT -2 OR L-2 JOINT 5. TRANSVERSE JOINTS WILL BE ,CD*. LOCATION ROAD IDENTIFICATION I STATION TO STATI 0 qv, n' TYPICAL CROSS SECTION 3 2—LANE PCC PAVEMENT WITH CURBS SSE: 200+00 20D.20 00w0 200.x0 `SA -w 201 +00 201.20 201.40 2D1.B0 201,80 , ROCKY SHORE DRIVE PROFILE 0 zo 0 3• BID SET 2 SG E: t� 0 01-18-13 WEET DRAWN W. JPD JOB DAT. 2013 BAR IS arc INCH ON APPROVED: AHS ofTlcuL DMMxG3. JOB NUMBER: 10100241 0 I NO. 1 DATE BY REVISION DESCRIPTION YIs/I3 v rmu 01 - ruTwruN c SIE Ic MS ® ROCKY SHORE STORMWATT]i PUMP STATION CIVIL IiLr "o. CAD DATE: 12/13/2013 2:42:51 PM s Hm q1E INcx, HRGreen.com CITY OF IOWA CITY ROCKY SHORE DRIVE PLAN & PROFILE C301 CAD nL. \\bBCmu3\dct0\10100241\CAD\Dns=\C\C301 RS DRNE e�Pdwa�Y HRGreen IOWA CITY, IOWA FYJ L .Y W___,w :L—_ o i C 1 _- _ I L,,=11 I I- 1 M 1113iINi'1 I, I W I X I I 'I I II IW-Tmlo-' TRAIL PLAN® 4 m 50µF. 1•_20 665 Park Entrance Point Table Point # Northing Easting Elevation Description 52 613298.97 2171056.52 MATCH EXISTING DRIVE 53 613281.74 2171091.50 OTHERS. 39' RADIUS PT 54 660 2171068.76 648.48 EDGE OF DRIVE 55 613200.35 2171138.01 65028 6 0'VC 613182.59 2171125.03 650.21 EDGE OF DRIVE 57 613232.18 2171055.94 648.15 LOWPOIN ELEV=W 613308.69 2171036.78 $`n MATCH EXISTING DRIVE CID RLE: \\hrgcmm\data\10100241\CAD\Dwga\C\C302 TRAIL\ \data\10100241\CAD TRNL PA:P.tl� IOWA LOWPOI WIST STA -M-7, =51.23.00 �^� PVI EL W =5AT.05 m 655 rw 'snj w $ Y� $ U K 1833 Sd mm 650 645 640 IV auw .+. 51+00 a,.� �,«N �„W 10.. 52+00 2 TRAIL PROFILE SCµE HOIR vERr 53+00 665 660 655 650 645 640 DAYUGHT PROPOSED 3'-0• GRADING O 4:1 P. 8 1.5R GEOTEXIILE FABRIC INSTALLED PER MANUFAC111 'S RECOMMENDATION I IBOWE PREPARATION TO 984 PD (TP ISTNC SUBGRADE 3 TYPICAL TRAIL DETAIL SCALL: NIS N O 0rriC a O (7 1 r m m 'gyz co o� COMPACTED RILL VARIM SEE GRADING PLAN .00 6� a \ I Park Entrance Point Table Point # Northing Easting Elevation Description 52 613298.97 2171056.52 MATCH EXISTING DRIVE 53 613281.74 2171091.50 OTHERS. 39' RADIUS PT 54 613250.05 2171068.76 648.48 EDGE OF DRIVE 55 613200.35 2171138.01 65028 EDGE OF DRIVE 56 613182.59 2171125.03 650.21 EDGE OF DRIVE 57 613232.18 2171055.94 648.15 EDGE OF DRIVE 58 613308.69 2171036.78 PARK ENTRANCE AND TRAIL PLAN & PROFILE MATCH EXISTING DRIVE 1.5R GEOTEXIILE FABRIC INSTALLED PER MANUFAC111 'S RECOMMENDATION I IBOWE PREPARATION TO 984 PD (TP ISTNC SUBGRADE 3 TYPICAL TRAIL DETAIL SCALL: NIS N O 0rriC a O (7 1 r m m 'gyz co o� COMPACTED RILL VARIM SEE GRADING PLAN .00 6� a \ I NOMS 1. WO SY OF GRANULAR SURFACING FOR CRANDIC PARK ENTRANCE ORNE. 2. PARK, ENTRY, AND TRNL SIGNAGE BY OTHERS. BID SET 01-18-13 DRAWN W. JPC JOB RATE 2013 W 5 ONE INCH ON aT1clu gPAMncs. ARPRCVED: TNS JOB NUMBER: 10100241 0-1' INC WTE BY gEV15ION OESCRIPTpN 1 3/13/13 AIH InoK ry - WATmgNH : sIOLW'uX WEN1.�16 ® ROCKY SHORE STORMWATER PUMP STATION CML SHEET N0. ONE INCH, HRGreen.com CITY OF IOWA CI Y 0302 CAD RATE; 12/13/2013 2:43:17 PM IF NOT ' JIM S AE” (WWIN"" HRGreen IowA C1tt, PARK ENTRANCE AND TRAIL PLAN & PROFILE CID RLE: \\hrgcmm\data\10100241\CAD\Dwga\C\C302 TRAIL\ \data\10100241\CAD TRNL PA:P.tl� IOWA 110 , 1 STORM SEWER PLAN ® 0 w n� °? SCALE: 1•-20• Ol 670 670 665 II °•._ 665 660 Vin,\ ...,I 660 655 II 655 r G GRADER I t CL L 650— I GUARD 110 , 1 STORM SEWER PLAN ® 0 w n� °? SCALE: 1•-20• Ol 670 670 665 II 665 660 660 655 II 655 G GRADER I t CL L 650— I GUARD L - SEE 650 ---- --------- smu RAI. — ___ � �f 645 ----- -- i — 645 '84' P-0 as P, P-2 I II P r 640 ---- -- ---- -- ---- ----- -- P,) -- 640 i--- - -t--- ------ I RCP STORM EXIST.6' h IIII EXISTING G E p SEWERS _ - __ 635 EXIST. P h 635 STORM SEW R 24' PROPC BED WATERMNN SEE SHEET C104. 630 630 625.625 1. SEE SHEET C801MR STORM TABULATIONS 2 BOX CULVERT AND SLOPED SECTION EBE NO DET �R 0+20 0+00 0+20 0«10 0.60o.e0 1+00 1.20 1w0 1+60 STORM SEWER PROFILE 0 :10' 2 SCALE: H0RZ tmT BID SEf 01-18-13 ppAWN W. JPC JOB mm: 2013 6Nt Is ONE INCH ON amcsW DRAWINGS APPROVED: THS JOB NUMBER: 10100241 0 r N0. DATE BY RMSION OES MKION 1 z/u/ia �x An0n Al - waml�N A ROEwNX R IENNS ROCKY SHORE STORMWATER PUMP STATION CML SHEET N0. } • CAO mm: 12/13/2013 3:08:40 PM m NOT ONE INC.. HRGreen.Com CITY OF IOWA CITY STORM SEWER PLAN & PROFILE C303 1 CAD TILE: \\nrg<m<.\a<m\tnmozat\aD\DW0=\c\caw sTOR!i s auH �a'`P IE.d. HRGresn IOWA CRv, IOWA A �u:Rsali� . �I.T.o ice SA3i Also _ t ____ ��4�Ib+�dlllm� iva�vii,�u le iifRn Ai1Ya�IRill�!♦.7♦I i - Y'_ STORM SC*l. 1© Narm 1. SEE SHEEP C601 FOR STORM AND SUBDRAN TABUTAWNS. 2. SEE SHEET C503 FOR SUBDRAIN DETAIL s f__ �� I1�1�■1 3buuu FLAN 0 ]o SCAtE: 1'-20' 660 660 ss0 660 660 660 655 655 655 655 snw GRADE e e 650 9 650 650 Y@ SONG GR OE 650 10 PZ 645 Pa p,--- cl 645 645 - ---- - 645 ----- _________ cl ----- --------- -- GEMER ERAT DRWN 0%. L n TION -+V P9 5 - LEC CRO CONDUDS INN S 2 DISNHMN 12' WATER AWN. SUB ELE RAIN - -SEE SE ICM fV 640 n°D `� 640 640 1 640 a"fri 9� 635 635 635 A 6j2Z r 630 630 630 625 625 625 625 0+00 i 0.20 0.0 0.,0 1+00 1.20 1.40 1. t.m 2+00 2.m 2N0 2+w 2+m -0.n 0+00 0.20 0.a0 0+w 0+w +00 t+m t+w lw 1+E0 2+00 /� STORM SEWER PROFILE � 0 4 SUBORAIN PROFILE 0 m•o 6• BID SET L Sc 01-18-13 Rom wR scue: i DRAWN W. JPC W ,pB 04h; 2013 OR M ME n M N0. MTE BY RE9ISTDN DESCPoP C ROCKY SHORE STORMWATER PUMP STATION CML � , 56.MNN xTms AvP TMS ,DB NUMBER: 10100241 0 r Rm ME lNCH ® HRGreen.com Cf OF IOWA CITY C304 ' CM MME; 12/13/2013 3:09:59 PM SM—E ORDNG c HRGreen IOWA CnY, IOWA STORM SEWER PLAN PROFILE CAD n1E: \\h .,\do i \10100241\NAD\OY'9s\C\C304 S70R�M lF.a. -t B i--------- 0 -- 0 6y6 648 O D 646-v_L-v� t ----6A� 6 4 i Allll 647 I I ,DM moa I ' 1 I I Z I• 00 Z T "—•- 1 _ I •,�.../ 1 / 1 - � I CL 12Y PIERS j HP 12 DRI TO BE AND 6'-0• FTG , r I - HP 12 DRIVEN TO BEDROCK 1 i EO SPAC O tD 1 IS EOVAL SPhCES O 9.5 FT 1.0' / 6501 j I 651 i $ I u °off EXS 652EMTFRE— SE R RE I II C a SEE 5105 r 1 – 53 '. 1hl 655 = _ __ ___ I -__ - `----------------- --------__ 1 1 / 656 1 650HE -„�— a-G�— K 657 \ _ I 660- 1 ROCKY SHORE FLOOD WALL PLAN Ste: 1'-10 _ N 0 CD _C-) r c r m o� a f n--S� c BID SET 01-18-13 MINN W: JPC JOB MM 2011 as Is CNE INCH an N0. MTE BY REVISION DESCRIPDDN SHEE1 'NO ROCKY SHORE STORMWATER PUMP STATION srRucruRAL MPROVED: ON ,OB NUMBER: 10100241 o I' m CA 12/13/2011 ,0:54:54 PM K , ® HRGreen.Com CITY OF IOWA CfTY 5003 CAD �lE: \\nracme.\�R10\1D1ooz41\cw\Dw•\s\sam Flaoawn eBxe.o HRGreen IOWA CITY, IOWA ��0 WL P ROCKY SHORE STORMWATER PUMP STATION C E R T I F I C A T I O N CITY OF IOWA CITY IOWA CITY, IOWA 2013 LOCATION M A P HRGreen 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com I Toady arl sansereemg a asgrems by Me FEselp or under "'ecl paceIaupervlabneM Net lamaduly antler my tllred personal aupnisio entl Nallamerely Qp0 Nq Fy,/eel Iicensetl Pmfessi el Engineer antler Nelaws of Me SlabMbxa. WO /ire— `-'a�_'fL4^"Mrr�� f0 IS i ANDREW E. i P.E. ANDREWum w MARSN V m .MARSH. Liwnse Nber 16604 16604 Decamler 31,2013. is December 31,A14. My lesesehostsd ".a or mml bOewmbek Pages or allaele covereJ by Nie Yal: Pagesmsbeela' ere by 010- web: AU. T'AND-C'SHEETbyNlexel: PLL9'AND'G'3HEETS SHEETS PLUG"AND'P' SHEETS CITY OF IOWA CITY IOWA CITY, IOWA 2013 LOCATION M A P HRGreen 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com re yea y a Ia mumen wee Prepare yme FEs510 or under "'ecl paceIaupervlabneM Net lamaduly ra derhm/tlirecl personal supervisionane Mei lametluly dial mi,evi Rp0 Nq my 19Mn uMx of l//C7�13 ice�rrsMP ` E91rheerunaerllaO NeShale Now°""I0-0-r/V3iE�E m� i CXARLES A. Z /ire— `-'a�_'fL4^"Mrr�� 2 OEHNIS L. 2 DATEMaWorerenawecreab w NEUMPNN U E)mum Numbec 17948N.P.E. 18369 a Decamler 31,2013. HEFTS ALL-E-&-IC-SHEETS ".a or mml bOewmbek Pages or allaele covereJ by Nie Yal: °/OWP° AU. T'AND-C'SHEETbyNlexel: PLL9'AND'G'3HEETS m CITY OF IOWA CITY IOWA CITY, IOWA 2013 LOCATION M A P HRGreen 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com re yrcanr atl lal�9 na«lrre do me wee papers yme entl FEs510 or under "'ecl paceIaupervlabneM Net lamaduly mytliretlMrao Isupxvie'aman�Nellameduly M/WE%^/$Irlax Ne laws NesMleoflose Rp0 Nq my 19Mn uMx of l//C7�13 W� m� i CXARLES A. Z /ire— `-'a�_'fL4^"Mrr�� 2 OEHNIS L. 2 DENNIS L. NEUMANN, P.E. DATE w NEUMPNN U My learns renexal Fab as December 31, 20K Llcenae NumMr: 18268 18369 a My 31.2014. codisto HEFTS ALL-E-&-IC-SHEETS ".a or mml bOewmbek Pages or allaele covereJ by Nie Yal: °/OWP° ALL's'SHEETS m CITY OF IOWA CITY IOWA CITY, IOWA 2013 LOCATION M A P HRGreen 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com grey cane 1a lnrasrglrnenrl9 ecumen was lMapare by de. or under "'ecl paceIaupervlabneM Net lamaduly pEs570 Ny Ikereetl Pr n En9irea Ear laeaof Ne I W.Howe. eN QRO my 4r m� i CXARLES A. Z ' / HARLES A PEDER I, P.E. tDATE W PEOERSEN m Use nee NumEer: 09205 j09205 A My learns renexal Fab as December 31, 20K is December 31.2014. Mylicense rese,di Pages or sh-ts concerned by IM1Is seal: Pa9eamalreahs ene by hbis seal: A 'M"SHEETS HEFTS ALL-E-&-IC-SHEETS CITY OF IOWA CITY IOWA CITY, IOWA 2013 LOCATION M A P HRGreen 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com re year ha aenBme,hu' oc men waapepare yme Or uMer my o rM personal supervision 0-M Nal l am a duly FE5510 N,F Iicen facie rq under i laws of eslal Iowa. °ALO f7 �o Fy / / � / 3 W STEVEN R. i STEVEN R. JUNOD, DATE JUNOD L'rcenae Number 13039 u 13038 is December 31.2014. Mylicense rese,di i Pa9eamalreahs ene by hbis seal: CAD FILE: 0:\10100241\CAD\De92\G\G000 COVER SHEE A. HEFTS ALL-E-&-IC-SHEETS D CITY OF IOWA CITY IOWA CITY, IOWA 2013 LOCATION M A P HRGreen 8710 EARHART LANE SW I CEDAR RAPIDS, IOWA 52404 Phone: 319.841.4000 1 Toll Free: 800.728.7805 1 Fax: 319.841.4012 1 HRGreen.com IOWA= ONE n&M 1-800-292-8989 www.iowaonecall.com . BID SET 01-18-2013 DRAWN BY: ALM JOB DATE: 2013 — " "" ^`" 1` owimu DRnwN6s. MPROVED: AEM JOB NUMBER: 10100241 a I" N O_ O nrn w O sn[tI no. IF NOT ONE INCH. f7 HRGreen.com CITY OF IOWA CITY 1110WA �rn p' HRGreen i lV/1 CAD FILE: 0:\10100241\CAD\De92\G\G000 COVER SHEE A. C? D m IOWA= ONE n&M 1-800-292-8989 www.iowaonecall.com . BID SET 01-18-2013 DRAWN BY: ALM JOB DATE: 2013 — " "" ^`" 1` owimu DRnwN6s. MPROVED: AEM JOB NUMBER: 10100241 a I" ROCKY SHORE STORMWATER PUMP STATION GENERAL sn[tI no. IF NOT ONE INCH. HRGreen.com CITY OF IOWA CITY 1110WA CAD DATE: 1/11/2013 10:57:16 AM wJUST sGLE xCORMNcLr. HRGreen COVER SHEET CAD FILE: 0:\10100241\CAD\De92\G\G000 COVER SHEE A. an, IOWA A CML LEGEND SHEET NO. SYMBOL LEGEND SHEET DESIGNATIONS FGENER& S H E E T INDEX EGE DS AND SHEET INDEX i� EXISTING MAJOR CONTOUR BENCHMARK, CONTROL POINT, ELEVATION INDICATOR """'--t0h9--------- - IXISTING MINOR WNWft 8-5101 TRUE NORM SHIi01Y: OMEN IS SURVEYED TO GNE NumS,r Sheet Title PROCESS ■ CONCRETEW CONCRETE MUMEM — — � — � — � — EXISTING PERMANENT EASEMENT IVowYFI TRUE NORM OR AS CLOSE TO � MAJOR INFORMATION ORT GENERAL POM LEGENDS µ0 GENERK INFORMATION TRUE NORM AS KNOWN DATA DISCIPUNE • IRON PIN FOUND EXISTING RAIPoRARY EASEMENT GOOD COVER SHEEP P101 PUMP STATION LOWER LEVEL PUN O IRON PIN SET S FENCE PLµ NORM (IFUSED)IXISTNG GW1 LEGENDS AND SHEET' INOIX PWI PUMP STATION SECTIIXiS • OPEN PIPE S CLO IS CLOSEST TO TRUE GW2 ABBREVIATIONS P3D2 PUMP STATIW SECTIONS EXISTING ROW FENCE NORTH AND COMM AND INCREASES MAIORR INFUy1A71CIN ® PROJECT MAR S ROW RAIL WHEN ADDRESSING =3 OVERYIEW PW3 PUMP STATION SECTIONS ------------ IXISTING GRAVEL SURFACE WEE OF A ST SIDES OF A SMUCNRE. 001 GENERAL INFORMATION / STANDARDS 0001 ALIGNMENT DATA P304 PUMP STATION SECTIONS ♦ SECTION CORNER 0 20 X CHISAREA LEDINT % IXISTING LOT UNE 100 CML SCALE BAR GOD5 ESTIMATED MECHANICAL IXISTN SECTION UNE ELEVATIONS 1��'YI' 200 ELEVATIONS 0008 ES QUANTITIES M101 MECHANICAL RNi ® /1 AREA INTAKE FIRE HYDyJR _• �— E%ISTN UNDERGROUND TELEVISION 300 SECTIONS / PROFILES -� BLDG DETAIL OR SECTION Opp ENLARGED PLANS OR ELEVATIONS GOOD GODS ESTIMATE REFERENCE NOTES MWTED REFERENCE ESTIMATE NOTES EIECIRICAI ENI LEGENDS AND GENERAL INFORMATION E GUY WE " ^"— E%ISRNG OVERHEAD ELECTRIC SGLE TO SCALE 500 DETAILS GODS NOTES GENERAL NOTES E1W STIE PLAN GOO 600 SCHEDULES M MOMu<« PoWERPoLL MISTING UNDERGROUND ELECTRIC E%ISTN FIBER OPTIC DETAIL (NOT TO SCALE) 700 PROJECT DEFINED 1800 PROJECT OWNED DEMOUIION TRAFFIC CONTROL PUN E100.4 E101 COMMUNICATIONS SIZE PVN PUMP STATION GROUND LEVEL PIAN CONIFEROUS TREE w«IXISTNG GAS SCALE NONE SpA RENDERINGS /IMAGES /DISPLAYPLAN 0100 SITE DEMOUDON PLAN E102 PUMP STATION UPPER LEVEL PL ® DECIDUOUS TREE ryPIC L NOTE' CML 001 PUMP STATION SECTION k DETAILS w « IXISIING SWRIRY SERER DISdPl1NE CICO SITE PLAN 002 PUMPSTATION SECTIONS h DETAILS Cp2NFR MONUMENT 1. HORS SECTION D WDA SHEET. PWT, :j: _n IXISIINC $TORY SEWER EUYATIW, SECTION OR OET'NL A ARCHITECTURAL C101 GRADING AND EROSION CONTROL PLCO E501 ONE -UNE DIAGRAM �Ir^ BEEHIVE INTAKE —N—H--H—�N— C102 PAYING µ0 JOINING UYIXIf INSTRUMENTATION hCONTROL CABLE BO% w « EXISTING CULVERT UN 1ELLPHONE p CML DETAIL INDICATOR 0 t DEMOLITION C103 PAYING AND JOINTING LAYOUT ELEVATIONS ICOOI LEGEND O CLEW OUT Stgg E ELECTRICAL C104 WATER MAIN PUN ICW2 PROCESS FLOW DISCSµ Ob ELECTRIC METER EXIST TRAFFIC SI EXISTING TRAFFIC SIGNALING EL ELECTRICAL LIGATING C301 ROCKY SHORE ERNE PIAN h PROFILE ICW3 NNWONN CONTROL DIAGRAMS O ELECTRIC BO% —"—"—"—"— EXISTING WATER tSECTION INDICATOR EP ELECTRICAL POWER CJ02 PARK ENTIYIICE AND TRAIL PIAN h PROFILE O PHONE 800111 EXISTING RR A1g0 F FIRE PREVENTION C303 STORM SEWER PUN k PROFILE � CAS METER - -----------INSTRUMENTATION SUBDRNN G GENERAL ELEVATION INDICTOR IC h CONTROL$ C304 C305 STORM SEWER PVN h PROFILE STORM SEWER PIAN 6: PROFILE CURB INTAKE 1041 MINOR CONTOUR AZOt L UNOSGPE MI EMBANKMENT GAPPING SECTIONS 4�. ❑O HANDICAP INTAKE TDIB— MAJOR CONTOUR M MECHANICAL MATCH UNE INDICATOR MH MECHANICAL HVAC 0402 GAPPING SECTIONS y �--o U� POLE PERMANENT EASEMENT MP MECHANICAL PLUMBING N C502 TYPICAL DET ETAILS 1YG1 PIDETAILS 5 O SARRAAT' MANHOLE _— — — TEMPORARY' EASEMENT CONTIRACT TERMINATOR AL � P PPROCESS PROCESS C503 TYPICAL DETAILS de MONMORING WELL — — — — — — FLOODPLAIN Q REVISION MARKER OEQUIPMENT 1 CW4 TYPICAL DETAILS O P057 �����•��■� FLOOD WAY 5 STRUCTURAL 0505 TYPICAL DETAILS >s< RAIUKMO SON — -- -- -- FENCE C601 STORM $ SUB DRAIN TAEUUTIONS AREA DESIGNATION `S SATELLITE DISH ____________ GRADING UMIIS STRUCTURAL 0 GENERAL INFO. k SRE WVRN �1 GENERAL S RUCTURAE DETAILS �n SIGN �--f}— SILT FENCE 1 USER DEFINED 5902 GENERAL SMUCTURIL DETAILS ® SIGN ■■■■■■M■■■■■ STORM SEWER 2 USER DEFINED 5003 FLOOD WALL PUN SOIL BORING —R/W— RICH OF WAY 3 USER DORNED SO04 FLDDD WALL DETAILS i� TREE $NMP WATER MAIN 4 USER DEFINED 5 USER DEFINED 5005 FLW LOWNDETAILS Q TELEPHONE W% 6 USER DEFINED 5101 PUMP STATION FOUNDATION PLCO 7 USER DEFINED 5102 PUMP STATION LOWER LEVEL PVN I- TELEPHONE PEDESTAL DETECTABLE WARNING B USER DEFINED 5103 PUMP STATION GROUND LEVEL PVN 9 DETAILS S1W PUMP STATION PIRIVL RING AT EL 660.00 k UPPER LEVEL EL 667.00 MAFFIC LIGAN AREASV WILL CHANGE 5105 GENERATOR ENCLOSURE PIAN DEPUN ING ON PROD DEPpI01NG ON PROTECT O PoC 5301 STAT PUMP STATION SECTION00 O w TRAFFIC SIGNAL 5302 PUMP STATION SECTIONS Q TPAFFlC SIGN NOR: SW3 PUMP UA ON SECTIONS n� ]x YARD LICN GRAGRAVEL NOT L ABBREVIATIONS OR SYMBOLS SHOWN IN 5304 PUMP STATION SECTIONS THESE BE LASTS MAY BE USED IN THIS PROJECT. ARCHITECT 5303 PUMP STATION SECTION _ ® N BURIED VALVE DEUNFATED WEILAND W NOT DISTURB OUTSIDE OF WNSiRUCIION LIMITS CONTA4 OR ENGINEER FOR CWiIFIGTION OF ANY DISCREPANaES. 5501 5502 SECTIONS AND DETAILS SECTIONS AND DETAILS -^4 C-) -,'=f— T BURIED WATER VALVE 5503 SECTIONS AND DETAILS rrl • " ■ RIPRAP UTILITY AND EMERGENCY PHONE NUMBERS - W POTENTIAL INDIANA BAT ROOST TREE - W NOT DISTURB CITY OF IOWA CITY, IOWA RW KNOCHE CITY ENGINEER (319) 356 - 5138 BEN CLARK SPECIAL PROJECTS ADMINISTRATOR (319) 356 - 5AT6 • BOLLARD DWG BJOTHROY BUILDINGS DIRECTOR (319) 356 - 5121 TERRY RWINSON PARKS SUPERINTENDENT (319) 356 - 5107 MIKE NOW PARKS @ RECREATION DIRECTOR (319) 356 - 5110 ANDY ROCCA FIRE CHIEF (319) 356 - 52W SAM HMOADINE POLICE CHIEF (319) 356 - U75 CHRIS O'BRIEN TRANSIT h PARKING DIRECTOR (319) 356 - 5158 ED MORENO IOWA CITY WATER DEPARTMENT (319) 356 - 5162 GAVE ELMS IOWA CITY WASTEWATER DEPARTMENT (319) 356 - 5170 BUD MC MAN IOWA CITY STREETS DEPARTMENT (319) 356 - 5181 CRAIG PETERS MIDVJERIGN ENERGY (319) 341 - 4457 DICK BOCK MINNERICAN ENERGY (319) 341 - 4468 TIM EAGAN MEDIACOM (319) 350 - 3679 CHAD SANASACK CENTUMNK (319) 358 - 5356 MARK DIETCH SOUTH SLOPE (319) 951 - N18 BID SET JAKE BUSH VERIZW BUSINESS (319) 573 - 6475 01-18-13 JERRY LAMB UNNERSW OF IOWA (319) 335 - WW DRAWN BY: JPC WB DATE: 2013 IPA 6 ONE IN?I ON CMOX DMMNGS. APPROVED: AEM WB NUMBER: 10IW241 D-1' CAD DATE: 1/18/2013 3:41:58 PMIF NOT ONE INCH. A uv s ACCORDNI CAD FILE: 0:\10100241\GAD\Dag,\G\001 LEGENDS AND SHEET INDE%.6W9 ® HRGreen.com HRGreen ROCKY SHORE STORMWAMR PUMP STATION SHEET NO. CITY OF IOWA CITY FGENER& G001 I IOWA CITY, IOWA EGE DS AND SHEET INDEX + 4i.4... .y4 Mr.:} _. •, T ` {'. ., - �g11r STNBOL l£GEND PCC Mum DEIJNFATEO WETVJBD DO NOT DISTURB L OUTSIDE 0 •T.' •-as„ -. 4 CONSTRUCIIOiI IJMIIS CRANDIC PARK ' POTURnk MOSTTREED W MT NOT DISTURB Soil Boring Point Table Point # Northing Fasting at 613117 6 211 ,07 III 613151M Wim6.IG Aw 6tvsaT ztl6eu.e1 Aw 61ms.e1 2111m1.45 APd 51=).m 21]10).J2 Md 6191]].)5 3171M..T FEET st 61] .91 ztllee3.eT FXST 6.5 6131 m 2111011.60 - 6 _ _ 5 ..- - RANDIC RAILROAD 4� ' _ coNsmucnoN MRS -- _ _ — I I L • I„ r11. • *.------""•'{ --a-- o `.. t - CONST�RUZTION OMITS FOR SPCITIER BOX. ACCESS FROM tr s o I HJ/Y a TNro Rn.EYor • y - + - i.,., ._r OARKIND Lor /� N R ■ WIG, '� I 1 •� ; - r PEN i" I ::-.. a •►_w _ T -, I ' r9 P / N N D s YRl 0 it It c4 - - - r W Y A52/ 2ND S T rn s l �= �.. - •. K E •.'- CONSTRUCTION LIMITS FOR TRASH MCN : ..� J . INSTALLATION. ACCESS STRUCTURE FROM _;• -,� HAWNINS DRIVE. SEE SHEETS CI00 C504 AND 0505 FOR TRASH-BAQ�,� 3:m. i oETNL 00, -- -j PROJECT OVERVIEW MAP ,,,;..- r • - , .I .............Si...-. ...... ........,. „�•.. ., asdie•-L....•ee• ... ��.... ��P � _ � �, � 3` ,�l�r BID�`SET, ORAYRI w: JK JOB DATE: 2013 6N+ 5 tM wcx ox N0. MW BY REVISiC , • SHEET NO. DiT1CR1 DR.xtNm. �� nCITYOF SHORE STORMWATER PUMP STATION GENERAL APPRMTE: THs JOB NuwBER: Io3aozal 0 1 ®HRGreen.com IOWA CRY G003 MTE VtBnoI3 I:za:zT vu PROJECT OVERVIEWMAP sr ficuc IHRGreen IOWA .._._ -.I r-----�---- 1 m .i..; �.•. -1 W N:a�1L:rI.;11 +00 ---- 35+00 - 38+00 36+51 I CRANDC RNLROPD OLCNMEM ___---_-_-_--___- 1 F F i rei I . ,• I I� i �0 0 J 0 SI I ST r HwY 6�2N� >n I 1 ALIGNMENT DATA o 3q BCALE: 1• - w' I� Alpimnt-(RSTnlO Number LngN R . W IimtlD9atlbn AV.W L1 low 55]'39x.9 Lz mu ornXil E C3 1121 95.00 SN' 21' 10.10E u 9.N 8]1'Oz 05.51E 2 ROCKY SHORE TRAIL ALIGNMENT DATA SM1E: A gnnenl-(Roily SNon CL) N.~ LmN9 RWI. 13n vC NI DI.d- A V.1. L10 I 15.w N W43AWE CIO 1D1N 12w.ao NN'x'a.52E L11 I 3293 I Nx'tz w.45E 3 ROCKY SHORE DRNE ALIGNMENT DATA SC91E: 4 SURVEY CONTROL DATA Sw : 5D1VEr COMROL DATA CRANDC Polio NnM9g Eaf1ry Ele.•elnn Des."m low 81317.37 21]0990.20 02.0 CP IWv 101 6'M6 1203 .2.11 CPIR 1002 -"21]10x0 x30228] 21]1020.]1 051.3] CPIR low x3027.94 2171020.51 052.20 CP IRPSY3x7 1004 x3299.03 2170991.14 111.w CPTAB 4 SURVEY CONTROL DATA Sw : CRANDC Nwoll, LwgN RWIs linNCMtlD19c1on AV91n 12ao 97.7a s15.9zw.56E Lxl low SIVOWO3.31•E 1202 19.37 S15.11.19d1E 1203 19.37 x5'26w.71E 1201 19.37 515'4FU.11'E 1205 1927 s1x1641.30E L201 1937 slew 0 L201 1937 81T3635.as•E 1201 ll.w 31x21.ZME moo 1x.31 11]529 5x•11'41.]6£ 1209 11.00 521.5611.16E 1210 1937 =' 4r 03.N -E 1211 193] s29' 3037 25'E U12 193] SN' OW w.24 -E 1213 193] 53WWW"E 1214 1937 s30 -Sr N.NE 1215 HIM 831.12 w.NE U16 low 531.19.3135E 1217 mm 91.945.31.E uls 13.75 &11.21-211.11£ L219 13.75 S3I-2535.5a'E L2x 13.75 S31•STw.N'E 191 13.75 931.4612.81E 129 13.75 S Ozw.81E 193 13.75 SWnle'am L9t 13.]5 Sar 46 1.55E L2x 79 533.16w.]PE 0301 55].31 1431.31 844.9 w.i L95 732 SSW 36 a.N'E L97 13.75 Sw•9w.wE L2x 13.75 S55'2641.06E 199 MIS 5564915.93E 1230 11]5 mr 05'41.1.2£ ml 13.75 Syr 1611.06E 1232 1175 SSr26x.WOE £233 1175 97' W 33.4E L234 139.80 9r31.14.a 195 a9 s5r3l1a,"T um 11.25 s5r3z53.10-E 123] a.x 85r 35.41.98E 191 835 WrW N.lW E 123) $25 S57'4632.36E lzw 125 �]• Sz 11.21E 1x1 N.Sa 9e•9a.e9E lzu Se.lt sw•969z.e9E ®HRGreen.com HlaGreerl ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA Cr -Y, IOWA CD SHEET ND. G004 PRAWN W.- JK JOB MIT: 2013 9+N IS ONE INCH ON DERCYL ..SS, APPRMM 1515 JOB NUMBER: 101002{1 o r CAD MI6+; 1/18/2013 3:53:06 PM • NOT SHE INCH. w3usT STiaS AccwWNOLr. CAD R1E: 0:\10100241\CAD\Dwga\C\GOOt AIR;NNEN7 MT0.tivq 5 CRANDIC RAILROAD ALIGNI ��4pp11 DAP; -Tj r rn o� s BID SEF 01-18-13 ®HRGreen.com HlaGreerl ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA Cr -Y, IOWA GENERAL ALIGNMENT DATA SHEET ND. G004 PRAWN W.- JK JOB MIT: 2013 9+N IS ONE INCH ON DERCYL ..SS, APPRMM 1515 JOB NUMBER: 101002{1 o r CAD MI6+; 1/18/2013 3:53:06 PM • NOT SHE INCH. w3usT STiaS AccwWNOLr. CAD R1E: 0:\10100241\CAD\Dwga\C\GOOt AIR;NNEN7 MT0.tivq N0. DATE BY RE SHIN DESCRIPTION ITEM ITEM ITEM UNIT TOTAL NO, CODE DESCRIPTION 42 6010.10&8-0 INTAKE, TYPE SW -W2 EA 2 QUANTITY 1 two-zas-Aw TRAFFIccoNTROL Ls i 2 3 2010.10&8-0 GENERAL CONDITIONS CLEARING AND GRUBBING DY AREA LS AC 1 0.82 4 2010.108.0.1 TOPSOIL, ONSITE CY 520 5 2010.108-03 TOPSOIL, OFFSITE CY 346 6 2010-109-6-0 SUBGRADE PREPARATION BY 927 7 2010-108-H-0 SUBGRADE TREATMENT BY 444 B 2010-108-1-0 SUBBASE, MODIFIED, 61N BY 1371 9 2010-108,1-1 REMOVAL OF STRUCTURE, HEADWALL EA 1 10 2010.108,-1 REMOVAL OF STRUCTURE, PIPE APRON EA 4 11 2010.1084-2-c REMOVAL OF KNOWN PIPE CULVERT, RCP, 60 INCH LF 55 12 2010.108)-3a REMOVAL OF KNOWN PIPES AND CONDUITS, ABANDONED WATER MAIN, 6 INCH LF 40 13 2010 -108 -J -3B REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 12 INCH LF 50 14 2010 -108J -3a REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 16 INCH LF 75 15 2010 -108J -3a REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 24 INCH LF B5 16 2010.106-L-0 COMPACTION TESTING LS 1 17 2300.107-A EXCAVATION AND DISPOSAL OF EXISTING FILL -CLASS 13 CY 4791 18 CLASS A CRUSHED STONE (IN PLACE) CY 1456 19 2300-107-E ROCK EXCAVATION CY 100 20 21 22 2300-107-B 301&108E-0 4020.108-A-1 EMBANKMENT SOILS (IN PLACE) SEWER PIPE SUPPORT OVER EXISTING UTILITY STORM SEWER, TRENCHED, CLASS III RCP, 15 INCH, GASKETED CY EA LF 1304 1 8 23 4020-108-A-1 STORM SEWER, TRENCHED, CLASS III RCP, 18 INCH, GASKETED LF 196 24 4020.108.A-1 STORM SEWER, TRENCHED, CLASS 111 RCP, 241NCH, GASKETED LF 214 25 4020-108-A-1 STORM SEWER, TRENCHED, CLASS III RCP, 36 INCH, GASKETED LF 40 26 4020.108-A-1 STORM SEWER, TRENCHED, CLASS III RCP, 94 INCH, GASKETED LF 20 27 4020.108-C-0 REMOVAL OF STORM SEWER, VARIOUS, 36 INCH DIA. AND SMALLER LF 48 28 BOX CULVERT, TRENCHED, SINGLE CELL 12 FT X 5 FT PRECAST LF 29 29 PRECAST SLOPED END SECTION FOR 12 FT X 5 FT BOX CULVERT EA 1 30 SAFETY GRATE FOR BOX CULVERT, RF -29 TYPE 3, MODIFIED LS 1 31 GENERATOR ENCLOSURE FLOOR DRAIN AND STORM CONNECTION LS 1 32 4040-108-A-0 SUBDRAIN, TYPE 2,6 INCH LF 174 33 4040-108-C-0 SUBDRAIN CLEANOUT, TYPE A-1 EA 2 34 4040-IWD-0 SUBDRAIN OUTLET, 61NCH EA 1 WATER MAINS AND APPURTENANCES 35 5010.108-A-1 WATER MAIN, TRENCHED, DIP, 12 INCH LF 52 36 5010-108-A-1 WATER MAIN, TRENCHED, DIP, 16 INCH LF 71 37 5010-108-A-1 WATER MAIN, TRENCHED, DIP, 24 INCH LF 139 38 5010.10&C-1 FITTINGS, WATER MAIN, MJ X MJ, DUCTILE IRON LB 4235 39 5020-108-A-3 BUTTERFLY VALVE, 121N, MJ, DUCTILE IRON EA 2 40 5020-108-F-0 VALVE BOX EXTENSION EA 2 DRAWN W. JPO JOB DAIS: 2013 eN+ 6 ONE INTI M N0. DATE BY REVISION DEWM"ON afi1EV1 BMwN45. MPROr . AEN JOB NUMBER: 10100241 a i' CAD DAIS; 1/18/2013 2:53:22 PM • ND1 aE ND.. HRGTBen.com CAO ill(: 0:\10100241 \LAp\Dr9s\G\G005 ESIINATED OUANTII1ES.dvg HRGreen EM 40. 41 IT CODE ' "' 6010-108-A-0 ITEM DESCRIPTION MANHOLE, TYPE SW401,48 INCH DIAMETER MEAl D n� �n p� ^' 0 R J a 07 rn 42 6010.10&8-0 INTAKE, TYPE SW -W2 EA 2 43 6010-IOMW INTAKE, TYPE SW -505 EA 2 44 6010.108-8-0 INTAKE, TYPE SW -512,24 INCH DIAMETER EA 1 45 6010-108-80 INTAKE, TYPE SW513, 3.5 FT X 3.5 FT EA 1 46 6010 -1D8 -H-0 REMOVE INTAKE EA 2 47 7010.108-A-0 PAVEMENT, PCC, 8 INCH BY 852 48 7030.1DB-A-0 REMOVAL OF SIDEWALK BY 112 49 7030-108-A-0 REMOVAL OF SHARED USE PATH BY 297 50 7030 -IN -A-0 REMOVAL OF DRIVEWAY BY 626 51 7030108-C-0 SHARED USE PATH, PCC, 61NCH BY 332 52 7030.108-0.0 SPECIAL SUBGRADE TREATMENT FOR SHARED USE PATHS BY 444 53 7030-108-E-0 SIDEWALK, PCC, 5 INCH SY 83 54 7030 -108 -GO DETECTABLE WARNING SF 40 55 7030.108-H-0 DRIVEWAY, PAVED, PCC, TYPE A, 7 INCH BY 33 56 7030-108-H-1 DRIVEWAY, PAVED, PCC, TYPE A, 8 INCH BY 47 57 7030-108-1-1-2 DRIVEWAY, GRANULAR SY 410 58 7040.108-H-0 PAVEMENT REMOVAL, PCC SY 304 59 9014108-B-0 HYDRAULIC SEEDING, FERTILIZING AND MULCHING, SUDAS TYPE AC 1 60 9040.108-A-1 SWPPP PREPARATION LS 1�rn 61 9040.10842 SWPPP MANAGEMENT LS 1 62 9D40 -10&A-3 SWPPP QUALIFYING RAINFALL EVENT INSPECTION EA 10 63 9040-108-E-0 TEMPORARY RECP, TYPE 2.1) BY 990 64 9040-108-J-0 RIP RAP, CLASS E REVETMENT TON 84 65 9040-108-N-1 SILT FENCE LF 750 66 9040-108-N-2 SILT FENCE, REMOVAL OF SEDIMENT LF 750 67 9D40 -108M SILT FENCE, REMOVAL OF DEVICE LF 750 68 9040-108-0-1 STABILIZED CONSTRUCTION ENTRANCE BY 167 69 9040.108-7-1 INLET PROTECTION DEVICE, SURFACE -APPLIED EA 6 70 9040-108-7-2 INLET PROTECTION DEVICE, MAINTENANCE EA 6 71 906D.IWA-0 CHAIN LINK FENCE, 8 FT LF 135 72 906&108-B-0 GATE, CHAIN LINK, 8 FT HEIGHT, 24 FT WIDTH EA 1 73 BOLLARD EA 11 74 SWING FLOOD GATE LS 1 75 LOCKOUT EQUIPMENT FOR RILEY BOX SLIDE GATES LS 1 76 SUBMERSIBLE STORMWATER PUMPS (2 TOTAL) LS 1 77 IMANUALSCREEN EA 1 78 SLIDE GATE (12X6; 2 TOTAL) EA 2 79 PUMP STATION HATCHES AND VENTS LS 1 BID SET 01-18-13 ROCKY SHORE STORMWATER PUMP STATION GENERAL s1En NO. CITY of IOWA CrTY G 1[ 005 IOWA CITY, IOWA GUANTmES I A i MAD EONSTRJC E* 1 t — - -�� til- /�- p, KY S A �. �. CLOSEL AT 13 r• an:�_ "i - %ROAD y RANDICI; PARK f •, v ' -.../ CLOSED i? <' A �\ '♦ TQC ��� •. SIX) FT 71 3fi 20 36) 10. t F -' �� e tet•'` % - i v (24 x 12� t \ tt��zr:.-�,. �r k%�\e -ter jl y P!L"''�} j_{ CLC��ED"r *s 2 TRAFFIC CONTROL PLAN ® o Do' R11gS \ \ \ SCKE: 1• -too' — A � I O W A R I V E R (18- • �� ' �2aLf, C R A N D I C' P A R K --..,, A AIX Er .. .-_. -." 1. R9-9 �t - if i �l S`••'. - �\ (24' % 127 _ nI I Y _ ' - C R A N D I C RAILROAD r / a •. ___- ; ROCKY SHORE 1 ' DR. CLOSED N. - x..l.f - �� - -- _ _ OF HWY 6 \` I r f SIR F� Ejq � �' qf, ._ T _if4�QI tj.4tYIm-1 _ . Fl(Fl _ - __. ` - yc+ lI • •X x,x • _ ' /` —y ` -- �. .� _ A� Cu .#Sa' .. '„ ....., „ .. , O. CLOSE ,• � � � ,. _ _ ._ ., Q 51 OK s T_ _ -- 1. < � X WY e � 2ND S a , . O .. R9-91. 20 SPACING -(24 2-). � 20'pACING - 1-�'.n 1,f a -6�s ,..:.r - n` LEGEND RnAb ROCKY SHORE - t O crNsreuEna OR. CLOSED N. 3 b 20 saaalvc JN POST MOUNTED WARNING SICJ1 AHElT1 OF HWY 6 - ` O O I _ J [i+ NOTES : O 42• CHANNEUZER i' 'a-!,. S W9-3 - ' _ 1 C11Y WILL BE RESPONSIBLE FOR ANY SIGNAL TIMING MOOIFldTI0N5 DURING ROAD I A DRUM , (36" a 36') I CLOSURE. k f.. TYPE III BARHICn[ a A} /-2. SPECK SIGNS SHA L BE 46'1(14111/4• PLASTC SEALED HIGH OENSRY PLMNOOD (1JEOE1( OR .E• i A APPROVED E011K) WITH 6- ME C UMERS. THE BACKGROUNO (ORANGE) S L BE PNNTED P FWITH WERKIR E%POKY PAINT. SIGN 1EIIING SHALL BE E%TERIOR GM➢E BIKK NNYL THE �SEQUENCING ARR�:'Ir � lir'. - SPECK SIGNS KONG HAWKINS DRN'E. WEST PARK ROAD. AND N. RNERSOE GRNE SHALL BE .—WORK AREA � MOJNTED AT A MINIMUM HEIGHT CE 5 ET. PROM THE BOTTOM Of THE SIGN. THE SPECIALSIGNS KOHG Y 6 SNAIL BE ONJNTED A MINIMUM HELM OE l R, {ROM THE BOTTOMCm OF THE VG . THE SIGNS SHALL BE MOUNTED ON TWO (2) 2 1/4 OR 2 1/2 INCH $OUME ORANGE V STIL S 'Y F[L,_L _ - �- 12 GAME PERP THE STEEL EM 1K PIACfl;ENT Of THESE SPECML SIGNS SMALL BE ,.� DETERMINED BY THE RESIOEM CNCNEER. � DIRECTION OF TRA\ I ' A I I > Yr Fl •' O COIYIEV[IpI' TRAFFIC CONTROL PLAN " ° t •� � scAlE: 1• - 100* � ,._..;�°� 3B )" a%�:-.' z -: BID SET & er 01-18-13 i DRAWN BY. JLA1 JOB DATE: NO e.6 rs DHE INCH ON NO. WTE Br w'FK DMNNDS. - - ROCKY SHORE STORMWATER PUMP STATION APPROVED. THS JOB BWBER: 10100241 D 1' - -- GOl O r CAD DATP 1/18/2013 3:54:59 PIM , ; DI N --- ®HRGreeacom CfTY OF IOWA CITY TRAFFIC CONTROL PLAN J V I J lCAOnI 0: 10100241 CAD DW a G G010 TRA6T9C CONEROL PIAN.6• - HRGreen IOWA CITY, IOWA i r 'A STRIICIKIN UMRS r _CQNO-"D GRUBBING {Hy _ __________- a frA .— ..— — HURUTYPP�RELOGOTED r REMOVE�6fM 1- ------ -- >, PU IP IOANI RE IR$ _ b kA rl %ICAIWI7P RECOCAIED B/ URLTV-___STU Tr- firA ____V °yY-__PWMCT WACR{V l ° AND CASINI yv �� _ `f • { yf Y��•�o �_ Y a -u-_______-___ v<cs -D 'Illy EY D � r 1r fr pfr�r� f� YV.\>Y _IY 4 � �IBS: iiE�i� I 1 I 1 I I II 1 I I I 1 I • I 1 I Mats 1 I .. —...._.. . _ _ 1 REMOVE 123 BY OF SIDEWALK . k SALVAGE TRIAL SN 1 F I j I REMOVE 25 FT OF IN SERVICE I I WATER MAN AS REOUIRE0 FOR WALL AND STORM CONSTRUCRON I I ,,----RREEMOVE & SALVAGEtt TRNL ROCK C OF 2) „ ARKS DEPARTMENT TO SALVAGE CURB STOPS A.NC PARK I ENTRANCE ORNE. CNR< Tl'`RI, I . �T SHA1 COORDINATE N/THyFARM I I �6 DEPARTMENT. `("T j. EMOVE TREE I / ` 1 PROTECT WATER VALVES I REMOVE 631 SY OF GRAVEL DRNE / PROTECT WATER MAN VALVE BO% AND VALVES _f . >LUYL •"S\AEMIIREg�0R iSTfI�1�Y e { / ONECONSMUCTbFI S- � ° \ e Y y ° {� • e ° y*'` s -` a ." `\4 • 4__-r-�}_yq•�-_Y'-O_{ r NITS EMOVEE ONLY OSIE TRM WITH �T % PROTECT ALL OTHER TREES. 2. RACTOR TO COORDINATE SHUT OFF OF WATER A T24 �.� +Y H...Y Y..A>W,AYYN+ >> _ _>_ rtaL S�µ•AY' ,Ty`2'4` ..CY 'y ..+.> _Y.r.>� CoNFLIM LOCATIONS WITH CRY WATER ________—___-_____� W -W REIAGIED BY ITIllT6 - _CONSMUCTION ___-_________—________________ AND -- MDS-_____- LIMITS _____________ _________-_ ^ I WI fco 6 S. IUSE TEMPORARY SyEET PILE OR 0TH S AS KENT ANDUIRED TO WAFER MAIN, 4. ALL (IPARK SIGN OTECT mLWR�1'OryII�N R OV U LONG v 1• WIDE v T -a' TALL) ! SAL.VAGF� I I FOR CRS' FORKS 0[P E': I`t 1 1 -__ —ri-I rr' —r ------------------- -------'- _-- --- ----_-_ \7.Zf1T �_F_ TL,GL---- ------ -------- __'--__ ---- `_--- _-- J� _- _ _ ------ 1 SITE DEMOLITION PLAN SCALE ,• _ 20• !UTTER /2 � I 1 ° I I -- I ° \ \ I\ I ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CITY, IOWA I w ` W I � s NITS EMOVEE ONLY OSIE TRM WITH �T % PROTECT ALL OTHER TREES. 2. RACTOR TO COORDINATE SHUT OFF OF WATER A I I O 11 CoNFLIM LOCATIONS WITH CRY WATER DEPPRTMEryT AT LEAST TWO WEEKS PRIOR TO = I II DESIRED IT14 OFF. THE WRATIN OF SHUT OFT ISHALL NOT EXCEED 24 HOURS UNLESS ALR® ^ I WI fco 6 S. IUSE TEMPORARY SyEET PILE OR 0TH S AS KENT ANDUIRED TO WAFER MAIN, 4. ALL (IPARK SIGN OTECT mLWR�1'OryII�N R OV U ( \� ! SAL.VAGF� I I FOR CRS' FORKS 0[P E': I`t POLE RMICAIIIMCAN 3. COORDWIITHINICONSTRUCNATE CDN BID SET LIMITS WITH Q1ERGY PEN 01-18-13 1 SITE DEMOLITION PLAN SCALE ,• _ 20• �. j - I FfIR W/•111 1 N I I 1 . I � S S SH UR C S I 1 (NFO 1 PIIESE 1251 e' REDUC R. () 12' VrY DN IEg6a4-OT/E-PffCB+ TO TER l/lI FOR PCrSSIBUE'R USE. I - EY CAN liE REUSED iS RD MUL NOT ITEMS AS RD WILL NOT BEJAIDI= I � EGEEATIN 1'CSLEM\INNG MD RUB INcMRS. I •7. F C ��w(1RUB ING NG AND OMARKED ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CITY, IOWA o�AounON SITE DEMOLITION PUW NITS EMOVEE ONLY OSIE TRM WITH �T % PROTECT ALL OTHER TREES. 2. RACTOR TO COORDINATE SHUT OFF OF WATER DRAWN BY: JPC .108 MATE: 2013 Bw m ONE r¢„ aN OFFKYL �WWx45. NWROrID: TNS .108 NUMBER: 10100241 a i' cIn are 1/le/zo/3 3:42:37 PM IF NOT ME INC„, FDAm sGNF Tccw+Olnrzr. TAD FlLE: \\HRGCRN/S\Data\10100241 \CN)\DNg•\0\O1W DEMO PLAN.BNg I� IIAN 'AT BOM FLOOD WALL / WATER MAN 11 CoNFLIM LOCATIONS WITH CRY WATER DEPPRTMEryT AT LEAST TWO WEEKS PRIOR TO = I II DESIRED IT14 OFF. THE WRATIN OF SHUT OFT ISHALL NOT EXCEED 24 HOURS UNLESS ALR® ^ I (UPON IN PDVPNC( W11H THE WATER UTILITY.--- fco 6 S. IUSE TEMPORARY SyEET PILE OR 0TH S AS KENT ANDUIRED TO WAFER MAIN, 4. ALL (IPARK SIGN OTECT mLWR�1'OryII�N R OV U ( \� \ I SAL.VAGF� I I FOR CRS' FORKS 0[P E': POLE RMICAIIIMCAN 3. COORDWIITHINICONSTRUCNATE CDN BID SET LIMITS WITH Q1ERGY 01-18-13 N0. DATE BY REVISION DESCRIPTION HRCDreen.coTn HRGreen 1 ® ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CITY, IOWA o�AounON SITE DEMOLITION PUW SNEET No D OO DRAWN BY: JPC .108 MATE: 2013 Bw m ONE r¢„ aN OFFKYL �WWx45. NWROrID: TNS .108 NUMBER: 10100241 a i' cIn are 1/le/zo/3 3:42:37 PM IF NOT ME INC„, FDAm sGNF Tccw+Olnrzr. TAD FlLE: \\HRGCRN/S\Data\10100241 \CN)\DNg•\0\O1W DEMO PLAN.BNg 11 2. U,-10—,3 "`""'" W.. Jw JOB 0,11E 4013 " " """"`" " NErrpo„ °�" P °" ROCKY SHORE $TORMWATER PUMP STATION OFF pw«x�. AP IMM:; 1 JOB NOYEER: ,010024, o HRGreen.Com CITY OF IOWA CITY Ci OL Cb NTE: .1il0l ly 1:48:18 g it sY ane ixrN. PAVING AND JOINTING LAYOUT Faun sous �c<axpixrxr. �Wnu, 0:\101002{1\CAO\Wp!\C\C104 PANND AND JOINING UYOUT.dwp HRG(BBn I IOWA cm, IOWA Pump Station Area Paving Point Table Paint # Rocky Shore Drive Paving Point Table Easting Elevation Description Point# Northing Easting Elevation Description 84 613115.23 2771074.83 !751.46 EDGE CONCRETE 85 1 813103.41 2171087.98 EDGE CONCRETE MATCH EXISTING 813129.14 2171052.86 851.33 EDGE CONCRETE 67 673149.42 2 813097.05 2171098.74 6B MATCH EXISTING 2177084.02 850.08 PAVEMENT JOINT 69 613167.0) 2177037.82 3 613080.69 2171109.50 813778.65 MATCH EXISTING fi49.23 PAVEMENT JOINT ]1 613792.42 2171053.87 899.58 4 613110.38 2771097.70 650.05 FORM GRADE CORNER VALVE VAULT 73 613190.47 2171026.68 648.82 CORNER VALVE VAULT 5 813127.15 2171102.88 699.98 FORM GRADE 75 813203.20 2171021.25 648.78 CORNER VALVE VAULT 78 6 613124.17 2171130.64 649.92 FORM GRADE 613226.90 2170999.41 848.7] EDGE CONCRETE 78 673213.14 7 613138.48 2171139.14 649.87 FORM GRADE 2170999.39 840.62 PAVEMENT JOINT 80 N O_ 2770969.99 8 613150.56 2171118A9 649.87 FORM GRADE 846.43 EDGE CONCRETE 82 613169.49 0 fy 848.49 9 613148.80 2171117.27 849.88 FORM GRADE EDGE CONCRETE 84 6131]3.32 2171008.64 �S2 m EDGE CONCRETE 65 613182.05 2171014.77 648.98 EDGE CONCRETE � 4 n 10 813152.88 2171118.81 649.87 FORM GRADE Cl) -G 71 613138.53 2771140.53 649.87 FORM GRADE - 1 -IC) J 12 813157.57 2171 12328 849.86 FORM GRADE =�r a m M a 13 613143.34 2171143.85 649.86 FORM GRADE oco 14 613169.97 2171131.99 699.86 FORM GRADE 15 613155.50 2171152.37 849.88 FORM GRADE 2771090.91 650.26 EDGE OF CONCRETE 42 t0 2171094.67 18 613195.08 21717W.30 MATCH EXISTING 17 813187.35 2171160.12 MATCH EXISTING 18 813178.82 2177169.95 MATCH EXISTING 19 613102.89 2177080.76 MATCH EXISTING SIDEWALK 20 613098.68 21]1085.]1 MATCH EXISTING SIDEWALK 21 6I3130.94 2171098.19 850.19 EDGE OF SIDEWALK 22 813138.10 2171089.31 850.37 EDGE OF DRIVEWAY 23 613151.46 21]1111.82 650.09 EDGE OF SIDEWALK 24 613156.68 2171101.06 650.29 EDGE OF DRIVEWAY 25 813158.58 2171116.89 850.33 EDGE OF SIDEWALK 28 813155.18 2171721.63 8998fi FORM GRADE 27 613745.80 2171130.22 650.12 CL ROAD AT GATE 28 813172.411 2171133.77 849.88 FORM GRADE 29 813177.87 2171731.48 650.09 EDGE OF SIDEWALK 30 613182.59 2171125.03 650.21 EDGE OF SIDEWALK 31 813200.35 2171138.01 650.20 EDGE OF SIDEWALK 32 613185.83 2171141.47 850.76 EDGE OF SIDEWALK 33 613214.75 2171149.09 MATCH EXISTING SIDEWALK NOTE: 34 813210.09 2171155.58 MATCH EXISTING SIDEWALK 1. FIT ALL WATER VALVES AND CURB STOPS DEEPER THAN 5'43' W ITH ROD EXTENSION. 35 813735.58 2171138.52 650.37 EDGE OF CONCRETE OPERATING NUT TO BE NO GREATER THAN 5-6" BELOW FINISHED GRADE. INCIDENTAL TO ADJUSTMENT OF FIXTURES. 36 813130.52 2171145.95 650.37 EDGE OF CONCRETE 37 813138.44 2171141.15 650.36 EDGE OF CONCRETE 38 813135.87 2171148.80 850.36 EDGE OF CONCRETE 39 8131M.82 2171168.81 850.36 EDGE OF CONCRETE 40 67314L28 2I7116 BID SET 01-18-13 DRAWN BY: JPC 2013 W IS ONE INCA ON N0. DATE BY REVISION DESCRIP BMEEf N0. JOB DATE; OrFl PIUMN45. APPRDM]l: iH5 JOB NUMBER: 10100241 0 � 1- ROCKY SHORE STORMWATER PUMP STATION cmL Z C' � 03 IF No, «a NO". HRGreen.com CRY OF IOWA CITY M dee 1/18/2013 1x9:05 PM N1JVef scar: Acrnmwc�r. PAVING AND JOINTING LAYOUT ELEVATIONS CAO DME 0:\10100241\CAD\DV4a\C\C1OT PAMNG AND JDINRNG LAYOUT ELEVATI HRGreen IOWA CITY, IOWA Pump Station Area Paving Point Table Paint # Northing Easting Elevation Description 83 813180.88 2771103.72 850.19 EDGE CONCRETE 84 613115.23 2771074.83 !751.46 EDGE CONCRETE 85 613122.18 2171063.85 851.20 EDGE CONCRETE 86 813129.14 2171052.86 851.33 EDGE CONCRETE 67 673149.42 2177085.70 850.25 EDGE CONCRETE 6B fi13154.04 2177084.02 850.08 PAVEMENT JOINT 69 613167.0) 2177037.82 849.50 EDGE CONCRETE 70 813778.65 2171045.7fi fi49.23 PAVEMENT JOINT ]1 613792.42 2171053.87 899.58 EDGE CONCRETE 72 613187.10 21]1030.8] 848.85 CORNER VALVE VAULT 73 613190.47 2171026.68 648.82 CORNER VALVE VAULT 74 613788.55 2171018.89 648.]5 CORNER VALVE VAULT 75 813203.20 2171021.25 648.78 CORNER VALVE VAULT 78 673227.43 2771008.06 648.70 EDGE CONCRETE 77 613226.90 2170999.41 848.7] EDGE CONCRETE 78 673213.14 2770990.70 848.69 EDGE CONCRETE 79 673207.88 2170999.39 840.62 PAVEMENT JOINT 80 613780.44 2770969.99 816.49 EDGE CONCRETE 81 613174.98 2770978.83 846.43 EDGE CONCRETE 82 613169.49 217098].28 848.49 EDGE CONCRETE 83 613187.88 2170995.72 648.56 EDGE CONCRETE 84 6131]3.32 2171008.64 848.91 EDGE CONCRETE 65 613182.05 2171014.77 648.98 EDGE CONCRETE e.57 650.36 EDGE OF CONCRETE It 613170.75 2771090.91 650.26 EDGE OF CONCRETE 42 873176.77 2171094.67 650.18 EDGE OF CONCRETE Pump Station Area Paving Point Table Paint # Northing Easting Elevation Description 83 813180.88 2771103.72 850.19 EDGE CONCRETE 84 613115.23 2771074.83 !751.46 EDGE CONCRETE 85 613122.18 2171063.85 851.20 EDGE CONCRETE 86 813129.14 2171052.86 851.33 EDGE CONCRETE 67 673149.42 2177085.70 850.25 EDGE CONCRETE 6B fi13154.04 2177084.02 850.08 PAVEMENT JOINT 69 613167.0) 2177037.82 849.50 EDGE CONCRETE 70 813778.65 2171045.7fi fi49.23 PAVEMENT JOINT ]1 613792.42 2171053.87 899.58 EDGE CONCRETE 72 613187.10 21]1030.8] 848.85 CORNER VALVE VAULT 73 613190.47 2171026.68 648.82 CORNER VALVE VAULT 74 613788.55 2171018.89 648.]5 CORNER VALVE VAULT 75 813203.20 2171021.25 648.78 CORNER VALVE VAULT 78 673227.43 2771008.06 648.70 EDGE CONCRETE 77 613226.90 2170999.41 848.7] EDGE CONCRETE 78 673213.14 2770990.70 848.69 EDGE CONCRETE 79 673207.88 2170999.39 840.62 PAVEMENT JOINT 80 613780.44 2770969.99 816.49 EDGE CONCRETE 81 613174.98 2770978.83 846.43 EDGE CONCRETE 82 613169.49 217098].28 848.49 EDGE CONCRETE 83 613187.88 2170995.72 648.56 EDGE CONCRETE 84 6131]3.32 2171008.64 848.91 EDGE CONCRETE 65 613182.05 2171014.77 648.98 EDGE CONCRETE ADJUSTMENT OF FIXTURES Number Location Slatbn Type d Future Vertical Adjustment Remarks A-1 200.55.54, 124.6' LT WATER VALVE *0.12' SEE NOTE 1 A-2 200+56.83, 107.9' LT WATER VALVE +0.05' SEE NOTE 1 f 20'.9'X3" CENTERED OVER WATER"N. PLACE INSULATION 6' ABOVE TOP Of WATERMAN. . •�• ��► Ill Eil Nfh 1 S 7 FOR VN6ARON IN PIPE DEPTH AT CONNECTION. 24' W 9O BEND CONNECT TO FASTING WATERMAN OF t ••`` \ �V314N� : i W 22.8 BEA' STRUCTURAL PENETRATION NECT TO TING WATERMAN -650 - 16' W 11.2 BEND AS POOL, NOTES, 1. SEE SHEET 01M FOR WATERMNN i REMOVALS. 2. SEE STRUMRAL SHEETS FOR DETAIL OF WATERMAN PASSING 'THROUGH RLE. PROVIDE INSULATION AS 3. WATERMNN FITTINGS SHALL BE SDUCTII-E _PER 2/C305 IRON MECHANICAL JOINT RESTRAINED WITH MEGALUGS OR APPROVED EQUAL ALL 648 EXISTING PIPE JOINTS WITHIN 20 R OF A -�- NEW FRYING SHALL ALSO BE RESTRAINED IF NOT ALREADY. CONNECTION TO EXISTING I PIPES TO BE INCIDENTAL TO THE UNIT PRICE OF THE FITTINGS. IF A RES TINNED _ _ \ JOINT CONNECTION IS BEING MADE TO AN p t - EXISTING PIPE IN THE FEW, CUT THE PIPE p TO OBTAN A FLAT END PRIOR TO U' I INSTALLATION. ALL WORK NECESSARY FOR A COMPLETE INSTALLATION, INCLUDING MEGALUGS, THRUST BLOCKS (SUM 5010), p / ' C) ANCHOR BLOCKS. AND CONNECTIONS TO MISTING PIPES SHALL BE INCIDENTAL TO lsO I FIRINGS ON THIS PROJECT. 4. ALL NEW WATERMNN PIPE IS TO BE A141 DUCTILE IRON AND FOLLOW SUU/S 5010. PIK IS TO BE ALONG RS ENTIRESUNNED (MID) GTH. POLYETHYLENE CONNECiT WRAP (SURAS 5010) TO BE USED ALONG I ALL NEW DUCTILE INCA PIPE AND FnnNGS NG WAIERMNN �` ANO ANIS INCIDENTAL TO THE PIPE. TESTING \ D DISINFECTION OF WATERMAN (SUM49 PAL SHEER y RLE 1 W' BEND\ 5030) IS TO BE PERFORMED AND IS PEN_ INCIDENTAL TO WATERM IN. TRACER Y) SYSTEM REQUIREMENTS (SURAS 5030) ME 5 TO BE FOLLOWED ALONG ENTIRE LENGTH 5 OF NEW PIPE MD ME INCIDENTAL TO WATERMAN. P \ `5. CONTRACTOR TO RISM VERIFY ELEVAnON .A AND LOCATION OF TOP OF WATERMAN CASING THAT PASSES BENEATH ME ROAD GRADE I \( AT ITS NORTHERN TERMINUS (EAST OF RAL RIS" ) PUMP STATION) AND THE ELEVATION OF THE TOP OF CARRIER WATERMNN AT SAME 2) I LOCATION AND NOTIFY ENGINEER OF RESULT. 6. CONTRACTOR TO REM VERIFY ELEVATION -- --- g OF TOP OF IXISTING 24' X 24" WE (EAST ?1 OF NE CORNER OF PUMP STATION) AND NOTIFY ENGINEER OF RESULT, FOR BIDDING PURPOSES ASSUME 639'. IN 7. CONTRACTOR TO FEW VERIFY ELEVATION OF MISTING WATERMNN AT CONNECTION POINT WEST OF NW CORNER OF PUMP 12 BUTTERFLY ALVE STATION AND NOTIFY ENGINEER OF RESULT, 2). STI FOR BIDDING PURPOSES ASSUME 639'. D100 B. M WAN A MINIMUM OF 5 R OF COVER mm ABOVE ALL NEW AND/OR RELOCATED JOVE AND REPLACE 16'X12" ER 12'X12' W TEE WATERMAJN. TYING P AS REQUIRED BEE NOTE SHEET SFE NOTE ON SH 9. UNLESS OTHERWISE NOTED PROVIDE A MNNTNN 5 R MINIMU DI00 flEUSE DI00 ABOUT: REUSE MINIMUM OF 10' OF VERTICAL CLEARANCE SET FROM THE CENTER OF ETOSIING OF E)QSDNG; BETWEEN THE OUTSIDE OF WATERMAN AND THE WA N TO THE THE OUTSIDE OF STORM PIPES. ITER OF E SUBDRAN. 12' W 45' BEND 10. PROMOE A MINIMUM OF 30" OF CLEARANCE (TYP. OF 2) BETWEEN THE OUTSIDE OF STORM TOR o TECf 70 MANHOLES TO THE OUTSIDE OF WATERMAIN. EAST, P� 11. IF BEING MGUS DIMER THAN THOSE nn CALLED OUT ON THIS SHEET ME REQUIRED s U—PROVIDE INSULATION NOTIFY ENGINEER PRIOR TO PURCHASING. OF DMENSIONS 12. PROTECT IXISTING ELEC. POLES. 15'.5'X3" CENTERED CONTRACTOR TO COORDINATE WITH UTILITY 12* W45' W IS ' AT STORM-WAERMAIN COMPANY'. 11 CROSSING. RACE (iYP OF 4) ' WATERMNN. ION INSULAT6' ABOVE E E CONNECT TO 655 - 1 BMW I 656 ' o�� - - ._ -------.65 _. I WATER MAIN PLAN P 10 �r TTI O� a _ m BID SET 01-18-13 PRAWN BY: JPC JOB DAM 2013 IVP 5 ONE MCH 9N oTDDuu IxuWxts. AERO ED Ms JOB NUMBER: IOIW241 o I CVOIWe 1/16/2013 1:29:20 PM W. ANTE BY HBG een.com =SHOREMWATIER PUMP STATION REVSpN DESCRIPTION CIVIL AQNF•, �A,C ;N«Y. CADRLE: 0:\10100241\CAD\DN95\C\C104WATER MAN PLMAW9 HRGreen WATER MAIN PLAN 670 I I 670 665 ITS T 665 660 ry 1 a = Ug , ' NOTES: �20':+ D- BA 201+ o 201+55 m l STA 200+ 2.8 • . R O C K Y 9 M 0 --- Z" �-1 n _ _____ �IS� COTV w UMITS NORMAL SECTION SHOWN MAY BE APPROPRIATELYMOIFIED w FOR ARSPCIFICALLY DTHE REFER ETO 25.0' 655 ROCKY SHORE DRIVE PLAN toy D m BY ENGINEER. OTHER DRAWINGSD 670 670 665 665 660 ry 660 = NOTES: m �IS� w NORMAL SECTION SHOWN MAY BE APPROPRIATELYMOIFIED w FOR ARSPCIFICALLY DTHE REFER ETO 25.0' 655 655 BY ENGINEER. OTHER DRAWINGSD FDR DETAILS. cc MR SED IXISTING P FlLE D C103 FOR DETAILS OF 1. REFSIDER TO CALK 12.5' L 12.5' I PROM650 GRAOE um • ---- a5D% ° ---- - ----- 650 2. EXCAVATE AND BACKFILL 2'-0' (1�. I EN NEW �VARI[$ a PROFILE GRADE ] VARIES s AVEME '� m C PA MEM 3. INTEGRAL 6' STANDARD CURB j� 16 I 4. Kr -2 OR L-2 JOINT 645 m 645 5. TRANSVERSE JOINTS WILL BE av VG 'CD'. 2 2 LOW PCNI TELEV=650. 0 LOW ROHN STA =200.0910 LOCATION 640 PVIBT =200M29 640 ROAD IDENTIFICATION STATION TO STATION A. . = t.00% =79.99 2' 8 -INCH PCC PAVEMENT 2' ROCKY SHORE DRIVE 200+12.63 201+22.06 6 -INCH MODIFIED SUBBASE, s 635 635 6 -INCH SUBGRADE PREPARATION TYPICAL CROSS SECTION 630630 2—LANE PCC PAVEMENT WITH CURBS rv� �2 rvg' SCPLE 1 200+00 20M20 201+w 20 200.90 20Ot20 201+00 201MO 201+60 s ROCKY SHORE DRIVE PROFILE a m o a BID SET 2 01-18-13 NORM BW 6 WE INCH ON o C,A, DRAWNDS. 0 t' NO. DATE BY ROCKY SHORE STORMWATER PUMP STATION bl�FI7 NO 3 DRAWN BY: JPC JOB CAME 2013 APPROVED: THS JOB NUMBER: 10100241 REVISION DESCRIPTION CIVIL_ cAn 1/18/2013 R Not ONE INCH. HRGreen.com C� OF IOWA CITY C301 DATE: 1:2B:2z PM �'" Ac`ormlN«x HRGreen wwA cm, ROCKY SHORE DRIVE PLAN &PROFILE cAn HLE: D:ymooza,�aD�D»ga�c�c3o, RS DRIVE P § P.tlwg IOWA 4 S WSW --W==_ 1 TRAIL PLAN I 50A1E: 1•-20' 665 -- — 660 655 a 650 645 I i i 640 r i 50+00 I i i t 2 TRAIL PROFILE scut: cif © 58 2 I I I , -. 54 IJ . 641 57 a�6 i 1'�iVli ; —•A� A N ifQ� 't��11�F rO M�� —AI LOmi41•���y.�n�r �1■■■■■ ■■■���II'�/i i 111 0 ��.r��■ xSlaz KSR Park Entrance Point Table Point # Northing Easting Elevation Description 52 613298.97 2171056.52 665 MATCH EXISTING DRIVE 53 613281.74 2171091.50 gx 39' RADIUS PT 54 613250.05 2171068.76 608.48 DAYLIGHT 55 61320035 2171138.01 650.28 EDGE OF DRIVE 56 613182.59 2171125.03 650.21 EDGE OF DRIVE PROPOSED GRADING O 613232.18 2171055.94 648.15 EDGE OF DRIVE 58 613308.69 2171036.78 MATCH EXISTING DRIVE 60 4`1 TM. 6 cvc To o'v + IN ELEV-UT.fl H HPOINTEL -650.11 STA =50+97. HIN HPOINTST0. 52+50.00 R=51-23.00 PVI]TA-5215.00 $- �> =64105a $ $A nng wIELEV- K-25. 95 9, -+�' r � 655 K 16.33 _01T---650 ---- 3.15% 645 645 640 xSlaz KSR 3 TYPICAL TRAIL DETAIL scMe Nrs NO ES: 1. 380 SY OF GRINULVI SURFACING FOR CRANOIC PARK ENIPANCE DRIVE. 2. PARK. ENM. AND TRAIL SIGNAGE 6Y OTHERS. BID SET 01-18-13 Park Entrance Point Table Point # Northing Easting Elevation Description 52 613298.97 2171056.52 MATCH EXISTING DRIVE 53 613281.74 2171091.50 gx 39' RADIUS PT 54 613250.05 2171068.76 608.48 EDGE OF DRIVE 55 61320035 2171138.01 650.28 EDGE OF DRIVE 56 613182.59 2171125.03 650.21 EDGE OF DRIVE 57 613232.18 2171055.94 648.15 EDGE OF DRIVE 58 613308.69 2171036.78 MATCH EXISTING DRIVE 3 TYPICAL TRAIL DETAIL scMe Nrs NO ES: 1. 380 SY OF GRINULVI SURFACING FOR CRANOIC PARK ENIPANCE DRIVE. 2. PARK. ENM. AND TRAIL SIGNAGE 6Y OTHERS. BID SET 01-18-13 N O Q �C--)C= W CIVIL PARK ENTRANCE AND TRAIL PLAN &PROFILE D ::; C-1 _ RECISION OESCRIPTION rn a gx Co n COMPACTED FILL (mJ VARIES, SEE GRADING ... TYP•— 3 TYPICAL TRAIL DETAIL scMe Nrs NO ES: 1. 380 SY OF GRINULVI SURFACING FOR CRANOIC PARK ENIPANCE DRIVE. 2. PARK. ENM. AND TRAIL SIGNAGE 6Y OTHERS. BID SET 01-18-13 ® HRGreen.COrn HRGreen ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CnY, IOWA CIVIL PARK ENTRANCE AND TRAIL PLAN &PROFILE 11111 N0. 0302 DRAWN BY: JPC JOB D1h; 2013 &w IS ONE INCH ON 5man m"NGS MP= THS JOB NUMBER: 10100241 a I' CAD QATE: 1/18/2013 1:28:30 PM F N0i 6NE N�" "OJUS�f"" "C0Pp1NGY CAD nu, 0:\10100241\CAO\Dw95\C\C302 TRAIL P3P.dw9 N0. WTE BY RECISION OESCRIPTION - ; RTCONBEC710N OF 3 NEW III I ! Iy ,J STORM SEWER PROFILE 0 05 loom !si PIPES TO 3 EN NC PIPES, PLACE A CONCRETE COLLAR CONSTRUCTION UNITS BwE: .TAT loom 01-18-13 (SUDAS FIGURE 4020.211) ) - ROCKY SHORE STORMWATER PUMP STATION clwL 9XEEf N. NONE CfTNALL DRAMNss. IPPROVED: THS JOB NUMBER: 10100241 ° I• MOUND EACH. CONCRETE EACH, C303 Gip PATE; 1/18/2013 1:28:49 PM 1 MOT 0NE1NCH "UST "C0fl01NGY NONE CITY OF IOWA CIN IOWA MY. IOWA J in rn COL -MS ME TO ' PIPE o, ' 9 Iamnmie, 17 XC 0 0 J_ pc.) -Nn � _ _ J (_ m i IMEN fim o co 1 STORM SEWER PLAN 1 .ono 0+00 0+20 0.n0 U.. UHW 1+00 1.20 114U 1.6U STORM SEWER PROFILE 0 05 loom !si BID SET BwE: .TAT loom 01-18-13 DRAWN W. JPC JOB DATE: 2013 INR IS ME INCX ON N0. G,TE BY REVISION DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION clwL 9XEEf N. NONE CfTNALL DRAMNss. IPPROVED: THS JOB NUMBER: 10100241 ° I• N C303 Gip PATE; 1/18/2013 1:28:49 PM 1 MOT 0NE1NCH "UST "C0fl01NGY NONE CITY OF IOWA CIN IOWA MY. IOWA STORM SEWER PLAN & PROFILE C"D FILE: 0:\10100241\GD\Dw9s\C\C303 STORM SEWER PLAN B PROFlLE.dwg 9 Iamnmie, IMEN lillicillill C104. 670 665 660 655 - SEE 650 645 640 635 630 625 NOTES: 1. SEE SHEET CBOT FOR STORM TMUIIIWNS 2. SEE SHEET C503 FOR BOX CULVERT AND SLOPED END ME ON DETNLS. y .ono 0+00 0+20 0.n0 U.. UHW 1+00 1.20 114U 1.6U STORM SEWER PROFILE 0 05 !si BID SET BwE: .TAT 01-18-13 DRAWN W. JPC JOB DATE: 2013 INR IS ME INCX ON N0. G,TE BY REVISION DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION clwL 9XEEf N. 'IA CfTNALL DRAMNss. IPPROVED: THS JOB NUMBER: 10100241 ° I• N C303 Gip PATE; 1/18/2013 1:28:49 PM 1 MOT 0NE1NCH "UST "C0fl01NGY HRGmen.com HRGreen CITY OF IOWA CIN IOWA MY. IOWA STORM SEWER PLAN & PROFILE C"D FILE: 0:\10100241\GD\Dw9s\C\C303 STORM SEWER PLAN B PROFlLE.dwg circ ebcea.a ia. `® i 21 10 "= ' mColml ori E ,.. f . .,•5 —655— ■� _ f I DO ...Iti!!.__ _ ________ ie_ .mn rfiii4iimiGiin<,:__—_—sie '_ '^■[.aik11 m gumI'Mimemmomisol m�■■■■J■ ■■■■■■■r■■■I .[ .., ■'`iii ■■■■■■ [ MIMMEME■■■■■■■■I■■■■■■■■■■■� ■■■■■■■■■■■■■■I MEMEMMEMEM■� . [ I MENEM MEMMENIM . . MIMMEMMEMEMEN . IMMEMBEEMEMEME■I MEEMEMEME■ MSMOF IOWA CITYIMMSTORM SEWER PLAN & PROFILE �. . 'PFPF� �JA•FO��FF� 4®PFS � PPFPAFO►PAOFI ♦FH ANPPAF♦ r P-FP•FPIPNPP�♦PPPAPF•vJ�JOFPFFObP. ♦FFP:>Fo ►PbPJ� -I -!• FP�PF♦ ♦PPPPPPP�►JPPFPP.iP. ♦01PFFFAFF FOOO�►AFJo<ii•�>FPo•F .1 PPFP��PjP��FPjPPP�1PFPPPPPPPJ'N•Fi �FP•O�OFOPP�►FFFPP�►PPPPOPPA4•i OiP•FvrPAO�1�PPOlc®FFP � ♦♦G��FFFFFb♦ ♦♦ ♦Ft♦FFA�OO�>PP•O. FF PFPPFPPPF►F•PFPF��F.AP�OJPIvP�.FP OPPPPbFFF FPPOAP. �P>PPF,►A I�FPAFPI •f��PFPPPPPF�>iP:FF�iPbyF���P��J�PPP4P�j �P���P�P�Pj�y,Aj•�OjJ���F�P� OFp� � ��. FA•�P�F F ®�1 PF�HOOPOOPO�P`�t�1►FPPPP��:�FPO��A'p�FPOOOFvF�PFJFFPPP�O�►O�UFFP<�< OPOF��NFA O►JPOFP�bAOFF► �w� iP�FPFPFOS�C►Oii�'IPI�FPPPF��►PPr��1•PPOOP+PJJFFAPOi►D►>P�NPFF/►A � FFOPP�YFPFJAi►P•OP�N®OPPIHI i�PJ�;GA�OFPP1,a<>PPPOFPPPa�A,F�ijl.PPP SPP<!e ��FF �P. FA OO�FFFO►t ♦F1<FPb OPFF FAA DOPA•PPP�J�IJG'PPPPO�•��`P•PFPPPOPp�PFti��Y �I�PFPPPFi�APOFI��►PA►APF®PI�< ' F��iiOOFPPFO<►F�P�Pi•AP� JPF b 3 •i♦ ♦ ♦ � ♦ ♦ ♦ F P ♦ ♦FF♦►F`�QPPFPO�F>FPF►OPPPFP���►PP/� PPFP<�l� ♦ vb P FF P � P 1�P ®P < < � � � F.F��F•F•C-FFF•FFFF►FF•FFF� P�•FP,>✓,iPFPPOFA ♦HF•>•►PAPP►• ♦FPFFF0 ►10F PP♦ •FFFA O ♦DAF<.►PPPFFPPPaiP �►OPPFF F4PPO�►PO. >FPOP>P •b��►FFOPA�IOGONFPF�►Pi !eS �,..Fsov ♦i::PPFiioNJtyo,.AF®ovPPOPo�boPo�6PP1�, '. :':•�PiFi ioioiii�•i►�';>®P�o�e 1�►- �P.aFP.�•a^i`P.�►�_•�A.FFAPF�PPI'P.►PF► • � '- >PF JFF OP�P♦ ®b� / e• •+e a •a ee • � �'� •>•i►1Pi•F•FPFPPP ji J�� .ne . c n ee91 .f . ♦♦ vFAFF .e•.w ane ..: - W A�•P`-� aa•aeeea.ea�7a�ii ��� i . `;a» va���.F•ti a Y� m •. ac es.3eea[•�• ��„� • Np�i30 K4e3q�,UH�. e a �Rn �eae;:s� e38eecHS �S°s . � j � � � •• wtReee.•3 e 'a'•c a .. iv-rN: mill too .., ■■■■■■■■■ IMMENSENESS■ IN .1■■■■■■■■. IMMEMEMEMMEME ■■ ..1■■■�■■■■ IN ■■■1-00MMEME IMMENEM■■. ME moommommommum: ..1■■■■■■■ . , MEMEMEMEMEN■ 1■■■■■ ■■■■■■■■■■■■mull, MIMESIS I■■■■■■■■■■■■ - N■MWN BY. JPC JOB DAM. 2013 BAN IS NE INCH ON DRAMNW ROCKY SHORE STORMWATER PUMP STATION APPROVED: �s JOB NUMBER: 10100241 .�i. CIVIL M ATE, 1/18/2013 1:29:08 PIA �U IF MW ONE INCH. HRGreen.com CITY OF IOWA CITY — W IXY. HRGreen IOWA CfrY, IOWA STORM SEWER PLAN & PROFILE OI m�m I I I I I I I I I I I I I I I 1 I I I I I L_J BOLLARD SCAM I' - CONCRETE ROUNDED SMOOTH PANTED (2) COATS OF SAFETY YELLOW W/ GRADE (PAVEMENT NOT SHOWN) PS 1'-6* OM OVERLAP WITH CONCRETE 7 1/2 •• OS-ISu 4 1/2 " FDIM 6" .t.� NONNI SIDpe GRADE ELEV. T P.C. C.C. O4 am W'rM® eaifid for Iueme DETAILS OF INTEGRAL 2 6" STANDARD CURB SCALE: NONE A ca-15HN Curb Paved Dme or Alley Curb Length of Opening Dropped Curb A 6" Standard PLAN Curb� Vafpbe '� 3 R Surface of Drive or Alley 3„ R �� VaflabM >� FORA GRADE NOTE: DRIVEWAY WILL �' HAVE 1 1/2' DROP CURB " Dropped Curb 1 1/2 " Dropped Guru SECTION A—A 3 TYPICAL DROPPED CURB DETAILS SCALE: NONE :V INSTAL PER MFR. APUMP STATION SIGNAGE SCAUE: 1/4--1'-0- I 3'-0" CITY OF IOWA CITY PUMP STATION' 25 ROCKY SHORE DRIVE C'ommnOftk De�alOPmrm BIOok Gant NO TRESPASSING SIGN AS MANVF. BY TAPCO, INC. MUTCD: H-12. 6'X 12' PHONE: 1.262.814.7000 TOLL FREE: 800.236.0112 1/e' DEEP ROUTER ETCHED LETTERS. PANT FILL WITH BLACK MATTHEWS ACRYLIC POLYURETHANE PANT WITH SATIN CLEAR COAT. SUBMIT COLOR SAMPLE FOR APPROVAL. TYPEFACE TO BE 'OPTIMA MEDIUM' OR SIMILAR. CONTRACTOR TO SUBMIT A SAMPLE FOR APPROVAL. 1/2' ALUMINUM PLATE M35 BRUSHED FINISH. CLEAR COAT USING MATTHEWS ACRYLIC POLYURETHANE PAM WRH SATIN CLEAR COAT. COAT BACK OF PLATE WITH BITUMINOUS PANT. NOTES, 1. DIGITAL FILE OF SIGN DESIGN AVAILABLE TO CONTRACTOR FROM OWNER'S REPRESENTATAE UPON REQUEST. 2. PUMP STATION SIGN AS FABRICATED BY PARKER SIGNS & GRAPHICS OR APPROVED EQUAL CONTACT: RUSS TENGER. PARKER & GRAPHICS 515.962.6330 3. CONTRACTOR SHALL SUBMIT SHOP DRAWINGS DETAUNG COLOR, FINISHES. ARTWORK, FONTS. TEXT HUGH'S AND OTHER PERTINENT INFORMATION FOR OWNER APPRO✓AL PRIOR TO FABRICATION. 4. CONTRACTOR TO COORDINATE PLACEMENT OF FINISHED PUMP STATION SIGNAGE WRH OWNER'S REPRESENTATIVE. 5. MOUNT TO EXTERIOR FACE OF PUMP STATION. MOUNT TO MASONRY USING SIX (6) 1/4' SS STUDS. DRILL AND TM INTO BACK OF SIGN. EPDXY STUDS INTO OVERSIZED HOLES DRILLED IN MASONRY. 6. PUMP STATION STREET ADDRESS SHALL BE VERIFIED WITH OWNER PRIOR TO FABRICATION. ��? m C-)-< - r- :{m a m ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CITY, IOWA Z m 0 D N 0 BID SET 01-18-13 PRAWN BY: JPC JOB DATE: 2013 TUR IS ONE INCH ON amaA Ira+A1Nas. APD ONTE, THS JOB NUMBER: 10100241 a ONE I' CAD ATE: 118/2013 1:26:59 PM 'F "AIT'"a"• CAD FILE 0;\10100241\CAD\Dr9e\C\C501 TYP OTLS.dwa 1DJus sCAfE AccaRDMCLr. ® HRGreen.com HRGreen SHEEP N0. CrJ0 N0. DATE BY REVISION DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CITY, IOWA civl� TYPICAL DETAILS TRAIL NOTES: 1. NOTE ALIGNMENT DATA FOR TRAL ON SHEET GO04 2. TRAIL DESIGN SPEED: 20 MILES PER HOUR (20 MPH), PER SUDAS DESIGN MANUAL CONCRETE FINISH SHALL BE LIGHT BROOM KNISH ON THE TRAIL, PARALLEL TO DIRECTION OF TRAVEL CONTRACTOR TO DEMONSTRATE METIROU TO MAINTAIN CONSISTENT UNIFORM SURFACE TEKTURE ON ALL TRAIL PAVEMENT SURFACES. FINISH TEXTURE SHALL BE OBSERVED AND APPROVED BY THE OWNER'S REPRESENTATIVE WITH FIRST ONYS POUR; ANY CORRECTIONS/MODIFICATIONS ORDERED BY WE OWNERS REPRESENTATIVE SKALL BE IMMEDIATELY COMPLETED. FAILURE TO NOTIFY THE OWNER'S REPRESENTATNE OF WE FIRST DAYS POUR, TO ALLOW OBSERVATION OF THE FINISH, SHAH REOUIRE REMOVAL OF ALL PAVEMENT PLACED. BURIAP DRAG WILL NOT BE ALLOWED FOR THE FINAL PAVEMENT FINISH. COVERING OF PAVEMENT WITH PIASRC WILL NOT BE PERMITTED; SURFACE TEXTURE MUST BE UNIFORM AND CONSISTENT FOR ALL PAVEMENT SURFACES. PCC TESTING, INCLUDING SLUMP, AND AR, TO BE INCIDENTAL TO REC. TRAL BID ITEM, UNLESS NOTED. 4. EXISTING GROUND ELEVATIONS, AND EXISTING UTMTIES. TREES, STRUCTURES, AND PAVEMENT LOCATIONS SHOWN ME APPROXIMATES ARE APPROXIMATE AND HAVE BEEN DETERMINED USING UDM GIS INFORMATION AND AVAILABLE DATA CONTRACTOR SHALL FIELD VERIFY THE EXACT LOCATIONS OF THESE OR ANY OTHER EXISTING FACILITIES AS REQUIRED FOR COMPLETION OF PROJECT. IF A CONFLICT EXISTS BETWEEN PROPOSED SITE IMPROVEMENTS AND EXISTING OR PROPOSED UTILITIES. IMMEDIATELY ADVISE THE OWNER'S REPRESENTATIVE. 5. CONTRACTOR IS TO VERIFY ALL SLOPES. INCLUDING CROSS SLOPES, LONGITUDINAL SLOPES, DROP CURB SLOPES AMONG OTHERS. DO NOT EXCEED MAAG MD/OR MAXIMUMS. CROSS SLOPE ON ALL SIDEWALKS. TRAILS. AND PEDESTRIAN WAYS SHAL BE BETWEEN 1.5K MIN AND 2.0K MAX, ALTHOUGH SLOPES OF LESS THAN 1.5% SHALL BE ACCEPTED ON RE -INS. MAXIMUM LONGITUDINAL SLOPE ON SIDEWALK/PEDESTRIAN WAYS SHALL BE 5%. MAXIMUM LONGITUDINAL SLOPES ON DROP CURBS AND ACCESSIBLE RAMPS SHALL BE 6.335. ALL PLAZA/IANDINGS/INIERSECTIONS ME TO BE GRADED AT 2% WU. IN ALL DIRECTIONS, INVE POSRTAE DRAINAGE, AND BE ADA ACCESSIBLE IF SLOPE EXCEEDS RECOMMENDATIONS, CONTRACTOR TO INFORM OWNER'S REPRESENTATIVE PROMPTLY FOR INSTRUCTIONS. 6. SPOT L.EVARONS, WHERE SHOWN ON THESE DRAWINGS, ME TO THE TOP OF FINISHED SURFACES, UNLESS OTHERWISE NOTED. ]. CONTACTOR SHALL VERITY THAT THE TRAIL AND SURROUNDING SITE. DURING AND POST CONSTRUCTION, WILL RE IMO EXISTING GRADES/CONTOURS AND DRAIN PROPERLY. IF ISSUES MISE WHICH PREVENT THE SITE FROM DRAINING, CONTRACTOR SHALL NOTIFY OWNER'S REPRESENTATNE IMMEDIATELY. VJIDSCAPE IMPROVEMENTS 1. CONTRMTOR IS TO PRESERVE MD PROTECT EXISTING PLANT MATERIAL TO REMAIN. PLANT MATERIAL THAT IS DAMAGED SHAT BE REPLACED AT CONTRACTOR'S EXPENSE 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING AND WATERING THE SEED AS NECESSARY, TO ENSURE GROWTH AND ESTABLISHMENT WRING THE 2 -YEAR WARRANTY PERIOD. J. ALL SED WILL BE APPROPRIATELY MAINTAINED TO MEET THE WATERING, MAINTENANCE. ACCEPTANCE AND WARRANTY REQUIREMENTS OF IDOT 2RE FOR CONVENTIONAL SEEDING MD SPECIFICATIONS. 4. HYDRAUUC SEEDING AND HYDRAULIC MULCHING IS PREFERRED AND FOR BIDDING PURPOSES, HYDROMUUCHING IS CONSIDERED INCIDENTAL TO THE SEEDING UNE DEM. GENERAL NOTES - SPECIAL REOVIREMENTS- WARRANTY AND MAINTENANCE OF SEEDED AREAS 1. TWO (2) YEAR WARRANTY FOR SEED TO THIS PROJECT AND EACH BIO REM SHAUL BE CONSIDERED INCIDENTAL TO THE BID ITEM. 2. WARRANTY: A WARRANTY OF SEEDED AREAS SHALL BE CONSIDERED INCIDENTAL TO THE BID REM. B. WE WARRANTY IS TO GUARANTEE COMPLETED SEEDED AREAS FOR A PERIOD OF 2 YEARS AFTER INITIAL ACCEPTANCE HAS BEEN DOCUMENTED. C. REPLACEMENT COSTS ARE THE CONTRACTOR'S RESPONSIBILITY, EXCEPT FOR THOSE RESULTING FROM LOSS OR DAMAGE DUE TO VANDALISM. CML DISOBEDIENCE, ACTS OF NEGLECT ON THE PART OF OTHERS, PHYSICAL DAMAGE BY ANIMALS, VEHICLES, FIRE, OR LOSSES DUE TO CURTAILMENT OF WATER BY LOCAL AUTHORITY, OR BY "ACTS OF GOD." 3. MAINTENANCE A. CONTRACTOR SWJl COORDINATE MAINTENANCE OPERATIONS AND ACTIVITIES WITH THE OWNER DURING THE WARRANTY PERIOD. B. MAINTENANCE OF SEEDED MEAS SHALL BE PERFORMED BY WANED PERSONNE SKILLED IN IDENTIFYING DESIRED AND UNDESIRED PLANT MATERIAL. C. CONTRACTOR WILL BE RESPONSIBLE FOR MAINTENANCE OF SEEDED MEM DURING TUE 2 YEAR WARRANTY PERIOD WITH THE EXCEPTION OF ROUTINE MOWING OF TURF MEAS. MAINTENANCE OF SEEDED MEAS SHALL INCLUDE: -WATERING TO PREVENT GRAS AND SOIL FROM DRYING OUT. -ROWING WE SURFACE TO REMOVE MINOR DEPRESSIONS OR IRREGULARITIES. -CONTROLLING GROWTH OF WEEDS. APPLY HERBICIDES IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS. REMEDY DAMAGE RESULTING FROM IMPROPER USE OF HERBICIDES. -PROTECTING SEEDED/SED MEM WIRY WARNING SIGNS DURING MAINTENANCE AND WARRANTY PERIM AS DEEMED NECESSARY. -IN THE SPRING OF EACH YEAR DURING THE 2 YEAR WARRANTY PERIOD, THE CONTRACTOR SHALL CORRECT AND RESEED/RESOD AS ORIGINALLY SPECIFIED, ANY DEFECTS IN THE SEEDED/SOD AREAS AND GRASS STAND, SUCH AS WEEDY AREAS. ERODED AREAS. AND RARE SPOTS. UNTIL AFFECTED ARES ME ACCEPTABLE TO THE OWNER'S REPRESENTATIVE. -IN THE SPRING OF EACH YEAR DURING THE 2 YEAR WARRANTY PERIOD. THE CONTRACTOR SHAL REPLACE OR REPAIR TO ORIGINAL COMMON, ALL DAMAGES TO PROPERTY RESULTING FROM THE SEEDING/SODDING OPERATION OR FROM THE REMEDYING OF DEFECTS, AT THE CONTRACTOR'S EXPENSE. SPECIAL REQUIREMENTS - WARRANTY A A WARRANTY IS REQUIRED TO GUARANTEE COMPLETED SEED OPERATIONS PROVIDING A UNIFORMLY DENSE. UNE. MD HEALTHY STAND OF GRASS, TREE OF WEEDS MD UNDESIRABLE GRASSES, DEBRIS, AND FREE OF ERODED AREAS. BARE SPOTS. DISEASES, AND INSECTS DURING THE WARRANTY PERIOD. B. CONTRACTOR TO REPLACE AS ORIGINALLY SPECIFIED AREAS THAT HAVE FAILED TO SURVIVE, AS OFTEN AS REQUIRED, TO ESTABLISH THE SEED AREA UNTIL ACCEPTED; AT NO MOTIONAL COMPENSATION. C. REPAIR AND REPLACE TO ORIGINAL COMMON ALL DAMAGES TO PROPERTY RESULTING FROM THE SEED OPERATION AND ALL DAMAGES AS A RESULT FROM WE REMEDYING OF THESE DEFECTS, WITHOUT ADDITIONAL COMPENSATION. DETAIL 2/C502 -----I EO I ED u1.00 E VARIES PER SIDEWALK NOW E1.D0 M n o ' 1.00' SQUARE 1 1 6"-2 4" BED. CONFIRM PAVER DETECTABLE WARNING THICKNESS WITH 50-85i OF BASE DRAM 1.6'-2.4.BEHIND 0.2" MANUFACTURER PRIOR TO PAVERS. AS SPECIFIED CONSTRUCTION OF DETCTNXE WARNINGS (TRIMCAIm COMES) ' O2 1 OBIT � w I JOINT OROADWAY PAVEMENT/CROSSWALK BMD OCOMPACTED SUBCRADE HRGreen sown c rc, iawAIL TYPICAL DETAILS O1 J C OC GAD RLE O\10100241\CAD\DNWA\C\C502 TYP DT15.EN0 p 9 O J OC iL' I O O EO VARIES PER SIDEWALK WHOM EO 1.D0" I.M. IIA. MIN. VARIES, SEE C SHEETS FOR SIDEWALK WIDTH 1 ADA DETECTABLE PAVER PLAN SCALD. N.T.S. w eeuo a w �s uev RAMP FLARE 0 n ci -:4n .<r— _m d::o URBAN STANDARD SPECIFICATIONS TDA PUBUC IMPROVEMENT MANUAL WMNING PAVERS ODETECTABLE ON I' BITUMINOUS SETTING 1 6"-2 4" BED. CONFIRM PAVER THICKNESS WITH 50-85i OF BASE DRAM 1.6'-2.4.BEHIND 0.2" MANUFACTURER PRIOR TO 50_m% OF �-TI o.B" ro 1 s ROSE EWA. TFO.E TO 1.4" DETECTABLE WARNINGS DETECTABLE WARNING ALIGNMENT (PROFl�) (TOP NEW) CONSTRUCTION OF DETCTNXE WARNINGS (TRIMCAIm COMES) PEDESTRIAN RAMP. O2 4" P.C.C. SUB-SIAB OBIT -1 OR KT -1 JOINT OEXPANSION JOINT OROADWAY PAVEMENT/CROSSWALK BMD OCOMPACTED SUBCRADE URBAN STANDARD SPECIFICATIONS TDA PUBUC IMPROVEMENT MANUAL DRAWN W. JYC JOB DALE "13 APPFJDVM THS ,KRB NUMBER: 10IM241 IYw IS PS AxUI 011 fNT,01E TXUWNG6. a I' NOTES: 1. A 24" WIDE STRIP OF 1 6"-2 4" DETECTABLE WARNING PAVERS SHALL BE INSTALLED AT THE 50-85i OF BASE DRAM 1.6'-2.4.BEHIND 0.2" BOTTOM OF RAMP, 6"-6" THE BACK OF CURB. THE DETECTABLE WARNINGS ACROSS THE FULLSHALNOW FULL WIDTH EXTEND THE RAMP. 50_m% OF �-TI o.B" ro 1 s ROSE EWA. TFO.E TO 1.4" DETECTABLE WARNINGS DETECTABLE WARNING ALIGNMENT (PROFl�) (TOP NEW) DETECTABLE WARNING SURFACES VISUALLYSURFACES WITH SHAT NT WALKING ADJACENT WAXING SURFACES ETHER UCHT DARK OR DANK ON UCHT.i. DETCTNXE WARNINGS (TRIMCAIm COMES) I FIGURE: )030.14 2 ADA DETECTABLE PAVER DETAILS FROM SUDAS SCAE: N.T.S. N O 1� Trn L7 m1 b fV Q BID SET 01-18-13 i DRAWN W. JYC JOB DALE "13 APPFJDVM THS ,KRB NUMBER: 10IM241 IYw IS PS AxUI 011 fNT,01E TXUWNG6. a I' Np. RATE 6T RENSIIXI MESOUPIXITI ROCKY SHORE $TORMWATER PUMP STATION cmL --" I NO rJ F NOT ONE W01. HRGreen.com CITY OF IOWA CITY C 2 GAB DATE 1/16/2013 2:15:14 PM ""O' y HRGreen sown c rc, iawAIL TYPICAL DETAILS GAD RLE O\10100241\CAD\DNWA\C\C502 TYP DT15.EN0 wEIGM,; FT - a 3O]L&S 9T2 INSIDE SURFACE „e. ,yX� a LOADING, OESpN METNODG AHO WITFAWIS COMPLYWITHARIMOIAORCE50 dMSEa STM 4wo IVNGIFMGTN-so TYPICAL DETAILS N FN3WAUI%Ff-B x51 NIMAR CDNCULVERTIFNBIH.FC-SK4 1 $ppCE BOX CULVERT PERFORMED co ON THE Box GAR AR COMPUTER PROGRAM pOMINITEP PRoOINM, TYPICAL JOINT DETAIL NEL SRLL BOX CULVERT DESIGN DETAILS CD SCA -E: MTS ' CLOSE VILVE RAIUNG TOP AND • flDODWALL - SEE B• PCC PAVEMENT EpTH SIDES. SEE PRONDE SIGN. MOUNT SIRUCNRA STIIUCIURA 4 OR TO GENERATOR 8• YODIFlED SUB-BxSE S FORJHORZ 2• CONC WPB ENCLOSURE DETAILS /5012• VERT PROTECTED SDE SURDRAN TRENCH ADHESAE R®M ° • SHALL ME IN CONTACT ORS. (2)15 YINIMDM J2•z32• MANHOLE WITH SUB -ELSE ,d FPA2E AND UD, NEENAH xATEl6� R -6665-014H OR Eq - . B• 2 -6• 1-0 •a REMOVABLE GRATING WffN .e 1'x1' CLEAR OPENING . . ._-..__...__.._ SLOPE FLOOR TO • ORAN %' BOOR , 4 i100)*ALL { � 4 {• dP a •� POROUS STCIffILL PEA SUMSOIP AWWA d 6• SUBDRANRANGE (TYP) zq A-.,•6. SECTION X -X MIN. MIN. ELEV 547.15 ”e d e SEE SIAUCN - ° aWAFEA ENGINEERING FABRIC. • • 4". - eWITH WRAP POROUS BACNi1LL SEE SHEEP CJ(N FOR . 4 pM�..{ BURFARY SIAPE RDIXt Qi SUMP FAWOC. 120 AND STIFLE LM CONNECTOR TO STIXW wEFP NNG - VALVE, BRAY SERIES 20 IDWABNS OUTLET AT RPE INVERT ELEVAAININ ORIJON ° WRN HANdE KR OR - ENGNEER MRtO,ID • F 1//{•/FT. GRIXIi SUMP iLU51l TO PNERT aF NOTES: L 12' -� PIPE WAIN ADHESNE ° W �M e : EOUIL. a OUTLET. 1. SUBDRAN SHAL FIXLOIY SUMS 400. 1- TO STORM PIPE - .4• - e 2. SEE 0304 FOR SUBDRNN UYOUT AND C801 FOR SUBDRAN TABUUTION. 6M.87. SLOPE PIPE a° • TOULEX CHECKMATE 3. SEE SHEET C102 FOR PAVEMENT JOINTING AND OTHER DUALS. I, AT 0.841 TOWARD e 4 - - ii ..'•V'ALVE IN��S�TAlEU WRIT GENERATOR ENCLOSURE. e`' . 4' b 1p5fRFAM CVAP , i d I' INV MAINTENANCE AREA PAVEMENT AND 6{{95 , d d FLOODWALL SUBDRAIN DETAIL 4: SCNE: 3/4• a 1•-0• �{. w 3- 2 ! r 6 . , 4, ... a a d. ._i w . � 1 ... 4Y ' 41 v ° SEE STRUCNRAL PLANS T Fdt AL CONCRETE h� DETAILS PRECAST GENERATOR ENCLOSURE FLOOR DRAIN DROPWALL X SECTION VIEW \� A IsICALE:2 NOTE: DROPWALL IS INCIDENTAL TO THE SLOPED END SECTION. 1 wEIGM,; FT - a 3O]L&S 9T2 INSIDE SURFACE Tn ,yX� a LOADING, OESpN METNODG AHO WITFAWIS COMPLYWITHARIMOIAORCE50 C503 STM 4wo IVNGIFMGTN-so TYPICAL DETAILS N FN3WAUI%Ff-B x51 NIMAR CDNCULVERTIFNBIH.FC-SK4 1 $ppCE BOX CULVERT PERFORMED co ON THE Box GAR AR COMPUTER PROGRAM pOMINITEP PRoOINM, TYPICAL JOINT DETAIL 12' X 5' SINGLE CELL BOX CULVERT DESIGN DETAILS CD SCA -E: MTS DRAWN 8Y: JPC .TOB RATE: M13 W 11 11 .Ll ON OFF.. DRAN,NGS. APPROVED: TNS JOB NUMBER: 10100241 D I' CAD DOE: 1/18/2013 1:28:33 PM F NUT ONE NQH. Awm BEALE Actamn¢Y. 1m A—if4' Z. 'Hd£32x 0 ADJUSTABLE KIDDER TIE BOLT NOTES: 1J TIE BOLTSPAE MANUFACTURED FROM MI INWRER MATEANLCCNFCHMING TOPSTM NIS. 2I STMWD1'DNMEIER1HREPDSPHEROLLEDONA MTIWB'JLTB. 3J HEAYIHE%NILUSCONFORMTOPSIMAgi. 4. TNEwE DMPESLEEVECCAFg TOPSTMgS.G B SIWEIL MDWEIDMKCTYJNSPAEWNEINACG%@WiCEW AWyA D11W SIPo1CIIlIN1'hEICYA CtYJE. BOX CULVERT TIE BOLT SCAE: NTS ® HRGreen.com HRGreen RL,FA pH11C SW>EDMPUCF -- ------ —----- GEOTEXTILB FABRIC PFA M4RO MQ14. TTEY BOX CULVERT JOINT TREATMENTS SCALE: NTS 12' X 5' SINGLE CELL BOX CULVERT SLOPED END SECTION SCALE: NTS —.._.. _... N O O c+ Tn rR60Ci(Y ITY OF IOWA CIN C503 TYPICAL DETAILS WA cr1Y, IOWA m co �^ c CD BID SET 01-18-13 SHORE STORMWATER PUMP STATION cmL S LL' N0' rR60Ci(Y ITY OF IOWA CIN C503 TYPICAL DETAILS WA cr1Y, IOWA I EE ofdoadwwwsa.amgsd SbaI9M1t Ska' Raced ilored—SFawed Type 1 Wiwi T,. 2 Wall TSy, 3 Will T,. 4 Wlsert 6xWWl INSTALtAT10NTYPES Grum MnbG.mrpereiiderbdaego dbdRa Mn. TYPICAL INSTALLATION PLAN mom Raad.wr Shona, TOP VIEW C F --i • ..ambito BIDE VIEW DETAILS OF DIMENSIONS fe Pwd, SKEW ANGLE DETERMINATION GRAZE B CROSG BM s... W IR d,... lar Nwnnd Plp 60. 0 a. t Bim I and ~ re.ter .-,I. The olrmrdsomi hown or Me Inside s, of Salaryb Gra Terrell am M1pn ial conaWdpn pUne. Vand, Mea. dlmanabna el Na alb Irebre hMlmtbn d Na ml>orenk. Shop do—, q. are mommd. The Com molar k Wademsdia kr umna he moral pipe dlarrelma.—ad dimension realm, ern and pmpof.. sahN V=emy the head.au opney. In l ll MhaaW lc nmammplyhg Wth Mdo .114155.08 Allwmsasshorn.Useemc.dn mmplywIMASTM AMand.maaN.nkedper ASTMA123. Ling, .1...am—a, me almem oorcl mamramenla a liberal 453.01 IN, The Canhador may sm munrer mmf.rdrp oral when drilling M1dee tloigh the a hes slnwiure wall. Fumlah ScM1Mub 40 Pllo meeting the reaulremenla of arl 415305. GaIAmdm ell pass, mode sad mormare "'all cutlhg. "ding drilling and fahriwibn. Meni planned f.rfidd .smite and dried 9ali ", inni br mation thce erans will Mnm he an 1. snap arawmSa. a.pmr eabanmrre of memhem aamrdm8lo Mdedall I M. 410. Gas passel c end Flux -Cored Arc xrkid, may he us.dfor w.Ido, , nyellI to— a., ... mM6 anal, prods.] That the ahrical hander. c.rafivtiwoM the gas, uses approved seder marl and auarvrM wddare appr.,.I iern DDT. grip &d M'SakN Gram, IT, 1,2.3, or 4), Culved' Is oal.md fun mmaaaeon W hrmshlna all malarlak and and, raceaary to real.b and riserll To. and eayanm as repmred brach headevall opsning. Egual apace. 10 all edge of aldenall to ,Q center of bracket or center to canter of Dmckal 6 Inchid, edge of pipe to edge of pipe. O Coal Bar dlannetr equal to r M greater an data a., diameter. (D If mare Man 20 feat, mld.pan support la alcohol Refer to that. 3 and 4. MODIFIED aor DETAL W' T09VIEW Cmzz ear a . n;'SnimO e sg Plru SECTION A -A 3i� SHIM DETAIL fl DETAILS TOPVIEW 411 i SECTION " �J• „ o.D�..g of l Z 1j em. 1'ad e i j as, nada HEADWALL BRACKET TOP VIEW N O all D ={ crn') Cr,—, M �m s c v Da N 0 O Hd. we to M T/B Mch diameter mode with caErednfcradi.!,;d o cut thecal cone.te Qs mad plot. r .tip. without a mids, rld. QO 3/4 1 edt 1. not and waYi.rs. AN hoem am to be )/B Ina dlamatr. Q 4dm thldrnw pool to difference In filen etre of Grate Bar and 6a. Br. one ij'wal i cease a w.d.a MaodM E o , MEII,l ti �Sida �Heada.A' SECTION C -C s +PD. m Grab Ber L r E le,ae, I >$ HEADWALL BRACKET FRONTVIEW MODIFIED amesse RF 29 STANDARD ROAD PLAN ma. xvay.ai... SAFETY GRATES FOR BOX CULVERTS aor DETAL W' T09VIEW Cmzz ear a . n;'SnimO e sg Plru SECTION A -A 3i� SHIM DETAIL fl DETAILS TOPVIEW 411 i SECTION " �J• „ o.D�..g of l Z 1j em. 1'ad e i j as, nada HEADWALL BRACKET TOP VIEW N O all D ={ crn') Cr,—, M �m s c v Da N 0 O Hd. we to M T/B Mch diameter mode with caErednfcradi.!,;d o cut thecal cone.te Qs mad plot. r .tip. without a mids, rld. QO 3/4 1 edt 1. not and waYi.rs. AN hoem am to be )/B Ina dlamatr. Q 4dm thldrnw pool to difference In filen etre of Grate Bar and 6a. Br. one ij'wal i cease a w.d.a MaodM E o , MEII,l ti �Sida �Heada.A' SECTION C -C s +PD. m Grab Ber L r E le,ae, I >$ HEADWALL BRACKET FRONTVIEW MODIFIED BID SET 01-18-13 ONAWN BY: ew JOB RATE 2013 Ger Is GnL Incx gn nD. IMIt w nLVISKm Dtxnlplx5n SHEET NO. APPRO.ID: THE da. UPAMNGS. ROCKY SHORE STORMWATER PUMP STATION CML JOB NUMBER: 10100241 a I' CAD DATE: 1/18/2013 1:2a:41 PM IF Iw* GNE INGx. HRGreen.com CRTYPICAL DETAILS Y OF IOWA CITY C504 aDdusr srou AccagowcLr. WA CAD RLE: 0:\lolooz4l\�D\Dwg.\c\csoa TYPICAL DE7ALs.d.a HRGreen IOWA 1 IO amesse RF -29 6tEErxa. STANDARD ROAD PLAN ma. xvay.ai... SAFETY GFIXTES FORBOXCULVERTS BID SET 01-18-13 ONAWN BY: ew JOB RATE 2013 Ger Is GnL Incx gn nD. IMIt w nLVISKm Dtxnlplx5n SHEET NO. APPRO.ID: THE da. UPAMNGS. ROCKY SHORE STORMWATER PUMP STATION CML JOB NUMBER: 10100241 a I' CAD DATE: 1/18/2013 1:2a:41 PM IF Iw* GNE INGx. HRGreen.com CRTYPICAL DETAILS Y OF IOWA CITY C504 aDdusr srou AccagowcLr. WA CAD RLE: 0:\lolooz4l\�D\Dwg.\c\csoa TYPICAL DE7ALs.d.a HRGreen IOWA 1 IO LIST OF INTAKES AND UTILITY ACCESSES LIST OF STORM SEWER PIPE LIST OF SUBDRAIN PIPE "4r FORM GRADE BOTTOM PIPE IntakeJUAlity PIPE PIPE BID DESIGN DESIGN FLOW LINES PIPE N0. LOCATION (STATION) LOCATION (STATION) TYPE OR STANDARD OR RIM WELL NOTES N0. Access No. CLASS DIA. LENGTH LENGTH SLOPE INLET OUTLET PROFILE ROAD ELEV. ROAD PIAN ELEV. ELEV. Inches Feet FROM TO Elevation Inches Feet Feet % Elevation Elevation SHEET NO. NOTES FlA CO -1 CO -2 6 115 115.46 1.39 646.33 644.72 C304 SEE SUBDRAIN DETAIL ON PLAN SHEET C503 CLEANOUT CONNECT UPSTREAM END OF PIPE TO EXISTING PIPE; 33+77.50', 34.21' LT NIA NIA CONNECT TO EXISTING PIPE; SEE SHEET P-1 1A 1B III 36 20 20.28 5.82 641.18 640 C303 ADJUST UPSTREAM INVERT AS NEEDED TO MATCH C303 FOR NOTE ON CONCRETE COLLAR SEE SUBDRAIN DETAIL ON PLAN SHEET C503; OUTLET TYPE A-1 EXISTING SUBDRAIN INTO STORM STRUCTURE 9, PER SUDAS FIGURE INLET TO PUMP STATION - SEE 34+21.70', 104.10'LT CLEANOUT 648.72 SEE SUDAS FIGURE 4040.232 FOR DETAILS SD -2 CO -2 9 6 59 58.50 1.57 644.72 113 33+77.58', 54.49' LT 4040.233, AND INSTALL REMOVABLE R@UgffARD NIA NIA STRUCTURAL GRATE. CONNECT UPSTREAM END OF PIPE TO EXISTING PIPE; 2A 33+83.14', 34.29 LT NIA NIA CONNECT TO EXISTING PIPE; SEE SHEET P-2 2A 2B III 36 20 20.21 4.65 640.94 640 C303 ADJUST UPSTREAM INVERT AS NEEDED TO MATCH C303 FOR NOTE ON CONCRETE COLLAR EXISTING INLET TO PUMP STATION - SEE 2B 33+83.13', 54.51' LT NIA NIA STRUCTURAL CONNECT UPSTREAM END OF PIPE TO EXISTING PIPE; 3A 34+90.44', 34.40' LT WA NIA IS EXISTING PIPE; SEE SHEET CONNECT TO EX P-3 3A 3B III 84 20 20.13 1.04 640.21 640 C303 ADJUST UPSTREAM INVERT AS NEEDED TO MATCH C303 FOR NOTE CONCRETE COLLAR EXISTING INLET TO PUMP STATION - SEE 3B 33+89.85', 54.52' LT NIA NIA STRUCTURAL 4A 51+12.48',15.40' RT NIA NIA OUTLET FROM PUMP STATION - SEE P-4 4A 4B RCB 12' X 5' 29 29.06 0.86 639.75 639.50 C303 12' X 5' SINGLE CELL PRECAST BOX CULVERT; SEE SHEET STRUCTURAL C503 12'X 5' RCB SLOPED END SECTION WITH 413 51+07.05', 23.29 LT 12'X 5' RCB END WA NIA DROPWALL AND CURB; STATION LOCATION SECTION AT END OF END SECTION. CONNECT PIPE INTO SIDE OF P4 WITH CONCRETE COLLAR 5A 50+97.11', 9.00' RT SW -512 NIA 641.50 24 INCH DIAMETER WITH SW -604 TYPE 3 P-5 5A 5B III 15 8 7.33 6 642 641.56 C305 CONNECTION PER SUDAS FIGURE 4020.211, INCIDENTAL CASTING; INLET ELEV. 646.40 TO PIPE 5B 51+05.37', 7.84' RT NIA NIA CONCRETE COLLAR CONNECTION 6 200+60.70',12.50' RT SW -502 649.89 644.60 SW -603 TYPE R GRATE P-6 6 7 III 24 36 32.13 0.40 645.10 644.97 C304 7 200+32.83',12.50' LT SW -502 650.02 644.37 SW -603 TYPE R GRATE P-7 7 8 III 24 32 27.60 0.51 644.87 644.73 C304 8 200+08.34' 30.51' LT SW -401 651.33 644.13 48 INCH DIAMETER P-8 8 9 III 24 118 114.29 0.73 644.63 643.80 C304 CONNECT PIPE INTO SIDE OF P-3 WITH CONCRETE COLLAR 9 34+21.84', 45.60' LT SW -513 649.30 643.20 INTERIOR DIMENSIONS 3.5'X 3.5; INLET P-9 9 10 III 24 28 26.47 4.19 643.70 642.59 C304 CONNECTION PER SUDAS FIGURE 4020.211, INCIDENTAL ELEVATION 648.05; OPEN FOUR SIDES TO PIPE 10 33+93.62', 45.53' LT NIA NIA CONCRETE COLLAR CONNECTION 12 200+84.10',12.50' RT SW -505 649.85 645.85 OFFSET PIPE TO NORTH HALF OF P-12 12 13 III 18 23 21 1.57 646.52 646.19 C305 STRUCTURE CONNECT PIPE INTO SIDE OF PA WITH CONCRETE COLLAR 13 200+84.10',12.50' LT SW -505 649.85 645.59 OFFSET PIPES TO NORTH HALF OF P-13 13 14 III 18 173171.53 2.80 646.09 641.28 C305 CONNECTION PER SUDAS FIGURE 40211, INCIDENTAL STRUCTURE TO PIPE 14 51+14.85,10.91' LT NIA NIA CONCRETE COLLAR CONNECTION DRAYM BY: JLM JOB DATE: 1013 � OVm: THS amax a mNGS. MPR J08 NUMBER: 10100241 a 1 - MM 1/18/2013 1:28:25 PM ® HRGreen.com HFIGreen ROCKY SHORE STORMWATER PUMP STATIONI CIVIL CITY OF IOWA CITY STORM & SUB DRAIN TABULATIONS IOWA CITY, IOWA SHEEP NO. C601 LIST OF SUBDRAIN CLEANOUTS LIST OF SUBDRAIN PIPE "4r PIPE Utility PIPE BID DESIGN Design FLOW LINES PIPE - Z N0. LOCATION (STATION) TYPE OAD PLAN PLAN RIM RIM NOTES NO. Access No. DIA. LENGTH LENGTH Slope INLET OUTLET PROFILE % m ROAD ELEV. FROM TO Inches Feet Feet % Elevation I Elevalion SHEET NO. S CO -1 35+37.59',104.34' LT TYPE A-1 650.33 SEE SUDAS FIGURE 4040.232 FOR DETAILS SD -1 CO -1 CO -2 6 115 115.46 1.39 646.33 644.72 C304 SEE SUBDRAIN DETAIL ON PLAN SHEET C503 CLEANOUT SEE SUBDRAIN DETAIL ON PLAN SHEET C503; OUTLET TYPE A-1 SUBDRAIN INTO STORM STRUCTURE 9, PER SUDAS FIGURE CO -2 34+21.70', 104.10'LT CLEANOUT 648.72 SEE SUDAS FIGURE 4040.232 FOR DETAILS SD -2 CO -2 9 6 59 58.50 1.57 644.72 643.80 C304 4040.233, AND INSTALL REMOVABLE R@UgffARD GRATE. DRAYM BY: JLM JOB DATE: 1013 � OVm: THS amax a mNGS. MPR J08 NUMBER: 10100241 a 1 - MM 1/18/2013 1:28:25 PM ® HRGreen.com HFIGreen ROCKY SHORE STORMWATER PUMP STATIONI CIVIL CITY OF IOWA CITY STORM & SUB DRAIN TABULATIONS IOWA CITY, IOWA SHEEP NO. C601 3' SPA BI&YN. BARS MP) 2 i5 HOOP. DIA OF OPNG + 4•�- IN EA LPYER OF REINF POR OPNGS > 8' FA SIDE OF OPNG BwD'B- 3-SPI BTWN. BMS (YP) 51100. REINF CUT BAND 'A' OF BMS EQUAL BAND •A- CUT, 1/2 EA SIDE OF OPNG v 4'-0' DIAG AT EA RR EA LAYER OF Rot NOTES: 1. • TOP BAR IPP LENGTH-CONDNON i2, UNLESS NOTED OTHERWISE ON PLANS. 2. DO NET WELD REINF TO PIPE SLEEVES AND INSERTS. 3. TW FOR ALL OPNGS IN CONC. WALLS AND STABS UNLESS INDICATED OTHERWISE ON PUNS. 4. COORDINATE WALL OPENINGS WITH ALL OISCIPUNES. 1 TYPICAL OPENING REINFORCEMENT DETAIL SCALE: NONE REINF LAP SPLICE TABLE - CONCRETE HOOKS DIAMETER CONDITION 1 CONDITION 2 CONDITION 3 I' EXP MCH EMBED. CLEM COVER >- 2 DIA CLEAR COVER >- 1 DIAL NEITHER 6' ADHESIVE MCH EMBED. MD AND CONDITION 1 STANDARD EMR C -TO -C SPARING >- 5 DIA C -TO -C SPACING >- 3 DIA. NOR 2 IS MIT 90 DEGREE HOG( SIZE TO, OTHER TOP • OTHER ALL BAILS UENGTH 13 l'-4' l'-4' 2-0• 1,-6, SEE NOTE 3 0•-6. f4 I'-0' V-4' 2'-8• 2'-1' 0'-5- f5 2'-0' 1'-8' 3'-4' 2'-8' 0-10' fe 2'-6' 1'-10' 4'-0' fT 3'-6' 2'-9' 5'-10' V -T' 4'-0• 3'-1' 16'-B• 5'-2' V-4' 19 3' -6' T' -T• 5•-10' IP - 1'-T i1D 5'-I' 1' 8'-6' 1'-10' NOTES' 1. BAN COVER MD SPARING MUST BOTH MEET TIE CRITERIA OF CONDITION 1 OR 2 IN ORDER TO USE THAT PARTICULAR IAP LENGTH. 2. TOP BARS SHALL BE DEFINED M ANY HORIZONTAL BARS PLACED SUCH THAT MORE THAN 12' OF FRESH CONCRETE IS CAST IN TIE MEMBER BELOW THE BAR IN ANY SINGLE POUR. HORIZONTAL WALL BARS ME CONSIDERED TOP BARS. 3. FOR BMS THAT DO NOT SATISFY EITHER CONDITION, LM LENGTH SHAT BE TIE LENGTH PROM TIE APPROPRIATE CATEGORY (TOP' OR 'OTHER-) OF CONDITION 2 MULRPUED BY 1.5 4. FOR EPDXY-COATED BARS, MULTIPLY RIVAL LM LENGTH BY 1.5. 5. MASONRY REINFORCING: f5 MO SMALLER: USE 50 TMES BAR DA UNIT. f5 AND LWGER: USE TO TABES BAR DIA UNIT. 2 REW AND LAP SPLICE DETAIL SCA E: NONE f3 Z -BM SPACERS O DIRECTOR. MINIMUM ON TO BOTH LAYERS OF 3 SPACERS FOR WALL REINFORCEMENT SCALE: NONE ADHESIVE AND EXPANSION ANCHORS UNLESS OTHERWISE NOTED CLEAR CONCRETE COVER DISTANCES UNO DIAMETER 3/8' 1/2' 3/4• 7/8' I' EXP MCH EMBED. ]• 4' 8' T• 6' ADHESIVE MCH EMBED. 2 1/2' Y 4 1/2. 5 1/4' 5' ALLOWABLE TENSION (LB) 1220 2040 3TBO 4080 E5' MMM ALOWABIE $HEM (M) 840 1330 3350 55]0 6230 CLOSEST AN TR QJN 6 3/4 9 13 1/2 15 ]/ 18 CLOSEST WIN) SEE NOTE 9 12 15 18 21 24 ANCHORAGE TO CONCRETE - POST-INSIAIFD ANCHORS NOTES: A UNLESS NOTED OTHERWISE, ANCHORS MAY BE EITHER EXPANSION OR ADHESIVE. B. UNLESS NOTED OTHERWISE. MINIMUM EMBEDMENT SHAT BE PER TABLE ABOVE. IN NO CASE MAY THE EMBEDMENT BE LESS THAN THE MANUFACTURER'S 'MINIMUM EMBEDIAENY FROM PUBIISHED CATALOG UIERAPURE. C. UNLESS NOTED OTHERWISE MINIMUM CENTER -TO -CENTER SPACING BETWEEN ANCHORS SHALL BE PER TABLE ABOVE ('CLOSEST ANCHOR-). D. EXPANSION ANCHORS - WEDGE -TWE. GRADE 316 STANLEM STEEL. MANUFACTURERS: HILT 'KWIK BOLT III'; TIM RED HIM TRUSCI POWERS 'POWER -SND•- OR SIMPSON 'WEDGE -ALL. E. MHESNE ANCHORS - EPDXY OR ACRYLIC ADHESIVE WITH GRADE 316 SIANLESS STEEL THREADED ROD. MANUFACTURERS: HILT 'RE500-$0'; TI&Y RED HEM 'EPCON G5' OR POWERS •PEIOGO+ , OR SIMPSON 'SET -XP'. F. INSTAL IN STRICT ACCORDANCE WIM MANUFACTURER'S PUBLISHED RECOMMENDATIONS AND MDNONA REGOMMENDARONS OF ICC EVALUATION SERWCE REPORT. G. ALL POST -INSTALLED ANCHORS MUST BE INSPECTED TWICE: a. AFTER HOLE IS DRILLED AND CLEANED. AND H. DURING INSTALLATION OF MHESNE AND ROD OR EXPANSION ANCHOR. H. ON DRAWINGS, ADHESIVE ANCHORS MAY ALSO BE REFERRED TO M EPDXY OR EPDXY SET ANCHORS. I. FOR SLATED ALLOWABLE LOAD VALUES TO APPLY. THERE MAY BE NO OTHER ANCHORS WITHIN (IB TIMES THE ANCHOR DIAMETER), AND THERE MAY SE NO FREE CONCRETE EDGE WITHIN (24 TIMES THE ANCHOR DIAMETER). J. FOR ANCHORS RESISTING TENSION AND SHEAR USE FOLLOWING EQUATION: (ACRAL TENSION/A110WMLE TENSION) + (ACTUAL SHFAA/ALLOWABLE SHEAR) <1.00 K. UNLESS NOTED OTHERWISE. ADHESIVE ANCHORS MAY NOT BE USED IN OVERHEAD AP"T O NS. L FOR STATED ALLOWABLE LOAD VALUES TO APPLY. DESIGN STRENGTH OF CONCREIE (Fa) MUST BE AT LEAST 4,000 PSI. M. CONCRETE ANCHORS MAY ALSO BE USED AT CMU. PROVIDED THAT CFI I C AT AND ADJADER TO ANCHOR ARE ALLY GROUTED (TOP AND BOTTOM. MD BOH SIDES OF ANCHOR CELL). USE 1/2 OF ALLOWABLE LOADS SLATED IN TMIE. 4 CONCRETE ANCHORS SCALE: NONE CONCRETE PROTECTION FOR REINFORCEMENT CLEAR CONCRETE COVER DISTANCES UNO CONCRETE CAST AGAINST AND 3' PERMANENTLY EXPOSED TO EARTH SIVE STRENGTH - MINIMUM CONCRETE IN CONTACT WITH OR IMMEDIATELY 2. MOTE OR ADJACENT TO WATER/WASTEWATER PORTLAND CEMENT - MTM C150 CONCRETE EXPOSED TO EARTH OR WEATHER f6 THROUGH fll BMS 2' f5 AND SMALLER. W31 OR 031 WIRE 1 1/2 - CONCRETE NW EXPOSED TO WEARIER OR IN CONTACT WITH GIRDLING SLABS, WALLS AND JOISTS: 1 1/2' fll AND IMSER BAR$ 3/4• mas #10 AND SMALLER BARS LARGER OF 1' OR BM DIA MEMOS MD COLUMNS: 6m * 1x PRIMARY REINFORCEMENT, RES, 1 1/2' STIRRUPS AND SPIRALS (OPTIONAL) TYPE F 6 CONCRETE REINFORCEMENT PROTECTION SCALE: NONE ONCRETE MATERIAL SCHEDULE PROJECT USE TIES/MATERIALS MIX 1 STRUCTURAL CONCRETE MIX 2 CONCRETE FILL MIX 3 GENERAL PURPOSE SIVE STRENGTH - MINIMUM 5.000 psi 3,000 EDI 4.000 psi PORTLAND CEMENT - MTM C150 Typs II Typs II lyps N ASND CBIS t�MMW 15R mos 15% max 15X mm TE - COARSE - ASIA 03 1• max 3/4• mas 1' mos NNMENT - ASTM C260 61; * IW 6m * 1x B! * 1W IA911CRER - A61M 0494 (OPIIOMNL) TYPE F (OPTIONAL) TYPE F (OPTIONAL) TWE F CEMENT MTIO - MAXIMUM 0.40 mas 0.45 mas 0.42C FIBERS ALL ELEV SLABS YES NO MAXIMUM UNIT WEIGHT 150 PCF 150 PO ISO PCF NOTE: 2. CONCREIERETE ILLN FIPLUMP STATION NOTED X CUSS 2E CONCRETE MIX MALE: NONE SID 90 HMO( (i&'P) NOME 3 DESIGN CRITERIA CODES: 1. 2009 INTERNATIONAL BUILDING CODE 2. AMERICAN CONCRETE INSTITUTE BUILDING CODE REQUIREMENTS FOR STRUCTURAL CONCRETE (ACI 318-08) 3. AMERICAN CONCRETE INSTITUTE BUILDING CODE REQUIREMENTS FOR MASONRY CONSTRUCTION (MI 530-05) 4. AMERICAN INSTITUTE OF STEEL CONSTRUCTION STEEL CONSTRUCTION MANUAL 13TH EDITION 5. AMERICAN WELDING SOCIETY GRNWiY DESIGN LOADING FLOOR DESIGN LIE LOADS UNO: CONCRETE FLOORS: 300 PSF. UNO STARS: 100 PSF SNOW LOAD: GROUND SNOW LOM: 25 PSF ROOF SNOW LOAD: 22 PSF IMPORTANCE FACTOR; 1.1 LATERAL DESIGN LOADING WIND: &&SIC WIND SPEED: 9OMPH EXPOSURE: C IMPORTANCE FACTOR. I: 1.15 INTERNAL PRESSURE COEFRCIENT, GCpi: +-0.18 SEISMIC SEISMIC ACCELERATION VALUES: So - 0.101 S1 = 0.053 IMPORTANCE FACTOR. I = 1.5 ANALYSIS PROCEDURE: EQUIVALENT LATERAL FORCE SITE CLASS: D SEISMIC DESIGN PARAMETERS: Us - 0.106 SHt 0.055 SEISMIC DESIGN CATEGORY: C DESIGN BANE SHEAR = O.IOW SEISMIC RESPONSE COEFFICIENT. Ca - 0.026 GENFR NOTES, 1. STANDARD DETAILS AND NOTES ON S SERIES APPLY TO AL CONSiRUMON UNO. 2. GEOTECHNICAL REPOTS BY TERRACON, PRP 3. APPLY TROWELED FINISH MD CHEMICAL HMOENER/SELLER TO ALL INTERIOR HORIZONTAL CONCRETE SURFACES. 4. APPLY WATER REPELLANT TO ALL ETERIOR DR 5. MINIMUM DEPTH OF FOOTINGS FOR FROST PROIECTON - 4'-0'. REINF U -MARS TO PLAN MATCH HORR REINF DRAWN BY: GW JOB DATE 2013 BR IS ONE NCH aN NO. CAN£ BY REASON DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL SHELT NO. UfpDDA DRAM. APPROVED: DLN JOB NUMBER: 10IM241 0 I• HRGreen.com CITY OF IOWA CITY S001 GM DATE: 1/18/2013 1:29:14 PM IF NOT CNE INCH, GENERAL STRUCTURAL DETAILS ro Ufi SMS ACGORNmAY. HRGreen IOWA CITY, IOWA CAD RLE: 0: 10100241\CM\Dwys\S\SMI STtuC DEAILS.aw9 (TAP5 NOTES, 1. ADDITIONAL DIAGONAL f5 O 12' BARS APPLY ONLY AT DUALS OF DUMMER-CIXTANING 2. ALTERNATE (EMAP LFNGM) f5 0 12' 0C (Z' tM TO INSIDE CORNER) SEE AND (2YUP LENGTH) EVERY OTHER BAR. 3. AT CONTRACTORS OPTION. INDICATED Bat$ MAY BE ONE U -MAR IN LIEU OF TWO HOOKED BARS. 0 EF f�- 7 TYPICAL WALL TEE DETAIL Q TYPICAL CORNER V SCALE: NONE` pN SIDE CORNERS) LAP �9ID SET REINFNOTE 2PLCOIZ 01-18-13 REINPFR PIAN, DRAWN BY: GW JOB DATE 2013 BR IS ONE NCH aN NO. CAN£ BY REASON DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL SHELT NO. UfpDDA DRAM. APPROVED: DLN JOB NUMBER: 10IM241 0 I• HRGreen.com CITY OF IOWA CITY S001 GM DATE: 1/18/2013 1:29:14 PM IF NOT CNE INCH, GENERAL STRUCTURAL DETAILS ro Ufi SMS ACGORNmAY. HRGreen IOWA CITY, IOWA CAD RLE: 0: 10100241\CM\Dwys\S\SMI STtuC DEAILS.aw9 MATCH HORIZ RONF NOTE 3 HORIZ REINF PER PIAN NOTES, 1. ADDITIONAL DIAGONAL f5 O 12' BARS APPLY ONLY AT DUALS OF DUMMER-CIXTANING 2. ALTERNATE (EMAP LFNGM) REINF IMF)R PLM 0 assn `. SEE AND (2YUP LENGTH) EVERY OTHER BAR. 3. AT CONTRACTORS OPTION. INDICATED Bat$ MAY BE ONE U -MAR IN LIEU OF TWO HOOKED BARS. _ --I c) -<f- rn 7 TYPICAL WALL TEE DETAIL Q TYPICAL CORNER V SCALE: NONE` to DE e_ �9ID SET SCALE: NONE 01-18-13 DRAWN BY: GW JOB DATE 2013 BR IS ONE NCH aN NO. CAN£ BY REASON DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL SHELT NO. UfpDDA DRAM. APPROVED: DLN JOB NUMBER: 10IM241 0 I• HRGreen.com CITY OF IOWA CITY S001 GM DATE: 1/18/2013 1:29:14 PM IF NOT CNE INCH, GENERAL STRUCTURAL DETAILS ro Ufi SMS ACGORNmAY. HRGreen IOWA CITY, IOWA CAD RLE: 0: 10100241\CM\Dwys\S\SMI STtuC DEAILS.aw9 ADDRIONAL REINFORCING O ELEVATED SLAB CORNERS SCALE NONE VERT w/MAGHINC DOWE1-5 (E1y 110TS (E� T(i0) VERT HOT¢ <12" /4010" #W- 12"-15' /5012" /507' 17"-20" /8012' 1108' 21"-24' /8012" 1807" A 1/4- 8 Ms1AB � A 1/4• vuruDEDE TOP OF SIAB MM IF WA RDNFORCING IS NOT OTHERMSE INDICATED ON �AIED PIANS AND SECAONS. USE REINFORCING M SCHEDULED HERE. (1YAICAL WP REINFORCING) UNO) 4 MINIMUM WALL REINFORCING SCALE: NONE 3' WP ALL AROUND 4��F RWISE 13 L—BPR O 12-M MOUND ENGINEER PERIMETER. DRILL AND EPDXYENT ADHESIVE REBW ANCHOR) 4"CHAMFER CORO 12'OC EW NEW OR EXIST CONICSLMWEN SURFACE. CLEAN APPLY BONDING MEW PRIOR TO PUCEMENT OF EQUIPMENT NOTES: PAI. 1. "H" TO BE DETERMINED BY MOUNTING HEIGHT OF EQUIPMENT. 2 7f SHPLL NOT BE LESS 1HAN 3.5' WITHOUT ENGINEER'S MPROVP 3. FOR BIDDING PURPOSES ASSUME 'H"-8' UNLESS NOTED OTHERWISE. 2 TYP EQUIPMENT PAD DETAIL scnLe. 3/4"=r—D" �a TYPE 1 TFMSWN FORMUNER TO BRICCK)M TME (PMAPEF) TYPE 3 (TOP OF FLOOD WALL) (BID ALT TOP OF GENERATOR ENCLOSURE) 5 PRECAST ARCHITECTURAL CONCRETE scuE: 1 1/2•-I'—o" CONC WALL M SLAB - 1" � BACKER ROD AND SELLANT (TYP) 9' PVC WATERSTOP 1" ow SMOOTH BW X 24' O 12' 0C WITH EXPANSION CAP ONE END — GREASE ANSION JOINT MATERIAL 3 TYPICAL EXPANSION JOINT DETAIL SULLE: NONE O 5 N m N0. WlE RT RFVISgN DESCRIPTION � �n C-1 v _ 50 2 CAD DATE: l/19/2013 1:28:50 PM IF NOT ONE INCH. V� ScuE xmxlnNCLv 0m .:-z= Z c GENERAL STRUCTURAL DETAILS N CPD FlLE: 0:\iD100241\CPD\Dwge\5\5002 STRUC DETALS.dr BID SET 01-18-13 DRAWN W. 4'W JOB DAZE; 2013 RNN IS ONE RICH Ox MPRO .. DLN OFFlaA11XUM ; JOB NUMBER: 10100241 0 f N0. WlE RT RFVISgN DESCRIPTION HRGreen.com ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CRY [10WA sifiuc7uw+L 50 2 CAD DATE: l/19/2013 1:28:50 PM IF NOT ONE INCH. V� ScuE xmxlnNCLv GENERAL STRUCTURAL DETAILS CPD FlLE: 0:\iD100241\CPD\Dwge\5\5002 STRUC DETALS.dr HRGreerl Cm, sown 655 656 IE 6OH 657 0 L SPACES O 8.5 FT c O w II ROCKY SHORE FLOOD WALL PLAN® D m SCAIE: I'e10 n nl a M o "o 3 r71K c N { BID SET 01-18-13 DruwN W.JPc JOB DATE: 201} flAv rs pxc ixcH ary piT1LIN. pFA'MxpS. NO. BATE BY1 RENSION DESCRIPTION SHEET N0. ROCKY SHORE $TORMWATER PUMP STATION STRUCTURAL APPROJEO: ON JOB NUMBER: 10100241 p I' CAD Dere T18/2013 1:28:26 PMo MEttaROlxcEr. " INCH. HRGreen.com CIN OF IOWA CITY S003 Ns $GN • CAD Nom: o:\,D,DDza,\cAD\owes\s\sow Flppe.-n aem.d.R HRGreen lows CIN, IOWA FLOOD WALL PLAN 665 660 655 650 645 640 635 r:enF PUMP FLOOD SWING FOR FLOOD 25' IO 0+20 0M0 0.60 0-w 1+00 1.20 1.40 1.w 1+80 2+00 2421) 2.40 2.w 2... 3+00 awo ROCKY SHORE FLOOD WALL PROFILE � ' e �� 1 SCAlE: � xOOZ TERT NOM 3 PROVIDE MIN (4) N F. PWS CAS PER PRET SEGMENT, 658.40 NGTE 1 SCALE: NONE AT 'SIM'. STEM /608', 2' CUR 10 IW'. 2' CUR TO FACE OF WALL {4 OF ARCHTIECNRK PRECAST CONCRETE CAP - FORMPO� (TYPE 3). SEAL ALL JOINTS BETWEEN CAP SEGMENTS WITH MOM ROD AND EL 050.15 DETAIL CONCRETE 2'FORMUNER SEAUNT. -Buts SCNE: 3/4' - V -O' WALL OlE 2 C BID SET bcW/,SHEET SCALE: 3/4' - V -O' 01-18-13 X DRY SIDE WET SIDE �SEEoSEE t SHEET "oA'� g IINI'MMATION m13 10100241 oexrnlCNE WIIIMCNGS. OR 2 FOR 'n STRUCTURAL NOT SHEEP 2 2 2•_3• SHOWN PILE HRGreen.00m CITY OF IOWA CITY 0608' DOL CAO CAIE: 1/18/2013 1:25:18 PM IF HOT ONE INCH. Aausr scut ACCORDINGEY' UP JT MAIL SEE CML 3'-6' PROD HRGreen IOWA CITY. IOWA PAVEMEM 6' DRY SIDE CAD RLP: 0:\1OI00241\CAD\Dw9,\S\S0D4 Floodnall dtlb.dwg11 WET SIDE SEE CML ROUGHEN Jt TO MCOYPJ /6012' 1/4' MIPLITUOE TEI Y ' CU TOLR TO LOW POINT` TBB CONCRETE OF FORNLINER :. •° WALL /TATO 4 _ %501200 IN RG 50]1 1/2' • B' SHEAR STUD HORZ /508' WELDED TO PILE AT V-6' 2• CLR TO FACE OC VERT 2' b OF WALL 1'-6' OC How CtR ..n VM GRIDE o 1 h L/ 1 665 660 655 650 645 640 635 3 BAR DRY 4 PLAN 3/4' GRADE NOTES 1. PIN CLP TO TOP OF WALL PER PRECAST MFR DIRECTIONS. MINIMUM OF 4 PINS PER PIECE. 2. FOMIUNER SHALL HAVE MAXIMUM 2' REUEF AND SH EXTEND TO 12' BELOW FINISHED GRADE. 3. 60TTOIA TIP EIEV OF SHEET PILL NEED NOT BE LOWER THAN EL632.0. SHEET PILE MAY BE TERMINATED AT A HIGHER ELEVATION IF ORM TO PRACTICAL REFUSAL IN BED ROCK AT A HIGHER ELEVATION. DO NOT ONDR DRIVE. 4. PROVIDE PROTECTIVE POINTS FOR AJL H PILE. 5. ALL CONCRETE ON THIS DOC IS MIX 1 UNO. SEE 5/SOK), 6. ALL CONCRETE ON THIS DWG IS MIX 1 UNO. SEE 5/5001 T. MINIMUM FLOOD PROTECTION ELEVATION = 655.4 (MI= (DX 1. /8 WELDAAE BMR AT EACH H PILE W/STD HK TOP. il10- m. NEOPRENRUBBER SLEEVE TYPE CASING SEAL W/SS BANDS AND CLAMPS N O_ E7 �>_{ � ' n—< — r NOM 3 D N il10- m. NEOPRENRUBBER SLEEVE TYPE CASING SEAL W/SS BANDS AND CLAMPS NOM �J NOTE 4 ' rNo E 3 UTILITY THROUGH SHEET PILE DErAdL NOM 3 6'-0' NOTE' 'Y'"' SCALE: NONE AT 'SIM'. STEM WAJL IS 2'-0' THICK. CE EO ON CL OF FOOTING. TOP OF STEM WALL — PAVEMEM ELEV. ON CML OWGS. EMBEDMENT FOR GATE SU_ — COORDINATE WITH CAME SUPPLIED. NO FORMUNER. ? DETAIL DETAIL SCNE: 3/4' - V -O' Z J C BID SET € SCALE: 3/4' - V -O' 01-18-13 X SHEET "oA'� g owwn W. cw JOB DATE: ON m13 10100241 oexrnlCNE WIIIMCNGS. No. GA E BY BENSON OESCRIPDON ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL APPROVED: JOB NUMBER: O-1• HRGreen.00m CITY OF IOWA CITY CAO CAIE: 1/18/2013 1:25:18 PM IF HOT ONE INCH. Aausr scut ACCORDINGEY' HRGreen IOWA CITY. IOWA FLOOD WALL DETAILS CAD RLP: 0:\1OI00241\CAD\Dw9,\S\S0D4 Floodnall dtlb.dwg11 1 FLOOD GATE SG - NONE 2 ROCKY SHORE FLOOD WALL PLAN scmE: t/a•_i,—D' DRAWN W. U JOB DAM 20,3 aIN pP WNG. I APPFO.ID: DlN JOB NUMBER: 10100241 o i' CM GTE. 1/18/2013 1:28:27 PM W ROT ME INCH, M=S MCONDNGLY. CID R - 0:\10100241\CM\D�qs\S\S005 MIN dxoll ditdrg ® HRGreen.com HRGreen GTE SUPPLIED DRY SIDE NOOP eM$ -. .- .._- 3 FLOOD GATE POST DETAIL — EAST scue Va•-,•-o• (DPPD$DE HAND AT WEST POST) fif WET SIDE PVMf/S[IM' SEE CML s• P C ws R GEN JOIM TO M,PLINDE EWM0 4 12.1 Pm zr L----J�;s•-0 Prc 1•_a• (3/s004) BEYOND �IJIONMm ME BnWEEN CDNTFRs OF 12'0 %ERS 4 FLOOD GATE POST DETAIL s - 3/e•_t•-D• ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CRY IOWA CITY. IOWA SrnUCrURAL FLOOD WALL DETAILS N O E C `C--) m D.t c-3 S2 � r m O � co N i m m BID SET 01-18-13 SHUT I,0_ 5005 NO , 1. SEE SMES 500 MD 5500 FOR GENERAL STRUCTDRAL 1,10TE5 MD TYPICAL DETMI.S. 2. ALL CONCRETE THIS DM611443 IS MIK 1 MND. SEE 5/5001. aEmDgs:O% 1. C C FILL IS IEVEL IN THIS MFA SFE PROCESS FOR CONC FlLL FIEVAT . A n o se• -e• Y e_ v n 1._a. � C1 rn 1.-0. .-0. �.-0. e.-0. .-0. 1.-0. y t7 �c--) J T 1 �r , -' uol 6' (Nrs) a,m rn snn cHAraln co , Ni10 CONC FlLL SEE 7/5503 Q y N PUMPS G«(Oiz ) SFE P-SHrs ' 4 f P �)� ) T/36, Sma T/ SVB EL' o 629.5➢ COMPA TED p - GMNUTAR I •_I FlLL a _ T/FlLL - 5010' T6 SFE-PeaE55 ��—� - 26.5 TO OC A \ n 28 FI RACK e• Y U-aAAS PER pA!JM0 SHEET PIIS E a29.S O a n T B/5001 TERNIMTWN W/(2)3/4'Ka- HS 7 EL644.0 2'-0' 9' pj ELa2� B OXY TOP EL645.0 — — Q F CLWfY 16'-V '-0' 10-0' 2 E101 SEE 3ENLARGED PLAN SCALE 3/a' - I'-0- 1 PUMP STATION PIT LEVEL PLAN q $GATE: 1/4• � 1'-0' 42 BID SET ti 01-18-13 YY DMWN aY: GW ,Oa w1E 2017 aw rs oxE Ixa ox W. HRGreen.com HRGreen ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CRY, IOWA srrlucruw�t PUMP STATION FOUNDATION PLAN S MPRooEo- ow � DMEINGS. NUMBER: 10100241 J0a 0 1' cAn wTe 1/16/2013 1:26:42 PN Fl Km oxE �R�N. AONE! scMc rccoRmPOLY. Cb FlLE: 0:\iD100241\CAD\D�9E\S\5101 PS PLW.a�q w1E BY RENSpN DESCPoPOON SF 1 PUMP STATION LOWER LEVEL PLAN SONE: 1/4" - 1'-0• O N� 1. SFE SMB SOO HTO 5500 FOR GENE SIRUCNNAL NODS AND 1 m OETNIS. 2. ALL CONCRETE 1R5 DRAWING 5 MIX 1 UNO. SFE 5/5001. KEmffi p 1. SEE CML DRAWINGS FON BOX CULVERT ORIFMATION 2. WRAP EACH CONCRETE RPE MO BOX CULVERT WTM TWO ROWS OF ADHERED WATERSTOP, 5- C" FROM EACH FADE OF CONCRETE WALL. O C7 W O D� n 4n J -<m m g= CO C3 D N N BID SET 01-18-13 OPAWRT BY: UW .1p8 DATE, 2013TRA+ No. w1E BY RENSNNI OESCPoFNON ~VM 30e 1uuaR: 101=41 a i- ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL cFn RAM 1/IB/2013 1:"'.04NFA RW ® HRGreen.com CITY OF IOWA CITY S 1 02 v�0 RIE: o: 101002+1 CAD o. s 5102 PS PIAN.ft "0"151 "C0R0MGY HRGreen IOWA Cm, IOWA PUMP STATION LOWER LEVEL PLAN NOTES 1. SEE SERIES SOO AND 5500 FOR GENERAL STRUCNROL NOTES AND TYPIm DETNLS. 2. ALL CONCRETE THIS DRAWING IS MIX 1 UNO. 5/5001. A BSEE C D 3. LIVE LOADTHS ORNMNG 300 PSF. 4. TOP OF 1'-6' THICK STRUCTURAL STAB EL 650.50 UNO. �•-6• 5. , INDICATES SPAN DIRECTION OF GALV SH GRATING SEE 6/5501. 36'-0• 10'-8' 6'-0' -0 V-6- 2.-0., 15'-0' W-o. 6'-0' 2'-0' KEY NOTES: O 1. EMBEDDED EILE R CI1 CONDUITS IN THIS t t AREA. SEE E DRAWINGS. 5]01 Sapp 2. ADDOIONAL REINF. AT ALL OPENINGS PER 1/5001. 3. 381-BEAM BMD FROM GRID 1 TO GRID 2 WALL. SEE DETNL X/XX. 6'-0• 3'-0' 3-0 4. W2 BEAN BANG MOM GRID 1 TO GRID 3. SEE Duna X/)(X. 5. BBS�BFAM HWO FROM GRID A TO BB2 (TWO - Q THUS) SEE DETAIL X/XX. WIDTH OF PULL PR WITH 8. COUSIZE _J EWIP PAD OF INS BAONDUff SIZE OF INSTNiFD CONOUR BANK. CONDUIT •b 'O ]. NNE SIGNS FOR HATCHES 4 GRANNG ME FOR CO METE CI-EAR OPENINGS. iq I. _ N ® B. PROVIDE LENGTH AS WOMED TO CONTAIN_J- E�MIC a.` MOM OF •PRTW — — — D SOVTH ENDS (A2). D eaT I Toc 16' I CONC OPN 2 m w O SEE • ME cl) �� F r 14- Q ':. n ) ci DONATE 11 ' \, 1 �'' r NAL OPNG ; , •�•�Ci IZE RED,D JP �m a T � M3 1 t 6 • 6 BOL a i q 3 TO�L2P,2K2co i t I ________-U-1/24-1/20/4 L .. 1' 10• 6' B' 1T-0' INCH N ` FENCE SIM 6/SSOWC SEE CML ____ ____________ _L�___ __ ______� P• N d KEY NOTES: O i III o o i �\ OPEN TO El 6385 1 1. 6' CONCRETE WNL WAW�pNL .' TD GI60F3 1; gEN roy� I I C#2171 a w/PEeM I �K 626.5 ' EL 646.01 MC i ] 2 PIAN ON CRETE ll1 / °• ENGSEIIEM/FNOST ° _, .: PYG - ��� °• 1 M. PROVIDE rSUBORNN ANCHORSHORSL INTO I r PULIPS - _ e .A A 1 MID EACHH IITL{I CARIE 3 WN I in SEE P-SHTS e EL VAPoEB a I I w iE '\\ N.. d 2 f.' I I ❑p 0 /' _ -- EL 643.5 S p 1_L 'I I o • I 3 I CONDUIT PULL PIT DETAIL = I I 2 AT FLOOR SLAB (TYP OF 2 LOCS.) �.-0. _0. 5. SEE ]/5002 SGLLE: 1/2'1'-0' e x 2 s a 2004 �FAOST WALL stm Sim J OET 3/5302 'UNER 4'-0' T/F'G E1A4]0 PANE,N.T4ry� -� PUMP STATION GROUND LEVEL PLAN �� \ J BID SET SCAIC 1/4' - 1'-0' 01-18-13 DRAWN BY: GW JOB DATE: 2013 BAR Is ONE INP1 ON NO. DATE BY REVISION DESMIPRON SHEET N0. OfFOX pw.Mxps. APPROVED: DlN JOB NUMBER: 10IM241 0 �� O' MWATER PUMP STATION STRUCTURAL 1/18/2013 1:28:31 PM IF NW ONE INCH. HRGreen.com =lOWA CAO CAIE: scut AccpRpwpLx.CID PUMP STATION GROUND LEVEL PLANrausr Mm 0:\10100241\CAD\Dwpa\S\5103 P5 PI AN Q HRGreen T/wA C a Mo. 1 PARTIAL PLAN AT EL 664.0± SCAE: 1/4' - V-0' DRAWN W. DDA JOB DATE 2013 TVA IS ONE INCH ON APPROVED' D01(CIRFK A g ..GS. JM NUMBER: 10100241 0 1' CID DATE: 1/18/2017 1:26:42 PM IF NET ONE INC.. - _ rDNST wuc ACCORwNGLv. ® HRGreen.com HRGreen PARTIAL PLAN UPPER LEVEL 2 AT EL 667.00 SGVE: 1/4. _ 1'-0. 2 NOTES. 1. SEE SERIES S00 AND 5500 FOR GENER SBNCR NOTES AND TmICAL DETIJIS. 2. ALL CONCRETE THIS DRANING IS MIX 1 UNO. SEE 5/5001. 1 N1E L THIS DR1NiNG 100 PSF. 4. +INDICATES SPIN DIREC ON OF GALV. STL GRATING SEE 6/5601. 1SE1T1fl16: O 1. LIXNER OPENING - SEE MECHANICAL 2. ROOF OPENING FOR EXHAUST FAN - SEE MECHANICAL. 3. GUARDRAIL POSTS FROM STAR MUNG - SEE SON SERIES. 4, DIMENSIONS FOR HATCHES h GRATING ARE FOR INSTALLED CI -EM OPQNINGS. 5. GATE OPEMTOR - SEE P-INGS. 2'.2' CORBEL DFLOT/ OPERATOR. SEE 5304 6. DOUBLE HATCH - TOTAL DIMENSION 2'-6'.14'-0' EACH IEdP IS 2'-6'.7'-0'. 7. SLOPE BOOR TO FLOIXR DRAINS. HIGH POINT AT SRM PERIMETER - EL667.0 6. S-07.3'-0' GRATING BID SET 01-18-13 E STORMWATER PUMP STATION N n n m S 1 O4 r c-3 _ m n. oP --7C � N N BID SET 01-18-13 E STORMWATER PUMP STATION STRUCTURAL CrTY F IOW CffY OF IOWA CffY PUMP STATION PARTIAL PLAN AT EL 680.00 I P S 1 O4 UPPER LEVEL EL 687.00 NDIIS t I. SEE SERIES 500 FOR GENERAL SIRUCNRAL NOTES AND TR I1 DETAILS. Flt HP fDOWFll 1. CONCRETE THIS DRAWING Is MI% 1 ANO. 61 {8'iWl{' EL 9A AT DOOR 2 EDGE OF EL 870.0 ME SEE 5/5001. n=DOOR — — — — py FTC c")r — — — — — — — — — — — — — — — — — — — — — — — — — — — — •I I I 1'-0' SIDPE s�PE q GEIilOR3:O% 'D 1. WE BID IS MAIL 2 ON 5302. BID ALTERNATE ADDS FORMUNER ON EXTERIOR SIDE OF N FOUR WA AND SIM 'A' ARCHITEMRAL CONCRETE CAP ON TOP OF X11 WALS. SEE 5302 FOR BID ALTERNATE — -----------SECTION. SJ02 I S.lG2 2. DIMENSIONS ARE ASSUMED. BASED ON OO Q SIN 'A'ASSU ED GENERATOR SIZE- ADJUST AS OF REQUIRED FOR ACTUAL GENERATOR. ALLOWING OUR NE LOW POIM II I CENFAATOR I 12' OWSIDQ EQUIPMENT Of A11 AROJND TO EDGE OF EL 6' FILL C703 I I ]. SLOPING CONCRETE FlLL IS MIX 2. SLOPE AT 8/550WI E 849.15 I• I I I . 1/8•/FT. _ 1. FOR FOR HATCH6 h GR. ARE 1 -0 I I 0 � Epi INSTAl1ID CIFM OPENINGS. j L---------- — -------J a j q q I EOUIP PAC) 8/5002 I �j T/CONC EL MLO p I 3'I — — — — — — — — — — — — — — — — — — — — — m SEE C SFFNCE EE15 8• 2 ow) SIM 'B• III= I'-8' I 10•-0' 0 ]8'-0' 12'-0' 61'-0' T F�2 CONNESTORMU TO w�wC7 C7 PIPE SEE C SHEETS Y� 1 GENERATOR ENCLOSURE PLAN r rnMALE: 1/4• _ 1•-0• tNAw �rn a � N N BID SET 01-18-13 mM W.. GW JOB DATE: 2013 ew IS WE WCN aN NO. DATE BY REVISION DESCRIPTWN SHEET NO. OfDR.L YIM"ING:. ROCKY SHORE STORMWATER PUMP STATION srnUCTURAL s APPROVED: pll JOB NUYBFR: 101002{1 GW—I• CAD DATE: 1/18/2013 1:29:13 PM X6A0 7 SOME T HRGreen.com CITY OF IOWA CITY GENERATOR ENCLOSURE PLAN S1 05 CIO Rm. 0:\101002{1\CAD\Dt92\S\S107 GEN ENLL PLAN. 6WG HRGreen IOWA CIN, IOWA L 23•_0• L 21•_D• L NOTES: 1/5305 1, SEE SERIES SOO AND 5500 FOR GENERAL SRiUMRAL NOTES AND TYPICAL DETAILS. 2. I11 CONCRETE THS DRAWING IS MIK 1 UNO. �� I I SEE 5/SOO1. /S�aocm ZTt 2/S363 EL 652w 882.81 I I 8820 8�: O �M12• I 1. DEWATER TO EL 619.0 UNRL STRUCTURE IS COMPLETE TO EL 651. 8/8802 2. DESIGN AND PROVIDE ANY I I REQUIREDHORING AS O COWNN N EL BSB.13 EXCAVATOSHEERNGRS WORK W IHNN CONSiRUCBON UNITS. 4' n EL 850.40 CIL FMIO-E5 VERT REMOVE OR ABANDON IN PLACE AFTER CONSRi FON I$ COMPLETE, TYPICAL ALL SIDES OF WORK. V'#•/MATCHING ROOM DWLS I ` #,Y012 -EF HIXQ 3. CLASS A CRUSHED STONE PER IOWA GOT 4120.04, TED i0 98). PER 1HE PROCTOR 1 b ;`i fm-a0EF I TEST( ERIA- S TEST (ASTM 0 695). THE BE a .I TYP ROME. I��6 A ROUGE OF MOISTURE CONTENTS FOR COMPACTION 11ENTSIFL R CO EON 2' PORMUNER TO 12" BELOW RNISGRH� ' r-11 I•I^�pA AT EL6'AA / STAB FROM -3E TO +35. PLACE FILL IN LAERS NOT MORE THPN 4 INCHES IN LOOSE THICKNESS. 1 ; 4. 3' M,CK LFAN CONCRETE W ING IAT UNDER H1 FINISHED GRIDS I 3/s]OS 4/8305 1 I' FOUNDATION SUBS. SEE CML I I II 5/S3W I I I 6/3303 5. CONTRACTOR SHALL OMAN AND PAY FOR SERVICES II OF INDEPENDENT RES'ENG CYS PROFESSIOW ENGINEER TO CCEEROFY THAT SU RIDE - IS AREOUATELY PREPARED FOR NET ALLO MLE BEARINGOF III— OFT ARSEASRE WRN COMOPACTED GRINUIM nU-.R 0.10A I I 6 PAVEMENT _ SEE CML 6. DATE FitN1E -SEE P-SHELlS. SEE 4/5303 FOR 1 I - tl - - uETAL COVOS DVFA WTE OPENING. 1. PIEC/ST ARCHIIECNRN. CONCRETE (1YPE 1) 1 i 1 1 i T/WDR EL 846.31 I +VEI�tT rocv TYR RONF. ( 1 FULL NT I I IPPROX 17e101 ) GRID 1 G 1 I I I 'D DEF Qi GROUND WATER H0p2 I I a 644 6• PVC T/GONG FlLL1 I 1O'OCEP 9:11 WS ow) VARIES SEE P-sm i I 1/9305 A' #7"- OWL (TVP) 1 ' /889' DWL 1 I 1 SIM I 1 1/SJOS EL 639.0 a� a - n d A AQ a _n (� d EL 631.0 I�o ng a I I q o 1 a a 01418 -ME O 1 1/2 ROUGHEN JOINT �.� PER (IT'P ALL 2'-6' 4 TO 1 A E NE GRREINID 3F. WNUL- sem) TYP CONST JOINTS (OPP NAND) ^ . q O � EL 62a Q a A A e TYP 3 W—E SECTION (LOOKING NORTH) ° • ` N 1 , 1 e 821.0 1 1/2 p BID SET n 01-18-13 DRAWN BY: GW JOB DAM. 2013 ARPROVED: DlN JOB NUMBER: 10100241 R�RiTicwONE R.I1NCH ON 0 1' �' �� REMSM DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION srRucTURAL SHEEP NO. vD mm.1/18/2013 ,:za:s4 Pu o o E IN "� "COR"""Y' HRGreen.com CITY OF IOWA CiTY [PUMP STATION SECTIONS $3Q wD f11E: 0:\lolooz4l\wD\DW96\s\s3o1 Ps sEclroNs.aWG HRGreen IOWA CITY, IOWA MCMITEMI CW n u APi GR< WA1 EL -� W—E SECTION (LOOKING NORTH) SGL E' ,/b' = 1'-O• m" BY; a w JOB DATE WU artiivi owx+M.cs� MPROnED DIN JOB NUMBER: 10100241 o I' CW DATE 1/18/2013 1:29:14 PM r NDT ONc Inc.. WAIST SWF I CORDINGLY. CW TALE: 0:\10100241\CAO\Dw9a\S\8302 PB SECOONB.da9 ® HRGreen.com HRGreen moa SEE DETAIL 2 FOR ALL INro NOT BROWN N O 2 GENERATOR ENCLOSURE 2 GENERATOR BID ALTERNAI� NCLftRE sc'xe /e•-I'—a• scut: 3/e•—Y—D• D C-3 DETAIL 2 NOTES: �- I. AT SAA W. SIAB REINFORCING LAYERS ME REVERSED. � C-) J �� 2. AT SM •B• THERE IS NO PAVEMENT. .<r TTI ' • . c 3 PARTIAL PLAN SDOE: 3/B• -1'-O• ROCKY SHORE STORMWAiER PUMP STATION CITY OF IOWA CITY IOWA CITY. IOWA 1 mDa J 4 PARTIAL PLAN SCALE: 3/S•-1'-0• BID SET 01-18-13 STRUCTURAL sREET ND. PUMP STATION SECTIONS S 3 Z SEE APPROX Q GROUND WATER EL 644 A(d YO DETAILS 0 2 I I I sxiT I I I (T/GONG FlLL rIN NORH/L RPM I II CHANNLL BEYOND) R I 1 ---,r -- ---�� I MR�I�TIECNRAL PRECAST CONCRETE CM (TYPE 2) a6a6 In EL 660.0 EL &59.15 El 656.40 Q T/GONG FlLL EL VARB3 SEE PIAN T 8SIAB V, 8J9.0 N—S SECTION (LOOKING WEST) S 1/4' - 1'-0' Nom, 1. SEE SERIES S00 AND 5500 FOR GENERAL STRUGTURAL NOTES AND Tv%CIL DETAILS. 2. AUL CONCRETE THIS DRAWING IS MIX i UNO. SEE 5/5001. 3. SEE 5301 FOR EXCAVATION NOTES AND FOR FlLL BENEATH STTIUCEJRE KEQOTES 0 1. 8' BEAM POCKET EACH END. 2. 304 STNNIESS STEEL IADDER - TOP OF TOP RUNG EL 645.0: TOP OF BOTTOM RUNG 4 632.0: STANDOFF BRACKETS AT 5'-0' MAX OC VERTCALLY. 3. HSS 4x4x1/4 POST UNDER EACH STRINGER. TOP P13/8x7.4 1/2. BOT PL1/2.8.6. (2)3/4' BOLTS TO STRINGER, (4)3/4' CONC AMMONS TO EL650.5 SLAB. X—BRADS .3=3x1/4 w/3/8' GUSSET TEAM AND LS W/4 TOP HORIZONTAL. ALL WELDED WNH 1/4' FILLET WEIRS. HOT -DIP GALVANIZE AFTER FABRICATION. 4. FORMUNER TO 12' BELOW FINISHED GRADE. 5. SLOPING CONCRETE FlLL SEE P-DWGS. (MIX 2) " •//FTG ELS N0. DATE BT RE SION DESCRIPTION Q a `? rT, BEYOND EL 639.5a C-) ---------------------------------- SHEET Ip --i _.r -n Q ;:u 1/SSOJ I m y COI/PACIED S303 CAD DAT- 1118/2013 1:28:45 PM 2 I� luwt.:.. 953 Li xs:;Flc2vu HRGmen IOWA CIT', IOWA ;.._ EL 626'52 MIX 3 N—S SECTION (LOOKING WEST) S 1/4' - 1'-0' Nom, 1. SEE SERIES S00 AND 5500 FOR GENERAL STRUGTURAL NOTES AND Tv%CIL DETAILS. 2. AUL CONCRETE THIS DRAWING IS MIX i UNO. SEE 5/5001. 3. SEE 5301 FOR EXCAVATION NOTES AND FOR FlLL BENEATH STTIUCEJRE KEQOTES 0 1. 8' BEAM POCKET EACH END. 2. 304 STNNIESS STEEL IADDER - TOP OF TOP RUNG EL 645.0: TOP OF BOTTOM RUNG 4 632.0: STANDOFF BRACKETS AT 5'-0' MAX OC VERTCALLY. 3. HSS 4x4x1/4 POST UNDER EACH STRINGER. TOP P13/8x7.4 1/2. BOT PL1/2.8.6. (2)3/4' BOLTS TO STRINGER, (4)3/4' CONC AMMONS TO EL650.5 SLAB. X—BRADS .3=3x1/4 w/3/8' GUSSET TEAM AND LS W/4 TOP HORIZONTAL. ALL WELDED WNH 1/4' FILLET WEIRS. HOT -DIP GALVANIZE AFTER FABRICATION. 4. FORMUNER TO 12' BELOW FINISHED GRADE. 5. SLOPING CONCRETE FlLL SEE P-DWGS. (MIX 2) BID SET 01-18-13 OFAWN BY: JOB DATE: 2017 APPROVED: DW JOB NUMBER: 10100241 N O N0. DATE BT RE SION DESCRIPTION Q a `? rT, C-) " SHEET Ip =;n <r - --i _.r -n Q ;:u as -Y m D�co S303 CAD DAT- 1118/2013 1:28:45 PM N N BID SET 01-18-13 OFAWN BY: JOB DATE: 2017 APPROVED: DW JOB NUMBER: 10100241 6^R rs axE INCH Ox om2. NRAN1xcs. 0I -P N0. DATE BT RE SION DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL SHEET Ip IF xm CNE IxcH. HRGreen.00m CITY OF IOWA CITY S303 CAD DAT- 1118/2013 1:28:45 PM AOJusr swE AccaRDlNCLr. PUMP STATION SECTIONS CFD nm0:\10100241\CAD\M9e\S\5303 PS SECIlONS.tlwg HRGmen IOWA CIT', IOWA N0: 1. SEE SERIES SOO AND 5500 FOR GENERAL STRUCNRAL NOBS AND TYPICAL DUALS. 2. ALL CONCRETE THIS DRAWING IS MIX 1 UNO. SEE 5/5001. 3. SEE 5301 FOR EXCAVARON NOTES AND FOR RILL BENEATH smucnJRE. KEYNOTES 1. W EACH CONCRETE PIPE AND BOX CULVETR WITH TWO ROWS OF ADHERED WATERSTOP, 5' CL FROM EACH FACE OF CONCRETE WALL 2. DATE OPERATOR — SEE P—SHEETS. (A) 9) �\ /\ C) I D) Tc 3. CJ INOICK�ESCONTROL JOINT BRICK. 7 7 Y REIN 4. CORBEL RE NF. #506 -EW ALL FACES W/MECH ANCHOR F DOWELS TO GRID 'C• WN1. ARCHRECTURAL PRECAST CDII�RETE GP (TYPE 2) n fo E 670.5 TOP OF GRID 1 WALL BEYOND EL 885.8] �� III I• ELS n 4 1' ERPmSIIXI JOINT FLOOD WAU• II e�.. REINF. PER WALL 1 ON 1/5301 2/5004 II II • EL 8138.w II I I . 11 SEE P—SHIS EL 659.15 EL BSB.w 4'x7' C 4 DOOR ARCHITECNRAL PRECAST CONCRETE 8W0 �] O (TYPE 1) _ FINISHED GRADE O SEE CMLI� .A •VxLx } I d 850.5 II Ci �,DOM -)-< — t 3 in C uNrEL I�!Ify1L. :ern I /5C12i Q � co SIN W D APPROK 4 N D GOING FILL VARIESWMER '�;I N l 4 I MIs z ) I U I I x¢839.0 A w lEf 838.50 SECTION MIsN—S scar=: 1/4' - 1'-0' 1 N—S SECTION (LOOKING WEST) SV1E: 1/4' . V-0' s BID SET n 01-18-13 DRAWN W. GW JOB DATE: 2013 MPRmm: DLN JOB NUMBER: 10100241 .0 IS D AHl�NN ON aTTlcui PRAWxcs. oDA N0. DALE BY REVISION 06CMPIfON PUMP STATION STF2UCNRAL SHEET NO. 1/18/2013 P HOT dE INCH. HRGreen.com =SHOREMWATER E 1:29:01 PM ADJUST scNE ACCGRG9N4 Y.CAD PUMP STATION SECTIONS FlLE 0:\10100241\GD\OW9x\S\5304 PS SECTIONS.d.g HRGreen 1 DETAIL DETAIL SCAtE: 3/4' . V—O' SCN.E: 3/4' — V-0' 3 DETAIL S - 3/4' — V—o" I 5 DETAIL 6 DETAIL 7 DETAIL SCALE 3/4' - 1'-0' S : 3/4' — 1'-0' SOME: 3/4' - 1'-0' • 4 n i DRAWN BY: GY! JOB DAIS: 2013 APPROVED: DW JOB NUMBER: 10100241 CPD DAR:: 1/18/2013 1:28:37 PM y' W FIX: 0:\10100241\M\Dwga\S\5305 PS SE"ONS.6 IF NOF NE INW. IDnlsr scat I m.,,CLr. ® HRGreen.com HRGreen 4 DETAIL Stv r, 3/4' - 1--0' BID SEr 01-18-13 ROCKY SHORE STORMWATER PUMP STATION N O SHEEF N0. O D� 0 Y i IOWA CITY, IOWA PUMP STATION SECTIONS � n .<r m 0 co )' N w BID SEr 01-18-13 ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL SHEEF N0. CITY OF IOWA CITY S305 11 IOWA CITY, IOWA PUMP STATION SECTIONS DOOR SCHEDULE 3/a" STEEL 1 O Rn)� ADJACENT PANELS PER SPECIFlGTIONS (4)-9/16'0 DOOR NO. LOCATION SIZE WXHxD ( ) MAT'L TYPE FRAME SIZE WXHxD ( ) DETAILS MAT'L TYPE HEAD JAMB HARDWARE REMARKS RATING GROUP SILL NUMBER N0. IOTA OPERATING LEVEL 3'-0" x 7'-0' x IC H.M. 01 3'-4" . 7'-4" It 3' 1 H.Y. F1 2/A-2 3/A-2 4/A-2 --- 1 FLOOD DOOR IO1A Iota OPERATING LEVEL Y -Om x 7'-0' x x' STEEL D2 3'-4' x 7'-4" . a' STEEL -- --- 1/A-2 --- --- 2 PLOOD DOOR 1018 102 OPERATINGIE EIEI Y -O' x 7'-0' x x' STEEL 02 T-4" . Y-4" It S' SIEEEL 1/A-2 2 FLOOD DOOR 102 NOTE: NL DdMwUR METAL CONNECTIONS TO BE PR9IECTED {BOM G4VANIC REACTIONS•WHIIMIRE GROUP NUMBERS W.LL BE mm Br ADWpN DOOR HEAD SONE: NONE 2 DOOR JAMB SCALE: NONE 3 DOOR SILL SONE NONE FJ• 1/4'MCK x 4" v TOCK RATE Y III cuARo a POST TO RISE PLATE a, 4 FLOOR FLANGE DETAIL SCALE: NONE ELEV HINGEREMOVABLE KEY YTRUDED BRACKET DMOND PLATE WRENCH W/DETENT (YYLDED)� /�ILUM CODER n H� 3 3/9ii4' I `HINGE SIZE O TH) LOCKS I 13 3%ANCHOR REO VANri SECTION AUTpA m H SHOMNG OPEN NEOPRENE CUSHION ROD RETAINER- 5 FLOOR HATCH mom 1. ALL FLOOR DOORS SHALL BE FURNISHED WITH SA NU OR SOFFIT GRATING PER MANUFACTURER'S STAROARO. 2. ALL FLOOR DOORS SHALL BE WABLE OF BEING LOCKED NTMI OWNER -FURNISHED PN DOCK. PRONDE HASP. Em AS REQUIRED. 3. ON PVNS. HATCHES ARE INDICATED THUS - V POINTS TO HINGED SIDE. 4ZH GRATING m SUPPORTS ANO 3/a" STEEL 1 O Rn)� ADJACENT PANELS PER SPECIFlGTIONS (4)-9/16'0 ALUM ORATING THICKNESS 3/a" R TYP INDICATED ON DWCS (NOTE 1) (4) 1/20 SS 8• ANCHORS Z PLAN PER ANCHOR DETAIL LEDGE OF CONCRETE N W a, 4 FLOOR FLANGE DETAIL SCALE: NONE ELEV HINGEREMOVABLE KEY YTRUDED BRACKET DMOND PLATE WRENCH W/DETENT (YYLDED)� /�ILUM CODER n H� 3 3/9ii4' I `HINGE SIZE O TH) LOCKS I 13 3%ANCHOR REO VANri SECTION AUTpA m H SHOMNG OPEN NEOPRENE CUSHION ROD RETAINER- 5 FLOOR HATCH mom 1. ALL FLOOR DOORS SHALL BE FURNISHED WITH SA NU OR SOFFIT GRATING PER MANUFACTURER'S STAROARO. 2. ALL FLOOR DOORS SHALL BE WABLE OF BEING LOCKED NTMI OWNER -FURNISHED PN DOCK. PRONDE HASP. Em AS REQUIRED. 3. ON PVNS. HATCHES ARE INDICATED THUS - V POINTS TO HINGED SIDE. 4ZH GRATING m SUPPORTS ANO DRUNKIr L S� /YYMA/{ ATTACH INOMDUAL GRATING PANELS m Rn)� ADJACENT PANELS PER SPECIFlGTIONS }' MAx. CIFMANCE ALUM ORATING THICKNESS EA END INDICATED ON DWCS (NOTE 1) 1-1/2 2 -112a -11D 3x3a1/4 { 5 8 1" MIN. EMBEDMENT 2" MIN. BRC. IN PER ANCHOR DETAIL 1/a' NAIL HOIE N W O 2'-0' 2-1 2 3xS• SS L SIZE 'B" /f¢ SS 3/8'x4' J 55 L N 1/4" 'C' DIAMETER CONCRETE HEADED STUD ANCHORS O 2'-0' ANCHORS OR �' SPAN EQ=A-ENT CTRS (MIN 2 PER SIDE) O 2'-0' GIFTS (MIN 2 PER SIDE) - DRUNKIr L S� /YYMA/{ L SDE 'B' w m ANCHOR Du OFFSET Rn)� C-) 1 2 -1/2a -I/2. 2-1/2.2-1/2x1/4 2.5 1/2' 1" SEE DUAL 1-1/2 2 -112a -11D 3x3a1/4 { 5 8 1" c 2 2-1/2a-1/2- 300/8 5.5 3/4 1-1/4" N W 2-1 2 3xS• -1 a 4x3x3/6 (LLV 1 7 1 3/4- 1-1/4- • TRIM AND BEVEL UPSTANDING LEOS TO IIT. NOTES: 1. ALL GRATING IS RECTANGUINT BEARING BAR - 3/16' BEARING BARS. 19/16' ON CENTER. NON -SERRATED. UNLESS NOTED OTHERMSE. 2. IF NO GRATING THICKNESS IS INDICATED ON DRAWINGS. USE GRATING SIZE BARED ON MXCMUM SPAN TAJBRATED ABOVE ExAMPLE: SPAN IS 3'-9' > USE 1.5X1/16' BEARING 3. MAXIMUM ALLOWABLE LOAD ON GRATING - 1GO PSF 6 GALVANIZED STEEL GRATING SCO!£ NONE 6' (2)7/16,0 HOLE POST TO BASE PIATI MATCH STAIR ANGLE C I 3/8 v 2 I/2 It 0'-6" STEE1 PLATE (2)3/8'0 BOLES W/ BEVELED WASHER. PLAN 7 ANGLED FLANGE DETAIL SCALE NONE 4•-0' MAx d �i 6 — o GUARDRAIL CJ Rn)� C-) _ J SEE DUAL :d m c N W ELEV ( 8 GUARDRAIL DETAIL SCALE: NONE DRAWN W. UN JOB DATE: 2013 Ix On cn Ox NO. PATE tlT REV510N O6CRIPIgN SHEET N0. omDIN DIUMNcs. ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL ARPRDON JOB NUMBER: 10100241 MT, D Y cno DA E ,/1e/2013 IF NOT GNC IAO, HRGTeen.COm CITY OF IOWA CITY SECTIONS AND DETAILS S`501 MAIUST S .KCORDINGLr. cY0 NTE:\\HtccRus\naAya,aon+�cND�D�ws\s\6sD,.DAc HRGreOEI 1�10WA cm, town _ GUARDRAIL SEE SPECS SEE DUAL 4/S50, ( 8 GUARDRAIL DETAIL SCALE: NONE DRAWN W. UN JOB DATE: 2013 Ix On cn Ox NO. PATE tlT REV510N O6CRIPIgN SHEET N0. omDIN DIUMNcs. ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL ARPRDON JOB NUMBER: 10100241 MT, D Y cno DA E ,/1e/2013 IF NOT GNC IAO, HRGTeen.COm CITY OF IOWA CITY SECTIONS AND DETAILS S`501 MAIUST S .KCORDINGLr. cY0 NTE:\\HtccRus\naAya,aon+�cND�D�ws\s\6sD,.DAc HRGreOEI 1�10WA cm, town _ 1-1/4• NPS SCH 40 HANDRAIL RETURN HANDRAIL BACK TO RMUNG POST NON-WBDED, Ff6TETNER n CONNECTED RAL SYSTEM NPEMSSCHH 4 1/2• 0 GALVANIZE STEEL TOPRNL, INIERMEDMIE RNLS AND POSTS GPLV. MM FVMGE. FASTEN W/ S.S. BOLTS. GAV. STEEL GRAZE FASRN PER MFR'S REG. NON -SUV NOSING��e 1'-0• a a O �C121QO.7 GALV. S L STNR STRINGER 1/8• TMCK GALV STEEL PILOT RISER. CLOSE OFF END OF STRINGER -- d W/ 1/4• CALV. SR. PLATE ' ' 3/8• TO 1/2• JOINF " _ Q 1/2 . 3 1/2. 3/8 . 8• GMV."SRL GATE CUP ANGLE. FfSTEN TO CALV SR -Q. STRINGER W/ (2) 3/4.0 SCUM FASTEN a q .. ° "TO COW, W/ (1) 3/4.0 S.S. ANCHORS. d. 1 STAIR DETAIL SCNE: 1'-1'-0• T/PAVEMENT i� 2' 2' imi 3 BRICK PARAPET DETAIL SCALE: 1 1/2•-1'-0• N O / a B SHEET NO. OFFICVL R .NCS. 1 _5• pow 5.5 ' ' 3/8• TO 1/2• JOINF " _ CONT W/1/2.8 HSS 045'. 12*OC FORMUNER GATE AnAsr scNE AccorminGLr. -Q. USING PINS PER &f _ d (HOT DIP GALV AFTER FACE PRECAST MGR T/PAVEMENT i� FABRICATION) CONCRETE RECWMENMTIONS a d SEE CMLCa S END BRICK AS #8012• Q 10.N� �� SEM PIN PENETRATION NEEE TO PROVIDE A FINISHED EDGE TO RETURN TO GONG. MAX c - PRECAST p SFALVlT OF FLASHING WOH BUTYL a- TRENCH FOOINC —�� ARCHITECNRA. SEAWIf •A m m:. CONCRETE EL 670.5 04 O 12 -EW d - DRAINAGE LUT CAP c1R Lo 2) mum(TYPE PnwET WALL DRIP EDGE BEYOND METT& M SHIN WH HEMMED DRIP EWE a THROUGH -WALL HEAD JOINT WEEP VENT GALV. SHELL GRATED METPL FLASHING WI1H O tfi• O.C. TREADS W/ HEMMED GRIP EDGE FULL MASONRY BRICK (WP) NON -SUP NOSING. 1`• TYP .} FASTEN PER MFRS SEAL ENTIRE SURFACE OF BRICK WA11 REC. WITH 'WEATHER SFA1 - SILOKANE M IRDS O 11• I'-0• WATER RE`E . OR APPROVED EQUAL G V. RAINC FLANGE. FASTEN W/ B.S. BOLTS. MASONRY TIE O 1 MASONRY RES O 16. O.C. HORIZ. k 6• -- COURSE BELOW a O.C. VERT. d ° THROUGH -WALL BASHING A. 1 1/2' NR SPACE / d DRNNAGE NAT e - a WATERPROOFING ' - - - - 6. SS DOVETAL CAST INTO CONCRETE e O 16' O.C. 4 LS 1/2 x 3 1/2 x 3/8 x P GALV. SR. CUP ANGLE WELD TO EMBED PL AND 1' -2 - STRINGER C121QO.7- G V. STEEL STAIR a d SOINGER M 887.0 a NOTE AT 'SIM' THICKNESS OF GONG WN EMBED PL SS1/2•.6•x3'-0• - d IS DIFFERENT. BUT V THK%NESS OF W/1/2•x6• HSOB•OC „d' a d BRICK AND MR W REMANS CENTER EMBED PL ON CL ..a d CONSTANT, PRECAST CAP OVERHANGS OF STAR 1 1/2. ON EACH SIDE OF FINISHED WNL STAIR DETAIL 2 SCALE: 1•.1'-0• d e d e 0• DRAINAGE MAT o A d 2' 2' imi 3 BRICK PARAPET DETAIL SCALE: 1 1/2•-1'-0• N O / a GI1V PL 3/8-.6 SHEET NO. OFFICVL R .NCS. N O C.Ni ' ' 3/8• TO 1/2• JOINF " _ CONT W/1/2.8 HSS 045'. 12*OC FORMUNER GATE AnAsr scNE AccorminGLr. -Q. O n� n &f _ d (HOT DIP GALV AFTER FACE T/PAVEMENT i� FABRICATION) CONCRETE a d SEE CMLCa S END BRICK AS #8012• Q 10.N� �� BACKT]E R00 AN - a NEEE TO PROVIDE A FINISHED EDGE TO RETURN TO GONG. MAX c - m b� p SFALVlT OPEN RELIEF a- TRENCH FOOINC —�� 1 1/2• NR SPACE •A m m:. 04 O 12 -EW d - DRAINAGE LUT N c1R 2* CUR 5'-0• BELOW ORODE I� I II 4 STAIR FROST FOOTING SCAE 3/4•.1'-0• n OUWN BY: m JOB DATE: 2013 IVR IS ONE INCH ON SHEET NO. OFFICVL R .NCS. APPROVED: OLN JOB NUMBER: 10100241 0 1' 1/18/2013 IF NOT ME INCH. GATE AnAsr scNE AccorminGLr. u 10100241 55020AG GAD FILL: � �f2D�DACS\S\ 5 BRICK RETURN DETAIL (PLAN) SOME: 3•-1'-0• HRGreen.com HRGreen 6 TRANSITION FROM FORMLINER TO BRICK SOME: 1 1/2•.1'-0• ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL SHEET NO. CITY OF IOWA CITY 5502 SECTIONS AND DETAILS IOWA CIN, IOWA a•4 O TOP 1 O 2' -0 - CIL BARS TYPICAL 5 2'-0. O.C. i 2'-0• I THREADED (cALv.) h WASHER PL CONDUITS GALy, pI,Am SEE EEE— E—SHEETS 3X1/2 VERT. BAR 2 TOP BAR RACK SUPPORT SCAE: 1-1/2• _ V-0' C6.1U.5 (GALv.) CONC. Fl3 3.1/2 VERT. BAR BOT P A/2 GALV. BIR CONT. 3/a.2 1/2 PL (GALV.). SEAL WELD TO CHANNEL FIANCE 5/a'.6' HEADED STUDS 012'OC I. I .3 AND L2.2 SYMMETRICAL ABOUT CENTERUNE OPENING 2. SOU1H UD SHOWN. NORTH UD IS OPPOSITE HAND, SYMMETRICAL ABOUT CENIENUNE STEM. 3. CONTRACTOR TO COORDINATE WN DATE MMiUFA URER TO ENSURE THAT THE GOTS OPENING COVER CMI SWING OPEN WNHOUT CONTACTING UPPER PAR OF GATE FRA1E. 4 SOUTH GATE AT EL651.5 PLAN L2.2.3/41W SPACE AT 36' MAX DC HELD WEIR TO EMBED ANGLE. CLEAN a: COLD-CALVMIIZE WEIRS 3 BOTTOM BAR RACK SUPPORT�r [��7 d scAE: +-+/2• _ 1'-D' 1/4.5 1/2 _CDrri 1 TYPICAL BAR RACK UNIT — ELEVATION 3.3.+/4 w/3/e .s' C0" °n ALL MTERVLS z'=r H5012' ES OF OPE M1 HOTBDI 5 VA UNH. 4 SIDES ER OPENING, HOT DIP GALVANIZE SCME: NO SCALE MILER CORNERS &WELD AIER FABRICATWN. �� V OPENING FOR TE �rn p•+ BM RACK SCHEDULE � � ��co `.J TOTAL BAR RACK WIDTH UNITS N n• -D' a (..) 5 GATE LOCK SECTION DRAWN W. UW JOB DAM. 2013 ORROK DRANNu. APPRMO: DIN JOB NUMBER: 10100241 0 I' AD DATE: 1/18/2013 IF NOT ONE INCH, \ R5\5\55 J= KWUF s ACCARDINGLY.. CAD HUE: R 101001/1\0 CW HRGreen.00m HRGreen ROCKY SHORE STORMWATER PUMP STATION 1/2.0 BAR UFF HANDLE F SHEET NO. (2 PER UD SEGMENT) 4•.6- - TWO SS HAW POR :GMENT WELD PADLOCK. WEIR TO / 1/4'.5 1/2' PL 3 BOTTOM BAR RACK SUPPORT�r [��7 d scAE: +-+/2• _ 1'-D' 1/4.5 1/2 _CDrri 1 TYPICAL BAR RACK UNIT — ELEVATION 3.3.+/4 w/3/e .s' C0" °n ALL MTERVLS z'=r H5012' ES OF OPE M1 HOTBDI 5 VA UNH. 4 SIDES ER OPENING, HOT DIP GALVANIZE SCME: NO SCALE MILER CORNERS &WELD AIER FABRICATWN. �� V OPENING FOR TE �rn p•+ BM RACK SCHEDULE � � ��co `.J TOTAL BAR RACK WIDTH UNITS N n• -D' a (..) 5 GATE LOCK SECTION DRAWN W. UW JOB DAM. 2013 ORROK DRANNu. APPRMO: DIN JOB NUMBER: 10100241 0 I' AD DATE: 1/18/2013 IF NOT ONE INCH, \ R5\5\55 J= KWUF s ACCARDINGLY.. CAD HUE: R 101001/1\0 CW HRGreen.00m HRGreen ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL F SHEET NO. CITY OF IOWA CITY IOWA CITY, IOWA SECTIONS AND DETAILS DRAWN BY: JPC APPROVED: AEM CAD DATE: 1/11 EI GAD FILE: EQUIPMEEIA ALVE TAGS GP -I I mulmENT TAG LEOUIPMENT NUMBER EQUIPMENT TYPE PV -18 VALVE M GATE TAG LVALVE OR GATE NUMBER VAUVE OR GATE TYPE AERATON BLOWER ADJUSTABLE FREQUENCY DRIVE ACCESS HATCH AR HANDLING UNIT BELT CONVEYOR BALL CHECK VALVE BELT FILTER PRESS BLRTERFLY VALVE BALL VALVE CENTRIFUGE DEWATERING COMPRESSOR CRANE CONTROL PANEL CHECK VALVE DRIVE EFFLUENT PUMP FLOW METER GRIT PUMP CRINGER GRIT SCREW CONVEYOR GRIT UNIT HORIZONTAL PRESSURE FILTER HYDRANT INCUBATOR INSERTION FLOWMETER IAB EQUIPMENT LEVEL TRANSMITTER MOTOR CONTROL CENTER METERING PUMP MECHANICAL FINE SCREEN MIXER PARAIALL RUME PLUG VAUVE REVERSE OSMOSIS SYSTEM ROTARY DINUM THICKENER RETURN PUMP SAMPLER SCREEN CONVEYOR SECONDARY CLARIFIER SLUDGE DRYER SLUDGE SCREW CONVEYOR AIDE GATE/SLUICE GATE SUBMERSIBLE PROPELLER MIXER SLUDGE PUMP TANK ULTRANOU7 DISINFECTION VERTICAL PRESSURE FILTER WASTE PUMP J08 NUMBER: 10100241 PIPING IDENTIFICATION SYSTEM USED THEN NECESSARY FLOW STREAM IDENTIFICATION NEW PIPING -AA - ACETIC ACID -MLS - MIXED UQUOR SEWAGE -ASAND- ABANDAN PIPING (VERIFY LOCATION) MUD VALVE PIPE SIZE -ABE- AERATION BASIN EFFLUENT -NG - NATURAL GAS -AL - ALUM RUG VALVE URS -AXP - AR. HIM PRESSURE PROCESS > PSI -OF - O\ERFLOW -AIR - AIR, UNKNOWN PRESSURE -OX E - OXIDATION EFFLUENT -AIS - AR, INSTRUMENT SUPPLY LW— -ALP - MR. LOW PRESSURE PROCESS < PSI -PE - PRIMARY EFFLUENT PUSH -ON JOINT PIPING -PHS - PHOSPHORUS -BBW- BOILER SLOWDOWN WATER -PW - PROCESS WATER -BLS - BLENDED SLUDGE -PYL - POLYMER LIQUID -BPE - BIO -P EFFLUENT -PYS - POLYMER SOLUTION -CEN - CENTRATE -RAS - RETURN ACTIVATED SLUDGE -CFS - CENTRIFUGE FEED SLUDGE -RW - RAW WASTEWATER -CUE - CLARIFIER EFFLUENT REDUCING TEE -CLG - CHLORINE GAS -SEE - SBR EFFLUENT -CND - CONDENSATE -SCE - SCREEN EFFLUENT -CNA- COOLING WATER RETURN -SCM - SCUM -CWS - CGOUNG WATER SUPPLY -SCN - SCREENINGS -CW - CITY WATER -SE - SECONDARY EFFLUENT -SEL - SELECTOR EFFLUENT -DP - DRAIN - PUMPED -SEW- SETTLED WATER -DPE - DISINFECTED PLANT EFFLUENT -SI - SECONDARY INFLUENT -DRN- DRAIN -SLC- SLUDGE -DS - DIGESTED SLUDGE -SMP - SAMPLE -DWS - DEWATERED SLUDGE -SNT - SUPERNATANT -SSW - SECONDARY SCRUBBER WATER -EFF - EFFLUENT -ST - STORM WATER -EOE - EQUALIZATION EFFLUENT -SW - SOFT WATER -IXC - EXHAUST GAS -THF - THICKENED FLOAT -FC - FERRIC CHLORIDE -TO - THICKENER OVERFLOW -nW - FINISHED WATER -TR - THICKENER RECYCLE -FILE - FILTER EFFLVENT(FLTERED WATER) -TS - THICKENED SLUDGE -FOR - NEL OIL RETURN -TUF - THICKENER UNDERFLOW -FOS - FUEL CIL SUPPLY -UD - UNDERDRAN -GRS - GREASE -GRIT- GRIT EFFLUENT -VT - VENT -NOR- HYDRAULIC CIL RETURN -WAW- WA=X WAS -HOS - HYDRAULIC OIL SUPPLY -WAS- WASTE ACTVATED SLUDGE -HPC - HIGH PRESSURE CONDENSATE -WCL - WATER, CHLORINATED PLANT EFF -HPS - HIGH PRESSURE STEAM -WD - WATER, DISTILLED -HNT- HEATING WATER RETURN -WML- WASTE MIXED UOUgi -HWS- HEATING WATER SUPPLY -WN - WATER, NON -POTABLE -NPL - WATER, PLANT -INF - INFLUENT -WR - WATER, RECOVERED -WSE - WATER, SCREENED EFFLUENT -LM - LIME, DRY -WW - TELL WATER -LMS - LIME SLURRY -WS - SPRAY WATER -LPC - LOW PRESSURE CONDENSATE -LPS - LOW PRESSURE STEAM PIPING IDENTIFICATION SYSTEM USED THEN NECESSARY 8' SCE NEW PIPING FLAP CATS VALVE SERVICE ABBRENATIONS VALVE (SEF USTINGS ON ROW KNIFE GALE VALVE STREAM IDEM.) MUD VALVE PIPE SIZE 6' SCE EXISTING PIPING 6' TIEJ FUTURE PIPING NOT OHE INCH. SC ACCORCINGLY. ONE—LINE SYMBOLS C -i PIPING CUT LOOKING AWAY Ia PIPING CUT TOWARDS 1 BEND C CAP OR PLUG �>{ CONCENTRIC REDUCER }3 MECHANICAL COUPLING HE CROSS _rl ECCENTRIC REDUCER I SINGLE FLANGE DOUBLE FLANGE I✓II�I FLEX CONNECTON j :W GROOVED JOINT COUPLING MECHANICAL JOINT F11 TEE II UNION WYE T AIR VACUUM RELIEF COI BAIU VALVE BAIL CHECK VALVE N . CHECK VALVE [01 V -BALL VALVE BUTTERFLY V&A GMPHRAM VALVE DQ GALE VALVE W GLOBE VALVE 4 FLAP CATS VALVE K VALVE I%Q KNIFE GALE VALVE ELECTRIC A Tm MUD VALVE �j MULTI PORT VKVE XVI NEEDLE VALVE '174 PINCH VALVE I�I�I ISI RUG VALVE URS REDUCING BEND -LONG RADIUS PRESSURE CONTROL VALVE E---1 SLOE GATE VALVE O SWICE GATE VALVE S HGATE VALVE STOP GATE VALVE WYE ELECTRIC A Tm FIANCE CAR. NJ PLUG PNUEMATIC ACTUATOR /-0 S) SAMPLER LOCATION ® HRGreen.00m HRGreen PROCESS SYMBOLS 2—LINE SYMBOLS III FLANGED CONNECTION SHEET NO. BEND -SHORT RADIUS HGATE VALVE 71 WYE FIANCE CAR. NJ PLUG BEND -LONG RADIUS GLOBE VALVE '174 REDUCING WYE I II FLANGED PIPING URS REDUCING BEND -LONG RADIUS SLIDE GATE 07 MECHANICAL JOINT PIPING HBUTTERFLY VALVE U SUPPORT - BEND CHECK VALVE PIPING CUT LOOKING AWAY SWING CHECK VALVE PIPING CUT LOOKING TOWARDS NOTE: NOT ALL ABBREVIATIONS OR SYMBOLS SHOWN IN THESE USTS MAY BE USED IN IVIS PROJECT. CONTACT ARCHITECT OR ENGINEER FOR CIARiHCARON OF ANY DISCREPANCIES. O W O r� C-3 r -- BID SET 01-18-13 ROCKY SHORE STORMWATER PUMP STATION PROCESS SHEET NO. CITY OF IOWA CITY HGATE VALVE IOWA Cm. Hoven WYE GLOBE VALVE REDUCING WYE PLUG VALVE URS MECHARICA JOINT-CONNECRON SLIDE GATE MECHANICAL JOINT PIPING EXPANSION JOINT 1L{,� III II MECH L W/ LW— NIC DS RE TRAINT ROM CONCENTRIC REDUCER C PUSH -ON JOINT PIPING C PVC/STAINLE%SSNC =NN ECCENTRIC REDUCER CONN WELDED PIELTON I ll CML PROCESS PIPING �tlTEE SEE PIAN FOR SIZE AND DESIGNATION SUPPORT TEE O SCHEDULE CALLOUT REDUCING TEE PLAN OR SECTION (�� SAMPLE TM LOCATION CROW REDUCING CROSS NOTE: NOT ALL ABBREVIATIONS OR SYMBOLS SHOWN IN THESE USTS MAY BE USED IN IVIS PROJECT. CONTACT ARCHITECT OR ENGINEER FOR CIARiHCARON OF ANY DISCREPANCIES. O W O r� C-3 r -- BID SET 01-18-13 ROCKY SHORE STORMWATER PUMP STATION PROCESS SHEET NO. CITY OF IOWA CITY P001 IOWA Cm. Hoven LEGENDS AND GENERAL INFORMATION HRGn3en OF IOWA CITY IOWA CITY, IOWA PUMP STATION LOWER LEVEL PLAN P 101 wausr scut rcmRmlwLr. CAO FlLE: 0:\10100241\CAD\P.V9s\P\P101 PS PIAN.EvR wm. 1. SEE SUX GALE SPECIF LION SEC110N P 11286. 2. SEE SUBMERSIBLE PROPELI PUMP SPECIFlCARON SECNON 11150. QI4 I I � 1 4V-O' B 1 1 R I 1 4 ... a -- 1B 3I Be RCP 5':12' RCP BOX CULVE1if ' IIN a --------------- ocl II o . .. a \J � N W •INSTA NEW PUMPS, TUBES. ANO FORMED >< SUCTION IWMES PER SPECIFlUTION 11150. F 4. f p- 1 a P]OR S 14'-0' 30'-0' 8 e I PUMP STATION LOWER LEVEL PLAN I ® p 8 SCNE Ile . 1'-0' BID SET 01-18-13 p ppAWN BT; JPC JOB PATE; 2013 Au 10100241 fl.A 5 ONE IxGI ON OEBcIu CPUMNGS. P NO. WlE BY PENSION OESCRIPBON ROCKY SNORE STORMWATER PUMP STATION PRocEss SHEET N0. APPROVED: JOB NUMBER: o IF NOT DNE INCH. HRGneen.com CITY W DATE: y,e/za,y 1:29:09 PM HRGn3en OF IOWA CITY IOWA CITY, IOWA PUMP STATION LOWER LEVEL PLAN P 101 wausr scut rcmRmlwLr. CAO FlLE: 0:\10100241\CAD\P.V9s\P\P101 PS PIAN.EvR Q Q i i 4 i Q Q 4 i i i EL 610.5 h E 6670 • • .ti Et 65340 •a ... a 6� EL 6 .1 T FIDOD I WILL I: PNPADE OPENING MR G4TE caom Iw VI mm. OPENING WS1 GI.TE NFR. I•' L1'- SEE SHLS 510] ! 4/5!03 T a A EL 650.5• 'G c' EL '50.5 ME T R WNL EL BILA d N6.T T G ® 59101 SPI02 a TlcO 4 a 602 FTG FlLL V SEE Pw30d .• • 4 ' 4 :. 0/� CNV � TEMPO V 839.0 2 N+:.. C. ) AF1 .•:Y: A !, \e. .. .•i T dV ElAl9.l0 FlLL VV SEE P]03 a EL 626.50 w 1 W—E SECTION (LOOKING NORTH) W—E SECTION (LOOKING NORTH) saac: 1µ• - 1'—D• G scut: 1/P - 1'-0• .v � O W `� m -� c'j 4 A� c BIDoSEf y 01-C%-13 DRAWN By.. JK .IOB WX 2013 flaA 5 axE mcx ax N0. mm m REYCipN OESCPoPDON [7F�:01 ROCKY SHORE SiORMWATER PUMP SfAT10N FPROMCESNuuem 1o1ooz41 a ®HRGreen.com CITY OF IOWA CITY GID WIE: 1/18/201] 1:25:4 PN IF NOl CxE Ixcx. scVt4cc.P STATION SECTIONS I aD in5: o:\1Dfoo241\rn\Dw•\P\P]o1 Ps sEcnoNs.a•a HRGE9Bn IOWA CITY, IOWA SIDE GATE PRIME AQ OPERATOR ABOVE S1AE I / � . 64R 00 N EMERGENCY ON S Q .I (2) 48' OR 54' MP TUBES PENDING AN G PUMP MUFA URER SEIECRON SEE ELECMPo SHEETS FOR CARIE REQUIREMENTS. WORK WITH SELECTED MFR TO .,.4 E7 090 FROMM AHOY£ THE 667 51 m -7 Do HI —RM__S I N W fi46.00 LAG ON 648.00 LEPO ON __S II E1.8380 q : 640.00 LAG OFF __S I I 839.00 IFAD OFF —_s . 839.00 LO AVAMS _•__ T/voMom__ __ _ H41. 837.00 FU-E 837.{ mwNG WELL) SLOPE CONC FlLL SEE EIECIRICA AT 1/4'/FT TOWMDS BIR WK. SEE S I OPENING TO BEIAN SHEETS FOR DUAL s u 12 EL 629.67 :; '. e , . LOW POINT OF CONC FlLL •,' MAX BOTTOM OF PUMP INTAKE EL 830.8*. ADJUST ACWRDING TO `N NMS OF FORMED SUCTON �•-0• INTAKE PER MFG. NOR" ENGINEER OF FEN& PROPOSED 6LOPw CONC Fl EUNATON PRIOR TO INSTA PON. CNORACTIXK TO SEQUENCE CONSRUCTION SO TARGE FORMED SUCTION BRAKES CAi BE INSTI1.lE0 IN ONE PIECE. FORMED SUCTION IMAKE TO BE N—S SECTION (LOOKING WEST) COMPLETELY ENCAPSUUTED IN GROUT. 1 SCAE: 1/4' . Y-0• a ri DAWN BY: JPC JOB DATE: 2013 W IS. SOONEE WKH ON OFF 7 APPROVEN AEM JOB NUMBER: 10100241 a I' CAD DATE 118/2013 1:29:22 PM IF Nm ONE INCH, CORES ay. Ac CAD FlLE: N 30 \10100241\CAD\Dw99\P\P2 PS HEC110NS.Bw0,w6SK scut ® HRGreen.com HRGreen ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY IOWA CrrY, IOWA aJd a o o) o Y HO)E: PRONDE CABLE B 14 RELIEF VA THIS OR SIMIIAR ME ISM AS PER PUMP MANUFACTURER AND APPROVED BY ENGINEER. 2 CABLE STRAIN RELIEF SGNE: NO SCAlE PROCESS PUMP STATION SECTIONS O D� w o E7 090 m N W BID SET 01-18-13 SHEET N0. P302 o REL N—S SECTION (LOOKING WEST) BC - Ile - I' -V BID SET 01-18-13 W is ONE INCH ON DIMM BY. JK JOB DATE: M0Omar DRnMNcs. � REVISION DEWRI�N MHRGmen.com ROCKY SHORE STORMWATER PUMP STATION PROCESS SHEEP N0. MP�D: JOB NUMBER: 10IM241 Rl 1 'CITY OF IOWA CRY W REP ONE M MM- IZ18,/2013 1:25:52 PM HOT ONE NCH.N�y PUMP STATION SECTIONS CD C.) .MUST C� Fla: 2:\,101002WM\�,,\PNI`303 PS SEEMON&ftl — — I I HRGreeri IOWA CFFY. IOWA —1 lw T/CONC 5'.12' RCP BOX ::ic EL M.0 838.1 i CUL640.00 rrj 35 A EL 63B.0 EL: MW co N—S SECTION (LOOKING WEST) BC - Ile - I' -V BID SET 01-18-13 W is ONE INCH ON DIMM BY. JK JOB DATE: M0Omar DRnMNcs. � REVISION DEWRI�N MHRGmen.com ROCKY SHORE STORMWATER PUMP STATION PROCESS SHEEP N0. MP�D: JOB NUMBER: 10IM241 Rl 1 'CITY OF IOWA CRY P303 ONE M MM- IZ18,/2013 1:25:52 PM HOT ONE NCH.N�y PUMP STATION SECTIONS .MUST C� Fla: 2:\,101002WM\�,,\PNI`303 PS SEEMON&ftl — — I I HRGreeri IOWA CFFY. IOWA —1 EL 570.5 PR4NOE OPENING MR GIIIW OP DON. COORDINATE OPENING WH GOTS mm. 7'-2- 5'-3' y'- 12'-8' .- a 650.5s --ARM pow— r/CONC T/cxmIc MFHj- a 539.75 a 638.75 EL 639.0s 54' RCP 36' RCP 36- RCP 0¢ 838.5 lw EL 040.00 w EL 840.00 INV EL 640.00 5'.I2 IW BOX CIJL� SO 63B.75 h. k TcoNc �E 9F� V/�m n� AT 1/4 /,�",% \--" BEE pm 5112' BOX CIJLV EL 620.50 F 9131 pr:?3 c') W—E SECTION (LOOKING SOUTH) W—E SECTION (LOOKING NORTH) 1/4- - I'-G- S�: 1/4'- V-0, - rr7 1 c) --o --x co BID SET 01-18-13 HE INCH ON NO. mm BY R�SION OESCRI DRAWN BY: JK JOB MM- 2013 0 SHEET NO. OFFICIAL DMWNGSROCKY SHORE STORMWATER PUMP STATION PROCESS APPROVED: MM JOB NUMBER: 10100241 0;- i M MI 1/18/2013 1:28:32 IF NOT ONE INCH. HRGreen.com CRY OF IOWA CffY P304 ADJOST S� M Fl�- O',\1010024IM&PV364 PS SECTIONS d.. I I m I HRGmen IOWA CTY, IOWA PUMP STATION SECTIONS 1 GROUND LEVEL PLAN NOTES: 1. WALL MOUNTED THERMOSTAT, NEMA 4X 2. MANUFA URERS STANDARD BRACKET TO SUPPORT UNIT FROM COUNG 3. FRONOE FACTORY WIRED AND INSTALLED DISCONNECT SWITCH FAN SCHEDULE MOTOR PVN B.P. IN FAN MISB CFM INP. I RPM NP WL PWSE MOUNRNC ELECTRIC UNIT HEATER SCHEDULE PLAN MIRK CARACIfY, kW MANUFACTURER, FAN MODEL NUMBER AND WLTS PHASE HIPS CFM HP / SP. MOUNTING ARRANGEMENT REMARKS EUH-1 15 480 3 19.0 850 1/15 1 CENNG DHROMADX /HMI SEE NOTES bC,3■1 NOTES: 1. WALL MOUNTED THERMOSTAT, NEMA 4X 2. MANUFA URERS STANDARD BRACKET TO SUPPORT UNIT FROM COUNG 3. FRONOE FACTORY WIRED AND INSTALLED DISCONNECT SWITCH FAN SCHEDULE MOTOR PVN B.P. IN FAN MISB CFM INP. I RPM NP WL PWSE MOUNRNC NINUFACTURER PND MODEL NUMBER RENARI6 EF -1 750 0.25 IWO 1 1/5 115 1 1 ROOF LOREN COOK/ACED 100 SEE NOTES bC,3■1 NOTES: 1. UPBI SF CONRGURADON 2. FACTORY MOUNTED OWONNECT 3. INTEGRAL CONDUIT CHASE FOR ROUDNG ELECTRICAL WITHIN ROOF CURB 4. A UMINUM PREFABRICATED ROOF CURB W WIPER TRAY 5. ILUMNUM 12W MOTORIZED DAMPER 5. CONTROL BY WALL MOUNB . NEMA a. 12M THERMOBFAT LOUVER SCHEDULE PUNT MN MANUFACTURER AND FREE AREA MODEL NUMBED CFM SIZE W. FF- REMARKS LV -1 RUSKIN / E 750X 750 1"XI" 0.97 SEE NOTES O W NOTES: 1. WRUDED KUMINUM FRAME AND BIDES 2. WELDED CON5TRUCRON 3. CLEAR ANODIZED MILL FINISH 4. ALUMINUM BIRD SCREEN 5. ALUMINUM, OPPOSED BLADE, LOW UENOCE DWPER, 12M ICIUATOR C0N`FROUEO WRH EXHAUST FAN. EF -1. PLUMBING FIXTURE SCHEDULE FD -1 ZURN, Z-550. 9' DIAMETER DURO-COATED CAST IRON BODY, CASE IRON BAR GRATE, 4' SIZE, WNH 4' C.I. PIPE FROM BRAN TO BOTTOM OF CONCRETE SUB. 2 LOUVER SECTION SCARE: 3/B' _ r -D' BID SEf 01-18-13 DRAWN BY: ON' JOB DATE 21113 Rw IS M,, Inas M No. XU BY REMSION OESCRIPIION SNEu NO. cmcu PRAMNGS. ROCKY SHORE STORMWATER PUMP STATION MECHANICAL ArPRwm: DAP Joe NUMBER: rnloozal c r HRGreen.Com CITY OF IOWA CITY M �� CAO OATS 1/18/2013 1:28:47 PM IF NCF ME ORD, MECHANICAL PLAN Amusr wIE AccaTmlrvcTr. CID FlIE: 0:\10100241\CAD\Owgs\M\M10i.dwc HRGreen IOWA CIN, IOWA _ N O O W bC,3■1 o� z c EL 8�•d BIRD SClEBI MOTOR < WILMS ECIRICAL LV-t� _— OPERATED PEI W ROOF i/4' THICK - mvmIZED . a METAL SLEEVE a . 2 LOUVER SECTION SCARE: 3/B' _ r -D' BID SEf 01-18-13 DRAWN BY: ON' JOB DATE 21113 Rw IS M,, Inas M No. XU BY REMSION OESCRIPIION SNEu NO. cmcu PRAMNGS. ROCKY SHORE STORMWATER PUMP STATION MECHANICAL ArPRwm: DAP Joe NUMBER: rnloozal c r HRGreen.Com CITY OF IOWA CITY M �� CAO OATS 1/18/2013 1:28:47 PM IF NCF ME ORD, MECHANICAL PLAN Amusr wIE AccaTmlrvcTr. CID FlIE: 0:\10100241\CAD\Owgs\M\M10i.dwc HRGreen IOWA CIN, IOWA ABBREVIATIONS ELECTRICAL SYMBOLS ONE—LINES ELECTRICAL SYMBOLS SCHEMATICS A AMPERES AC ALTERNATING CURRENT AF AMPERE FRAME AFF ABOVE FINISHED BOOR AG ABOVE FINISHED GRADE AICs AMPERES INTERRUPTING 37 CAPAC", SYMMETRICAL ASD ADJUSTABLE SPEED DRIVE AT AMPERE TRIP ATS AUTOMATIC TRANSFER SWITCH AWG AMERICAN WIRE GAUGE BC BARE COPPER C CONDUIT co CIRCUIT BILKER CO CONDUIT ONLY CKT CIRCUIT CPT CONTROL POWER TRANSFORMER CT CURRENT TRANSFORMER DB DIRECT BURIED DC DIRECT CURRENT DWG DRAWING ELLV ELLVATION ENCL ENCLOSURE EP EXPLOSION PROOF ETM ELAPSED TIME METER EXIST EXISTING FLEX FLEXIBLE FLUOR FLUORESCENT GH GROUND FAULT INTERRUPTER GFR GROUND FAULT RELAY CHO GROUND HH HANOHOIE HID HIGH INTENSITY DISCHARGE HOA HAND OFF AUTOMATIC HP HORSEPOWER HPS HIGH PRESSURE SODIUM HVAC HGTING, VENTILATING. AND MANUAL MOTOR STARTER AR CONDITIONING HZ HERR INCAND INCANDESCENT JB JUNCTION BOX WA KILOVOLT -AMPERES KW KILOWATT U LIGHTNING ARRESTOR LOS LOCKCUT STOP LASH -BORON LS LIAR SWITCH LTG LIGHTING MA MILLIAMPERE MAX MAXIMUM MCC MOTOR CONTROL CENTER ARCM THOUSAND CIRCULAR MILS MH METAL HALIDE MIN MINIMUM MT EMPTY MTD MOUNTED N NEUTRAL NC NORMALLY CLOSED NL NIMILICHT NO NORMALLY OPEN NO. NUMBER NTS NOT TO SCALE OL'S MOTOR OVERLOAD CONTACTS P RILE PB PUSHBURON, PULIBOX PH PHASE PS PRESSURE SWITCH PT MTENTAL TRANSFORMER PVC PUTVINYL CHLORIDE REF REFERENCE REO'O REOUIRED SH SHIELDED SHIT SHEET SED STANDARD SW SWRCH TAH TACHOMETER TO TERMINAL BOARD TEL TELEPHONE TEMP TEMPERATURE TP TWISTED PAR XFMR TRANSFORMER TSP TWISTED SHIELDED PAR TST TWISTED SHIELDED TRIAD MAT THERMOSTAT T1'P TYPICAL UG UNDERGROUND UON - UNLESS OTHERWISE NOTED V VOLT APED VARIABLE SPEED DRIVE VS VARIABLE SPEED W WATTS, PARE WP WEATHERPROOF U© UTILTY METERING ® METERING ONCE: AM -AMMETER VM-VOLTMEtER WM-WATTMETER, FM -FREQUENCY METER, WHM-KILOWATT HOUR METER DM -DIGITAL MULTI -FUNCTION METER CURRENT TRANSFORMER, QUANTITY INDICATED PoIENTIAL TRANSFORMER, QUANTITY INDICATED L CIRCUIT BREAKER i) 3 MILE UNLESS NOTED NCP INDICATES MOTOR CIRCUIT PROTECTOR THERMAL OVERLOAD RELAY SWITCH NSE 10 MOTOR, 10 HP OGENERATOR -- KEY INTERLOCKING OF EQUIPMENT PVWER FACTOR CORRECTING CAPACITOR -{� >>- DRAW -OUT TYPE EQUIPMENT •- LIGHTNING ARRESTER 1 GROUND D DELTA CONNECTION YWYE CONNECTION -- M�- MECHANICAL INTERLOCKING OF EQUIPMENT -- E�-- E_MTRICAL INTERLOCKING OF EQUIPMENT POWER MONITOR TRANSIENT VOLTAGE SURGE SUPPRESSER -TYPE/SIZE MOTOR CONTROLLER FEATURES T1PE/5OD' AICCEDMG NUMBER INDICATES NEMA STARTER WE FIR a TOLL VOLTAGE REVERSING MR TOLL VOLTAGE NON -REVERSING RVSS REUCED VOLTAGE SOFT STARER WD - VARIABLE FREQUENCY DRIVE 252W TWO -SPEED TWO -WINDING MW TWO SPEED ONE -WINDING FVC - TOLL VOLTAGE CONTACTOR FFATMWS 1 - CONTROL POWER TRANSFORMER, 12171 SECONDARY 211 - 2.' DENOTES INDICATING LIGHT MODIFIER: R - RED C - GREEN A - AMBER W - WHITE M - 3: DENOTES CONTROL SWITCH MODIFIER: A - HAND -OFF -AUTO B -RANO-OE-PEMOTE C - ON-OFF D - FORWARD -OFF -REVERSE 4 - START -STOP NSHBLRTONS. MOMENTARY 5 - ELAPSED TIME METER 6 - KEYPAD/ SPLAY ON DOOR 7 - WD INPUT PASSNE HARMONIC FILTER 8 - WD OUTPUT (OA/DT) FILTER NORMALLY NORMALLY DEVICE OPEN CLOSED SYNCHRONIZING OR SYNCHRONISM CHECK ONCE CONTACT _ 32 TIMED CONTACT CONTACT ACTION RETARDED ON 37 UNDERCURRENT OR UNDERPOWER RELAY ENERCIZATION T 41 TIMED CONTACT CONTACT ACTION RETARDED ON u MANUAL TRAMSFER OR SELECTOR ONCE OE-ENEflGIZATON o n 1 PUSH BURTON SINGLE CIRCUIT 0 MOMENTARY CONTACT ' n PUSH BURON SINGLE CIRCUIT o o LOCK -OUT UMR SWITCH 0� 0 0 -Ta LIQUID LEVEL SWITCH s d PRESSURE OR VACUUM SWITCH 0�-To FLOW SWITCH i 1 TEMPERATURE SNITCH SELECTOR SWITCH (NUMBER OF ARROWS INDICATES NUMBER OF POSITIONS. OXO INDICATES CONTACT O%0 OPERATION FOR EACH POSITION. X -CLOSED. O -OPEN) MANUAL MOTOR STARTER DOOR INTERLOCK SWITCH OCS —i� MOTOR OVERLOAD HEATER CONTACTS MOTOROyV�ERµ{WAEDNEATER PILOT LIGHT Cq-CpflmEMiy.�Aµ=ryIARVEB�EA PILOT LIGHT - -TO-TEST 0 R G-Cf�EN. A=M16ER ® RELAY ® TIME DELAY RELAY O STARTER COIL SOLENOID OPERATED VALVE ^. 'V 120V, SINGLE PHASE MOTOR AMM 0 ELAPSED TIME METER ® PHASE MONITORING RELAY NSE V'J"LA CONTROL POWER TRANSFORMER Lmm lr GROUND WIRING IN MOTOR STARTER ----- FIELD WIRING WIRE TERMINAL SWITCHGEAR PROTECTIVE RELAYING ©5 SWITCHGEAR DEVICE: 13 SYNCHRONOUS -SPEED DEVICE 23 SYNCHRONIZING OR SYNCHRONISM CHECK ONCE 27 UNGERVOLTAE RELAY 32 DIRECTIONAL POWER RELAY 37 UNDERCURRENT OR UNDERPOWER RELAY W FIELD RELAY 41 FIELD CIRCUIT BREAKERS u MANUAL TRAMSFER OR SELECTOR ONCE 48 REVERSE -PHASE OR PHASE -BALANCE CURRENT RELAY 47 PHASE -SEQUENCE VOLTAGE RELAY 49 MACHINE OR TRANSFORMER THERMAL RELAY SO INSTANTANEOUS ONERCURRENT OR RATE OF RISE RELAY SDG ZERO SEQUENCE GROUND FAULT RELAY 51 A -C TIME OVERCURREM RELAY 52 A -C CIRCUR BREAKER 59 OVETNOLTAGE RELAY 65 GOVERNOR 67 A -C DIRECTIONAL OVEDOJRRENT RELAY 81 FREQUENCY RELAY 86 LOCKOUT RELAY ELECTRICAL SYMBOLS PLANS TIGHT FlXTUNES CONDUIT, RACEWAY AND W86NG WIRING ONCE EOIIPIFHT O C EILING OSNIEDCRE. INCANDESCENT, ,EC. _ UNDERGROUND OR UNDER -SIRS Q�\__ CLOCK H CER RECEPTACII:2m 125V MOTOR CONNECTION CONDUIT RUN \T 2P, SW NEMA S -20R). IN WNL 1174 dR WNL MOUNTED FIXTURE. INCANDESCENT, �� COHOUIT RUN: SURFACE -RUN OR NOTB Q EWIPMENT TERMINAL POINT HID, ETC. AS SPECIFIED. CONCEALED IN WNL/CEILING AS NOTED SIMPLE% RECEPTALL - ITE 2P SW Q FLUORESCENT FIXTURE AS SPECIFIED NT 2 R(50q AT 0 Ef'INDGTEB AO SAEIY DISCONNECT SWITCH. NON -LASED � 'MY INDICATES EMPTY CONDUIT 5-55GR), IN WIULN?AR AS 5-30R, OR UNLESS NOTED (F) ® NSE HOLDER WITH FUSESTAT AND FLUORESCENT MMRE AS SPECIFIED. CONNECTED ------- J%, HO E RUM NOTED TO DESTNAOON pUP flEC ACME -2G 125V, 2P, 3W TOGGLE SWITCH • TO UNSWRCHED CIRCUIT. (NEMA 5-2IXtR. IN WALL m MMOTO`ARIE'-WGNERC UNLESS NOTED I--Q-� mANuI FLUORESCENT STRIP FIXTURE CABLE TRAY. SIZE AS NOTED DUPLE% RECEPTACLE -2G. 12N, 2P. 3W WMBINATNIN MOTOR STARTER N10 FUSED NEMA 5-20R IN CELI LO DISCONNECT SWITCH-MANOC STARTER EXIT UGHT, COUNC MOUNTED, ARROW PLUG IN STRIP -TYPE RECEPTACLES OR UPLE RECE7T !E -20R 125V, 2P 3W BRANCH CIRCUIT PANELBOARD SURFACE ® DIRECTON AS INDICTED. SHADED SECTION OTHER OLIREIS AS INDICATED NEMA 5-20R), IN WALL ABOVE CWMER MOUNTED INDICATES ILLUMINKRON FACE OP OR BACK SPLASH UY IN WIREWAY DUCT, SITE AS NOTED 'GF1'-INDICATES GROUND FAULT INTERRUPTER TYPE EXIT UGN.AR 0 TEN. SHADED SECTION 'S{' -INDICATES SURGE SUPPRESSER TYPE BRANCH CIRCUIT PANELBOARD FLUSH FEEDER DUCT-RATNG RID NUMBER OF 'IG -INDICATES ISOLATED GROUND TYPE ` INDICATES ILLDMIRATION FACE CONDUCTORS AS NOTED u SPECIAL CABINET OR EQUIPMENT AS BATTERY OPERATED EMERGENCY LIGHT nMRE P131G IN DUCT -RATING AND NUMBER OF � (pNEPIAA�JEKERQ)�T IN WA2LLCAGt1 AS'NOlED3 ONE NOTED SURFACE MOUNTED 1� TOP OF UNIT 6" BELOW FINISHED CEILING OR CONDUCTORS AS NOTED RECEPTACLE H11T, ON ftECEPTALE SWiOI AS NOTED. -flT SPECIAL CABINET OR EQUIPMENT AS BOOR OUTLET BOX WITH SIMPLE% NOTED FLUSH MOUNTED b REMOTE UGHT FIXTURE FOR RATRRY-i--}+H GENITAL FAIL ME CABLE TRAY. AS NOTED 'O @��EpTALE_pG, 125V, 2P, SW OPERATED LIGHT FIXTURE `NQM 5-2gtJ T1 DRY -TYPE TRANSFORMER, NUMBER FIRE MARIA SYSTEXM = LADDER TYPE CABLE TRAY. AS NOTED INDICATES "A SIZE FLOOR OUTLET WITH DUPLEX RECEPTACLE /J O MANUAL PULL STATION. /B" —E— UNDERFLDUR OUCf-ELECTRICAL """" MMOVENTED ORBUTION FREESTANDING. AS NOTED.ACE �� FLOOR —T— UNDERFLOOR DUCT -TELEPHONE OR IN WALLET WBB SPECIAL ONCE AS NOTED. G m VISUAL NMF UR OTHER LOW TENSION AS NOTED Plll!!d POWER DISTRIBUTION PARELWMD, ESO ABOVE FLOOR OR GD NOTEDVISUAL IN FLOOR WITH SPECIAL DEVICE AS NOTED, FLUSH MOUNTED MIO' - INDIGOES 11000 VISUAL ONCE 12345 CIRCUIT IDENTIFICATION TAG ® IN BOOR '30' - INDICATES SOT VISUN ONCE Nt� m BUNK - INOKATES ]SCO LENGE !� IN CDUNWCBB SPECIAL DEVICE AS NOTED. ELECTRICAL EQUIPMENT MCC OR SWITCHBOAftO, AUNBLE ALARM DEMCE WITH NSUK NNd UCH M, ABOVE PUMP OR AS NOTED Jo- JUNCTION BOX OR OI1TlFf BO% O 110' - INOXATES 11000 NSIML CENCE Aly AUTOMATIC TRrW5F ITTCH INDIG1E5 30CD WSUA ONCE COYMUNIGTKXIS STSNM SINGLE RILE WALL SWITCH, '2'-INOIGIES W '15' - INDICATES IWO VISUAL ONCE 64- 2 POLE SWITCH, 3'-INDIGTES 3 -WAY, 0 � H BLANK - INDICKM 7500 ONCE 4' -INDICATES 4 -WAY, 'PL' -INDICATES SWITCH O SPEAKER OUTLET RECESSED IN CEILING WAIN PILOT LIGHT VT' -INDICATES LOCKING T., rn F COMBIFNTON AUDIBLE NMM ONCE PKO S (UNLESS NOTED OMERWISE . s -INDICATES TYPE SWITCH 'LVA -I WICATES LOW VOLTAGE D � C �u V15UN AIMM UGHT W" MOPE FLOOR, AND SURFACE TYPE. 'C'-INOICA SPEAKER TYPE T -INDICATES TMER SWITCH. NOTES MANUN PULL UAIBN b' ABOVE FLOOR CONCEALED ABOVE CEILING , 'P' -INDICATES 1 �1 '110' - INDICATES IIWO VISUAL ONCE PROM. HORN TWE 'DF -INDICATES DOUBLE _LS PULL BOX 1. ALL WALL i LES, �� rPHONE '30' - INDICATES 3(ICD WSUK PENCE FACE TYPE • PUSHBURON. AS NOTED 1661 0 OUTLETS TO UNI _E - INDIGOES ]SCD ONCE -42)- MICROPHONE OUTLET IN COLING OTHERWISE w AS NOIEDIlARM BELL 80" ABOVE FLOOR OR /',V ~ LEGALLIGHT DINNER,MASTER CONIIHOLLEH 2. ALL WALL �I[�G PV NS V— MICROPHONE OUTLET IN WALL 'F' INDICATES FLUORESCENT DIMMERS TO�SE AB OOR USUAL ALARM LIGHT BO" ABOVE FLOOR, AND '1000• INgCAIES 1000 WATTS BOTTOM UNKKKiii666 EM NDIG MAUA_ TOLL STATION 40' ABOVE FLOOR. '15(10' INTIMATES 1500 WATTS 3. UPPER 045 'D DUPLEX CLOCK CURET IN CBUNG WITH PROGRAM 2000' INDICATES 2000 WAFTS RECEPTACLE CATE D0U�LE DUPLEX OTHERMW. FIRE DETECTOR COMBINATION RATE Q OR OTTER SYSTEM CLOCK AS SPECIFIED RECEPTACLE TWO mix TIF FPSE AND FIXED TEMPERATURE. DC INDICATES DOUBLE FACE CLOCK, MOTOR SPEED CONTROLLER 'ZOO INDICATES 235 DEGREE FIXED TEMPERATURE DIMENSION INDICATES DIAL SIZE 3� SPEEDER$ 3-SPEEDINDICATED OR VARIABLE 4 AN TE INFAIHERPROOCF diEOUIPMENT 'ST - INDICATES DETECTOR TO INITIATE ELEVATOR CLOCK OUTLET IN WALL WITH PROGRAMA C.B. SHUNT -TRIP. Q- OR OTTER SYSTEM CLOCK AS SPEEFlEO MISCf31INEW5 5. METIERS 'COPA' AT RECEPTACLE PENCE O AUTOMATIC DOOR RELEASE CONNECTION 'DF INDICATES DOUBLE FACE CLOCK INDICATE WEATHERPROOF YNHILE IN DIMENSION INDICATES [ML SIZE. W4 S ❑ SOLENOID USE' COVER TYPE Ay SHONE CAMPER CONNECTION lr ABOVE FLOOR OR AS NOTED r\ THERMOSTAT 48' ABOVE Fl.WR. 6. LETTERS 'WPB' AT RECEPTACLE DEDUCE JKA INDICATE HINGED COVER TWE, SMOKE DETECTOR ON COLING: S COMBINATON CLOCK AND SPEAKER WEATHERPROOF WHEN NOT IN USE. ®OLTO= IN COMMON BACK BOX -WITH R FIDAT SWITCH F '0' -INDICATES DUCT DETEGLOR TWE CLOCK AND SPEAKER AS SPECIFIED, 84' 7. ALTERS '%P' AT PENCE OR EQUIPMENT 'ER' INDICATES RELAY FOR O INMY CONTROLS. ABOVE FLOOR OR AS NOTED © PRESSURE SCORCH INDICATES EXPLOSION -PROOF TWE. 'ER' INDICATES OETECfOR TO INIMIE ELEVATOR RECALL. 8. LETTERS T.' AT RECEPTACLE INDICATE PT' INDICATES PROJECTED BEAM TWE TRANSMITTED. VIDEO OWSYSTEM OUTLET, IN WNL AT PHOTOCEIl CONITtOL TWIST-IDCK TWE. 'PR' INDICATES PROTECTED BEAM TWE RECEIVER. 84' ABOVE FLOOR OR AS NOTED © FAN SHIES -DOWN CONNECTION /_[� VIDEO SYSTEM OUTER, IN CBUNG AR HO ELECTRIC HD DRYER AS NOTED. 9. LETTERS VG' AT DACE OR LIGHT FIXTURE �t�-iiv�� INDICATE A WIREGUARD IS TO BE PROVIDED. L^� / REMOTE DETECTOR INDICATOR LIGHT Lr TELLNSION CAMERA OR NOEO TAPE JACK E1 REFERENCED NOTE 10. LETTERS 'RI' AT DEVICE OR EQUIPMENT CONNECTION INDICATE RMM-IN ONLY. /-.\. DUCT SMOKE DETECTOR REMOTE HM INTERCOM MASTER -DESK MOUNTED PAGING ZONE 11. LOWER GSE LETTERS AT SWITCHES AND \l TEST/RESET STATION Q TIME SWITCH FIXTURES INDICATE ASSOCIATED UNITS © SPRINKLER FLOW SWITCH CONNECTION Mo- INTERCOM MASTER, WALL. MOUNTED 54" FOR SCORCHING ABOVE BOOR ON AS NOTED TMGB GROUND BAR AT 80 OR 12. UPPER GSE LETTERS AT FIXTURE GROUND BAR AT 80 OR As INDICATE FIXTURE TWE. O TAMPER-PRDOF SPRINKLER VALVE SWITCH ® INTERCOM REMOTE UNIT -DESK MOUNTED NOTED. 13. NUMBER AT FIXTURE OR OUTLET CONNECTION GBX H q X XVINDICATESS GROUND INDICATES PANEL CIRCUIT NUMBER. FAZ FIRE ALARM ZONE ANNUNCIATOR T�I 14, PLUS K+1 SIGN WITH DIMENSOM AT OVTIET o- INTERCOM REMOTE UMR, WALL MWNTED BAR FANCY INDICATE$ HEIGHT ABOVE FINISHED 54' ABOVE FLOOR DR AS NOTED FAIT FIRE ALARM CANTER PANEL TOR O OCCUPANCY SENSOR, CEILING MOUNTED FLOOR UNE OR HEIGHT ABOVE FINISHED FIRE AMM CONTROL PANEL TELEPHONE S NO E, IN WALL IIS -CA MOVE GRADE, ® '~ WFLALDULRMOUN AS NOTED. AT 54ES �5 OCCUPANCY SENSOR, WALL MOUNTED, 15. LETTERS 'IG' AT RECEPTACLE INDICATE © TELEPHONE STATION 417' ABOVE FLOOR ICOIATED GROUND TWE. COM UTERI OTD OUTiT-IN SF 1'I � 16. LETTERS 'SS' AT RECEPTAIE INDICATE SORE SURGE SUPPRESSION TWE. LIGHTING CONTROL STATION, PAD MOUNTED ON- COMBINAMN TELEPHONE & COMPUTER -0N KEPAD ACCESS CONTROL EM - SPECIAL SYSTEM WIRING TO CENTRAL FLOOR OU OUTLET IN WNL 16' ABOVE EQUIPMENT, PANEL, TERMINAL CABINET e LIGHTING CONTROL STATION. RILE HUNTED V GRD ACCESS READER - PROXIMM OR NEXT DEVICE. �i TELEPHONE OUTLET, IN FLOOR BOX EM EMERGENCY SirSIEM OH HAD HOLE C K VOLUME CONTROL, NUMERAL COMBINATON KEYPAD ACCESS CONTROL C CRITICAL SYSTEM Hy & GRD ACCESS READER L SUFE SAFETY SYSTEM JO JUNCTION BOX I DESIGNATES ASSOCIATED SPEAKERS CARD -LIFE SUPPORT SYSTEM UTILITY TRARSFORNEE, PID MOUNTEDFA -FIRE ALARM -0G GLASS BREAK SENSOR E EMERGENCY EQUIPMENT SYSTEM L CP -MASTER CLOCK AND PROGRAM SECURE DOOR. ELECTRIC LOCKING DEVICE, SYSTEMA O UTILITY TRANSFORMER, RILE MOUNTED D REQUEST TO EXIT CONTACT & DOOR POSITION MC -MASTER CLOCK SYSTEM I -®CONTACT UNLESS NOTED ORHOTMSE IC -INIEHCOM SYSTEM PNOTOCBLL O SECURE WINDOW. ELECTRICAL. STRIKE & TTYVC-T�SION RES MNE CONTROL ® MANHOLE CONTACTS AS SCHEOUIED. NC NURSE CALL SYSTEM UNDERGROUND CONCUR CLOSE CIRCUIT 1F3EN510N CAMERA TA �TEIEPHONEPAGING �fEM-TA.M.TC,ETC. •-0 POLE ADULATED LIGHTING LINT, AS SPECIFIED FIXED MOUNTED. INDICATES TO TERMINAL CABINET BID C�-T OR MOUNTING BOARD TATO.TC. ETC FO BACK MOUNTED UGHTW UNIT, AS SPECIFIED oID `]L' qFL CLOSED PAN, TTILT & ZOOM CONTROL OF -CIRCUIT TO GRWND FAULT CIRC_SW 01-18-13 O EL EQUIPMEIT NT INTERLOCK. Z• TOWER LIGHTING UNIT, AS SPECIFIED y SECURITY MOTW SENSOR, AS INDICTED MT EMPTY CONDUIT DRAWN BY: AAA MB GTE: 2013 BAA R PAPE MGI S. ND. GTE NT RMSX)N OESCPoPIION SHEET NO. OFFICIAL DAMws. ROCKY SHORE STORMWATER PUMP STATION ELECTRICAL APPROVED: XXX JOB NUMBER: 10100241 o T- ® HRGreen.Com CITY OF IOWA CITY E001 GAD CAT. 1/18/2013 1:28:55 PM AwLriI WT iE INCHnTAr. LEGENDS AND GENERAL INFORMATION CAO FILO Q:\10100241\CID\ONa\E\EO01 LEG & GEN INFO.&& HRGreen IOWA CITY. IOWA -- 647 / L- r - I - \ T 250k BANE CU RIS _CONDUCTOR CAST DIRECTLY IN CONCRETE SLAB. DO NOT RUN CONDUIT. BOND TO RDNFORCI' STEEL AND ELECTRIC EQUIPMENT PER Ni i ,1 19 11 /� I \\ -------------- i — 648- 1 \ I � \ i ) • \ COOROINATE LOCATION OF GROUND GRID�, �\ WITH PVC, SEE 2/E301 - \ _ _____��CONDUR PULL PIT (TYR OF 2), SEE ', -1--1--SHEETS E101 AND E301 FOR DETAILS -- CONDUITS WITH PVC SUBDRNN— SEE :M301 METER MD S _ NOTE PAD -MOUNT NINSTALLED AND INS it PROVIDED D TALLLLED f - 1Ery NIIITY, SEE NOTE 6 650 ONE OX _ ''tom OHE --------- _—_ UTILITY TRANSFORMER PAD AA -- __ _—_ ____ - -- _—.--�'r-SPILL COWNNMEW TRENCH, I:OBLE. SEE THFET ----- 6. NOTE 7 AGROUND ROD (IYP), SEE -- - - —NOTE 5 Nk SHEET E302 — \\ 55AA -- EMERGENCY STANDBY GENERATOR WITH ENCLOSURE AND SUB -BASE FUEL TANK ON CONCRETE PAD, SEE _S -SHEETS FOR PAD DETAILS P FIBERGLASS RUNS, PER 45' OR SITE PUN ®SET scut: ,--10• � 01-1- 18-1-1 3 DRAWN BY: JAL JOB DATE: 2013 Bw is ONE inW ON N0. ANTE BY REVISION DESCRIPTION SN N0. MPRDV . sRJ DFTGIN GPAM1n46. =SHOREMWATER PUMP STATION ELEcraICALJOB NUMBER: 101DD241 a I• HRGreen.Com E100 CM DOTE; 1/1B/2013 2:38:14 PM A UIF"NOTNFO,., YSITE PLAN LAD FlLE: 0:\10100241\CAO\Dwga\E\E100.tlwg HRGn3en NOTES: / I 1. LOCATKIN OF FXSTING UNDERGROUND UTIMES ORE APPROXIMATE ONLY. NOT ALL UTILITIES ME NECESSIRILY SHOWN ON DRAWINGS. CONTRACTOR SWLL BE RESPONSIBLE FOR DUNNING LOCATES ON UNDERGROUND UTILITIES AND COORDINATE ElECIRICAL INSTALLATION WITH SUCH. 2. CONTRACTOR SHALL COORDINATE THE INSTALIARON OF THE ELECTRICAL SERWCE WITH THE ELECTRIC URLIEG UTILITY CONTACT: DICK BOCK. MIDNIERIGM ENERGY COMPANY IOWA CITY, IOWA, (319) 341-4468 3. ALL UNDERGROUND CIRCUITS SHALL BE CONSTRUCTED USING DIRECT—BURIED I WIT BO PJC CONDUIT UNLESS NOTED OTHERWISE 4. ALL CONDUITS SHNL BE BURIED A MINIMUM OF 3'-0• BELGW FINISHED ' GRADE/SURFACE. INCREASE DEPOT TO AVOID CONMCT WITH OTHER Ul1UlM. 5. PROVIDE MINIMUM 15 P. LONG GROUND ROM. BOND TOGETHER IWO GROUND NEDVORK USING 250k WE COPPER CONDUCTOR. 6. SEE SHEET EW2 FOR GROUNDING NETWORK MOUND TRANSFORMER. DO NOT BOND TRANSFORMER GROUND NETWORK AND PUMP STARON GROUND NETWORK TOGETHER. 7. LOCATE LUMINNRE AS HIGH ON FLOOD WNL AS POSSIBLE. PROVIDE POWER TO LUMINNRE FROM PMEL ILP2 INSIDE GENERATOR HOUSING USING /12, ]I12N, /12G, 3/4•C. ROUTE CONDUIT DOWN INSIDE FACE OF FLOOD WALL, UNDERGROUND, AND UP THROUGH GENERATOR BASE SLAB UP IWO GENERATOR HOUSING TO LP2. 6. INSTALL UTLRY APPROVED METER SOCKET ON GENERATOR ROOD WNL PER UTIJIY REQUIREMENTS. INSTALL A 1'CONDUR FROM METER SOCKET UNDERGROUND AND UNOMEATH SPILL COWNNMENT TRENCH INTO yi TRANSFORMER SECONDARY COMPARTMENT. UNDERGROUND CONDUIT PORTON SHALL BE PVC CONDUIT. SWEEP AND RISER TO ABOVE GRAPE AT ROOD WALL SHALL. BE GRS CONOUIT CIRCUIT SCHEDULE \ [A] — 2 EMPTY V PVC CONDUITS FOR UTILITY PRIMARY CABLE \ / [B] — 5 SETS: 3-600k. 250M, 3-1/2'C \ / [C] 5 SETS: 3-600k, 250M. 25OKG. 3-1/2'C ( A [0] 2-06. /BG. 1•C I/ [E] - 4-/12. /12G. 1•C IT] 1-MODBUS, 4-/12. 1-SC2, /12G. I -C Nl 1 p 6N i I a SITE PUN ®SET scut: ,--10• � 01-1- 18-1-1 3 DRAWN BY: JAL JOB DATE: 2013 Bw is ONE inW ON N0. ANTE BY REVISION DESCRIPTION SN N0. MPRDV . sRJ DFTGIN GPAM1n46. =SHOREMWATER PUMP STATION ELEcraICALJOB NUMBER: 101DD241 a I• HRGreen.Com E100 CM DOTE; 1/1B/2013 2:38:14 PM A UIF"NOTNFO,., YSITE PLAN LAD FlLE: 0:\10100241\CAO\Dwga\E\E100.tlwg HRGn3en 1 COMMUNICATIONS CONDUIT PLAN SC t 1' - 20' p0 NOTES: I. PROVIDE ONE EMPTY 2'CONDUTI AS SHOWN ON DRAWING. OWNER WILL PROVIDE AND INSTAI FURIRE FIBER OPTIC CABLE. CONDUIT SHAH BE HDPE UNLESS HIRED OTHERWISE. INSTALL LOCATE WIRE AMC PULL TME IN CONDUIT RUN. REFER TO FIBER OPTIC RACEWAY MATERIALS SPECIFICATION ON SHEET E3O2. MINIMUM BURL& DEPTH SHA -1- BE 42'BELDW FINISHED (RUDE/SURFACE. 2. V WFY ROUTING OF CONDUIT TO COORDINATE WTRI OTHER UNDERGROUND UTILITIES. KEY NOTES O A TRANSITION CONDUIT FROM HDPE TO GRS SWEEP AND RISER AT PUMP STATION PER DETNL 3/EM2. SEE SHEET E1O1 FOR CONTINUATION INTO PUMP STATION. B. TRENCH OR DIRECTIONAL BORE CONDUIT THROUGH PUMP STATION YARD AREA AT CONTRACTOR'S OPTION. C. PROAM TYPE III HANDHOLE AT TOE OF MRROAD EMBATIKMENT. SEE SHEET E3O2 FOR TYPE III HANDHOLE DETAILS. D. DIRECTIONAL BORE CONDUIT THROUGH RNUEOAD EMBANKMENT. COORDINATE TIMING OF BORE AND LOCATION OF CONDUIT TO BE NEAR AND PARALLEL WTRI ELECTRIC UTILITY RAILROAD CROSSING CONDUIT(S). SEE SHEET GOO1 FOR CONTACT INFORMATION. E. DIRECTIONAL. BORE CONOUT THROUGH PARKING MFA F. LOCATE AND EXCAVATE AT EXISTING TRAFFIC SIGNAL HARDHOLE. ROUTE CONDUIT UP INTO HANDHOLE. INSTALL BIAiK PLUG IN END OF CONDUIT TO EXCLUDE FOROGN MATERIAL RESTORE DISTURBED AREA WICK TO ORIGINAL. _ IV O BID SEr 01-18-13 i DMWN W. JAL JOB DATE: 2013 BMR is ONE Irvtll ON omcuO xrvs. MPflOVED: SRJ JOB NUMBER: 10100241 0 I' N0. DATE BY REVISION DESCRIPTION mrn o� -r co o ROCKY SHORE STORMWATER PUMP STATION N ' IF NOT ONE Mw. r HRGreen.Com BID SEr 01-18-13 i DMWN W. JAL JOB DATE: 2013 BMR is ONE Irvtll ON omcuO xrvs. MPflOVED: SRJ JOB NUMBER: 10100241 0 I' N0. DATE BY REVISION DESCRIPTION SHEET N0. ROCKY SHORE STORMWATER PUMP STATION ELECTRICAL ' IF NOT ONE Mw. HRGreen.Com CITY OF IOWA CITY E 100A CPD DOTE; 1/18/2013 2:35:13 PM wMUST SGLE PDCDRMNGLY. COMMUNICATIONS SITE PLAN cAn FILE: 0:\loloo2al\cnD\DWSI\E\Elooaa.a HRGreen IOWA CRY, IOWA - -_______________-___-.___-__-_a____________a --------------------------------------------- .. •: �.a .4• 4 .d .°1 ...4 .. a.'• .. .J .•: ,_' ..d '.de.IaP1. IN'MCC' • a' 4,. I CIRCUIT SCHEDULE ____I I [A] - 5 SETS: 3-600¢, 250141. 3-1/2'C. [C] .. I [B] - 5 SETS: 3-600k, 250M. 25%G. 3-1/2'C IW A1S502 MCC1 NBO Cl MC101 MC102 E [C] - 3 SETS: 3-3001, /2/OG. 2-1/2-C I [D] - 8-/14, 14G. 1'CA. N T51• [E] - 2-/6. M1S C CPWI ° M [U] LPl CPO01 CP001 " .. n I -3-;12. JIM,3- 1 MODBUS. 4-/12. 1-SC2, /12G, Jj5 [F] c Lei C Q [G] - 1-1/2'C, EM, 3/4"C 1 ON ROOF D-! n ---I W EF -1 ° GFl II [J] - /12, /12N, JIM 3/4-C [K] - 3-/10. /LOG, 3/4'0 " I [L] - 4-/12, 7126. 1'C �n v MCG1 t3 U FLOOR WATER ` V r__ �-�� 1 © `\ MCI IIT d' I [M] - 2-/12. 2 -JIM. /12G. 3/4-C [N] - 4-SC2, 7116, 3/4-C m a • • � IrSENSOR. AT5502 • ' [p C MCC1 CRO01 I �- Q I LP1 EUH-1M LJ] [P] - 5-/14. /t IG. 3/4-C ism _ .. 4 I [H] [�</qp K! 15f E N] [0] - 5-N2. i12G, a-/14. 1'C .C.X Q 0 [J] 1 [R] - 1 -SCI. 3/C C .�, NEIN 4X [� L____ \�� CP001 LV -1 I e [S] - 2-/12, 7126, 3/4' C IV • I e•d [n - 1 MODBUS, 1-SC2, 3/4-C r A A. .A, pl. i i [Ul - 6-h4. 714G. 3/4'C / IIe UM) mm j j NOTES: I [D] I[ I I I I i{ II A I 1. CONDUITS ENTERING THE ELECTRICAL ROOM ME PURPOSELY NODDED UP EXTERIOR FACE WALS FOR SECONDMY FLOOD OF ELECTRICAL ROOM SHOULD I I \ I / [ I [N] SNS CONDUIT UP D PRO,AOE / I I I I I I I ( I OF STRUCTURE -PROOFING PRIMARY FLOOD PROTECTION FNL C DUR RUNS SI NOT PENETRATE THROUGH THE UWIpIICNT CONDUIT / f� I/ I I [C]. [D] .(I I 'T 11 ROOM WAILS BELOW ELEVATION SHOWN IN DETAIL 6/EM1. / I I I I I E] I I GON(NECTION FATE OPEMIpI / \ I lL A� E1.ECIRIGL / CONDUITS HEAD) :I' [Rl �- J `I 2. EUECTRIGL CONSTRIICIION ABOVE SUB INSIDE PUMP STATION EIECRBCAL ROOM: USE AT EL 661.33 AND ONE SURFACE -RUN RIGID ALUMINUM CONDUIT WITH CAST ALUMINUM BOXES/BODIES: STAINLESS I a 1 STEEL STRUTS/STRAPS/KANGERS/F/SDENERS; AND NEMA 12 RATED ENCLOSURES OR EQUIPMENT UNLESS NOTED OR SPECIFIED OTHERWISE ROUTE COBOUITS '[T FACE OF BRICK WAIL ... ISIL CONSDHUCITOEMBEDDED IN PUNP STATION CONCRETE STRUCTURE: GALVANIZED RIGGIDID STAEEL (PANS] CONDUIT AVD CON RIGIDPROVIDE PVC -COATED RICIZ STEEL DUIT [ Sm NG ' • AT POINT OF NDUIT EMERGENCE SUB. COORDINATE -Fy-y-'i4 '.I' I/mW l INSTI LION OF CONDUITSSECTIONS WWITH CONCRETE PIACEMENT. 4. EUECRiICOL CONSTRUCTION ON BUILDING EXTERIOR: USE SURFACE -RUN RIGID ALUMINUM .I CONDOR WITH CAST ALUMINUM BOXES/BODIES: STAINLESS STEEL I I I •.. eJ--� I .I SIRU15/SIHAPS/HNIGERS/FASTENERS: AND NEMA 4X SST RATED ENCLOSURES OR _______________________________I_�--�.-YI-I-I 'j-'l-y_..I_� _ .'I I •� EQUIPMENT UNLLSS NOTED OR SPECIFIED OTHERWISE. I I I I I I I I 11�I I I A d 5. THE OWNER WILL PROVIDE CONTROL PANEL CP001. SUBMERSIBLE UEK MANSMRTDR LT201, THE LEVEL FU000S, AND ASSOCIATED PROGRAMMING/CONFIGURATION AND STMTUP I I I I I I I I l 4 I I I I I OF THIS EQUIPMENT. UNLESS NOTED OTHETINSE. THE COMRACIOR SHALL PRO`ADE ALL I I I I I I I I I I I OATS J-BOX.-� .] I �\ •A.I NECESSARY HARDWARE AND PERFORM THE TNSDAILATION AND INTERCONNECTION OF THIS I /� MOUNT I I I I I I I I I I I ON WNL, I S� 1/001 EQUIPMENT. I I I I I I I I I I I I I I I I Al B. UGHDNG AND RECEPTACLEHAL CIRCUITS SBE CONSTRUCTED WITH /12 CONOUCTORS IN 3/4'CONDUR. I I I I I I I I I I I I I I 5P101 I.. 4. I i a • KEY NOTES O , I I I I IIII I I I I I I I I I I I I I I I I I I "IA a_ I A OPTXCONTRACTOR SIULL PROVIDE AND INSTAL EMPTY CONDUIT FOR OWN. USE OF FIBER OPTIC CrRLE, EMBED CONDUIT IN CONCRETE STRUCTURE AS SHOWN. USE SHEEP BENDS ONLY. INSTAL SPECIFIED PULL TME. SEE SHEET E302. OWNER WILL PRONOE I I I UP TO J -BOXES I I I I I I( I I 1 I SEE 1/EIO2 la- AND INSANE TIBER OPTIC GBUE. I [A] I I I I I I I I I I d [G]' I B. WALL -NOUN UNE VOLTAGE CM101 TREADDSGT TO CONTROL EXHAUST FAN AND SEE SHEET M101 FOR ON.PROVIDE 120 VAC INTAKEPOWER NN I12G TO THE. IN POWER TO THERMOSTAT E1N04 lPt NA4 /12. i12N. /12C IN 3/4' C. 12.#1 I I I I I I I I I I I I I /� �\ • I'- 1 C. PROVIDE AND INSTALL FLOOR WATER SENSOR MOVSENSING DEVICE AT FLOOR. ROSENSOR ORALE THROUGH CONDUIT U IMO CO CONTROL PANEL MOUNT SENSOR _) ROOM' IN CONTROL PANEL ANO TERMINATE WIRING. REFER TO SPECIFICATION SECTION .]a I I I I I I I I I I I I I 16140 POR SENSOR INFORMATION. I I Fs -p -lm -1 I.• '., aI D. INSTN OCCUPANCY SENSING SYSTEM ROOM CONTROL MODULE AT J -BOX OF ROOM 1 I I �f I I I I\ e 1. •,. J UGHRINGCIRCUIT FEED POINT. REFER TO SPECIFICATION SECTION 16140 RAIN SriTEN / E. OCCUPANCY SENSING S51EM ROOM SENSOR. SUSPEND FROM CEIUNG ON CONDUIT STEM NPM PUNTER OF ROOM TO WORD CUEAR NEW OF ROOM/OCCUPANTS. PRONDE CONDUIT BACK TO NEM ROOM CONTROL MODULE. ROUTE LOW VOLTAGE GAT I I I I I I I I I I To tz SYmcI' I x 5 CABLE THROUGH CONDUIT AND TERMINATE. I I I I I I I I I I I I I I I ' U I �' I I UP ABOVE, SIF E102 ,� F,. ------------- ------�I-� a4-i-�-4 I. F. OCCUPANCY SENSING SYSTEM LOW VOLTAGE SWITCH. MOUNT ON SWRCHBOX AT 4H' R. PROVIDECONDOM BACK TO NEM ROOM CONTROL MODULE ROUTE MW WLTAOGE .. • - I I I I I GT THROCONOUR AND TERNI A I i I I NOTE slzE WIDTH ACCOMODATE TAYWT OF COMMIT.CCOMMIT IT RISER, COORDINATE WITH CONCRETE COA5 -/ASEE h Y Y Y Y Y Y Y Y Y Y1 . DEDAL3/= I I I NAS I, MSION 2, GROUP D HAlM0005 AREA EASTS WITHIN THE WET NEL SPACE AND STORMWATER DISCHANGE 1 14-1--�J111 1 I 4 1-1-41 SEE SHEEP E100A SPACE OF THE STORMWATER PUMP STATION. EUECIRIM I 1 FOR CONTINUATION I CONSTRUCTION I SOCWTED WITH THE WET WELL SH L---- .--__-___J L__-_- ___---J I CONFORM TO N.E.C. 12101 ( GROUND LEVEL PLAN BID SET 01-18-13 DRAWN BY: DW JOB RATE: M13 BAN IS ONE INCH ON MPROVED' SRJ OMCML DRAWINGS. JOB NUMBER: 1D100241 GINANANANIIIIII�,' NO. DATE BY REVISION DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION ELECTRICAL SHEET NO. rt NOD GNC INCH. HRGreen.com OF IOWA CITY E101 CAD RATE; 1/18/2013 1:28:35 PM rerun BcuE xcaRONGAr. PUMP STATION GROUND LEVEL PLAN M RLE: O:\101OO241\CAD\DWQ4\E\E1OI.dW, HRGreen lorY IOWA CITY, IOWA 30A. m L 1 I I I I I 1 MOUNT CABLE I O I ERMINATON J -BOX. I I ON PITAPET WNL I I 1 I I I � TOP OF SIIUUNC r CONTINWTION WELL, SEE 1/L101 1 I J -BOX OYP OF 2) 0101 Q I /4 I [A) [ _ POWER CABLE _ TERMINATION n -------------------------- [A] ------------[A] 1POWEN CABLE ST PUMP 1 I-_ MMUFACTURER (TYP. 2 I i-- PUMPS) SEE 1/E301 FOR I� INSTALLATON DETALS I TO FIXTURE [B] Ir SP102 O I BE OW -CONTROL CARIE BY MMUFALTURER PUMPS) SEE 1/ INSTNIATON OERNn All NOTE: REFER TO DETAIL 1. SHEET E301 MR ADDIVONAL ETECRRVL CONSTRUCTKKI INFORMAnON. PARTIAL PLAN AT EL 667.00/�,� SCALE: CIRCUIT SCHEDULE [A] - 3 SETS: 3-31)Dk, /2/0G, 2-1/2"C [B] - a-414, 1-1/4'c [C] - 3-412. /12c. 3/4'C [0] - /12, f12N. /12G. 3/4-C [E] - 6-/14, 0140. 3/4C Cif - 3-/12. /12G. 6-414. 1- C 0 CD n O D c n -117 J r=gy m m m N F L76TOT, 1. CONDORS ENTERING THE ELECTRICAL ROOM ME PURPOSELY ROUTED UP EXTERIOR FACE OF STRUCTURE WN FOR SECONdWY FLOOD -PROOFING OF ELECTRICAL ROOM SHOULD PRIMMY FLOOD PROTECTION FNL CONDUIT RUNS SH NOT PENETRATE THROUGH THE ELECTRICN ROOM Wu a BELOW EIEVATON 658.4. 2. EIECTRICN CONSTRUCTION MOVE SIAB INSIDE PUMP STATION ELECTRICN ROOM: USE SURFACE -RUN RIGID N.UMINUM CONDUIT WITH GST N.UMINUM BOXES/BODIES; STNNIESS STEEL STRU15/STRAPS/HANGERS/FASTENERS: AND NEMA 12 RATED ENCLOSURES OR EQUIPMENT UNLESS NOTED OR SPECIFIED OTHERWISE. 3. ELECTRICN CONSTRUCTION EMBEDDED IN PUMP STATION CONCRETE STRUCTURE: GNVMIZED RIGID STEEL (GRS) CONDUIT AND FITTINGS. PRONDE PJC -COATED RIGID STEEL CONDUIT SECTIONS AT POINT OF CONDUIT EMERGENCE FROM FLOOR STAB. COORDINATE INSTNIATON OF CONDUITS W CONCRETE PIACEMENT. 4. ELECTRCM. CONSTRUCTION ON BUILDING EXTERIOR: USE SURFACE -RUN RIGID ALUMINUM CONDUIT WITH C/ AWMINUM BOXES/BODIES; STAINLESS STEEL STRUT/STRIPS/HANGERS/FASTENERS: AND NEMA 4X SST RATED ENCLOSURES OR EQUIPMENT UNLESS NOTED OR SPECIFIED OTHERWISE. NOTE: A CV I, DMSION 2, GROUP D WSAADOUS AREA DUSTS WITHIN THE YET WELL SPACE AND STORMWATER DISCHARGE SPACE OF THE STORMWATER PUMP STATION. ELECTRICAL CONSTRUCTON ASSOCIATED WITH TAE WET WELL SHNL CONFORM TO N.E.C. DRAWN BY: JAL JOB DATE: 2013 6+R IS 0 O AMM ON NO. GTE BY REVISION DESCRIPTION OM1 E WilS. =SHOREMWATER PUMP STATION ELECTIticnlAPPROVED: SRJ JOB NUMBER: 10IM241 R I'CARE: 1/18/2013 1:28:48 PM IF NOT OxE INCH, HRGreen.com cAD FILE: 0:\lDloo2at\cAD\DwI6\E\EiOz.dwl HRGreen PUMP STATION UPPER LEVEL PLAN BID SET 01-18-13 I NOTE: A CIMS I, dW510N 2, GROVP D HAIMWUS AREA IXSIS WITHIN THE WET WELL SPACE NTD $TORNWATpR OISCHMGE SPACE OF THE STORMWATER PUMP STATION. EIE0!1lM CONSTRUCTION ASSOCATED WITH THE NET WELL SHALL CONFORM TO N.E.C. WETWELL DETAILS SD ' 1µ'-1'-O' PROMDE PVC COATED RIGID STEEL SWEEP AND SHORT RISER AS REWIRED MIN 6' ABOVE TOP OF SVB NEW 4X SST J -BOX FOR SPLICING XMM CABLES TO SIGNAL CABLE SENSOR CABLE GRS CONDUIT W/ '0 SCH BE PVC FVNCEO PIPE GROUNDING BUSHINGS MWM LX.FIT FU(RIRE STNlC MOUNT I2. MOUNT ON 2' GRS CWWIT d 650.5 i '. ° SUSPEND LEVEL FROM BUND MAST O d 876.0 Y Y NEW 4X SST J -BOX FOR POWEIR RIGID STEEL 3/4' UO1 SST SUPPORT STRUT FASTENED TO CABLE TERMINATION (BOT FL fi69.0) CONWCITlRS/CA8U3 AS FINISHED GRADE. EL 646.553 INSIDE FACE OF WALL SCHEDULED CORE DRILL THRU WALL NEW 0 SST J -BOX FOR CONTROL 5/8'0X20' GROUND RW, TO NET WELL W FOR CONDUIT (TYP) MILE TERMINATION (BOT EL 669.0) ° BOND TO META JC— NOTE: PVC SUBDRMN. ELEV VARIES HARDWARE AND BRM CONOUTD IS MCIRCUIT -SHEERCOORDINATE SEE C, LOCATION SUPPORT STILLING N GROUNDS W/250k WEW -- _ OF CONOUR BANK WITH SUBORNN EVERT 6 FEET. SEE NSTALL PVC CON OUT SLEEVE W 845.53 4/E301. PROVIDE CA3LE SRWN flEVEFS , W/MSHINGS THRU SIM. (3' FOR d 6]0.5 CONDUIT PULLING ELBOW EACH POWER CABLE. 2' FOREACH LEVEL SENSOR FROM UIM TRANSFORMER OR GENERATOR, SEE SIM SEAL -OFF CONTROL CABLE) PROVIDE CIffiE •. " M 067.0 GST IN SLAB PCWER (. CABU3 (. NOTE: COORDINATE CONDUIT INSTH TION WITH CONCRETE PIACEMEMENT, POWER/CONTROL CONDUITS OMROL SEE S -SHEETS. FROM ELECTRICAL ROOM. ROUTE CABLE ACROSS WALL FACE CONDUIT PULL PR DETAIL E 660.0 AT FLOOR SLAB (TYP OF 2 LOCS.) PUMP SUPPLLn Sin 0ER BOR C08E A. SUPPORT. CABLE GRIPS BY CONTRACTOR 2'x1/4' BOR STRAP CONDUIT FROM STILLING WELL PIPE EIEC RM 1/4' CI)2" 1/2' BOLT ACCESS MANHOLE 2'x1/4' BAR STRAP • • 1/2' ANCHOR. 3' . °.','.. '.. .:. • Fso EMBEDMENT DEPTH . EMERG ON EL 618.0 HI NMM EL HT.O WELL NPL. TEL ]/E]C1..: FLOAT 11' 11' OCINATION EG STRUT LEVELS (BY OWNER) AL MATERIALS 304 STAINLESS SSR OW NMN EL B3B.0 T/CONI Ru EL vmEs it STILLING WELL STAND—OFF SUPPORT `t — a}`;� ° SFF PIAN SCµE ,_, /2• _ ,•_0• OAERG OFF EL 83].0 .+, T 639.0 SST PIPE SLEEVE <'• ' #�-. !••{. t>'=': •' T FTG BEYOND SEE DUAL 4/E302 .. ;;v, % Sy ilk;.__ a El 638.50FABRICATED NOTE: OPTIONN_ SST W 4.i'" '�''''^'i' • WIR IN U SUBMERSIBLE LLYEL ,?- y' . � PUWNG IBS :I~y4H" _,o?: l n . TO SUSPEND ND BOT 4' OBOVE T F''F�ti•,, BUT OF STITIWNC WF11 3 GENERATOR FLOOD BOT STILLINGWEIl 5 y i PROTECTION DUAL GENERATOR VERIFY W/ ENGINEER 3 ".4 5 PUWNG 'LB' (TYP) GRS CONDUIT (TVP) 1 I ti •� .. I AS SCHEDULED I Y h fl GRS RISER PERN LOCATION GENERATOR I 250X WE CU POSER. GST .. .. _ s MANUFACTURER DIR eCR�INTO OON�REIE NOTE: A CIMS I, dW510N 2, GROVP D HAIMWUS AREA IXSIS WITHIN THE WET WELL SPACE NTD $TORNWATpR OISCHMGE SPACE OF THE STORMWATER PUMP STATION. EIE0!1lM CONSTRUCTION ASSOCATED WITH THE NET WELL SHALL CONFORM TO N.E.C. WETWELL DETAILS SD ' 1µ'-1'-O' PROMDE PVC COATED RIGID STEEL SWEEP AND SHORT RISER AS REWIRED MIN 6' ABOVE TOP OF SVB NEW 4X SST J -BOX FOR SPLICING XMM CABLES TO SIGNAL CABLE WEEP AND RISER '0 VENT HOLE d♦ S � LEVEL SENSOR STILLING xWELL DETAIL 3 LOOKING NORTH SCALE: NTS o OLai Xn rn P WELL AL USING �) air SECTION —CONDUIT INSTALLATION AT NOTE: COORdRATE CONDUIT INSTAIATKIN WON CONCRETE PLADENEM, SEE S -SHEER. SECTION — CIONDUIT INSTALLATION AT C ELECTRICAL ROOM GENERATOR FLOODWALL V BID SET 5 SGAE 01-18-13 DRAWN BY: GW JOB RATE: 2013 eAa IS ONE INCH ON N0. DATE BY REVISION DESCRIPTION SHEET NO. APPROVED; 6fl DFnaA DMMNGS. ROCKY SHORE STORMWATER PUMP STATION ELECTRICAL JOB NUMBER: 10100241 a I' CAD OATE: 1/18/2013 1:29:17 PM IF NOT DNE NCN. HRGreen.com CITY OF IOWA CITY E301 cAD FlIE X10100241\CM\Dw90\E\E301.dwe P0J05f scME ADCOROI6cLY' HRGreen IOWA CITY, IOWA PUMP STATION SECTION &DETAILS SENSOR CABLE '0 SCH BE PVC FVNCEO PIPE EL 68).0 ���OI'10UIT SEAL -OFF FITTING 3/4' PVC Cow .. RIGID STEEL S SUPPORT STIWNG TO NET WELL W STAINERS STEEL HARDWARE AND BRM SUPPORT STILLING N EVERT 6 FEET. SEE 4/E301. LEVEL SENSOR WEEP AND RISER '0 VENT HOLE d♦ S � LEVEL SENSOR STILLING xWELL DETAIL 3 LOOKING NORTH SCALE: NTS o OLai Xn rn P WELL AL USING �) air SECTION —CONDUIT INSTALLATION AT NOTE: COORdRATE CONDUIT INSTAIATKIN WON CONCRETE PLADENEM, SEE S -SHEER. SECTION — CIONDUIT INSTALLATION AT C ELECTRICAL ROOM GENERATOR FLOODWALL V BID SET 5 SGAE 01-18-13 DRAWN BY: GW JOB RATE: 2013 eAa IS ONE INCH ON N0. DATE BY REVISION DESCRIPTION SHEET NO. APPROVED; 6fl DFnaA DMMNGS. ROCKY SHORE STORMWATER PUMP STATION ELECTRICAL JOB NUMBER: 10100241 a I' CAD OATE: 1/18/2013 1:29:17 PM IF NOT DNE NCN. HRGreen.com CITY OF IOWA CITY E301 cAD FlIE X10100241\CM\Dw90\E\E301.dwe P0J05f scME ADCOROI6cLY' HRGreen IOWA CITY, IOWA PUMP STATION SECTION &DETAILS SENSOR CABLE '0 SCH BE PVC FVNCEO PIPE EL 68).0 ���OI'10UIT SEAL -OFF FITTING WEEP AND RISER '0 VENT HOLE d♦ S � LEVEL SENSOR STILLING xWELL DETAIL 3 LOOKING NORTH SCALE: NTS o OLai Xn rn P WELL AL USING �) air SECTION —CONDUIT INSTALLATION AT NOTE: COORdRATE CONDUIT INSTAIATKIN WON CONCRETE PLADENEM, SEE S -SHEER. SECTION — CIONDUIT INSTALLATION AT C ELECTRICAL ROOM GENERATOR FLOODWALL V BID SET 5 SGAE 01-18-13 DRAWN BY: GW JOB RATE: 2013 eAa IS ONE INCH ON N0. DATE BY REVISION DESCRIPTION SHEET NO. APPROVED; 6fl DFnaA DMMNGS. ROCKY SHORE STORMWATER PUMP STATION ELECTRICAL JOB NUMBER: 10100241 a I' CAD OATE: 1/18/2013 1:29:17 PM IF NOT DNE NCN. HRGreen.com CITY OF IOWA CITY E301 cAD FlIE X10100241\CM\Dw90\E\E301.dwe P0J05f scME ADCOROI6cLY' HRGreen IOWA CITY, IOWA PUMP STATION SECTION &DETAILS • --------------- ---- - ---- - - 1 p I GROUND ROD (TYP) ,'.til.-�,'.•_1�F--1•i•5, ,'-i• 1 _- 6x6-6/6 PAD REINFORCEMENT (2.LAYERS) I'-°• PLAN VIEW u4 RE -RODS TOP 6 BOTTOM °•i - 9'-6' LONG (8 -PLACES) t I GROUND ROD I I 1 1' METERING CWDDIT MY BE REWIRED BARE CU {,—.3•-4•--•I-_t•_5-.�--2•_t• r•—.� ��250k BARE CU RISER t' -D• L CONDUCTOR, BOND TO 8 ' SYSTEM NEUTRAL AND TRANSFORMER CABINET L GROUND (TYP OF 2 RISERS) SECTION 'A -A' 1 ln• CNAN's (REM) TIRE-10005 -S TDP EDGE\ A-I...E[XT . E -I V lF '. RE -ADDS IMEE KM MUM PDLnlT ENE FILM J 6A •-E• UICK MMD EALING SED. ,IID HOCK) 1D• Du. rias-- ll P ACEs) SECTION 'B -B' TRANSFORMER PAD 1 DETAIL SCALE: M5 KIM DAu ram7E. F•c 2 s m Ai r wrs MAA IWIWN4 EIF£L• rm A a1M 1 YFt2fD rtPF Flpl[c IrF[ AOM A ,a MD[l. j 1°x maTM GM6[n aP Ma nt M. INSTALL OWNER-PURNISHED ALUMINUM LABEUNG PUTE COORDINATE SPACING ON LIBEL WITH ENGINEER. ATTACH PUTE TO HANDHOLE COYER WITH CONTRACTOR PROADED STAINLESS STEEL 3/4•, N0. 14. OVAL -HEAD. PHIWPS DIWE SHEET METAL SCREWS EL 6W.OJ:>__— TO CONTROL PANEL 1HROUGH PRE DRILLED HOLES. PLAN VIEW TYPICAL HANDHOLE COVER DETAIL 'UF CONDUIT BODY 2• GRS EMBEDDED IN PUMP STATION STRUCTURE, SEE SHEET E101 FOR 2' GRS CONMIT CONTINUATION. INSTALL NEW GROUNDING BUSBM. COUPLING CONDOR 4GMUND PMATF FROM HAND WALL WTM ��• LT, NUT, FLAT WASHERS PND LOCK SHER. ALL FASTENING HARDWARE ALL BE STAINLESS STEEL. CENTER MEATWEEN POLYME CONCRETE RNISHED GRADEPOLYMER HMDHOLETALL BUNK DUCE PLUG i1YP ALL CTS)TEND HOPE DUCTS INTO HANDHOLE 2• GRS CONDUIT12' (MINIMUM). EXTEND DUCTS ROUGH EXISTING OPENINGS WHERE IABLE ENWtGE OPENINGS AS CESSARY. SAW -CUT NEW OPENINGS ff ERE NECESSIRI'. GO NOT OJEItSIZE ENINGS. ROUTE DUCTS INTO DHOLE THROUGH OPEN BOTTOM IF DOUBLE E -LOC CESSN2Y. TYPICAL FOR NL DUCTSCOUPLING TERING HANDHOLETALL GEOTORILE WOVEN FABRIC. 2• HOPE CONDUIT TEND GEOT a 1Y (MINIMUM)TSIDE PERIMETER OF HAIIDHOIE. F.O. CONDUIT RZER Or Z AT PUMP STATI(WANULAR GRAVEL BASE EXTEND FILL SCALE: NTSOtMIDE PERIMETER OF HANDHOLE NIMUM). SMOOTH WASHED GRAVEL � n TO GERM OF 6' (MINIMUM).OUND ROD, BOND TO (ROUND BAR �� J SECTION ELEVATION WITH 16 STRMDEU COPPER �{f TYPICAL HANDHOLE DETAIL r = m O� co 0 2 TYPE III HANDHOLE NESP 4X SST J -BOX m FON SPLICING OF FLOAT CABLES 10 CONDUCTORS. SCIlE 3/4' - V• 0' LOCATE ON BRICK WALL AT I 18' MOVE SLAB O/Z CONEY TYPE CSB SEL BUSHING FIBEROPTIC RACEWAY SYSTEM MATERIALS SPECIFICATION FDR FLOAT CABLES EL 850.5 HANDHQI r, BOX - 30W x 481 x MF DEEP, POLYMER CONCRETE, CRAY COLOR, OPEN BOTTOM. ANSI TIER 22 CONXJR/CIRCUIT RUN RATED, WITH 4' MOUSE HOLE ON TWO SIDES. HUBBELL/WMITE - PGPO"13836, ON EQUIVALENT BACK TO CPOOI NEMASIS. OR APPROVED EQUAL. Y CONDUIT SELENE BUSHING RIFIOUGH COVER - UBB v 4BL POLYMER CONCRETE, GRAY COLOR, NE%B W,Y, TWO-PIECE, M51 TIER 15 SLAB W/ END BUSHING RATED. HUBBELL/OUAZITE - PC304BHSW, OR EQUNALEM NEWBMIS, OR APPROVED EOUAI_ F.G. FLOAT PROVIDED AND CUVEH BOLTS TT 2 PER PANEL. 3/8" STAINLESS 51EFL OR AMRO TYPE WITH WISHER. SRBR PRONGED IND • n HUBBEWOUAZITE - BW32. ON EW NALEM NEWBMIS, ON PPPROVED EQUAL. INSTALLED BY OWNER - iI C GTFYTIG R W<< I� INONEII38GEOTEXIILE - POLYPROPYLENE RESIN TIBER MATERIAL, GEOSYNMElICS - CEOTE% fi 8 .0 200SN `A. 20051, OR APPROVED EOWL F.G. 3al•-0. 315 ME PIPE Will OPEN ENDS, FASTEN M WNL WITH GROUNDING, 316 SST PIPE STRAPS/HMDWME, LOG1E DIRECTLY BELOW MMHOLE A GROUND BM - 1/4' x 1" x 9". COPPER, 5 1/4 -20 TAPPED HOLES. WITH INSULATORS AND PMHEAD TOR% SCREWS. HARKER - RGBH1419MOT. GROUND ROD - 5/8' X 10'. COPPER CUD MEL GROUND ROD, UL LABELED. HMGER - 5810UPC. OR APPROVED EOUAL RACEIMAY MRu: DUCT - 2" HDPE (HIGH DENSITY POLYETIIYLENE) DUCT, SOR 11, SMOOTH INTERIOR AND EXTERIOR WALLS. ORANGE COtM, CONTROLLED OUTSIDE DYJJETER. ENDOi, MNCO. CARLON, WRA LINE. OR APPROVED EQUAL MECHANICAL HDPE COUPLINGS - T DOUBLE E -LOC COUPLING FOR HDPE -TO -HDPE CONNECTIONS, OR , TRMSIIION COUPLINGS FOR TYPE SDR 11 WCT. ETCO - DEL -237. PULL TAPE - MULETAPE. POLYESTER. FOOTAGE MARKINGS, 1250 POUND SIRENGM RATING. REPfCO - FLOAT CABLE SLEEVE INSTALLATION DETAIL AP1250P, OR APPROVED EQUAL 4 LOOKING NORTH D1CI PLUGS - EXPMOMIE. BLANK, ELASTOMERIC CASKET, WITH ROPE LOOP, FOR 2" HDPE. SUR 11. JACK MOON - JACKZOD236U. SCALE: NTS LOCAM/IHACER WIRE - COPPER CONDUCTOR, 45 MIL MICK HOPE JACKET, 12 AWG (OR 10 AWG) SOLID COPPER CONDUCTOR, DESIGNED FOR DIRECT BURY, ORANGE IN COLOR. PRO -PM INDUSTRIES - PRO -TRACE 7410/06.. OR APPROVED EQUAL BID SET 011-18-13 DRAWN Br: OR JOB WOE: M13 6AR rs WE Ixcn ox afTlcuL DRAvnxcs. APPRKNEO: SRJ NUMBER: 10IM241DF I• N0. DATE BY RENSION DEscmPnON ROCKY SHORE STORMWATER PUMP STATION ELECTRICAL SHEET NO, .LOB HRGreen.com CRY OF IOWA CITY E302 I [ xoT .Irvcx GAO DATE: 1/18/2013 1:28:34 PM I. ADJUST MILE ACCORDINGLY. PUMPSTATION SECTIONS &DETAILS CAD RILE: 0:\101Do241\CAD\Dr9M\E\E302.ew9 HRGreen IOWA CITY, IOWA U m 1RANSiDIDLEB 13(10 XMA 480/2T 3 PH, aW. SO HZ GSTANDBY BENUUTtNt 1250 KW 480/212V. 34, 4W. SO Hz zsosc UN MAYBOND NEUTRAL MEIFAING 3P ) 2000A TO GROUND N O (� Orri4 3 O ■ MCC1 l7� J 2000& 95.OB0 400 DC7 r- rn a m I z 3 4 s e 7 e a Io 11 � 1 � co D N -r- .T E\ 3P ) 604 3P )BOOK N \ )IOOCA 2P ) 70A 2P ) 70A JP ) lm DP )154 3P ) 23A > Gi N L146. T. �zo/z4av, 25 WA EYNRt B] MAN AVIOMARc TRANSFER SWITCH CIRCUM BREAKER 42 p�OLE (SPACE) LICHRNC PANEL LPl 120/N8V. 3/. 100A 30 SPACE N O (� Orri4 3 O ■ l7� J DC7 r- rn a m � 1 � co D N -r- NOTES: NOTES: s TE UNIT HEATER 1. MEIERINC INSTRUMENT T ANSFDIiMERS (CTs k PTs) WILL BE M'SS Rv55 50401 EUHI �DED AND INSTALLED IN UI PID -MOUNT 1 SFORMER BY U . CONI SHALE PRONOE AND INSTALL N. 3G DR 2 APPROMED METER SOCKET WHERE SHOWN ON THE PANS. .� MLm ME PRDADE AND INSTALL METER, SME O,WE O ® 2P 100A 20A IN OR RECEPTACLES /'� FXIEi60R RECEPTACLES INTERIOR UGHRNC UPPER MEA EXTERIOR LIGHT [C]. [D] CONI PANEL CP001 PUMP STA ERIE 10ft WALL LOW CIRCUIT/CONDUIT SCHEDULE EXHAUST FAN EF -1 SPME SPAS S o SPME [A] - 3 SETS: 3-600k Z5UN. 3-1/2'C. [B] - 5 SETS: 3-5006, 25 !l, 2 . 3-1/2ro [C] - 2 SER 3-1006. I3/00.3-1/2% CMLE MfN CABLE GENERATOR QKLDLP2 1101 /2 PANEL 3UPI 00 [D] - 12-J14. 1-1/aro ma 500 LI O PANEL lM 120/2a 20 li. E [El - 2 -IH. HD. 3/4ro (In TEN. Mm.) toa. zo SPACE [E] - 3-012. #IN, 3/4-C STOR1/ wATER SPORN WATER [G] - 6-012. #In. 3/4-C RUMP PUMP [N] - 3-010, 0106. 3^-C S-01 SP102 1 ONE—LINE DL4GRAM BID SET 01-18-13 I BI BY: JAL JOB M1E 2013 Bw s ONE iNGH aN No. DATE BY REWSXN OQCPoMIN jCrTY KY SHORE STORMWATER PUMP STATION 0.ECTRICAL sHEn N0 GiHCIII BAAWNGS. APPROaED: SW JD8 "OR: 10/00241 G I" E50 1 CAD DATE: 1 18/2013 1:29:03 PM w NOT ONE I HRGn�n.com OF IOWACITY 4GRAM .M EILE: \I0IODz41\CAD\Dw96\E\E501.d.a HRGreen CITY. IOWA i �F Lr( VALVES/PIPING EQUIPMENT 4 NO INC \� REGUTATOR (� IxI ►t GATE VALVE S DIAPHRAGM b BALL VALVE P DIQ H GLOBE VALVE DIFFERENTIAL PRESSURE TRANSMITTER ®0 DO PROBE NEEDLE VALVE TEMPERATURE TRANSMITTER ISI PRESSURE TRANSMITTER BUTTERFLY VALVE FLOOD SWITCH OS (n DIAPHRAGM VALVE FLOW SWITCH O FLOW ELEMENT PLUG VALVE TURBTIY LEVEL METER (HIGH) rJQ W QUICK OPENING VALVE PH ANALYZER �J CHLORINE ANALYZER ANGLE VALVE CONDUCTTVRY ANALYZER LEI �J 3 -WAY VALVE G 4 -WAY VALVE GLASS, VIEWING DEVICE l III SLIDE GATE VALVE HHAND N CHECK VALVE 101 I BALL CHECK VALVE K K J pQ H KNIFE GATE VALVE K PRESSURE RELIEF VALVE TIME RATE OF CHANGE CONTROL STATION PINCH VALVE L LEVEL • AIR RELIEF VALVE LOW M FLEXIBLE COUPLING MOMENTARY STRAINER N USER'S CHOICE REDUCER USER'S CHOICE III 0 ORIFICE ORIFICE RESTRICTION FLANGE CONNECTION P ,Lp lel HYDRANT �F Lr( ACTUATORS 4 DIAPHRAGM 4 SELF CONTAINED W/POSITIONER \� REGUTATOR (� PRESSURE 4 TBALANCED MOTOR S DIAPHRAGM �F Lr( PRESSUREBALANC SOLEN010DIAPHRAGMT W/POSITIONER W/POSITIONER ELECTROMAGNETIC FLOW METER y R REUEF 1 r� PNEUMATIC READOUT OR PASSIVE FUNCTION S SOLENOID '-I(� T CYLINDER P OPERATED PNEUMATIC 1� (EXTERNAL TAP • 1 REGULATOR 8 L DRAWN BY: APPROVED: CAD DATE: CAD FILE: ® ELECTRIC/HYDRAULIC PROCESS EQUIPMENT BLOWER/COMPRESSOR BELT CONVEYOR 0 SCREW CONVEYOR VERTICAL TURBINE PUMP CENTRIFUGAL PUMP SUBMERSIBLE PUMP u CHEMICAL FEED PUMP CARTRIDGE FILTER PROCESS INSTRUMENTS T HANDWHEEL CYLINDER SUCCEEDING -LETTERS W/POSITIONER C3 ELECTROMAGNETIC FLOW METER y R REUEF 1 r� PNEUMATIC READOUT OR PASSIVE FUNCTION q POSITIONER MODIFIER ACTUATOR Q 1� (EXTERNAL TAP • 1 REGULATOR 8 L DRAWN BY: APPROVED: CAD DATE: CAD FILE: ® ELECTRIC/HYDRAULIC PROCESS EQUIPMENT BLOWER/COMPRESSOR BELT CONVEYOR 0 SCREW CONVEYOR VERTICAL TURBINE PUMP CENTRIFUGAL PUMP SUBMERSIBLE PUMP u CHEMICAL FEED PUMP CARTRIDGE FILTER PROCESS INSTRUMENTS B SUBMERSIBLE LEVEL DETECTOR SUCCEEDING -LETTERS ULTRA -SONIC LEVEL DETECTOR C3 ELECTROMAGNETIC FLOW METER MEASURED OR INITIATING VARIABLE INSERTABLE ELECTROMAGNETIC FLOW METER READOUT OR PASSIVE FUNCTION OUTPUT FUNCTION MODIFIER PRESSURE GAUGE Q FLOAT (LEVEL) Q SAMPLING PORT FDPJ DIFFERENTIAL PRESSURE TRANSMITTER ®0 DO PROBE ❑T TEMPERATURE TRANSMITTER © PRESSURE TRANSMITTER FL FLOOD SWITCH OS DOOR SWITCH SUBOUNIQUE LOOP IDENTIFIER MAJORR PROCESS AREA/LOCATION IDEMIFlER � FLOW SWITCH O FLOW ELEMENT ❑TM TURBTIY LEVEL METER (HIGH) In] TURBIIY LEVEL METER (LOW) PH PH ANALYZER CL CHLORINE ANALYZER CCOI CONDUCTTVRY ANALYZER LEI CAUBRATION COLUMN ISA TABLE 1 - IDENTIFICATION LETTERS LINE LEGEND —A—A—A— COMPRESSED AR —ALP NR (LOW PRESSURE) PROCESS CONTROL CONNECTION PROPOSED PRIMARY PROCESS FLOW PROPOSED SECONDARY PROCESS FLOW - - — ETHERNET NETWORK --------------- DEVICENET NETWORK LOCAL SERIAL COMMUNICATION --- -_--_ OTHER AS NOTED -`- CONTROLS WIRING MISCELLANEOUS SYMBOLS SHEER / IC-_ PRIMARY PROCESS CONTINUATION FIRST -LETTER SL SUCCEEDING -LETTERS M FLOW DIRECTION 70 MEASURED OR INITIATING VARIABLE MODIFIER READOUT OR PASSIVE FUNCTION OUTPUT FUNCTION MODIFIER A ANALYSIS PRE -ASSEMBLED PACKAGED PROCESS - THIS SIDE ALARM FIELD INSTALLED PROCESS EQUIPMENT - THIS SIDE 0 B BURNER COMBUSTION PROVIDED BY R/0 PROCESS SUPPLIER. USER'S CHOICE USER'S CHOICE USER'S CHOICE C USER'S CHOICE ELECTRICALLY CONTROL SUBOUNIQUE LOOP IDENTIFIER MAJORR PROCESS AREA/LOCATION IDEMIFlER � D USER'S CHOICE DIFFERENTIAL SUITEE GATE E E VOLTAGE SENSOR PRIMARY ELEMENT) F FLOW RATE RADIO FRACDON G USER'S CHOICE GLASS, VIEWING DEVICE HHAND HIGH I CURRENT ELECTRICAL INDICATE J POWER SCAN K TIME TIME SCHEDULE TIME RATE OF CHANGE CONTROL STATION L LEVEL LIGHT LOW M USER'S CHOICE MOMENTARY MIDDLE, INTERMEDATE N USER'S CHOICE USER'S CHOICE USER'S CHOICE USER'S CHOICE 0 OPERATING, ON ORIFICE RESTRICTION P PRESSURE, VACUUM POINT EST CONNECTION 0 QUANTITY INTEGRATE TOTALIZE R RADIATION RECORD S SPEED. FREQUENCY SAFETY I SWITCH T TEMPERATURE TRANSMIT U MULTNARIABLE MULTIFUNCTION MULTIFUNCTION MULTIFUNCTION V VIBRATION, MECHANICAL ANALYSIS VALVE DAMPER LOUVER W WEIGHT FORCE WELL X UNCLASSIFIED X NOS UNCVSSIFIED UNCLASSIFIED UNCLASSIFIED Y EVENT, STATE OR PRESENCE Y AXIS RELAY, COMPUTE. CONVERT Z POSITION DIMENSION Z AXIS DRIVER, ACTUATOR, UNCIISSIFIED FINAL CONTROL ELEMENT LINE LEGEND —A—A—A— COMPRESSED AR —ALP NR (LOW PRESSURE) PROCESS CONTROL CONNECTION PROPOSED PRIMARY PROCESS FLOW PROPOSED SECONDARY PROCESS FLOW - - — ETHERNET NETWORK --------------- DEVICENET NETWORK LOCAL SERIAL COMMUNICATION --- -_--_ OTHER AS NOTED -`- CONTROLS WIRING MISCELLANEOUS SYMBOLS SHEER / IC-_ PRIMARY PROCESS CONTINUATION JOB MM' 2013 TNx Is ONE INCH ON NO. MTE BY REVISION DESCRIPTION OfTICIRL IXtAMNR. JOB NUMBER: 10100241 o P HRGreen.aom n\ PM IF NOT ONE ORD( xglr. H rn.lun scNE AccoRDlRGreen AD\Owga\IC\ICOOLtlwg INSTRUMENT CLOSED DESGNATNR EMMRLE_ SL EXISTING/SECONDARY PROCESS CONTINUATION M FLOW DIRECTION 70 EQUIPMENT TAG 0 VALVE TAG FI rPACKAGED PROCESS TERMINATION POINT • INDICATES ROW IN GPM PRE -ASSEMBLED PACKAGED PROCESS - THIS SIDE BUTTERFLY FIELD INSTALLED PROCESS EQUIPMENT - THIS SIDE 0 PROCESS EQUIPMENT COMPONENT r PROVIDED BY R/0 PROCESS SUPPLIER. INSTALLED IN FIELD BY CONTRACTOR JOB MM' 2013 TNx Is ONE INCH ON NO. MTE BY REVISION DESCRIPTION OfTICIRL IXtAMNR. JOB NUMBER: 10100241 o P HRGreen.aom n\ PM IF NOT ONE ORD( xglr. H rn.lun scNE AccoRDlRGreen AD\Owga\IC\ICOOLtlwg INSTRUMENT CLOSED DESGNATNR EMMRLE_ SL POSITION UNIT SWITCH DEVICE M • FIELD -MOUNTED 70 INDICATES CLOSED POSITION GPM • FLOW INDICATOR DEVICE FI • MOUNTED ON FRONT OF CONTROL PANEL ]0 • INDICATES ROW IN GPM • PRESSURE SWITCH DEVICE JO • MOUNTED BEHIND FRONT OF CONTROL PANEL • INDICATES HIGH PRESSURE S AUTO • HAND SNITCH DEVICE • MOUNTED ON FROM OF AN ALTERNATE (I.E. MCC, ]0 INSTRUMENT, OR AUXILIARY) PANEL • INDICATES SWITCH IN THE AUTO POSITION READ • EVENT RELAY/O PUT DEVICE ri • MOUNTED BEHIND ALTERNATE (I.E. MCC, TD INSTRUMENT, OR AUXILIARY) PANEL • INDICATES EQUIPMENT REQUIRED TO RUN TYPICAL CONTROL VALVES N.O. N.C. M M n. -"i -n ELECTRICALLY - I OPERATED m BUTTERFLY 0 IDENTIFIER ,ER )> a B### ## M TT ELECTRICALLY SUBOUNIQUE LOOP IDENTIFIER MAJORR PROCESS AREA/LOCATION IDEMIFlER � OPD HRC IDENTFIM; - ISA STANDARD IDENTIFIER I SUITEE GATE E COMROL PANEL I/O SCHEOUI£ IDENTIFIER (SID) PLC 1 0 SCHEDULES DI - DISCRETE INPUT SID DI 00 A AO DC DO - DISCRETE OUTPUT A S 1 0 0 0 A- ANALOG INPUT B 0 0 1 0 0 AD - ANALOG OUTPUT C 4 0 0 0 0 DC = DIGITALLY COMMUNICATED D 2 0 0 0 0 CONTiOL PANEL I/O LOCATION E 2 0 1 0 0 1- PUMP STATION CONTROL PANEL CPOOI 0 0 0 0 8 6 1 0 0 0 0 EXAMPLE TAI) - CONTROL PANEL I/O SCHEDULE •A•; CONTROL PANEL 1/0 LDCKFON •1• ROCKY SHORE STORMWATER PUMP STATION INSTRUMENTATION k CONTROL CRY OF IOWA CITY LEGEND IOWA CITY, IOWA III BID SET 01-18-13 0 W n. -"i -n --4c-j - r r m 0 FDIINSTRIIMFMCD 0 IDENTIFIER ,ER )> a r- TT SUBOUNIQUE LOOP IDENTIFIER MAJORR PROCESS AREA/LOCATION IDEMIFlER � EQUIPMENT - INSTRUMENTS HRC IDENTFIM; - ISA STANDARD IDENTIFIER COMROL PANEL I/O SCHEOUI£ IDENTIFIER (SID) PLC 1 0 SCHEDULES DI - DISCRETE INPUT SID DI 00 A AO DC DO - DISCRETE OUTPUT A S 1 0 0 0 A- ANALOG INPUT B 0 0 1 0 0 AD - ANALOG OUTPUT C 4 0 0 0 0 DC = DIGITALLY COMMUNICATED D 2 0 0 0 0 CONTiOL PANEL I/O LOCATION E 2 0 1 0 0 1- PUMP STATION CONTROL PANEL CPOOI 0 0 0 0 8 6 1 0 0 0 0 EXAMPLE TAI) - CONTROL PANEL I/O SCHEDULE •A•; CONTROL PANEL 1/0 LDCKFON •1• ROCKY SHORE STORMWATER PUMP STATION INSTRUMENTATION k CONTROL CRY OF IOWA CITY LEGEND IOWA CITY, IOWA III BID SET 01-18-13 [01] ENERG [AI] KW [Al] NEO° H riIFILTFAULT DO ALARM 10 ON SH [01]OPENEDJO ALARM [BI] 10 TO S LT w 0.05ED EYIERG 0 101 � w b 0 10 MWUAL RM SCREEN MEIfl SG101 CJ O O wEr D rri WELL NG [01]Lb n � _ oPENEo r -b n SL aoscD ET2o1 Gm a, �'�}''� I E sPIDI sP1Ds w �7C CO N r 0 D mm STORM GRA Y RAW CHANNEL � GGLL£CIIm SYSTEM sews < m PROCESS FLOW DIAGRAM [F1] OYERSPEEO 501 OVERCRWK sb SL —1 LOW OIL PRESSURE NOTE: HIGH ENGINE THE OWNER WILL PROJIDE CONTROL PAN¢ CPG01, SUBMERSIBLE [C1] SO TEMPERATURE [G1] LEVEL TRANSMITTER LT201, THE EEVEE FLOATS, MID ASSOCIATED RRUP INENCOMRACIORSTA EPRONOE NORMAL 5 S HS IN AUTO (iiN UUNLLEE S NONTEO OTHHERMSEE,, SIAL. Al POSITION 0 1 S0 NECESSARY HAR MARE AND PERFORM THE Ni h--NTION AND VLBATTERYINTERCONNEClON OF THIS EQUIPMENT, EMERGENCY POSITION 0 501 CHARGER FML NORMAL SOURCE [E'] LT FUEL NEM¢ OS — GENERATOR RUNNING AVAIABIE 501 EMERGENCY — Low fU¢ 501 EMERGENCY STOP SOURCE AVAUBIE 501 TANK 501 EEAH 1N¢ AUTONARC TRANSFER •(• GENERATOR FLOOR WATER SWITCH EG501 SENSOR ATS5502 2 GENERATOR DIAGRAM 3 FLOOR WATER SENSOR DIAGRAM BID SET 01-18-13 DNAwn tR: xxz ,KLM PATE; tots Bw+ Is ME INCH ON DRAMNcs.APPROVED: No. oArE er RensloN DESCPoPTION CKY SHORE STORMWATER PUMP STATION NoOFTIGIA xxx 101002!1CAD INSTRUMENTATION k CONTROLSHEET UOB NUMBER: IF WT ME Imo. HRGTeen.com Y OF IOWA CITY r IC002 OATS: 1/1B/2015 1:2&20 PM HRGRBen A CRY, IOWA PROCESS FLOW DIAGRAM CAD FTI£: 0: 10100241\G0\�\K:\ICOOz� A B s F Ti tea . I : Vl I a I CLOSE I ACTWTOR W ,X I POWER _ I I I I C OSED I ) C 1 OPEN/CLOSE SLIDE GATE (TYP OF 2) $CNE: NTS CpPR0L PAXFI CP001 (BY OWNER) I �lIEL1 I NORMAL POSITION L x I cy EMOSMON P - INRpN r I I I IEUIY SAPS RI) i (TV) I I SHMURJOWN XION NMN mm NNaI (LSN-301) souR�F I (PLc-p) i I NNM PUMP COMMON LOW NMN � (M -M1) D � o I I W m N I _ —r- ^- EAIER(XNCY (PLC -p) XNY1 IEVEL I I � (151H-301) EMERGENCY PUMP I I �— __ CONTROL LOGICc I LOW LEVEL /) WET WELL EMERGENCY FLOATS scuE:Nrs _ CONTROL PANEL CP01 (BY OWNER) NANO OPP AUTO I 3 120 VAC POWER I PUMP LC REWD I (PW) 00% I -- START/STOP I REDUCED IRON EMER (x I VOLTAGE SOFT BOATS coM I STARTER LWIc (BY MEN) ------------ I RUNMNG IN AUTO FIFc IQU ROOM �Mlt EMERGENCY STOP I I ro GF?ERATdt _ _ CONITKNS �wntE• caNR20l PpYFl CPO01 I (BY OWNER) I I I YO�OBIK.--(—_—_—__ (XNWNImROLmS WIM I NWBUS I G I I T_________ -__PUM I h20rrJ —T—_—_ YWaF 3 STORM WATER PUMP (TYP OF 2) SONE: NIS 4 DppMM SY. JAL Opg qAM . 2013 8W IS ONE INGI ON W. MTE BY REVISION DFSCRIPfWN p onrcu0 E 114 N O MPRWED: SRJ JOB NUMBER: 10IM241 o t' can gATE: 1/18/2013 1:28:HRGreen.Com 36 PM can ERE: 0:�1o1W241\cin\oWGsVc\IC0O3.aWG ""� " 0R0wP HRGreen N SHORE STORMWATER PUMP STATION OF IOWA CITY CITY. IOWA ( PLG-p)~� i NORMAL POSITION 120 VAC POWER I cy EMOSMON P - I I 6'NFI I SHMURJOWN TANK souR�F I (PLc-p) i I i PUMP COMMON a ZZm� (PIX -D0 scALE: Nrs D � o PUMP FAULT W m N (PLC -p) I I PUMP I GENERATOR SMWT MONROR a CONTROL CONT uooulE i y� 4 NMP RUNMNO�__ (PLc-p) T -I NIIO TRANSFER swrtcX NUF 'S_t WELY611 r GENmlPDR RUN I N L Y 3 STORM WATER PUMP (TYP OF 2) SONE: NIS 4 DppMM SY. JAL Opg qAM . 2013 8W IS ONE INGI ON W. MTE BY REVISION DFSCRIPfWN p onrcu0 E 114 N O MPRWED: SRJ JOB NUMBER: 10IM241 o t' can gATE: 1/18/2013 1:28:HRGreen.Com 36 PM can ERE: 0:�1o1W241\cin\oWGsVc\IC0O3.aWG ""� " 0R0wP HRGreen N SHORE STORMWATER PUMP STATION OF IOWA CITY CITY. IOWA ( PLG-p)~� __ _ 13 J _� _"' I NORMAL POSITION I cy EMOSMON P I IV NORSE I souR�F (PLc-p) i �„ 4 GENERATOR CONTROL rri;o a ZZm� scALE: Nrs D � o V N r BID SET 01-18-13 INSTRUMENTATION & CONTROL SNEET W. FUNCTIONAL CONTROL DIAGRAMS 1C003 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 ROCKY SHORE STORMWATER PUMP STATION IOWA CITY, IOWA CONTRACTOR'S BID DATE: PLACE FOR CONTRACTORS TO SUBMIT BIDS: TO ALL PLANHOLDERS: Tuesday, February 11, 2014 @ 2:30 PM City of Iowa City City Clerk's Office 410 E. Washington Street Iowa City, Iowa 52240 ADDENDUM NO.1 December 13. 2013 The following changes, clarifications, additions, and/or deletions are hereby made a pmt of the contract documents for the above -referenced project, as fully and completely asAthe s0ie were fully set forth therein: c SPECIFICATIONS c1 -C om = 1. Refer to COVER PAGE: rn Q a. Replace Cover Page with updated cover page attached. y.oCO 2. Refer to ADVERTISEMENT FOR BIDS — 00105: a. Replace Section in its entirety with Advertisement for Bids — 00105 Addendum #1 attached. 3. Refer to NOTICE OF PUBLIC HEARING — 00106: a. Replace Section in its entirety with Notice of Public Hearing — 00106 Addendum #1 attached. 4. Refer to FORM OF PROPOSAL — 00412: a. Replace Section in its entirety with Form of Proposal — 00412 Addendum #1 attached. 5. Refer to FORM OF AGREEMENT — 00500: a. Replace Section in its entirety with Form of Agreement —00500Addendum #1 attached. 6. Refer to NOTICE TO PROCEED — 00670: a. Replace Section in its entirety with Notice to Proceed — 00670 Addendum #1 attached. 7. Refer to CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS: Replace Section in its entirety with City of Iowa City Supplementary Conditions Addendum #1 attached. DECEMBER 13, 2013 ADN1 - 1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 8. Refer to CDBG Required Contract Provisions: a. Add "CDBG Special Conditions— Supplement for all CDBG Contracts and Agreements' at the end of (after page 142) the "Required Contract Provisions -Appendix 2. 9. CRANDIC Railroad Coordination Requirements: a. Add the CRANDIC Railroad Coordination Requirements, attached. 10. Davis -Bacon Wage Rate Determination: a. Add the Davis -Bacon Water Rate Determination, attached. 11. Permits: a. Add the attached Permits for reference. All bidders shall acknowledge receipt and acceptance of Addendum No. 1 by signing in the space provided on the Bid Form. Bids submitted without Addendum No. 1 being acknowledged will be considered non-responsive. HR Green, Inc. 8710 EARHART LANE P.O. BOX 9009 CEDAR RAPIDS, IOWA 52409-9009 PHONE: (319) 841-4000 N O_ PLANS o :JEn "' m 1. The following sheets have been revised and re -issued as o4 -5i adudendW personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. plan part �r Date:�iVJ3 -=icy G000 G007 C102 C303 :<m _J0 = m G003 G008 C103 C304 0� hO 0 G004 D100 C104 C305 �� o w G005 C100 C301 S003 z License No. 17948 G006 C101 C302 17948 fn All bidders shall acknowledge receipt and acceptance of Addendum No. 1 by signing in the space provided on the Bid Form. Bids submitted without Addendum No. 1 being acknowledged will be considered non-responsive. HR Green, Inc. 8710 EARHART LANE P.O. BOX 9009 CEDAR RAPIDS, IOWA 52409-9009 PHONE: (319) 841-4000 END OF ADDENDUM #1 DECEMBER 13,2013 ADN1-2 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. Q�OfESS104e ! �r Date:�iVJ3 A hO TERESA H. TERESA H. STADELMANN, P.E. w STADELMANN z License No. 17948 17948 fn My renewal date is December 31, 2013 Pages or sheets covered by this seal: U SOW P s; ADDENDUM#1 END OF ADDENDUM #1 DECEMBER 13,2013 ADN1-2 Specification No. PROJECT MANUAL FOR ROCKY SHORE STORMWATER PUMP STATION IOWA CITY, IOWA CDBG CONTRACT NUMBER 08 -DRI -273 2013 0 E5 V o rn n -G — � � n r*t CO C) OWNERSHIP OF DOCUMENT This document, and the ideas and designs incorporated herein, as an instrument of professional service, is the property of HR Green, Inc. and is not to be used, in whole or in part, for any other project without the written authorization of HR Green, Inc. HR Green, Inc.. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 ADVERTISEMENT FOR BIDS — ADDENDUM #1 ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 PM local time on February 11, 2014. 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 PM on February 18, 2014, or at a special meeting called for that purpose. The Rocky Shore Stormwater Pump Station 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). The Project will involve the following: Flood protection measures along the Iowa River c near Rocky Shore Drive, including construction of 'n a stormwater pump station, flood walls, flood gate, 0-:4 A embankment capping, storm sewers, water main, n..E _ �.. paving, and recreational trail. --qn All work is to be done in strict compliance with the _ Grn a plans and specifications prepared by HR Green, Inc., 3 8710 Earhart Lane S.W., Cedar Rapids, IA 52404, 0 which have heretofore been approved by the City Council, and are on file for public examination in the o Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is ADVERTISEMENT FOR BIDS 00105-1 ADDENDUM #1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 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) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: December 31, 2014 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of HR Green, Inc., 8710 Earhart Lane S.W., Cedar Rapids, IA 52404, by bona fide bidders. A pre-bid conference will be held at 2:00 PM on January 28, 2014 in the Emma J. Harvat Hall in City Hall, 410 E. Washington Street in said city. Attendance at the pre-bid conference is encouraged but not required. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242- 4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. ADVERTISEMENT FOR BIDS 00105-2 ADDENDUM #1 0 o M �� ao D 0 00105-2 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ti n=� n r = M m Cl 0 ADVERTISEMENT FOR BIDS 00105-3 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 NOTICE OF PUBLIC HEARING —ADDENDUM #1 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ROCKY SHORE STORMWATER PUMP STATION 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 Rocky Shore Stormwater Pump Station Project in said city at 7:00 PM on January 7, 2014, 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 Rocky Shore Stormwater Pump Station Project is funded by Community Development Block o Grant (CDBG) funds received through the Iowa p w Economic Development Authority (IEDA). The ::En C legislation providing the disaster recovery funding is b —a C-) the Consolidated Security, Disaster Assistance, and n Continuing Appropriations Act of 2009 (Pub. L. 110- —rte rn 329). Said plans, specifications, form of contract and r 1 o: estimated cost are now on file in the office of the - co City Clerk in the City Hall in Iowa City, Iowa, and o 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 NOTICE OF PUBLIC HEARING 00106- 1 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 FORM OF PROPOSAL - ADDENDUM #1 ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. A SEPARATE UNBOUND COPY IS PROVIDED. Name of Bidder Address of Bidder TO: City of Iowa City, Iowa Attn: City Clerk o 410 East Washington Street ( c Iowa City, IA 52240-1826 n— � C11-< _ The undersigned bidder submits herewith bid security in aHounir of $ in accordance with the terms set forth in the Project nu= M x The undersigned bidder, having examined and determined the scop of the Con ct Documents, hereby proposes to provide the required labor, services, materials ancrSquipment 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. Bidder will complete the Work in accordance with the Contract Documents for the following prices: ITEM ITEM I UNIT NO. DESCRIPTION UNIT QUANTITY PRICE TOTAL GENERAL 1 TRAFFIC CONTROL LS 1 2 GENERAL CONDITIONS 1 LS 1 EARTHWORK 3 TOPSOIL, ON-SITE CY 520 4 TOPSOIL, OFF-SITE CY 346 5 SUBGRADE PREPARATION SY 927 6 SUBGRADE TREATMENT SY 444 7 SUBBASE, MODIFIED, 6 IN SY 1371 8 REMOVAL OF STRUCTURE, HEADWALL EA 1 9 REMOVAL OF STRUCTURE, PIPE APRON EA 4 FORM OF PROPOSAL 00412-1 ADDENDUM #1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 10 REMOVAL OF KNOWN PIPE CULVERT, RCP, 60 INCH LF 55 11 REMOVAL OF KNOWN PIPES AND CONDUITS, ABANDONED WATER MAIN, 6 INCH LF 40 12 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 12 INCH LF 63 13 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 16 INCH LF 103 14 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 24 INCH LF 88 15 REMOVAL OF HYDRANT ASSEMBLY EA 1 16 COMPACTION TESTING LS 1 17 EXCAVATION AND DISPOSAL OF EXISTING FILL - CLASS 13 CY 4791 18 CLASS A CRUSHED STONE IN PLACE CY 1456 19 ROCK EXCAVATION CY 100 20 EMBANKMENT SOILS IN PLACE CY 1304 TRENCH AND TRENCHLESS CONSTRUCTION 21 SEWER PIPE SUPPORT OVER EXISTING UTILITY EA 1 22 NS STORM SEWER, TRENCHED, CLASS III RCP, 15 LF INCH, GASKETED 8 23 STORM SEWER, TRENCHED, CLASS III RCP, 18 INCH, GASKETED LF 196 — o 24 STORM SEWER, TRENCHED, CLASS III RCP, 24 INCH, GASKETED LF 214 As2 25 STORM SEWER, TRENCHED, CLASS III RCP, 36 INCH, GASKETED LF 40 c? -C "►n v 26 STORM SEWER, TRENCHED, CLASS III RCP, 84 INCH, GASKETED LF 20 O= _ 27 REMOVAL OF STORM SEWER, VARIOUS, 36 INCH DIA. AND SMALLER LF 48 28 BOX CULVERT, TRENCHED, SINGLE CELL 12 FT X 5 FT PRECAST LF 29 29 PRECAST SLOPED END SECTION FOR 12 FT X 5 FT BOX CULVERT EA 1 30 SAFETY GRATE FOR BOX CULVERT, RF -29 TYPE 3, MODIFIED LS 1 31 GENERATOR ENCLOSURE FLOOR DRAIN AND STORM CONNECTION LS 1 32SUBDRAIN, TYPE 2,6 INCH LF 174 33 SUB DRAIN CLEANOUT, TYPE A-1 EA 2 34 SUBDRAIN OUTLET, 6 INCH EA 1 WATEft MAINS AND AP,PQ ENANC ;„ 35 WATER MAIN, TRENCHED, DIP, 12 INCH . LF 90 36 WATER MAIN, TRENCHED, DIP, 16 INCH LF 103 37 WATER MAIN, TRENCHED, DIP, 24 INCH LF 147 38 FITTINGS, WATER MAIN, MJ X MJ, DUCTILE IRON LB 6594 39 BUTTERFLY VALVE 12 IN. MJ, DUCTILE IRON EA 4 40 HYDRANT ASSEMBLY EA 1 FORM OF PROPOSAL 00412-2 ADDENDUM #1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 41 1 VALVE BOX EXTENSION EA 2 STRUCTURES FOR SANITARY AND STORM SEWERS 42 MANHOLE, TYPE SW -401, 48 INCH DIAMETER EA 1 43 INTAKE, TYPE SW -502 EA 2 44 INTAKE, TYPE SW -505 EA 2 45 INTAKE, TYPE SW -512,24 INCH DIAMETER EA 1 46 INTAKE, TYPE SW -513, 3.5 FT X 3.5 FT EA 1 47 REMOVE INTAKE EA 2 STREETS AND RELATED WORK 48 PAVEMENT, PCC, 8 INCH SY 852 49 REMOVAL OF SIDEWALK SY 134 50 REMOVAL OF SHARED USE PATH SY 297 51 REMOVAL OF DRIVEWAY SY 626 52 SHARED USE PATH, PCC, 6 INCH SY 296 53 SPECIAL SUBGRADE TREATMENT FOR SHARED USE PATHS SY 415 54 SIDEWALK, PCC, 5 INCH SY 144 55 DETECTABLE WARNING SF 40 56 DRIVEWAY, PAVED, PCC, TYPE A, 7 INCH SY 33 57 DRIVEWAY, PAVED, PCC, TYPE A, 8 INCH SY 47 58 DRIVEWAY, GRANULAR SY 410 59 PAVEMENT REMOVAL, PCC SY 304 SITE WORK AND LANDSCAPING 60 HYDRAULIC SEEDING, FERTILIZING AND MULCHING, SUDAS TYPE 1 AC 1 0 O Z.- 61 SWPPP PREPARATION LS 1 _ 62 SWPPP MANAGEMENT LS 1 ..� 63 SWPPP QUALIFYING RAINFALL EVENT INSPECTION EA 10 ,fin r r 64 TEMPORARY RECP, TYPE 2.D SY 990 —_ 65 RIP RAP, CLASS E REVETMENT TON 84 7C ap 66 SILT FENCE LF 750 D _ 67 SILT FENCE, REMOVAL OF SEDIMENT LF 750 c 68 SILT FENCE, REMOVAL OF DEVICE LF 750 69 STABILIZED CONSTRUCTION ENTRANCE SY 167 70 INLET PROTECTION DEVICE, SURFACE- APPLIED EA 6 71 INLET PROTECTION DEVICE, MAINTENANCE EA 6 72 CHAIN LINK FENCE, 8 FT LF 135 73 GATE, CHAIN LINK, 8 FT HEIGHT, 24 FT WIDTH EA 1 74 BOLLARD EA 11 PROCESS 75 SWING FLOOD GATE LS 1 76 LOCKOUT EQUIPMENT FOR RILEY BOX SLIDE GATES LS 1 77 SUBMERSIBLE STORMWATER PUMPS (2 TOTAL LS 1 78 MANUALSCREEN EA 1 79 SLIDE GATE 12X6; 2 TOTAL EA 2 80 PUMP STATION HATCHES AND VENTS LS 1 I3 OI'llN]a�:TeWel-Y_L 00412-3 ADDENDUM #1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 STRUCTURAL 81 FLOOD WALL H -PILES LF 306 82 FLOOD WALL SHEET PILE SF 4769 83 FLOOD DOOR EA 2 84 FLOOD WALL CONCRETE CY 241 85 PRECAST ARCHITECTURAL CONCRETE LS 1 86 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE SLAB ON GRADE CY 510 87 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE WALLS CY 684 88 PUMP STATION CONCRETE ELEVATED SLABS CY 198 89 PUMP STATION AND GENERATOR ENCLOSURE CONCRETE FILL CY 20 90 FLOOD GATE CONCRETE DRILLED PIERS CY 143 91 PUMP STATION TRANSFORMER PAD CY 7 92 PUMP STATION BRICK LS 1 93 PUMP STATION GRATING, STAIRS, RAILS, OTHER MISC METALS LS 1 ML ECTRICAL 94 EMERGENCY STANDBY GENERATOR SYSTEM LS 1 95 ELECTRICAL DISTRIBUTION EQUIPMENT LS 1 96 REDUCED VOLTAGE SOLID STATE SOFT- START MOTOR CONTROLLERS LS 1 97 ELECTRICAL CONSTRUCTION LS 1 98 ELECTRICAL ROOM HEATING AND VENTILATION LS 1 BASE BID PRICE (SUMMATION OF BID ITEMS 1-97) BID ALTERNATE 1 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL STRUCTURAL 99 CGENERATOR ENCLOSURE ARCHITECTURAL ONCRETE ENHANCEMENTS LS 1 BID ALTERNATE 1 TOTAL N 0 O gn 10" w FR D� _Co 0 FORM OF PROPOSAL 00412-4 ADDENDUM #1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 The basis of contract award, if awarded, will be the lowest responsive, responsible bidder of the base bid plus any or all add alternates that are determined to be in the best interest of the Owner. The Owner reserves the right to reject any and all bids. 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: C) o rri c -s -G — •� Cid 3 p1 ^:rte 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: Federal Tax I.D. No.: FORM OF PROPOSAL 00412-5 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 FORM OF AGREEMENT — ADDENDUM #1 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 20_, for Rocky Shore Stormwater Puma Station ('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: 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. Addenda Numbers b. Plans; C. Specifications; d. Advertisement for Bids; e. Instructions to Bidders; f. Note to Bidders; g. Form of Proposal and Bid Documents; h. Performance and Payment Bond; L General Conditions; j. Supplementary Conditions; k. Contract Compliance Program (Anti -Discrimination Requirements); and I. This Instrument (Form of Agreement). 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. FORM OF AGREEMENT 00500-1 ADDENDUM #1 N 0 _O W Q n� r m o� CO FORM OF AGREEMENT 00500-1 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): N O 4. Payments are to be made to the Contractor in accordance with th&gpplt ynentah Conditions. Z>=4 � f n--% — 5. The Contractor shall adhere and follow all the requirements ford in Community Developments Block Grant guidelines outlined in tU de�1 Law Standards Provisions, CDBG Required Contract Language, and t DQg Spe® Provisions. D DATED this day of , 20_ CITY ATTEST: Mayor City Clerk CONTRACTOR ATTEST: (Title) (Company Official) Approved By: City Attorney's Office FORM OF AGREEMENT 00500-2 ADDENDUM #1 HR Green, Inc. Project No. 10100241 TO: DATE: Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 NOTICE TO PROCEED — ADDENDUM #1 Rocky Shore Stormwater Pump Station Iowa City, Iowa City of Iowa City 410 East Washington Street Iowa City, Iowa 52240-1826 You are hereby notified to commence WORK in accordance with the Agreement dated , 20_, on or after The date of completion of all WORK is December 31, 2014. Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: this the day of NOTICE TO PROCEED r� 00670-1 ADDENDUM #1 N �i _o O C) :<�-rn �a M CO You are hereby notified to commence WORK in accordance with the Agreement dated , 20_, on or after The date of completion of all WORK is December 31, 2014. Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: this the day of NOTICE TO PROCEED r� 00670-1 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 CITY OF IOWA CITY - ADDENDUM #1 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement the City of Iowa City General Conditions of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. SC -1.01.A DEFINED TERMS 31. OWNER's Professional Consultant—HR Green, Inc., will act as OWNER's Professional Consultant. _o 52. ENGINEER - HR Green, Inc., an Iowa corporation, located at 8710 EarhartZane S9 Cedar Rapids, IA 52404 J*E2 � SC -2.02 COPIES OF DOCUMENTS�rn A M A. After Notice of Award, CONTRACTOR may obtain, at no charge, maximurrre (comm and half-size sets of the Drawings listed in the project manual and five (5) sets of the ect M9hual. 1. Additional copies of the Project Manual and half-size Drawings may be obtZed 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. 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. Half-size Drawings: Furnished at OWNER's reproduction cost plus handling charges. SC -2.03 COMMENCE 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. SUPPLEMENTARY CONDITIONS 1 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 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 December 14, 2012 prepared by Terracon Consultants, entitled: Rocky Shore Pump Station, Rocky Shore Drive North of CRANDIC Railroad, Iowa City, Iowa. 2. Report dated January 4, 2012 prepared by Terracon Consultants, entitled: Rocky Shore Pump Station & Flood Control Structures, Rocky Shore Drive and U. S. Highway 6, Iowa City, Iowa. Copies of these reports and drawings that are not included with Bidding Documents may be examined at office of HR Green, Inc., 8710 Earhart Lane SW Cedar Rapids, IA 52404 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 Qnsultant in the preparation of Drawings and Specifications. co CD C2 SC -5.01 BONDS AND INSURANCE a.=.rn r Delete paragraph 5.01.A. of the General Conditions in its entirety and ingge fellbwinin its place: M A. CONTRACTOR shall furnish performance and payment Bonds, each Qift�mmnt atl at equal to the Contract Price as security for the faithful performance 3rnd payment of all CONTRACTOR's obligations underthe Contract Documents. These Bonds shall remain in effect at least until two years after the date when final payment becomes due, except as provided otherwise by 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: 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 SUPPLEMENTARY CONDITIONS 2 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 b. Products --Completed Operations Aggregate $2,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 e. Property Damage liability insurance will provide Explosion, Collapse and Underground coverages where applicable. f. Excess or Umbrella Liability: General Aggregate Each Occurrence $4,000,000 $4,000,000 g. City of Iowa City shall be named as an Additional Insured for ongoing and completed work using ISO form CG2010 1185 or a combination of ISO forms, CG2010 07 04 and CG2037 07 04 (or using substitute forms that provide equivalent coverages). h. The Comprehensive General Liability policy shall contain the Contractual Liability Railroads GC 24 17 endorsement (or equivalent) and name CRANDIC as an additional insured. 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, identifiEMn the policy and in the Certificate of Insurance, must, under the policy, be available to pay damage;prwhi(Whe insured CONTRACTOR becomes liable, or for which the insured assumes liability under thezgftmn0nagre nt herein contained, and such coverage amount shall not be subject to reduction my virtLkfof investigation or defense costs incurred by CONTRACTOR's insurer. a -C 4c") z r The entire amount of CONTRACTOR's liability insurance policy coverage lirrm-61;allJeo pay#"by CONTRACTOR's insurer, with no deductible to be paid by, or self-insured retenti® be"%t6 �to, CONTRACTOR unless this requirement is waived by OWNER. CONTRACTOR's t�atfff Insawnce must set forth the nature and amount of any such deductible or self-insured retentio SUPPLEMENTARY CONDITIONS 3 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 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. 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 polices 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 OWNERS'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 underthis Contract, or terminate this Contract, and withhold payment for Work performed on the Contract. In the event that any of the policies or insurance coverage identified on CONTRACTOR's Certificate of Insurance are cancelled or modified, then OWNER may, in its discretion either suspend CONlS&CTOR's operations or activities under this Contract or terminate this Contract and withholdCpavme*jfor Work performed on the Contract. A� M Delete section 5.04.C. of the General Conditions in its entirety. M SUPPLEMENTARY CONDITIONS 4 ADDENDUM #1 HR Green, Inc. Project No. 10100241 SC -5.06 PROPERTY INSURANCE Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 Delete paragraphs 5.06.A. and 5.06.8. of the General Conditions in their entirety and insert the following in their place: A. OWNER will purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof, subject to such deductible amounts provided in the Supplementary Conditions or required by Laws and Regulations. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Professional Consultant, and any other individuals or entities identified 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 enforcement of Laws and Regulations, water damage, and such other perils or causes of loss; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. include $1,000,000 for materials and equipment stored at the Site or at anothWocation that was agreed to in writing by OWNER prior to being incorporated in the Werk, pro2led that such materials and equipment have been included in an Application for Pay m� coghended by OWNER; ft n n-< . 0� 5. allow for partial utilization of the Work by OWNER; M 6. include testing and startup; and Or" � v 7. be maintained in effect until final payment is made. D ro B. OWNER will purchase and maintain such boiler and machinery insurance which 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. SUPPLEMENTARY CONDITIONS 5 ADDENDUM #1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 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 SUPERINTENCENCE Add the following to Paragraph 6.01 of the General Conditions: C. Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Engineer the phone number and/or paging service of this individual. 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 Su ontractor, Supplier or other individual or entity, and the Contract Price will be adjusted by the differencEe the cost occasioned by such replacement, and an appropriated Change Order will be issued or Brittenendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or otherindividEdae whetn initially or as a replacement, shall constitute a waiver of any right of OWNER to reject dEfg a ork. -� r SC -6.08 PERMITS �ra rn _rn = Add the following to paragraph 6.08 of the General Conditions: o= aD Q Tt .. a B. The Contractor shall obtain all necessary federal, state, and local permits regZKO for any dewatering and storm water discharges necessary during construction. The Contractor shall also provide all monitoring and test reporting relating to the discharges. C. Obtain and pay for all local building or construction permits and licenses except no fee will be charged by City of Iowa City for permits required by the city. Permit for building shall be obtained from the City of Iowa City Housing and Inspection Services Department. Licensed subcontractors will need to apply for and obtain their own specialty permits from Iowa City but no fees are required. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. Approved set of plans, including plan review comments, needs to be kept on the job site and be available to the building inspectors. D. Pay all governmental charges and inspection fees necessary for prosecution of Work, which are applicable at time of opening of Bids. Pay all charges of utility service companies for connections to Work. OWNER will pay all charges of such companies for capital costs related thereto. E. Give all notices and comply with all laws, ordinances, building and construction codes, rules, and regulations applicable to Work. If CONTRACTOR observes that Specifications or Drawings are at variance therewith, give OWNER prompt written notice thereof, and any necessary changes shall be adjusted by appropriate Modification. SUPPLEMENTARY CONDITIONS 6 ADDENDUM #1 ys HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 F. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such laws, ordinances, rules, and regulations, and without such notice to OWNER, CONTRACTOR shall bear all costs arising therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that Specifications and Drawings are in accordance with such laws, ordinances, rules, and regulations. G. OWNER will take primary responsibility in applying and paying for permits listed below. CONTRACTOR shall provide input as required and comply with any special conditions required by permitting authority. 1. Iowa Department of Natural Resouces wastewater construction permit. 2. City of Iowa City flood plain development and grading permit. 3. Corps of Engineers Section 404 permit. 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 §gragraph 9.02.6.3. O SC -10.03 AMOUNT OF RETAINAGE ny n Add the following to paragraph 10.03 of the General Conditions: qn r {tr*f 3a B. The Owner shall retain from each monthly payment 5% of the amount is Sterm to be due according to the recommendation of Engineer. The retainage shall co u e d 9nd payment of claims for materials furnished and labor performed on the project Tnd will be held and disposed of by the Owner as provided in Chapters 26 and 573 of the latest edition of thertRwa Code, including revisions. SC -12.03.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 Contract Times, plus any extensions authorized in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding 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 the 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. SUPPLEMENTARY CONDITIONS 7 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 END OF SUPPLEMENTARY CONDITIONS p wa :*n � a.., c, o� :3c rn N SUPPLEMENTARY CONDITIONS 8 ADDENDUM #1 CDBG SPECIAL CONDITIONS 0 Supplement for all CDBG Contracts and Aereeme!* D C-) The City is referred to as "contractor and recipient" below and Consultant as "subcontractor and3ii5eciMnV' ri'ty and Consultant agree to abide by the following provisions, as ap lin cable: —4(1) rn :<m a a 1) Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (337p". 101 et , as amended. y I. Contracts and subgrants of amounts in excess of $100,000 shall comply with all applicable standaads, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency (EPA). Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. 2) Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333) Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2,500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than 1 1/2 times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market;' contracts for transportation or transmission of intelligence. '= co ri Y 3) Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) a All contracts and subgrants in excess of $2,000 for construction or repair awarded by rec p �r+f s and sub;'!*ents shall comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874), as supplemented.:cepa-rent of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public jji _ Financed in Tole or in Part by Loans or Grants from the United States"). The Act provides that each contractor-tsksubfpipient shall be prohibited from inducing, by any means, any person employed in the construction, complRRton, orxapair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient all 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 supplementediby 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 wage!Lto laborrss 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 rj*ll 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 $fall report all suspected or reported violations to HUD. 5) Debarmoiit and Suspension (E.O.s 12549 and 12689) No contract shall be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension," as set forth at 24 CFR part 24. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 6) Drug -Free Workplace Requirements The Drug -Free Workplace Act of 1988 (42 U.S.C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug-free workplaces. Each potential recipient must. certify that it will comply with drug-free workplace requirements in accordance with the Act and with HUD's rules at 24 CFR part 24, subpart F. 7) Equal Employment Opportunity Contractor shall comply with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." During the performance of the contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the municipality setting forth the provisions of the non-discrimination clause. b. The CeNractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state thafall quaMed applicants will receive consideration for employment without regard to race, color, religion, lox or fl@[iorait in. c.�e CocnntrW 4'1 send to each labor union or representative of workers with which he has a collective ,�rgaiR'ti_gt e�tent or other contract or understanding, a notice, to be provided by the properly Owner, %dvisirgilte union of workers' representative of the Contractor's commitments under this section and shall ukost cj& dMWotice in conspicuous places available to employees and applicants for employment. en O d. The Cf1ractor 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 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 part and the Contractor may be declared ineligible for further Government contracts or Federally funded constructed contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. g. The Contractor will include the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the property owner may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that, in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United %tes to enter into such litigation to protect the interest of the United States. o O O T In addition to the federal EEO requirements above, Contractor agrees that its emplanggents Still not discriminate against any person in employment or public accommodation because of >eliguvn, cpmcreed, gender identity, sex, national origin, sexual orientation, mental or physical disabiliiRawrit�sta or age. "Employment" shall include but not be limited to hiring, accepting, registering, classif3ring01W or ring to employment. 'Public accommodation" shall include but not be limited to providing s*vices1C!yilities, privileges and advantages to the public. a cD 8) Lobbying and Influencing Federal Employees ro i. No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. ii. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities," in accordance with its instructions. 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 %h failure." 9) Nonsegregated Facilities pp The federally -assisted construction contractor certifies that she or he does not maintain or provide, fox his eQ6yees, any segregated facilities at any of his establishments and that she or he does not permit his employee o peau their services at any location, under his control, where segregated facilities are maintained. The-feder2ly-aassisted C: O CDBG SC - 3 0 N 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 t employment -And other economic opportunities generated by HUD assistance or HUD -assisted projects overed 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. , T4e parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Ghon 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under 'rib conti*Ruat or other impediment that would prevent them from complying with the part 135 regulations. c. The conKctor 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 fording that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. CI) Nonco ance HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract defa ®=a arment or suspension from future HUD assisted contr W J} J `- rar&Rtb5 EW l� ~ Q U$ CD CDBG SC - 4 P N acts. g. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 11) Women and Minority Owned Business Enterprises Contractor shall use its best efforts to afford minority and women -owned business enterprises (at least fifty-one (51) percent owned and controlled by minority group members or women) the maximum practicaboopportunity to participate in the performance of this Agreement. 12) Federal Labor Provisions y lffln Applicability =-tom J a The Project or Program to which the construction work covered by this contract pertai�:�EeiAssis y the United States of America and the following Federal Labor Standards Provisions are FI R17edq* this tract pursuant to the provisions applicable to such Federal assistance. 7' — N A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and 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; andr� (2) The classification is utilized in the area by the construction industry; and of (3) The proposed wage rate, including any bona fide fringe benefits, rates contained in the wage determination. CDBG SC - 5 bears a reasonable I, ationBlnp to _qlvage -iU ,1 A D� v iZZ 'L'N JJ ti N (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 datemunatio_n. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and'so advice HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is Mgcessary. (Approved by the Office of Management and Budget under OMB Control Number 1t"140.),c ryy (d� �ie wV6 ra(ir luding fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(b) or (c) of this Ldragrapl�shall be paid to all workers performing work in the classification under this contract from the first day mr 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 4 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 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. (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 att4e site of the work. Such records shall contain the name, address, and social security number of each such worker, his or kr correct classification, hourly rates of wages paid (including rates of contributions or costs ated&r bg ide fringe benefits or cash equivalents thereof of the types described in Section l(b)(2)(B) of tiirHavis-hwonai ► daily and weekly number of hours worked, deductions made and actual wages paid. VU&ver I% Sc r� of Labor has found under 29 CFR 5.5 (a)(1)(N) that the wages of any laborer or mechanic include thermnoNt any costs reasonably anticipated in providing benefits under a plan or program described in _ — >- CJ LL W HQ c c�3 e CDBG SC - 6 N Section l(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 submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by ks contractor or subcontractor or his or her agent who pays or supervises the payment of the persons em6eyed uWpr the contract and shall certify the following: n (1) That the payroll for the payroll period contains the information required to be mairofljz 11 uar 29 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) emplo3—w tb�ontr wring the payroll period has been paid the full weekly wages earned, without rebate, either dire in&ectl , that no deductions have been made either directly or indirectly from the full wages eame3?-other ZAn permissible deductions as set forth in 29 CFR Part 3; N (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.(iLhvailable 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 R job. " Tfi the contractor or subcontractor fails to submit the required records or to make them available,, -HUD gc its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action a� &y be necessary to cause the suspension of any further payment, advance, or guarantee of funds. FurthermoF-ZL ilureOo submitthe required records upon request or to make such records available may be grounds for debar rd: acmur pur u�t to 29 CFR 5.12. o V o R 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 fust 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 iri 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 Apprentic.Armp Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws 4proval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at lessn 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 Tr4ming 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 hinge 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 Employriif tand Tr i g Administration withdraws approval of a training program, the contractor will no longer be permit�d to ze trainees at less than the applicable predetermined rate for the work performed until an Q0tableZ6ro4Gs approved. ial eniPAM ent opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part bE�tnity with the equal employment opportunity requirements of Executive Order 11246, as l,,aitdALCER Part 30. S.'Lomp;tce wak Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 why$ 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 CDBGSC-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. (i) Certification of Eligibility. By entering into this contract the contractor certifies that nei* it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm 4eli ibl be 33m}�j'ded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12 oim be avFJded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. n---„�+++ J (ii) No part of this contract shall be subcontracted to any person or firm ineligible for of a Gov�ent contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awtr Hi con or participate in HUD programs pursuant to 24 CFR Part 24. ap (iii) The penalty for making false statements is prescribed in the U.S. Criminal Cr e, 18 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 48Dhours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and ort --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 c6e set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible thereforelshall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United Stases (in the case of work done under contract for the District of Columbia or a territory, to such District or to uch territory), for liquidated damages. Such liquidated damages shall be computed with respect to g4ch in ivrdual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth Risubparagraph (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. CDBG SC - 9 (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. Healdrand Safety. The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds $100,000. (1) No (Worer 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 standardstpromulgated 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 andfailure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards.Act, 40 USC 3701 et seg. CM (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 RigWrovisions Q Awwnplica&, tl contractor agrees to comply with: b. I at 42 U.S.C. § 2000d, prohibits racial discrimination by recipients of federal funds as n in the United States shall, on the ground of race, color, or national origin, be excluded from )e denied the benefits of, or be subjected to discrimination under any program or activity financial assistance. 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. CDBG SC - 10 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 from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with CDBG funds. d. Americans with Disabilities Act of 1990 as amended The Americans with Disabilities Act of 1990, as amended, prohibits private employers, state and local governments, employment agencies and labor unions from discriminating against qualified individuals with disabilities in job application procedures, hiring, firing, advancement, compensation, job training, and other terms,. conditions, and privileges of employment. The ADA covers employers with 15 or more employees, including state and local governments. e. Section 504 of the 1973 Rehabilitation Act The Subcontractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794), which prohibits discrimination against the individuals with disabilities or handicaps in any Federally assisted program. The Contractor shall provide the Subcontractor with any guidelines necessary for compliance with that portion of the regulations in force during the term of this Agreement. f. Age Discrimination Act of 1975 This prohibits discrimination on the basis of age in programs or activities receiving Federal financial assistance. g. Executive Order 11063 This Executive Order signed by President Kennedy "prohibits discrimination in the sale, leasing, rental, or other disposition of properties and facilities owned or operated by the federal government or provided with federal funds." 15) Prevailing Wage — See insert if applicable. CDBG SC - 11 Ir W J C� m Co. v N HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 101000241 Iowa City, Iowa CRANDIC RAILROAD COORDINATION REQUIREMENTS A. CRANDIC shall be notified not less than twenty four (24) hours prior to the start of any activities conducted within the right of way. B. All activities performed within the right of way shall be done in accordance with instructions, if any, of CRANDIC personnel and in such a manner as is satisfactory to CRANDIC. C. If necessary for the safe completion of any activities within the right of way, as determined in CRANDIC's sole discretion, a CRANDIC flag person shall be present. The Contractor shall be responsible for all costs associated with flagging. Expected cost for a flag person will not exceed $600.00 per day if such activities are performed during normal work week hours. D. The Contractor shall keep the safe and free of debris at all times. E. The Contractor shall not create any drainage conditions that may be adverse to CRANDIC. If necessary the Contractor shall restore original drainage facilities as soon as work will permit. F. Upon completion of activities within the right of way, the contractor will be required to conduct a walkthrough of the premises with CRANDIC Management. In the event that CRANDIC is not satisfied that the Contractor has returned the premises to an acceptable condition, CRANDIC reserves the right to arrange for such work to be performed at the cost of the Contractor. City of Iowa City CCR -1 Rocky Shore Stormwater Pump Station a, 0 O w C� —11c')V r— s M n� j� c w City of Iowa City CCR -1 Rocky Shore Stormwater Pump Station CITY OF IOWA CITY ROCKY SHORE STORMWATER PUMP STATION HRG PROJECT NO. 10100241 CDBG CONTRACT NUMBER 08 -DRI -273 DAVIS-BACON WAGE RATES WILL BE IN EFFECT FOR THE PROJECT. SEE ATTACHED. GENERAL DECISION NUMBER AND/OR AGE DETERMINATION SUBJECT TO CHANGE UP UNTIL 10 DAYS PRIOR TO BID LETTING N O i` M njQ D -f A "• iTI 4 m` �rn rn w General Decision Number: IA130001,66/07/2013 IA1. Superseded General Decision Number; 'IA20120001 State: Iowa Construction Types:, Heavy ;and Highway Counties; Adair, :Adams, 'Allamakee, Appanoose, Audubon; Benton, Black Hawk, Boone,. Brener, 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, Guthriet 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 y7right Counties in Iowa. STATEWIDE EXCEPT SCOTT COUNTY HEAVY CONSTRUCTION PROJECTS Does not include work on pr pertaining to the Mississippi or Missouri R,%7Qs or on Water and Sewage Treatment Plants), AND HIGHWAY PROJECTS (does not include building structures in rest areas) 7,OQ H E2 19.60 w O ZONE 5 .. ....:................$ MooiicatRn er Publication 'Date 6.00 01/Q4/2013 r 05/17/2013 HIGHWAY LIGHTING AND 'TRAFFIC `- --���. .06/07/2013 d m'' * £On72QQ 0(01/28/201.2 W - Rates Fringes Carpenter &- Piledrivermen ZONE 1 ...................... $ 23.92 9..93 ZONE 2.. ...... ............$ 21.:8.3 9.93. ZONE 3 ......................$ 21.83 9.9'3 ZONE 4 ......................$ 20.80 8,125 ZONE 5 **................... $_20,25 0,$5 Concrete Finisher ZONE" 1... ....................$ 21.80 7.:Q0 ZONE 2 ......................$ 21.80 7.0Q ZONE 3 .....................•.$ 21..80 7,OQ ZONE 4 ......................$ 19.60 5,45 ZONE 5 .. ....:................$ 16.00 6.00 Electricians: (STREET AND r HIGHWAY LIGHTING AND 'TRAFFIC N O O n D� w o � 1� �rn a m o= x 3 CO I> r 8IGNAts) ZONE 1, ZONE 2 AND ZONE 3-0 20.55 5.70 ZONE 4, * * " *' * * " * * * " *$ 19.25 5'.7.0 ZONE 5 ................ 17-;00 5.70 IrqnWp.rkprss 15ETTIOG DF .S.TAUCTQW STEEL) ZPNE IAND 2 ................ $ 25.05 ZONE ......................$ 24.75 76 115 ZONE 4,...•.........••....$ 20.65 6.66 ZONE 5 ...................$ 20.25 6.1'0 Laborers: ZONE l'AND ZONE 2 GROUP A ..................... $ 20.21 7,65 GROUP AA .................... $ 21.01 7.65 GROUP $...,.............. $ 18.33 7.65 GROUP C .................... $ 15,10 7.65 ZONE 3 GROUP A......_.............$ 20.21 7;65 GROUP AA..: $ 21.01 7,6 GROUP B .................... $ 18.33 7.65 GROUP c ....................$ 15.10 7.65 ZONE 4 GROUP A.....-.. .............,... $ 17.40 7.65 GROUP B ...... _.;, .... .... $ 16.08 7.65 GROUP C ..................... 13.20 7,65 ZONE 5 GROUP A.......,.............$ 17.95 6.00 GROUP B ...................... $ 15.20 6.00. GROUP C..,. .............. 14.60 6?00 Power equipment operators: ZONE I GROUP A ....................$ 26.85 GROUP B ....................$ 25.25 GROUP C,:.... ............... 22.75 12.,96 CD GROUP D ....................$ 22.75 12.90 A CD ZONE 2 C-1 . GROUP A ....................$ 26.10 12.90 9 c e9 GROUP 13 .......,.........$ 24.50 12.9.0 :<t GROUP c .................... $ 21.95 12, .4,O. C -A-1 GROUP 1) ...... ............. $ 21.95 121.9 ZONE 3 GROUP A .......... ......... $ 26.70 q? C) GROUP B ... ................ $ 24.90 1.5, 1�0 GROUP C ...................•••$ 23.90 .15110, GROUP D. ....... ........... $ 23.90 15,10 ZONE 4 GROUP A:... .................. $ 25.50 15.56 GROUP B .................... $ 24.36 8.55 GROUP C ... **4** ............22.28 8,55 GROUP D.-...... .............. 22.28 8.55 ZONE 5 GROUP A .................... $ 22.07 Q GROUP 5 ....................$ 21.03 4"'80, GROUP C.............-..........$ 19.70 '6,80 GROUP D., ................5: 18.70 6...8.0 TRUCK )))RIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1.... ....... .....$ 19-.65 9.0 ZONE 2.. .....................$ 19.65 9.60 ZONE 3...» ..................$ 19.65 9.60 ZOU 4 ......................, 19.70 ZONE 5........................$ 17.75 5.3$ ZONE DEFINITIONS ZONE 3 - The Counties of Polk, Warren and Dallas for 611. 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 -.A'll area's of the, state not listed above, LABORER CLASSIFICATIONS - ALL ZONES GROUP AA. Skilled pipelayer (sewer, water and conduits) and tunnel laborers (zones if 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/stringmanon paving work; gunnies .vozzleman; joint sealer kettleman; laser operator; pipelayd! (sewAr water and conduits) Zone 4 & 5; powderman tpnqJeY Qpi/blaster; saw operator; tunnel laborer W ._ -,L.Jy>: �ojGRO P�'Br.r•A7fd�C7as, electric tool operator; barco hammer; eakerl,tiFrd�r; caulker; chain sawman; compressor (under fn�}e finisher tender; concrete processing rl I9' Suitors; cutting torch on demolition; dril),, tendew=—umpi , electric drills; fence erectors; form line expana'iCrt joint .assembler; form tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reinforcing bars and chairs; hot asphalt laborer, - installing temporary aborer;installingtemporary traffic control devices; jackhammerman; mechanical grouter; painter (all except stripers); paving breaker; planting trees, shrubs and flowers; power broom (not self/propelled); power buggymari; 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 G - Scale weigh person; traffic control/flagger, surveillance or -monitor, -water carrier. 'POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZONES GROURA - All terrain (off road) forklift; Asphalt Breakdown Roller (vibratory), Asphalt laydown machine'; asphalt plant; Asphalt Sdreed, 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; si,debroom 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 palling ripper, disk or roller; deck hand/oiler directional drill (less than 60,000(lbs) pullback); distributor; excavator c 1/2 cu, yd. and under); form riding concrete paver; front w end loader (2 to less than 4 cu. yd.); group equipment M greaser; mechanic; milling machine (350hp. and less,); M paving breaker; Portland concrete dry batch plant; rubber C?'< — tired backhoe 1/2 cu, yd. and under); scraper (under 12 a rn cy), screening, washing and crushing plant (mobile, m portable or stationary); shoulder machine; skid loader (i m cu.. yd and over); subgrader or trimmer; trenching machine; D water wagon on compaction. — ca 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 powerunit;- 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 C_Z4 Co r1 (tinder 1 cu. yd.); truck mounted post driver:,:Uj kL_ W GROUP :D--BoileY, compressor, cure and texture machine; dow Uv �1 L bok, farm type or utility tractor (under 15 hp.) pulling '< iiek, roller or other attachments; group greaser tender; KU O light plants; mechanic tender; mechanical broom; mechanical .� CD heaters; ;oiler; pumps (under three inch diameter); tree — o chipping machine; truck cranedri'ver/oiler. CARPENTERS ANDiPILEDRIVERMEN, OR IRONWORKERS ('ZONE 5) setting of structural steel; any welding incidental to bridge or culvert constructions setting concrete beams. --------------------------------------------------------- WSLpERS - 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 contraot clauses (29CFR 5.5 :(a) (1)- (ii)) . The body of each wage determination lists the classification and. wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union.or non-union. ,Union Identifiers An ident*Fier 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 ;CtLUM, 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 hocal,0,198. The next number, 005 in the example, is an interi`1 ritabber used in processing the wage determination. The dater07/01 2011, following these characters is the effectiv&'date of the mostcurrent 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. — Q 000W999,6b wq Ft0 uhign wage rates will be published anpual`ly e JanVpryOC— W �r J NoM-,,, nio�d�4Cfiers ii. o V3 Classifi(Mions-3Qisted 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; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, ;5/1.3/2010, indicates the classifications and rates underthat identifier were issued as a General Wage Determination on. that date., Survey wage rates oili remain in-effeot and will not change until a new survey is conducted. WAG£ DETHRMINATION APPF4LS PROCESS 1:) -Has there been an initial decision in the matteY? 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 -$aeon survey program, If the response from this initial contact is not satisfactory, then the process described in 2.') an 3.) should be.folloWed. With .regard to any other matter not yet ripe for the formal process desoribed':here, initial contact should be with the Branch of Construction Waae Determinations.. Write. to: Branch of Construction Wage and Hour Division O.S. Department of Labor 200 Constitution Avenue, Washington, DC 20210 2.) If the answer to the question in interested party (those affected by review and reconsideration from the (See 29 CFR Part 1.8 and 29 CFR Part O Wage Determinations N. W. n 1.) 'isyes., their an the action) can request O Wage and Hour Administrator 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 prapticematerial, etc,) that the requester 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 ZOO Constitution Avenue, N.w `Washington, DG :20210 9.) All decisigis. by the Administrative Review Board are .final. END. OF GENERAL DECISIQN N 0 W O f*P:0 lu T, Fields of Opportunities STATE OF IOWA TERRY E. BRANSTAD, GOVERNOR DEPARTMENT OF NATURAL RESOURCES KIM REYNOLDS, LT. GOVERNOR CHUCK GIPP, DIRECTOR January 10, 2013 City of Iowa City C/o Michael Ryan, P.E. Howard R. Green Company 8710 Earhart Lane SW Cedar Rapids, IA 52404 RE: SW1/4 of the NW % of Section9, T79N, limits of Iowa City, Iowa Dear Mr. Ryan: Johnson County, Within the City This letter is in response to your permit application for the above project. The City of Iowa City has floodplain management restrictions that have been approved by our agency. The approval of these regulations empowers the city to issue permits for certain types of flood plain development in place of our department. However, those types of projects for which criteria have not been specifically addressed in the regulations (e.g., bridges, levees, streambank stabilization, etc.) must also have the approval or concurrence of our office to construct. The approval or concurrence of this Department is required for the project. We have reviewed the submitted plans and have no objections to the granting of a permit by the City of Iowa City. If you have not yet done so, please contact the local Floodplain Manager (Julie Tallman, at 319-356-5132) for assistance on applying for the local flood plain permit. The applicant is responsible for complying with all other local, state and federal statutes, ordinances, rules and permit requirements applicable to the construction, operation and maintenance of the approved works. The project may require a Section 404 Permit from the U.S. Army Corps of Engineers. Please note that the project does not require a Sovereign Lands Construction Permit from the department. Thank you for your cooperation. If you have any questions, please call me at 515-281-6947. Sincer y, Andrew Jensen, P.E. o `' Environmental Engineer D1 c rn Water Resources Section Flood Plain Management Program __4c') �+ <m a Copies: -IDNR FO#6 0� _ -Ward Lenz, Rock Island District, Corps of Engineers, :*= CO P.O. Box 2004, Rock Island, Illinois 61204-2004 -Julie Tallman, Development Regulations Specialist, 410 East Washington Strret, Iowa City, Iowa 52240-1826 502 EAST 9th STREET / DES MOINES, IOWA 50319 515-281-5918 FAX515-281-8895 www,iowadnr.gov _�n r M DEPARTMENT THE ARMY ROCK CORPS OF ENGINEERS, ROCK ISLAND DISTRICT PO BOX CLOCK TOWER BUILDING ISLAND, ROCK ISLAND, ILLINOIS 812042004 REPLY TO ATTENTION Of January 9, 2013 Operations Division 0 SUBJECT: CEMVR-OD-P-2012-1475rn 0 rn Mr. Ben Clark > C-) '— City of Iowa City —+ r 410 East Washington Street fir— a m Iowa City, Iowa 52240 co Dear Mr. Clark: > — r Our office reviewed all information provided to us concerning the proposed Rocky Shore Stormwater Pump Station along the Iowa River in Section 9, Township 79 North, Range 6 West, Johnson County, Iowa. Your project is covered under Nationwide Permit No. 39, as published in the enclosed pages of February 21, 2012 Federal Re ig ster notice (77 FR 10184), provided you meet the permit conditions for the nationwide permits which are also included in the Federal Register and the special conditions listed below. The Iowa Department of Natural Resources (IADNR) has issued Section 401 Water Quality Certification with conditions for the current nationwide permit program. The decision regarding this action is based on information found in the administrative record, which documents the District's decision-making process, the basis for the decision, and the final decision. Special Conditions: 1. You are encouraged to conduct your construction activities during a period of low flow. You are required to seed all disturbed areas that are not armored with a native seed mix and to implement appropriate measures to insure that sediments are not introduced into waters of the United States dittmg construction of this project. 2. Any plan modifications which will result in additional fill activities in waters of the United States beyond those permanent and temporaryimpacts which are authorized by this permit verification letter (0.07 acres of wetland and 0.07 acres of stream) will require further review and authorization by the U.S. Army Corp of Engineers. 3. You are responsible for insuring that whoever performs, supervises, or oversees any portion of the physical work associated with the construction of the project has a copy of, is familiar with, and complies with all the terms and conditions of this permit. 4. Nationwide Permit General Condition No. 12 of the attached Federal Register statek "Apppropriate soil erosion and sediment controls must be used and maintained in effective:iVeratin conditon during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicabJe date, Permittees are encouraged to perform work within waters of the United States duringuperi of low -flow or no -flow." U 5. Johnson County is within the known breeding range of the federally endangered IrAana (Myotis sodalis). The Corps has made a determination of not likely to adversely affect federally threatened and endangered species or critical habitat provided all tree clearing activities oedur outside the bat's breeding season which extends from April 15 to September 15. -2- 6. The unaffected waters delineated within and adjacent to the project area must be protected during land leveling and construction activities. The jurisdictional waters (including the Iowa River, its tributaries, and adjacent forested wetland) may not be graded or used as staging areas, temporary crossings, temporary fill sites, etc. without prior authorization from the Corps of Engineers. Prior to the commencement of any physical work within the designated construction right -of --way, the areas that are to remain undisturbed shall be clearly marked in the field and identified to the heavy equipment operators. 7. 17inally, the permittee will perform any corrective measures deemed necessary by the District Engij$er. Iliris verification is valid for two years, unless the nationwide permits are modified, reissued or revoked. It is -your responsibility to remain informed of changes to the nationwide permit program. We will issue -A public notice announcing any changes if and when they occur. Furthermore, if you commence or are under contract to commence this activity before the date the nationwide permit is modified or revoked, you will have twelve months from that date to complete your activity under the present terms and conditions of this nationwide permit. This authorization does not eliminate the requirement that you must still acquire other applicable federal, state and local permits. If you have not already coordinated your project with the IADNR, please contact Mr. Kelly Stone in writing or telephone 515/281-8693 to determine if a floodplain development permit is required for your project. You should also contact Ms. Kelly Poole, of the IADNR Sovereign Lands Division in writing or telephone 515/281-8967 to determine if a sovereign lands construction permit is required or if this project may adversely impact Iowa threatened or endangered species or their habitat. Our office has completed a Preliminary Jurisdictional Determination for your project area. A copy of our Preliminary Jurisdictional Determination is enclosed. A Preliminary Jurisdictional Determination is not appealable, and it is applicable only to the permit program administered by the Corps of Engineers. Please review, sign, date, and return the form to our office. You are required to complete and return the enclosed "Completed Work Certification" upon completion of your project in accordance with General Condition No. 30 of the nationwide permits. The Rock Island District Regulatory Branch is committed to providing quality and timely service to our customers. In an effort to improve customer service, please take a moment to complete the attached postcard and return it or go to our Customer Service Survey found on our web site at http:H er2.nwo.usace. y.mil/survey.html. (Be sure to select "Rock Island District' under the area entitled: Which Corps office did you deal with?) Should you have any questions, please contact our Regulatory Branch by letter, or telephone me at 309/794-5G4. Q ao =3 Sincerely, UJ r W GJ' -- ca Gene W. Walsh LL- c�3o Project Manager 0 Enforcement Section N 991 When the structure(s) or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) or lessee(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below. Transferee Enclosures Copies Furnished: Ms. Christine Schwake (3) Iowa Department of Natural Resources Water Resources Section Wallace State Office Building 502 East 9 Street Des Moines, Iowa 50319-0034 (w/o enclosures) Mr. Michael J. Ryan, P.E., CFM HR Green 8710 Earhart Lane SW Cedar Rapids, Iowa 52404 (w/enclosures) Date 0 n D o crn-) � n J W :firA rn M x a _ -' C) .J.I co -<LLIi W nom+ e o -' C) .J.I 0 N Iowa Regional Conditions for Nationwide Permits 1. Side slopes of a newly constructed channel will be no steeper than 2:1 and planted to permanent, perennial, native vegetation if not armored. 2. Nationwide permits with mitigation may require recording of the nationwide permit and pertinent drawings with the Registrar of Deeds or other appropriate official charged with the responsibility for maintaining records of title to, or interest in, real property and may also require the permittee to provide proof of that recording to the Corps. 3. Mitigation shall be scheduled for construction prior to, or concurrent with, the discharge of dredged or fill material into waters of the United States. 4. For newly constructed channels through areas that are unvegetated, a riparian buffer strip planted in native grasses, trees and/or shrubs a minimum of 25 feet wide from the top of bank on ephemeral streams must be planted along both sides of the new channel. The buffer width will be a minimum of 50 feet wide from the top of bank on intermittent and perennial streams. A survival rate of 80 percent of desirable species with aerial coverage of at least 50 percent shall be achieved within 3 years of establishment of the buffer strip. S. For single family residences authorized under Nationwide Permit No. 29, the permanent loss of waters of the United States (including jurisdictional wetlands) must not exceed 1/4 acre. 6. For Nationwide Permit 46, the discharge of dredged or fill material into ditches that would sever the jurisdiction of an upstream water of the United States from a downstream water of the United State not allowed. =– — >-c M}- Mco �o 2C BE y Q Z - Q o W r Uf-- _ �—a O U' 0 N PRELIMINAR Y JURISDICTIONAL DETERMINA TION FORM This preliminary JD finds that there "may be" waters of the United States on the subject project site, and identifies all aquatic features on the site that could be affected by the proposed activity, based on the following information: District Office Rack Island District File/ORM #2012-1475 PJD Date: Jan 8, 2013 State IA City/CountyJohnson County Namet Nearest Waterbody: Iowa ]fiver Address of Ben Clark --- -- ---- ----� Person City of Iowa City Location: TRS, Lot 41.666831 410 East Washington Street LatLong or UTM: PJDaesto3g Long -91.557848 Iowa City, Iowa 52240 Identify (Estimate) Amount of Waters in the Review Area: Name of Any Water Bodies Tidal: Non -Wetland waters: Stream Flow: on the Site Identified as - ---------------------' .-.-75Ilinearft F jwidthF:7 acres Perennial Section 10 Waters: Non -Tidal: --'----------------...__..._.-..__-.__� 17_1 Office (Desk) Determination r� Field Determination: Date of Field Trip:� ' Wetlands: 1.28 �acre(s) C�as�rdm pat- rine, forested i SUPPORTING DATA: Data reviewed for preliminary JD (check all that apply -checked Items should be included in case file and, where checked and requested, appropriately reference sources below): f/; Maps, plans, plots or plat submitted by or on behalf of the applicant/consultant: RR amen I^ Data sheets prepared/submitted by or on behalf of the applicanticonsultant. CI Office concurs with data sheets/delineation report. [j Office does not concur with data sheets/delineation report, n Data sheets prepared by the Corps o _ r. -JF navigable waters' study: a`a _ n U.S. Geological Survey Hydrologic Atlas: - --- -- - - -- D n nUSGS NHD data. s pUSGS 8 and 12 digit HUC maps. M U.S. Geological Survey map(s). Cite quad name:.._? safr Wast, ra - {fes a , • / I7 USDA Natural Resources Conservation Service Soil Survey. Citation: o -Mo 17! National wetlands inventory map(s). 00 Cite name: Iowa Citywest rA „aC c.State/Local wetland inventory map(s): > Q FEMA/FIRM maps: F_i 100 -year Floodplain Teva on is: n Photographs: C) Aerial (Name & Date): ❑ Other (Name &, Date): I ' Previous determination(s). File no. and date ofrespons-e-Iu f:'-�-- : f., Ot er information (please specify): - IMPORTANT NOTE, The f don recordial on this form h theC d should notb a J p f 1 h (r ' di fi Itl graduations, �A\ ,Q , (ax Ox v 0 y i Signature and Date of Regulatory Project Wringer I Signature Date Person Requesting and of Preliminary JD (REQUIRED) (REQUIRED, unless obtaining the signature is impracticable) EXPLANATION OF PRELIMINARY AND APPROVED JURISDICTIONAL DETERMINATIONS: 1. The Corps of Engineers believes that there may be jurisdictional watersof the United States on the subject site, and the permit applicant or other affected para requested this preliminary, ID is hereby advised of his or her option to request and obtain an approvedjurisdictionat determination (JD) for that site. Navertheles& the permit applicant or other person who requested this preliminary m has declined to exercise the option to obtain an approved JD in this instance and at this that. 2. In any circumstance where a permit applicant obtains an individual permit, or a Nationwide General Pennil (NWP) or other general permit verification requiring "precousnuion notification" (PCN), or requests verification for a non-oporting NWP or other general pemdk and the permit applicant has not requested an approved in for the activity, the Permit applicant is hereby made aware of the following: (1) the pemm applicant has elected to seek a permit autho leation based on a preliminary JD, which does not make an official determination ofjutsdictional waters; (2) that the applicant has the option to request an approved JD before accepting the terms and conditions of the permit authorization, end that basing a permit authorization on an approved JD could possibly result in less compensatory mitigation being required or different special conditions; (3) that the applicant has the right to request an individual permit other than accepting die terms and conditions of the MVP or other general permit authorization; (4) that the applicant can accept a permit authorization and thereby agree to comply with all die terms and conditions of that permit, including whatever rrtflgatim requirements the Corps hes detenrdned to be necessary; (5) that undertaking any activity in reliance upon the subject permit authorization without requesting an approved JD constitutes the applicant's acceptance of the use of the preliminary JD, but that either form of JD will be processed as soon as is practicable; (b) accepting a permit authorization (e.g., signing a proffered individual pertmit) or undertaking any activity in reliance on any foam of Corps permit authorization based on a preliminary JD commerce agreement that all wetands and other water bodies on the site affected in any way by that activity we jurisdictional waters of the United Staten, and precludes any challenge to such jurisdiction in any administrative or judicial compliance or enforcement action, or in any administrative appeal or in any Federal court; and (7) whether the applicant elects to use either an approved JD or a Preliminary JD, that JD will be processed a4 soon as is practicable. Further, an approved JD, a proffered individual permit (and all terms and conditions contained therein), or individual permit denial can be administratively appealed pursuant to 33 C.F.R. Part 331, and that in any administrative appeal, jurisdictional issues can be raised (see 33 C.P.R. 331.5(a)(2)). If, during that administrative appeal, it becomes necessary to make an official determination whether C WAjmisdiction exists over a sit orb provide an official delineation of urisdictional waters on the s!K the Cones war provide ane roved In to accomplish that result as mon as is practicable. FORM This preliminary JD finds that there ^may be" waters of the United States on the subject project site, and identifies all aquatic features on the site that could be affected by the proposed activity, based on the following information: Appendix A - Sites District Office Rock Island District # 02-45 —_ PJD Date: Jan 8, 2013 State IA _ CIty/County 7ohnsonCounty Person Requestinq PJD Iowa City, Iowa I Est. Amount of Site Aquatic Resource Class of Number -Latitude Longitude Cowardin Class in Review Area Aquatic Resource 22-1475a41�667294�-91.558849 Palustrine roreaced 1 18 acres) forested wetland — 2-1475b) 41.66747291556731 j ralustrina, foresced ayes forested wetland 2-1475c! 41.6676484 91.558191 ; River ne + 700 feet perennial stream 2-1475d 41.6669755 i -91.5581269 3 Riverina 60 feet Intermittent stream �o rWaa: Cm7 ~a The review area of this jurisdictional determination was limited to the proposed project area. Other waters of the United States (Including streams and wetlands) may exist beyond the limits of the project site. Any future discharges of dredged and/or FlII material Into waters of the U.S. will require Department of the Army authorization. Applicant: Iowa City, Iowa File Number: 2012-1475 Date: 01/08/13 Attached is: See Section Below INITIAL PROFFERED PERMIT Standard Permit or Letter ofpermission) A PROFFERED PERMIT Standard Permit or Letter ofpermission) B PERMIT DENIAL C APPROVED JURISDICTIONAL DETERMINATION o D X PRELIMINARY JURISDICTIONAL DETERMINATION Sr S2 SECTION't -The 1 llc�v tii`g idc rttfcs yiiiar tights aid optioit,s regarding an a iministrative ap eat of'the abcive'` decision.. Additional information snay be found at lati� :!/w_�ti�=i uSaU�.a_m�.�tiiiloeuwli�ine lae 7iiatei1314 asx or Corps regulations al 33 CFR .Part' 3 i. A: INITIAL PROFFERED PERMIT: You may accept or object to the permit. ax Q • ACCEPT: If you received a Standard Permit, you may sign the permit document and return it to the distric74ineer for final authorization. If you received a Letter of Permission (LOP), you may accept the LOP and your work is authorised. Your signature on the Standard Permit or acceptance of the LOP means that you accept the permit in its entirety, and waive all rights to appeal the permit, including its terms and conditions, and approved jurisdictional determinations associated with the permit. -- • OBJECT: If you object to the permit (Standard or LOP) because of certain terms and conditions therein, you ffmy request that the permit be modified accordingly. You must complete Section II of this form and return the form to the district engineer. Your objections must be received by the district engineer within 60 days of the date of this notice, or you will forfeit your right to appeal the permit in the future. Upon receipt of your letter, the district engineer will evaluate your objections and may: (a) modify the permit to address all of your concerns, (b) modify the permit to address some of your objections, or (c) not modify the permit having determined that the permit should be issued as previously written. After evaluating your objections, the district engineer will send you a proffered permit for your reconsideration, as indicated in Section B below. B: PROFFERED PERMIT: You may accept or appeal the permit • ACCEPT: If you received a Standard Permit, you may sign the permit document and return it to the district engineer for final authorization. If you received a Letter of Permission (LOP), you may accept the LOP and your work is authorized. Your signature on the Standard Permit or acceptance of the LOP means that you accept the permit in its entirety, and waive all rights to appeal the permit, including its terms and conditions, and approved jurisdictional determinations associated with the permit. • APPEAL: If you choose to decline the proffered permit (Standard or LOP) because of certain terms and conditions therein, you may appeal the declined permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer. This form must be received by the division engineer within 60 days of the date of this notice. C: PERMIT DENIAL: You may appeal the denial of a permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer. This form must be received by the division engineor within 60 days of the date of this notice. D: APPROVED JURISDICTIONAL DETERMINATION: You may accept or appeal the approved JD or provide new information. • ACCEPT: You do not need to notify the Corps to accept an approved JD. Failure to notify the Corps within 60 days of the date of this notice, means that you accept the approved JD in its entirety, and waive all rights to appeal the approved JD. • APPEAL: If you disagree with the approved JD, you may appeal the approved JD under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer. This form must be received by the division engineer within 60 days of the date of this notice. E: PRELIMINARY JURISDICTIONAL DETERMINATION: You do not need to respond to the Corps regarding the preliminary JD. The Preliminary JD is not appealable. If you wish, you may request an approved JD (which may be appealed), by contacting the Corps district for further instruction. Also you may provide new information for further consideration by the Corps to reevaluate the JD. SECTION II.- RE ULST,FOR APPEAL or OBJECTIONS TO AN. NTFIAL PROFFERS_ D,PI RIv1ii REASONS FOR APPEAL OR OBJECTIONS: (Describe your reasons for appealing the decision or your objections to an initial proffered permit in clear concise statements. You may attach additional information to this form to clarify where your reasons or objections are addressed in the administrative record.) N O ..per w O �L v C-)C n r m c my' L•I , xo �. Wo Q W J>- JI- �_ >-c) "-a o v m O N ADDITIONAL INFORMATION: The appeal is limited to a review of the administrative record, the Corps memorandum for the record of the appeal conference or meeting, and any supplemental information that the review officer has determined is needed to clarify the administrative record. Neither the appellant nor the Corps may add new information or analyses to the record. However, you ma rovide additional information to clarify the location of information that is already in the administrative record. $ t 1VTACT`FOR`QUESTIONS OR`INFORMATIONi'' If you have questions regarding this decision and/or the appeal If you only have questions regarding the appeal process you may process you may contact: also contact: Mr. Gene Walsh Ms. Tonya Acuff U.S. Army Corps of Engineers Administrative Appeals Review Officer Clock Tower Building USACE—Mississippi Valley Division P.O. Box 2004 P.O. Box 80 Rock Island, Illinois 61204-2004 Vicksburg, MS 39181-0080 (309)794-5674 (601)634-5821 RIGHT OF ENTRY: Your signature below grants the right of entry to Corps of Engineers personnel, and any government consultants, to conduct investigations of the project site during the course of the appeal process. You will be provided a 15 day tice of any site investigation, and will have the opportunity to participate in all site investigations. L�ignaLeaellant Date: Telephone number: ora ent. Cl Iowa Department of Transportation 5455 Kirkwood Blvd. Cedar Rapids, Ia. 52404 (319) 730-1533 February 11, 2013 ROW Permit #52A-2013-002 IA -6 Johnson County Ben Clark City of Iowa City 410 E. Washington St. N Iowa City, IA 52240 �„ co 05 s Dear Ben; —IU � Enclosed please find approved Application and Agreement for Use of High ay- ca Right of Way. Installation of a safety grate on existing Box Culvert, on Highway 6 Right of Way, in Johnson County. This office will require a letter stating that the above permitted utility has been constructed as permitted within thirty (30) days of completion. Be advised that the Ia. DOT is not responsible for damages due to the Use of this Highway Right of Way permit. Sincerely, A:— Joel Keim Engineering Operations Technician District 6 Field Office Cedar Rapids, Ia. 52404 in W L_ ti a 9:1:3 :fir V r1 a O� PTS a o r r� ON– Owa Department of Transportation `sig Forth 810028 (02-11) APPLICATION TO PERFORM WORK WITHIN STATE HIGHWAY RIGHT-OF-WAY and shall be located as shown on the detailed plan attached hereto. (See current Iowa Department of Transportation Utility Accommodation Policy for submittal of detailed plan requirements.) WORK SITE LOCATION The proposed work as described above is located in Section 09 , Twp. 79N Range 6W on Highway No. 6 generally located .04 (miles) East (direction) from Section Line Separating Sections 8 & 9 (city, county line, or other land rine). Work proposed is more specifically located as being from aKf. f7 (Milepost it) and ?6+300 (Highway Station) to aYf. f% (Milepost ft) and a 4+50 (Highway Station) on the South side of highway. Applicant Signature and Agreement The undersigned have read the stipulations of this permit agreement as stated as well as attachments which may be included and by signing this application agree to abide by all stipulations and to complete the work as proposed in compliance with the stipulations and attachments within one year from the date Department approval is received for said request. Failure on the part of the applicant to abide by the stipulations or to construct the work desired as stipulated and within the time frame stated shall render this agreement and request null and void. The undersigned also agrees to save harmless the State of Iowa and the Iowa Department of Transportation from any damage or losses that may be sustained by any person or persons on account of the conditions and requirements of this agreement. Applicent Name (FIrs4 M.I., Last -Pont or Type) App�t Signature (Handwritten) Date 1 l�X.N5,f+.7oJ 'r. CLAS 1 - ^ C .. e -/ C CIN ACTION (IF PROPOSED WORK IS WITHIN AN INCORPORATED CITY, CITY ACTION IS REQUIRED) The undersigned- city joins in the grants embodied in the above permit executed by the Iowa Department of Transportation on conditioRthat all of the covenants and undertakings therein running to the Iowa Department of Transportation shall inure to the benefit of the uraiefsigned ply and recommends action on said permit application as noted below by the delegated city official". Recc�"nd Approval Do Not Recommend Approval E] None Required Handwritten Signature Title Data �.�Z/�- SPk_i L 20 cT MIA) 2/6 Type or Print Name Authorized Official for the City of E PVMi�) CL/1 be' _ D— V. I IOWA City FEDERAL HIGHWAY ADMINISTRATION ACTION -- - _- -- --- - - (DEPARTMENT REPRESENTATIVE WILL REVIEW THE REQUEST AND OBTAIN FHWA ACTION, WHEN NECESSARY) ❑ Recommend Approval [] Do Not Recommend Approval ❑ None Required Authorized FHWA Representative Signature I Date Page 1 of 2 (DOT Pmol Action and Agreements on next page) Permit Number Highway Number County Sa<? day3ooa s -(P Tokns�-t DOT Project Number ExpiratioNComple8on Date 21-5a 1 12-.30 3 2- 0-y3 First Name Middle Last Name Phone Number Ext. �aV Company Name Phone Number Ext. City of Iowa City (319) 356-5436 Street Address CitylTown State ZIP Code 410 E. Washington St. Iowa City IA 52240 Approval is hereby requested to enter within the state rightof-way and to complete the proposed work as detailed on the attachments and further described as follows' Installation of a safety grate on an existing 6' wide by 4' hill box culvert headwall structure. The misting structure is located in the SW right of way at the comer of Highway 6 and Hawkins Drive. tJ7 Go ��pp r.,a- It CcMr -jvom Pr.v +e y-ep�y' J>: r vt— W ~Q CM V� a�a O_ 0 N and shall be located as shown on the detailed plan attached hereto. (See current Iowa Department of Transportation Utility Accommodation Policy for submittal of detailed plan requirements.) WORK SITE LOCATION The proposed work as described above is located in Section 09 , Twp. 79N Range 6W on Highway No. 6 generally located .04 (miles) East (direction) from Section Line Separating Sections 8 & 9 (city, county line, or other land rine). Work proposed is more specifically located as being from aKf. f7 (Milepost it) and ?6+300 (Highway Station) to aYf. f% (Milepost ft) and a 4+50 (Highway Station) on the South side of highway. Applicant Signature and Agreement The undersigned have read the stipulations of this permit agreement as stated as well as attachments which may be included and by signing this application agree to abide by all stipulations and to complete the work as proposed in compliance with the stipulations and attachments within one year from the date Department approval is received for said request. Failure on the part of the applicant to abide by the stipulations or to construct the work desired as stipulated and within the time frame stated shall render this agreement and request null and void. The undersigned also agrees to save harmless the State of Iowa and the Iowa Department of Transportation from any damage or losses that may be sustained by any person or persons on account of the conditions and requirements of this agreement. Applicent Name (FIrs4 M.I., Last -Pont or Type) App�t Signature (Handwritten) Date 1 l�X.N5,f+.7oJ 'r. CLAS 1 - ^ C .. e -/ C CIN ACTION (IF PROPOSED WORK IS WITHIN AN INCORPORATED CITY, CITY ACTION IS REQUIRED) The undersigned- city joins in the grants embodied in the above permit executed by the Iowa Department of Transportation on conditioRthat all of the covenants and undertakings therein running to the Iowa Department of Transportation shall inure to the benefit of the uraiefsigned ply and recommends action on said permit application as noted below by the delegated city official". Recc�"nd Approval Do Not Recommend Approval E] None Required Handwritten Signature Title Data �.�Z/�- SPk_i L 20 cT MIA) 2/6 Type or Print Name Authorized Official for the City of E PVMi�) CL/1 be' _ D— V. I IOWA City FEDERAL HIGHWAY ADMINISTRATION ACTION -- - _- -- --- - - (DEPARTMENT REPRESENTATIVE WILL REVIEW THE REQUEST AND OBTAIN FHWA ACTION, WHEN NECESSARY) ❑ Recommend Approval [] Do Not Recommend Approval ❑ None Required Authorized FHWA Representative Signature I Date Page 1 of 2 (DOT Pmol Action and Agreements on next page) FOR DEPARTMENT USE ONLY Special Requirements - in addition to the stipulations below, the following special requirements shall apply to this permit 'FEOERAL_HIGHWAV ADMINISjRATIONrACTIONt HENtREGUIREG Recommend Approval Do Not Recommend Approval ® None Required AMorized FHWA Representative Signature ( Date .DEPARTMENTA SP.URTATIGNIFINAL'ACT1 &Application Approved Application Denled Permit Number. 5".7M 30/3ooeL Authorized Highway District Representative Joel Kelm. Sign Date /,;—/—(j ale "eWUianv maInIananca a vties o IFe: H P7,5f!Yl. a Local DOT Contact Person (Type or Print Name) Joel Keim, Engineering Operations Technician Phone Number 319 730-1533 Street AddressCity/rown 5455 Kidevood131vd. SW Cedar Rapids State fA I ZIP Code 52301 AGREEMENTS The utility company, corporation, applicant, permit holder or licensee, (hereinafter referred to as the Permit Holder) agrees with the Iowa Department (hereafter referred to as Department) that the following stipulations and those special requirements as listed on this page shall govern under this permit A. General 1. The installation shall meet the requirements of local municipal, county, state, and federal Iowa franchise rules and regulations, regulations and directives of the Iowa State Commerce Commission; the Department of Natural Resources, all miss and regulations of the Department and any other laws or regulations applicable. 2. The Permit Holder shall be fully responsible for any future adjustments of the facilities within the established highway dghtof-way caused by highway construction or maintenance operations. 3. Non-compliance with any of the terms of the Department's policy, permit or agreement, may be considered cause for shut -down of utility construction operations or withholding of relocation reimbursement until compliance Is assured, or revocation of the permit The cost of any work caused to be performed by the State In removal of non -complying construction will be assessed against the Permit Holder. 4. The work described in this permit shall be completed as proposed In compliance with the stipulations and special requirements within one year from the date Department approval Is recelved for said request Failure on the part of the Permit Holder to abide by the stipulations or in constructing the work described as stipulated and within the time frame stated shall render this agreement and request null and void. The Permit Holder also agrees to save the State of Iowa and the Department harmless of any damages or . losses that may be sustained by any person, or persons, on account of the conditions and requirements of this agreement. B. Construction and Maintenance 1. The location, construction and maintenance of the utility installation covered by this application shall be in accordance with the current Departments Utility Accommodation Policy. 2. Before beginning any work in the highway rightof--way, it is the responsibility of the Permit Holder to obtain an easement from the drainage district'rf necessary. The Department assumes no responsibility for advising the Permit Holder of each location of a drainage district crossing. It is the Permit Holder's responsibility to locate these crossings and obtain any necessary easements or permission from the drainage district See Code of Iowa, Chapter 468 for additional information. 3. A copy of the approved permit shall be available on the job site at all times for examination by Department officials. 4. All traffic control including sign placement and flagging are the responsibility of the Permit Holder. The original placement of signs and their removal upon completion of the work shall be accomplished by the Permit Holder. 5. Operations in the construction and maintenance of said utility installation shall be carded on in such a manner as to cause minimum interference to or distraction of traffic an said highway. 6. After November 24, 2008, all personnel in the highway right-of-way shall wear ANSI 107 Class 2 apparel at all times when exposed to traffic or construction equipment. C. Liability 1. The Permit Holder shall indemnify and save harmless the State of Iowa, its agencies and employees, from any and all causes of action, suits at law or in equity, for losses, damages, claims or demands, and from any and all liability and expense of whatsoever nature, arising out of or in connection with the Permit Holder's use or occupancy or the public highway. 2. The state of Iowa and the Department assume no responsibility for damages to the Permit Holder's property occasioned by any rsv� construction or maintenance operations on said highway if Permit Holder has been notified in accordance with stipulation n ffer D.3,� or if the facilities are not located In accordance with this permit ++� hh © 3. The State of Iowa, its agencies or employees, will be liable for expense incurred by the Permit Holder in its use and asofni the highway fight -of -way only when negligence of the State, its agencies or employees, is the. sole proximate cause of sucllYYe. ise. Ci Whether in contract, tort orotherwise, the liability of the State, its agencies and employees, is limited to the reasonable, dir e*nsaj to repair damaged utilities, and In no event will such liability extend to loss of profits or business, indirect, special, consequa4jo ft J incidental damages. D. Notificationrr'f me 1. The Permit Holder Is responsible for contacting Iowa One -Call (1-800.292-8989) and request the location of any undertry utilities forty-eight (48) hours before excavation. Before beginning work in the highway right-of-way. the Permit Holder sh contact any other known utility located in the area of the proposed wdrk. p. 2. The Permit Holder agrees to give the Department forty-eight hours notice of its intention to start construction or to perform routine maintenance on the highway right-of-way. Said notice shall be made to the contact person whose name is shown on this page. 3. The Department shall give the Permit Holder atleasi forty-eight hours notice of any proposed construction or maintenance work, on H either existing or newly acquired rightof-way when the proposed work will be ten feet of a utility location as previously approved by the Department by permit or written agreement. The Permit Holder shall be responsible within this time frame to arrange to protect its facilities. Disclosure Statement The information furnished on this form will be used by the Depamnent of Transportation to determine approval or denial of the application, Failure to provide all information will result in denial of the application. Information furnished is public Information and copies may be provided to the public upon request Page 2 of 2 1 rA *.vixly NOLLVIS dMl)d M3LVMIxtl�15 3lIOHS I.MJUII �` ^I L MP I r— 71 Ai -------------------- Jw an.x amu�we xxnal ;. . _ - •P4WodWYeBVB I _= o (Page 15 of 50) vmOl 113 030 E I Ol 14 Publish 12/23 NOTICE OF PUBLIC HEARING —ADDENDUM #1 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ROCKY SHORE STORMWATER PUMP STATION 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 Rocky Shore Stormwater Pump Station Project in said city at 7:00 PM on January 7, 2014, 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 Rocky Shore Stormwater Pump Station 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 3 C�: C 1) Prepared by: Ben Clark, Special Projects Administrator, 410 E. Washington St., Iowa City, IA 52240, (319)356-5436 RESOLUTION NO. 13-346 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 7, 2014 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE ROCKY SHORE STORMWATER PUMP STATION 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 Rocky Shore Lift Station/Flood Gates account # 3964. 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 7th day of January, 2014, 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. 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. 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 17th day of necelnbPr . 2011 MAYOR ATTEST:e- y�y2/ CITY'CLERK pweng,masterstsetph doc 1111 Approved by /a /r. x3 City Attorney's Office Resolution No. 13-346 Page 2 It was moved by Mims and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: the Champion Dickens Dobyns Hayek Mims Payne Throgmorton Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, ]OHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#4422-0,330670 being duly duly sworn, say that I am the legal cleric of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper A— time(s), on the following date(s): Legal Clerk Clerk Subscribed �z and sworn to before me this � day of �D. 2_ 0 . Notary Public IIAOMSHALIA �{ypommizactonExp6rs 4*P u ODENDUM f11 ON PIAN-, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE ROCKY SSIHORE pORMWATER CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OFOWA TAND HE ITO TY OF IOWA CIN, OTHERINTERESTED PERSO hat public notice; Is hereby. of Iowa the City Council of the City public I City, Iowa; will conduct a ,. hearing on plans, spec eetimated form of contract and cost Shq construction of the Rockyy , stormwater Pump Station Project in said °sai at TOO Ing d meet - Ing to be held in the Fri410 E. Horvat Rall C the Cit Hall, or if Washington S11Secancalled t in said city, the said meeting Of the City Council nazi meeting f the by the City thereafter asp Clerk. shore Stormwater I The Rocky pump Station Project is funded by Community Development rde 811vock ed 1 Giant (CDBG) Economic ,through the Iowa Eco Development Authority( JE disaster legislation providing is funding the recovery Disaster Consolidated SecuY. and rt Continuing I Assistance; pub. L. Appropriations Act of2009 110-329a^s speciflbations, form of Said p contract and estimated cost are nft the now on file in the Office owa Ciin the ity Halt Iowa; and may y be inspected by any interested persons. ersons may Any interested P of the City appear at said meetipurpose of making o Council for the pure con- Objectionssaid plans, specand efications, Canning said contract or the, cost of making Improvement. order of the This notice is given by of Iowa City Council of the. City law. City, Iowa and as provided by MARIAN K. KARS, CIN CLERK pp�9p939B90 December 23, 2013 �u Prepared by: Ben Clark, PE, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 RESOLUTION NO. 14-8 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE ROCKY SHORE STORMWATER PUMP STATION 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 Rocky Shore Lift Station/Flood Gates account # v3964. 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 11th day of February,2014. 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 18th day of February, 2014, or at a special meeting called for that purpose. Passed and approved this 7th day of January 2014 ATTEST:a2�.-x/ CITY CLERK pwengtrnasterstres appp&s doc 12113 MAYO Approved by �,7bz I d ' City Attorney's Office 5 Resolution No. Page 2 It was moved by Throgmorton and seconded by Payne 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 Publish 1113 ADVERTISEMENT FOR BIDS —ADDENDUM #1 ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 PM local time on February 11, 2014. 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 PM on February 18, 2014, or at a special meeting called for that purpose. The Rocky Shore Stormwater Pump Station 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). The Project will involve the following: Flood protection measures along the Iowa River near Rocky Shore Drive, including construction of a stormwater pump station, flood walls, flood gate, embankment capping, storm sewers, water main, paving, and recreational trail. All work is to be done in strict compliance with the plans and specifications prepared by HR Green, Inc., 8710 Earhart Lane S.W., Cedar Rapids, IA 52404, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: December 31, 2014 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of HR Green, Inc., 8710 Earhart Lane S.W., Cedar Rapids, IA 52404, by bona fide bidders. A pre-bid conference will be held at 2:00 PM on January 28, 2014 in the Emma J. Harvat Hall in City Hall, 410 E. Washington Street in said city. Attendance at the pre-bid conference is encouraged but not required. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242- 4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #2 ROCKY SHORE STORMWATER PUMP STATION IOWA CITY, IOWA CONTRACTOR'S BID DATE: PLACE FOR CONTRACTORS TO SUBMIT BIDS: TO ALL PLANHOLDERS: Tuesday, February 11, 2014 @ 2:30 PM N O City of Iowa City City Clerk's Office —1 410 E. Washington Street c7 -G — r Iowa City, Iowa 52240 rn m �= v ADDENDUM NO.2 D January 8, 2014 o — The following changes, clarifications, additions, and/or deletions are hereby made a part of the contract documents for the above -referenced project, as fully and completely as if the same were fully set forth therein: PLANS The following phasing and coordination notes are included in the contract and apply to the rerouting of the water main shown on Sheet C104. Phase 1: Rerouting the 24" water main Install all of the new 24" water main except for where it ties into the existing 24". Test new 24" water main. When completed, schedule shut down of existing 24" water main. Contractor will have 1 day to do the tie-ins. Iowa City Water Department will shut down and turn on water mains. Contractor will need to have two crews to do the tie-ins at both ends at the same time. Contractor will need to swab all materials used, and keep piping clean. Contractor will need to make sure no ground water gets into piping. When completed, the Water Department will turn the water back on. The Contractor will follow the City's standard bacterial testing procedure. We will do 2 bacteria tests 24 hours apart. The 24" water main will remain isolated until the tests are completed with passing results. Phase 2: Changing the 12" and 16" water main Schedule shut down of existing water main with the Iowa City Water Department. Install valves and hydrant assembly on existing 12" water main, replacing existing hydrant. Replace all of the existing 12" water main in areas where it has to be lowered and the area in between the two lowered areas along Rocky Shore Drive, and as shown on the plans. Contractor will need to do this in a timely manner (within 2 to 3 days). When completed, all piping will be tested. Contractor will need to swab all materials used, and keep piping clean. Contractor will need to make sure no ground water gets into piping. When completed, the Water Department will turn water back on. The Contractor will follow the City's standard bacterial testing procedure. We will do 2 bacteria tests 24 hours apart. The 12" water main will remain isolated until the tests are completed with passing results. JANUARY 8, 2014 ADN2-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #2 All bidders shall acknowledge receipt and acceptance of Addendum No. 2 by signing in the space provided on the Bid Form. Bids submitted without Addendum No. 2 being acknowledged will be considered non-responsive. HR Green, Inc. 8710 EARHART LANE P.O. BOX 9009 CEDAR RAPIDS, IOWA 52409-9009 PHONE: (319) 841-4000 END OF ADDENDUM #2 ?E�� o an r � I hereby certify that this engineering document was prepared by me or under my direct 2M ES sl o =!C personal supervision and that I am a duly licensed Professional Engineer under the laws of the StateTof Iowa.. yq ;or m Q�pF ` / Date: 0 16$ / y TERESA H. TERESA H. STADELMANN, P.E. WZ STADELMANN Z License No. 17948 j17948 �� My renewal date is December 31, 2015 Pages or sheets covered by this seal: = /pw Ilk ADDENDUM #2 END OF ADDENDUM #2 ?E�� o an r � ., 2M =!C .crrn ;or m a c JANUARY 8, 2014 ADN2-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #2 ROCKY SHORE STORMWATER PUMP STATION IOWA CITY, IOWA CONTRACTOR'S BID DATE: Tuesday, February 11, 2014 @ 2:30 PM PLACE FOR CONTRACTORS TO SUBMIT BIDS: TO ALL PLANHOLDERS: The following changes, clarifications, additions, and/or deletions are hereby made a part of the contract documents for the above -referenced project, as fully and completely as if the same were fully set forth therein: PLANS The following phasing and coordination notes are included in the contract and apply to the rerouting of the water main shown on Sheet C104. Phase 1: Rerouting the 24" water main Install all of the new 24" water main except for where it ties into the existing 24". Test new 24" water main. When completed, schedule shut down of existing 24" water main. Contractor will have 1 day to do the tie-ins. Iowa City Water Department will shut down and turn on water mains. Contractor will need to have two crews to do the tie-ins at both ends at the same time. Contractor will need to swab all materials used, and keep piping clean. Contractor will need to make sure no ground water gets into piping. When completed, the Water Department will turn the water back on. The Contractor will follow the City's standard bacterial testing procedure. We will do 2 bacteria tests 24 hours apart. The 24" water main will remain isolated until the tests are completed with passing results. Phase 2: Changing the 12" and 16" water main Schedule shut down of existing water main with the Iowa City Water Department. Install valves and hydrant assembly on existing 12" water main, replacing existing hydrant. Replace all of the existing 12" water main in areas where it has to be lowered and the area in between the two lowered areas along Rocky Shore Drive, and as shown on the plans. Contractor will need to do this in a timely manner (within 2 to 3 days). When completed, all piping will be tested. Contractor will need to swab all materials used, and keep piping clean. Contractor will need to make sure no ground water gets into piping. When completed, the Water Department will turn water back on. The Contractor will follow the City's standard bacterial testing procedure. We will do 2 bacteria tests 24 hours apart. The 12" water main will remain isolated until the tests are completed with passing results. JANUARY 8,2014 ADN2-1 N 0 City of Iowa City o City Clerk's Office D� z 410 E. Washington Street �� N Iowa City, Iowa 52240 .=icy 00 :'fir r*s -o m = ADDENDUM NO.2 � N January 8, 2014 ow The following changes, clarifications, additions, and/or deletions are hereby made a part of the contract documents for the above -referenced project, as fully and completely as if the same were fully set forth therein: PLANS The following phasing and coordination notes are included in the contract and apply to the rerouting of the water main shown on Sheet C104. Phase 1: Rerouting the 24" water main Install all of the new 24" water main except for where it ties into the existing 24". Test new 24" water main. When completed, schedule shut down of existing 24" water main. Contractor will have 1 day to do the tie-ins. Iowa City Water Department will shut down and turn on water mains. Contractor will need to have two crews to do the tie-ins at both ends at the same time. Contractor will need to swab all materials used, and keep piping clean. Contractor will need to make sure no ground water gets into piping. When completed, the Water Department will turn the water back on. The Contractor will follow the City's standard bacterial testing procedure. We will do 2 bacteria tests 24 hours apart. The 24" water main will remain isolated until the tests are completed with passing results. Phase 2: Changing the 12" and 16" water main Schedule shut down of existing water main with the Iowa City Water Department. Install valves and hydrant assembly on existing 12" water main, replacing existing hydrant. Replace all of the existing 12" water main in areas where it has to be lowered and the area in between the two lowered areas along Rocky Shore Drive, and as shown on the plans. Contractor will need to do this in a timely manner (within 2 to 3 days). When completed, all piping will be tested. Contractor will need to swab all materials used, and keep piping clean. Contractor will need to make sure no ground water gets into piping. When completed, the Water Department will turn water back on. The Contractor will follow the City's standard bacterial testing procedure. We will do 2 bacteria tests 24 hours apart. The 12" water main will remain isolated until the tests are completed with passing results. JANUARY 8,2014 ADN2-1 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #2 All bidders shall acknowledge receipt and acceptance of Addendum No. 2 by signing in the space provided on the Bid Form. Bids submitted without Addendum No. 2 being acknowledged will be considered non-responsive. HR Green, Inc. 8710 EARHART LANE P.O. BOX 9009 CEDAR RAPIDS, IOWA 52409-9009 PHONE: (319) 841-4000 END OF ADDENDUM #2 N O_ I hereby certify that this engineering document was prepared by me or under my direct L ESS/ o'v C,)-< .<� personal supervision and that I am a duly licensed Professional Engineer under the laws ofthe State of Iowa. Q�of �m -0 M �7C �� /�..- Date: yO TERESA H. TERESA H. STADE MANN, P.E. W STADELMANN Z License No. 17948 17948 My renewal date is December 31, 2015 Pages or sheets covered by this seal: /0W A =' ADDENDUM #2 END OF ADDENDUM #2 JANUARY 8, 2014 ADN2-2 N O_ n L C,)-< .<� r �m -0 M �7C N O W JANUARY 8, 2014 ADN2-2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 ROCKY SHORE STORMWATER PUMP STATION IOWA CITY, IOWA CONTRACTOR'S BID DATE: Tuesday, February 11, 2014 @ 2:30 PM PLACE FOR CONTRACTORS TO SUBMIT BIDS: TO ALL PLANHOLDERS: City of Iowa City City Clerk's Office 410 E. Washington Street Iowa City, Iowa 52240 ADDENDUM NO.3 February 4, 2014 The following changes, clarifications, additions, and/or deletions are hereby made a part of the contract documents for the above -referenced project, as fully and completely as if the same were fully set forth therein: GENERAL COMMENTS PRE-BID MEETING. Agenda, Sign -In sheet, and responses to contractor questions raised at the pre-bid meeting held January 28, 2014 are attached. 2. Because of the number of bid items, a computer generated bid form attachment with extended unit prices will be allowed in lieu of filling out each bid item line on the Form of Proposal by hand. The Contractor is responsible for the accuracy of their bid. 3. Permits. Flood Plain Development permit is attached for reference. N _o 4. Davis Bacon Wage Determination Rates. Replace the Davis Bacon WkkeDetRmination Rates with the updated rates attached. .2.:; Cr ncl SPECIFICATIONS rn c� 1. Refer to FORM OF PROPOSAL - 00412: _o x = m a a. Replace Section in its entirety with Form of Proposal - 00412 Addb-!ihdum #3 alta d. 0 C-4 2. Refer to RAILROAD COORDINATION REQUIREMENTS: a. Delete paragraph 1.c. 3. Refer to CRANDIC RAILROAD COORDINATION REQUIREMENTS, Paragraph C: a. Replace "The Contractor shall be responsible for all costs associated with flagging." with "The CITY shall be responsible for all costs associated with flagging." FEBRUARY 4, 2014 ADN3 -1 HR Green, Inc. Project No. 10100241 4. Refer to Section 02457 — STEEL PILES: a. Replace Paragraph 1.02 with: Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 1.02 MEASUREMENT AND PAYMENT PROCEDURES A. H -Pile 1. Measurement: a. Measurement will be in linear feet of H -pile installed measured Measurement will be in projected square foot of sheet pile installed from tip to cut-off elevation at the locations shown on the measured from tip to cut-off elevation and to the horizontal limits Drawings. b. H -pile lengths extending above cut-off elevation will be considered Sheet pile lengths extending above cut-off elevation will be as waste. 2. Payment: a. No payment will be made for damaged or rejected H -pile. b. Contractor will be paid for H -piles that are withdrawn or Contractor will be paid for sheet piles that are withdrawn or discontinued due to hitting obstructions. C. Adjustment of base bid linear footage shall be made in accordance Adjustment of base bid square footage shall be made in with unit prices in the Proposal. d. Adjustment will be made on the total linear footage of H -piling Adjustment will be made on the total square footage of sheet piling installed, not individual piles. B. Sheet Pile 1. Measurement: a. Measurement will be in projected square foot of sheet pile installed measured from tip to cut-off elevation and to the horizontal limits shown on the Drawings. b. Sheet pile lengths extending above cut-off elevation will be considered as waste. 2. Payment: a. No payment will be made for damaged or rejected sheet pile. b. Contractor will be paid for sheet piles that are withdrawn or discontinued due to hitting obstructions. C. Adjustment of base bid square footage shall be made in accordance with unit prices in the Proposal. d. Adjustment will be made on the total square footage of sheet piling installed. not individual sheets. 5. Add Section 02660 — CITY OF IOWA CITY WATER DISTRIBUTION !W,CIFIIUATIONS attached. 1i.y ni a. All Water Mains and Appurtenances on the Project will referenc�tkts scAcifiz section. For additional City Water Department req t�rtrt�AentBt g�to http://www.icgov.orq/?id=1626. ago R 6. Add Section 047200 — CAST STONE MASONRY attached. a a. All "Precast Architectural Concrete' in the drawings may be supp& as either Architectural Precast Concrete (referencing Specification Section 03450) or Cast Stone Masonry (referencing Specification Section 047200). Refer to Section 05500 - METAL FABRICATIONS: a. Under Paragraph 2.06.A.2, change "...provide the following." to "...provide the following minimum size members." b. Under Paragraph 2.06.A, add paragraph 4 as follows FEBRUARY 4, 2014 ADN3 - 2 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 "4. Bracing: Brace ladder as required so that 50 -pound load applied at any point in any direction produces a deflection of less than 1/8 inch. Bracing materials shall match ladder materials. " 8. Refer to Section 16231 — PACKAGED ENGINE GENERATORS: a. Under Paragraph 2.03, add the following subparagraphs: "D. Motors identified to be started using reduced voltage solid state electronic equipment have the potential to produce significant harmonics, voltage and current distortion on the power source line during the period of starting and ramping up to motorto speed. No line -side harmonic filtering or mitigation equipment is required to be provided with the soft -start equipment. Once the motor load is at speed, the soft -starter will be bypassed and the motor will run directly on line voltage. The generator will be required to accept such line distortion and start the loads." "E. Maximum allowable voltage dip of the generator output during any step load shall be 20%." b. Under Paragraph 2.06, add the following subparagraph: "J. Provide a Lockout-Tagout device capable of preventing the generator starter from cranking the engine, either automatically or manually, when the device is properly attached/engaged and locked out by maintenance personnel." PLANS The following plan sheets have been revised and re -issued as part of this addendum: G005 G008 C102 S003 S103 G006 D100 C103 S004 S104 0 G007 C100 C104 S005 o r D" W _ 2. Refer to plan sheet G010: n -f a. Revise Note 2 on G010 to the following: orn = m "SPECIAL SIGNS SHALL BE 72"X36" (BLACK ON ORANGE)*PFH 6=TYPO LETTERS. SIGN MATERIAL SHALL MEET THE REQUIREMENTS OF I®UVA DOT STANDARD SPECIFICATION SECTION 4186 SIGNING MATERIAI-tt. THE SPECIAL SIGNS ALONG HAWKINS DRIVE, WEST PARK ROAD, AND N. RIVERSIDE DRIVE SHALL BE MOUNTED AT A MINIMUM HEIGHT OF 5 FT. FROM THE BOTTOM OF THE SIGN. THE SPECIAL SIGNS ALONG HWY 6 SHALL BE MOUNTED A MINIMUM HEIGHT OF 7 FT. FROM THE BOTTOM OF THE SIGN. THE SIGNS SHALL BE MOUNTED ON TWO STEEL BREAKAWAY POSTS MEETING THE REQUIREMENTS OF IOWA DOT STANDARD SPECIFICATION SECTION 4186.10 SIGN POSTS." FEBRUARY 4, 2014 ADN3 - 3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #3 b. Revise the TRAFFIC CONTROL LEGEND: The Sequencing Arrow in the TRAFFIC CONTROL LEGEND on sheet G010 has been removed. There is no sequencing arrow required as part of the traffic control plan. Refer to plan sheet S101: a. Revise detail 2, Enlarged Plan, as follows: i. Change bottom elevation of embedded sheet pile termination from 626.0 to 632.0. ii. Add "USE #6@12 VERTS W/ MATCHING DWL ON NORTH AND EAST FACE OF 3' X 4' CORNER" to the note "VERTS NOT SHOWN FOR CLARITY." iii. NOTE: Convolutions of sheet pile are shown reversed from what is required. See 3/S004 for proper positioning of sheet pile in north -south direction. iv. Add comment at embedded plate: "MINIMUM EMBEDDED PLATE IS 1/2" X 10". FULLY WELD SHEET PILE TO EMBEDDED PLATE WITH SKIP AND FILL TECHNIQUE." 4. Refer to plan sheet S102: a. Add the following callout to the plan Southwest corner of the pump station where the sheet pile wall meets the concrete pump station wall: "EMBEDDED SHEET PILE TERMINATION SIM TO 2/S101." o CD r ::En 5. Refer to plan sheet S105: D:=; M a. Change equipment pad call out on south side of generator froPn<EQUIP IF 6/S002..." to "EQUIP PAD 2/S002." -aCj Q' rn = M 6. Refer to plan sheet S302: (� CD a. Change detail 1, W -E Section, 1" EXP. JT call -out on east side offump station fqr 7/S002 to 3/S002. b. Change detail 4, Partial Plan, EXP Jt call -out from 7/S002 to 31S002. 7. Refer to plan sheet S304: a. In Section 1, the 8" band of concrete around the flood door is not shown. Add note: "SEE DOOR DETAILS ON S501 FOR 8" BAND OF CONCRETE AROUND FLOOD DOOR." 8. Refer to plan sheet S305: a. Detail 2: Add call out for bent bar at corner as follows: "#5@8" 2'-6" X 2'-6" b. Detail 5: Delete following callout and associated leaders: "#7@8" OC EWEF." C. Detail 6: Add call out for bent bar at corner as follows: "#8@8" 4'-0" X 5'-6" LLV." d. Detail 7: Add call out for long vertical dowel bar: #7@8. 9. Refer to plan sheet S501: a. Revise details 1 and 2, door details, as follows: i. 8" wide concrete band shall project 4" from face of brick. Provide #3@12" closed horizontal ties to tie 8" concrete band into the #4@12" horizontal reinforcing in the 12" wall. Tie dimensions shall be 4" x 18" ii. At detail 1, hollow metal door head is shown 4" tall. Change to 2" tall. FEBRUARY 4, 2014 ADN3 - 4 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 b. Revise detail 4, Floor Flange Detail, as follows: i. Change "3/8" STEEL PLATE" call -out to 1/2" ALUM. PLATE". ii. Change 1/4" x 4" STEEL KICK PLATE..." call -out to 1/4" x 4" ALUM. KICK PLATE...... C. Change Detail 6 from "GALVANIZED STEEL GRATING" to "ALUMINUM GRATING". 1. Note 1, change "NON -SERRATED" to "SERRATED". d. Revise detail 7, Angled Flange Detail, as follows: i. Change call -out for angled plate from "3/8" ...STEEL PLATE' to 1/2" ...ALUMINUM PLATE". e. Revise Door Schedule as follows: i. Door 101A: 1. Change size to 4'-0" x 7'-0" 2. Change door material to STEEL 3. Delete door'type' 4. Delete all door frame entries 5. Change head detail to 1/S501 6. Change Jamb detail to 2/S501 7. Change Sill detail to 3/S501 8. Change Hardware Group to "MANUFACTURER'S STANDARD" 9. Change Remarks to "FLOOD DOOR - SPECIFICATION 08301" ii. Door 101 B: 1. Change size to 3'-5" x 6-10" x 2" 2. Change door material to HOLLOW METAL 3. Delete door'type' 4. Change door frame size to 3'4" x 7'-0" 5. Change door frame material to HOLLOW METAL 6. Delete door type 7. Change head detail to 1/S501 8. Change Jamb detail to 2/S501 9. Change Sill detail to 3/S501 p o 10. Change Hardware Group to "MAN UFACTURERLS STA P' ARD" iii. Door 102: n 4 1. Change size to 4'-0" x 7'-0" tin 2. Change door material to STEEL 3. Delete door'type' p ? •' i 4. Delete all door frame entries a 0 5. Change head detail to 1/S501 O 6. Change Jamb detail to 2/S501 2- 7. Change Sill detail to 3/S501 8. Change Hardware Group to "MANUFACTURER'S STANDARD" 9. Change Remarks to "FLOOD DOOR - SPECIFICATION 08301 10. Refer to plan sheet S502: a. Revise detail 1, Stair Detail, as follows: Change rail system call out from "... NPS SCH 40 GALVANIZED STEEL TOPRAIL, INTERMEDIATE RAILS AND POSTS" to "...NPS SCH 40 ALUMINUM TOPRAIL AND INTERMEDIATE RAILS AND NPS SCH 80 ALUMINUM POSTS.' ii. Change "GALV. ANGLED FLANGE...... FLANGE..." call -out to "ALUM. ANGLED FEBRUARY 4, 2014 ADN3 - 5 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 ill. Change "GALV. STEEL GRATE TREADS..." call -out to "ALUM. GRATE TREADS... ". iv. Change "CLOSE OFF END OF STRINGER WITH 1/4" GALV. STL PLATE" call -out to "CLOSE OFF END OF STRINGER WITH 1/4" ALUM. PLATE". V. Change "1/8" THICK GALV. STEEL PLATE RISER" call -out to "1/8" THICK ALUM. PLATE RISER". b. Revise detail 2, Stair Detail, as follows: i. Change "GALV. STEEL GRATE TREADS..." call -out to "ALUM. GRATE TREADS...". ii. Change "GALV. RAILING FLANGE..." call -out to "ALUM. RAILING FLANGE... ". •1 r M FEBRUARY4,2014 ADN3-6 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 All bidders shall acknowledge receipt and acceptance of Addendum No. 3 by signing in the space provided on the Bid Form. Bids submitted without Addendum No. 3 being acknowledged will be considered non-responsive. HR Green, Inc. 8710 EARHART LANE P.O. BOX 9009 CEDAR RAPIDS, IOWA 52409-9009 PHONE: (319) 841-4000 END OF ADDENDUM #3 FEBRUARY 4. 2014 0 O 't' 7 � D� W f Cn�r -0 m = E5= D� cm r ADN3 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. Q�OFESS10vq` `/ �0 Date: / yO TERESA H. TERESA H. STADELMANN, P.E. W STADELMANN Z License No. 17948 17948 m My renewal date is December 31, 2015 Pages or sheets covered by this seal: /0 W A ADDENDUM #3 END OF ADDENDUM #3 FEBRUARY 4. 2014 0 O 't' 7 � D� W f Cn�r -0 m = E5= D� cm r ADN3 RESPONSES TO CONTRACTOR QUESTIONS FROM PRE-BID MEETING HELD JANUARY 28, 2014 ROCKY SHORE STORMWATER PUMP STATION General Comments 1. See Pre -Bid Meeting Agenda for outline of topics covered. 2. Addendum #3 will be issued Tuesday, February 4. 3. Contact Ben Clark, City of Iowa City, with any City or grant related questions: 319.356.5436, ben-clark(o)iowa-city.org 4. The project is possible through Community Development Block Grant (CDBG) funds received through the Iowa Department of Economic Development (IDED), as set forth in the Consolidated Security, Disaster Assistance, and Continuing Appropriations Act of 2009 (Pub. L. 110-329). 5. CDBG Required Contract Provisions (included in the Specifications Book) and CDBG Special Conditions (included in Addendum #1) apply and are required to be included in all sub -contracts. 6. Federal Labor Standards apply. Compliance with the Davis -Bacon Act is required. Prevailing wage rates that are in effect 10 days before bidding will apply. New wage rates, if issued, will be included in Addendum #3. 7. Contractors and Subcontractors will need to be eligible for Contractor Certification through the Iowa Department of Economic Development (IDED). City will submit the application for the Contractor and all Subcontractors. A valid Iowa Contractor o_ Registration Number will need to be provided. o r 8. CRANDIC Railroad Coordination requirements are in effect. City will paytrai ad flagging costs directly – not the responsibility of the Contractor. —9. Coordination with the Iowa City Water Department is critical. Iowa City ON r specifications will be included with Addendum #3. :Cm -0 m FRO. Closure of Rocky Shore Drive is allowed for three continuous weeks betew Jure 1 0 and August 15; coordinate with City. 11. C*ractor shall take extra precautions to secure the project site and ant] pate tpffic congestion during home UI sporting events (football, basketball, wrestling, softball, track & field) as well as other miscellaneous events held at Carver Hawkeye Arena. Questions and Responses 1. What fees are associated with the permits the Contractor is required to obtain? a. Per Supplementary Conditions SC -6.08 PERMITS, no fee will be charged by City of Iowa City for permits required by the city. Fess for other required permits are the responsibility of the Contractor. 2. Are there any additional insurance requirements for work in a floodplain? a. Insurance requirements are set forth in the Supplementary Conditions (see Addendum #1). Contractors need to consult their own insurance provider regarding any additional coverage they may deem necessary. 3. Will there be provisions in the schedule for the possibility the site becomes unworkable due to high river levels? a. No. This will be addressed in the event that the site is flooded. b. Contractors should be aware that bank -full and high water table conditions will likely exist at certain times during the project. 4. Will the City permit large / heavy equipment to drive to the project site on Rocky Shore Drive from the north / east? a. The City has not restricted oversize loads on Rocky Shore Drive itself. b. There have been restrictions on using Park Road Bridge. Contractor will need to fax the /DOT Permit and axle spacing to the City, for review and approval. Fax number (319) 356-5007. 5. Will a copy of the Pre -Bid Meeting Sign -In sheet be made available? a. Yes, see attached. 6. Can flood gate for Rocky Shore Drive be procured in time to install during allowed Rocky Shore Drive closure? a. Contractor shall work closely with gate manufacturer and make all effort for gate to arrive and be installed during allowed road closure period. An additional road closure of no more than five days may be allowed for installation of the gate if it cannot be procured in time. Most work in the roadway can be complete before the gate arrives — storm, water main, utilities, flood gate piers, piles, and pavement. Timing of road closure(s) to be coordinated with and approved by the City. H O N Z m OV �O M-< p O r `-71fI %'C7. Dy n� rn ' CT 9 °= m �m _0 m o -_ o HRGreen PRE-BID MEETING AGENDA Project: Rocky Shore Stormwater Pump Station Meeting Time: 2:00 PM Meeting Date: January 28, 2014 Pre -Bid Meeting Agenda Disclaimer: Any interpretation, clarification, or changes discussed today regarding the project will not contractually change the bidding documents. Only changes issued by formal written Addenda will be binding. Sign in a. Please sign the attendance sheet provided before you leave. Thank you. 2. Introductions a. Owner — City of Iowa City b. Design Team — HR Green, Inc. c. Others in Attendance 3. Bidding a. Bids will be received by mail or delivery to the City's Clerk's office until 2:30W on Tuesday February 11, 2014 o r b. Bids will be opened at 2:30 PM Tuesday February 11, 2014 in Emm@J vab�iall, City Hall —i °D c-)-< i c. Sealed Bids must be submitted on the Form of Proposal included witA& F40ject Manual .<m -0 M a. Bidder identification Eim _ b. Acknowledge addenda D i. Addendum No. 1 — issued December 13, 2013 of ii. Addendum No. 2 — issued January 8, 2014 iii. Addendum No. 3 —will be issued by Tuesday February 4, 2014 c. Base Bid and Bid Alternate d. List Subcontractors, type of work, and approximate dollar amount d. Enclose Bid Bond in a separate, sealed envelope e. Performance and Payment Bonds required of the successful Bidder 4. Sales Tax a. Do not include sales tax in bids. b. The Owner will issue a sales tax exemption certificate applicable for all materials purchased for the project. 5. Permits a. Obtained by Owner a. IDNR Floodplain Review/ Iowa City Flood Plain Permit b. USACE Nationwide Permit No. 39 with Special Conditions c. IDOT permit b. Obtained by Contractor a. Iowa City Building Permit b. Iowa City Construction Site Runoff c. NPDES General Permit No. 2 6. Insurance a. See General Conditions Article 5 and Supplementary Conditions for types and limits b. Note list of "additional insured" to be named on policies 7. CDBG Funding a. Davis -Bacon Wage Rates in effect b. See Project Manual for additional requirements 8. Project Overview Flood protection measures along the Iowa River near Rocky Shore Drive, including construction of a stormwater pump station and stand-by generator, flood walls, flood gate, embankment capping, storm sewers, water main, paving, and recreational trail. a. Site a. CRANDIC Park b. CRANDIC Railroad c. Rocky Shore Drive and ROW d. Riley splitter box e. DOT culvert trash rack o b. Construction Sequencing o r a. Coordination with City Water Department DC-) m b. Coordination with CRANDIC cn�-< — r c. Coordination with Utilities i. CenturyLink -.<m -p m ii. MidAmerican iii. Mediacom d. Rocky Shore Drive closure v c Jr - 9. Project Schedule a. Final Completion: December 31, 2014 10. Questions or comments PRE-BID MEETING ROCKY SHORE STORMWATER PUMP STATION Time: 2:00 p.m. on Tuesday, January 28, 2014 0 Location: Emma J. Harvat Hall, City Hall o r 410 E Washington St, Iowa City, IA D- >— r —n n� 1 m MEETING ATTENDANCE �m M = r NAME r/ / 2, /llic40z/ /�a/pkv 3. 4. F REPRESENTING PHONE EMAIL yi4f. ✓1 tie\ 7i12G L4faQ VWS Tr4�N� s�� �Ifl 8U2 Mi1C.N6Gl��V[u"v' %LL � Q_A Nlce a t.0'4 �L�C Gi iZcc `c 5. i 8. n l l r �zen L c+nsf $ie �Sy2-y2ys b,n sots i �(r/ 7. S / FVF_ ( t7x lVyV;arl*e ARIN6-E!v I L . l MNv9AbVVC1e1A16 k6wek 1 12. p' fiA yb j q) .563 3&d7o-V33TvrXrr (onl Cowl q�3-Z�7-�'�cY? ick r4k 13., r�YtJE 14.����e�r�� _z ,J 15. a i 16. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. �^ S Tri.• Fif rwe (o �'t (fwa Cm.�tioc.�cl�oJ 3/Yz�q&-sem r��.c.r-C.+sae,.ar.. 2 N 0 17. ..cH 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. �^ S Tri.• Fif rwe (o �'t (fwa Cm.�tioc.�cl�oJ 3/Yz�q&-sem r��.c.r-C.+sae,.ar.. 2 N 0 ..cH r m "n A-< ca r o� z 0 r FLOOD PLAIN DEVELOPMENT PERMIT w " x� Permit#: FLD13-00001 Issued : 1/31/2014. Applicant Name: CITY OF IOWA CITY $•"a.. Job Address: 51 ROCKY SHORE 'DR Parcel#: 1009254001 Zone: (319)356-5120 Project Name: STORMWATER PUMP STATION Applicant--- - —Contractor CITY OF IOWA CITY CRANDIC PARK 410 E WASHINGTON ST IOWA CITY, IA 52240 LEGAL DESCRIPTION: SUBDIVISION : 0 BLOCK : 0 LOT : 0 PROJECT DESCRIPTION: pump station, generator, transformer, floodwall TYPE OF DEVELOPMENT: NEW ELEVATIONS --(ft above NGVD) O TYPE OF USE: OTH BASE FLOOD: 652.50 ADD/MOD TO NON-CONFRM USE?: N FLOODPROOFING : 653.50 IMPROVEMENT COST: 0 PROP DEVEL.: 658.40 ASSESSED VALUE: 0 FIRM PANEL: 19103C -0195-E FLOODWAY? : N CERT. OF ELEVATION REQ'D? Y FLOODWAYFRINGE?: Y ENGNR 404 PERMIT REQ'D: Y STAFF: JJT IDNR PERMIT REQUIRED?: Y EXPIRES: 1/31/2015 NOTICE This permit is issued with the condition that the lowest floor (including basement floor) of any new or substantially improved residential building will be elevated 1.0 ft. above the base flood elevation. If the proposed development is a non-residential building, this permit is issued with the condition that the lowest floor (Including basement) of a new or substantially improved non-residential building will be elevated or flood -proofed 1.0 ft, above the base flood elevation. This permit is issued with the condition that the developer/owner will provide certification by a registered engineer, architect, or land surveyor of the "as -built" lowest floor (Including basement) elevation of a new or substantially improved building covered by this permit. X a of Applica t Date of buildirlCOfficial O r D.� co, I� C') _< r -I n 01 i r z m o� r copy t - Original copy 2 - applicant copy 3 - floodplain file copy 4 - riverfront community fld prmtmt DB wages - IA130001 01142014 General Decision Number: IA140001 01/03/2014 IA1 Superseded General Decision Number: IA20130001 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, Marshal, 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 01/03/2014 * SUTA2002-003 02/28/2012 Rates Carpenter & Piledrivermen ZONE 1 ......................$ 23.92 ZONE 2 ......................$ 21.83 ZONE 3 ......................E 21.83 `ZONE 4 ......................5 20.80 ZONE 5 **...................$ 20.25 Concrete Finisher ZONE 1 ......................$ 21.80 ZONE 2 ......................$ 21.80 ZONE 3 ......................E 21.80 ZONE 4 ......................$ 19.60 ZONE 5 ......................$ 18.00 Electricians: (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 1, ZONE 2 AND ZONE 3...$ 20.55 ZONE 4 ......................$ 19.25 ZONE 5 ......................$ 17.00 Ironworkers: (SETTING OF STRUCTURAL STEEL) Page 1 Fringes N 0 9.93 0 9.93 D— 9.93 mrTi 8.25 6.85 n'< —4 <'5 rn r .<m a rn 7.00? 7.00 a o 7.00 cn 5.45 6.00 5.70 5.70 5.70 DB Wages - IA130001 01142014 ZONE 1 AND 2 ................$ 25.05 7.45 ZONE 3 ......................S 24.75 7.75 ZONE 4 ......................S 20.65 6.60 ZONE 5 ** ...................S 20.25 6.10 Laborers: ZONE 1 AND ZONE 2 GROUP A ....................$ 20.21 GROUP AA ...................$ 21.01 GROUP B....................S 18.33 GROUP C ....................$ 15.10 ZONE 3 GROUP A ....................$ 20.21 GROUP AA...................S 21.01 GROUP B ....................$ 18.33 GROUP C....................S 15.10 ZONE 4 GROUP A ....................$ 17.40 GROUP B ....................$ 16.08 GROUP C ....................$ 13.20 ZONE 5 GROUP A ....... ............. S 17.95 GROUP B ....................$ 15.20 GROUP C....................S 14.60 Power equipment operators: ZONE 1 GROUP A ....................$ 26.85 GROUP B....................S 25.25 GROUP C ....................$ 22.75 GROUP D ....................$ 22.75 ZONE 2 GROUP A....................S 26.10 GROUP B....................S 24.50 GROUP C....................S 21.95 GROUP D....................S 21.95 ZONE 3 GROUP A....................S 26.70 GROUP B ....................$ 24.90 GROUP C ....................$ 23.90 GROUP D: ...................$ 23.90 ZONE 4 GROUP A ....................$ 25.50 GROUP B ....................$ 24.36 GROUP C ....................S 22.28 GROUP D....................S 22.28 ZONE 5 GROUP A ....................$ 22.07 GROUP B .....................$ 21.03 GROUP C ....................$ 19.70 GROUP ff?...................$ 18.70 TRUCK DRIVER (AND PAVEMENT MARKING DRIVER/SWITCHPERSON) ZONE 1 ......................$ 19.65 ZONE 2 ......................$ 19.65 ZONE 3 ......................$ 19.65 ZONE 4 ......................$ 19.70 ZONE 5 ......................$ 17.75 ZONE DEFINITIONS 7.65 7.65 7.65 7.65 7.65 7.65 7.65 7.65 7.65 7.65 7.65 12.90 12.90 12.90 12.90 12.90 12.90 12.90 12.90 15.10 15.10 15.10 15.10 8.55 8.55 8.55 8.55 9.60 9.60 9.60 5.35 5.35 ZONE 1 - The Counties of Polk, Warren and Dallas for all Page 2 DB wages - IA130001 01142014 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 & 5; powderman tender; powerman/blaster; saw operator; tunnel laborer (zones 4 and 5). GROUP B -Air gas, electric to 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 exp rasion t�oint assembler; form tamper; general laborer; gra a checker; handling and placing metal mesh, dowel bars, rei0fbrcing bars and chairs; hot asphalt laborer; installing temporary traffic control devices; jackhammerman; mechanical grouter; painter (all except stripers);paving breaker; planting trees, shrubs and flowers; power broom (not self/propelled); power buggyman; rakers; rotiman (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 rade 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 Page 3 N 0 O r , r ,<r m rn o: _ C) cn DB wages - IA130001 01142014 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.);roup 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 a (under 1 cu. yd.); truck mounted post driver. — GROUP D - Boiler, Compressor, cure and texture machine. dow O r rri D box; farm type or utility tractor (under 75 hp.) pullingCD --t disk, roller or other attachments; group greaser tender; c7I CYN light plants; mechanic tender; mechanical broom; mechanical —+C� heaters; oiler; pumps (under three inch diameter); tree m -o rn chipping machine; truck cranedriver/oiler. o s CARPENTERS AND PILEDRIVERMEN, OR IRONWORKERS (ZONE D O 5) cn Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation tp.which welding is incidental. G =cccccccccct?�ccccccccccccccccccccecce=occoccccccccccccccccccccc— 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)). Page 4 DB Wages - IA130001 01142014 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 neggotiated 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 surve!: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; 2004 is the year of the survey; and,.007 is an internal number used in producing the 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. Survey wage rates will remain in effect and will not change until a new survey is conducted. 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 Page 5 7 O O : 3 0 CA DB Wages - IA130001 01142014 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 wagye 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 darty 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 Page 6 N O —t m tin � r rn D •• O CA HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #3 FORM OF PROPOSAL —ADDENDUM #3 ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. A SEPARATE UNBOUND COPY IS PROVIDED. N 0 Name of Bidder Address of Bidder ""'i m UNIT NO. DESCRIPTION v+ QUANTITY PRICE TOTAL TO: City of Iowa City, Iowa � -v m Attn: City Clerk o� = Q 410 East Washington Street g 1 EARTHWORK Iowa City, IA 52240-1826 n � TOPSOIL, ON-SITE CY 520 4 TOPSOIL, OFF-SITE The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the Project Manual. 927 6 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. Bidder will complete the Work in accordance with the Contract Documents for the following prices: ITEMITEM I UNIT NO. DESCRIPTION UNIT QUANTITY PRICE TOTAL GENERAL 1 TRAFFIC CONTROL LS 1 2 1 GENERAL CONDITIONS LS 1 EARTHWORK 3 TOPSOIL, ON-SITE CY 520 4 TOPSOIL, OFF-SITE CY 346 5 SUBGRADE PREPARATION SY 927 6 SUBGRADE TREATMENT SY 444 7 SUBBASE, MODIFIED, 6 IN SY 1371 8 REMOVAL OF STRUCTURE, HEADWALL EA 1 9 REMOVAL OF STRUCTURE, PIPE APRON EA 4 10 REMOVAL OF KNOWN PIPE CULVERT, RCP, 60 INCH LF 55 FORM OF PROPOSAL 00412-1 ADDENDUM #3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 11 REMOVAL OF KNOWN PIPES AND CONDUITS, ABANDONED WATER MAIN, 6 INCH LF 40 12 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN 12 INCH LF 111 13 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 16 INCH LF 102 14 REMOVAL OF KNOWN PIPES AND CONDUITS, WATER MAIN, 24 INCH LF 102 15 REMOVAL OF HYDRANT ASSEMBLY EA 1 16 COMPACTION TESTING LS 1 17 EXCAVATION AND DISPOSAL OF EXISTING FILL - CLASS 13 CY 5700 18 CLASS A CRUSHED STONE IN PLACE CY 1456 19 ROCK EXCAVATION CY 100 20 EMBANKMENT SOILS IN PLACE CY 1996 TRENCH AND TRENCHLESS CONSTRUCTION 21 SEWER PIPE SUPPORT OVER EXISTING UTILITY EA 1 SEWERS AND DRAINS 22 STORM SEWER, TRENCHED, CLASS III RCP, 15 INCH, GASKETED LF 8 23 STORM SEWER, TRENCHED, CLASS III RCP, 18 INCH,GASKETED LF 196 24 STORM SEWER, TRENCHED, CLASS III RCP, 24 INCH, GASKETED LF 214 25 STORM SEWER, TRENCHED, CLASS III RCP, 36 INCH, GASKETED LF 40 c — r 26 STORM SEWER, TRENCHED, CLASS III RCP, 84 INCH, GASKETED LF 20 *0 ''� D -t W '•n 27 REMOVAL OF STORM SEWER, VARIOUS, 36 INCH DIA. AND SMALLER LF 48 ac I ::in v+ r 28 BOX CULVERT, TRENCHED, SINGLE CELL 12 FT X 5 FT PRECAST LF 29 rn =or C� "Is 29 PRECAST SLOPED END SECTION FOR 12 FT X 5 FT BOX CULVERT EA 1 D 30 SAFETY GRATE FOR BOX CULVERT, RF -29 TYPE 3, MODIFIED LS 1 31 GENERATOR ENCLOSURE FLOOR DRAIN AND STORM CONNECTION LS 1 32 SUBDRAIN TYPE 2,6 INCH LF 174 33 SUBDRAIN CLEANOUT, TYPE A-1 EA 2 34 SUBDRAIN OUTLET, 61NCH EA 1 WATER MAINS AND APPURTENANCES 35 WATER MAIN, TRENCHED, DIP 12 INCH LF 119 36 WATER MAIN TRENCHED DIP 16 INCH LF 102 37 WATER MAIN, TRENCHED, DIP, 24 INCH LF 156 38 FITTING WATER MAIN, MJ X MJ, DUCTILE IRON LB 6594 39 VALVE, BUTTERFLY 12 IN. MJ DUCTILE IRON EA 4 39A VALVE, BUTTERFLY 24 IN. MJ DUCTILE IRON EA 1 40 FIRE HYDRANT ASSEMBLY EA 1 41 VALVE BOX EXTENSION EA 2 FORM OF PROPOSAL 00412-2 ADDENDUM #3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 STRUCTURES FOR SANITARY AND STORM SEWERS 42 MANHOLE TYPE SW -401 48 INCH DIAMETER EA 1 43 INTAKE TYPE SW -502 EA 2 44 INTAKE TYPE SW -505 EA 2 45 INTAKE TYPE SW -512,24 INCH DIAMETER EA 1 46 INTAKE, TYPE SW -513, 3.5 FT X 3.5 FT EA 1 47 REMOVE INTAKE EA 2 STREETS AND RELATED WORK 48 PAVEMENT, PCC, 8 INCH SY 852 49 REMOVAL OF SIDEWALK SY 134 50 REMOVAL OF SHARED USE PATH SY 297 51 REMOVAL OF DRIVEWAY SY 626 52 SHARED USE PATH, PCC 6 INCH SY 296 53 SPECIAL SUBGRADE TREATMENT FOR SHARED USE PATHS SY 415 54 SIDEWALK PCC 5INCH SY 144 55 DETECTABLE WARNING SF 40 56 DRIVEWAY, PAVED PCC TYPE A 7 INCH SY 33 57 DRIVEWAY PAVED, PCC, TYPE A, 8 INCH SY 47 58 DRIVEWAY, GRANULAR SY 410 59 PAVEMENT REMOVAL, PCC SY 304 SITE WORK AND LANDSCAPING 60 HYDRAULIC SEEDING, FERTILIZING AND MULCHING SUDAS TYPE 1 AC 1 61 SWPPP PREPARATION LSR167 62 SWPPP MANAGEMENT LS 0 63 SWPPP QUALIFYING RAINFALL EVENT INSPECTION EA 2>n m 64 TEMPORARY RECP TYPE 2.D SY 65 RIP RAP CLASS E REVETMENT TON -1 c) a+ 66 SILT FENCE LF 67 SILT FENCE REMOVAL OF SEDIMENT LF—� 68 SILT FENCE REMOVAL OF DEVICE LF — 69 STABILIZED CONSTRUCTION ENTRANCE SY 0 70 INLET PROTECTION DEVICE, SURFACE- APPLIED EA 6 71 IINLtl PROTECTION DEVICE, MAINTENANCE EA 6 72CHAIN LINK FENCE 8 FT LF 135 73 GATE, CHAIN LINK, 8 FT HEIGHT, 24 FT WIDTH EA 1 74 BOLLARD EA 11 PROCESS 75 SWING FLOOD GATE LS 1 76 LOCKOUT EQUIPMENT FOR RILEY BOX SLIDE GATES LS 1 77 SUBMERSIBLE STORMWATER PUMPS (2 TOTAL LS 1 78 MANUALSCREEN EA 1 79 SLIDE GATE 12X6; 2 TOTAL EA 1 2 80 PUMP STATION HATCHES I LS 1 1 FORM OF PROPOSAL 00412-3 ADDENDUM #3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 STRUCTURAL DESCRIPTION UNIT QUANTITY 81 FLOOD WALL H -PILES LF 340 82 FLOOD WALL SHEET PILE SF 4769 83 FLOOD DOOR EA 2 84 CAST -IN-PLACE CONCRETE FOR PUMP STATION SLABS, WALLS, FILL, ETC. LS 1 85 CAST -IN-PLACE CONCRETE FOR GENERATOR ENCLOSURE AND TRANSFORMER PAD LS 1 86 CAST -IN-PLACE CONCRETE FOR FLOOD WALL ON SHEET PILE 2/S004 LS 1 87 CAST -IN-PLACE CONCRETE FOR FLOOD WALL ON SHEET PILE AND H -PILE 3/S004 LS 1 88 CAST -IN-PLACE CONCRETE FOR ROCKY SHORE DRIVE FLOOD WALL ON SHEET PILE AND H -PILE 3-SIM/S004 LS 1 89 CAST -IN-PLACE CONCRETE FOR FLOOD GATE POSTS AND FLOOD WALL ON FOUNDATION PIERS LS 1 90 CAST -IN-PLACE CONCRETE FOR FLOOD GATE FOUNDATION PIERS Cy 143 c o r 91 PRECAST ARCHITECTURAL CONCRETE LS 1 _ m 92 PUMP STATION BRICK LS 1 93 PUMP STATION GRATING, STAIRS, RAILS, OTHER MISC METALS LS 1 =ilk 0% r ELECTRICAL 94 EMERGENCY STANDBY GENERATOR SYSTEM LS 1 .% 95 ELECTRICAL DISTRIBUTION EQUIPMENT LS 1 �' O 96 REDUCED VOLTAGE SOLID STATE SOFT- START MOTOR CONTROLLERS LS 1 97 ELECTRICAL CONSTRUCTION LS 1 HVAC 98 1 ELECTRICAL ROOM HEATING AND VENTILATION LS 1 BASE BID PRICE (SUMMATION OF BID ITEMS 1-98) BID ALTERNATE 1 ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL STRUCTURAL 99 1 GENERATOR ENCLOSURE ARCHITECTURAL CONCRETE ENHANCEMENTS LS 1 BID ALTERNATE 1 TOTAL FORM OF PROPOSAL 00412-4 ADDENDUM #3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #3 The basis of contract award, if awarded, will be the lowest responsive, responsible bidder of the base bid plus any or all add alternates that are determined to be in the best interest of the Owner. The Owner reserves the right to reject any and all bids. 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: Federal Tax I.D. No.: FORM OF PROPOSAL v Ln 00412-5 ADDENDUM #3 STATE OF IOWA DEPARTMENT OF NATURAL RESOURCES Water Supply Section 401 SW 7th St., Suite M DES MOINES, IOWA 50309-4611 WATER SUPPLY STANDARD SPECIFICATIONS APPROVAL City of Iowa City Attn: Ron Noche, City Engineer 410 East Washington Street Iow4,Qty IA 52240 Subject: Water Mains Project No. W2013-0375 PWSID#: 5225079 We have completed our review of the standard specifications submitted for your municipal water system (The "STANDARD SPECIFICATIONS FOR WATER DISTRIBUTION CONSTRUCTION FOR THE CITY OF IOWA CITY, IOWA, FEBRUARY 1, 2013' and deterinmed these standard specifications for water mains are in accordance with our current rules. Therefore, these specifications are approved for use for future projects relating to water main constF action submitted for the City of Iowa City. When making submittals for water main projects, the engineer must state on the plans and appropriate DNR schedule that the construction shall be in accordance with the approved standard specifications currently on file with this Department. Also, if there are any deviations in the specifications as they apply to a particular project; such deviations can be covered through additional provisions and must be submitted with the project. Our review of these standard specifications has considered only material standards and installation methods as outlined by the requirements of this Department. Any major changes in current policies may require the updating of these standard specifications. If you have any questions, contact Sara Smith at (515) 725-0433 or e-mail at sara.smith(@,dnr.iowa.¢ov . Chuck Gipp, Director ENVIRONMENTAL ER ESD SION N _O Date: August 12,4013 r c7—C 1 r rn cc: City of Iowa City Std Spec File Field Office No. 6 (Washington) 0 PWSID # 5225079 M CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 2g,3 fi,,G -q P 11 ;2 O DA -i 1� =ern CDM = 9 n 0 r M v STANDARD SPECIFICATIONS FOR 'N4-013 0 3'1 5 WATER DISTRIBUTION CONSTRUCTIONr APPROVED FOR THE CITY OF IOWA CITY, IOWA iAL I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: o DATE: � f Jason R. Havel, P.E. Civil Engineer lESS10,�9� Iowa Reg. No. 19222 0 , W: _ JASONR. My license renewal date is December 31, 2014. HAVEt J: 19222 CITY OF IOWA CITY SECTION 02660 (Revised 2/1/2013) Z9 WATER DISTRIBUTION PART 1 GENERAL m � = 0 1.1 SUAB RP: A. Furnish, install and test water distribution system as indicated and 9pec11Z a+ 1.2 REFERENCES. A. This specification references the following documents. In their latest edition, the referenced documents form a part of this specification to the extent specified herein. In case of conflict, the requirements of this specification shall prevail. One copy of all references marked with a *** shall be kept on the site, readily available and accessible to the Contractor during normal working hours. Copies may be obtained from the organizations or from the Iowa City Water Division at cost plus 15%. B. City of Iowa City 1. Reference Manual: City Code of Ordinances Chapter 3, 4, & 10, Iowa City Municipal Design Standards, Earth Excavating, Backfill & Grading Specifications - Section 02220, Accepted Products for Water Distribution Materials Per Specifications — Section 02660, Water Distribution - Section 02660, Water Service Work for Contractors Specifications - Section 02665, Iowa City Water Division Policies & Procedures Manual, Backflow G Ordinance - Chapter 5. �0 C. American National Standards Institute and American Water Works Combined Standards: I. ANSI/AWWA-C104/A21.4: Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water 2. ANSI/AWWA-C105/A21.5-99: Polyethylene Encasement for Ductile -Iron Pipe Systems 3. ANSI/AWWA-C110/A21.10: Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids 4. ANSI/AWWA-Clll/A21.11: Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings 5. ANSI/AW WA-C150/A21.50: Thickness Design of Ductile -Iron Pipe WATER DISTRIBUTION- CITY OF IOWA Cn'Y - 02660 02/01/2013 Page 1 of 17 6. ANSI/AWWA-C15l/A21.51: Ductile -Iron Pipe, Centrifugally Cast, for 1. AWWA Manual M23***: PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 1. ASTM D2241 ti F. Manufacturers Standardization Society: C O r �n rn 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design akg j bn$ilcture� 2. MSS -SP -69 Pipe Hangers and Supports Selection and App'0 *n rn n G. Uni-Bell PVC Pipe Association: D v 1. UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/01/1013 Page 2 of 17 Water or Other Liquids 7. ANSIIAW WA -C 153/A21.53: Ductile -Iron Compact Fittings, 3 -inch through 24 -inch, and 54 -inch through 64 -inch for Water Service 8. ANSIIAW WA C502: Dry -Barrel Fire Hydrants 9. ANSI/AWWA C504: Rubber -Seated Butterfly Valves _ = 10. AWWA C509: Resilient -Seated Gate Valves for Water Supply Service. 11. ANSI/AWWA C510 Double Check Valve Backflow -Prevention Assembly 12. ANSIIAWWA C511 Reduced -Pressure Principal Backflow -Prevention Assembly 13. ANSI/AWWA C550: Protective Epoxy Interior Coatings for Valves and F>: Hydrants c 14. ANSI/AWWA C600***: Installation of Ductile -Iron Water Mains and Their Appurtenances 15. ANSI/AWWA C605***: Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water 16. ANSI/AWWA C651***: Disinfecting Water Mains 17. ANSI/AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 -inch through 8 -inch for Water Distribution D. American Water Works Association: 1. AWWA Manual M23***: PVC Pipe -Design and Installation 2. AWWA Manual M17***: Installation, Field Testing, and Maintenance of Fire Hydrants E. American Society for Testing Materials: 1. ASTM D2241 ti F. Manufacturers Standardization Society: C O r �n rn 1. MSS -SP -58 Pipe Hangers and Supports, Materials Design akg j bn$ilcture� 2. MSS -SP -69 Pipe Hangers and Supports Selection and App'0 *n rn n G. Uni-Bell PVC Pipe Association: D v 1. UNI -B-3-88 Recommended Practice for the Installation of Polyvinyl Chloride (PVC) Pressure Pipe (nominal diameters 4-36 inch) complying with AWWA Standard C-900. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/01/1013 Page 2 of 17 1.3 SUBMITTALS: A. Submit to the Engineer the following drawings or details for approval prior to installation. One copy of each with the approval stamp shall be kept at the work site at all times. B. Plans for initial operations and final operations: Special prepared drawings and typed list of sequences of steps are needed prior to any operation of water distribution system. Submit 2 weeks prior to date of planned operation, 0 r C. Shop, Working Drawings or Construction Plans showing: �n ren D� W 1. Pipe layout with valves, fittings and hydrants shown C=-jjC-.* Q, 2. Bolts ;<m -o 3. Joints oM = 4. Tapping sleeves, couplings, and special piping material .. 5. Polyethylene rn 6. Thrust block designs and details 7. Special backfill m v D. Certificates: Sworn certificates of shop tests showing compliance with appropriate standard for all piping materials. 1.4 QUAUTYASSURANCE. A. Engineer reserves the right to inspect and test by independent service at manufacturer's plant or elsewhere at Engineer's expense. B. Contractor shall conduct visual inspection before installation. 1.5 TIME: A. All work which requires shutdown of active water mains must be completed as quickly as possible to minimiinconvenience to the consumers and risk to the community. B. Amount of advance notice required to the Iowa City Water Division when materials or services are supplied by the Division is listed below. Serve notice to the Water Division at 356-5160. i - �" rTn ci For tapping service, provide 24 hours notice. For notice to customers of disruption of water service, provide 48 hours 1. 6 ro notice. This work will be completed with the assistance of Water Division j'}'ti r� r ` personnel. _ 9 For review, comments, and approval of plans of operation, provide 3 days notice. � 4. For locations of underground facilities, provide 48 hours notice. WATER DISTRIBUTION- CITY OF IOWA CITY . 02660 02101/2013 Page 3 of 17 PART2 PRODUCTS 21 All products used for this work shall be from the list of "Accepted Products for Water Distribution and Water Service Materials" contained in the Iowa City Water Division Reference Manual. 2.2 DUCTIL-IRONPIPE. A. Pipe shall be AW WA C151, Class 52. B. Pipe is to have an exterior bituminous enamel coating and a standard cement mortar lining in accordance with AW WA C 104. 'PcC. ro Pipe suspended from structures and bolted or restrained joint pipe, unless otherwise ew _ indicated or specified, shall be class 53. D. Pipe is to be complete with all necessary joint gaskets, lubricants, glands and bolts. 2.3 DUCTILE-IRONPIPEJOINTS: A. Single rubber -gasket push -on joints or mechanical joints shall conform to ANSI/AW WA Cl l l/A21.11. Furnish with all necessary hardware and gaskets. B. Bell -and -spigot pipe joints shall conform to ANSI A21.6 or ANSI A21.8. C. For bolted/restrained mechanical joint, use Griffin Bolt -Lok restrained joint or approved equal, (Class 53). D. For unbolted/restrained mechanical joint, use Griffin Snap -Lok restrained joint or approved equal, (Class 53). E. Do not use drilled & tapped retainer glands. F. Plain end of push -on pipe factory machined to a true circle and chamfered to facilitate fitting gasket. 2.4 POLYVINYL CHLORIDEPIPE: A. Pipe shall conform to ANSI/AWWA C900 and shall be thickness class DR 18 (Class 150). All pipe shall have the same outside dimensions as ductile -iron pipe. B. PVC pipe materials shall not be used in any area where there is likelihood the pipe will be exposed to concentrations of pollutants comprised of low molecW weight petroleum products or organic solvents or vapors. p r -rn" tz C. PVC pipe shall not be installed under public roadways and shall;�9qe qed arq cul-de-sacs or other small radius curves. .<r -o M m n CD on WATER DISTRIBUTION- CITY OF IOWA CrFY - 02660 02101 /2 01 3 Page 4 of 17 Z5 FITTINGS: A. All fittings shall conform to ANSI/AWWA C110/A21.10, with pressure rating of Class 350 for 3" to 24". B. Mechanical joint fittings shall be ductile iron compact ANSI/AWWA C153/A21.53 or ductile standard ANSI/AWWA C110/A21.10. Large fittings, 12 -inch through 20 - inch shall be ductile iron standard ANSI/AWWA C110/A21.10. Swivel tees shall be ductile iron standard ANSI/AWWA C110.A21.10. Where ductile iron is not available (i.e., offsets), cast iron standard ANSI/AWWA C110/A21.10 shall be provided. PXI] C. All fittings shall be bituminous coated inside and outside and shall be furnished complete with necessary accessories including plain rubber gaskets, ductile iron glands, NSS Cor -Blue bolts and nuts. Verify the gasket seats are not madfrregular by improper application of the lining materials. a n H � RESILIENTSEAT VALVES & VALVE BOXES. _n-< A. Gate valves shall conform to ANSI/AWWA C509.. ;ern v M 1. Valves shall be full line size gate valves with epoxy *'=tng-WsideW outside and contain stainless steel nuts and bolts. D o 2. Valve bodies shall be ductile iron or cast iron. Working pressure Rthe valve shall be at least 200 psi. 3. Valves shall have a standard 2 -inch square operating nut and shall open left. 4. Valves shall be capable of being repacked or replacing o -rings under pressure. 5. Valves are to be non -rising stem with the stem, nut and thrust collar made of bonze. B. Butterfly valves shall conform to ANSI/AWWA C504, for buried service, Class 150B. .J a 1. Valve seat to be installed on disk or valve body. 2. Butterfly valves shall not be utilized in sizes smaller than 16", unless so noted on the plans. 3. Working pressure of the valve shall be at least 150 psi. ,-$P Valves shall be short body pattern with mechanical joint ends. .: � Shaft seals shall be o -ring type. '6-= Valve shall have manual operator with a 2" square operating nut for ~ operation of the valve and shall open left. All interior and exterior cast iron, ductile iron or steel surfaces shall be painted with an epoxy coating and contain stainless steel bolts and nuts. WATER DISTRIBUTION- CrrY OF IOWA C IY - 02660 02/01/2013 Page 5 of 17 C. Tapping Valves shall be as specified for resilient -seated gate valves with the exception that one end shall be mechanical joint and the other end shall be flanged to match the tapping sleeve and shall have oversize seat rings to permit entry of the tapping machine cutters. 1. Tapping valves shall be 175 psi minimum working pressure. 2. Valves shall be epoxy coated inside and outside with stainless steel nuts and bolts. 3. Valves shall be furnished with all joint accessories. D. Valve Boxes shall be 2 -piece or 3 -piece slip type, range 51" to 71". Use lids marked "water". 2.7 HYDRANTS. Specification standard: ANSUAW WA Standard C502 r+ y Type of shutoff: Compression m Type of construction: Break flange or break bolt above the ground line and a breakaway stem connection. All bolts to be stainless steel. v Main valve opening: 4'/z inches for 12" water main and under 5'/s inches for 16" water main and above Nozzle arrangement 3 nozzle, two 2Y2 -inch hose nozzles and one 4'/cinch and size pumper nozzle, with caps attached with chains Nozzle thread: National Standard Hose Threads Type of inlet connection: Mechanical Joint Size of inlet connection: 6inch Depth of bury: Depth of bury shall be 6 feet Direction of opening: Open to right (clockwise) N o Packing: Conventional or O -Ring 0 D A rn cc -Ti n-< —1 co i rn Size and shape of 1'/2 inch, standard pentagon -<r '0 m operating nut: o� Working pressure: 250 psi > � Color: Safety Red WATER DISTRIBUTION- CITY OF IOWA MY - 02660 02/012013 Page 6 of 17 2.8 SPECUL FITTINGS: A. Special pipe fittings must be approved by the Engineer. B. Special fittings must be the same diameter, thickness and pressure class as standard fittings. C. Special fittings may be manufactured to meet requirements of same specifications as standard fittings except for laying length and types of end connection. D. Full Body Tapping Sleeves: 1. Shall be mechanical joint, split construction with end gaskets, manufactured to fit cast iron or ductile iron pipe. Branch shall have a flange fitting to match the tapping valve. 2. Shall meet the OD requirements for Class A, B, C, or D pit cast pipe. ti 3. Shall be furnished complete with all accessories. c 4. Required for 12" and larger pipe or under paving. �e7 3:D r W Shall have stainless steel or NSS Cor -Blue nuts and bolts. E. Stainless Steel Tapping Sleeves: en C = rn 1. Shall be epoxy coated with ductile -iron flange and stainless steel C):V -Z0 2. Shall meet the OD requirements for class A, B, C, or D pit cast pipe. CO 3. Shall be furnished complete with all accessories. 4., Nitrile gaskets shall be used in L.U.S.T. areas (leaking underground storage tank areas). F. Stainless Steel Repair Clamps: 1. All stainless steel, single section, double section, or triple section, depending upon size of main. 2. Shall have stainless steel bolts and nuts. 2.9 GASAETS, BOLTS, NUTS, AND THREAD ROD: A. Mechanical joints made with: 1. Bolts: NSS Cor -Blue. 2. Stainless steel bolt studs with SS nuts on each end. B. All thread rod used to restrain fittings shall be stainless steel with SS nuts and 3/4" diameter. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 02/01/2013 Page 7 of 17 2.10 TRACER SYSTEM A. Tracer Wire for Direct Bury: 1. #12 AWG single solid copper conductor. 2.30 mil high molecular weight polyethylene (LLDPE) insulation. 3. Blue in color. B. Tracer Wire for Directional Drilling/Boring: 1. #12 AWG copper -clad stainless steel core. 2. 45 mil high molecular weight polyethylene (LLDPE) insulation. 3. Blue in color. F. Tracer Wire Terminal Box: 1. Comply with City of Iowa City Accept Products for Water Distribution Materials. 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. WATER DISTRIBUTION- CrrY OF IOWA CITY - 02660 02/012013 Page 8 of 17 C. Ground Rod: s 1. -3/8 inch diameter, 60 inch steel rod uniformly coated with metallically bonded J— m :; _ . Electrolytic copper. N t D.`' Chnnnd-rod Clamp: �n .�.) Cr- t� i. High-strength, corrosion -resistant copper alloy. c7 rn -4n M E. ' " Splice Kit: i v 1. Comply with City of Iowa City Accepted Products for Water DgrtriibutiEt Materials. F. Tracer Wire Terminal Box: 1. Comply with City of Iowa City Accept Products for Water Distribution Materials. 2.11 LUMBER: A. Lumber for bracing or supports shall be hardwood (i.e. oak, maple). Do not use creosoted lumber in contact with piping materials. 2.12 WATER: A. Reasonable amounts of water will be provided for use in the final operations of water main flushing, disinfecting and testing. Prior notice must be given to the Water Division. B. Contractor will not be charged for the water used as long as there is reasonable care to control and conserve the rate and volume used. If there is waste or carelessness, Contractor will be charged for water. WATER DISTRIBUTION- CrrY OF IOWA CITY - 02660 02/012013 Page 8 of 17 PART 3 EXECUTION 3.1 REFERENCESAND DOCUMENTS: A. Contractor must have all required documents on the site before commencing with the work. B. Valves, fittings, hydrants and ductile -iron pipe shall be installed in accordance with ANSUAW WA C600 except as noted herein. C. PVC pipe must be famished and installed in accordance with AWWA M23, ANSIIAWWA-C605 and Uni-Bell PVC Pipe Association UNI -B-3-88 except as noted herein. D. 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 valves, pipe and special construction features. Examples of special buried features would be: 1. Offsets in alignment. 2. Changes in depth, depth greater than 8 feet or less than 5 feet. 3. Special fittings or construction materials. N 3.2 RECEIVING, STORAGE AND HANDLING. r A. The City may mark materials which are found on the jobd;Which % determined to be defective or not approved. The marking may .!�nec%thSTM paint. The Contractor shall promptly remove defective or un vedmatetials from the site. -<, -p M 0 �= v B. While unloading PVC piping materials: 1. Do not allow the pipe units to strike anything. 2. Do not handle pipe units with individual chains or single cables, even if padded. 3. Do not attach cables to pipe unit frames or banding for lifting. C. Within the "Storage" language of AW WA M23, change "should" to "shall." D. Within the "Handling" language of AW WA M23, change "should" to "shall." 3.3 LOCATION, ALIGNMENT, SEPARATION & GRADE.- A. RADE.A. Water mains, valves, hydrants, and special fittings shall be installed in the locations shown on the plans or as directed by the Engineer. WATER DISTMMU nON- MY OF IOWA Cn'Y - 02660 02/01/2013 Page 9 of 17 B. Contractor shall have all buried utilities located by the 1 -800 -ONE -CALL service and shall do exploratory excavation as necessary to determine specific conflicts between existing utilities and new water main. No extra compensation will be allowed for the exploratory excavations. C. Water main shall be installed a minimum depth of cover of 5%2 feet. Generally, the maximum depth shall not exceed 7 feet. D. Water mains crossing sewer services, storm sewers or sanitary sewers shall be laid to provide a separation of at least 18 inches between the bottom of the water main and the top of the sewer. Where local conditions prevent this vertical separation, the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer under any circumstances. Additionally, one full length of water pipe crossing the sewer shall be centered at the point of crossing so that the water pipe joints will be equal distance as far as possible from the sewer. Where a sewer crosses over, or less than 18 inches below, the water main, one full length of sewer pipe of water main material shall be centered at the point of crossing so that the sewer pipe joints are as far as possible, and an equal distance, from the water main. The water and sewer pipes must be adequately supported and have pressure tight joints. A low permeability soil shall be used for backfill material within 10 feet of the point of crossing. No o r t• ,• E� No water pipe shall pass through or come in contact with a oy 7n sewee manhole. A minimum horizontal separation of 3 feet shall be main F. Sewer force mains and water mains shall be separated by a horizorA�staje of v r mc least 10 feet unless: , D CD 0 1. the force main is constructed of water main materials meeting a whm rrium pressure rating of 150 psi and the requirements of Section 8.2 and 8.4 of the "Iowa Standards for Water Supply Distribution Systems" and 2. the sewer force main is laid at least 4 linear feet from the water main. G. Gravity sewer mains shall be separated from water mains by a horizontal distance of at least 10 feet unless: the top of a sewer main is at least 18 inches below the bottom of the water main and 2. the sewer is placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of 3 feet from the water main. WATER DISTRIBUTION- CITY OF IOWA CrrY - 02660 02/01/2013 Page 10 of 17 When it is impossible to obtain the required horizontal clearance of 3 feet and a vertical clearance of 18 inches between sewers and water mains, the sewers must be constructed of water main materials meeting both the minimum pressure rating of 150 psi and the requirements of Sections 8.2 and 8.4 of the "Iowa Standards for Water Supply Distribution Systems". However, a linear separation of at least 2 feet shall be provided. H. Should physical conditions exist such that exceptions to Sections 3.3 Part F and 3.3 Part G of this standard are necessary, the design engineer must detail how the sewer and water main are to be engineered to provide protection equal to that required by these sections. I. Sewers constructed of standard sewer materials shall not be laid within 75 feet of a public well or 50 feet of a private well. Sewers constructed of water main materials may be laid within 75 feet of a public well and within 50 feet of a private well but no closer than 25 feet of either. J. All PVC water main and ductile iron water main with greater than 400 feet between features that extend to the surface (such as hydrants or valve boxes) shall be marked with a wire for the entire length to make electronic location possible. 1. The wire shall be installed continuously as the pipe is backfilled. The wire shall be fixed to the side of the pipe at a position of 2 o'clock or 10 o'clock and attached with duct tape every 5 feet. 2. The insulation shall be protected to prevent accidental grounding. Make few splices and splice the wire together using a wire connector. 3. Install ground rods adjacent to connections to existing piping and at locations as shown on plans and as required by the Engineer. 4. Bring the wire to the ground surface at each fire hydrant and loop wire in a tracer wire terminal box. These boxes shall be located between the hydrant and the hydrant valve with at least two feet of extra wire inside the box. Install the terminal box perpendicular from the hydrant and parallel with the C= valve box, one -foot from the hydrant base. The tracer wire terminal box �.- i? - must be installed flush with the finished grade. If there is no fire hydrant within 500 feet, bring the wire to the surface in a "daylight box", which is a c-) full-size valve box, and mark the drawings appropriately. _ N O r 3.4. PIPE BEDDING AND BACSFH LflVG. �n A. Ductile -iron pipe bedding shall conform to the project plan detai??@Pas&ervyp,�,,.1.) specified or directed by the Engineer. B. PVC pipe bedding shall conform to UNI -B-3-88 laying conditiorpe Aclu hand excavation for the bell holes. The bedding shall be loose �rat'e which is compacted by hand tamping on the soil along the sides of the Se to the top of the pipe. WATER DISTRIBUTION- CrrY OF IOWA CrrY - 02660 02/01/2013 Page 11 of 17 C. Trench width within the pipe envelope shall conform to the plans or as directed by the Engineer. D. Set valves and hydrants on precast concrete bases. 3.5 PIPE RESTRAINT: A. Thrust Restraint: 1. For pipe smaller than 10" diameter, concrete block shall be used, placing the concrete block next to the fitting and undisturbed soil. For 10" and larger diameter pipe, blocking shall be by cast -in-place concrete. Cover fittings and joints with 10 mil. polyethylene before placing concrete. Brace fittings with hardwood to prevent shifting before placing concrete. See Iowa City Reference Manual for detail information on thrust blocks — Figure 7.1. 2. Do not pour excess concrete on top of pipe and fittings. B. Socket Pipe Clamps, Tie Rods, and Bridles: 1. Where indicated or necessary to prevent joints or sleeve couplings from pulling apart under pressure, provide suitable socket pipe clamps, tie rods, and bridles. Bridles and tie rod diameter shall be at least 3/4 in. except where they replace flange bolts of smaller size with nut on each side of flange. C. Dead Ends 1. Pipe ends or fittings left for future connections shall be plugged or capped using materials supplied by the pipe manufacturer. 2. All pipe ends or fittings left for future connections shall be blocked against thrust. 3.6 JOINTSAND COUPLINGS: A. Push -on Joints: v 0 1. 2. Inspect bell grooves and clean to assure complete gasket seating. o r Use to installed= m extreme care prevent separation of joints already mmg 3. Do not use push -on joints when boring. Griffin Snap -Lok shaLl-iWusin with locking rubbers. m ("� —�� o rTI -� rn .� � _ Mechanical Joints: Com >-In The range of torque for tightening bolts which is indica?ed in MSUAW WA C600 may be somewhat affected by the temperature. On coWdays, more torque may be required. « 2. Use extreme caution when tightening cast iron fittings to avoid breaking the ears of the flanges. An average worker should not use a wrench longer than 18 inches. WATER DISTRIBUTION- CITY OF IOWA CrrY - 02660 02/012013 Page 12 of 17 3. On PVC pipe connections to MJ joints, cut the bevel off the end of the PVC pipe to get full pipe diameter in the joint. 4. Do not deflect pipe at joint. ro C. Sleeve -Type Coupling: _ a _e Z: a -n -S42 1. Clean pipe ends for distance of 12 inches. cT< 1 r r 2. Use soapy water as gasket lubricant. �� m 3. Carefully mark and place the sleeve coupling in the cent heart. 3.7 TAPPED CONNECTIONS UNDER PRESSURE: n o A. Follow manufacturer's installation instructions. 'J B. Tapping mains for new connections 1 -inch to 12 -inch in diameter shall be done by the Water Division. This includes connections made on public and private mains. C. A new and site specific tapping application must be prepared for each tap regardless of size, and submitted to the Water Division. The tapping application must be completed and include location, name, and address of water customer, schematic drawing, and materials of construction. 3.8 POLYETHYLENE ENCASEMENT: A. All open cut installed ductile iron pipe and fittings shall be wrapped with an 8 mil polyethylene encasement in accordance with ANSI/AWWA C105/A21.5-99 installation methods. This includes any ductile iron laid in cul-de-sacs or other small radius areas where PVC main could not be used. r- :i.9 HYDRANT INSTALLATION. • 2;. Handle carefully to avoid breakage and damage to flanges. Keep hydrants closed until they are installed. Protect stored hydrants from dirt, water, ice, animals and vandals. If Before installation, clean piping and elbow of any foreign matter. C. Install hydrants away from the curb line a sufficient distance to avoid damage from or to vehicles. A set -back of 4 feet from the curb line is recommended. Iowa Department of Transportation (IDOT) requires a 9' setback. D. Orient the hydrant so the pumper nozzle faces the street. Outlet nozzles shall be at least 18 inches above finished ground. The break -off flange should be no more than 6 inches above ground. There shall be no obstructions to fire hose connections. E. The base elbow shall be placed on solid precast concrete blocks on firm, undisturbed soil. The barrel of the hydrant shall be firmly braced against the back of the trench wall with pre -cast cement blocks to resist thrust at the pipe connection. WATER DISTRIBUTION- CrrY OF IOWA CITY - 02660 02/01/2013 Page 13 of 17 F. The base and lower barrel shall be backfilled with 5 cubic feet of washed gravel or 1 inch crushed rock to allow water to release from the hydrant drain. G;- Install the hydrant plumb. Drainage stone and soil backfill around the barrel shall be firmly compacted to provide good lateral support for the hydrant. This is essential to the performance of the break -off flange. 3.10 WATER MAIN OPERATIONS: A. All work which involves operating the active public water distribution system will require the notice, consent, approval and assistance of the Water Division. CD B. An accurate and legible copy of the "as -built" drawings must be on file in the Water Division office prior to using the water supply. C. If requested by the City, the contractor will work with Water Division personnel to submit a plan for initial operations and a plan for final operations to the Water Division for approval. The plans shall include a drawing and typed list of actions which show all the significant steps necessary to connect to the existing water distribution system or conduct the filling, flushing and testing operations. The purpose of both plans is to minimise the impact of service interruptions and pressure and flow variations on the water distribution system and existing customers. 3.11 DISINFECTIONFOR POTABLE WATER SYSTEMS. A. General 1. Upon completion of a newly installed water main or whgn reps to an existing water system are made, the main shall be disinf acs'`grding�h instructions listed in ANSI/AW WA C651 and the followfi cilUtions. =4CJ 1 r o, B. Special Disinfection Requirements -<rn m 'o QA a 1. Exercise cleanliness during construction. Protect pipe integoTs, f ngs valves against contamination. a o 2. The minimum uniform concentration of available chlorine used for disinfection shall be 25 mg/L. Use either the granulated/tablet or continuous feed method with modifications as described in 3.11 C or D below. The chlorinated water shall be retained in the main at least 24 hours, during which time all valves and hydrants in the section treated shall be operated in order to disinfect the appurtenances. At the end of this 24 hour period, the treated water shall contain no less than 10 mg/L chlorine throughout the length of main_ 4. After the retention period, flush the heavily chlorinated water from the main until the chlorine concentration in the water leaving the main is no higher WATER DISTRIBUTION- CITY OF IOWA = - 02660 02/012013 Page 14 of 17 than 3 mg/L and the water appears clean. Flush at a minimum velocity of 2.5 feet per second in the main through an opening not less than '/a of the main diameter. For 6 -inch through 12 -inch water mains, a single 2'/cinch fire hydrant opening is adequate. Water entering storm sewer system shall be dechlorinated by a method approved by the Engineer to prevent downstream environmental damage (i.e. fish kills). 5. After final flushing and before the new water main is connected to the distribution system, two consecutive sets of acceptable samples, taken at least 24 hours apart, shall be collected from the new main. At least one set of samples shall be collected from every 800-1000 feet of the new water main, plus one set from the end of the line and at least one from each branch. Deliver the sample to the University Hygienic Laboratory at Oakdale for analysis. Allow approximately 5 days for the results. If the bacterial sample shows the absence of coliform organisms, the hydrostatic test may proceed. C. Tablet Method of Chlorine Application — Granulated or Tablet Use ANSI/AWWA C651; however, slowly fill the main (less than 1 cubic foot per second) with system water, pushing out as much air as possible. Do not wash out the tablets. D. Continuous Feed Method of Chlorine Application 2. 3.12 TESTING. Prior to applying chlorine, do a preliminary flush at a minimum velocity of 2.5 feet per second in the main through an opening not less tha>W'< of the main diameter. For 6 -inch through 12 -inch water mains,%Alglk'/:-inc11 fire hydrant opening is adequate. n„ i W CJ-< I r Add the water and chlorine solution with the required cq �tration 4o the main completely. rnz 0 a 1 so CD A. Filling the water main: J 1. Fill the newly constructed water main system slowly using treated public o water under low pressure and low flow. The objective is to displace air with z water while avoiding damage to new construction, customer services, and r' <"s adjoining property due to the release of air and water. Public Works staff -- cu —` must be on site to assist with operation of the system valves and hydrants f ry .i= during this operation- -n' Cr r Open one hydrant (completely) at the end of the main or at a high point on the main which is to be filled. Open a filling valve (the smallest one available) slightly. Allow the water main to fill and slowly release the air. When the main being filled has released nearly all air, surging should WATER DISTRIBUTION- CITY OF IOWA MY - 02660 02/01/2013 Page 15 of 17 diminish and water released from the hydrant should flow in a steady stream. Monitor and control the released water to minimize damage. After a few minutes of steady state operation, open all other valves slowly and then open the initial fill valve completely, while regulating the flow hydrant to minimize damage. When the main has been filled, open and close all hydrants sequentially to force fresh water progressively through each section (new and old) of water main which was shut down to replace fresh water into each section. 4. After clear water and a fiesh chlorine odor are observed at each hydrant, shut down hydrant flow slowly and allow water flow to cease and internal pressure to stabilize. For water main replacement only, each water service connection shall be tested at a sill cock and observed by the Contractor to verify adequate pressure and flow. B. Pressure and Leakage Tests: 1. Conduct combined pressure and leakage test in accordance with ANSUAW WA C600 and ANSUAW WA C605. 2. Pressure test off the hydrants or furnish and install temporary testing plugs or caps. Furnish pressure pumps, pipe connections, meters, gauges, equipment, potable water and labor. Use only potable water for testing. 3. Test after disinfection operations are successfully completed. If testing operations require reconstruction or repairs during which the interior of the ZZ pipe is exposed to contamination, disinfection will be required again. r- �t - W - 4:. Keep the water main full of water for 24 hours before conducting combined 1 >-c-- pressure and leakage test. Pressure and leakage test consists of first raising water pressure at the lowest point of section being tested to 150 psi internal pressure. 6. Failure to achieve and maintain the specified pressure for at least two hours with no additional pumping means the water main has failed to pass the test. 7. If the water main fails the pressure and leakage test, locate, uncover, and repair or replace defective pipe, fitting or joints. Conduct additional tests and repairs until water main passes the test. c O r C. Valve Operations: -n 1. All valves shall be located and tested to verify operation.-5i�poithe Zve box lid, insert the valve key and open and close each valyCrqouu6the"t and record the results. = v D C J WATER DISTRIBUTION- Cn'Y OF IOWA CITY - 02660 02/01/2013 Page 16 of 17 D. Hydrant Operations: 1. After the hydrant has been installed and the main and hydrant have been pressure tested, each hydrant shall be flushed and checked for proper operation. 2. Remove a nozzle cap and open the hydrant slowly and fully. Check the direction of opening as marked on the top. Do not force the hydrant in the opening direction beyond full open as indicated by sudden resistance to turning. 3. After hydrant has been flushed, close it and check for drainage. This is done by placing the hand over the nozzle opening and checking for a vacuum. Then check the hose thread for proper fit. 4. Replace nozzle cap, then open hydrant again and inspect all joints for leaks. E. Flow Test: ri— 02/012013 1. Flow tests shall be conducted to verify all components of the water system are fully open and operational and to determine the fire flow capacity. 2. Public Works staff personnel must be on the site to operate the system valves and hydrants during this test. 3. A hydrant flow test may be conducted on the hydrant at the extreme locations for distance or highest elevation to determine the fire flow capability of the system. Static and flowing pressures and flow rates shall be recorded, and a copy forwarded to the Water Division. N O (] t D� co c ) -C I �— o_ �n 17, z o <r- -o M M :-C-) _ o o -. WATER DISTRIBUTION- CITY OF IOWA CITY - 02660 Page 17 of 17 Department of Public Works Iowa City Water Division (Revised 2/1/2013) Accepted Products for Water Distribution Materials WATER PIPE: (Ductile) ANSI/AWWA — A21.51/C151 American, Clow, Griffin, McWane, and US Pipe Class 52 for direct bury piping unless otherwise indicated or specified. Class 53 for suspended from structures and bolted or restrained joint pipe WATER PIPE: ( PVC) (Class 150) — C900 C900 thickness class DRI 8 (6" thru 10") ria 1111v0: IUaI'WC iruu DLaLLLaruP [i1'Ic7L[iyr vrri—t1L1.1y1� 3" to 24"-350 psi (Ductile Iron Compact) AWWA C153, 350 psi Clow, Tyler/Union, U.S. Pipe, or Sigma TAPPING SLEEVES: (Full Body Ductile Iron with Stainless Steel and/or NSS Cor -Blue Nuts and Bolts) for 12" and larger or under pavement Mueller - H615, Kennedy, Tyler/Union, American Flow Control - Series 2800, or U.S. Pipe - T-9 TAPPING SLEEVES: (Stainless Steel) Smith Blair - 662 or 663, Ford FAST, Mueller -1-1304, Romac SST, JCM-432 Smith Blair -665 or Cascade CST -EX 3655 with nitrile gaskets to be used in L.U.S.T. areas MECHANICAL JOINT RESTRAINT DEVICE: (Meealue — with NSS Cor -Blue Nuts and Bolts) Ebaa Iron Sales Inc. —1100 series for ductile iron 2000 PV for PVC STAINLESS STEEL REPAIR CLAMPS: (With Stainless Steel Nuts & Bolts) Smith -Blair -261, Ford FSI, Romac SSI VALVES: (Resilient Seated Gate Valves) ANSI/AWWA — C509 Clow F-2640, Kennedy 8571 SS, Mueller Resilient Seat - A-2360-20, or o U.S. Pipe - USPO-23-without accessories or USPO-20-with accessories o r Cl) -n VALVES: (Butterfly) ANSI/AWWA C504, Class 150B m r Clow, Pratt, Mueller, Kennedy, M & H, DeZurik or Val-Maticern„ = m VALVES: (Tapping) _�M Clow — F-2640, Mueller — T-2360-16, Kennedy 8950 SS, U.S. Pipe — A -U O-1 G J Accepted Products for Water Distribution Materials Page 2 (Revised 2/1/2013) VALVE BOXES: Tyler — (Series 6855 & Item 666A, Range 51" to 71") East Jordan Series 8555 & Item 666A — Range 51" to 71" F-2545 Medallion, Mueller Super Centurion 250 SLEEVE TYPE COUPLING: (With Stainless Steel Nuts & Bolts) Standard solid black sleeve — Tyler/Union 5-1442, Griffin Bolted Straight Coupling with stainless steel bolts and nuts — Smith -Blair 441 or Romac Style 501 U.S. Filter, WaterPro or Utility Equipment - Valvco —95E —2'/z" ID with lockable cast-iron lid — minimum 18" long, telescoping TRACER WIRE CONNECTORS: Twister DB Plus Wire Connector POLYWRAP: 8 mil polyethylene encasement WIRE: Direct Bury: #12 AWG single solid copper conductor, 30 mil LLDPE insulation, blue in color Directional Drilling/Boring: #12 AWG copper -clad stainless steel core, 45 mil LLDPE insulation, blue in color Kris Tech, Copperhead or approved Equal GROUND ROD: 3/8",diameter, 60" steel rod uniformly coated with metallically bonded electrw.ytic r coPlier *C.-� ;; "n .GROUND ROD CLAMP: �n 0% (� 'High strength, corrosion -resistant copper alloy .ern -v rn � = Q FREEZELESS YARD HYDRANT: :E= :. Woodford Mfg. Iowa Model Y34 and YI D CO 0 C. SERVICE SADDLES: ANSI/AWWA — C800IC900 AY McDonald 3845 Ford 202BS Smith Blair 325 with nitrile gasket to be used in L.U.S.T. areas Accepted Products for Water Distribution Materials (Revised 21112013) CORPORATION VALVES: ANSI/AWWA C800 Until December 31, 2013 Mueller B-25008, Beginning January 1, 2014 (No Lead Brass Alloys) Mueller B -25008N BALL CURB VALVES: ANSI/AWWA C800 Until December 31, 2013 Mueller B-25209, AY McDonald 6100Q Beginning January 1, 2014 (No Lead Brass Alloys) Mueller B25209N, AY McDonald 76100Q Page 3 CURB BOX ARCH PATTERN: ANSI/AWWA C800 — with stainless steel rod and cotter pin AY McDonald 5601 and 5603 with 5660SS-5' shut off rod 0 7 f'*'7 n� r 1 }.r DS m •�� 'a r= .� �m -O rn D 0 _ CO PLUGGED TEE IEE r b _ItJH 90• BEND •:\`<`4 THRUST BLOCK DETAI THRUST BLOCKS E REOUIRED AT IP DIRECTION BEAD ENE&, AND ATIIRE HYDRATS.THRUSTC BL BLOCKS SHALLBET BE PDURED-IN-PLACE CONCRETE 2,000 P.SI. HINIMUN STRENGTH, A 4�\ HINIHUH OF ID INCHES THICK, AND SHALL BE CAST AGAINST A SOLID, UNDISTURBED EDGE OF TRENCH FOR BEARING. IBI BOLTS. .HINTS OR DRAIN HOLES SHALL CE14E INTO CONTACT WITH THE CONCRETE �THRUST BLOCK AND THE PIPE WALL BE CRAPPED WITH A PLASTIC EET AT THE CONCRETE BEARING SURFACES. J` OFF -SET 'Y BRANCH C: THRUST BLOCK QUANTITIES (SQUARE FEE o r Tl W 1 s Q O OF UNDISTURBED SOIL. IF ACTUAL SOIL BEARING STRENGTH IS LESS THAN 2000 PSF, THE THRUST BEARING AREA SHALL BE INCREASED BASED ON ACTUAL SOIL BEARING STRENGTH. THRUST BLOCK BEARING AREA (in square feet) (FIGURE 7.1) REVISED 11/2009 PIPE DEAD END 90' 45• n SIZE OR TEE BEND BEND I1-1/4 BEND 22-1/2 G. 2.8 4.0 2.1 I.1 1. t't m lco 8' 4.6 6.8 3.7 1.9 I.ID 10' 7.3 10.3 5.6 2.8 I. ' 12' I0.3 14.5 7.9 4.0 2.0 16' 17.8 25.2 13.6 7.0 3.5 20' 27.5 38.9 21.0 10.7 _ 5.4 24' 39.2 55.5 30.0 15.3 7,7 30' 60.3 85.3 46.2 23.5 11,8 36' 86.4 122.2 66.1 33.7 16.9 42' 116.6 165.0 69.3- 45.5 22.9 48' 152.0 215.0 116.3 59.3 29.8 54' 192.1 271.6 147.0 74.9 37.6 THE ABOVE AREAS ARE BASED UPON A SOIL BEARING CAPACITY OF 2000 PSF ..weu�ww�rn imcr wn ¢r.us.+cv.vml ww.0 vrivc rncarwer cco-urovw HYDRANT TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) 2-7h' I.D. - LOCKABLE C.I. LID co 3'-0 NOTE' TRACER WIRE TERMINAL BOX (DAYLIGHT BOX) _ Q RADIAL 1 MUST BE ONE FOOT (10 AWAY FROM HYDRANT ®= W2 SPACE W � J�VALVE 6'GATE OX VALVE D VALVE J � c�F- 1 O W ~U� �< 1, MAIN FINAL s j m L I— TRI ENCN� GRADE El TRENCH j TRACER WIRE i' I BACKFILL _1: / w HOLDING WATER jl rMEGA OR MAIN -I IE ; I// MEGA LUG \\+ T THRUST l \ - BLOCK ••••••! T T 111'-I.� i AS REQ'- THRUST BLOCK ANCHORING TEE OR STANDARD TEE AND 'ROTO RING' (SWIVEL THRUST BLOCK 12'x12'x4' CONCRETE PAD ADAPTOR). (SWIVEL TEE PREFERRED) BACKFILL W/ 2' OR LARGER CLEAN GRANULAR FILL TO 18' ABOVE BOTTOM OF HYDRANT STAND PIPE TYPICAL HYDRANT & VALVE ASSEMBLY (Fiq 7.2) REVISED 11/2009 S:\FNG D\DEI'AT TANDAIiDS-Wucr Divisim\'l'yP_hyE_aycmbly('!1).dw& 311a01, 11135PM THRUST BI PLU BLOCK SWIVEL E ANCHOR TE TRACER WIF WNOTEx TRACER TERMINAL BOX NOT SHOWN FOR CLARITY, TERMINAL BOX IS PLACED I' FROM HYDRANT, REFER TO FIGURE 7,2 rn TC \ /Al \ /r BOLDING SPOOL IR MEGA LUG CONCRETE THRUST BLOCK —THRUST BLOCK YDRANT VM01 `Allo vm01 34831nvo DEADEND HYDRANT DETAIL 80:1 Nd 9- 83A10Z (Fig. 7.3) NOT TO SCALE REVISED 11/2009 S*E GK \DETA' %Td DM S -Water DivislonVica r d_hydp3).dwg,3/IQ0101:2627PM 20' OF PIPE AFTER VALVE FOR FUTURE (12" AND LARGER MAY REQUIRE ADDITI❑NAL FEET OF PIPE) EXTEND TRACER WIRE TO END OF PIPE HOLDING SPOOL OR MEGA LUG SWIVEL OR ANCHOR TEE TRACER END OF PIPE WNOTEW TRACER TERMINAL BOX NOT SHOWN FOR CLARITY, TERMINAL BOX IS PLACED 1' FROM HYDRANT, REFER TO FIGURE 7,2 GATE VALVES BLOCK HOLDING SPOOL OR RODDED OR MEGA LUG CONCRETE THRUST BLOCK BLOCK HYDRANTS: 4�" FOR 12" DIA. 54" FOR 16" DIA. HYDRANT DETAIL FOR FUTURE WATER MAIN EXTENSION (Fig. 7.4) MAINS OR SMALLER MAINS OR LARGER REVISED 11/2009 co o EX ND �419ro TO W c- � .__l LL W~a CSM u- s 0 N TRACER END OF PIPE WNOTEW TRACER TERMINAL BOX NOT SHOWN FOR CLARITY, TERMINAL BOX IS PLACED 1' FROM HYDRANT, REFER TO FIGURE 7,2 GATE VALVES BLOCK HOLDING SPOOL OR RODDED OR MEGA LUG CONCRETE THRUST BLOCK BLOCK HYDRANTS: 4�" FOR 12" DIA. 54" FOR 16" DIA. HYDRANT DETAIL FOR FUTURE WATER MAIN EXTENSION (Fig. 7.4) MAINS OR SMALLER MAINS OR LARGER REVISED 11/2009 CURB STOP BOX TRACER WIRE TERMINAL BOX SIDEWALK i r PROPERTY LIN ti. CURB BOX � CURB BOX ROD I n' < SERVICE PIPE TYPE K COPPER ' J-- I =-'-- NEW SERVICE PIPE SHALL BE I' o- �r; = COPPER OR LARGER, o-" ry, "Kil .. '' C�RPGRATIDN COCK SERZICE SADDLE IS REQUIRED ON ALL MAINS WATER DISTRIBUTION MAIN tl )033 3 X113°' eo:I Nd 9-e33hM C13113 STMDMMS - W.", pN:ion\�ater_10rvkM].5).tl.p GROUND ROD WATER SERVICE 3/4" TO 2" (Fig. 7.5) DING REVISED 11/2013 BiEN(1CADIDETAILAS STANDARpS-Wakr Division\Tnm Wirt CaYB�t(7.6)dWg.11l/10101JI:40Pf4 c 3r!!-, _s 00:1 H9 y LOGTION PCINT UD PirviSM CROUNO r . VALVE 80% IX ENS ON 4.0' BAIXFlLL WIN SANE) WTERIN. WISTFULLY BACNFNA AND COMPACT MOVND WATER MAIN d •'• . ;4= WITHOUT OISTURBINC TRACER "E .'•>t PLAN VIEW CONCRETE WALK yw Q ' Q �,/ TEN TRACER VIRE TO WATER MIN. i VE BO% E%TENSION SHALL NOT SIT W IF&CTLY ON TDP OF WATER MAIN. TRACER WIRE i FASTEN IO WATER MNN I) ( ) f W TRACER WIRE I, (FASTEN TO WATER MAIN) W b�'fyLtND TRACER VIRE J& BEYOND TOP OF Z ICrLY INSIDETOF VAALMPLACE VE BO% C%TENSIONSS TRACER J LIA �A�O EINSTALL ER VH1 EEBACKFI�LINGO TANG COMPMAMACTING j Ly1 C3 S N WATERMAN—/ SIDE VIEW TYPICAL DETAIL TRACER WIRE DAYLIGHT SCALE: NOT TO SCALE (Fig. 7.6) REVISED 8/2002 BiEN(1CADIDETAILAS STANDARpS-Wakr Division\Tnm Wirt CaYB�t(7.6)dWg.11l/10101JI:40Pf4 0 EXTEND TRACER WIRE UP FIRE HYDRANT BARREL TO INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND BACK DOWN. CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM TERMINATION POINTS. EXISTING WATER V114V313 AlloOt 90:1 Md 9- 933,1101 0.91lzi L\ENG\EAD\DETMLS\5 STANDARDS - Wobn Division\Mn@n sysl"(7.7).drq FIRE HYDRANT VALVE FIRE HYDRANT ANCHOR TEE DO NOT RUN WIRE UP VALVE BOX TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH TYPICAL DETAIL TRACER WIRE INSTALLATION SCALE: NOT TO SCALE (FIg 7 7) WATER MAIN SPLICE REVISED 11/2013 N U_ ��� rD �-•) TRACER WIRE TERMINAL BOX -- AT GROUND LEVEL r . - • FIRE HYDRANT BARREL O EXISTING WATER V114V313 AlloOt 90:1 Md 9- 933,1101 0.91lzi L\ENG\EAD\DETMLS\5 STANDARDS - Wobn Division\Mn@n sysl"(7.7).drq FIRE HYDRANT VALVE FIRE HYDRANT ANCHOR TEE DO NOT RUN WIRE UP VALVE BOX TAPE WIRE AT MIDPOINT OF EACH PIPE LENGTH TYPICAL DETAIL TRACER WIRE INSTALLATION SCALE: NOT TO SCALE (FIg 7 7) WATER MAIN SPLICE REVISED 11/2013 30 -.1 H9 EXISTING WATER Q 0 W J N CIL- tD TTEELRMINAL OF TRACER WIRE ATERMINAL BOINTERNAL ® TERMP TRACER WIRREE TO GROUND ROD AT SYSTEM Sr\ENO\CAD\DETA(LS\5 STANDARDS - Vater Drvlsb \tracer systa 72)de0 TYPICAL DETAIL TRACER WIRE INSTALLATION SERVICE SIZE 4" OR LARGER SCALES NOT TO SCALE (Fig, 7.8) REVISED 11/2013 'EXTEND TRACER WARE UP FIRE HYDRANT BARREL TO INTERNAL TERMINALS OF TRACER WIRE TERMINAL BOX AND BACK DOWN. ® CLAMP TRACER WIRE TO GROUND ROD AT SYSTEM TERMINATION POINTS. [1 TRACER WIRE TERMINAL BOX AT GROUND LEVEL C HYDRANT BARREL FIRE HYDRANT VALVE FIRE HYDRANT ANCHOR TEE i CONNECT TD EXISTING TRACER WIRE EXISTING WATER MAIN STUB ROD© TERMINAL BOXER WIRE EXISTING WATER MAIN STUB CONNECT TD EXISTING TRACER WIRE POSSIBLE SPLICE TYPICAL DETAIL TRACER WIRE INSTALLATION CONNECTING EXISTNG WATERMAINS (L❑❑P) SCALE: NOT TO SCALE (Fig, 73) REVISED 11/2013 Sl\ENG\CAD\DETAILS\5 STANDARDS - V>ter, D Wwti tracer sySlrr .9M g HR Green, Inc. Project No. 10100241 SECTION 04 7200 CAST STONE MASONRY PART 1 -GENERAL 1.01 A B C 1.02 A 1.03 RELATED DOCUMENTS Rocky Shore Stormwater Pump Station Iowa City, Iowa Addendum #3 Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. oN O r Section 04810 - Unit Masonry Assemblies -n a� W Section 07900 -Joint Sealers 1 C, SUMMARY orri -0 Section Includes: D 1. Exterior Architectural Concrete specified herein. Profiles indicated on DrawiW includes related supports, anchors, and attachments. 2. Installation of joint sealers and joint backing at intermediate and perimeter joints. 3. Grouting and shims under units. ACTION SUBMITTALS Also A. Product Data: For each type of product indicated. 1. For cast stone units, include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show fabrication and installation details for cast stone units. Include dimensions, details of reinforcement and anchorages if any, and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors. C. Samples for Initial Selection: For colored mortar. D. Samples for Verification: 1. For each color and texture of cast stone required, 10 inches square in size. 1.04 WFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer and testing agency. 1. Include copies of material test reports for completed projects, indicating compliance of cast stone with ASTM C 1364. B. Material Test Reports: For each mix required to produce cast stone, based on testing according to ASTM C 1364, including test for resistance to freezing and thawing. 1. Provide test reports based on testing within previous two years. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer of cast stone units similar to those indicated for this Project, that has sufficient production capacity to manufacture required units, and is a plant certified by the Cast Stone Institute, the Architectural Precast Association or the Precast/Prestressed Concrete Institute for Group A, Category AT. CAST STONE MASONRY 04 7200 - 1 Addendum #3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa Addendum #3 B. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. C. Source Limitations for Cast Stone: Obtain cast stone units through single source from single manufacturer. D. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color, from one manufacturer for each cementitious component and from one source or producer for each aggregate. 1.06 DELIVERY, STORAGE, AND HANDLING A. Coordinate delivery of cast stone to avoid delaying the Work and to minimize the need for on- site storage. B. Pack, handle, and ship cast stone units in suitable packs or pallets. 1. Lift with wide -belt slings; do not use wire rope or ropes that might cause staining. Move cast stone units, if required, using dollies with wood supports. 2. Store cast stone units on wood skids or pallets with nonstaining, waterproof covers, securely tied. Arrange to distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent condensation. C. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. D. Store mortar aggregates where grading and other required characteristics can be maintained and contamination can be avoided. 1.07 PROJECT CONDITIONS A. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Comply with cold -weather construction requirements in ACI 530.1/ASCE 6/TMS 602. 1. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and above and will remain so until cast stone has dried, but no fewer than seven days after completing cleaning. B. Hot -Weather Requirements: Comply with hot -weather construction requirements in ACI 530.1/ASCE 6/TMS 602. No PART2-PRODUCTS D� 2.01 CAST STONE MATERIALS C.)n A._<F— A. General: Comply with ASTM C 1364 and the following: � -0 IM B. Portland Cement: ASTM C 150, Type I or Type III, containing not more thao60 percent total alkali when tested according to ASTM C 114. Provide natural color or white cement required to produce cast stone color indicated. C. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C 33; gradation and colors as needed to produce required cast stone textures and colors. D. Fine Aggregates: Natural sand or crushed stone complying with ASTM C 33, gradation and colors as needed to produce required cast stone textures and colors. CAST STONE MASONRY 047200-2 Addendum #3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa Addendum #3 E. Color Pigment: ASTM C 979, synthetic mineral -oxide pigments or colored water -reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis. F. Admixtures: Use only admixtures specified or approved in writing by Architect. 1. Do not use admixtures that contain more than 0.1 percent water-soluble chloride ions by mass of cementitious materials. Do not use admixtures containing calcium chloride. 2. Use only admixtures that are certified by manufacturer to be compatible with cement and other admixtures used. 3. Air -Entraining Admixture: ASTM C 260. Add to mixes for units exposed to the exterior at manufacturer's prescribed rate to result in an air content of 4 to 6 percent, except do not add to zero -slump concrete mixes. 4. Water -Reducing Admixture: ASTM C 494/C 494M, Type A. 5. Water -Reducing, Retarding Admixture: ASTM C 494/C 494M, Type D. 6. Water -Reducing, Accelerating Admixture: ASTM C 494/C 494M, Type E. G. Reinforcement: Deformed steel bars complying with ASTM A 615/A 615M, Grade 60. Use galvanized or epoxy -coated reinforcement when covered with less than 1-1/2 inchgmof cast stone material. 1. Epoxy Coating: ASTM A 775/A 775M.n rn 2. Galvanized Coating: ASTM A 767/A 767M. D= c C.)-< I H. Embedded Anchors and Other Inserts: Fabricated from stainless steell 2npl�ir g ASTM A 240/A 240M, ASTM A 276, or ASTM A 666, Type 304. :<m = 2.02 CAST STONE UNITS CD A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Edwards Cast Stone Company, Dubuque, IA (563) 556-0535 www.edcstone.com 2. American Artstone Company, New Ulm, MN (507) 233-3700 www.american- artstone.com 3. Continental Cast Stone Mfg., Shawnee, KS (800) 989-7866 continentalcaststone.com 4. MarcStone, Hampton, MN (651) 437-7972 marestone.com B. Provide cast stone units complying with ASTM C 1364 using either the vibrant dry tamp or wet - cast method. 1. Provide units that are resistant to freezing and thawing as determined by laboratory testing according to ASTM C 666/C 666M, Procedure A, as modified by ASTM C 1364. C. Fabricate units with sharp arris and accurately reproduced details, with indicated texture on all exposed surfaces unless otherwise indicated. 1. Slope exposed horizontal surfaces 1:12 to drain unless otherwise indicated. 2. Provide raised fillets at backs of sills and at ends indicated to be built into jambs. 3. Provide drips on projecting elements unless otherwise indicated. D. Fabrication Tolerances: 1. Variation in Cross Section: Do not vary from indicated dimensions by more than 1/8 inch. 2. Variation in Length: Do not vary from indicated dimensions by more than 1/360 of the length of unit or 1/8 inch, whichever is greater, but in no case by more than 1/4 inch. 3. Warp, Bow, and Twist: Not to exceed 1/360 of the length of unit or 1/8 inch, whichever is greater. 4. Location of Grooves, False Joints, Holes, Anchorages; and Similar Features: Do not vary from indicated position by more than 1/8 inch on formed surfaces of units and 3/8 inch on unformed surfaces. CAST STONE MASONRY 047200-3 Addendum #3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa Addendum #3 E. Cure units as follows: 1. Cure units in enclosed moist curing room at 95 to 100 percent relative humidity and temperature of 100 deg F for 12 hours or 70 deg F for 16 hours. 2. Keep units damp and continue curing to comply with one of the following: a. No fewer than five days at mean daily temperature of 70 deg F or above. b. No fewer than six days at mean daily temperature of 60 deg F or above. C. No fewer than seven days at mean daily temperature of 50 deg F or above. d. No fewer than eight days at mean daily temperature of 45 deg F or above. Acid etch units after curing to remove cement film from surfaces to be exposed to view. G. Colors and Textures: As selected and approved by the Architect and Owner. 2.03 MORTAR MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold -weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement -Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. D. Mortar Cement: ASTM C 1329. 1: Products: Subject to compliance with requirements, provide one of the following: a. Lafarge North America Inc., Lafarge Mortar Cement or Magnolia Superbond Mortar Cement. E. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C 979. Use only pigments with a record of satisfactory performance in masonry mortar. 1. Products: Subject to compliance with requirements, provide one of the following: a. Davis Colors: True Tone Mortar Colors. b. Solomon Colors, Inc.; SGS Mortar Colors. Colored Cement Product: Packaged blend made from Portland cement and hydrated lime or mortar cement and mortar pigments, all complying with specified requirements and containing no other ingredients. 1. Colored Portland Cement -Lime Mix: a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: 1) Holcim (US) Inc.; Rainbow Mortamix Custom Color Cement/Lime- 2) Lafarge North America Inc.; Eaglebond Portland & Lime. 3) Lehigh Cement Company; Lehigh Custom Color Portland/Lime Cement. 2. Formulate blend as required to produce color as approved by the Architect and Owner. 3. Pigm n (�e..e_d 10 percent of Portland cement by weight. 4. Pigme �� 15 percent of mortar cement by weight. A113 G. Aggregat�VrJyto{�: A�[V view, C 144. 1. Fo , o r t �4 crushed stone. 2. For 16 Al 1191 inch thick, No. 16 CAST STONE MASONRY use washed aggregate consisting of natural sand or use aggregate graded with 100 percent passing the 047200-4 Addendum #3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa Addendum #3 3. White -Mortar Aggregates: Natural white sand or crushed white stone. 4. Colored -Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. H. Water: Potable. 2.04 ACCESSORIES A. Anchors: Type and size indicated, fabricated from Type 304 stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666. B. Dowels: 1/2 -inch- diameter, round bars, fabricated from Type 304 stainless steel complying with ASTM A 240/A 240M, ASTM A 276, or ASTM A 666. C. Proprietary Acidic Cleaner: Manufacturers standard -strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cast stone manufacturer and expressly approved by cleaner manufacturer for use on cast stone and adjacent masonry materials. No 1. Manufacturers: Subject to compliance with requirements, avails mar%Mcturers offering products that may be incorporated into the Work include, but illVotptitedM the following: D=j ao a. ProSoCo.lnc. I �— 2.05 MORTAR MIXES =�rrn = M A. General: Do not use admixtures, including pigments, air -entraining age�s�acoeleratov retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless5terwise indicated. 1. Do not use calcium chloride in mortar or grout 2. Use portland cement -lime mortar unless otherwise indicated. 3. Add cold -weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specification. Provide the following types of mortar for applications stated unless another type is indicated. 1. For exterior, above -grade, load-bearing and non -load-bearing walls and parapet walls; for interior load-bearing walls; for interior non -load-bearing partitions; and for other applications where another type is not indicated, use Type N. D. Colored -Aggregate Mortar: Produce required mortar color by using colored aggregates and natural color or white cement as necessary to produce required mortar color. 1. Application: Use colored aggregate mortar for exposed mortar joints with the following U.tv C;units: . ra. Concrete facing brick. b. Face brick. elf �t 3 _p c` CEct stone units. E. Do not use admixtures including pigments, air -entraining agents, accelerators, retarders, water- repellent agents, antifreeze compounds, or other admixtures unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. CAST STONE MASONRY 047200-5 Addendum #3 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa Addendum #3 2. Use Portland cement -lime or mortar cement mortar unless otherwise indicated. Pigmented Mortar. Use colored cement product or select and proportion pigments with other ingredients to produce color required. Do not add pigments to colored cement products. 1. Pigments shall not exceed 10 percent of Portland cement by weight. 2. Pigments shall not exceed 5 percent of mortar cement by weight. 3. Application: Use pigmented mortar for exposed mortar joints. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 SETTING CAST STONE IN MORTAR A. Set cast stone as indicated on Drawings. Set units accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. 1. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in place. 2. Coordinate installation of cast stone with installation of flashing specified in other Sections. B. Wet joint surfaces thoroughly before applying mortar or setting in mortar. C. Set units in full bed of mortar with full head joints unless otherwise indicated. 1. Set units with joints 3/8 to 1/2 inch wide unless otherwise indicated. 2. Build anchors and ties into mortarjoints as units are set. 3. Fill dowel holes and anchor slots with mortar. 4. Fill collar joints solid as units are set. 5. Build concealed flashing into mortarjoints as units are set. 6. Keep head joints in coping and other units with exposed horizontal surfaces open to receive sealant. D. Rake out joints for pointing with mortar to depths of not less than 3/4 inch. Rake joints to uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess mortar as joints are raked. E. Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch. Compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. F. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. ''k10 VM01 1 G. Provide sealant joints at copings and other horizontal surfaces, at�� ���I, and pressure -relieving joints, and at locations indicated. 1. Keep joints free of mortar and other rigid materials. 60 ; I Wd 9- 93d h IDZ 2. Build incompressible foam -plastic joint fillers where indicated. 3. Form joint of width indicated, but not less than 3/8 inch. 4. Prime cast stone surfaces to receive sealant and install compressibtIS joints before applying sealant unless otherwise indicated. �J CAST STONE MASONRY 047200-6 Addendum #3 HR Green, Inc. Project No. 10100241 Rocky Shore Stormwater Pump Station Iowa City, Iowa Addendum #3 5. Prepare and apply sealant of type and at locations indicated to comply with applicable requirements in Section 07900 "Joint Sealers." H. Parapet caps shall be set in bed of mortar. Head joints of cast stone parapet caps shall be sealed with backer rod and sealant. Bed joints may be raked out and sealed with sealant but the sealant shall be penetrated by the weep cords on the roof side of the parapet. 3.03 INSTALLATION TOLERANCES A. Variation from Plumb: Do not exceed 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. B. Variation from Level: Do not exceed 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. C. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in 36 inches or one- fourth of nominal joint width, whichever is less. D. Variation in Plane between Adjacent Surfaces (Lipping): Do not vary from flush alignment with adjacent units or adjacent surfaces indicated to be flush with units by more than 1/16 inch, except where variation is due to warpage of units within tolerances specified. 3.04 ADJUSTING AND CLEANING A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. Cast stone may be repaired if methods and results are approved by Architect. B. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement. C. In -Progress Cleaning: Clean cast stone as work progresses. 1. Remove mortar fins and smears before tooling joints. 2. Remove excess sealant immediately, including spills, smears, and spatter. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample; leave one sample uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceegng with cleaning of cast stone. r 3. Protect adjacent surfaces from contact with cleaner by covering s with ligeM strippable masking agent or polyethylene film and waterproof masking tal�'I co 4. Wet surfaces with water before applying cleaners; remove cleaners prprnptly by rin9irw• thoroughly with clear water. =in rn 1 5. Clean cast stone by bucket -and -brush hand -cleaning method 0*F%ib tb in Technical Notes 20. p� 6. Clean cast stone with proprietary acidic cleaner applied according�:rhar=ctur5W written instructions if the above method does not produce satisfactory r'Aults. o �o END OF SECTION CAST STONE MASONRY 047200-7 Addendum #3 ITEM ITEM ITEM UNIT TOTAL NO. CODE DESCRIPTION QUANTITY STRUCTURAL 81 FLOOD WALL H -PILES LF 340 82 FLOOD WALL SHEET PILE SF 4769 83 FLOOD DOOR EA 2 84 CAST -IN-PLACE CONCRETE FOR PUMP STATION (SLABS, WALLS, FILL, ETC.) LS 1 85 CAST -IN-PLACE CONCRETE FOR GENERATOR ENCLOSURE AND TRANSFORMER PAD LS 1 86 CAST -IN-PLACE CONCRETE FOR FLOOD WALL ON SHEET PILE (2/SO04) LS 1 87 CAST -IN-PLACE CONCRETE FOR FLOOD WALL ON SHEET PILE AND H -PILE (3/SO04) LS 1 88 CAST -IN-PLACE CONCRETE FOR ROCKY SHORE DRIVE FLOOD WALL ON SHEET PILE AND H -PILE (3-SIM/SO04) LS 1 89 CAST -IN-PLACE CONCRETE FOR FLOOD GATE POSTS AND FLOOD WALL ON FOUNDATION PIERS LS 1 90 CAST -IN-PLACE CONCRETE FOR FLOOD GATE FOUNDATION PIERS CY 143 91 PRECAST ARCHITECTURAL CONCRETE LS 1 92 ------------- PUMP STATION BRICK LS 1 93 PUMP STATION GRATING, STAIRS, RAILS, OTHER MISC METALS LS I ELECTRICAL 94 EMERGENCY STANDBY GENERATOR SYSTEM LS 1 95 ELECTRICAL DISTRIBUTION EQUIPMENT LS 1 96 REDUCED VOLTAGE SOLID STATE SOFT -START MOTOR CONTROLLERS LS 1 97 ELECTRICAL CONSTRUCTION LS 1 HVAC 98 ELECTRICAL ROOM HEATING AND VENTILATION LS 1 BID ALTERNATE 1 STRUCTURAL 99 GENERATOR ENCLOSURE ARCHITECTURAL CONCRETE ENHANCEMENTS LS 1 FILED A 2014 FEB -6 PH 1: 09 CITY CLERK IOWA CiTY.1OVIA ADDENDUM NO. 3 02-04-14 DRAWN W. JOB DATE: 2013 un unit e� nevnnin ucxnr iun SNEET NO_ o X MMNO 1' 2/13/13 vx ,,�„„ _ waEaww �,�,,,.,,,, rahs,ONs ROCKY SHORE STORMWATER PUMP STATION GENERAL ,,PPROy AEM MB NUMBER: 10100241 o 1' , „4 „a ,,� w N4. , ® HRGreen.com CfTY OF IOWA CITY G006 OAO OATS 2/4/2014 1:13:44 PM % NOT ONE wcx, °Nn ` " HRGreen IOWq CITY, IOWA E�MAT� QUANTRIES CPD FlU:: 0:\10100241\CAD\Dr9s\G\G006 EBNMATED QUANIRIES.AW9 NEM ITEM SEWERS AND DRAINS 11 A. IN ACCORDANCE WON SURAS SECTION 1020. NO. ESTIMATE REFERENCE NOTES C. USE RUBBER 0 -RING OR PROFILE CASKET COMPLYING WITH ASTM C N3 FOR ALL JOINTS 0. CONNECTION i0 W% CULVERT, AS INDICATED ON THE PUNS. SMALL BE INCIDENTAL TO THE UNIT PRICE OF NE PIPE. GENERAL E. USE CLASS R-2 PIPE REDOING WITH SURABLL BACKFLL MATERIAL PER SUOAS SECTION MID. 13 A. IN ACCORDANCE WITH SODAS SECTION 1020. I A. REFER TO THE TRAFFIC CDrviROI PUN AND NOTES. L. USE RUBBER 0 -RING OR PROFILE GASKET COMPLYING WIN ASTM C 113 FOR ALL JOINTS. D. CONNECTION i0 BOX CULVERT, AS INDICATED ON THE PUNS, SHALL BE INCIDENTAL 70 THE UNIT PRICE OF THE PIPE. B. INCLUDES ALL TRAFFIC CONTROL DEVICES AND EWIPNENT NECESSARY i0 MAINTAIN TRAFFIC IN ACCORDANCE WITH THE CONTRACT DOCUMENTS AND THE MANUAL ON UNIFORM TRAFFIC CONTROL DEV66 E. USE CUSS A -Z PIPE BEDDING PE0. SVDAS SECTION 3010. UNDER PAVEMENT, BACKFLL WIN CLASS A LRVSXN S10XE, IDOi STANDARD SPECIFILAt10N SECTION 112O.Od AND SECTION !109, GRADATION NO. Ii. OUTSIDE OF PAVEMENT, BACKFILL TRENCH WITH SUITABLE BACKRLL MATERIAL PER SODA$ SOW. 2{ (NUTCp). B. REFER TO 31084 SEWER PIPE TABULATION. C. USE RUBBER D -RING OR PROFILE CASKET COMPLYING WITH ASTM C N3 FOR ALL JOINTS. 0. CONNECTION TO STORM PIPE. AS INDICATED ON RIE PUNS, SHALL BE INCIDENTAL i0 ME UNIT PRICE OF INE PIPE. E. USE CUSS R-1 PIPE BEDDING PER SURAS SECTION 3010. UNDER PAVEMENT, BACKFILL WITH [IHSS A CRUSHED STONE, TOOT STANDARD SPECIFICATION SECTION !120.01 AND SECTION 1109, GRADATION 2 A. iN6 ITEM INCLUDES YOBILlUTION, SUPERVA3NIN, TEMPORARY FACILITIES AND UTILITIES, TEMPORARY PUNS OF EXCAVATION PROTECTION, DEWATERING, EpUIPYENT RENTAL AND OTHER YISLELUNEOUS 15 A. IN ACCORDANCC WITH SUOAS SECTION 1020. B. REFER i0 STORY SEWER PIPE iABUU1WN. COSTS. C. USE RUBBER 0 -RING OR PROFILE GASKET COMPLYING WITH ASTM C 113 FOR ALL JOINTS. D. CONNECTION 10 EXISTING STORM PIPE, AS INDICATED ON NC PUNS, SHALL BE INCIDENTAL i0 THE UNIT PRICE OF THE PIPE. E. USE [IHSS R-2 PIPE BEDDING PER SODAS SECTION 3010. 16 A. IN ACCORDANCE WITH SODAS SECTION 1020. B. REFER TO STORM SEWER PIPE IABUUTWN. EARTHWORK C. USE RUBBER 0 -RING OR PROFILE CASKET COMPLYING WITH ASTM C 413 FOR ALL JOINTS. 0. CONNECTION i0 EXISTING STORM PIPE, AS INDICATED ON THE PUNS, SMALL BE INCIDENTAL TO THE UNIT PRICE OF THE PIPE. 3 A. IN ACCORDANCE WITH SUOAS SECTION 1010 AND THE iOLLOWINC: 17 A. IX ALLORDAN E I H SODAS S L LOX 6020. B. SCE PUN SHEET DI00 FOR LOCATWNS. B. QUANTITY BASED ON VOLUME i0 STRIP, SALVAGE, AND SPREAD 6 INCHES OF TOPSOIL OVER ALL DISTURBED ARDS. BIO OUANTIIT EQUALS COMPACTED VOLUME. A. REFER i0 STORY SEWER PIPE TABULATION AND BOX CULVERT DETAILS. B. BOX CULVERT MEASURED IN LINEAR FEET ALONG THE CENTERLINE OF THE CULVERT FROM INSIDE WALL OF STRUCTURE ID END W THE BOX CULVERT, EXCLUSIVE OF ENO SECTION. C. IiEY INCLUDES REMOVAL AND STOCKPILING M EXISTING TOPSOIL FOR REUSE AND PUCEMENT OF TOPSOIL D. ALL BOX CULVERT JOINTS SHALL BE WRAPPED WITH GEOTIXtILL FABRIC PER AASNiO Y-2BR. TYPE II. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER DNEAR FOOT. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, IABOA AND MATERIALS D. INE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER CUBIC YARD. THIS SHALL BE FULL COMPENSATION FOR STRIPPING, STOCKPILING. FURNISHING. TRANSPORTING, AND PLACING TOPSOIL IN NECESSARY 10 CONSTRUCT THE BOX CULVERT AS SHOWN ON NE PIANS AND M ACCORDANCE WITH THE CONTRACT DOCUMENTS, INCLUDING TRENCH EXCAVATION, DEWATERING, FURNISHING BEDDING MATERIAL, PLACING REDOING AND BACKFILL YAiEAGL, JOINT iRFA1MEXi, AND TIE -BOLT CONNECTIONS. 29 ACCORDANCE WITH THE CONTRACT DOCUMENTS. E. OVERHAUL WILL NOT BE MEASURED OR PAID PoA, BUT SHALL BE CONSIDERED INCIDENTAL B. DROPWALL, LORE, AND GUARDRAIL ARE INCIDENTAL i0 THE BOX CULVERT SLOPED ENO SECTION. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH. THIS SHALT BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL 1006, EQUIPMENT. LABOR AND MATERIALS NECESSARY i0 4 A IN ACCORDANCE WITH SODAS SECTION 1010 ANO THE FOLLOWING: CONSTRUCT THE BOX CULVERT SLOPED ENO SECTION AS SHOWN ON THE PUNS AND IN ACCORDANCE WITH THE CONTRACT WCUNENiS, INCLUDING TRENCH EXCAVATION, FURNISHING BEDDING MATERIAL PLACING REDOING AND SACKFUL 4ATEANI, CONNECTORS, ANO OTHER APPURTENANCES. 10 B. USE SUITABLE TOPSOIL OF UNIFORM QUALITY, FREE FROM HARD CLODS, ROTS, 500, STIFF GUY. HARD PAN, SION6 URGER THAN I INCH (1/2 INCH FOR NRFCRASS SEEDING), LINE CEMENT, ASN, B. SEE PIAN SHEETS LSO! AND L3D6 FOR DETAILS. C. BIO EVEN PAID LUMP SUM AND IS CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIALS, EXCAVATION TO INSTALL, INSTALLATION AND ALL OTHER WORK NECESSARY FOR FABRICATION, SUG, CONCRETE, TAA RESIDUE, iARACO PAPER. BOARDS, CHIPS. STICKS, OR ANY UNDESIRABLE MATERIAL DELIVERY, INSTALLATION, SITE CLEAN-UP AND RESTORATION. 31 A. SEE PLAN SHEET L303 FOR DETAILS. C. THE ENGINEER WILL APPROVE THE SOURCE Of OFF -SIZE TOPSOIL SURFACE SOILS FROM DITCH BOTTOMS, DRAINED PONDS, AND ERODED ARDS. OR SOILS THAI ARE SUPPORTING GROWTH OF NOXIOUS ENCLOSURE FLOOR GRAIN DETAIL (CHECK VALVE, PIPING, FILINGS, BUTTERFLY VALVE, GRATING. HATCH, SIGN, ETC.) AS WELL AS PIPING AND CONNECTION TO STORM SEWER. 31 A. IN ACCORDANCE WITH SUCKS SECTION 10111 AND DETAIL ON PUN SHEET LSOI. WEEDS OR OTHER UNDESIRABLE VEGETATION. WILL NOT BE ACCEPTED. THE ENGINEER WILL DETERMINE IF TESTING IS NECESSARY. INE CONTRACTOR WILL BE RESPONSIBLE FOR PAYMENT OF NF TESTING B. ITEM INCLUDES TRENCH EXCAVATION, FURNISHING AND PUCING BEDDING AND BACKFILL NAICRIAL ENGINEERING FABRIC, CONNECTORS, AND ELBOWS AND TEES. THE LENGTH OF ELBOWS AND TEES OF RIE PIPES INSTALLED WILL BE INCLUDED IN THE LENGTH OF THE PIPE MEASURED. 33 If THE OFF-SRE i0PS011 WES N01 MEET THE ABOVE REQUIREMENTS. IF THE TESTING VERIFIES THE OFFSITE TOPSOIL DOES MEET THE ABOVE A[OUIREYENTS, PAYMENT FOR WE TESTING WILL BE INE 34 A. IN ACCORDANCE WITH SODAS SECTION 1010 AND FIGURE /010833. B. PIPE, NON -SHRINK GA011T, COUPLING BANDS. AND RODENT CVAAO ARE INCIDENTAL RESPONSIBILITY OF NE JURISDICTION. 36-37 A IN ACCORDANCE WITH SPECIFICATION SECTION 02660. B. UNIT BID PRICE INCLUDES TRENCH EXCAVATION. DEWATERING. FURNISHING AND PUCING REDOING AND BACKFILL MATERIAL TRACER SYSTEM, TESTING, DISINFECTION, POLYETHYLENE WARP, AND ALL D. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER CUBIC YARD. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL iW6, EQUIPMENT. UBOA AND MATERIALS NECESSARY JOINT GASKETS, LUBAIUNTS, GONGS AND BOLTS. C. SEE PUN SXFEt CI01 3 NECESSARY FOR THIS FEW NI ACCORDANCE WITH THE CONTRACT DOCUMENTS AND PER SURAS 2010. B. SEE PUN SHEET C101 C. THRUST BLOCK AND RESTRAINED JOINTS ARE INCIDENTAL i0 FIIIING. L IT IS ASSAYED 6 INCHES OF TOPSOIL SMALL BE SPREAD ON ALL AREAS 70 RECEIVE SEEDING. A. IN ACCORDANCE WITH SPECIFICATION SECTION 02660. B. SEE PUN SHEET CI01 5 A. IN ACCORDANCE WITH SURAS SECTION 1010. 39A A. IN ACCORDANCE WITH SPECIFICATION SECTOR D166D. B. SE[ PLAN SHEET L101 R. REFER TO TYPICAL SECTIONS. C. VALVE BOX IS INCIDENTAL i0 VALVE. A. IN ACCORDANCE WITH SPECIFICATION SECTION 02660. DOCUMENTS. 6 A. IN ACCORDANCE WITH SODAS SECTION 2010 41 A. SEE PUN SHEET CIO! B. GEOTE%NLL PER SODAS 1010-2.0ht-6 AND MANUFACTURER'S RECOMMENDATIONS L. GEOTENTILL FABRK i0 BE APPROVED BY OWNER'S REPRESENTATIVE PRIOR i0 INSTALLATION D. SEE TYPICAL TRAIL DETAIL 7 A. IN ACCORDANCE WITH SODAS SECTION 2010. B. REFER TO TYPICAL SECTIONS. 8 A. IN ACCORDANCE WITH SODAS SECTION 2010. B. SEE PUN SHEET DIN FOR SIZE AND LOCATION. G UNIT BIO PRICE INCLUDES REMOVAL AND DISPOSAL OF STRUCTURE. g A. IN ACCORDANCE WITH SODAS SECTION 2010. B. SEE PUN SHEET DIN FOR LOCATIONS. C. UNIT BID PRICE INCLUDES REMOVAL AND DISPOSAL OF APRON. 10 A. IN ACCORDANCE WITH SUOAS SECTION 2010. B. SEE PUN SHEET 0100 FOR LOCATIONS. C. UNIT BIO PRICE INCLUDES REMOVAL AND DISPOSAL OF PIPE CULVERT. 77 A. IN ACCORDANCE WITH SODAS SECTION 2010. B. SEE PUN SHEET D100 FOR LOCATIONS. L. UNIT BIO PRICE INCLUDES REMOVAL AND DISPOSAL OF WATER MAIN. 12 A IN ACCORDANCE WITH SODAS SECTION 1010. B. SFE PUN SHELF OIDO FOR LOCATIONS. C UNIT BID PRICE INCLUDES REMOVAL AND p6NSAl OF WATER MAIN. 13 A. IN ACCORDANCE WITH SODAS SECTION 1010. B. SEE PUN SHEET D100 FOR LOCATIONS. C. UNIT BIO PRICE INCLUDES REMOVAL AND DISPOSAL OF WATER MAIN. 16 A. IN ACCORDANCE WITH SUOAS SECTION 1010. B. SFE PUN SHEET 0100 FOR LOCATIONS. L. UNIT BID PANE INCLUDES REMOVAL AND DISPOSAL OF WATER MAIN. IS A. SFE PUN SHEET 0100 FOR LOCATION. 16 A. IN ACCORDANCE WITH SODAS SECTION 1010 AND SPECIFICATION SECTION 02300 - URTHWORK. B. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPACTION TESTING OF ALL TRENCHES, FULLS. AND ROADWAY SUBGRAOES. PERFORMED BY AN INDEPENDENT TESTING LABORATORY HIRED BY THE CONTRACTOR. L. THE CONTRACTOR SMALL BE PAID THE LUMP SUM CONTRACT PRICE. NO MEASUREMENT WILL BE MADE. N A f PY O A W A S N S L FO FI R li T 17 A. IN ACCORDANCE WITH SPECIFICATION SECTION 01300. 2 B. BID QUANTITY INCLUDES 3110 LY FOR PUMP STATION, 339 CY FOR GENERATOR ENCLOSURE, 1611 CY FOR EMBANKMENT CAPPING, AND 6p] CY FOR FIWpWALL AND FOUNDATION PLEAS. 16 A. LOCATED BENEATH PUMP SUTTON AND GENERATOR ENCLOSURE. SEES SHEETS. 79 A. IN ACCORDANCE WITH SPECIFICATION SECTION 02300. F RRC LV 10 N X A EE O P V YiH N N R ZO A. IN ACCORDANCE WITH SPECIFICATION SECTION 02300. B. BID WAN11T'! IS FINAL EMBANKMENT 50113 IN -PUCE. ADDITIONAL MATERIAL WILL BE REQUIRED DUE i0 COMPACTION OF EERY AND SHRINK. C CONTRACTOR SHALL ENGAGE A pVALLFlED INDEPENDENT GEOTECHNICAL ENGINEERING TESTING AGENCY i0 PERFORM FIELD OVALRY-CONTORL TESRNG, INCIDENTAL 2 TREIICH AND TRENCHLE55 CONSTRUCTION N O 21 A. SEE PUN SHEET C305 FOR LOCATION. t B. CONSTRUCT IN ACCORDANCE WITH SODAS FIGURE 3010.901. C. ME CONTRACTOR WILL RE PAID THE CONTRACT UNIT PRICE PER EACH SEWER PIPE SUPPORT OVER IXISTING UTILITY. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL 1006, CWIPYENi, LIBOR AND MATERIALS NECESSARY 10 CONSTRUCT THE SEWER PIPE SUPPORT IN ACCORDANCE WITH INE CONTRACT iWi W cj-� I -1fA cn r �m m s CD ADDENDUM N0. 3 02-04-14 E DRAWN BY: JlA1 JOB DAZE zo13 D�fTIC41WIiAAvn AEY RY .Ippu it - wAipwH k DESCRIPTION ND. FMTE m RL,ns1oN DESCRIPTION t GAINS ® ROCKY SHORE STORMWATER PUMP STATION GENERAL SHEET N0. 6 ArPROJm: JOB NUMBER: 10100241 D r , ro1714 11B ,,„„f11WY „a , HRGreen.00m CITY OF IOWA CITY GOO7 If I,tli OHE WCX, CAD GATE: 2/4/2014 1:12:24 PM ,�15fSGLE,tt�,NGLv. ESTIMATE REFERENCE NOTES i i OFD FILE 0:\10100241\CAD\Owgs\G\G007 MINUEE REFERENCE NOTES.tlwg HRGreen IOWA CRY, IOWA NEM N0. ESTIMATE REFERENCE NOTES SEWERS AND DRAINS 11 A. IN ACCORDANCE WON SURAS SECTION 1020. B. REFER TO STORM SEWER PIPE TABULATION. C. USE RUBBER 0 -RING OR PROFILE CASKET COMPLYING WITH ASTM C N3 FOR ALL JOINTS 0. CONNECTION i0 W% CULVERT, AS INDICATED ON THE PUNS. SMALL BE INCIDENTAL TO THE UNIT PRICE OF NE PIPE. E. USE CLASS R-2 PIPE REDOING WITH SURABLL BACKFLL MATERIAL PER SUOAS SECTION MID. 13 A. IN ACCORDANCE WITH SODAS SECTION 1020. B. REFER 70 STORY SEWER PIPE iABUUTIUN. L. USE RUBBER 0 -RING OR PROFILE GASKET COMPLYING WIN ASTM C 113 FOR ALL JOINTS. D. CONNECTION i0 BOX CULVERT, AS INDICATED ON THE PUNS, SHALL BE INCIDENTAL 70 THE UNIT PRICE OF THE PIPE. E. USE CUSS A -Z PIPE BEDDING PE0. SVDAS SECTION 3010. UNDER PAVEMENT, BACKFLL WIN CLASS A LRVSXN S10XE, IDOi STANDARD SPECIFILAt10N SECTION 112O.Od AND SECTION !109, GRADATION NO. Ii. OUTSIDE OF PAVEMENT, BACKFILL TRENCH WITH SUITABLE BACKRLL MATERIAL PER SODA$ SOW. 2{ A. IN ACCORDANCE WITH SUOAS SECTION 4020. B. REFER TO 31084 SEWER PIPE TABULATION. C. USE RUBBER D -RING OR PROFILE CASKET COMPLYING WITH ASTM C N3 FOR ALL JOINTS. 0. CONNECTION TO STORM PIPE. AS INDICATED ON RIE PUNS, SHALL BE INCIDENTAL i0 ME UNIT PRICE OF INE PIPE. E. USE CUSS R-1 PIPE BEDDING PER SURAS SECTION 3010. UNDER PAVEMENT, BACKFILL WITH [IHSS A CRUSHED STONE, TOOT STANDARD SPECIFICATION SECTION !120.01 AND SECTION 1109, GRADATION N0. 11. OUTSIDE OF PAVEMENT, BACKFILL TRENCH WITH SUITABLE BACKFILL MATERIAL PER SURA$ .MI10. 15 A. IN ACCORDANCC WITH SUOAS SECTION 1020. B. REFER i0 STORY SEWER PIPE iABUU1WN. C. USE RUBBER 0 -RING OR PROFILE GASKET COMPLYING WITH ASTM C 113 FOR ALL JOINTS. D. CONNECTION 10 EXISTING STORM PIPE, AS INDICATED ON NC PUNS, SHALL BE INCIDENTAL i0 THE UNIT PRICE OF THE PIPE. E. USE [IHSS R-2 PIPE BEDDING PER SODAS SECTION 3010. 16 A. IN ACCORDANCE WITH SODAS SECTION 1020. B. REFER TO STORM SEWER PIPE IABUUTWN. C. USE RUBBER 0 -RING OR PROFILE CASKET COMPLYING WITH ASTM C 413 FOR ALL JOINTS. 0. CONNECTION i0 EXISTING STORM PIPE, AS INDICATED ON THE PUNS, SMALL BE INCIDENTAL TO THE UNIT PRICE OF THE PIPE. E. USE CUSS R-1 PIPE BEDDING PER SODAS SECTION 3010. 17 A. IX ALLORDAN E I H SODAS S L LOX 6020. B. SCE PUN SHEET DI00 FOR LOCATWNS. 26 A. REFER i0 STORY SEWER PIPE TABULATION AND BOX CULVERT DETAILS. B. BOX CULVERT MEASURED IN LINEAR FEET ALONG THE CENTERLINE OF THE CULVERT FROM INSIDE WALL OF STRUCTURE ID END W THE BOX CULVERT, EXCLUSIVE OF ENO SECTION. C. BO% CULVERT TO MEET THE REOVIREYENiS OF SECTION ZU3 OF NE IOWA 001 STANDARD SPECIFICATIONS, D. ALL BOX CULVERT JOINTS SHALL BE WRAPPED WITH GEOTIXtILL FABRIC PER AASNiO Y-2BR. TYPE II. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER DNEAR FOOT. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, IABOA AND MATERIALS NECESSARY 10 CONSTRUCT THE BOX CULVERT AS SHOWN ON NE PIANS AND M ACCORDANCE WITH THE CONTRACT DOCUMENTS, INCLUDING TRENCH EXCAVATION, DEWATERING, FURNISHING BEDDING MATERIAL, PLACING REDOING AND BACKFILL YAiEAGL, JOINT iRFA1MEXi, AND TIE -BOLT CONNECTIONS. 29 A. ROPER TO STORM SEWER STRUCTURE TABULATION AND BOX CULVERT SLOPED END SECTION DETAILS. B. DROPWALL, LORE, AND GUARDRAIL ARE INCIDENTAL i0 THE BOX CULVERT SLOPED ENO SECTION. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH. THIS SHALT BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL 1006, EQUIPMENT. LABOR AND MATERIALS NECESSARY i0 CONSTRUCT THE BOX CULVERT SLOPED ENO SECTION AS SHOWN ON THE PUNS AND IN ACCORDANCE WITH THE CONTRACT WCUNENiS, INCLUDING TRENCH EXCAVATION, FURNISHING BEDDING MATERIAL PLACING REDOING AND SACKFUL 4ATEANI, CONNECTORS, ANO OTHER APPURTENANCES. 10 A. SEE PUN SHEET L100 FOR LOCATION. B. SEE PIAN SHEETS LSO! AND L3D6 FOR DETAILS. C. BIO EVEN PAID LUMP SUM AND IS CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIALS, EXCAVATION TO INSTALL, INSTALLATION AND ALL OTHER WORK NECESSARY FOR FABRICATION, DELIVERY, INSTALLATION, SITE CLEAN-UP AND RESTORATION. 31 A. SEE PLAN SHEET L303 FOR DETAILS. B. BN REM PAID LUMP SVM AND 5 CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, [ONPYENI, LIBOR AND MATERIALS NECESSARY i0 INSTALL ALL EQUIPMENT SHOWN ON GENERATOR ENCLOSURE FLOOR GRAIN DETAIL (CHECK VALVE, PIPING, FILINGS, BUTTERFLY VALVE, GRATING. HATCH, SIGN, ETC.) AS WELL AS PIPING AND CONNECTION TO STORM SEWER. 31 A. IN ACCORDANCE WITH SUCKS SECTION 10111 AND DETAIL ON PUN SHEET LSOI. B. ITEM INCLUDES TRENCH EXCAVATION, FURNISHING AND PUCING BEDDING AND BACKFILL NAICRIAL ENGINEERING FABRIC, CONNECTORS, AND ELBOWS AND TEES. THE LENGTH OF ELBOWS AND TEES OF RIE PIPES INSTALLED WILL BE INCLUDED IN THE LENGTH OF THE PIPE MEASURED. 33 A. IN ACCORDANCE WITH SURAS SECTION 1010 AND FIGURE 1010.231. 34 A. IN ACCORDANCE WITH SODAS SECTION 1010 AND FIGURE /010833. B. PIPE, NON -SHRINK GA011T, COUPLING BANDS. AND RODENT CVAAO ARE INCIDENTAL WATER MAINS AND APPURTENANCES 36-37 A IN ACCORDANCE WITH SPECIFICATION SECTION 02660. B. UNIT BID PRICE INCLUDES TRENCH EXCAVATION. DEWATERING. FURNISHING AND PUCING REDOING AND BACKFILL MATERIAL TRACER SYSTEM, TESTING, DISINFECTION, POLYETHYLENE WARP, AND ALL NECESSARY JOINT GASKETS, LUBAIUNTS, GONGS AND BOLTS. C. SEE PUN SXFEt CI01 3 A. IN ACCORDANCE WITH SPECIFICATION SECTION Ot660. B. SEE PUN SHEET C101 C. THRUST BLOCK AND RESTRAINED JOINTS ARE INCIDENTAL i0 FIIIING. 39 A. IN ACCORDANCE WITH SPECIFICATION SECTION 02660. B. SEE PUN SHEET CI01 C. VALVE W% 6 INCIDENTAL TO VALVE. 39A A. IN ACCORDANCE WITH SPECIFICATION SECTOR D166D. B. SE[ PLAN SHEET L101 C. VALVE BOX IS INCIDENTAL i0 VALVE. A. IN ACCORDANCE WITH SPECIFICATION SECTION 02660. DOCUMENTS. NEM N0. ESTIMATE REFERENCE NOTES SEWERS AND DRAINS 11 A. IN ACCORDANCE WON SURAS SECTION 1020. B. REFER TO STORM SEWER PIPE TABULATION. C. USE RUBBER 0 -RING OR PROFILE CASKET COMPLYING WITH ASTM C N3 FOR ALL JOINTS 0. CONNECTION i0 W% CULVERT, AS INDICATED ON THE PUNS. SMALL BE INCIDENTAL TO THE UNIT PRICE OF NE PIPE. E. USE CLASS R-2 PIPE REDOING WITH SURABLL BACKFLL MATERIAL PER SUOAS SECTION MID. 13 A. IN ACCORDANCE WITH SODAS SECTION 1020. B. REFER 70 STORY SEWER PIPE iABUUTIUN. L. USE RUBBER 0 -RING OR PROFILE GASKET COMPLYING WIN ASTM C 113 FOR ALL JOINTS. D. CONNECTION i0 BOX CULVERT, AS INDICATED ON THE PUNS, SHALL BE INCIDENTAL 70 THE UNIT PRICE OF THE PIPE. E. USE CUSS A -Z PIPE BEDDING PE0. SVDAS SECTION 3010. UNDER PAVEMENT, BACKFLL WIN CLASS A LRVSXN S10XE, IDOi STANDARD SPECIFILAt10N SECTION 112O.Od AND SECTION !109, GRADATION NO. Ii. OUTSIDE OF PAVEMENT, BACKFILL TRENCH WITH SUITABLE BACKRLL MATERIAL PER SODA$ SOW. 2{ A. IN ACCORDANCE WITH SUOAS SECTION 4020. B. REFER TO 31084 SEWER PIPE TABULATION. C. USE RUBBER D -RING OR PROFILE CASKET COMPLYING WITH ASTM C N3 FOR ALL JOINTS. 0. CONNECTION TO STORM PIPE. AS INDICATED ON RIE PUNS, SHALL BE INCIDENTAL i0 ME UNIT PRICE OF INE PIPE. E. USE CUSS R-1 PIPE BEDDING PER SURAS SECTION 3010. UNDER PAVEMENT, BACKFILL WITH [IHSS A CRUSHED STONE, TOOT STANDARD SPECIFICATION SECTION !120.01 AND SECTION 1109, GRADATION N0. 11. OUTSIDE OF PAVEMENT, BACKFILL TRENCH WITH SUITABLE BACKFILL MATERIAL PER SURA$ .MI10. 15 A. IN ACCORDANCC WITH SUOAS SECTION 1020. B. REFER i0 STORY SEWER PIPE iABUU1WN. C. USE RUBBER 0 -RING OR PROFILE GASKET COMPLYING WITH ASTM C 113 FOR ALL JOINTS. D. CONNECTION 10 EXISTING STORM PIPE, AS INDICATED ON NC PUNS, SHALL BE INCIDENTAL i0 THE UNIT PRICE OF THE PIPE. E. USE [IHSS R-2 PIPE BEDDING PER SODAS SECTION 3010. 16 A. IN ACCORDANCE WITH SODAS SECTION 1020. B. REFER TO STORM SEWER PIPE IABUUTWN. C. USE RUBBER 0 -RING OR PROFILE CASKET COMPLYING WITH ASTM C 413 FOR ALL JOINTS. 0. CONNECTION i0 EXISTING STORM PIPE, AS INDICATED ON THE PUNS, SMALL BE INCIDENTAL TO THE UNIT PRICE OF THE PIPE. E. USE CUSS R-1 PIPE BEDDING PER SODAS SECTION 3010. 17 A. IX ALLORDAN E I H SODAS S L LOX 6020. B. SCE PUN SHEET DI00 FOR LOCATWNS. 26 A. REFER i0 STORY SEWER PIPE TABULATION AND BOX CULVERT DETAILS. B. BOX CULVERT MEASURED IN LINEAR FEET ALONG THE CENTERLINE OF THE CULVERT FROM INSIDE WALL OF STRUCTURE ID END W THE BOX CULVERT, EXCLUSIVE OF ENO SECTION. C. BO% CULVERT TO MEET THE REOVIREYENiS OF SECTION ZU3 OF NE IOWA 001 STANDARD SPECIFICATIONS, D. ALL BOX CULVERT JOINTS SHALL BE WRAPPED WITH GEOTIXtILL FABRIC PER AASNiO Y-2BR. TYPE II. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER DNEAR FOOT. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, IABOA AND MATERIALS NECESSARY 10 CONSTRUCT THE BOX CULVERT AS SHOWN ON NE PIANS AND M ACCORDANCE WITH THE CONTRACT DOCUMENTS, INCLUDING TRENCH EXCAVATION, DEWATERING, FURNISHING BEDDING MATERIAL, PLACING REDOING AND BACKFILL YAiEAGL, JOINT iRFA1MEXi, AND TIE -BOLT CONNECTIONS. 29 A. ROPER TO STORM SEWER STRUCTURE TABULATION AND BOX CULVERT SLOPED END SECTION DETAILS. B. DROPWALL, LORE, AND GUARDRAIL ARE INCIDENTAL i0 THE BOX CULVERT SLOPED ENO SECTION. C. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER EACH. THIS SHALT BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL 1006, EQUIPMENT. LABOR AND MATERIALS NECESSARY i0 CONSTRUCT THE BOX CULVERT SLOPED ENO SECTION AS SHOWN ON THE PUNS AND IN ACCORDANCE WITH THE CONTRACT WCUNENiS, INCLUDING TRENCH EXCAVATION, FURNISHING BEDDING MATERIAL PLACING REDOING AND SACKFUL 4ATEANI, CONNECTORS, ANO OTHER APPURTENANCES. 10 A. SEE PUN SHEET L100 FOR LOCATION. B. SEE PIAN SHEETS LSO! AND L3D6 FOR DETAILS. C. BIO EVEN PAID LUMP SUM AND IS CONSIDERED FULL COMPENSATION FOR FURNISHING ALL MATERIALS, EXCAVATION TO INSTALL, INSTALLATION AND ALL OTHER WORK NECESSARY FOR FABRICATION, DELIVERY, INSTALLATION, SITE CLEAN-UP AND RESTORATION. 31 A. SEE PLAN SHEET L303 FOR DETAILS. B. BN REM PAID LUMP SVM AND 5 CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, [ONPYENI, LIBOR AND MATERIALS NECESSARY i0 INSTALL ALL EQUIPMENT SHOWN ON GENERATOR ENCLOSURE FLOOR GRAIN DETAIL (CHECK VALVE, PIPING, FILINGS, BUTTERFLY VALVE, GRATING. HATCH, SIGN, ETC.) AS WELL AS PIPING AND CONNECTION TO STORM SEWER. 31 A. IN ACCORDANCE WITH SUCKS SECTION 10111 AND DETAIL ON PUN SHEET LSOI. B. ITEM INCLUDES TRENCH EXCAVATION, FURNISHING AND PUCING BEDDING AND BACKFILL NAICRIAL ENGINEERING FABRIC, CONNECTORS, AND ELBOWS AND TEES. THE LENGTH OF ELBOWS AND TEES OF RIE PIPES INSTALLED WILL BE INCLUDED IN THE LENGTH OF THE PIPE MEASURED. 33 A. IN ACCORDANCE WITH SURAS SECTION 1010 AND FIGURE 1010.231. 34 A. IN ACCORDANCE WITH SODAS SECTION 1010 AND FIGURE /010833. B. PIPE, NON -SHRINK GA011T, COUPLING BANDS. AND RODENT CVAAO ARE INCIDENTAL WATER MAINS AND APPURTENANCES 36-37 A IN ACCORDANCE WITH SPECIFICATION SECTION 02660. B. UNIT BID PRICE INCLUDES TRENCH EXCAVATION. DEWATERING. FURNISHING AND PUCING REDOING AND BACKFILL MATERIAL TRACER SYSTEM, TESTING, DISINFECTION, POLYETHYLENE WARP, AND ALL NECESSARY JOINT GASKETS, LUBAIUNTS, GONGS AND BOLTS. C. SEE PUN SXFEt CI01 3 A. IN ACCORDANCE WITH SPECIFICATION SECTION Ot660. B. SEE PUN SHEET C101 C. THRUST BLOCK AND RESTRAINED JOINTS ARE INCIDENTAL i0 FIIIING. 39 A. IN ACCORDANCE WITH SPECIFICATION SECTION 02660. B. SEE PUN SHEET CI01 C. VALVE W% 6 INCIDENTAL TO VALVE. 39A A. IN ACCORDANCE WITH SPECIFICATION SECTOR D166D. B. SE[ PLAN SHEET L101 C. VALVE BOX IS INCIDENTAL i0 VALVE. A. IN ACCORDANCE WITH SPECIFICATION SECTION 02660. D. SEE PUN SHEET C10/ O 41 A. SEE PUN SHEET CIO! REN NO. ESTIMATE REFERENCE NOTES STRUCTURES FOR SAMrTARY AND STORM SEWERS 42 A. IN ACCORDANCE WIN SUDAS SECTION BUD. A.IN ACCORDANCE WITH SODAS SECTION 9010. B. REFER TO STORM SEWER STRUCTURE TABULATION FOR LOCATION. 43 A. IN ACCORDANCE WITH SLUMS SECTION BUD. B. PUCE TYPE 2.D RECP ON ALL SLOPES GREATER OR EQUAL TO 4:1 H:V. B. REFER TO STORM SEWER STRUCTURE TABULATION FOR LOCATIONS. 44 A. IN ACCORDANCE WITH SODAS SENIOR 6010. D. EXCAVATION, STAPLES, ANCHORING DEVICES. AND MATERIAL FOR ANCHORING SLOTS ARE INCIDENTAL B. REFER TO STORM SEWER STRUCTURE TABULATION FOR LOCATIONS. 45 A. IN ACCORDANCE WITH SODAS SECTION 6010. B. ENGINEERING FABRIC IS INCIDENTAL TO TNS REN. 8. REFER TO STORM SEWER STRUCTURE TABULATOR FOR LOCATION. 46 A. IN ACCORDANCE WITH SODAS SECTION 6010. A. IN ACCORDANCE WIN SODAS SECTION 9040. B. REFER TO STORM SEWER STRUCTURE TABULATION FOR LOCATION. 47 A. IN ACCORDANCE WITH SURAS SECTION 6010. B. RESTORATION OF ME AREA TO RNISHED GRADE AND OFF-SITE DISPOSAL OF FENCE, POSTS, AND ACCUMULATED SEDIMENT IS INCIDENTAL B. SEE PUN SHEET 0100 FOR LOCATIONS. STREETS AND RELATED WORK 48 A. IN ACCORDANCE WITH SODAS SECTION 7010. 70 B. BID OUANTITY INCLUDES ROCKY SHORE DRIVE AND PUMP STATION MAINTENANCE AREA - C. CONTRACTOR SHALL PROVIDE ALL QUAUTY CONTROL TESTING SERVICES AND CERTIFIED PUNT INSPECTION FOR PORTLAND CEMENT CONCRETE PER SPECIFICATIONS. 49 A. IN ACCORDANCE WITH SODAS SECTION 7030. B. SEE PUN SHEET DIN. 72 C. NEW INCLUDES SAWING, HAUUNG, AND DISPOSAL OF MATERIALS REMOVED, INCIDENTAL 50 A. IN ACCORDANCE WITH SODAS SECTION 7030. B. SEE PUN SHEET DIST. C. MEM INCLUDES SAWING, HAWNG, AND DISPOSAL Of MATERIALS REMOVED, INCIDENTAL 51 A. IN ACCORDANCE WITH SUDAS SECTION 7030. B. SEE PLAN SHEET 0100. C. REM INCLUDES HAUUNG, AND DISPOSAL OF MATERIALS REMOVED, INCIDENTAL 52 A. IN ACCORDANCE WITH SODAS SECTION 7030. B. QUANTITY INCLUDES ARU FOR SHARED USED PATH (TRAM). C. CONTRACTOR SHALL PROVIDE ALL GUAM CONTROL TESTING SERVICES AND CERTIFIED PUNT INSPECTION FOR PORTLAND CEMENT CONCRETE PER SPECIFICATIONS. 53 4. IN ACCORDANCE WON SODAS SECTION 7030. 74 9. QUANTITY INCLUDES AREA FOR SHARED USED PATH (TRAIL). 54 A. IN ACCORDANCE WITH SODAS SECTION 7030. 76 A SEE PUN SHEET CIN B. CONTRACTOR SHALL PROVIDE ALL GUAM CONTROL TESTING SERVICES AND CERTIFIED PUNT INSPECTION FOR PORTLAND CEMENT CONCRETE PER SPECIFICATIONS, C. PART 4K002.319 PADLOCK LOOK (2 EACH). C. COUNTRY INCLUDES SIDEWALK AND 5 -INCH PCC ALONG FLOW WALL AND GATE POSTS. 55 A. IN ACCORDANCE WITH SODAS SECTION 7030. 56 A. IN ACCORDANCE WITH SODAS SECTION 7030. STRUCTURAL & EXCAVATION, SUBGRADE PREPARATION, JOINTING, SAMPUNG, AND TESTING ARE INCIDENTAL TO THIS REV. A. SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS C. CONTRACTOR SHALL PROVIDE ALL QUANT CONTROL TESTING SERVICES AND CERTIFIED PUNT INSPECTION FOR PORTLAND CEMENT CONCRETE PER SPECIFICATIONS. 57 A. IN ACCORDANCE WITH SODAS SECTION 7030. A. SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS B. EXCAVATION, SUBGRADE PREPARATION, JOINTING, SAMPUNG, AND TESTING ARE INCIDENTAL 10 THIS REN. A SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS. PRICE FOR CONCRETE SHALL INCLUDE ALL MATERIAL AND LABOR 10 PRODUCE FINISHED CAST -IN -PUCE CONCRETE STRUCTURE, INCLUDING, BUT C. CONTRACTOR SHALL PROVIDE ALL OUANY CONTROL TESTING SERVICES AND CERTIFIED PUN INSPECTION FOR PURTUND CEMENT CONCRETE PER SPECIFICATIONS. 58 A. IN ACCORDANCE WITH SODAS SECTION 7030. CURING, PATCHING. MUTING (IF APPUCABUE), PROTECTING, WATER REPELLENT, SURFACE HARDENER, TESTING, FT6. B. EXCAVATION AND PREPARATION TO SUBGRADE ARE INCIDENTAL TO TRIS ITEM. A. SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS. UNIT PRICE PER CUBIC YARD SHALL INCLUDE ALL MATERIAL AND LABOR TO PRODUCE ONE CUBIC YARD DE FINISHED CAST -IN -PLACED C. QUANTITY INCLUDES GRAVEL STRIP BELOW SECURITY FENCE. CONCRETE, INCLUDING, BUT NOT UNITED TO: LUN CONCRETE MUD MAT ('WORKING NAT'), SHORING, FORMWORK, WAURSTOPS, BONDING AGENTS, REINFORCING, CONCRETE CONSTITUENTS, PUACING,�. D. GRANULAR MATERIAL SMALL BE CUSS A CRUSHED STONE COMPLYING WITH IOWA DOT SECTION 2315. 59 A. IN ACCORDANCE WIN SODAS SECTION 7040. A. SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS B. SEE PUN SHEET DI W. S A R SE RA �n C. INCLUDES SAWING, BREAKING, REMOVING, AND DISPOSING OF EXISTING PAYMENT AND REINFORCING STEEL SITE WORK AND LANDSCAPING 60 A. IN ACCORDANCE WITH SODAS SECTION 9010. LUDES PROVISION AND INSTALUTION OF THE EMERGENCY STANDBY GENERATOR ASSEMBLY AND AUTOMATIC TRANSFER SWITCH. THIS INCLUDES CONFIGURATION, STARTUP, TESNG, AND B. THE BID QUANTITY IS TOR THE SEEDED ARDS WITHIN IDE PROJECT CONSTRUCTION UNITS. STRATION OF THIS EQUIPMENT. C. REM INCLUDES ALL LABOR, EQUIPMENT, AND MATERIALS NECESSARY FOR THE PREPARATION OF TOPS014 APPUCATION W SEED, FERTILIZING AND MULCHING, WATERING, AND MAINTENANCE, PER LUDES PROVISION AND INSTALLATION OF METER SOCKET, MAIN CIRCUIT BREAKER, MOTOR CONTROL CENTER ASSEMBLY, AND SAFETY DISCONNECT SWITCHES. THS INCLUDES CONFIGURATION, STARTUP, SPECIFICATIONS. NG. AND DEMONSTRATION OF THIS EOUIPMENT. D. INE CONTRACTOR SHALL BE RESPONSIBLE FOR WATERING THE SEEDED ARDS, AS DIRECTED BY THE OWNER'S REPRESENTATIVE, UNTIL GRASS HAS BEEN ESTABUSHED. CLUDES PROVISION AND INSTALLATION OF THE SEPARATELY ENCLOSED REDUCED VOLTAGE SOUR STATE SOFT -STARTERS. THIS INCLUDES CONRGURARON, STARTUP, TESTING, AND DEMONSTRATION OF E. A WARRANTY SHALL BE PROVIDED FOR COMPLETED SEED AREAS BEGINNING ON THE DATE OF INRAL ACCEPTANCE. THE WARRANTY IS TO GUARANTEE THAT COMPLETED SEEDED AREAS PROVIDE A EQUIPMENT. n UNIFORMLY DENSE, LIVE, AND HEALTHY STAND OF GRASS, FREE OF WEEDS AND UNDESIRABLE GRASSES, DEBRIS, ERODED AREAS, BARE SPOTS, DISEASES, AND INSECTS AT THE END Of THE WARRANTY CWDES ALL OTHER ELECTRICAL CONSTRUCTION NOT INCLUDED IN THE ELECTRICAL BID ITEMS ABOVE. THIS ITEM INCLUDES BUT S NOT UNITED TO THE PROVISION AND INSTALLATION OF CONDUIT AND PERIOD OR TWO (2) YEARS. DURING THE WARRANTY PERIOD, ANY DEFECTED AREAS SHALL BE RESEEDED BY THE CONTRACTOR AS ORIGINALLY SPECIFIED UNTIL ALL AFFECTED ARDS ARE ACCEPTED BY THE UOED BODIES, PULL AND JUNCTION BOXES, IUNDHOIES, WIRE AND CABLE, UGNTING, WIRING DEVICES SUCH AS SWITCHES, SENSORS, AND RECEPTACLES. THIS MEM ALSO INCLUDES THE INSTALLATION OWNER'S REPRESENTATIVE. WITHOUT ADDITIONAL COMPENSATION. 2 -YEAR WARRANTY, AS SPECIFIED, IS INCIDENTAL TO THIS ITEM. INTERCONNECTION OF THE CONTROL PANEL AND CONTROL EQUIPMENT/DEVICES SUPPLIED BY THE OWNER. F. THE CONTRACTOR SHALL SUBMIT A LETTER OF CONFIRMATION OF SEED VARIETIES AND WARTIME SOURCE. CLUDES HEATING AND VENTILATION EQUIPMENT FOR INE ELECTRICAL RWM G. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER ACRE. FEATIUZER, WATERING AND MULCH SHALL BE CONSIDERED INCIDENTAL TO UNIT PRICE. H. CONTRACTOR SHALL SUBMIT PROPOSED SEED MIXES TO OWNER'S REPRESENTATIVE FOR REVIEW PRIOR TO INSTALLATION. 61 A. IN ACCORDANCE WITH SODAS SECTION 9040. B. THE CONTRACTOR WILL BE RESPONSIBLE FOR DEVELOPMENT OF A SWPPP MEETING LOCAL AND STATE AGENCY REQUIREMENTS, FLING THE PUTUC NOTICES, RUNG A NOTICE OF INTENT FOR COVERAGE OF THE PROJECT UNDER THE IOWA DNR NPDES GENERAL PERMIT NO. 2, AND PAYMENT OF ASSOCIATED NPDES PERMIT FEB. 62 A IN ACCORDANCE WIN SODAS SECTION 9010. B. NEW INCLUDES ALL WORK REQUIRED TO COMPLY WITH THE ADMINISTRATIVE PROVISIONS OF THE IOWA DNR NPOES GENERAL PERMR NO. 2, INCLUDING RECORD KEEPING, DOCUMENTATION, UPDATING THE SWPPP, FILING THE NOTICE OF DSCONRNUADON, ETC. C. REM INCLUDES WEEKLY INSPECTIONS REQUIRED TO SATISFY THE PROVISIONS OF GENERAL PERMIT NO. 2 REM BAR Is ONE I.Cl OM OfT1CLLL DRPWNGs o I' NO. ESTIMATE REFERENCE NOTES 63 A.IN ACCORDANCE WITH SODAS SECTION 9010. 64 A. IN ACCORDANCE WITH SODAS SECTION 900. SHEET ND' B. PUCE TYPE 2.D RECP ON ALL SLOPES GREATER OR EQUAL TO 4:1 H:V. IF NDT ME INCH.ADJUST C. PREPARE SEEDBED AND PUCE SEE AND FERTILIZER ACCORDING TO SODAS SECTION 9010 PRIOR TO PLACING RECP. D. EXCAVATION, STAPLES, ANCHORING DEVICES. AND MATERIAL FOR ANCHORING SLOTS ARE INCIDENTAL 65 A. IN ACCORDANCE WITH SURAS SECTION 9010. B. ENGINEERING FABRIC IS INCIDENTAL TO TNS REN. fib A. IN ACCORDANCE WITH SUDAS SECTION 9010. 67 A. IN ACCORDANCE WIN SODAS SECTION 9040. 68 A. IN ACCORDANCE WITH SODAS SECTION 9010. B. RESTORATION OF ME AREA TO RNISHED GRADE AND OFF-SITE DISPOSAL OF FENCE, POSTS, AND ACCUMULATED SEDIMENT IS INCIDENTAL 69 A. IN ACCORDANCE WITH SODAS SECTION 9040. B. SUBGRADE STABILIZATION FABRIC IS INCIDENTAL TO MIS REM. 70 A. IN ACCORDANCE WITH SODAS SECTION 9010. - S. ITEM INCLUDES REMOVAL OF THE DEVICE UPON COMPLETION Of THE PROJECT. 71 A. IN ACCORDANCE WITH SODAS SECTION 9010. B. ITEM INCLUDES REMOVAL AND OFFSITE DISPOSAL OF ACCUMULATED SEDIMENT, 72 A. IN ACCORDANCE WITH SODAS SECTION 9060. B. PVC COATING COLOR: BUCK, PER SODAS 9060-2.01-D C. MEN INCLUDES ALL POSTS, FABRIC, RAIU, BRACES, TRUSS RODS, TIES, TENSION WIRE, TENSION BANDS, TENSION BARS, GROUNDS, FITTINGS, PVC COATING, EXCAVATION OF POST HOLES, AND CONCRETE ENCASEMENT OF POSTS, INCIpENTAL 73 A. PIC COATING COLOR: BUCK, PER SUDAS 9060-2.01-D B. SLIDING GATE TO BE ROWNG (NON-CANIDEVERED) C. INCLUDES FURNISHING AND INSTALLING ALL ROWNG GATE HARDWARE. D. GATE TO HAVE 2 -PART LOCKING MECHANISM WITH ONE PART PERMENFAULY ATTACHED TO THE NON-MOVING FENCE AT THE OPENING END AND ONE PART ON THE SUDING CAR TO RECEIVE A STANDARD PADLOCK, INCIDENTAL FINAL DESIGN TO BE APPROVED BY OWNER . E. THE CONTRACTOR WILL BE PAID THE CONTRACT UNIT PRICE PER UCH. THIS SHALL BE CONSIDERED FULL COMPENSATION FOR FURNISHING ALL TOOLS, EQUIPMENT, LABOR AND MATERIALS NECESSARY FOR THIS REM IN ACCORDANCE WIN THE CONTRACT DOCUMENTS. 74 A. SEE CPJ0. 0 AIL PROCESS 75 A. SEE SPECIFICATION 13120. PAINTING OF ME FLOOD GATE AND GATE POSTS IS INCIOMAL TO ME COST OF THE FIND CATE. 76 A SEE PUN SHEET CIN B. HAND WHEEL LOCK DEVICE FOR AWA MODEL SA16.1: PART jZ009.252 LEVER LOCK PLATE (2 UCH). C. PART 4K002.319 PADLOCK LOOK (2 EACH). D. HINGED LOCUBIE COVERS FOR THE LOCAL PILOT DEVICES PART / SPAO.028 (2 TACH) 77 A. INCLUDES ALL ITEMS FOR PUMP USTED OR NOTED IN SPECIFICATION 11150 AND PUN SHEETS. 78 A. SEE STRUCTURAL DETAIL 79 A. INCLUDES LIBOR, EQUIPMENT AND MATERIALS TO INSTALL TWO GATES AND ASSOCIATED ACTUATORS PER THE GATE MANUFACTURERS INSTRUCTIONS. 80 A S E 9NUC RAL S E STRUCTURAL 81 A. SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS 82 A. SEE STRUCTURAL SHUTS AND RELATED SPECIFICATIONS 83 A. SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS 84-89 A SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS. PRICE FOR CONCRETE SHALL INCLUDE ALL MATERIAL AND LABOR 10 PRODUCE FINISHED CAST -IN -PUCE CONCRETE STRUCTURE, INCLUDING, BUT NOT UNITED TO: LEAN CONCRETE MUD MAT ('WORKING MAT'), SHORING, FORMWORK, WATERSTOPS, BONDING AGENTS, REINFORCING, CONCRETE CONSTITUENTS, PUCMG, VIBRATING, STRIPPING, FINISHING, CURING, PATCHING. MUTING (IF APPUCABUE), PROTECTING, WATER REPELLENT, SURFACE HARDENER, TESTING, FT6. 90 A. SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS. UNIT PRICE PER CUBIC YARD SHALL INCLUDE ALL MATERIAL AND LABOR TO PRODUCE ONE CUBIC YARD DE FINISHED CAST -IN -PLACED CONCRETE, INCLUDING, BUT NOT UNITED TO: LUN CONCRETE MUD MAT ('WORKING NAT'), SHORING, FORMWORK, WAURSTOPS, BONDING AGENTS, REINFORCING, CONCRETE CONSTITUENTS, PUACING,�. VIBRATING. STRIPPING, FINISHING, CURING, PATCHING, MUTING (IF APPLICABLE), PROTECTING, WATER REPEIUMT, SURFACE HARDENER, TESTING, ETO. 91 A. SEE STRUCTURAL SHEETS AND RELATED SPECIFICATIONS 92 S A R SE RA �n 93 1 A. SEF STRUCTURAL SHUTS AND RELATED SPECIFICATIONS ELECTRICAL LUDES PROVISION AND INSTALUTION OF THE EMERGENCY STANDBY GENERATOR ASSEMBLY AND AUTOMATIC TRANSFER SWITCH. THIS INCLUDES CONFIGURATION, STARTUP, TESNG, AND STRATION OF THIS EQUIPMENT. LUDES PROVISION AND INSTALLATION OF METER SOCKET, MAIN CIRCUIT BREAKER, MOTOR CONTROL CENTER ASSEMBLY, AND SAFETY DISCONNECT SWITCHES. THS INCLUDES CONFIGURATION, STARTUP, NG. AND DEMONSTRATION OF THIS EOUIPMENT. CLUDES PROVISION AND INSTALLATION OF THE SEPARATELY ENCLOSED REDUCED VOLTAGE SOUR STATE SOFT -STARTERS. THIS INCLUDES CONRGURARON, STARTUP, TESTING, AND DEMONSTRATION OF EQUIPMENT. n CWDES ALL OTHER ELECTRICAL CONSTRUCTION NOT INCLUDED IN THE ELECTRICAL BID ITEMS ABOVE. THIS ITEM INCLUDES BUT S NOT UNITED TO THE PROVISION AND INSTALLATION OF CONDUIT AND UOED BODIES, PULL AND JUNCTION BOXES, IUNDHOIES, WIRE AND CABLE, UGNTING, WIRING DEVICES SUCH AS SWITCHES, SENSORS, AND RECEPTACLES. THIS MEM ALSO INCLUDES THE INSTALLATION INTERCONNECTION OF THE CONTROL PANEL AND CONTROL EQUIPMENT/DEVICES SUPPLIED BY THE OWNER. HVA CLUDES HEATING AND VENTILATION EQUIPMENT FOR INE ELECTRICAL RWM BID ALTERNATE 1 STRUCTURAL 99 1 A INCLUDES CONCRETE FORMUNER, STAINING, PRECAST ARCHITECTURAL CONCRETE CAP I& A ENDUM NO. 3 02-04-14 pBpy9N BY. JUT JOB DATE 2013 AEM 10100241 BAR Is ONE I.Cl OM OfT1CLLL DRPWNGs o I' W. DATE BY REVISION DESCRIPTION t 2/13/13 CPM ADDM /t-'MIEWYW ! MILY.YIt IKI4NIK ® PUMP STATION GENERAL SHEET ND' APPROVED: JOB NUMBER: IF NDT ME INCH.ADJUST 2 /11 To AJ1IXNpN1NJ.3 HRGreen.com COCKY =SHOREMWATER GQ�$ GAD DTE 2/4/2014 1:13:13 PM SGL£ ACCORDINGLY. ESTIMATE REFERENCE NOTES CAD FILE: 0:\10100241\CPD\Owga\G\G008 ESTIMATE REFERENCE NOTE9.8w0 HRGn:en - U O O �✓ I I 11 ( I I 1 1 1/ 1: If O/^I O O I I III 111 1, — — — — m�TR II I II / 1 I I 1 O O i I� 1111111 �I _ _ — =p UCRr]I{1 UNITS I0 1 I 1 O O 1 I I' �.� 1111 11 011' I � 11111 I REMOVE 134 SY OF SIDEWALKO o UMrr8 II I I Ili I ( REMOVE h SALVAGE TRAIL SIGN 1 I I O O O�Ii 111�A�SEIIABLY W ```\ I \V ; I _--REMOVE h SALVAGE TRAIL ROCK O It I II MG E 121 IFI`IO / a I III I I (TVP OF 2) I I' WATER _ �I• -L JL_I ,I I ARKS DEPARTMENT TO SALVAGE I (l I I -� • CURB PS STOALONG PARK I I AM DU ENTRANCE DRNE. CONTR�TL. / yEM \ REMOVE BOLLARD I 1 AN 'IPEI R T SHALL COORDINATE WITH,PARKS SS j DEPORT E Y yf I iq / D OVE 297 SY.OF ` / 1 EMOVE TREE (BY OTNERSP I l`)4T ° �� J / �._�� / REMOVEROTEC WATER VALVES i j�1 T / REMOVE 628 SY OF GRAVEL pRNE I I F INpll LL ° R PROTECT WATER MAN VALVE I �A0$�fN _ BOX AND VALVE FN 'GI OF FIN UNITS 6/ ERS\ / 4 e Y qp ° -_�lAj G.AND GRUBBIN REMOVE TREE �NN i ° P I WA R / y �y I CC�1O0 NSiRUORON UNITS3�R 1 ° I lY �T�\ f�T_"♦�_Y _—__—_ —,3Y�µ..a f�Y{ — — �}3- �e A{ — _ — — — _ — — — _ _—_=______(+�['E ANDTY_PP'—�—mi1R0 —TUTW PFS 1 1 I ♦ f r 1 EMO 102Y FT F° i ° l 1 PPLOGTEIT L11��'�('// 1 1 1 W/ 2F T6�E00C YTO WAT4R I �'7 17 .0 3 � 4 {�w /y`� 1 II NO IJJD UTIUTI FOp�11JSP-E'TI��iDR I F I } ° { 4 %$- 4R��IOVEYI Fi OFY 1 S 3 } N I S TEM ALW 1 � N ATERJ ° C¢ B TNG M z 3�� 3 i Yi. k°v o"SRE n <Y� yr i ( oY}IIER y sm -y ° { 31YI. `<5 - Y..♦>Y AND � y Ti — -It Yl.1 ;+xH r4y�Y C' H, I - - q�c�� A'�avE` Hai -ti} Y Y PROTECT RAtP[tOTEOT ° Y I ax -AY D EM��AAry�iRAI 1 I 4µ Y KM n l l ` y ) `F"��- r Y �r lY �r fr OE `OR 6 lYtil 1 I y TOE�OF SLOPE Yµ }� 5 AYAi�EFh' 1 ° / 1 Cxxx OW i 1` } °-p(��}r v�.T iF , ° /�-M AS`R_EOUIf EdIbp A Y I REMOV AN W, SENT\ ° { e _ NS'IR g R YY Y Y4 14µ YYµ 7, Y °w�\ o ---_- - EXISOIG 12Tx16' REDUCER Qµ Y .,Ay .°,y ...♦ ..♦y r y _ R STORM CO UCTION y 1 , — — — --- > A ,t, {Y� r r w _ hl 4s _t ''-----�`F A D °°�vIALr{3 '" �p vm:.-°..r.�.�o NE sY PS T� LY L yy�1sT`J 'L -r + _yy =41_11 85 �. �'j iSB OIPoR- IBIE _ _—_N _______ 7p)6 "�P RELOCAlkT1 BY�UT6 __-_______-__ ClFARINC AND CRU881 _____—____ _____Q_____ T �(---_____�� CONSTRUCTION IIS 664 —• _� I 41 ____ _____________ - ____—____� _________ 20' LONG z 1' WIDE x 7-6' TN1) _____ twRS-(B4 �T166j____ ---_______-_-_—_________-____—___ __- __�_G-�A-___-___ LLTD7LL-73CIx 273 p1=1��T/ Z--T-1-rl-f-- 1 _-----_—______—_— _-_--------_ -_-_ _- ____------_ ---_ --__ _--- --- _� II —1 sxu m • gum /4 L vN m 777I RAILROAD ROW ILI♦♦ ✓1 1. IROTE TRE N AIFRKED OR MOV e \ I V I C I TO TO wRD NATE SHUN OFF F WATER ° I I _ v_ I I /�� I,WN AT BOMFLOOD WALL WATER MAIN Q �LL I I OOPNFLICT LOCATIONS WITH CITY WATER 1 { I O I I d I DK DST Tp�TTT D WEEKS PRI SHUT OFF u li v1I O g O I T �Q I / �RkU, NOT EXCEED 24 HOURS UNLESS AGREED X, w t c G G p I`EST EI -1 / UPON M ADVANCE WffH THE WATER UTILf1YCT RAILROAD . 3. USE TEMAORNRY SHEET PILE OR OTHER MEANS AS `� I P I I /// 4. SALVAGE ALL PARKS SIGNS WIRIIN REMOVAL WMTS'�/^ 8310 X1110 I , wic IFOR MY PARKSb & I I I I C ; !i / 6, I5. �o oliyATE 4Gr ORDINATE �R��o OLE s BY dun wrrHll+ , d"��Nns \II.. S I \ PEN I p I / WITHIN CONSTRUCT] N IDAM ♦ 1 Nd 9- 833 hl0l I I u CONS RUC ON UM C NK. ADDENDUM N0. 3 s ( DEMOLITION PLAN ® 0 7 2 Q 02-04-14 JPC e°R IS ONE INCH ON NO. DATE BY REMSON DESCRIPTION I SHEET N0. 1 DRAWN V. Joe - DRAWN w : OM' 0 ORAwN.F-,--F2/11131ROCKY SHORE STORMWATER PUMP STATION DEMOL TION VPR08D: THS JOB NUMBER: 10100241 0 ,• CPI .. I - WA$ . ! SIC£YNK IE,6gH5 IF NOT oNE wcH, z /°'/" ,Hs Iaowouu No. a ® HRGFeen.com CITY OF IOWA CITY D 100 CAD PATE: 2/4/2014 1:1L44 PM - ADJUST SCVF ACCaRpX6ET. p CAD nm o:\totoo241\CAD\Dw9s\D\D10o OEMO PLAN.Ewg HRGreen IOWA CITY, IOWA S N PLAN O " W.. JPG JOB OAM 2013 APPR : THS JOB NUMBER: 10100241 Opo OATS: 2/4/2014 3:21:51 PM I ROCKY SHORE STORMWAiER PUMP STATIONI Club 0 1' Tis z 4/1. ... W. , HRGreen.com CRY OF IOWA CRY PAVING AND JOINTING LAYOUT uvour.d.a isr wiz OCCOROMOLr. HRGreen IOWA CITY. IOWA 02-04-14 C102 Pump Station Area Paving Point Table Point# Rocky Shore Drive Paving Point Table Easting Elevation Description Point # Northing Easting Elevation Description 64 81311523 2771074.83 857.48 EDGE CONCRETE 85 7 613103.41 2177087.98 EDGE CONCRETE MATCH EXISTING 813129.14 2171052.88 851.33 EDGE CONCRETE 67 613149.42 2 813097.05 2177098.74 68 MATCH EXISTING 2171084.02 650.09 PAVEMENT JOINT 89 613167.0] 2171037.82 3 613090.89 2171709.50 813178.65 MATCH EXISTING 649.23 PAVEMENT JOINT 71 873192.42 2171053.87 849.58 4 813114.39 2777094.70 850.05 FORM GRADE CORNER VALVE VAULT 73 813190.41 2171026.68 648.82 CORNER VALVE VAULT 5 613127.15 2171102.88 849.98 FORM GRADE 75 81920320 277702125 848.78 CORNER VALVE VAULT 78 8 813124.77 2171130.84 649.92 FORM GRADE 613226.90 2770999.41 648.77 EDGE CONCRETE 76 813213.14 7 813736.29 2171139.00 849.87 FORM GRADE 2170999.34 846.82 PAVEMENT JOINT 60 813180.44 2170969.99 8 p 613150.di 2171118.37 699.87 FORM GRADE 648.43 EDGE CONCRETE 82 813189.49 N 668.49 9 613748.80 2171117.27 649.88 FORM GRADE EDGE CONCRETE 84 673173.32 2171008.89 O EDGE CONCRETE 10 613752.89 2171720.06 849.87 FORM GRADE C i 17 z 613138.76 2171140.69 649.W FORM GRADE D a7 e 12 613157.57 217712329 849.88 FORM GRADE h� i 13 813143.34 2777143.85 849.06 FORM GRADE -1C) ON m 14 813169.97 2771131.89 649.68 FORM GRADE SIDEWALK 35 813138.58 2171138.52 � EDGE OF CONCRETE 75 673155.50 2171152.37 649.86 FORM GRADE 37 813139.44 2171741.15 650.38 _rn O� 38 613135.67 2171148.84 650.38 EDGE OF CONCRETE 39 813144.92 2771186.97 650.36 EDGE OF CONCRETE 40 87314728 18 873195.08 2771750.30 41 MATCH EXISTING 2171080.91 85026 EDGE OF CONCRETE 42 873178.77 2177094.87 650.18 EDGE OF CONCRETE 0 17 813787.35 2171760.12 MATCH EXISTING 4iD 18 673179.82 2171169.95 MATCH EXISTING 19 813095.33 2171078.89 MATCH EXISTING SIDEWALK 20 813092.50 2177087.35 MATCH EXISTING SIDEWALK 27 613130.99 2777088.79 850.79 EDGE OF SIDEWALK 22 613138.10 2171089.31 650.37 EDGE OF DRIVEWAY 23 613151.48 2171111.82 850.09 EDGE OF SIDEWALK 24 813756.89 2171101.08 85029 EDGE OF DRIVEWAY 25 813158.56 2171176.89 650.33 EDGE OF SIDEWALK 28 673155.16 2171127.63 849.86 FORM GRADE 27,&( 613145.82 21]1130.38 650.12 CL ROAD AT GATE 28 813172.48 2171133.7/ 649.88 FORM GRADE 29 813177.07 2171131.48 850.09 EDGE OF SIDEWALK 30 613182.59 2771125.03 650.27 EDGE OF SIDEWALK 31 673200.35 2177738.07 850.26 EDGE OF SIDEWALK 32 673185.63 2171144.47 650.16 EDGE OF SIDEWALK 33 673229.32 2171180.87 MATCH EXISTING SIDEWALK 34 813224.58 2171167TT MATCH EXISTING NOTE: 1. FIT ALL WATER VALVES AND CURB STOPS DEEPER THAN 6-6' WITH ROD EXTENSION. OPERATING NUT TO BE NO GREATER THAN 5'-6- BELOW FINISHED GRADE. INCIDENTAL TO ADJUSTMENT OF FIXTURES. 8 i Q F t E ADDENDUM N0. 3 02-04-14 p 8 DRAWN BY: JPC 2013 ew Is ox[ Ixal Ox N0. DATE BY RLVISKIN DESCRIPTION 6HEET W. JOB DATE: oT l ua mxcs. MPRO ED: n s JOB NUMBER: 10100241 0 M1,/1, ff A CY 11 _ MIFPWBI w e�� ��� ROCKY SHORE STORMWATER PUMP STATION C V L "so /1a 1,a SLC " W. , HRGreen.com COC OF IOWA CRY (, � ()3 cAn M E: z/a/zD14 1:12:03 PM o "n i" iDewxc r. PAVING AND JOINTING LAYOUT ELEVATIONS Tom, CAp RLE 0:\10100241\GD\Owga\C\C103 PAVING ANO JOINTING UYOIR ELEVATION HRGreen IOWA CITY, IOWA Pump Station Area Paving Point Table Point# Northing Easting Elevation Description 63 613160.86 2171703.72 850.49 EDGE CONCRETE 64 81311523 2771074.83 857.48 EDGE CONCRETE 85 813122.19 2771083.85 65120 EDGE CONCRETE 88 813129.14 2171052.88 851.33 EDGE CONCRETE 67 613149.42 2171085.70 BW25 EDGE CONCRETE 68 813154.04 2171084.02 650.09 PAVEMENT JOINT 89 613167.0] 2171037.82 619.50 EDGE CONCRETE 70 813178.65 2177045.18 649.23 PAVEMENT JOINT 71 873192.42 2171053.87 849.58 EDGE CONCRETE 72 873797.10 2171030.87 648.85 CORNER VALVE VAULT 73 813190.41 2171026.68 648.82 CORNER VALVE VAULT 74 813798.55 2171018.89 646.75 CORNER VALVE VAULT 75 81920320 277702125 848.78 CORNER VALVE VAULT 78 813221.43 2771008.06 648.70 EDGE CONCRETE 77 613226.90 2770999.41 648.77 EDGE CONCRETE 76 813213.14 2170990.70 648.89 EDGE CONCRETE 79 673207.68 2170999.34 846.82 PAVEMENT JOINT 60 813180.44 2170969.99 648.49 EDGE CONCRETE 87 613174.98 2170878.63 648.43 EDGE CONCRETE 82 813189.49 217098726 668.49 EDGE CONCRETE 83 613187.88 2170995.72 668.56 EDGE CONCRETE 84 673173.32 2171008.89 648.91 EDGE CONCRETE 85 813182.05 2177074.77 646.96 EDGE CONCRETE SIDEWALK 35 813138.58 2171138.52 650.37 EDGE OF CONCRETE 38 613130.52 2171145.95 650.37 EDGE OF CONCRETE 37 813139.44 2171741.15 650.38 EDGE OF CONCRETE 38 613135.67 2171148.84 650.38 EDGE OF CONCRETE 39 813144.92 2771186.97 650.36 EDGE OF CONCRETE 40 87314728 2171168.57 850.38 EDGE OF CONCRETE 41 813170.75 2171080.91 85026 EDGE OF CONCRETE 42 873178.77 2177094.87 650.18 EDGE OF CONCRETE Pump Station Area Paving Point Table Point# Northing Easting Elevation Description 63 613160.86 2171703.72 850.49 EDGE CONCRETE 64 81311523 2771074.83 857.48 EDGE CONCRETE 85 813122.19 2771083.85 65120 EDGE CONCRETE 88 813129.14 2171052.88 851.33 EDGE CONCRETE 67 613149.42 2171085.70 BW25 EDGE CONCRETE 68 813154.04 2171084.02 650.09 PAVEMENT JOINT 89 613167.0] 2171037.82 619.50 EDGE CONCRETE 70 813178.65 2177045.18 649.23 PAVEMENT JOINT 71 873192.42 2171053.87 849.58 EDGE CONCRETE 72 873797.10 2171030.87 648.85 CORNER VALVE VAULT 73 813190.41 2171026.68 648.82 CORNER VALVE VAULT 74 813798.55 2171018.89 646.75 CORNER VALVE VAULT 75 81920320 277702125 848.78 CORNER VALVE VAULT 78 813221.43 2771008.06 648.70 EDGE CONCRETE 77 613226.90 2770999.41 648.77 EDGE CONCRETE 76 813213.14 2170990.70 648.89 EDGE CONCRETE 79 673207.68 2170999.34 846.82 PAVEMENT JOINT 60 813180.44 2170969.99 648.49 EDGE CONCRETE 87 613174.98 2170878.63 648.43 EDGE CONCRETE 82 813189.49 217098726 668.49 EDGE CONCRETE 83 613187.88 2170995.72 668.56 EDGE CONCRETE 84 673173.32 2171008.89 648.91 EDGE CONCRETE 85 813182.05 2177074.77 646.96 EDGE CONCRETE ADJUSTMENT OF FIXTURES Number Location Station Type of Fxdure Vertical Adjustment Remarks A-1 200+55.%, 124.8' LT WATERVALVE +0.72' SEE NOTE 1 A-2 200+58.83, 107.9' LT WATER VALVE +0.05' SEE NOTE 1 CULVERT AND TOP OF I PROVIDE INSULATION OF 20'4'x3' CENTERED W WATERMARK PLACE INS ABOVE TOP OF WAMITA RIM CAN BE ADJUSIQ FOR VARIATION IN PIPE DEPTH AT CONNECTION. 6' 7 OF CONNECTION; IF NOT BEDDING AND BACKFILL MATERIAL ME ALREADY RESTRAINED ----- INCIDENTAL TO WAMRMAIN. FOR BIDDING ASSUME SHEET N0. C 104 5 JOINTS. "ODHip1° WN 65C i 651 BOL . UM- OTHERWISE NOTED CONE WICTION Q - - OF WATER MAN SHALL BE IN ACCORDANCE \ WITH THE CURRENT SIAN.D \ SPECIFICATIONS FOR WATER OISIRIBU KM CONSTRUCTION FOR THE CITY OF IOWA - \ COY. IOWA THE IOWA CTIY WATER \ DIVISIONS ACCEPTED PRODUCTS IDR WATER \ O 06RUBUDOS INDARD SS. AND THE \ APPROVED HE I STANDARD SPECIFlENT OF ON \ FILL WITH THE IOWA DEPARIMDR OF MAMMAL RESOURCES ----------------------- -------- -___--__ - 64ECT TO - = IDUSTING WATERMAIN PLACE A TILL PIPE -. - - BENEATH THF' STOR . SEWER ARE ASI -FAR JOINTS ARE ASROM 2 POSSIBLE FROM - THESTORM SLYlER- - mmm SEWER,p�E _ - - SUPPORT AS XOR -. USE 'INSUATIONTFOR -- o icsso ►'v'.' -17 BEDDING AND BACKFILL MATERIAL ME WFL INCIDENTAL TO WAMRMAIN. ANO SHEET N0. C 104 V "ODHip1° WN i O r A NUL PIPE =L - HOTH� _� py .a•,• •' 11111.1-•1•- !T- C-) 11111111111_.•i1111111111111•-- �•� ARE AS FM iARlE FROM W•• •.�.,. ORM SEWER j^ �m - -- _ .. ■., r><:n 111 m o� z ZEE ADDENFSM NO. 3 02-04-14 oil � • a- lu ,�. v • 1 _ gar W I ME I SOUTH OF NG PLACE -- _ CENTERED ON -PIF 1 WATER MAIN PLAN _•� � o� a scaLE I• - 10' TO 1. SEE SHEET D100 FDR WATERMAN REMOVALS. 2. SEE STIRUCTJRAL SHEETS FOR DETAIL OF WATERMAIN PASSING THROUGH SHEET PILE. 3. WATERMAIN FITTINGS SHALL BE DUCTILE IRON RESTRAINED MECHANICAL JOINT. UNLESS OTHERWISE NOTED, ALL EXISTING PIPE JOINTS WTTHIN 20 FT OF A NEW FTITING SHALL ALSO BE RESTRAINED IF NOT ALREADY. JOINT RESIWJNT. THRUST BLOCKS, ANCHOR BLOCKS, AND CONNECTIONS M aVYFNG PIPES SHALL BE INCIDENTAL TO FTITNGS ON THIS PROJECT. 4. ALL NEW WATERMAIN PIPE IS TO BE DUCTILL IRON CLASS 53. PIPE IS TO BE RESTRAINED ALONG TIS ENTIRE LENGTH. POLYETHYLENE WRAP TO BE USED ALONG ALL NEW DUCTILE IRON PIPE AND FIRINGS AND IS INCIDENTAL TO THE PIPE TESTING AND DISINFECTION OF WATERMAN IS TO BE PERFORMED AND IS INCIDENTAL TO WATERMML TRACER SYSTEM REQUIREMENTS ARE TO BE FOLLOWED ALONG ENTIRE LENGTH OF NEW PIPE AND ARE INCIDENTAL TO WATERMAIN. 5. CONTRACTOR TO FIELD VERIFY ELEVATION AND LOCATON OF TOP OF WATERMAN CASING THAT PASSES BENEATH RAIL ROAD AT RS NORTHERN TERMINUS (EAST OF PUMP SNATON) AND THE ELEVATION OF THE TOP OF CARRIER WATER"N AT SAME LOCATION AND NOTIFY ENGINEER OF RESULT. 6. CONTRACTOR TO FIELD VERIFY ELEVATION OF TOP OF EXISTING 24' X W TEE (EAST OF HE CORNER OF PUMP STATION) AND NOTIFY ENGINEER OF RESULT, FOR BIDDING PURPOSES ASSUME 639'. 7. CONTRACTOR TO FIELD VERIFY ELEVATION OF EXISTING WAMRMAIN AT CONNECTION POINT WEST OF NW CORNER OF PUMP STATION AND NOTIFY ENGINEER OF RESULT, FOR BIDDING PURPOSES ASSUME 639'. B. MANTAN A MINIMUM OF 5.5 FT OF COVER ABOVE ALL NEW AND/OR RELOCATED WATERMAIN. 9. UNLESS OTHERWISE NOTED PROVIDE A MINIMUM OF 18' OF VERTICAL CLEARANCE BETWEEN THE OUTSIDE OF WATERMAIN AND THE OUTSIDE OF STORM PIPES. 110. PROVIDE A MINIMUM OF 30" OF CLEARANCE BETWEEN THE OUTSIDE OF STORM MANHOLES TO THE OUTSIDE OF WATERMAIN. ' 11. IF BEND ANGLES OPER THAN THOSE CALLED OUT ON THIS SHEET ARE REOUIREE NOTIFY ENGINEER PRIOR TO PURCHASING. 12. PROTECT EXISTING ELEC. POLES. CONTRACTOR TO COORDINATE WITH UTILITY COMPANY. 13. U A RESTRAINED MJ SLEEVE AT A-1- CONNECTIONS LLCONNECTIONS TO EXISTING PIPE 14. NOT USED. 15. IF WATER UTILTY DETERMINES EXISTING REDUCER, VALVES AND TEES ME SUITABLE ALVE FOR REUSE, THEN THE COST OF THESE ITEMS AS BID WILL NOT BE PND. (SEE ALSO D100). 16. ALL WATERMAIN SHALL BE BEDDED IN CUSS A CRUSHED STONE [DOT STANDARD 2'x12" MU TEE SPECIFICATION SECTION 4120.04 AND BE NOTE ^OTE 15 SECTION 4109. GRADATION NO. 11. MINIMUM DEPTH OF BEDDING MATERIAL BELOW PIPE SHALL BE 4 INCHES. MINIMUM 2,u BENDTRENCH WIDTH AT THE TOP OF PIPE SHALL BE OD + 18 INCHES OR 1.25 x OD + 12 W. OF 2)11 INCHES, WHICHEVER IS GREATER. BACKFILL SHALL CONSIST OF CUSS A CRUSHED TION 6' ABOVE BEDDING AND BACKFILL MATERIAL ME WFL INCIDENTAL TO WAMRMAIN. ANO SHEET N0. C 104 V "ODHip1° WN b O r A NUL PIPE =L - HOTH� _� py Bo THAT TH C-) 1 �•� ARE AS FM iARlE FROM ---I C-) ORM SEWER j^ �m m o� z ZEE ADDENFSM NO. 3 02-04-14 DRAWN BY: JPC JOB DATE 2013 �OF£1RC APPROVED: TNS JOB NUMBER: 10100241 0 I' CAD DATE 2/4/2014 113:28 PM IF Nor 9NE INCH. CAD FlLC 0:\10100241\CAD\Dwgs\C\C104 WATIF MAIN PIAN.tlwg w 14CDRIpNDLY. N0. DATE BY REVISION OESCRIPIION HRGreen.com HRGn3en ROCKY SHORE STORM WATER PUMP STATION CITY OF IOWA CfTY IOWA CITY, IOWA CML WATER MAIN PLAN SHEET N0. C 104 ' la/1s/Is OX .wgu it - rM1FRMMH ! 9MWAIx ISYWF.A6 "ODHip1° 665 660 655 650 645 640 635 SHEET PILE WA31 PUMP FLOOD T/FTC ISM PLAN) t\ W N OPE?! POSITIONATE B/FTG SNEET PDE FLOOD SHEET SHEET 665 660 655 650 645 640 635 DRY mus 1. PIN W TD TOP OF WALL PER PRECAST MFR DIRECTIONS. MINIMUM OF 4 PINS PER PIECE 2. FORMUNER SHALL HAVE MAXIMUM 2' RELIEF AND SHAL EXTEND TO 12' BELOW FINISHED GRADE 3. BOTTOM TIP ELEV OF SHEET PILE NEED NOT BE LOWER THAN ELB32.0. SHEET PILE MAY BE TERMINATED AT A HIGHER ELEVATION IF DRNEN TO PRAL71CAL REFUSAL IN BED ROCK AT A HIGHER ELEVATION. DO NOT OVER DRNE 4. PROVIDE PROTECTME POINTS FOR ALL H PILE. S. ALL CONCRETE ON THIS DWG IS MIX 1 LINO. SEE 5/5001 6. ALL CONCRETE ON THIS DWG IS MIX 1 LINO. SEE 5/5001 T. MINIMUM ROOD PROTECTION ELEVATION = 658.4 (MOTES' 0 I. #6 WELDABLE BM AT EACH H PILE W/STD HK TOP. D+QO 0.20 ONTO 0HK Q 080 +DD 20 1.40 1,60 1.80 j+DO 2.20 2K 2+60 N00 3+00 3.20 340 3 6R prrl O 'Tl cv ROCKY SHORE FLOOD WALL PROFILE 0 IKE~ SHEET PILE LINEDI-11--Z ��VBT NOT SHOWN FOR PLAN 59.15 4 El 6 S �m ��'�y FROMM MIN (4) FI SCALE: 3/4' - 1'-0' 9 4 0 PINS PER PRECAST SEGMENT, NOTE 1 656.,40 z`�Af 2'-2' #BOB', 2' CIN /608'. Y TO r' •• ARCHffECNRAL PREGSf CONCRETE GAP FACE OF WALLLL a W POINT OF OF FORMUNER (TYPE 3). SEAL ALL JOINTS BETWEEN CAP O SEGMENTS WTIH BACKER ROD AND EL §59,LICONCRETE 2'FORMUNER SEALANT. #5 U -BARS WALL OTE 2 . g O12.0C 6606' #608' VERT W/#608' OWL TOP SHEET DRY SIDE WET SIDE STEL PIPE SLEEVE, TILI: N LONG. 3/8' MIN. WALL 'i SEE D1L 2 FOR E553' 1HICKN. BURN HOLE IN SHEET PILE TO PASS 2'FORMUNER INFORMATON NOT SUM& PILE TE 2 2'-3' SHDWN 0908' Oft/ 5 I6 PAVEMENT MAT EXP a L SEE CML 3'-6' PRQ FINISHED GRADE PASSING PIPE OR DRY SIDE WET SIDE SEE CML 6' G ROUGHEN TO SEE CML ' MIRY #508' /6012' 1/4' AMRRURE TOP REV T 2' CUR POJ 2' CU LRW POINT Ttr8 SEE p MIX 3 CONCRETE �-0i LI OF FORMUNER W'� /5O12'GG I I 4 FIG 1 FTC I I s694 Alt „PnMgyi I I 1/2' x BE SHEAR SND 50 MFG! #8' '- WELDED TO RIE AT I8' MIN. ALL AROUND. 2' OUR TO FACE GC PERT _ 8 PACK WTN PVSTIC OF WALL 1'-6' OC WORD!CLR n SEALANT. UE BAR OB a %510 GRADE O c=xlQ TOP NEOPRENE RUBBER SLEEVE TVIPE SEAL ..' ppWK. .A91EET BARDS ANDGCIAMPSW/SS OYP) O RIE 1 41312 6' SHEET 5' S TO REFUSAL TYP RLE NOZ1E 3 2 �1 IN BEDROCK NOR 4 6'-O. NOTE 3 UTILITY THROUGH SHEET PILE DETAIL AT -SIM-, STEM WALL IS 3'-0' THICK, CENTERED ON CL OF FOOTING. TOP OF STEM WALL - BCNF. NONE PAVEMENT EEV. ON CML DWGS. EMBEDMENT FOR GATE SILL - COORDINATE WITH GATE SUPPLIED. NO FORMUNER. PROJECT HOR.'S INTO 12'0 REO 3'-0'. DETAIL DETAIL ADDENDUM N0. 3 5GE 3/4 =,-0 02-04-14 REVISION DESCRIPTIDN ,�., ROCKY SHORE STORMWATER PUMP STATION sraucTurul I E. NO i GRAWN BY: GW JOB DATE: 2013 APPROVED ON JOB NUMBER: 10100241 But E ONE 6uLN ON DEFlGIII RMMKGS 0 1' NO. DATE BY , ,Yg,�, ,,,,, IF NOT ONE INCH. HRGreen.com CITY OF IOWA CRY 5��4 T CAD DATE: 2/4/2014 1:10:17 PM ADJun scAE nccowowcJr. HRGreen IOWA FLOOD WALL DETAILS CAD FILE: O:\10100241\CAO\Dwgs\S\5004 Floo wall ELI6.Ewg CITY, IOWA D BRACE BO70M ANCHOR FLOODGATE ELEVATION VIEW 1 FLOOD GATE SCA£: NONE +6 DBA O 8- W m TO POST GTE LEA Qj g4 R6 O 12 O.C. 1/2• v 6• S NOTE: SIM O EAST HEAR SND WELDED TO PpSf 2. J POST O 1'-0. O.C. g6 VERIS W/ On 3•_p• INTO HER 5 FLOOD GATE END POST DETAIL ABOVE EL 648 SC., F. 1/2• - 1•-0• PANEL I m 1111�11� QBDTTDY OF PIER REQUIREMEN7PIERALL BEAR ON NON -WEATHERED BEDROCK. RROCK THTBE SRtW RED AWAY WTMA ROCKN A 50000POUND (MINIMUM)HYDRAIIDC-VAN-WEATHEREDBEDROCKIS ENCOUNTEREDADEPhI, MINIMUM PIERHEIGNT IS 9'-0•NORFYENG'-0• DEPTH CBE OBTAIEDTREFERENCOR. NOTE: PIERS ARE FORM AND POUR•. NOT bF,U PIERS•. EL A�B REO'D. BY G4TE MFR �rr-l-r-rT-rr-rT 1 1 1 1 1 1 1 1 1 I I 1 1 1 I I 1 1 I I I I I I I I I I I I I I I GTE POST I I I I HSS 16v16X6/8 I I I RLL w/CONC I I I I I (MX 2) I I I I I I I I I I I I I i t l I I 1 1 I I I I J -WELDED S= BOX, 3/B• K I I :4•v24•v6'-0. OR 30.0 PIPEa6'-0.1 1 1 1 1 Y/3/8• WALL k BOROM PL I I I I I I I I I I I I I I I I I I I I I I I I I 1 1 1 1 1 I I I I I I I I I 1 1 1 1 1 1 1 1 II EL60.0 I 1 1 I AO ANNULUS WITH NON—SXRINK I I I SGTE An POST AFTER POSE. I I I I I I An MUSTT BESEF I I I I ATE MM. RmUIREM OF EMENiS OF I I I ATE MFR. I I I I I I NEW WET S1DE 7 NOOP BARS - _ ..-_ P 01,1 3 FLOOD GATE POST DETAIL — EAST SCALE: 1/4•-1'-0• (OPPOSITE HAND AT WEST POST) FAVI D P. JT IN WALL STEM SIM 3/SDD2 MP12 .I _p• PJMT/SIDEWAIC SEE SO03 M SDE DWL VERIS TIRO T SEE CML ` ON 6'-0• FTG OWL OF 12'0 CONIC PIER. W HOR.'S 12'0 CONC PIER. U HOR'S EXT FACE OF SHEET PILE W/ }6 DG5 WEEDED TO W/ g6 DB>; WE1Dm TO r ----- HSS POSE ABOVE EL 818, HSS POST PBOVE EL 616. ^ FLOOD GATE POST DETAIL 6• P.c ws rh � "P7 \�� ��� HER BELOW EL 64B IER BE OW PIER BELOW EL 64B SGLE 3/6•-1'-0• ROUGHEN JOINT TO t/s' AMPLINDE ��( • + 3'-0• SEEM WA // REINF. PERTv [,>] 02-04-14 S SCAIB 1/B• -1•—D• i 5 DRAWN BY: GW JOB GTE: DIN 0 NO. GTE BY REVISION DESCRIPTION I/1, .noDaA �, 3 ROCKY SHORE STORMWATER PUMP STATK)N CTURAL SHEET N0. MPROVEO: JOB NUMBER: 10100241 G I• HRGreen.com CRY OF IOWA CITY n � CONTCO fi'-O' FN \\\ TALE OF ROOD DOOR HRGrwn IOWA CITY, IOWA -!q Of 12'0 PIER w \r-,0�..�X/• MIN \`AUCNMENT UNE BETWEDI O ^�3'-D• • ," / CENTERS aF 12'0 PIERS OURJNE OF •rC3 (3/Sp04-SIM) BEYOND _ Q FLOOD WALAIJGNMENT LINE BEIWEEIJ �--CENTENS 2/SoO4 OF 12'0 PIERS FAVI D P. JT IN WALL STEM SIM 3/SDD2 MP12 .I _p• SEE SO03 FLOOD WALL 3/SWq FLOOD WAL 3/s004 Vili15 1 0 TOP DWL VERIS TIRO T ON 6'-0• FTG OWL OF 12'0 CONIC PIER. W HOR.'S 12'0 CONC PIER. U HOR'S W/ }6 DG5 WEEDED TO W/ g6 DB>; WE1Dm TO HSS POSE ABOVE EL 818, HSS POST PBOVE EL 616. ^ FLOOD GATE POST DETAIL PROJECT HOR.'S 3•-0• IMO PROJECT INTO `(^ HER BELOW EL 64B IER BE OW PIER BELOW EL 64B SGLE 3/6•-1'-0• n ROCKY SHORE FLOOD WALL PLAN 2 ADDENDUM NO. 3 02-04-14 S SCAIB 1/B• -1•—D• i 5 DRAWN BY: GW JOB GTE: DIN 2013 6oP Is ONE Ixcx ON oJTICIu OxAwwcs. NO. GTE BY REVISION DESCRIPTION I/1, .noDaA �, 3 ROCKY SHORE STORMWATER PUMP STATK)N CTURAL SHEET N0. MPROVEO: JOB NUMBER: 10100241 G I• HRGreen.com CRY OF IOWA CITY [FLOOD SOOJ I CAO GTE: 2/4/2014 1:10:38 PM IF NOT ONE INCH. ALilusr SV KCaR.INGLY. HRGrwn IOWA CITY, IOWA WALL DETAILS i CAD FlLF 0:\10100241\GD\Dwgs\S\SDOS Flootlwall tlllsAwg NOTES' 1. SEE SERIES SOO AND SSDO FOR GENERAL STRUCTURAL NOTES AND TYPICAL DETNLS. 2. ALL CONCRETE THIS DRAWING IS MIX 1 UNO. SEE 5/5001. A B C D 3. WE LOAD TH6 DRAWING 300 PSF. 4. TOP OF V-6• THICK STRUCTURAL SUB 50 UNO. 5. �> INDICATES SPAN DIRECTION OF ALUM GRATING SEE 6/SSDt. 10'-8• g-0• Q V-01 V - KEY NOTES: Q 1. EMBEDDED ELECTRICIl CONDUITS IN THIS 1 1 AREA SEE E DRAWINGS. 4]01 SJOY 2. ADDIDONPL REINF. AT ALL OPENINGS PER 1/5001. 3. BBI -BEAM HAND 5'-0•K1'-6• FROM GRID I TO GRID 2 W� TSBv24'-6'. /400• 6'-G• }•_p• NES NLL UENGiH�8H8 4. BB2=9EAM BAND 2'-0•x1'-6' FROM GRID 1 1 TO GRID 3. (6)/9 TiBa43'-6'. IF NLL - - - - - - - - - - - - - - - - - - - - - --.A • TIF F -- LENGTH BARS CANNOT BE OBTAINED. USE •� A Q STAGGERED MECH COUPLINGS. /40B' TIES NLL LENGTH. Y _J EQUIP PAp S. BB3=BE4A BAND � (31/2' (3 ABDVE AB) B' ST TSB. AB INSIDE OF THE /9 BARS IN _ uPUCE BB2. p4OB• TES NLL L£NGTH. I F I y •I O n, 6. COORDINATE )MOTH OF CONDUIT FULL PR WTTH SIZE OF INSTAI.EID CONDUIT BANK. c -SO I+ I ELECTRIC '. T. DIMENSIONS FOR HATCHES GRATING ARE 3: FOR CONCRETE CLHVt OPENINGS. BHT TOG te• 9_2- 1 n • I S. PRDE LENGTH AS REQUIRED TO CONTAIN ON 2 I CONC�OPN 2 got '� ELECTRICAL CONDUITS WRN 6' CLEAR AT NORM AND SOUTH ENDS OF FIT OW 2). I Fo-1 1YP •� I •. I -1 (m) (2� I •I B. 24• INTERIOR UWJETER FLUSH MANHOLE -� -y SEE • A Q 1 C/SRNG SIM TO SUDAS S1Y-602, TYPE G. M - - 5 I WEST EDGE OF OPENING 2'-0• FAST OF GRID J 2. •. 10. (DRAWINGS I CNA- OpNG \ ) S-EC FOR NUMBER AND SIZE. IN REU'D - CAIS MFR SOLID 1/4- GALV SN TREAD PLATE BOLTED 5' 3 TO 12-1/22-1/2 WITH 31W SS BOLTS/SCREYIS AT 10-M 1'-1D' 6' R. SS -1 /2s1/4 (OOWNTURNED) . - 2 B• HEADED SND ANCHORS W/3// HEADED ______ SEE CM L _________________ I -r------- '. p, n SIM TO6/5501 - THREE SIDES n OF � ' I i Y KEY NOTES,- %0 I I o O o O `1 OL .5 E 676.5 -- 1 1. B' CONCRETE WALL ' Y wnuMIoAtiT TM3 I Qj o EN TO ;•• ° N KEBAB I 8.R RICK 628.5 d d 616.03 AANCHH ORSRS. ..I 2. PWN CONCRETE ' ET~" ING t5 <• I LIBOR/JN FPROVIDE ( ftEBM ANCHORS INTO • �ybby�1 umn •'p o •' -- G GRID 3 WALL EACH =S I n SEE PPSMi5 (iYP 2)� I c n (E�IIr -s•°.' �]/ Fl VARIES S1DE ---------N 645.5 A 3'-0- , -- '. ° o r n� W LL 6135 I "MIN--ic I r r 3 r _ „ r O L_ __J i I F b CONDUIT PULL PR DETAIL L__ _ _-__ L __ _ _ J e' -o• I I 2 AT FLOOR SLAB (TYP OF 2 LOCS.)D p zz'-p• s•-0• 1/z' -T -o' 4 z z 4 s m0a I DET ST 3/5502 .103 41N F0.4ML1NQi 4-0• PAVEMENT SEE CML �� 1 PUMP STATION O GROUND LEVEL PLAN ® ` / /FTG EL84].0 (SKEET PILES AND H -PILES r -q, NOT SHONN) \ ADDENDUM NO. 3 SC - 1/4• - 1'-0• 02-04-14 DRAWN BY: G14 JOB DAZE 2013 MR IS ME INCH ON o ,r AL DMMNG4. DW 10100241 D f N0. DATE BY REVISION DESCRIPTION ROCKY SHORE STORMWATER PUMP STATION STRUCTURAL SHEET No. , 2/0s/„ DN ,0pE,a,,, W. 3 APPRGrED: JOB NUMBER: IT NOT ME INCH. HRGneen.00m CITY OF IOWA CRY S 103 CAD DAM 2/4/2014 1:51:20 PM M "n G ALppPpNG Y PUMP STATION GROUND LEVEL PLAN CAD FlIE: 0:\10100241\CAD\Dwgs\S\5103 PS PLAN.tlW0 HRGfe6n IOWA CITY, IOWA 8 L; T/WA EL Q T T NOTES 1. SEE SERIES EDD AND SEED FGR GENERAL SMu MRAL NOTES AND TYPICAL DUAM 2. A CONCRETE THIS DRAWING IS MIX 1 UNO. SEE 5/5001. 3. LNE LOAD TH6 DRAWING 100 PSE. 4. ' , INDICATES SPAN DIREC110N OFALUM GRATING SEE S/S501. A KEMOg 0 1. LOWER OPENING — SEE MECHANICAL 2 ROOF OPENING FOR EXHAUST FAN — SEE MECHANICAL 3, GWRDRAJL POSTS FROM STAIR RAUNG — SEE 5500 SERIES. 4. DIMENSIONS FOR HATCHES h GRATING ARE FOR INSTA11E) CLEAR OPENINGS. 5. GATE OPERATOR — SEE P—DWGS. X& CORBEL BELOW OPERATOR. SEE 5304 6. DOUBLE WTCH — TOTAL DIMENSION 2'-6'.14'-0' EACH LEAF IS 2'—B'.7'-0'. 7. SLOPE MOOR TO FLOOR DRAINS. HIGH POINT AT STAB PERIMETER - 0667.0 R. 3'—O'c3'-0' GRARNG PARTIAL PLAN AT EL 664.0± o� N O O C-1 S rn D -a Co , n� I -^I n m rn SCA ' 1/4' - P-0' 0 1 PARTIAL PLAN UPPER LEVEL 2 AT EL 667.00 scA 1µ' - 1'-0' i z SCA ' 1/4' - P-0' ADDENDUM NO. 3 02-04-14 DRAWN BY: JOB PATE 2013 APPRovm: cDN JDB NUMBER: ,D,00xa, Bul IS ONE INCH On ofiIC V1 EFINCH O G NO. WEE BY REVISION DESCRIPTION 1 3/I4 oM ILOFNUIIM ROCKY SHORE SiORMWATER PUMP STATION srRucTuaA� SHEET NO. CAD OATE: 2/4/2014 1:11:10 RN IF NOT ONE INCH. HRGreen.com CITY OF IOWA CfiY PUMP STATION PARTIAL PLAN AT EL 660.00 S 104 CAO FlLE: 0_110100241\CAD\Dw9s\s\5104 PS PUN.tlwg Amusr srAIE AccERolrvcir. HRGresn IOWA CI Y, IowA &UPPER LEVEL EL 667.00 Printer's Fee $ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 1, IjA 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): Legal Clerk Subscribe -1 and sworn to before me this day day oft{ 1� Notary Public RACIMSHALLA Com mission Number781715 My commission Expires ro„tw 1210612016 OFFICIAL PUBLICATION ADVERTISEMENT FOR BIDS - ADDENDUM #1 ROCKY SHORE STORMWATER PUMP STATION CITY OF IOWA CITY, IOWA Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 PM local time on February 11, 2014. Sealed proposals will be opened immedi- ately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 PM on February 18, 2014, or at a special meeting called for that purpose. The Rocky Shore Stormwater Pump Station 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). The Project will Involve the follow- ing: Flood protection measures along the Iowa River near Rocky Shore Drive, Including construction of a stormwater pump station, flood walls, flood gate, embankment capping, storm sewers, water main, paving, and recreational trail. All work Is to be done In strict compliance with the plans and specifications prepared by HR Green, Inc., 8710 Earhart Lane S.W., Cedar Rapids, IA 52404, which have heretofore been approved by the City Council, and ere on file for public examination in the Office of the City Clerk. Each proposal shall be com- pleted 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 corpora- tion authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful perfor- 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 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 per- cent (100%) of the contract price, said bond to be issued by a rc=ponsitels surety approved by the City, and shall gdarcntea the prompt payment of all materials end 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) years from and after its completion and formal'acceptance by the City Council. The following limitations shall apply to this Project: Completion Date: December 31, 2014 Liquidated Damages: $500 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of pro- posal blanks may be secured at the Office of HR Green, Inc., 8710 Eiimart Lane S.W., Cedar Rapids, IA 52404, by bona fide bidders. A pre-bid conference will be held at 2:00 PM on January 28, 2014 in the Emma J. Har'vat Hall in City Hall, 410 E. Washington Street In said city. Attendance at the pre- bid conference is encouraged but not required. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. _ Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extend- ed dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder prefer- ence law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK PC4000030513 January 13, 2014 1MTrM_rrMM 5d(1) Prepared by: Ben Clark, Senior Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 RESOLUTION NO. 14-29 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE ROCKY SHORE STORMWATER PUMP STATION PROJECT. WHEREAS, WRH, Inc. a/k/a Wendler Construction, Inc. of South Amana, IA has submitted the lowest responsible bid of $4,467,470.46 for construction of the above-named project; and WHEREAS, the bid includes the base bid and Alternates #1; and WHEREAS, funds for this project are available in the Rocky Shore Lift Station account # 3964. 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 for the base bid plus Alternates #1 is hereby awarded to WRH, Inc. a/k/a Wendler Construction, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The Senior Civil Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this isth day of February 201. ATTEST:Qticxx/ k . CITY CLERK MAYOR \ Approved by Q [G( to ro c City Attorney's Office z �y It was moved by Mims and seconded by Payne 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 HR Green, Inc. Project No. 10100241 THIS ("City"), and' Rocky Shore Stormwater Pump Station Iowa City, Iowa ADDENDUM #1 FORM OF AGREEMENT—ADDENDUM #1 Whereas the City has dated the 18'h day of January, made and entered into by and between the City of I wa City, Iowa /endler Construction. Inc. ("Contractor"). pared certain plans, specifications, proposal nd bid documents 20 , for Rock Shore Stormwater Pum Staf n ("Project"), and Whereas, said plans, spi describe the terms and conditions NOW, THEREFORE, IT IS 1. The City hereby accepts tP Contractor for the Project, and proposal andbid docume is accurately and fully the Contractor is willing t perform the Project. attached propo I and bid documents of the {br the sums liste therein. 2. This Agreement consists of the herein by reference: a. Addenda Numbers 1.2.3. & 4; b. Plans; C. Specifications; d. Advertisement for Bids; e. Instructions to Bidders; f. Note to Bidders; g. Form of Proposal and Bi Documents; h. Performance and Pay ent Bond; i. General Conditions; j. Supplementary Cc itions; k. Contract Complia a Program (Anti -Di I. This Instrument orm of Agreement). The above comps In the event of a prevail. FORM OF AGREEMENT are deemed complementary pancy or inconsistency, the parts which are incorporated Requirements); and should be read together. specific provision shall 00500-1 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Neumiller Electric, Inc. $666,105.00 Maxw ll Construction $242,387.00 Metro Pavers, Inc. $ 66,936.70 H89,850.00 4. Payments are to be ade to the Cont ctor in accordance with the Supplementary Conditions. 5. The Contractor shall a ere an5r follow all the requirements set forth in the Community Development BlocV Grant guidelines outlined in the Federal Labor Standards Provisions, CDB R quired Contract Language, and the CDBG Special Provisions. 7 DATED this A day of / 20-d- CITY WRH,\\Inc. a/k/a Wendler Construction, Inc B J -,t..." �Qc� B iI 'a%, Rich Title Pct Manager - Estimator Mayor d;� ATTEST: ATTEST: a �Gl V i rgLY is Possehl 4% (Title) Corpor to secretary City Clerk (Company Official) Approved By: JAI,� Attorney's Office I IILI FORM OF AGREEMENT 00500-2 ADDENDUM #1 HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 FORM OF AGREEMENT—ADDENDUM #1 THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and WRH. Inc. a/k/a Wendler Construction. Inc. ("Contractor'). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 18"' day of January, 2013, for Rocky Shore Stormwater Pump Station ("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: 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: N O a. Addenda Numbers 1, 2. 3, & 4; o r ,•'•0 b. Plans; D� C. Specifications; C) — d. Advertisement for Bids; —tom e. Instructions to Bidders; :ern a M f. Note to Bidders; o= w (� g. Form of Proposal and Bid Documents; y h. Performance and Payment Bond; ow I. General Conditions; j. Supplementary Conditions; k. Contract Compliance Program (Anti -Discrimination Requirements); and I. This Instrument (Form of Agreement). 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. FORM OF AGREEMENT 00500-1 ADDENDUM #1 , HR Green, Inc. Rocky Shore Stormwater Pump Station Project No. 10100241 Iowa City, Iowa ADDENDUM #1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Neumiller Electric, Inc. $666,105.00 Maxwell Construction $242,387.00 Metro Pavers, Inc. $ 66,936.70 Hoekstra Masonry $ 89,850.00 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. N O 5. The Contractor shall adhere and follow all the requiremenE set f0h irk Community Developments Block Grant guidelines outlined in �?Feal La r Standards Provisions, CDBG Required Contract Language, and elDw Sp'l Provisions. =tom w -o m :fir m s DATED this day of 1120 o w CITY CONTRACTOR WRH, Inc, a/k/a Wendler Construction, Inc By Mayor ATTEST:. % Cify Clerk FORM OF AGREEMENT I Jamie Rich Project Manager -Estimator (Title) ATTEST: -UQ, LIl{C � Cc_l2Gv Vir inia Possehl (Title) Corporate Secretary (Company Official) Approved By: i1. �f . n// LUV •:!'il / office 00500-2 ADDENDUM #1 V d Cif Prepared by: Ben Clark, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5436 RESOLUTION NO. 16-138 RESOLUTION ACCEPTING THE WORK FOR THE ROCKY SHORE STORMWATER PUMP STATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Rocky Shore Stormwater Pump Station Project, as included in a contract between the City of Iowa City and WRH, Inc. (a/k/a Wendler Construction, Inc.) of Amana, Iowa, dated March 13th, 2014, 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 Rocky Shore Pump Station and Flood Gates account # P3964; and WHEREAS, the final contract price is $4,682,340.55 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 17 th day of 20 16 MAIM Approved by City Attorney's Office y�14h, It was moved by sotchwav and seconded by trims the Resolution be adopted, and upon roll call there were: AYES x Pweng/masters/acptwork.doc 4116 NAYS: ABSENT: Botchway Cole x Dickens _ Mims Taylor Thomas Throgmorton