Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CITY PARK POOL ADA RENOVATIONS 2013
i2 -A/ov-i3 /- tilov- i 3 /-fe n o ✓cc's -i or) s � S,�v� P,-z)v� �'y,-e ,1-T5 p/an s , 'Slaecs l Dj2�PDSa� F CT/ ' G7- 0&/! Tla� l;- cs --4t /3 -5 D- &ems--b a--",bk C� hear -141 o t-) Diems, S JGs to r-rn of C' d rt �frcc Gt , e x kLd CSf�' rYc.ccfG o 1C C' o �sf J 7(»"rYt o 7" G111C1 T7 GZ'C�f_� Q_-�Gl� �S-�irn �� pF A�i'c� �a i3�c�derS of til 7 Rccaels 7-`1Gtn.- S Pf -3 G3�cc�cZrc�i G'0 7_7-f-r'aC7' ©f re.e, vle.� 1+-rYlar-4 jPes iLI -y9 �eer�e�.E-�u�C2�, 1J2 I LYl IFX rLn % D r1 ;] a ✓ d —+fq e C / i o -p C`' 4c Oo lsu(4)nri SeNi&.6-,s . /� -Poo Aix / o>,?0 Sin fS relea _ \easesQoAlArs"ri �— �- �- t r CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT City of Iowa City IOWA CITY, IOWA City Park Pool ADA Renovations and Improvements SECTION 00 0101 - PROJECT TITLE PAGE PROJECT MANUAL FOR CITY OF IOWA CITY CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT Iowa 13.087 ISSUE DATE: November 12, 2013 NM PROJECT NO: 13.087 AN IOWA STATE TAX EXEMPT PROJECT M co L<L :6" Uj THIS PROJECT MANUAL INCLUDES PROCUREMENT REQUIREMENTS CONTRACTING REQUIREMENTS Dv r TECHNICAL SPECIFICATIONS C) .— o N PREPARED BY NEUMANN MONSON ARCHITECTS PC ti c 221 East College Street, Suite 303 D� w Iowa City, IA 52240 �� � oINC = vrn 0 co PROJECT TITLE PAGE 000101-1 City Park Pool ADA Renovations and Improvements 13.087 SECTION 00 0103 - PROJECT DIRECTORY OWNER:CITY OF IOWA CITY 410 E. Washington St, Iowa City, IA 52240 Telephone: (319) 356-5044 Contact and Architectural Services Coordinator: Kumi Morris e-mail: kumi-morris@iowa-city.org ARCHITECT: NEUMANN MONSON ARCHITECTS PC 221 E College St, Suite 303, Iowa City, IA 52240 Telephone: (319) 338-7878 Fax: (319) 338-7879 Principal -in -Charge: Kevin Monson Project Manager and Contract Administration: Bill Hoefer e-mail: bhoefer@neumannmonson.com CONSULTANTS: Civil and Landscape: MMS CONSULTANTS, INC. 1917 S. Gilbert Street, Iowa City, IA 52240 Telephone: (319) 351-8282 Fax: (319) 351-8476 Project Manager and Landscape Architect: Luke Newton Aquatics: USAquatics 124 Bridge Av E, Delano, MN 55328 Telephone: (763) 972-5897 _ President: Tom Schaffer ch Project Manager: Rick Schaffer q`= Engineer of Record: Barritt Lovelace, WSB & Associates Inc., Minneapolis, MN 54446 v END OF DIRECTORY Q3-•' 94 m 5i om = m n = c 0 m PROJECT DIRECTORY 000103-1 City Park Pool ADA Renovations and Improvements a,�„111111NO IIq,rr, =� 2101 -4,�NAL �,,,• ""4mrrn�` I hereby certify that the portion of this technical submission described herein was prepared by me or under my direct supervision and responsible charge. I am a duly registered Architect under the laws of the State of Iowa. KEVIN W. MONSON w. A/o% /2, z6/3 SiaesaOae Date Registration expires June 30, 20-1s _ PaQJS. Sheets coresed bl IM1S 9e8: DIVISIONS 00 THROUGH 09, EXCEPT 01 5713 AND 02 4100 Date Issued: NOVEMBER 12, 2013 I hereby certify that the portion of this technical ,a`POFESSIDar'rn,, submission described herein was prepared by me or under , ,••^,_ , my direct supervision and responsible charge. I am a `� `�pQ • ;, duly licensed Professional Engineer under the lows of Q� •,•�2;' the Slate of Iowa. SCO -a B. POTTORFF =z scorn B.,� I I �l z�i 3 =w• PO7TORFF ;mg sQ, a Dee 16932 e :I p My license renewal date is December 31, /DWrA,pa"4� 3E IONS 01 3313 & 02 4100 AND DIVISIONS Date issued: NOVEMBER 12, 2013 I hereby certify that the portion of this technical submission described herein was prepared by me or under my direct supervision and responsible charge. I am a duly licensed Professional Engineer under the lows of the State of Iowa. BARRITT R. LOVELACE o g1:1 z &,whe, -.1r. Date w� My license renewal dote is December Pass a sheets crowed by ns seal: C- DM I N 13 Date issued:NOVEMBER 12 201—"' tb Date issued: NOVEMBER 12, 2013 13.087 SEALS PAGES 000107-1 I hereby certify that the portion of this technical ,.•``P�,E rO rFr/rj rrrr.� submission described herein was prepared by me or under my direct supervision 1 '• °�,, and responsible charge. am a •., �L9 duty registered Landscape Architect under the lows of the State of `,,.`�'C..• LUCAS C. 2 Iowa. LU PS C. NEWTON *: NEWTON 'y+ y LANDSCAPE ARCHITECT — Qw ° Date m0 .•• :k, I Registration expires June 30, N0. 437 Pages or sheets covered by this seal'. ",,,DZANDSC,Nt,oQ Date issued: NOVEMBER 12, 2013 13.087 SEALS PAGES 000107-1 City Park Pool ADA Renovations and Improvements 13.087 00 0110 - TABLE OF CONTENTS DIVISION 01 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000101 PROJECT TITLE PAGE 000103 PROJECT DIRECTORY 000107 SEALS PAGE 000110 TABLE OF CONTENTS NOTICE OF PUBLIC HEARING NOTICE TO BIDDERS NOTE TO BIDDERS NB -1 INSTRUCTION TO BIDDERS IB -1 to IB -7 FORM OF PROPOSAL FP -1 to FP -3 BID BOND BB -1 FORM OF AGREEMENT AG -1 to AG -2 PERFORMANCE AND PAYMENT BOND PBA to PB -2 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) CC -1 to CC -7 GENERAL CONDITIONS GC -1 SUPPLEMENTARY CONDITIONS SCA to SC -17 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS R-1 002613 SUBSTITUTION REQUEST FORM 003100 AVAILABLE PROJECT INFORMATION DIVISION 01 - GENERAL REQUIREMENTS N o O c.a 011000 SUMMARY Ay 01 2000 PRICE AND PAYMENT PROCEDURES 012300 ALTERNATES �� N 01 3000 ADMINISTRATIVE REQUIREMENTS 01 3300 CONSTRUCTION SUBMITTALS 014000 QUALITY REQUIREMENTS D 014313 QUALITY ASSURANCE INSPECTIONS AND TESTING OD 01 5000 TEMPORARY FACILITIES AND CONTROLS 015713 TEMPORARY EROSION AND SEDIMENT CONTROL 01 6000 PRODUCT REQUIREMENTS 01 7300 EXECUTION REQUIREMENTS 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 7700 CLOSEOUT PROCEDURES a ch 01 7823 OPERATION AND MAINTENANCE DATA "� W "��- A "l DIVISION 02 - EXISTING CONDITIONS SIU y� 1 024100 DEMOLITION s DIVISION 05 - METALS o 0 va 055213 PIPE AND TUBE RAILINGS TABLE OF CONTENTS 000110-1 City Park Pool ADA Renovations and Improvements 13.087 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 064110 CUSTOM PLASTIC CASEWORK DIVISION 07 - THERMAL AND MOISTURE PROTECTION 079005 JOINT SEALERS DIVISION 08 - OPENINGS 087100 GATE EGRESS HARDWARE DIVISION 09 - FINISHES 099000 PAINTING AND COATING DIVISION 13 — SPECIAL CONSTRUCTION 131110 POOL GENERAL PROVISIONS 131140 POOL PIPE, FITTINGS & VALVES 131141 POOL STRUCTURE 131145 POOL FILTERS DIVISION 31 - EARTHWORK 31 1200 SITE PREPERATION 312200 GRADING 31 2316 • EXCAVATION 312316.13 _TRENCING 312323 FILL DIVISION 32 — EXTERIOR IMPROVEMENTS 321123 AGGREGATE BASE COURSES 321313 CONCRETE PAVING 32 1413.19 PERMEABLE INTERLOCKING CONCRETE PAVEMENT 323113 CHAIN LINK FENCES AND GATES 323223 SEGMENTAL RETAINING WALL 328423 UNDERGROUND SPRINKLERS 329219 N SEEDING 329300 M PLOANTS 0 0 co Y3 _ �o DI I N 3U�IES 3 N 31"13 HOLES AND STRUCTURES gr i 11 STORM UTILITY DRAINAGE PIPING 334600 =E51BDRAINAGE 0 N TABLE OF CONTENTS 000110-2 NOTICE OF PUBLIC HEARING ON PLANS. SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE CITY PARK POOL ADA RENOVATIONS AND IMPROVMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the CITY PARK POOL ADA RENOVATIONS AND IMPROVMENTS PROJECT in said city at 7 p.m. on the le day of November, 2013, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 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 o making objections to and comments concerning o w said plans, specifications, contract or the cost of ZEn ao making said improvement. D--; This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by -<n r- law. '�� � E5;0 Q MARIAN K. KARR, CITY CLERK m >s o .0 NOTICE TO BIDDERS CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 2:30 P.M. on the 19'" day of December, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 7"d day of January, 2014, or at a special meeting called for that purpose. The Project will involve the following: The Project consists of the construction of the following at City Park Pool: new ADA -compliant splash pool and picnic area, and an expanded fence -line to provide increased area within the facility. There will be a recommended pre-bid meeting held on site, at City Park Pool Facility at 200 East Park Road, in Upper City Park in Iowa City at 10 a.m. on Tuesday, December 10, 2013. All work is to be done in strict compliance with the plans and specifications prepared by Neumann Monson Architects P.C., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a 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 CoupJI. The successful bidder will be required to furnish a bond in an amount equal to one hundred perd&t (100%) of the contract price, said bond to be issued by a responsible surety approved by Che Cityr"y..and guarantee the prompt payment of all materials and labor, and also protect and save ha ttfiity frofr} all claims and damages of any kind caused directly or indirectly by the operation of the -Mac r= also guarantee the maintenance of the improvement for a period of one (1) year(s), a"xte ed warranty is stipulated by specification, from and after its completion and formal accee tithe Mj Council. � s v The following limitations shall apply to this Project: �x; 00 Substantial Completion: April 30, 2014 D o Final Completion Date: May 17, 2014 `D Liquidated Damages: $700.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354- 8973 Toll -Free 800-779-0093 by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $10.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of 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 technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK S: TNG\ARCfflMCT1)RE P itj,wsWity Puk Pool ADA and upgrade sunndelieg ProjootTrorn ends end bid it w tstsutxx to bidders for City Park Pool ADA Irnprovaneru> and 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 NB -1 N tt0 S� _O 6"1 T n C1J- _�� N r m m � D� = v 0 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in ti-el9contract documents. a� C F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a biggenfoTateM, equipment or labor for a portion of the work. �� 0 C? D o ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the ' bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. TM 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidders personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. M Q co Y� D WCD ARTICLE 3 - BIDDING DOCUMENTS Uj W -Jr 3J 0opiRl_ LL )W Z3Q Z331irnplete sets of the bidding documents may be obtained from the office of Office �-+ dErechnigraphics/Rapids Reproductions at 125 South Dubuque Street. Iowa N City, IA 52240, (319) 354-5950, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the 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 the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. ffm C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to Section 00 2613 Substitution Request Form for substitution requirements. Make request for approval of substitute products on "Substitution Request Form" in Section 00 2613 Substitution Request Form of this Project Manual. Submit a separate Substitution Request Form for each proposed substitution. Verbal or written requests without completed Substitution Request Form will not be considered. The bidder is advised that vagueness of submittal, inadequate warranty, insufficient data and failure to meet project requirements may be cause for rejection of request. Approval is subject to later reconsideration at any time during the life of the contract. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execuUW of the contract. b D. Each bidder shall ascertain prior to submitting a bid that hereSived2lL addenda issued, and the bidder shall acknowledge their recut -#i tM prc� location on the bid form. v, rn ARTICLE 4 — BIDDING PROCEDURES o= o a .V: . � o 4.1 Form and Style of Bids A. A separate copy of the bid form is contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. EN D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such cv contract or fail to furnish such bond if required, the amount of the bid security shall c"' be f0feited to the Owner as liquidated damages, not as a penalty. A cashier's 0 do 6=941 cash or certified check will not be an accepted bid bond. 3=— c w J B. N fA bond shall be written on enclosed "Bid Bond" form bound within the project rgalBal and the attorney-in-fact who executes the bond on behalf of the surety CM ffix to the bond a certified and current copy of power of attorney. C. The"Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB – Note to Bidders. Both envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 2:30 p.m. on Thursday. December 19, 2013. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.4 Modification or Withdrawal of Bid L<` A. A bid may not be modified, withdrawn or canceled the bidder after'the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. N O ARTICLE 5 — CONSIDERATION OF BIDS Dcj is 5.1 Opening of Bids �m a rn A. The properly identified bids received on time will be opened 6aalya9d w®e read aloud. }s 0 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. N C9 Q W UJ c _5>2 ARTICLE 6 — POST -BID INFORMATION J N V t` Qm�r4 L1.,. i c�3 )�2 -GB-- names of those persons, firms, companies or other parties with whom the N bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. a F-,. D. s Prior to the award of the contract, the Architect will notify the bidder in writing if " oy either the Owner or Architect, after due investigation, has reasonable objection to -- any such proposed person or entity. If the Owner or the Architect has rnreasonable objection to such proposed person or entity, the bidder may, at the [� a bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. D. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. 11-M ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE 8.1 Conference A. Bidder is encouraged to attend a pre-bid conference on Tuesday, December 10, 2013 at 10:00 AM local time, at the City Park Pool Facility, located in 200 East Park Road in upper City Park in Iowa City, Iowa. 8.2 Parking N A. Metered parking is available neighboring the facility. C) r �m = m n 0 am FORM OF PROPOSAL CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT CITY OF IOWA CITY Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:30 PM local time on Thursday, December 19, 2013 0 City Clerk oWTO: AA " tin co -� -- BIDDERS PLEASE NOTE: 5'm td City Hall =in 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.v T� rn Iowa City, Iowa 52240 G ra v p h Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 2:30 PM local time on Thursday, December 19, 2013 0 City Clerk oWTO: AA City of Iowa City n• 4 N r City Hall =in 410 East Washington Street :<rr*ts rn Iowa City, Iowa 52240 CD Me v ZEX C In response to your request for bids, and in compliance with the Procurement and (Z!;itracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete City Park Pool ADA Renovations and Improvements Project in strict accordance with the Project Manual and the Drawings dated November 12, 2013, including Addenda numbered , and inclusive, prepared by Neumann Monson Architects, for the Base Bid Lump Sum of : BASE BID Dollars The undersigned bidder submits herewith bid security in the amount of ten percent (10%) of the Base Bid amount. BID ALTERNATES: Alternate No. 1: Stream Jets (Geysers) - Provide three (3) Stream Jets within the Splash Pool. Add the Sum of: Dollars FP -1 Alternate No. 2: Dual Cantilevered Canopy at Splash Pool- 20'x36' dual cantilevered post canopy with footings and anchors. [Base Bid Item: 20'x18' cantilevered post canopy with footings and anchors.] Add the Sum of: n1 C-7 r 1 Cc Dollars ($ ) Station: LL. > z o Dollars ($ ) Alternate No. 4: Cabana #1- 30'x18' 6 -post canopy with footings and anchors; and Permeable Paver System underneath canopy. [ Base Bid: Footings for 30'x18' 6 -post canopy and seeding of area.] Add the Sum of: Dollars Alternate No. 5: Cabana #2- 30'x18' 6 -post canopy with footings and anchors; and Permeable Paver System underneath canopy. [ Base Bid: Footings for 30'x18' 6 -post canopy and seeding of area.] Add the Sum of: Alternate No. 6: Splash Pool Heater: Add the Sum of: Dollars Dollars ($ ) The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. 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 FP -2 conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before April 30, 2014. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 r� 22� �N r :gym IF= a 0 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 City Park Pool ADA Renovations and Improvements Project. for c NOW, THEREFORE, 0 (a) If said Bid shall be rejected, or in the alternate, N (b) If said Bid shall be accepted and the Principal shall execute and -c- er conM in the form specified, and the Principal shall then furnish a bon pdheZrinci dlW faithful performance of said Project, and for the payment of all ons performing labor or furnishing materials in connection therewith, and shall in all othi;respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney 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 the City Park Pool ADA Renovations and Improvements Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The 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. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended, C. Plans; o_ d. Specifications and Supplementary Conditions; aC J e. Notice to Bidders; �� .<r a m f. Note to Bidders; co (� g. Performance and Payment Bond; o h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. 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. AG -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. Ce) Go W " J N `.�� :WLi Z ers 0 N 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 5. The Project base bid submitted by form of proposal is in the amount of: To be completed after award and no/100 Dollars 0.00). DATED this day of 20_ (DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER ] Citv H c (Signature) '—: �? v: (Printed name) m� . co Mayor ATTEST: City Clerk AG -2 Contractor (Signature) (Printed name) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the- uretE as SuretXeirfter cVW D 4 the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as called the Owner, in the amount of ($ )for the payment for which Cor or C%nd 10ty hereby bind themselves, their heirs, executors, administrators, successors and assigr>Sjointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for City Park Pool ADA Renovations and Improvements Projects; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Neumann Monson Architects, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient Im funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS IN THE PRESENCE OF: DAY OF , (Principal) Witness (Title) (Surety) Witness (Title) C„ � (Street) c►3 W'CW Cp Q 2C (City, State, Zip) �.� N CJ.1H LL a `Q z v3 (Phone) o N PB -2 Contract Compliance Program CITY OF IOWA CITY N O O 4i C-)-< =gym m m SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead,' and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. �mK t.4 TOP chi Q CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et sea.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtairn the necessary posters. 00 0.D LU4. LL F'a N 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 Print Name Phone Number Title Date zzO (M::3 w �i r (M �cLd. � a � 1L O �r•� O 1� CC -3 zzO �N �i r � a � 2. 3. 4. SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should b Dtrained and required to comply with your policy and the current equal employment opportunity laws. M 4 00 Y_ F.EPa�AE RUffJ7' Y Qt pal employees know you are an equal opportunity employer. This can be done by identifying ur9eif$n all recruitment advertising as an equal opportunity employer. Else a*tment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment Solt onlAerpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory baEers, (d�- Sefect and train persons involved in the employment process to use objective standards and to n support equal employment opportunity goals. (erTn Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "is this info-ffnation necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 �IJL_ '001 City of� O7P,4 CN Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 H 0 fn w rn m v _ o W J LL 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 applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train - Ing because of age, color, creed, disability, gender identity, marital c4tatus, national origin, race, religion, ". ex orQsexual orientation of such ap- &Iicjpgpr member. UJO .¢ tad_ . 2-3-1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment of membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: N Vr— �-U � t—Q Z U$ O N. Iowa City CC -6 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. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro - 897 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, tabor 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 9 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: 697 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) 2-3-1 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender Identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer If the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain Instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain Instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord - 94 -3647, 11-8-1994) �WA o_ O En O T D.-.{ e �� C-) -<- -)N r --i C :fir m a M Iowa City O� S Co D _ �WA GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 N O O >::4 yi Z C C') : n N :erna rn M g7C a ao n _ GC -1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY o CD T PART 1 - GENERAL • 1 1.1 INTRODUCTION 4C.) N r A. The following supplements modify the "General Conditions of the ContractiDUorm_1Fucti lA Document A201-2007. Where a portion of the General Conditions is ed% deldW by these Supplementary Conditions, the unaltered portions of the Generalonditio e- hall remain in effect. B. 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. C. Deletions from the AIA A201 are indicated as sNike-eut and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to 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. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: qcc., 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials which any part of the Contract Documents require him to provide. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receiptef written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case an appropr ate ChaRge OrdeF shall be issued deducting the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the reasonable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. If payments then or thereafter due the Contractpi are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 -CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and knew ing{y failed to report it to the Architect. If the Contractor performs any construction activity knowing it invel-ps involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume apprepriate responsibility for such performance and shall bear an appr9pFiate ameupt of the attFibutable all costs for correction. The Contractor shall perform no portion of the Work at any time (Rhout Contract Documents or, where required, approved Shop Drawings, Product Data or Sams for such portion of the Work. co ® �O �anga ragraph 3.3.2 to read as follows: J N$ 3.2 �1Z Contractor shall be responsible to the Owner for acts and omissions of the ntr9gt5s employees, Subcontractors, Sub -subcontractors, vendors, materialmen and 2uppiWer,kand their agents and employees, and other persons performing portions of the Work fciideii8ibntract with the Contractor or any of its Subcontractors. _o C. Md the following 3.3.4: 3.3.4 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 Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor: .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defects, i n the quality of the, Vlnrk the CARtFAGt Dogumpnts require or permit. Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submissicen H. Change paragraph 3.7.2 to read as follows: c 3.7.2 The Contractor shall eompfY perform the Work in compliance anile-fln"ive rQjge s required by applicable laws, statutes, ordinances, codes, rules, regulationi2rg lajj54l or+tsof public authorities bearing on performance of the Work. �m a M I. Change paragraph 3.7.3 to read as follows: �� Q CO 3.7.3 If the Contractor performs Work knowing it to be contrary to app6ble laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, tg Contractor shall assume full apprepciaie responsibility for such Work and shall bear the costs ate ther,�-Ar.�r^^',^n and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day 21 days after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if eitheF ^^t disputes !tie ArGh;teGt'c: elpteffnination J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and ene sepy-ei all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the project and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. L. 64iange paragraph 3.17 to read as follows: g?I7 ThQZontractor shall pay all royalties and license fees. The Contractor shall defend suits or 9181 infringement of patent rights and shall hold the Owner and Architect harmless from count thereof, but shall not be responsible for such defense or loss when a particular d"esi process or product of a particular manufacturer or manufacturers is required by the !bnt ocuments, or where the copyright violations are contained in Drawings, Specifications -�— -QL of ocuments prepared by the Owner or Architect. However, if the Contractor has reason U„ be that the required design, process or product is an infringement of a copyright or patent, Conmctor shall be responsible for such loss unless such information is promptly furnished to Ae Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless -the Owner, Architect, Architect's consultants, and agents and employees of any of ITI them from and against claims, damages, losses and expenses, including, but not limited to �(orneys' fees, arising out of or resulting from performance of the Work, provided that such cFaim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property , but only to the extent caused in whole or in part by Intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 may be liable, Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 Is Intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. N 1.5 ARTICLE 4 -ARCHITECT w o` n o A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the ArchiteeDag set–forthhe Contract Documents shall not be restricted, modified or extended without n Msen of the Owner, Sen#raeter and Architect. Consent shall not be unreasonably withh; M. M O� g� C* B. Change paragraph 4.2.1 to read as follows: D — 4.2.1 The Architect will provide administration of the Contract as described infle Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construgogn schedule submitted by the Contractor, and 2) defects and deficiencies observed. in thf >Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect artd:the Owner will not have control over or charge of and will not be responsible for actsi!Lomtssions^ol..the Contractor, Subcontractors, or their agents or employees, or any othet_{ sons, or tities performing portions of the Work. `l'r D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: _ v 4.2.5 Based on the Architect's observations and evaluations of the Contractor'GApplications for Payment, the Architect will review and sedify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 performing portions of the Work. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties, 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations decisons of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendationsdooisiono, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations desisieas rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a 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. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall Wuire each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to IM bourikto the Contractor by terms of the Contract Documents, and to assume toward the 6bntr922M all the obligations and responsibilities which the Contractor, by these Documents, wsurtl62oward the Owner and Architect. Each subcontract agreement shall preserve and W ffotel jt rights of the Owner and Architect under the Contract Documents with respect to the J Ohor!MhM performed by the Subcontractor so that subcontracting thereof will not prejudice such ;Dhtt£r+2i shall allow to the Subcontractor, unless specifically provided otherwise in the LL tco t agreement, the benefit of all rights, remedies and redress against the Contractor tt t e ntractor, by the Contract Documents, has against the Owner. Where appropriate, the Mntractor shall require each Subcontractor to enter into similar agreements with 'Mb -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS c C> A. Delete paragraph 6.1.4 in its entirety. �� 2 n-~( B. Change paragraph 6.2.4 to read as follows: ��►►.. 6.2.4 The Contractor shall promptly remedy damage the Contractor n^ caVses to completed or partially completed construction or to property of the Ownerpas$le cofttors as provided in Subparagraph 10.2.5. c 1.8 ARTICLE 7 - CHANGES IN THE WORK N A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his Sub -subcontractors, five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. u 1.9 ARTICLE 8 -TIME t CR �r A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 1f the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, HRu6ual delay l ^ deliv^•'^^ unavoidable casualties or other causes beyond the Contractor's control, eF by delay authE)FiZed delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not c�1tended to be exclusive of Owner's right to terminate this Contract based on ® C=Sontractors' failure to comply with the terms and provisions of the Contract. W c W J cv 04>9-^artial performance of the Work of this Contract shall not relieve the Contractor }.ZNom liability for liquidated damages. i S?-jontractor's liability for liquidated damages shall cease upon issuance of o ubstantial Completion Certificate for the Work of the Contract. N 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. , shall so notify the A mh teg4 E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. WarFanties required by the Contract Documents shall nommRnng an the da.tp of Suhrlantai Completion ef the Work 9F designated F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. ro G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including�,s� sed / the performance and payment bond, shall commence on the date of fins a cept t e of the work by the City. c2 -c _ in N r ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY f— m A. Add paragraph 10.1.1: Z� 00 1. The Contractor will provide Material Safety Data Sheets (MSD5 a#- hazardous N SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11. 1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence or claims made basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations cgerage as specified in the Contract Documents. M C n99,,g�,.Wagraph 11.1.3 to read as follows: 1k1.3iRlificates of Insurance acceptable to the Owner shall be filed with the Owner prior to UJ cWhm!�S:ment of the Work and thereafter upon renewal or replacement of each required policy gJnsuCahee. The name, address and phone number of the insurance company and agent must )elOmpany the certificate. The liability limits required hereunder must apply to this Paje y. These certificates and the insurance policies required by this Section 11.1 shall o0tai rovision that coverages afforded under the policies will not be canceled or allowed to gaire urlttt at least 30 days' prior written notice has been given to the Owner. An additional dtMificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid udder the General Aggregate, or both, shall be furnished by the Contractor with reasonable }promptness. D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) Each Occurrence Agaregate $1,000,000 $2,000,000 — 9 Combined Single Limit 1J C"3 $1,000,000 $1,000,000 $1,000,000 _� r rn $500,000 $500,000 p; _ Cp 0 $500,000 D $1,000,000 $1,000,000 tV Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent, shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile 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. Professional Liability, if applicable: Tthe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Lia_bi#ty, shall include the Owner's Governmental Immunities Endorsement. [See attached]. �. kL- LL -Ir, 11.1.5The City requires that the Contractor's Insurance carrier belt rated' r better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 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 oh by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.77he entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 11. 1.8 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 and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. 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 of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: A. if the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. if Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. M M C.zif, during said period, Contractor voluntarily changes insurance carriers or is CO Q S �oequired to obtain replacement coverage from another carrier, Contractor shall w c LO)gither (1) purchase "tail" coverage from its first carrier effective for a minimum of J N C31 --two years after City Council acceptance of the work, or (2) purchase "prior acts" >_Unsurance coverage from its new carrier, covering prior acts during the period of o UQltis Contract from and after its inception. z D.97ail" or 'prior acts" coverage so provided shall have the same coverage, with N the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified. or in the event that Contractor incurs liability losses, either due to activities under this Contract, or SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 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 in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. e o c.a 11.1.14 Contractor shall be responsible for any deductible am; SludinTlut not limited to the owner's deductible on the owner's builder's risk. CJS _ E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows:--<rn a m 11.3 PROPERTY INSURANCES CO 11.3.1 OWNER shall purchase and maintain property insurance upoikhe Wont at the Site in the amount of the full replacement cost thereof (subject to such deductib"mounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, 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, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any ingu;�j� red properyw .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; include testing and startup; and be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 11.3.2 OWNER shall 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 Engineering Consultants, 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. 11.3.3 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to 1 OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. �f M 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 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 in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A. VII or higher. .2,- Whenever the Contractor shall be and is declared by the Owner to be in default 65ider the -Contract. the Surety and Contractor are each responsible to make full payment ® t7P the --dinner for any and all additional services of the Architect as defined in the WOran hitect Agreement which are required as a result of the Contractor's default and tin prng the Owner's right under the agreement with the Contractor to remedy the J OOnMaa�r's default or honor the terms of the Performance Bond. g> se Bonds shall be maintained by the Contractor and shall remain in full force aqd euntil final acceptance of the Work by the Owner. The Contractor agrees and #tll cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and;or correction of each default, (b) the remedy anctor correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do tOiness in the state of Iowa. CO ZZ; 1Wnc 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS �� < N r A. Change paragraph 13.1 to read as follows:�.�Cr 13.1 The Contract shall be governed by the laws of the State of Iowa e�e . D C,u B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at er sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so.the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all ' reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. Delete paragraphs 13.7. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 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 setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall sruvive termination of the Contract. The Contractor shall bear all testing, engineering, aaaountfrw, and legal expenses made necessary as a result of termination of the Q l�frtr� _=o 15W Af4TIG�,}5- CLAIMS AND DISPUTES N f �F Chan paragraphs 15.1.1 through 15.1.3 to read as follows: LL jt1. ition. A Claim is a demand or assertion by one of the parties seeking, as a matter of ght, JAgent of money, or other similar relief with respect to the administration tefms of the 99ntract-during the performance of the Work. The term "Claim" also includes other disputes saMcl matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. URIeGS subm'Red in ^ timely 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The approval or FejGGtiGR of a Claim by the initial decision shall hp. IiRRI and binding OR the paFt es but sul�JeGt to Fnediatien and, it the parties fail te Feselve theiF disputes C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. E. Delete Section 15.4 ARBITRATION in its entirety. Add the following paragraph 15.5 to read as follows: 15.5 The 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. END OF DOCUMENT 00800 SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 V O �y �w t —t!7tv r C)= _ m ao v DDS W RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: ICORPORATE OFFICER: TITLE: DATE: R-1 N O _ 0 W s= _ ^� C.) r 1� y- t = 113:_ 4 - i 1s r MAW CUR 10,'!.:' C!! A. r!"Cl;u S013 jjDA Is K!, B: 13 LIFEL) l� City Park Pool ADA Renovations and Improvements SECTION 00 3100 - AVAILABLE PROJECT INFORMATION W36111i1.[tZKe]III] Ydrelkl&7 Certain information relating to existing surface and subsurface conditions and structures is available to bidders but will not be part of the Contract Documents, as follows: Topographic Survey: Prepared by: MMS Consultants, Inc.. This survey is not part of the Contract Documents, but is provided with the Contract Documents as reference drawing RC -101. This survey identifies grade elevations prepared primarily for the use of Architect in establishing new grades and identifying natural water shed. END OF SECTION 13.087 AVAILABLE PROJECT INFORMATION 003100-1 N _O ;S _ M C? n W AVAILABLE PROJECT INFORMATION 003100-1 City Park Pool ADA Renovations and Improvements 13.087 SECTION 01 1000 - SUMMARY PART 1 GENERAL 1.01 PROJECT A. Project Name: City Park Pool ADA Renovations and Improvements. B. Owner's Name: City of Iowa City. C. Architect's Name: Neumann Monson P.C., Iowa City, Iowa. D. The Project consists of the construction of the following at City Park Pool: new ADA -compliant splash pool and picnic area, and an expanded fence -line to provide increased area within the facility. 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in FORM OF AGREEMENT. 1.03 DESCRIPTION OF ALTERATIONS WORK A. Scope of demolition and removal work is shown on the Drawings and specified in Sections 02 4100 and 31 1200. B. Scope of alterations work is shown on Drawings. C. Plumbing and Pool Filtration System: Alter existing system and add new construction, keeping existing in operation. D. Electrical Power and Lighting: Alter existing system and add new construction, keeping existing in operation. E. City of Iowa City will remove the following items before start of work: 1. Trees identified on Drawings. F. Contractor shall remove and store the following prior to start of work, for later reinstallation by Contractor: 1. Barrier Railing between existing wading pool and main pool. 1.04 WORK BY OWNER e.-.1 A. City of Iowa City will supply and install the following: 1. Site Furishings - Picnic tables. > r Lu 2. Signage. Z"� B. City of Iowa City will supply the following for installation by Contractor: 1. Seeding Materials identified in the Documents. In rn 1.05 FUTURE WORK �� v A. Provide footings for future installation of canopy shade structures not includebin the ontract. 1.06 OWNER OCCUPANCY 4— A. A. City of Iowa City intends to occupy portions of the Project beginning May 1, 2014 to conduct season start-up operations of the pool facility. B. Cooperate with City of Iowa City to minimize conflict and to facilitate City of Iowa City's operations. C. Schedule the Work to accommodate City of Iowa City occupancy. 1.07 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. B. Arrange use of site and premises to allow: 1. City of Iowa City occupancy. 2. Use of site and premises by the public. C. Provide access to and from site as required bylaw and by City of Iowa City: 1. Do not obstruct roadways, sidewalks, or other public ways without permit. SUMMARY 01 1000-1 City Park Pool ADA Renovations and Improvements D. Existing building spaces may not be used for storage. E. Time Restrictions: 1. Limit conduct of especially noisy exterior work to the hours of 7:00 am to 10:00 pm. F. Utility Outages and Shutdown: 1. Prevent accidental disruption of utility services to other facilities. 1.08 WORK SEQUENCE A. Coordinate construction schedule and operations with City of Iowa City. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION 13.087 SUMMARY 01 1000-2 cti Q Q am Y3 Uj- LU . c W _J N LL- z a* o o 13.087 SUMMARY 01 1000-2 City Park Pool ADA Renovations and Improvements 13.087 SECTION 012000 - PRICE AND PAYMENT PROCEDURES PART1 GENERAL 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress paymee. 0 , B. Documentation of changes in Contract Sum and Contract Time. mc -;)p C. Change procedures. A� D. Correlation of Contractor submittals based on changes. "fin N r E. Procedures for preparation and submittal of application for final payment. Cr = m 1.02 RELATED REQUIREMENTS >20 aD A. Document - Form of Agreement: Contract Sum, payment period. t B. Document - Supplementary Conditions: Percentage allowances for Contractor's overhead and profit. 1.03 SCHEDULE OF VALUES A. Form to be used: AIA G703. B. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Architect for approval. C. Forms filled out by hand will not be accepted. D. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. E. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the specification Section. Identify site mobilization, bonds and insurance, and Contractor's overhead and profit. F. Revise schedule to list approved Change Orders, with each Application For Payment. 1.04 APPLICATIONS FOR PROGRESS PAYMENTS A. Make applications for progress payments in amounts equal to ninety-five (95) percent of the value of Work completed, including cost of materials and equipment property stored At the jobsite, less the amount of previous payments. 1. The five percent contract retainage may become payable upon issuance of the Certificct of Substantial Completion. Refer to Section 01 7700 for additional requirements. B. Payment Period: Submit at intervals stipulated in the Agreement. C. Form to be used: AIA G702/G703. D_CD- t D. Electronic media printout including equivalent information will be considered Ireu grstanda—rd form specified; submit sample to Architect for approval. " E. Forms filled out by hand will not be accepted. F. Execute certification by signature of authorized officer. G. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored Products. H. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work. Submit three copies of each Application for Payment. J. Include the following with the application: 1. Construction progress schedule, revised and current as specified in Section 01 3000 - Administrative Requirements. 2. Partial release of liens from major Subcontractors and vendors upon request. 3. Affidavits attesting to off-site stored products. PRICE AND PAYMENT PROCEDURES 012000-1 City Park Pool ADA Renovations and Improvements 13.087 K. When Architect requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. 1.05 MODIFICATION PROCEDURES A. Submit name of the individual authorized to receive change documents and who will be responsible for informing others in Contractor's employ or subcontractors of changes to the Contract Documents. B. For minor changes not involving an adjustment to the Contract Price or Contract Time, Architect r will issue instructions directly to Contractor. IC -C. Architect will advise of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time as authorized by the Conditions of the Contract by issuing supplemental instructions on Architects form. D. For other required changes, Architect will issue a document signed by City of Iowa City instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Sum or Contract Time. 2. Promptly execute the change. E. For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within 15 days. F. Contractor may propose a change by submitting a request for change to Architect, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. G. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. 1 cs For ch nge requested by Architect for work falling under a fixed price contract, the amount will Wased on Contractor's price quotation. Q 2 Fjf47diange requested by Contractor, the amount will be based on the Contractor's request W fdbAmhange Order as approved by Architect. J 3N Fe -determined unit prices and quantities, the amount will based on the fixed unit — p5QG jZ 4?o F�agnge ordered by Architect without a quotation from Contractor, the amount will be x dOQa�ined by Architect based on the Contractor's substantiation of costs as specified for = Timiand Material work. 0 H. 90Dstantiation of Costs: Provide full information required for evaluation. 1. On request, provide following data: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. PRICE AND PAYMENT PROCEDURES 012000-2 City Park Pool ADA Renovations and Improvements 13.087 I. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. J. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum. K. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust times for other items of work affected by the change, and resubmit. L. Promptly enter changes in Project Record Documents. 1.06 APPLICATION FOR FINAL PAYMENT A. Final Payment shall be the remaining unpaid balance of the final contract sum. B. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. C. Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 01 7700 - Closeout Procedures. 2. Owner's written acceptance of the completed Work. D. Final Payment shall be made 31 days following Owner's written acceptance of the completed Work. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION CD c.s r rn r PRICE AND PAYMENT PROCEDURES 012000-3 City Park Pool ADA Renovations and Improvements SECTION 01 2300 - ALTERNATES PART 1 GENERAL 1.01 SECTION INCLUDES A. Description of alternates. B. Procedures for pricing alternates. C. Documentation of changes to Contract Sum and Contract Time. 1.02 RELATED REQUIREMENTS A. Document - Instruction to Bidders: Instructions for preparation of pricing for alternatives. B. Document - Form of Proposal: List of alternates with respective pricing. C. Document - Form of Agreement: Incorporating monetary value of accepted alternatives. 1.03 ACCEPTANCE OF ALTERNATES 13.087 A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at City of Iowa City's option. Accepted alternates will be identified in the Owner -Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each alternate. 1.04 SCHEDULE OF ALTERNATES A. Alternate No. 1 (Add) - Stream Jets (Geysers): 1. Description: Provide three (3) Stream Jets within the Splash Pool where scheduled on the Drawings. B. Alternate No. 2 (Add) - Dual Cantilevered Canopy at Splash Pool: 1. Base Bid Item: 20'x18' cantilevered post canopy with footings and anchors. 2. Alternative Item: 20'x36' dual cantilevered post canopy with footings and anchors. C. Alternate No. 3 (Add) - Lifeguard Station: 1. Description: Provide 20'x15' 4 -post canopy with footings and anchors, and two (2) Mobile Plastic Cabinet Units. D. Alternate No. 4 (Add) - Cabana #1: 1. Base Bid: Footings for 30'x18' 6 -post canopy and seeding of area. 2. Alternate Bid: 30'x18' 6 -post canopy with footings and anchors; and Permeable Paver System underneath canopy. E. Alternate No. 5 (Add) - Cabana #2: 1. Base Bid: Footings for 30'x18' 6 -post canopy and seeding of area. 2. Alternate Bid: 30'x18' 6 -post canopy with footings and anchors, and Permeable Paver System underneath canopy. F. Alternate No. 6 (Add) - Splash Pool Heater: N 1. Description: Provide Heater for Splash Pool. �� w Z PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION n ALTERNATES 01 2300-1 City Park Pool ADA Renovations and Improvements 13 087 SECTION 01 3000 - ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Electronic document submittal service. B. Preconstruction meeting. C. Progress meetings. N c C:) D. Preinstallation meetings. Dn 0 —n E. Construction progress schedule. 0� -... F. Submittals for review, information, and project closeout. -r� N r G. Number of copies of submittals. o M s M H. Submittal procedures. co 1.02 RELATED REQUIREMENTS T' A. Section 013300 - Construction Submittals: t B. Section 01 7300 - Execution Requirements: Additional coordination requirements. C. Section 017700 - Closeout Procedures: Project record documents. 1.03 PROJECT COORDINATION A. Project Coordinator: Owners designated contact person. B. Cooperate with the Project Coordinator in allocation of mobilization areas of site; for field offices and sheds, for construction access, traffic, and parking facilities. C. During construction, coordinate use of site and facilities through the Project Coordinator. D. Comply with Project Coordinator's procedures for intra -project communications; submittals, reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts. E. Comply with instructions of the Project Coordinator for use of temporary utilities and construction facilities. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 ELECTRONIC DOCUMENT SUBMITTAL A. All documents transmitted for purposes of administration of the contract are to be in electronic (PDF) format. This procedure applies to requests for information (RFIs), progress documentation, contract modification documents (e.g. supplementary instructions, change proposals, change orders), applications for payment, field reports and meeting°minutes; and any other document any participant wishes to make part of the project record. 1. It is Contractor's responsibility to submit documents in electronic format; paper document transmittals will not be reviewed. 2. Electronic document requirements do not apply to samples or color selecwwtharts. 3. Drawings and graphic presentations may be submitted in DWF format upon apprq-val from the Architect. B. Construction Submittals: Refer to Section 013300 for additional requirements. 1. Construction submittals transmitted for purposes of review and information are to be in electronic format and transmitted via an Intemet-based submittal service that receives, logs and stores documents, provides electronic stamping and signatures, and notifies addressees via email. 2. Cost: The cost of the service is to be paid by Contractor; include the cost of the service in the contract sum. 3. Architect, Architects consultants, subcontractors and suppliers will be permitted to use the service at no extra charge. ADMINISTRATIVE REQUIREMENTS 01 3000-1 City Park Pool ADA Renovations and Improvements 13.087 4. Project Closeout: Architect will determine when to terminate the service for the project and is responsible for obtaining archive copies of files for City of Iowa City. 3.02 ELECTRONIC DOCUMENT SUBMITTAL SERVICE A. All documents transmitted for purposes of administration of the contract are to be in electronic (PDF) format and transmitted via an Internet -based submittal service that receives, logs and stores documents, provides electronic stamping and signatures, and notifies addressees via '-4'rnai1. _1. Besides submittals for review, information, and closeout, this procedure applies to requests for information (RFIs), progress documentation, contract modification documents (e.g. supplementary instructions, change proposals, change orders), applications for payment, field reports and meeting minutes, and any other document any participant wifhes to make part of the project record. 2 Contractor and Architect are required to use this service. 3. It is Contractor's responsibility to submit documents in electronic format. 4- Subcontractors, suppliers, and Architect's consultants are to be permitted to use the service at no extra charge. 5. Users of the service need an email address, Internet access, and PDF review software that includes ability to mark up and apply electronic stamps (such as Adobe Acrobat, www.adobe.com, or Bluebeam PDF Revu, www.bluebeam.com), unless such software capability is provided by the service provider. 6. Paper document transmittals will not be reviewed; emailed electronic documents will not be reviewed. 7. Drawings and graphic presentations may be submitted in DWF format upon approval from the Architect. 8. All other specified submittal and document transmission procedures apply, except that electronic document requirements to not apply to samples or color selection charts. B. Submittal Service: The selected service is: 1. Submittal Exchange (tel: 1-800-714-0024): www.submittalexchange.com. C. Project Closeout: Architect will determine when to terminate the service for the project and is responsible for obtaining archive copies of files for City of Iowa City. 3.03 PRECONSTRUCTION MEETING A. Architect will schedule a meeting after execution of the Owner -Contractor Agreement. B. Attendance Required: City of Iowa City. 3.Aqfftect. W ractor. Subcontractors. C. 31aj-pr —I. >gEmission of executed bonds and insurance certificates. �. tZ4%ribution of Contract Documents. �3. mission of list of Subcontractors, list of Products, schedule of values, and progress o dule. Designation of personnel representing the parties to Contract, the Owner's jobsite representative, the Contractor's key administrative and field personnel, and Architect. 5. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 6. Scheduling. 7. Scheduling activities of a Geotechnical Engineer. 8. Use of premises by City of Iowa City and Contractor. 9. City of Iowa City's requirements and occupancy prior to completion. 10. Temporary utilities provided by City of Iowa City. 11. Survey and building layout. ADMINISTRATIVE REQUIREMENTS 01 3000-2 City Park Pool ADA Renovations and Improvements 13.087 12. Security and housekeeping procedures. 13. Application for payment procedures. 14. Procedures for testing. 15. Procedures for maintaining record documents. 16. Requirements for start-up of equipment. D. Architect will record minutes and distribute copies within three days after meeting to participants, with two copies to City of Iowa City, Contractor participants, and those affected by decisions made. 3.04 CONTRACTOR'S PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, City of Iowa City, Architect, as appropriate to agenda topics for each meeting. D. Agenda 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. lan 4. Identification of problems that impede, or will impede, planned progreatt=a -e 5. Review of scheduled pre -installation meetings. n"< — N 6. Review of submittals schedule and status of construction submittals. �n `�Rr1 m 7. Review of off-site fabrication and delivery schedules. = 8. Maintenance of progress schedule. c Q 9. Corrective measures to regain projected schedules. n 10. Planned progress during succeeding work period. s 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, City of Iowa City, participants, and those affected by decisions made. 3.05 PREINSTALLATION MEETINGS A. Make arrangements for meetings required by separate specification sections, prepare agenda appropriate for each meeting. B. Review project conditions required for satisfactory installation of the Work. C. Require attendance of affected installers, manufacturer's representatives and others as may be necessary for the proper coordination of the Work. D. Record minutes and distribute copies within two days after meeting to participants, with copies to Architect, City of Iowa City, participants, and those affected by decisions made, 3.06 CONSTRUCTION PROGRESS SCHEDULE A. Within 15 days after date of the Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. ADMINISTRATIVE REQUIREMENTS 01 3000-3 City Park Pool ADA Renovations and Improvements 13.087 Incorporate the following schedule for contract closeout: 1. Closeout Meeting: Schedule at least 30 days prior to anticipated date of Substantial Completion. Submit initial copy of Operation and Maintenance Manuals for review. 2. Demonstration and Instruction: Schedule at least 15 days prior to Substantial Completion. 3. Contractor's Punchlist and Request for Substantial Completion Inspection: Submit at least 10 days prior to anticipated date of Substantial Completion. a. Architect will conduct inspection of Work within 5 days of receipt of Contractor's Request. 4. Architect will issue "Certificate of Substantial Completion" in accordance with provisions in the Conditions of the Contract. 5. Closeout Submittals: See Section 017700 - Closeout Procedures. 6. Final Change Order: Architect will prepare and issue within 5 days after Substantial Completion. 7. Contractor's Certificate of Final Completion: Architect will conduct Final Inspection of the Work within 5 days of receipt of Contractor's Certificate. 8. Architect will issue Final Certificate for Payment within 5 days of completing satisfactory Final Inspection. 9. Owner's written acceptance of the completed Work and Final Payment: See Section 01 2000 - Price and Payment Procedures. G. Submit updated schedule with each Application for Payment. 3.07 SCHEDULE FORMAT A. Bar Charts: Include a separate bar for each major portion of Work or operation. B. Listings: In chronological order according to the start date for each activity. Identify each activity with the applicable specification section number. C. Sheet Size: Multiples of 8-1/2 x 11 inches. D. Scale and Spacing: To allow for notations and revisions. 3.08 CONSTRUCTION SUBMITTALS FOR REVIEW AND INFORMATION A. Qgfer to Section 01 3300 - Construction Submittals, for additional requirements. 3. JbSUB6ITT$j. FOR PROJECT CLOSEOUT LL..JJ p%ferf!_ ction 01 7700 - Closeout Procedures, for submittal requirements. Whe ollowing are specified in individual sections, submit them at project closeout: J tion and maintenance data. nties. s. $� Otgr types as indicated. �s C. `7Ubmit for City of Iowa City's benefit during and after project completion. 3.10 NUMBER OF COPIES OF SUBMITTALS A. Documents: Submit one electronic copy in PDF format; an electronically -marked up file will be returned. Create PDFs at native size and right -side up; illegible files will be rejected. 3.11 SUBMITTAL PROCEDURES - GENERAL A. Refer to Section 01 3300 for additional requirements pertaining to construction submittals. B. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. C. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and coordinate submission of related items. E. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. ADMINISTRATIVE REQUIREMENTS 013000-4 City Park Pool ADA Renovations and Improvements HC111-Y1 Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. G. Submittals not requested will not be recognized or processed. END OF SECTION ADMINISTRATIVE REQUIREMENTS 01 3000-5 N 0 _O f.J 17 m s C v a ADMINISTRATIVE REQUIREMENTS 01 3000-5 City Park Pool ADA Renovations and Improvements 13.087 SECTION 01 3300 - CONSTRUCTION SUBMITTALS PART1 GENERAL 1.01 SECTION INCLUDES A. Construction Submittals for Review and Information. B. Preparation and transmittal of construction submittals. N o C) C. Contractor's review and Architect's review of construction submittals. 1.02 RELATED REQUIREMENTS D� o A. Section 01 3000 - Administrative Requirements: Processing submittals. --Ic> N B. Section 017700 - Closeout Procedures: Closeout submittals. '<M a M C. Section 01 7823 -Operation and Maintenance Data: Preparation of Operation Co 0 Maintenance Manuals. n _ 1.03 PRICE AND PAYMENT PROCEDURES r -`r A. Include cost of electronic submittal processing through "Submittal Exchange" in base bid price. 1.04 DEFINITIONS A. Construction Submittals for Review: Submittals required by individual specification sections relating to a portion of the work which must be acted upon by the Architect before work on that portion begins. Note that construction submittals are NOT Contract Documents. Submittals containing information different from requirements in the Contract Documents do not affect or modify the Contract unless and until a change order is properly issued. 1. Shop Drawings: Drawings, diagrams, illustrations, and schedules specifically prepared by the Contractor to illustrate and depict some portion of the work more clearly and in greater detail. 2. Coordination Drawings: Drawings prepared by the Contractor to show how multiple -system and interdisciplinary work will be coordinated to avoid conflicts resulting from available space requirements. 3. Product Data: Illustrations, standard schedules, diagrams, performance charts, instructions, and brochures that illustrate physical appearance, size, and other characteristics of materials and equipment for some portion of work 4. Samples: Physical examples of materials and workmanship which illustrate functional and aesthetic characteristics of a material and establish the standards by which the work will bejudged. B. Construction Phase Submittals for Information: Transmit for Architect's knowledge as contract administrator or for OWNER. No action will be taken. 1. Design data: Performance requirements and material characteristics providing ttte basis for portions of the Work designed by the Contractor. 2. Documentation required by individual specification sections: O= co a. Certificates.:�` q, W b. Test reports. c. Inspection reports. d. Manufacturer's instructions. e. Manufacturer's field reports.c� �= 3 Other types indicated. o �+ 1.05 RESPONSIBILITIES OF THE PARTICIPANTS 0 4.1 A. Contractor: 1. Read and understand the Contract Documents. 2. Establish a realistic submittal schedule that allows for resubmittal. 3. Coordinate submittals. 4. Review submittals for compliance with Contract Documents, site conditions, dimensions and construction means and methods; indicate any part of the submittal that does not conform to the contract requirements. CONSTRUCTION SUBMITTALS 01 3300-1 City Park Pool ADA Renovations and Improvements 13.087 5. Review submittals prior to transmitting them to Architect. Use the transmittal form included with this section. 6. Distribute approved submittals to subcontractors and others. 7. Maintain copies of approved submittals at the jobsite for reference, and retain copy of approved submittals for the Owner's record. Maintain transmittal log and track progress. B. Subcontractors and Suppliers: a' 1. Read and understand the Contract Documents. ...2. Properly prepare complete and accurate submittals with extraneous information deleted. 1-3. Submit in a timely manner based on construction schedule and allowing adequate time for Contractor and Architect reviews. ,-- 4. Maintain records and current status. C. Architect: 1. Specify reasonable requirements. 2. Read and understand the Contract Documents. 3. Verify that the Contractor has reviewed and stamped submittals. 4. Review submittals for conformance with design intent. 5. Review submittals in a timely manner or take other appropriate action. 6. Forward submittals to consultants. 7. Maintain a copy of reviewed submittals, and forward a copy to the Owner upon request. 8. Maintain a submittal log and track progress. D. Owner: 1. Read and understand the Contract Documents. 2. Coordinate Owner-fumished items installed by the Contractor. 3. Coordinate Contractor -furnished items installed by the Owner or under a separate contract. 4. Coordinate work to be completed under a separate contract. 5. Follow project requirements. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PREPARATION A. Verify that Product List is complete and accurate. B. Identify practical groups of submittals and prepare initial submittal schedule. 3.02 ELECTRONIC SUBMITTAL SERVICE PROCEDURES A. *fer toZction 01 3000 for additional requirements. B. ronst!ui3Cbn submittals transmitted for purposes of review and information are to be in kIectmnQPDF) format and transmitted via an Intemet-based submittal service that receives, W tagsTw ores documents, provides electronic stamping and signatures, and notifies e4dresst=s via email. �C. ;r:ani onstruction submittals to Architect using the electronic submittal service; website: _ittalexchange.com. D. ; cnhitecIE2Engineer review comments will be made available on the electronic submittal service Mbsite for downloading. Contractor will receive e-mail notice of completed review. E. Distribution of reviewed submittals to subcontractors and suppliers is the responsibility of the Contractor. F. Contractor may receive submittal information from subcontractors and suppliers via any of the following options: 1. Electronic (PDF) submittals provided to the Contractor via the electronic submittal service website. 2. Electronic (PDF) submittals provided to the Contractor via e-mail. CONSTRUCTION SUBMITTALS 013300-2 City Park Pool ADA Renovations and Improvements 13.087 3. Paper submittals provided by subcontractors and suppliers shall be forwarded to Scanning Service for electronic scanning and conversion to PDF format. 3.03 PROCESSING SUBMITTALS A. Refer to Section 013000 for additional requirements. B. Attach a copy of the Project Transmittal Form to all submittals. C. Group submittals related to building elements or systems together for transmittal in accordance with submittal schedule. D. Only specified submittals will be processed by the Architect. 3.04 SUBMITTAL PREPARATION A. To aid in tracking and filing, each submittal shall contain the following information: 1. Project name and project number 2. Date submitted 3. Description of the item submitted 4. The specification section reference number, and 5. A consecutive submittal number B. 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 accordance with the requirements of the Work and Contract Documents. The purpose of the submittal shall be one of the following: 1. For approval 2. For information only 3. Resubmittal C. When revised for resubmittal, identify all changes made since previous submittal. D. Provide space for Architect's submittal stamp. 3.05 SUBMITTAL REVIEW A. Only submittals which have been reviewed and stamped by the Contractor shall be forwarded to the Architect. When the Contractor determines that submittals do not meet contract requirements, return them to the originator for correction or modification as appropriate. B. The purpose of the Architect's review is to check submittals for conformance with the information and design concept expressed in the Contract Documents. C. Upon review by the Architect, the submittal shall be stamped with the status of the review as: 1. No Exceptions Taken 2. Reviewed as Noted o 3. Reviewed as Noted - Partial Resubmittal Required o 4. Reviewed as Noted - Complete Resubmittal Requiredmac? o —n 5. See Consultants Review �� s �.. 6. See Consultant's Review - Resubmittal Required N 7. No Action Taken fir" s rn D. Submittals which are not subject to review will not be returned. i5,:0 a Q END OF SECTION =� O° cn CONSTRUCTION SUBMITTALS 01 3300-3 City Park Pool ADA Renovations and Improvements 13.087 SECTION 01 4000 - QUALITY REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. References and standards. B. Quality assurance submittals. C. Control of installation. M D. Tolerances. _ E. Inspection services. �n Dy 1.02 RELATED REQUIREMENTS sr< 4n N r A. Section 01 3000 - Administrative Requirements: Submittal procedures. �m m B. Section 014313 -Quality Assurance Inspections and Testing. o� 0 C. Section 01 6000- Product Requirements: Requirements for material and prAct quTty. 1.03 REFERENCE STANDARDS cn A. ASTM C1021 -Standard Practice for Laboratories Engaged in Testing of Building Sealants; 2008. B. ASTM C1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation; 2013a. C. ASTM C1093 - Standard Practice for Accreditation of Testing Agencies for Masonry; 2012. D. ASTM D3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2012a. E. ASTM E329 - Standard Specification for Agencies Engaged Construction Inspection and/or Testing; 2011. F. ASTM E543 - Standard Specification for Agencies Performing Nondestructive Testing; 2009. 1.04 SUBMITTALS A. Testing Agency Qualifications: 1. Prior to start of Work, submit agency name, address, and telephone num_ per, aa4 names of full time specialist and responsible officer. B. Test Reports: After each test/inspection, promptly submit two copies of repCQ&'Arc�ttftect aoi1S to Contractor. 1. Include: a. Date issued. b. Project title and number. o c. Name of inspector. N d. Date and time of sampling or inspection. e. Identification of product and specifications section. f. Location in the Project. g. Type of test/inspection. h. Date of test/inspection. i. Results of test/inspection. j. Conformance with Contract Documents. k. When requested by Architect, provide interpretation of results. 2. Test report submittals are for Architect's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for City of Iowa City's information. C. Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Architect, in quantities specified for Product Data. QUALITY REQUIREMENTS 014000-1 City Park Pool ADA Renovations and Improvements 1911111FYi 1. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. 2. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. D. Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the City of Iowa City's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. E. '-fV{anufacturer's Field Reports: Submit reports for Architect's benefit as contract administrator or .for City of Iowa City. -1. SuEmit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. 1.05 REFERENCES AND STANDARDS A. F'qr products and workmanship specified by reference to a document or documents not included in -the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. Where referenced standards in individual specification sections are listed, the references included in those reference standards shall be incorporated into these specifications as if specifically listed. G. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Architect shall be altered from the Contract Documents by mention or inference o%i rwisad0 any reference document. 1.40FESNG INSPECTION AGENCIES UJ. C fy otp City will employ and pay for services of an independent testing agency to perform J 44inga"inspection specified in Section 014313. �8. t;�ntrshall employ and pay for services of an independent testing agency to perform other LL gecitsting. C. tlyiployrtbt of agency in no way relieves Contractor of obligation to perform Work in JWordance with requirements of Contract Documents. D. Contractor Employed Agency: 1. Testing agency: Comply with requirements of ASTM E329, ASTM E543, ASTM C1021, ASTM C1077, and ASTM C1093. 2. Inspection agency: Comply with requirements of ASTM D3740 and ASTM E329. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. QUALITY REQUIREMENTS 014000-2 City Park Pool ADA Renovations and Improvements 13.087 D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position before securing products iUlace. 3.03 TESTING AND INSPECTION O —n B. A. See individual specification sections for testing required. a=1 .e B. Testing Agency Duties: �� N 1. Test samples of mixes submitted by Contractor. m 2. Provide qualified personnel at site. Cooperate with Architect and Contratg% s performance of services. �7C CO v 3. Perform specified sampling and testing of products in accordance with specified standards. cn 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or products. C" 6. Perform additional tests and inspections required by Architect. z X 60 D 7. Submit reports of all tests/inspections specified. C3= v L C. Limits on Testing/Inspection Agency Authority: :<I-- 1 . <I- 1. Agency may not release, revoke, alter, or enlarge on requirements of ct }scurni". 2. Agency may not approve or accept any portion of the Work. ,? 4o s 3. Agency may not assume any duties of Contractor. �v 4. Agency has no authority to stop the Work. 0 D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials_ proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Architect and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with City of Iowa City's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. QUALITY REQUIREMENTS 01 4000-3 City Park Pool ADA Renovations and Improvements IBM-YA E. Re -testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect. F. Re -testing required because of non-conformance to specified requirements shall be paid for by Contractor. G. Re -testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect. Payment for re testing will be charged to the Contractor by deducting testing charges from the Contract Price. 3.04 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Architect, it is not practical to remove and replace the Work, Architect will direct an appropriate remedy or adjust payment. END OF SECTION QUALITY REQUIREMENTS 014000-4 0 LU o c74 _. .� > N �- C-7� fir, z F.— v3 m o N QUALITY REQUIREMENTS 014000-4 LU °`o z F.— v3 o N QUALITY REQUIREMENTS 014000-4 City Park Pool ADA Renovations and Improvements 13.087 SECTION 01 4313 - QUALITY ASSURANCE INSPECTIONS AND TESTING PART1 GENERAL 1.01 REGULATORY REQUIREMENTS A. Regulatory requirements applicable to this project are the following: B. 2010 ADA Standards for Accessible Design -US Dept of Justice Revised Regulations for Titles II and III of the Americans with Disabilities Act as adopted by Iowa State Building Code 661-302.1 C. 28 CFR 35 - Department of Justice accessibility regulations relating to State and local governments; current edition. D. 28 CFR 36 -Department of Justice accessibility regulations relating to public accommodations; current edition. E. 29 CFR 1910 - Occupational Safety and Health Standards; current edition; as a work place. F. State of Iowa amendments to some or all of the following. G. City of Iowa City amendments to some or all of the following. H. ICC (IFC) - ICC International Fire Code, 2009. I. ICC (IBC) - ICC International Building Code, 2009. J. IAPMO (UPC) - IAPMO Uniform Plumbing Code, 2009. K. ICC (IMC) - ICC International Mechanical Code, 2009. L. ICC (IFGC) - ICC International Fuel Gas Code, 2009. M. NFPA 70 - National Electrical Code, 2008. N. ICC (IECC) - ICC International Energy Conservation Code, 2009. O. Iowa Department of Public Health Swimming Pools and Spa Standards (641 IAC Chapter 15). 1.02 RELATED REQUIREMENTS A. Section 014000 - Quality Requirements. 1.03 CONTRACTOR RESPONSIBILITIES A. Notify Inspection Agency when work is ready for inspection. B. Ensure work to be inspected remains exposed for inspection purposes until approved. C. Provide access to and means for inspection of the work. :D 1.04 REQUIRED INSPECTIONS o A. Reference: IBC -2009; Chapter 1, Section 110. D, B. Application: Construction or work for which a permit is required. c7-<; C. Inspection Agencies: q r 1. Building Official. (1� 2. Other Authority Having Jurisdiction (AHJ). v 3. Approved Inspection Agency having satisfactory qualifications and reliaity. CW D. Required Inspections: cn 1. Footing and foundation inspection. 2. Concrete slab and under -floor inspection. 3. State Swimming Pool inspection. 4. Other inspections as may be required by the building official to ascertain compliance with the provisions of codes and other laws enforced by the department of building safety. 1.05 SPECIAL INSPECTIONS AND STRUCTURAL TESTS A. Reference: IBC -2009; Chapter 17, Section 1704. B. Application: Construction or work, the design of which involves the practice of professional engineering or architecture as defined by applicable state statutes. QUALITY ASSURANCE INSPECTIONS AND TESTING 014313-1 City Park Pool ADA Renovations and Improvements 13.087 C. Statement of Special Inspections: 1. Include with contract documents as condition for issuing permit. 2. Prepared by the registered design professional in responsible charge in accordance with IBC -2009; Chapter 17, Section 1705. 3. Content: a. Materials, systems, components and work required to have special inspection or testing. b. Type and extent of each special inspection. c. Type and extent of each test. d. Additional requirements for special inspection or testing for wind resistance as specified in Section 1705.4. e. For each type of special inspection, identify whether it will be continuous or periodic inspection. D. Special Inspectors /Approved Agencies: 1. Owner shall employ one or more approved agencies to perform inspections during construction of the types of work requiring special inspection. 2. Special Inspector shall be a qualified person who shall demonstrate competence for the inspection of the particular type of construction or operation requiring special inspection. 3. The registered design professional in responsible charge and the engineers of record involved in the design of the project are permitted to act as the approved agency. E. Reports: 1. Special Inspectors shall keep records of inspections; and furnish inspection reports to the building official and to the registered design professional in responsible charge. 2. Reports shall indicate that work inspected was (or was not) completed in conformance to requirements of approved construction documents. 3. Discrepancies shall be brought to the immediate attention of the Contractor for correction. 4. Final Report: At the agreed time, the registered design professional in responsible charge shall prepare a final report documenting required special inspections and correction of discrepancies noted in the inspections, and shall submit such report to the building official. F. Special Inspections: 1. Verification and Inspection of Concrete Construction, Section 1704.4 and Table 1704.4 a. Inspection of reinforcing steel, prestressing tendons, and placement V3, b. Inspection of bolts embedded in concrete. Q �# c. spection of anchors installed in hardened concrete. erifying use of required design mix. 1thZhen fresh concrete is sampled to fabricate specimens for strength tests, perform JWa pfelump and air content tests, and determine concrete temperature. g+_Qnspecbon spection of concrete placement for proper installation techniques. for maintenance of specified curing temperature and techniques. 4'4"!6AWspection of prestressed concrete. ^- i.-119rection of precast concrete members. " j. Verification of in-situ concrete strength prior to removal of shores and forms from - beams and structural slabs. k. Inspect for shape, location and dimensions of formwork for cast -in-place concrete work. 2. Verification and Inspection of Soils, Table 1704.7 a. Verify materials below shallow foundations are adequate to achieve the design bearing capacity. b. Verify excavations are extended to proper depth and have reached satisfactory material. c. Perform classification and testing of compacted fill materials. d. Verify use of proper materials, densities and lift thicknesses during placement and compaction of compacted fill. QUALITY ASSURANCE INSPECTIONS AND TESTING 014313-2 City Park Pool ADA Renovations and Improvements 13.087 e. Prior to placement of compacted fill, observe subgrade and verify that site has been prepared properly. PART PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION N Q VE _O �n N =CM s M � � CO C7 cn QUALITY ASSURANCE INSPECTIONS AND TESTING 01 4313-3 City Park Pool ADA Renovations and Improvements 13.087 SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary sanitary facilities. o e:. C. Temporary Controls: Barriers, enclosures, and fencing. 0 D. Security requirements. A� E. Vehicular access and parking. F. Waste removal facilities and services. r m G. Project identification sign. �7C 4p Q 1.02 TEMPORARY UTILITIES D A. Provide and pay for all electrical power, lighting, water, heating and cooling, ventilation , and telecommunications required for construction purposes. 1. Where Owner's utilities or services are interrupted by construction activities, provide all necessary temporary or replacement utilities or services to minimize disruption of Owner's operations or facilities. The term "disruption" shall include the full spectrum from nuisance outages to the inability to wholly or partially occupy facilities. 2. Contractor shall pay for all damage to Owner's facilities as result of disruption of any utility service or equipment operation due to construction activities. 3. Disruption of third party services shall be considered the same as Owner's services. 4. Approved and scheduled disruptions to Owner's operations or facilities shall be permitted with Owner's written approval. B. Existing facilities may be used. C. New permanent facilities may be used. D. Use trigger -operated nozzles for water hoses, to avoid waste of water. 1.03 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. B. Use of existing facilities is not permitted. C. Maintain daily in clean and sanitary condition. 1.04 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for trees and plants designated to remain. Replace damaged trees and plants. C. Protect non -owned vehicular traffic, stored materials, site, and structures fro%dama§Z. 1.05 FENCING A. Construction: Contractor's option. t<I LU 1.06 EXTERIOR ENCLOSURES _tc. ' !"5 . ., A. Provide temporary insulated weather fight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary -heating and maintenance of required ambient temperatures idenfified in individual specification sections, and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. TEMPORARY FACILITIES AND CONTROLS 01 5000 -1 City Park Pool ADA Renovations and Improvements 13.087 1.07 SECURITY A. Provide security and facilities to protect Work, existing facilities, and City of Iowa City's operations from unauthorized entry, vandalism, or theft. B. Coordinate with City of Iowa City's security program. C. The Contractor is responsible for the safety and security of the project site. 1.08 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of streets and sidewalks, access to emergency facilities, and access for emergency vehicles. B. Coordinate access and haul routes with governing authorities and City of Iowa City. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. E. Designated existing on-site roads may be used for construction traffic. F. Existing parking areas located at project site may be used for construction parking. Parking shall be restricted to the paved parking lot; no parking is permitted on unpaved park land. 1.09 WASTE REMOVAL A. See Section 01 7419 - Construction Waste Management and Disposal, for additional requirements. B. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. C. Provide containers with lids. Remove trash from site periodically. D. If materials to be recycled or re -used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. 1.10 PROJECT IDENTIFICATION A. Provide project identification sign of design, construction, and location approved by City of Iowa City. B. No other signs are allowed without City of Iowa City permission except those required by law. 1.11 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. E. Restore new permanent facilities used during construction to specified condition. PART 2 PPDUCTS - NOT USED PARI 3 EagCIQ!* - NOT USED W Q W C END OF SECTION J N V F�- EL. C3 o ti TEMPORARY FACILITIES AND CONTROLS 01 5000-2 City Park Pool ADA Renovations and Improvements 13.087 SECTION 01 5713 - TEMPORARY EROSION AND SEDIMENT CONTROL PART1 GENERAL 1.01 SECTION INCLUDES A. Prevention of erosion due to construction activities. B. Prevention of sedimentation of waterways, open drainage ways, and storm and sanitary sewers due to construction activities. C. Restoration of areas eroded due to insufficient preventive measures. D. Performance bond. E. Compensation of MidWestOne Bank for fines levied by authorities having jurisdiction due to non-compliance by. 1.02 RELATED REQUIREMENTS A. N Section 31 1000 - Site Clearing: Limits on clearing; disposition of vegetative G(garing Mris. B. CD Section 312200 - Grading: Temporary and permanent grade changes for erCO2501. MTJ C. Section 32 1123 - Aggregate Base Courses: Temporary and permanent road. D. Section 32 9219 -Seeding: Permanent turf for erosion control. • M E. m MC Section 32 9300 - Plants: Permanent plantings for erosion control.0 m 1.03 REFERENCE STANDARDS D A. ASTM D 4355 - Standard Test Method for Deterioration of Geotextiles by Exposure Ought, Moisture, and Heat in a Xenon Arc Type Apparatus; 2007. B. ASTM D 4491 -Standard Test Methods for Water Permeability of Geotextiles by Permittivity; 1999a (Reapproved 2004). C. ASTM D 4533 - Standard Test Method for Trapezoid Tearing Strength of Geoft iles; 2004. :v to D. ASTM D 4632 - Standard Test Method for Grab Breaking Load and Elongatidffot,Geotextiles; 1991 (Reapproved 2003). o E. ASTM D 4751 - Standard Test Method for Determining Apparent Opening Sizerof a Geotextile; 2004. F. ASTM D 4873 - Standard Guide for Identification, Storage, and Handling of Geosynthetic Rolls and Samples; 2002. G. EPA (NPDES) - National Pollutant Discharge Elimination System (NPDES), Construction General Permit; current edition. H. [DOT - Standard Specifications, Section 4130. 1.04 PERFORMANCE REQUIREMENTS A. Comply with provisions of the "Erosion Control Plan" and all other requirements of Iowa DNR for erosion and sedimentation control. B. Comply with provisions of the "Construction Site Runoff' ordinance and all other requirements of the City of Iowa City for erosion and sedimentation control. C. Do not begin clearing, grading, or other work involving disturbance of ground surface cover until applicable permits have been obtained; furnish all documentation required to obtain applicable permits. TEMPORARY EROSION AND SEDIMENT CONTROL MMS # 1235-104 01 5713-1 City Park Pool ADA Renovations and Improvements 13.087 D. Provide to the Owner a Performance Bond covering erosion and sedimentation preventive measures only, in an amount equal to 100 percent of the cost of erosion and sedimentation control work. E. Timing: Put preventive measures in place as soon as possible after disturbance of surface cover and before precipitation occurs. F. Storm Water Runoff: Control increased storm water runoff due to disturbance of surface cover due to construction activities for this project 1. Prevent runoff into storm and sanitary sewer systems, including open drainage channels, in excess of actual capacity or amount allowed by authorities having jurisdiction, whichever is less. 2. Anticipate runoff volume due to the most extreme short term and 24-hour rainfall events that might occur in 25 years. G. Erosion On Site: Minimize wind, water, and vehicular erosion of soil on project site due to construction activities for this project. ,1, Control movement of sediment and soil from temporary stockpiles of soil. f2 Prevent development of ruts due to equipment and vehicular traffic. 3. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to the Owner. H. Erosion Off Site: Prevent erosion of soil and deposition of sediment on other properties caused by water leaving the project site due to construction activities for this project. 9 7.- Prevent windblown soil from leaving the project site. Prevent tracking of mud onto public roads outside site. Prevent mud and sediment from flowing onto sidewalks and pavements. ;t' If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to the Owner. I. Sedimentation of Waterways On Site: Prevent sedimentation of waterways on the project site, 0 ingpdi ifers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewer jEo LU rQ I ¢mentation occurs, install or correct preventive measures immediately at no cost to J N tner; remove deposited sediments; comply with requirements of authorities having ` jowMtion. I.ment basins are used as temporary preventive measures, pump dry and remove dirpftited sediment after each storm. ^+ O J. *dimenfation of Waterways Off Site: Prevent sedimentation of waterways off the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers. 1. If sedimentation occurs, install or correct preventive measures immediately at no cost to the Owner; remove deposited sediments; comply with requirements of authorities having jurisdiction. K. Open Water: Prevent standing water that could become stagnant. L. Maintenance: Maintain temporary preventive measures until permanent measures have been established. 1.05 SUBMITTALS A. See Section 01 3300 - Administrative Requirements, for submittal procedures. B. Certificate: Mill certificate for silt fence fabric attesting that fabric and factory seams comply with specified requirements, signed by legally authorized official of manufacturer; indicate actual minimum average roll values; identify fabric by roll identification numbers. C. Inspection Reports: Submit report of each inspection; identify each preventive measure, indicate condition, and specify maintenance or repair required and accomplished. TEMPORARY EROSION AND SEDIMENT CONTROL MMS # 1235-104 01 5713-2 City Park Pool ADA Renovations and Improvements D. Maintenance Instructions: Provide instructions covering inspection and maintenance for temporary measures that must remain after Substantial Completion. PART2 PRODUCTS 2.01 MATERIALS A. Mulch: Use one of the following: 1. Straw or hay. 2. Erosion control matting or netting. B. Grass Seed For Temporary Cover: Select a species appropriate to climate, planting season, and intended purpose. If same area will later be planted with permanent vegetation, do not use species known to be excessively competitive or prone to volunteer in subsequent seasons. C. Filter Material Material for use in filter socks, filter berms, and other areas, as specified. 1. Use material derived from wood, bark, or other, non-toxic vegetative feedstocks. 2. Use material with no visible admixture of refuse or other physical contaminants, nor any material toxic to plant growth. 3. Use material meeting the following particle sizes: Sieve Size Percent Passingi 2" 100 0 1" 90-100 p w 3/8" 0-30 -n = ,The target flow rate of in-place material is 10 gal/min/H. The C) — f� Engineer may approve use of alternate materials meeting the target -DC7 N Ti flow rate. �M p I , i D. Filter Sock m 1. For slope and sediment control applications, use a continuous, tubul*knitted7 mesh netting with 3/8 inch openings, constructed of 5 -mil thickness, photodegradabXHDPE. 2. For inlet protection, use a continuous, tubular, knitted, mesh netting with 3l8 inch openings, constructed of 500 -denier polypropylene. —' 3. Use 1 inch by 2 inch (minimum) hardwood stakes or stakes of equivalent strengtht E. Erosion Stone: Broken stone complying with IDOT Standard Specifications, Divisiorf4�1, Section 4130.05 - Erosion Stone. _ F. Gravel: See Section 32 1123 for aggregate. mac' o v, PART 3 EXECUTION 3.01 EXAMINATION A. Examine site and identify existing features that contribute to erosion resistance, maintain such existing features to greatest extent possible. 3.02 PREPARATION A. Schedule work so that soil surfaces are left exposed for the minimum amount of time. 3.03 SCOPE OF PREVENTIVE MEASURES A. In all cases, if permanent erosion resistant measures have been installed temporary preventive TEMPORARY EROSION AND SEDIMENT CONTROL MMS # 1235-104 015713-3 City Park Pool ADA Renovations and Improvements 13.087 measures are not required. B. Linear Sediment Barriers: Made of straw wattle or compost sock. 1. Provide linear sediment barriers: a. Along downhill perimeter edge of disturbed areas, including soil stockpiles. b. Along the toe of cut slopes and fill slopes. c. Perpendicular to flow across the bottom of existing and new drainage channels and swales that traverse disturbed areas or carry runoff from disturbed areas; space as indicated on drawings. d. Across the entrances to culverts and around storm intakes that receive runoff from disturbed areas. 2. Space sediment barriers as indicated in the "Storm Water Pollution Prevention Plan" and with the following maximum slope length upslope from barrier: a. Slope of Less Than 2 Percent: 100 feet.. b. Slope Between 2 and 5 Percent: 75 feet. c. Slope Between 5 and 10 Percent: 50 feet. d. Slope Between 10 and 20 Percent: 25 feet. e. Slope Over 20 Percent 15 feet. C. Storm Drain Drop Inlet Sediment Traps: As detailed on drawings. D. Soil Stockpiles: Protect using one of the following measures: 1. Cover with polyethylene film, secured by placing soil on outer edges. 2. Cover with mulch at least 2 inches thickness of pine needles, sawdust, bark, wood chips, or shredded leaves, or 2 inches of straw or hay. :: E. Muldung; 4Jse only for areas that may be subjected to erosion for less than 6 months. F. Teal-poraty Seeding: Use where temporary vegetated cover is required. 3.04 INSTALLATION A. Straw Wattles or Compost Socks 1. _Pneumatically fill mesh filter sock of size and length indicated in the contract documents, 6r as directed by the Engineer. Alternative methods of filling the sock may be allowed 111rPon a proval of the Engineer. 2.7 Fills s with filter material. 3 P199—e filter sock along the contour as specified in the contract documents, or as W c di p by the Engineer. 4. P additional filter material or soil from the site, on the upstream side of the sock, in J N the &m between the tube and the ground. ■� 5a Cpa, uct a "J -hook" at each end of a continuous run of filter sock, by turning the end of 'i this*k uphill, as necessary to prevent runoff from flowing around the ends when water behle the sock ponds up to a level even with the top of the sock. tlti Drive stakes into the ground at a maximum spacing of 10 feet, and as required to secure the sock and prevent movement. 7. Construct according to Figure 9040.2 for perimeter control and sediment control on grade. C. Mulching Over Small and Medium Areas: 1. Dry Straw and Hay: Apply 1 to 2 inches depth. 2. Erosion Control Matting: Comply with manufacturer's instructions. D. Temporary Seeding: 1. When hydraulic seeder is used, seedbed preparation is not required. 2. When surface soil has been sealed by rainfall or consists of smooth undisturbed cut slopes, and conventional or manual seeding is to be used, prepare seedbed by scarifying sufficiently to allow seed to lodge and germinate. 3. If temporary mulching was used on planting area but not removed, apply nitrogen fertilizer at 1 pound per 1000 sq ft. TEMPORARY EROSION AND SEDIMENT CONTROL MMS # 1235-104 015713-4 City Park Pool ADA Renovations and Improvements 13.087 4. On soils of very low fertility, apply 10-10-10 fertilizer at rate of 12 to 16 pounds per 1000 sq ft. 5. Incorporate fertilizer into soil before seeding. 6. Apply seed uniformly; if using drill or cultipacker seeders place seed 1/2 to 1 inch deep deep. 7. Irrigate as required to thoroughly wet soil to depth that will ensure germination, without causing runoff or erosion. B. Repeat irrigation as required until grass is established. 3.05 MAINTENANCE A. Inspect preventive measures weekly, within 24 hours after the end of any storm that produces 0.5 inches or more rainfall at the project site, and daily during prolonged rainfall. B. Repair deficiencies immediately. C. Straw Wattles or Compost Socks 1. Repair or replace non-functioning filter socks that allow water to flow under the sock, are tom, or are otherwise damaged, due to inadequate installation. 2. Remove filter material from damaged socks that are located along streambanks, around intakes, in ditches, or in other locations where the material may be carried to surface waters. D. Clean out temporary sediment control structures weekly and relocate soil on site. E. Place sediment in appropriate locations on site; do not remove from site. 3.06 CLEAN UP A. Remove temporary measures after permanent measures have been installed, unless permitted to remain by the Engineer. B. Clean out temporary sediment control structures that are to remain as permanent measures. C. Where removal of temporary measures would leave exposed soil, shape surface to an acceptable grade and finish to match adjacent ground surfaces. END OF SECTION TEMPORARY EROSION AND SEDIMENT CONTROL MMS # 1235-104 015713-5 N O " Z ■ "-< - r rn a M C:)� = m D o+ TEMPORARY EROSION AND SEDIMENT CONTROL MMS # 1235-104 015713-5 City Park Pool ADA Renovations and Improvements SECTION 016000 - PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. General product requirements B. Re -use of existing products. C� C. Transportation, handling, storage and protection. a� n� D. Product option requirements. �n E. Substitution limitations and procedures. ;Cm F. Procedures for City of Iowa City -supplied products. G. Maintenance materials, including extra materials, spare parts, tools, and sofdW►are. 1.02 RELATED REQUIREMENTS 13.087 N O C. o C N � M Goo m A. Section - Instructions to Bidders: product options and substitution procedures prior to bid date. B. Section 014000 - Quality Requirements: Product quality monitoring. 1.03 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation, shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility, except that products consisting of recycled -content materials are allowed, unless explicitly stated otherwise. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Products: Items that are demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified 1p�c;duct. B. Manufacturer's Warranty: Preprinted written warranty published by individual manufturer fora particular product and specifically endorsed by manufacturer to Owner. C. Special Warranty: Written warranty required by or incorporated into the Contract Document either to extend time limit provided by manufacturer's warranty or to provide rribrerrigNM for °y Owner. D. Hazardous Substances Prohibited by Law: Including, but not limited to, any prod ct, ijiteria02 element, constituent, chemical, substance, compound, or mixture, which is defined in, jOcluded under, or regulated by any environmental laws.; E. Environmental Laws: Applicable local, state, and federal laws, rules, ordinances, codes, regulations, and requirements in effect at the time Contractor's services are rendered. F. Substitutions: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by Contractor after award of Contract are considered requests for "substitutions." The following are not considered substitutions: 1. Revisions to Contract Documents requested by Owner or Architect. 2. Specified options of products and construction methods included in Contract Documents. 3. Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.04 SUBMITTALS A. Proposed Products List: Submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. PRODUCT REQUIREMENTS 01 6000-1 City Park Pool ADA Renovations and Improvements 13.087 1. Submit within 15 days after date of Notice to Proceed. 2. For products specified only by reference standards, list applicable reference standards. B. Product Data Submittals: Submit manufacturers standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' ;_andard4ata to provide information specific to this Project. C. $hop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for "ctional equipment and appliances. • D. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturers standard colors, textures, and patterns. 1.05 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products or materials for use on Project, product or material selected shall be compatible with products or materials previously selected, even if previously selected products or materials were also options. B. When Contract Documents require that installation of work shall comply with manufacturers printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to the Architect. 1. Maintain one set of complete instructions at the job site during installation and until completion. C. Compliance: Contractor shall take whatever measures deemed necessary to ensure that all employees, suppliers, vendors, fabricators, subcontractors, or their assigns, to comply with hazardous substance requirements. 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturers written instructions. In Schedule delivery to minimize long-term storage at Project site and to prevent 03 overc owding of construction spaces. Q 2B qpVinate delivery with installation time to ensure minimum holding time for items that are W = able, hazardous, easily damaged, or sensitive to deterioration, theft, and other es. Qg r products and materials to Project site in an undamaged condition in manufacturer's J — o4aal sealed container or other packaging system, complete with labels and instructions c fondling, storing, unpacking, protecting, and installing. t products on delivery to ensure compliance with the Contract Documents and to e re that products are undamaged and properly protected. 59. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store products in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturers written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 9. Protect stored products from damage. 1.07 PRODUCT AND MATERIAL WARRANTIES A. General: Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturers disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. PRODUCT REQUIREMENTS 016000-2 City Park Pool ADA Renovations and Improvements 13.087 B. General Warranty: Special warranties specified in each Section shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. C. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Refer to Divisions 02 through 49 Sections for specific content requirements and particular requirements for submitting special warranties. D. Submittal Time: Comply with requirements in Division 01 Section "Closeout Procedult." PART2 PRODUCTS G n z 2.01 PRODUCT SELECTIONS D� A. General Product Requirements: Provide products that comply with the ContrbAj-DocFeentsr that are undamaged, and unless otherwise indicated, that are new at time of 4Ylation. m 1. Provide products complete with accessories, trim, finish, fasteners, and%t% itgJs needed for a complete installation and indicated use and effect. G;K Q 2. If available, and unless custom products or nonstandard options are splified, plbmvide standard products of types that have been produced and used successfully in slpylar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Where products are accompanied by the term "match sample," sample to be matched is Architect's. 6. Products and materials brought onto the Project Site, and products and materials incorporated into the Work, shall comply with environmental laws. B. Descriptive Specification Requirements: Where Specifications describe a product, or assembly, listing exact characteristics required, without use of a brand or trade name, provide a product, material or assembly that provides the characteristics and otherwise complies with Contract requirements. C. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements, and are recommended by the manufacturer for the application indicated. General overall performanu of a product is implied where the product or material is specified for a specific apocation. t 1. Manufacturer's recommendations may be contained in published producC�jRetuV,or b}" the manufacturer's certification of performance. CG R D. Compliance with Standards, Codes, and Regulations: Where Specifications oafyyWquMF compliance with imposed code, standard, or regulation, select product that complies wif standards, codes, or regulations specified. E. Visual Matching Specification: Where Specifications require matching an established sample, select a product (and manufacturer) that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches satisfactorily. 1. If no product available within specified category matches satisfactorily and complies with other specified requirements, comply with provisions of the Contract Documents on "substitutions" for selection of a matching product. F. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, textures" or a similar phrase, select a product (and manufacturer) that complies with other specified requirements. 1. Standard Range: Where Specifications include the phrase "standard range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, or texture from manufacturer's product line that does not include premium items. PRODUCT REQUIREMENTS 016000-3 City Park Pool ADA Renovations and Improvements 13.087 2. Custom Range: Where Specifications include the phrase "custom range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, or texture from manufacturer's product line that includes both standard and premium items. 3. Special Custom Range: Where Specifications include the phrase "special custom range of colors patterns, textures" or similar phrase, Architect will select a new color, pattern, or texture different from those normally produced by the manufacturer. 2.02 PRODUCT OPTIONS A. Basis of Design (Product Standard) Specification: Where a specific manufacturer's product is named and accompanied by the words "Basis of Design," including make or model number or other designation, it is intended to establish the significant qualities related to type, function, ;dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. r B. other named manufacturers listed as "Acceptable Manufacturers" have been listed because they have implied compliance with requirements of the "Basis of Design Manufacturer." Listed 7tcceptable Manufacturers" are not considered "Substitutions," and therefore, are not required ' to be submitted as such. However, costs, including professional service fees for changes or rrmodifications to adjacent, contiguous, surrounding, supporting, or otherwise related areas, q''° portions or parts of Project which are required to accommodate products and materials of "Acceptable Manufacturers" for complete, proper and functional installation, in lieu of specified "Basis of design Manufacturer" shall be borne or paid by Contractor. C. For products specified by naming several "Acceptable Manufacturers," select one of the products or manufacturers named, which comply with the Contract Documents. Requests for manufacturer's products not listed must be submitted as "Substitutions." D. For products specified by naming only one product or manufacturer, Contractor must submit request as for substitutions for product or manufacturer not specifically named. E. For products specified by naming only one product and manufacturer and indicated as "No Substitutions," there is no option. F. For products specified only by reference standard, select product meeting that standard. 2.03 EXISTING PRODUCTS A. R not use materials and equipment removed from existing premises unless specifically tquired or permitted by the Contract Documents. OB. CCd5aterials and equipment indicated to be removed, but not to be re -used, relocated, M,in ptl, delivered to the City of Iowa City, or otherwise indicated as to remain the property of UJ 'iie L�of Iowa City, become the property of the Contractor; remove from site. J C. NeAAXroducts: Reused products include materials and equipment previously used in this or _Zptht*struction, salvaged and refurbished as specified. NIR Pd1CTS A. arovidRew products unless specifically required or permitted by the Contract Documents. B. Do not use products having any of the following characteristics: 1. Made using or containing CFC's or HCFC's. 2. Made of wood from newly cut old growth timber. C. Where all other criteria are met, Contractor shall give preference to products that: 1. Are extracted, harvested, and/or manufactured closer to the location of the project. 2. Have longer documented life span under normal use. 3. Result in less construction waste. d. Are made of vegetable materials that are rapidly renewable. 2.05 SUBSTITUTIONS A. Bids shall be based upon providing specified materials, products, Acceptable Manufacturers, organizations, and applications; as identified in these Specifications or indicated on Drawings. PRODUCT REQUIREMENTS 016000-4 City Park Pool ADA Renovations and Improvements 13.087 B. 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. C. Contractor's submittal and Architect's acceptance of Shop Drawings, Product Data, or Samples for construction activities not complying with Contract Documents does not constitute acceptable or valid request for substitution, nor does it constitute approval. D. Contractor's substitution request will be received and considered by Architect when one or more of following conditions are satisfied, as determined by Architect; otherwise requests will be returned without action except to record noncompliance with these requirements. 1. Extensive revisions to Contract Documents are not required. 2. Proposed changes are in keeping with general intent of Contract Documents. 3. Request is timely, fully documented, and property submitted. 4. Specified product or method of construction cannot be provided within Contract Time. Request will not be considered if product or method cannot be provided as result of failure to pursue Work promptly or coordinate activities properly. 5. Specified product or method of construction cannot receive necessary approval by governing authority, and requested substitution can be approved. 6. Substantial advantage is offered to Owner, in terms of cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Additional responsibilities for Owner may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 7. Specified product or method of construction cannot be provided in manner that is compatible with other materials, and where Contractor certifies that substitution will overcome incompatibility. 8. Specified product or method of construction cannot be coordinated with other materials, and where Contractor certifies that proposed substitution can be coordinated. 9. Specified product or method of construction cannot provide warranty required by Contract Documents and where Contractor certifies that proposed substitution provide required warranty. c: E. Due to limited time available during bidding period, request for substitutions will not be evaluated by Architect until after "Notice to Proceed." For period of sixty (60) consecutive calendar days after "Notice to Proceed," substitutions will be considered by Architect. Requests for substitution after that time will be considered or rejected at the discretion of the Architect. F. Burden of proof of equality rests solely with Contractor. G. Submit separate request for each Product Substitution supported with complete data, technical literature, drawings, and samples as appropriate, including: 1. Comparison of qualities of proposed substitution with that specified. (Submit data for both products). 2. Changes required in other elements of work because of substitution. 3. Effect on construction schedule. C 4. Cost data comparing proposed substitution with Product specified. nr4 < � 5. Required license fees or royalties. cf-C 6. Availability of maintenance service and source of replacement material9-4n N 7. List of appropriate installations. =gym= M H. By making request for substitution, Contractor: G= Q 1. Represents and warrants that Contractor has personally investigated poosed Substitution product and determined that it is equal to or superior in all respects to that procip specified; 2. Represents and warrants that Contractor will provide same warranties or bonds for substitution that Contractor would for that product specified. PRODUCT REQUIREMENTS 01 6000-5 City Park Pool ADA Renovations and Improvements 13.087 3. Certifies that cost data presented is complete and includes all related costs under this Contract except for Architect's redesign cost, and waives all claims for additional costs and time extension related to substitution which may subsequently become apparent; and 4. Will coordinate installation of accepted substitute, making such other changes as may be required to make Work complete in all respects. I. Architect will review requests for substitutions with reasonable promptness, and notify Contractor, in writing, of decision to accept or reject requested substitution. J. Owner and Architect reserve right to accept or reject proposed substitutions. Each request shall state amount of savings to Owner, if substitution is accepted. Acceptance of proposed substitution does not constitute approval or inclusion in Architect's and Consultant's Documents. Pay applications certification, change orders, and certificate of substantial completion will contain such qualification. K. Cost of testing required for analysis of proposed substitution shall be paid for by Contractor at testing agency selected and approved by Architect. L. Should substitution be accepted, Contractor shall be responsible to make necessary adjustments in Work which may be affected as result of substitution at no additional cost. M. Contractor warrants that substituted material or system will perform same as original specified material or system would have performed. Should accepted substitution fail to perform as required, Contractor shall replace substitute material or system with that specified and bear costs incurred thereby. 2.06 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 OWNER -SUPPLIED PRODUCTS A. C& of Iowa City's Responsibilities: 1 p7 Arrawe for and deliver City of Iowa City reviewed shop drawings, product data, and ® do ss, to Contractor. 2a= Flame and pay for product delivery to site. W 3Q 6452livery, inspect products jointly with Contractor. J 4%1 it claims for transportation damage and replace damaged, defective, or deficient � �rn9. �' Zge for manufacturers' warranties, inspections, and service. B. �ontraoWs Responsibilities: Re iv ew City of Iowa City reviewed shop drawings, product data, and samples. 2. Receive and unload products at site; inspect for completeness or damage jointly with City of Iowa City. 3. Hanle, store, install and finish products. 4. Repair or replace items damaged after receipt. 3.02 TRANSPORTATION AND HANDLING A Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage "a and potential damage to stored materials. B Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. PRODUCT REQUIREMENTS 016000-6 City Park Pool ADA Renovations and Improvements 13.087 E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.03 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. 'Q G. Store loose granular materials on solid flat surfaces in a well -drained area.vent ring vAL foreign matter. �� CD H. Prevent contact with material that may cause corrosion, discoloration, or staiosrgC ro I. Provide equipment and personnel to store products by methods to prevent sOf R disfigurement, or damage. _m = M 0 J. Arrange storage of products to permit access for inspection. Periodically insp vloy products are undamaged and are maintained in acceptable condition. y 3.04 GENERAL INSTALLATION PROVISIONS n A. Comply with manufacturer's installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. B. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement. C. Provide uniform joint widths in exposed Work. Arrange joints in exposed Work to obtain the best visual effect. Refer questionable choices to the Architect for final decision. D. Recheck measurements and dimensions, before starting each installation. E. Install each component during weather conditions and Project status that will ensure the best possible results. Isolate each part of the completed construction from incompatible product or material as necessary to prevent deterioration. F. Where mounting heights are not indicated, install individual components at standarc(.{rounting heights recognized within the industry for the particular application indicated. Refer rn questionable mounting height decisions to the Architect for final decision. , G. Handle, install, connect, clean, condition, and adjust products and materials id co=nce yvith manufacturer's instructions and inconformity with specified requirements. --%_ 1. Should job conditions or specified requirements conflict with manufactuumbes^instmctiori% _ consult with manufacturer for further instructions. C-) — —W 2. Do not proceed with work without clear instructions. 4v o JJ H. Perform work in accordance with manufacturer's instructions. Do not omit arfyprepaatory step or installation procedure unless specifically modified or exempted by Contract Docun*4ts. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. PRODUCT REQUIREMENTS 01 6000-7 City Park Pool ADA Renovations and Improvements 3.05 RESTRICTION OF HAZARDOUS SUBSTANCES A. A M r �? C. ®0 bid r. LL 13.087 Contractor agrees that it shall not knowingly after reasonable diligence and effort, incorporate into the Work any hazardous substance other than as may be lawfully contained within products, except in accordance with applicable environmental laws. Further, in performing any of its obligations hereunder, Contractor shall not cause any release of hazardous substances into, or contamination of, the environment, including soil, the atmosphere, any watercourse or ground water, except in accordance with applicable environmental laws. In the event that Contractor engages in any of the activities prohibited in this paragraph, to the fullest extent permitted by law, Contractor hereby indemnifies and holds harmless Owner and its partners, members, officers, directors, agents, employees and consultants from and against any and all claims, damages, losses, causes of action, suits and liabilities of every kind, including, but not limited to, expenses of litigation, court costs, punitive damages, and attorney's fees arising out of, incidental to or resulting from the activities prohibited. In the event Contractor observes on the Project Site any substance which Contractor reasonably believes to be a hazardous substance, and which is being introduced into the Work or exists on the Project Site in a manner violate of any applicable environmental laws, Contractor shall immediately notify Owner and report the condition to Owner in writing. The Work in the affected area shall not thereafter be resumed except by written authorization of Owner if in fact a hazardous substance has been encountered and has not been rendered harmless. In the event that Contractor fails to give Owner proper notification hereunder, upon knowingly observing a hazardous substance at the Project Site, to the fullest extent permitted by the law, Contractor hereby indemnifies and holds harmless Owner, and all of its partners, members, officers, directors, agents, employees and consultants from and against all claims, damages, losses, causes of action, suits and liabilities of every kind, including, but not limited to, expenses bf litigation, court costs, punitive damages, and attorneys' fees arising out of, incidental to, or resulting from Contractor's failure to stop the Work. If Owner believes that hazardous substances may have been located, generated, manufactured, used, or disposed of on or about the Project Site by Contractor or any of its employees, agents, subcontractors, suppliers, or invitees, Owner may have environmental studies of the Project Site conducted as it deems appropriate, and Contractor shall be responsible for the cost of such studies to the extent that Contractor or any of its employees, agents, subcontractors, suppliers or invitees are responsible for the presence of any hazardous substances. U-) M co S Q LTJ END OF SECTION PRODUCT REQUIREMENTS 01 6000-8 City Park Pool ADA Renovations and Improvements SECTION 017300 - EXECUTION REQUIREMENTS 13.087 PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition, except removal, disposal, and/or remediation of hazardous materials and toxic substances. C. Pre -installation meetings. D. Cutting and patching. E. Laying out the work. _ C� Z F. Cleaning and protection. G. Starting of systems and equipment. H. Demonstration and instruction of City of Iowa City personnel. :<m s (n 1.02 RELATED SECTIONSCO 0 A. Section 01 1000 - Summary: Limitations on working in existing building; con*Wed ogypancy; work sequence; identification of salvaged and relocated equipment and materials. o% B. Section 01 3000 - Administrative Requirements: Submittals procedures. C. Section 01 5000 - [Temporary Facilities and Controls]: Temporary exterior enclosures. D. Section 01 7419 - Construction Waste Management and Disposal: Additional procedures for trash/waste removal, recycling, salvage, and reuse. E. Section 01 7700 - Closeout Procedures: Closeout procedures related to achieving Substantial Completion and Final Completion of the Work. F. Section 01 7823 - Operation and Maintenance Data: Preparing operation and maintenance manuals and obtaining warranties and bonds. G. Individual Product Specification Sections: 1. Advance notification to other sections of openings required in work of those Wtions. 1.03 SUBMITTALS r. co ; A. See Section 01 3000 - Administrative Requirements, for general submittalfpr"cites. B. Cutting and Patching: Submit written request in advance of cutting or altetgrl WW affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. . 4. Visual qualities of sight exposed elements. c? R C. Project Record Documents: Accurately record actual locations of capped and activntilities. 1.04 QUALIFICATIONS A. For survey work, employ a land surveyor registered in Iowa and acceptable to Architect. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. B. For field engineering, employ a professional engineer of the discipline required for specific service on Project, licensed in Iowa. 1.05 PROJECT CONDITIONS A. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. EXECUTION REQUIREMENTS 01 7300-1 City Park Pool ADA Renovations and Improvements 13.087 D. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere. E. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. 1. Minimize amount of bare soil exposed at one time. 2. Provide temporary measures such as berms, dikes, and drains, to prevent water flow. 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. . F. Noise Control: Comply with City regulations G. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. MH. -Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, Water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by ` &onstruction operations. 1.06 COORDINATION A. See Section 01 1000 - Summary, for occupancy -related requirements. B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. C. Notify affected utility companies and comply with their requirements. D. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. E. Coordinate space requirements, supports, and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conWit, as closely as practicable; place runs parallel with lines of building. Utilize spaces effidWtly to_lpaximize accessibility for other installations, for maintenance, and for repairs. ® In 4%hab k4as except as otherwise indicated, conceal pipes, ducts, and wiring within the UJ co*ruc,JAe Coordinate locations of fixtures and outlets with finish elements. J CWdingbmpletion and clean-up of work of separate sections. fi,ia. AffST C LpZowa City occupancy of premises, coordinate access to site for correction of LL dActiltWk and work not in accordance with Contract Documents, to minimize disruption of Cj�ffof (eWity's activities. PART 2 P"DUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 6000 - Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. EXECUTION REQUIREMENTS 01 7300-2 City Park Pool ADA Renovations and Improvements 13.087 C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Architect four days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, City of Iowa City, participants, and those affected by decisions mv. 3.04 LAYING OUT THE WORK CD �+ ri A. Verify locations of survey control points prior to starting work. A B. Promptly notify Architect of any discrepancies discovered. C. Contractor shall locate and protect reference points. D. Control datum for survey is that indicated on Drawings. E. Protect and preserve permanent reference points during construction. °? a. F. Promptly report to Architect the loss or destruction of any reference point or rblocatioajequired because of changes in grades or other reasons. G. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect. H. Utilize recognized engineering survey practices. I. Establish a minimum of two permanent bench marks on site, referenced to established control points. Record locations, with horizontal and vertical data, on project record documents. J. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading and fill placement; utility locations, slopes, and invert elevations. 2. Grid or axis for structures. 3. Building foundation and ground floor elevations. K. Periodically verify layouts by same means. L. Maintain a complete and accurate log of control and survey work as it progresses. EXECUTION REQUIREMENTS 017300-3 City Park Pool ADA Renovations and Improvements 3.05 GENERAL INSTALLATION REQUIREMENTS 13.087 A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.06 ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of alterations work constitutes acceptance of existing conditions. B. Maintain weatherproof exterior building enclosure except for interruptions required for replacement or modifications; take care to prevent water and humidity damage. 1. Where openings in exterior enclosure exist, provide construction to make exterior enclosure weatherproof. 2. Insulate existing ducts or pipes that are exposed to outdoor ambient temperatures by alterations work. C. Remove existing work as indicated and as required to accomplish new work. 1. Where new surface finishes are not specified or indicated, patch holes and damaged surfaces to match adjacent finished surfaces as closely as possible. D. Services (Including but not limited to Plumbing and Electrical): extend existing systems to accommodate new construction. 1. Maintain existing active systems that are to remain in operation; maintain access to Lf) equipment and operational components; if necessary, modify installation to allow access or C13 pwvlade access panel. PO 49&b existing systems or equipment are not active and Contract Documents require �y b ation, put back into operational condition; repair supply, distribution, and equipment cored. ve abandoned pipe, ducts, conduits, and equipment ;remove back to source of where possible, otherwise cap stub and tag with identification; patch holes left by LL val using materials specified for new construction. E. :$otect fisting work to remain. Prevent movement of structure; provide shoring and bracing if necessary. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. F. Adapt existing work to fit new work: 1. When existing finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Architect. G. Remove demolition debris and abandoned items from alterations areas and dispose of off-site; do not bum or bury. H. Comply with all other applicable requirements of this section. 3.07 CUTTING AND PATCHING A. Execute cutting and patching including excavation and fill to complete the work, to uncover work in order to install improperly sequenced work, to remove and replace defective or non -conforming work, to remove samples of installed work for testing when requested, to EXECUTION REQUIREMENTS 017300-4 City Park Pool ADA Renovations and Improvements 13.087 provide openings in the work for penetration of mechanical and electrical work, to execute patching to complement adjacent work, and to fit products together to integrate with other work. B. Execute work by methods to avoid damage to other work, and which will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. C. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. D. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. E. Restore work with new products in accordance with requirements of Contract Documents. F. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. G. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. H. Make neat transitions. Patch work to match adjacent work in texture and appearance. Where new work abuts or aligns with existing, perform a smooth and even transition. I. Patch or replace surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. Repair substrate prior to patching finish. Finish patches to produce uniform finish and texture over entire area. When finish cannot be matched, refinish entire surface to nearest intersections. 3.08 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not bum or bury. H 0 3.09 PROTECTION OF INSTALLED WORK o wa A. Protect installed work from damage by construction operations. Dy B. Provide special protection where specified in individual specification sections.-;, _ �� C. Provide temporary and removable protection for installed products. Control a4lpin immediate work area to prevent damage. o rn = m D. Provide protective coverings at walls, projections, jambs, sills, and soffits of gsm E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. �a F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity isl ' necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.10 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect and owner seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions which may cause damage. EXECUTION REQUIREMENTS 01 7300-5 City Park Pool ADA Renovations and Improvements 13.087 D. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of applicable Contractor personnel and manufacturer's representative in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.11 DEMONSTRATION AND INSTRUCTION A. Demonstrate operation and maintenance of products, equipment and systems to City of Iowa City's personnel two weeks prior to date of Substantial Completion. B. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of designated items of equipment at scheduled time, at equipment location. C. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Provide a qualified manufacturer's representative who is knowledgeable about the Project to perform demonstration and instruction of owner personnel. E. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with City of Iowa City's personnel in detail to explain all aspects of operation and maintenance. F. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. 3.12 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. B. Testing, adjusting, and balancing HVAC systems: See Section 23 0593. 3.13 FINAL CLEANING A. ZExw�ute final cleaning prior to final project assessment. Z71. Clean eas to be occupied by City of Iowa City prior to final completion before City of Iowa Q mci( upancy. U*cIEO 1R materials that are nonhazardous. is n Dr and exterior glass, surfaces exposed to view; remove temporary labels, stains ai+c7 for substances, polish transparent and glossy surfaces, vacuum carpeted and soft "L �Faceca D. *an ment and fixtures to a sanitary condition with cleaning materials appropriate to the Wace material being cleaned. E. Clean filters of operating equipment. F. Clean debris from roofs, gutters, downspouts, and drainage systems. G. Clean site; sweep paved areas, rake clean landscaped surfaces. H. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.14 CLOSEOUT PROCEDURES A. Refer to Section 01 7700. B. Make submittals that are required by governing or other authorities. C. Notify Architect when work is considered ready for Substantial Completion. EXECUTION REQUIREMENTS .017300-6 City Park Pool ADA Renovations and Improvements 13.087 D. City of Iowa City will occupy all of the building and facility as specified in Section 01 1000 - Summary. END OF SECTION EXECUTION REQUIREMENTS 01 7300-7 N CD gn _O ` n� C 1n N OD D N EXECUTION REQUIREMENTS 01 7300-7 City Park Pool ADA Renovations and Improvements 13.087 SECTION 01 7419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART1 GENERAL 1.01 WASTE MANAGEMENT REQUIREMENTS A. City of Iowa City requires that this project generate the least amount of trash and waste possible. B. Employ processes that ensure the generation of as little waste as possible due to error, poor planning, breakage, mishandling, contamination, or other factors. C. Minimize trash/waste disposal in landfills; reuse, salvage, or recycle as much waste as economically feasible. D. Required Recycling, Salvage, and Reuse: The following may not be disposed of in landfills or by incineration: 1. Aluminum and plastic beverage containers. 2. Corrugated cardboard. 3. Wood pallets. 4. Clean dimensional wood: May be used as blocking or furring. 5. Land clearing debris, including brush, branches, logs, and stumps. 6. Concrete: May be crushed and used as riprap, aggregate, sub -base material, or fill. 7. Metals, including packaging banding, metal studs, sheet metal, structural steel, piping, reinforcing bars, door frames, and other items made of steel, iron, galvanized steel, stainless steel, aluminum, copper, zinc, lead, brass, and bronze. N E. Contractor shall develop and follow a Waste Management Plan designed to i=lemertEhese requirements. CD gn x F. Methods of trash/waste disposal that are not acceptable are: n� 1. Burning on the project site. n-< 2. Burying on the project site. -1c7 N r 3. Dumping or burying on other property, public or private. eM �a M 4. Other illegal dumping or burying. o� 00 G. Regulatory Requirements: Contractor is responsible for knowing and compltog with regulatory requirements, including but not limited to Federal, state and local requirements, pert�wng to legal disposal of all construction and demolition waste materials. 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Additional requirements for groject meetings, reports, submittal procedures, and project documentation. B. Section 016000 - Product Requirements: Waste prevention requirements recd ed to delivery, storage, and handling. -C'.' o �`; 1.03 DEFINITIONS A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk, or the liltm B. Construction and Demolition Waste: Solid wastes typically including building materials, packaging, trash, debris, and rubble resulting from construction, remodeling, repair and demolition operations. C. Hazardous: Exhibiting the characteristics of hazardous substances, i.e., ignitibility, corrosivity, toxicity or reactivity. D. Nonhazardous: Exhibiting none of the characteristics of hazardous substances, i.e., ignitibility, corrosivity, toxicity, or reactivity. E. Nontoxic: Neither immediately poisonous to humans nor poisonous after a long period of exposure. F. Recyclable: The ability of a product or material to be recovered at the end of its life cycle and remanufactured into a new product for reuse by others. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 7419-1 City Park Pool ADA Renovations and Improvements 13.087 G. Recycle: To remove a waste material from the project site to another site for remanufacture into a new product for reuse by others. H. Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for the purpose of using the altered form. Recycling does not include burning, incinerating, or thermally destroying waste. I. Return: To give back reusable items or unused products to vendors for credit. J. Reuse: To reuse a construction waste material in some manner on the project site. K. Salvage: To remove a waste material from the project site to another site for resale or reuse by others. L. Sediment: Soil and other debris that has been eroded and transported by storm or well production run-off water. M. Source Separation: The act of keeping different types of waste materials separate beginning from the first time they become waste. N. Toxic: Poisonous to humans either immediately or after a long period of exposure. O. Trash: Any product or material unable to be reused, returned, recycled, or salvaged. P. Waste: Extra material or material that has reached the end of its useful life in its intended use. Waste includes salvageable, returnable, recyclable, and reusable material. 1.04 SUBMITTALS A. r5pe Section 01 3000 - Administrative Requirements, for submittal procedures. B. Submit Waste Management Plan within 10 calendar days after receipt of Notice to Proceed, or prior to any trash or waste removal, whichever occurs sooner; submit projection of all trash and Waste that will require disposal and alternatives to landfilling. -C. Waste Management Plan: Include the following information: 1. Analysis of the trash and waste projected to be generated during the entire project construction cycle, including types and quantities. 2. Landfill Options: The name, address, and telephone number of the landfill(s) where trash/waste will be disposed of, the applicable landfill tipping fee(s), and the projected cost cn of disposing of all project trash/waste in the landfill(s). S? Lagell Alternatives: List all waste materials that will be diverted from landfills by reuse, �1 60 jellil , or recycling. �"•� — �W-21' ist each material proposed to be salvaged, reused, or recycled. NU $ ZWrials Handling Procedures: Describe the means by which materials to be diverted cv 4ktM landfills will be protected from contamination and prepared for acceptance by .� nated facilities; include separation procedures for recyclables, storage, and o aging. -MrIgsportation: Identify the destination and means of transportation of materials to be o ret'.9cled; i.e. whether materials will be site -separated and self -hauled to designated centers, or whether mixed materials will be collected by a waste hauler. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 WASTE MANAGEMENT PROCEDURES A. See Section 01 3000 for additional requirements for project meetings, reports, submittal procedures, and project documentation. B. See Section 016000 for waste prevention requirements related to delivery, storage, and handling. C. See Section 01 7300 for trash/waste prevention procedures related to demolition, cutting and patching, installation, protection, and cleaning. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-2 City Park Pool ADA Renovations and Improvements 3.02 WASTE MANAGEMENT PLAN IMPLEMENTATION 13.087 A. Manager: Designate an on-site person or persons responsible for instructing workers and overseeing and documenting results of the Waste Management Plan. B. Communication: Distribute copies of the Waste Management Plan to job site foreman, each subcontractor, City of Iowa City, and Architect. C. Instruction: Provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse, and return methods to be used by all parties at the appropriate stages of the project. D. Meetings: Discuss trash/waste management goals and issues at project meetings. 1. Pre-bid meeting. 2. Pre -construction meeting. 3. Regular job -site meetings. E. Facilities: Provide specific facilities for separation and storage of materials for recycling, salvage, reuse, return, and trash disposal, for use by all contractors and installers. 1. As a minimum, provide: rn a. Separate area for storage of materials to be reused on-site, such as wood cut-offs for 0 00 blocking. b. Separate dumpsters for each category of recyclable. c. Recycling bins at worker lunch area. 2. Provide containers as required. 3. Provide temporary enclosures around piles of separated materials to be recycled or salvaged. 4. Locate enclosures out of the way of construction traffic. 5. Provide adequate space for pick-up and delivery and convenience to subcontractors. 6. If an enclosed area is not provided, clearly lay out and label a specific area on-site. 7. Keep recycling and trash/waste bin areas neat and clean and clearly marked in order to avoid contamination of materials. F. Hazardous Wastes: Separate, store, and dispose of hazardous wastes according to applicable regulations. G. Recycling: Separate, store, protect, and handle at the site identified recyclable waste products in order to prevent contamination of materials and to maximize recyclability of identified materials. Arrange for timely pickups from the site or deliveries to recycling facility in order to prevent contamination of recyclable materials. H. Reuse of Materials On -Site: Set aside, sort, and protect separated products in preparation for reuse. I. Salvage: Set aside, sort, and protect products to be salvaged for reuse off-site. END OF SECTION N O C) W �n N :<r m rn o� 0 00 N W CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-3 City Park Pool ADA Renovations and Improvements 13.087 SECTION 01 7700 - CLOSEOUT PROCEDURES PART1 GENERAL 1.01 SECTION INCLUDES A. Contract closeout procedures related to: 1. Substantial Completion of the Work and 2. Final inspection and Owner's acceptance of the Work. B. Closeout submittals including: c 1. Substantial Completion documents. 2. Final Completion documents: :NEn o a. Final Application for Payment with supporting documents. a.-.; b. Project Record Documents. c7 -G — r c. Warranties and Bonds. =1c7 ro 1.02 RELATED SECTIONS � _ M A. Document General Conditions: Performance and Payment Bonds, warrantyi—exconsctionv work. D ro B. Section 01 7823 - Operation and Maintenance Data: Preparation of Operation and r Maintenance Manuals. C. Individual product sections: Specific requirements for operation and maintenance data. D. Individual product sections: Warranties required for specific products or Work. 1.03 DEFINITIONS A. Substantial Completion: The stage in the progress of the Work when the Work is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. 1.04 SUBMITTALS A. Contractor's Request for Substantial Completion Inspection: Submit three copigs of Eoquired- forms and related documentation certifying that status of Work is consistent Nu Vsubstantiah Completion". B. Operation and Maintenance Manuals: Provide three sets of revised documerfinobform'for. use by Owner's personnel. Refer to Section 01 7823 for additional requirem"s. C. Material and Product Warranties: Submit fully executed manufacturers' warranties within ten .� days following Date of Substantial Completion except as follows: 1. For equipment and component parts of equipment put into service during construction with OWNER"S permission, submit documents within ten days after acceptance; list date of acceptance as the beginning of the warranty period . 2. For items of Work for which acceptance is delayed beyond date of Substantial Completion, submit within ten days after acceptance; list date of acceptance as the beginning of the warranty period. D. Claim for Final Payment: Submit three copies of required final Application for Payment forms together with supporting documents. E. Evidence of Payments and Release of Liens: Submit two copies of required forms with claim for Final Payment. F. Project Record Documents: Submit required Record Documents with claim for Final Payment. G. Warranty: Submit manufacturer warranty and ensure that forms have been completed in City of Iowa City's name and registered with manufacturer. 1.05 COORDINATION A. Coordinate scheduling, submittals, and inspection of the work of the various sections of the Project Manual to ensure efficient and orderly closeout procedure, with provision for accommodating items installed later. CLOSEOUT PROCEDURES 01 7700- 1 City Park Pool ADA Renovations and Improvements 13.087 B. Final Utility Connections: Notify affected utility companies and comply with their requirements for final connections. 1.06 PROJECT CONDITIONS A. Coordinate completion and ensure clean-up of work of separate sections of the Project Manual. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PREPARATION FOR SUBSTANTIAL COMPLETION A. Operation And Maintenance Manuals: 4 i 1. Comply with additional requirements in Section 01 7823. 2, Include operating instructions and maintenance data prepared by personnel experienced in maintenance and operation of described equipment and systems. M 3__ Use Operating and Maintenance Manuals as reference for instruction of Owner's -= personnel. B. Demonstration and Training: 1. Prior to Substantial Completion, perform demonstration and train Owner's personnel in proper operation and maintenance of equipment and systems designated in individual sections of the Project Manual. C. Preliminary Inspection for Substantial Completion: 1. Schedule and conduct preliminary inspection of the Work accompanied by Owner's Project Representative. a. Determine and identify items to be listed for correction and completion (punchlist) on Contractor's Declaration of Substantial Completion. 2. Verify that surface finish materials are properly installed in accordance with manufacturer's recommendations and exposed surfaces are clean and free from damage. Verify final adjustment of operating items, equipment and system components to ensure Sm hand unhindered operation. Cy 4n specific operating and performance requirements described in individual W = kation sections. Cc �jAecure certification by TAB contractor that testing, adjusting and balancing work has J N _1 leen completed, and respective systems are performing in accordance with specified ~ esign requirements. (,L„ SWeplace filters of operating equipment. Vegy that utility services are properly connected and of the correct characteristics. gg Verify inspection and acceptance of the respective portions of the Work by Authorities Having Jurisdiction (AHJ). 3.02 SUBSTANTIAL COMPLETION DOCUMENTS A Contractor's Request for Substantial Completion Inspection: 1. Provide the necessary assurance that the progress of the Work is consistent with Substantial Completion as defined by the Contract Documents. 2. Upon receipt of the required forms the Architect will schedule and conduct a Substantial Completion Inspection. B. Certificate of Substantial Completion: Upon verification of Contractor's Punchlist, and subsequent determination by Architect that status of Work is suitable for occupancy by the Owner, the Architect will prepare Certificate of Substantial Completion (AIA Doc G704-2000). C. Upon issuance of Certificate of Substantial Completion, Contractor may request payment of the contract retainage in accordance with the contract documents and applicable state law.. This request shall be accompanied by a sworn statement from the Contractor that ten calendar days prior to date of the request, known subcontractors, sub -subcontractors and suppliers received notice of the Contractor's intent. The Contractor shall release retained funds to subcontractors in the same manner as retained funds are released to the Contractor by the Owner. CLOSEOUT PROCEDURES 017700-2 City Park Pool ADA Renovations and Improvements 13.087 1. Payment will be withheld on the value of work not yet performed as of date of Substantial Completion. The retained amount shall be equal to two hundred percent of the actual value of labor and materials yet to be provided as determined by the Architect. 2. Additional funds will be withheld equal to two hundred percent of the value of Chapter 573 claims currently on file. D. Complete and correct respective items of work listed and attached to the Certificate of Substantial Completion within 30 days following Date of Substantial Completion. 3.03 FINAL CLOSEOUT DOCUMENTS A. Contractor's Certificate of Final Completion: Certify that the Work is complete and has been inspected and found to be in compliance with the Contract Documents. B. Claim for Final Payment: 1. Prepare application for payment on approved forms. 2. Amount of final payment shall be the unpaid balance of the contract sum. 3. Final payment shall be made 31 calendar days following date of Owner's written _ acceptance of the completed Work. C. Evidence of Payments and Release of Liens: Prepare the following: 1. "Contractors Affidavit of Payment of Debts and Claims" (AIA Doc G706). 2. "Contractor's Affidavit of Release of Liens" (AIA Doc G706A). a. Include separate waivers of lien from subcontractors, suppliers, and others with lien rights against property of the Owner. 3. Obtain "Consent of Surety to Final Payment' (AIA Doc G707). D. Project Record Documents: 1. Submit one set of the following Record Documents; record actual revisions to the Work: a. Drawings b. Specifications o c. Addenda d. Change Orders and other modifications to the Contract. nn =o e. Reviewed shop drawings, product data, and samples. 1 2. Ensure entries are complete and accurate, enabling future reference byj%�wuer. r 3. Specifications: Legibly mark and record at each product section descricll Val m products installed, including the following: a. Manufacturer's name and product model and number. �7C 9 Q b. Product substitutions or alternates utilized. a c. Changes made by Addenda and modifications. 4. Record Drawings and Shop Drawings: Legibly mark each item to recdrdpotuAP construction including: '�W a. Measured horizontal and vertical locations of underground utilities;111 UJ appurtenances, referenced to permanent surface improvements. 'iv to L. b. Measured locations of internal utilities and appurtenances concea� co)Mtructiew- referenced to visible and accessible features of the Work. yv s l c. Field changes of dimension and detail. p d. Details not on original Contract Drawings. o E. Material and Product Warranties: 1. Obtain required warranties executed in duplicate by responsible subcontractors, suppliers and manufacturers, within ten 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 Date of Substantial Completion is determined. 2. Verify that documents are in proper form, contain full information, and are notarized. 3. Co -execute warranty documents when required. 4. Retain warranties until time specified for submittal. 5. Include photocopies of each in operation and maintenance manuals; indicate on Table of Contents. CLOSEOUT PROCEDURES 017700-3 City Park Pool ADA Renovations and Improvements 3.04 FINAL INSPECTION OF THE WORK 13.087 A. Following submittal of required closeout documents, the Architect will conduct a Final Inspection of the Work. B. Accompany Owners Project Representative and Architect on final inspection of the Work. C. Complete items of work determined and identified during final inspection. 3.05 OWNER'S FINAL ACCEPTANCE OF THE WORK A. Upon satisfactory completion of the Work, the Architect will recommend acceptance of the completed Work by the Owner and final payment to the Contractor. B. The Owner will notify the Contractor in writing of the effective date of their acceptance of the completed Work. END OF SECTION CLOSEOUT PROCEDURES 01 7700-4 rn J -6i S rnQ S"! CO Q CO ]C."A: UJ =C:)Q J N -JJ%: t�F- tam O CLOSEOUT PROCEDURES 01 7700-4 City Park Pool ADA Renovations and Improvements SECTION 017823 - OPERATION AND MAINTENANCE DATA PART1 GENERAL 1.01 SECTION INCLUDES A. Operation and Maintenance Data. B. Warranties and bonds. 1.02 RELATED SECTIONS A. Document GENERAL CONDITIONS: Warranty, and correction of work. Eim S Xm B. Section 01 3000 -Administrative Requirements: Submittals procedures, shoorawingZ, product data, and samples. -r- 13.087 C. C. Section 01 7700 - Closeout Procedures: Contract closeout procedures. D. Individual Product Sections: Specific requirements for operation and maintenance data. -� E. Individual Product Sections: Warranties required for specific products or Work. =� 1.03 SUBMITTALS t.... A. Operation and Maintenance Data: 1. Preliminary Draft: Prepare one copy within 30 days after start of Workl5e amittetl in electronic format. Indicate proposed formats and outlines of contents. Architet will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by City of Iowa City, submit completed documents within ten days after acceptance. 3. Submit 1 electronic copy of completed documents upon 50 percent completion of construction operations. One copy will be returned , with Architect review comments. Revise content of all document sets required for final submission. 4. Submit three sets of revised final documents in final form at least 30 days prior to estimated date of "Substantial Completion" for use by Owner's personnel during demonstration and training activities. B. Product and Material Warranties: Obtain required manufacturer's warranties; assemble original documents in separate three-ring binder to be submitted within ten days after Date of Substantial Completion, prior to final Application for Payment. 1. Ensure that manufacturer's warranties have been completed in OWNER's name and registered with respective manufacturer. 2. Include photocopies of each in operation and maintenance manuals, indexed separately on Table of Contents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PREPARATION OF OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. B. Prepare data in the form of an instructional manual. C. Binders: Commercial quality, 8-1/2 x 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. OPERATION AND MAINTENANCE DATA 017823-1 N O _o 41 D� .c n� �n N -<r m a A. Document GENERAL CONDITIONS: Warranty, and correction of work. Eim S Xm B. Section 01 3000 -Administrative Requirements: Submittals procedures, shoorawingZ, product data, and samples. -r- 13.087 C. C. Section 01 7700 - Closeout Procedures: Contract closeout procedures. D. Individual Product Sections: Specific requirements for operation and maintenance data. -� E. Individual Product Sections: Warranties required for specific products or Work. =� 1.03 SUBMITTALS t.... A. Operation and Maintenance Data: 1. Preliminary Draft: Prepare one copy within 30 days after start of Workl5e amittetl in electronic format. Indicate proposed formats and outlines of contents. Architet will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by City of Iowa City, submit completed documents within ten days after acceptance. 3. Submit 1 electronic copy of completed documents upon 50 percent completion of construction operations. One copy will be returned , with Architect review comments. Revise content of all document sets required for final submission. 4. Submit three sets of revised final documents in final form at least 30 days prior to estimated date of "Substantial Completion" for use by Owner's personnel during demonstration and training activities. B. Product and Material Warranties: Obtain required manufacturer's warranties; assemble original documents in separate three-ring binder to be submitted within ten days after Date of Substantial Completion, prior to final Application for Payment. 1. Ensure that manufacturer's warranties have been completed in OWNER's name and registered with respective manufacturer. 2. Include photocopies of each in operation and maintenance manuals, indexed separately on Table of Contents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PREPARATION OF OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. B. Prepare data in the form of an instructional manual. C. Binders: Commercial quality, 8-1/2 x 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. OPERATION AND MAINTENANCE DATA 017823-1 City Park Pool ADA Renovations and Improvements 13.087 G. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. H. Arrange content by [] under section numbers and sequence of Table of Contents of this Project Manual. I. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by s ecification section. For each category, identify names, addresses, and telephone embers of Subcontractors and suppliers. Identify the following: Sificant design criteria. pf equipment. ((,( marts list for each component. rating instructions. �. ntenance instructions for equipment and systems. LL 3. oPa�r#.Vroject documents and certificates, including the following: xa. r: p drawings and product data. ob. Q and water balance reports. H c. Certificates. d. Photocopies of warranties and bonds. J. Provide a listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. K. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Architect and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. 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. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturers instructions. 3.03 CARE AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations. B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. C. Additional information as specified in individual product specification sections. 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. Provide a listing in Table of Contents for Design Data provided by the Architect, with tabbed fly sheet and space for insertion of data. B. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. OPERATION AND MAINTENANCE DATA 01 7823-2 City Park Pool ADA Renovations and Improvements 13.087 4. Complete nomenclature and model number of replaceable parts. C. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. D. Include color coded wiring diagrams as installed. E. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. F. 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. G. Provide servicing and lubrication schedule, and list of lubricants required. H. Include manufacturers printed operation and maintenance instructions. 1. Include sequence of operation by controls manufacturer. J. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. K. Provide control diagrams by controls manufacturer as installed. L. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. M. Provide list of original manufacturers spare parts, current prices, and recommended quantifies to be maintained in storage. N. Include test and balancing reports. O. Additional Requirements: As specified in individual product specification sections. [c�i1mil _lan3NU L*9 A. Obtain 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 into use with City of Iowa City'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. 1. Include photocopies of each in operation and maintenance manuals, indexed separately on Table of Contents. E. Manual of Warranties and Bonds: Bind original documents in commercial quality 8-1/2 x 11 inch three D side ring binders with durable plastic covers. 1. Cover: Identify binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. 2. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. 3. Separate each warranty or bond with index tab sheets keyed to the Ta¢Je of Cents listing. Provide full information, using separate typed sheets as necesLi Subcontractor, supplier, and manufacturer, with name, address, and t n mbeMq responsible principal. n 4 END OF SECTION =;n N I- .rn = m v A� N OPERATION AND MAINTENANCE DATA 01 7823-3 City Park Pool ADA Renovations and Improvements SECTION 02 4100 - DEMOLITION PART1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition of built site elements. B. Abandonment and removal of existing utilities and utility structures. 1.02 RELATED REQUIREMENTS A. Section 01 1000 - Summary: Sequencing and staging requirements. 13.087 B. Section 01 1000 - Summary: Description of items to be salvaged or removed for re -use by. C. Section 01 5713 - Temporary Erosion and Sediment Controls: D. Section 31 2200 - Grading: Topsoil removal. Section 31 2323 - Fill: Filling holes, pits, and excavations generated as a result of removal operations. 1.03 REFERENCE STANDARDS A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. 1.04 PROJECT CONDITIONS A. Comply with other requirements specified here within. D. Remove other items indicated, for salvage, relocation, recycling, and as required for project completion. E. Construct and maintain temporary board walk and egress route. 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of DEMOLITION MMS # 1235-104 024100-1 ti _ O _m �+ PART 2 PRODUCTS :*c-3 c 2.01 MATERIALS N A. Fill Material: As specified in Section 31 2200 - Grading Gr— _ �x C 0 PART 3 EXECUTION4117 3' 3.01 SCOPE C� A. Remove trees and shrubs to the extents shown on the plan. Protect existing Srpgs and 'shruw that are to remain. B. Remove pavement markings, light poles and bases, and bollards to the exten1&9hpw Z9n ft plan.-r�-c� Sr C. C7 rn Remove concrete slabs on grade and asphalt pavement and concrete curb and gutter lathe extents shown on the plan. D. Remove other items indicated, for salvage, relocation, recycling, and as required for project completion. E. Construct and maintain temporary board walk and egress route. 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of DEMOLITION MMS # 1235-104 024100-1 City Park Pool ADA Renovations and Improvements 13.087 unstable structures. 3. Provide, erect, and maintain temporary barriers and security devices. 4. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. 5. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 8. Do not close or obstruct roadways or sidewalks without permit. 7. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time, protect persons using entrances and exits from removal operations. B. Do not begin removal until receipt of notification to proceed from the Owner. C. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. D. If hazardous materials are discovered during removal operations, stop work and notify the engineer and Owner; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. 3.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. E. Do not close, shut off, or disrupt existing utility branches or take -offs that are in use without at least 3 days prior written notification to Owner. F. gate and mark utilities to remain; mark using highly visible tags or flags, with identification of dWy typWrotect from damage due to subsequent construction, using substantial barricades if 0 romes§E �e 0 (�. Ngmct%2jcposed piping, valves, meters, equipment, supports, and foundations of disconnected J $nd ad t66ned utilities. H. grepLeUilding demolition areas by disconnecting and capping utilities outside the demolition LL n tify and mark utilities to be subsequently reconnected, in same manner as other ,litit remain. 3.04 DE&S AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION DEMOLITION MMS # 1235-104 024100-2 City Park Pool ADA Renovations and Improvements 13.087 SECTION 05 5213 - PIPE AND TUBE RAILINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Guardrails and Swimming Pool Barriers. B. Salvage, alteration, and re -installation of existing railings. 1.02 REFERENCE STANDARDS A. ASTM B241/B241M - Standard Specification for Aluminum and Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube; 2010. B. ASTM 13429/13429M - Standard Specification for Aluminum -Alloy Extruded Structural Pipe and Tube; 2010. C. ASTM B483/B483M - Standard Specification for Aluminum and Aluminum -Alloy Drawn Tubes and Pipe for General Purpose Applications; 2013. D. ASTM E985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006). 1.03 SUBMITTALS A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, anchorage, size and type of fasteners, and accessories. C. Samples: Submit two, 12 inch long samples of handrail. Submit two samples of floor flange. PART2 PRODUCTS 2.01 MANUFACTURERS A. Handrails and Railings: 1. C.R. Laurence Co., Inc; CRL Aluminum Component Railing System (ACRS): www.cd-arch.com. 2. Substitutions: See Section 016000 - Product Requirements. 2.02 RAILINGS - GENERAL REQUIREMENTS A. Design, fabricate, and test railing assemblies in accordance with the most stri"ent #Z requirements of ASTM E985 and applicable local code. lie` B. Allow for expansion and contraction of members and pavement movement wpda. ge to connections or members. fro r` C. Dimensions: See drawings for configurations and heights. :<m , •, 1. Posts and Rails: p� 0 a. Railing Type 1: match diameter of existing railing. co b. Railing Type 2: 1-1/2" pipe with 1.9" outside diameter. r 2. Balusters at Railing Type 1: match diameter of existing round bars D. Provide anchors and other components as required to attach to structure, made of same materials as railing components unless otherwise indicated; where exposed fasteners are unavoidable provide flush countersunk fasteners. E. Provide slip-on non -weld mechanical fittings to join lengths, seal open ends, and conceal A ' exposed mounting bolts and nuts, including but not limited to elbows, adapters, couplings, surface -mount floor flanges. v _ 2.03 ALUMINUM MATERIALS A. Aluminum Pipe: Schedule 40; ASTM B429429M, ASTM B241241M, or ASTM B483483M. B. Non -Weld Mechanical Fittings: Slip-on cast aluminum, for Schedule 40 pipe, with flush setscrews for tightening by standard hex wrench, no bolts or screw fasteners. '"' C. Fasteners: Stainless Steel. PIPE AND TUBE RAILINGS 055213-1 City Park Pool ADA Renovations and Improvements 2.04 FABRICATION Ii A. Accurately form components to suit specific project conditions and for proper connection to building structure. B. Fit and shop assemble components in largest practical sizes for delivery to site. C. Fabricate components with joints tightly fitted and secured. Provide spigots and sleeves to accommodate site assembly and installation. 2.05 ALUMINUM FINISHES A. Satin Anodized. B. Touch -Up Materials: As recommended by coating manufacturer for field application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. Remove existing railing and components and salvage for re -use. Cut posts for surface -mounted installation if necessary. B. Apply one coat of bituminous paint to concealed aluminum surfaces that will be in contact with cementitious or dissimilar materials. 3.03 INSTALLATION A. Install new and salvaged railing components in accordance with approved shop drawings and manufacturer's instructions. B. Install components plumb and level, accurately fitted, free from distortion or defects, with tight joints. C. Anchor railings securely to paving. D. Conceal anchor bolts and screws whenever possible. Where not concealed, use flush countersunk fastenings. 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per floor level, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out -of -Position: 1/4 inch. 3.05 SCHEDULE A. Railing Type 1: Salvaged existing railing and components, and additional new components as required for complete installation. B. Railing Type 2: All new components. END OF SECTION PIPE AND TUBE RAILINGS 055213-2 cVI) - Y3 =o W a -1>: J N call - >Z CR CUA en O 0 N PIPE AND TUBE RAILINGS 055213-2 City Park Pool ADA Renovations and Improvements 13.087 SECTION 06 4110 -CUSTOM PLASTIC CASEWORK PART1 GENERAL 1.01 SECTION INCLUDES A. Specially fabricated mobile plastic cabinet units. at B. Countertops. �n C. Cabinet hardware. D '� _- c,2 -c 1.02 REFERENCE STANDARDS :;n IV r A. 2010 ADA Standards for Accessible Design- US DoJ Rev. Regulations for Titi artWtll, m Americans with Disabilities Act of 1990 as adopted by Iowa State Building CoMS1 �02.1v B. BHMA A156.9 - American National Standard for Cabinet Hardware; Builders%dware Manufacturers Association; 2003 (ANSI/BHMA Al 56.9). NOr C. ASTM D1505 — Standard Test Method for Density of Plastics by the Density -Gradient Technique. D. ASTM D638 — Standard Test Method for Tensile Properties of Plastics. :�,C �ta1 E. ASTM D790 — Standard Test Method for Flexural Properties of Unreinforced Mid-keifforced' Plastics and Electrical Insulating Materials. F. ASTM D1822 — Standard Test Method for Tensile -Impact Energy to Break Plastics and Electrical Insulating Materials. G. ASTM D746 — Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. H. ASTM D1525 — Standard Test Method for Vicat Softening Temperature of Plastics. I. ASTM D648 — Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edgewise Position. 1.03 SUBMITTALS A. See Section 013300 - Construction Submittals, for submittal procedures. B. Shop Drawings: Indicate materials, component profiles and elevations, assembly methods, joint details, fastening methods, accessory listings, hardware location and schedule of finishes. C. Product Data: Provide data for hardware accessories. D. Storage, Handling, Fabrication, Maintenance and Cleaning Instructions. E. Selection Samples: Submit complete set of manufacturer's full range of color chips of panel material. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum five years of documented experience. B. Fabricator Qualifications: Company specializing in fabricating the products specified in this section with minimum five years of documented experience. 1.05 DELIVERY, STORAGE, AND HANDLING A. Follow manufacturers recommendations. 1.06 FIELD CONDITIONS A. Do not fabricate products under environmental conditions outside manufacturers limits. PART2 PRODUCTS 2.01 CABINETS A. Cabinets: 1. Finish - Exposed Exterior Surfaces: scratch -resistant high-density polyethylene sheet. 2. Finish - Semi -exposed Interior Surfaces: high-density polyethylene sheet. CUSTOM PLASTIC CASEWORK 064110-1 City Park Pool ADA Renovations and Improvements 13.087 A. Countertops: 1. Finish: scratch -resistant high-density polyethylene sheet. 2. Material: same as cabinet panels. 3. Thickness:) -inch 4. Color: to be selected from manufacturer's full line of available colors. Countertop and cabinets may be different colors. 5. Edges: radius or beveled - fabricator's option. 2.04 ACCESSORIES A. Fasteners: Size and type to suit application. B. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; stainless steel finish in concealed locations and stainless steel finish in exposed locations. C. Cover: custom sewn to protect cabinet units from the elements, of material as recommened by panel manufacturer. 2.05 HARDWARE A. Hardware: BHMA A156.9, types as recommended by fabricator for quality grade specified. Finish: stainless steel. B. Adjustable shelf supports: Side -mounted clips for 3/4 inch thick shelves. 1. Twin pin design with anti -tip restraints, keel to retard shelf slide -off, and slot to allow mechanical attachment of shelf to clip. 2. Pin supports: Multiple holes for nominal 2 inch spacing adjustments. 3. Static load: Each support rated for 300 pound static load, minimum. C. Sliding Door Pulls: Recessed ADA -compliant, aluminum with satin finish. D. Cabinet Locks: Keyed cylinder, two keys per lock, master keyed, stainless steel finish. E. Sliding Door Track Assemblies: Upper and lower track of satin anodized aluminum. F. Casters: 4" x 2" with stainless steel mounting plates. Locking front casters. CUSTOM PLASTIC CASEWORK 064110-2 3. Casework Construction Type: Manufacturer's option. 4. Adjustable Shelf Loading: 50 lbs. per sq. ft.. a. Deflection: L/144. 2.02 PANEL MATERIALS A. High-density polyethylene sheet: StarBoard ST. 1 Acceptable Manufacturer: King Plastic Corp., North Port, FL; Tel: 941A93-5502; Fax: 941-497-3274; Web: www.kingplastic.com. 2. Substitutions: See Section 016000 - Product Requirements. 3. Thickness: as indicated on Drawings, or otherwise recommended by manufacturer. 4. Color: to be selected from manufacturer's full line of available colors. Countertop and cabinets may be different colors. 5. Properties: to cn a. Density: 0.96 g/cc according to ASTM D1505. ® b.5tlongation at Yield: 8.8% according to ASTM D638. Modulus: 8.8 according to ASTM D638. p3fensile psi c Vim. ensile Strength at Yield: >4,500 psi according to ASTM D638. J Nv lexural Modulus: 225,000 psi according to ASTM D790. lexural Stress at 5% Strain: 4,480 psi according to ASTM D790. c,,Tensile Impact: 99 ft.lbs./square inch according to ASTM D1822. MV Z Brittleness Temperature: <-105 degrees F according to ASTM D746. i. S? Vicat Softening: 270 degrees F according to ASTM D1525. j. Heat Deflection Temp. 66 psi: 183 degrees F according to ASTM D648. 2.03 COUNTERTOPS A. Countertops: 1. Finish: scratch -resistant high-density polyethylene sheet. 2. Material: same as cabinet panels. 3. Thickness:) -inch 4. Color: to be selected from manufacturer's full line of available colors. Countertop and cabinets may be different colors. 5. Edges: radius or beveled - fabricator's option. 2.04 ACCESSORIES A. Fasteners: Size and type to suit application. B. Bolts, Nuts, Washers, Lags, Pins, and Screws: Of size and type to suit application; stainless steel finish in concealed locations and stainless steel finish in exposed locations. C. Cover: custom sewn to protect cabinet units from the elements, of material as recommened by panel manufacturer. 2.05 HARDWARE A. Hardware: BHMA A156.9, types as recommended by fabricator for quality grade specified. Finish: stainless steel. B. Adjustable shelf supports: Side -mounted clips for 3/4 inch thick shelves. 1. Twin pin design with anti -tip restraints, keel to retard shelf slide -off, and slot to allow mechanical attachment of shelf to clip. 2. Pin supports: Multiple holes for nominal 2 inch spacing adjustments. 3. Static load: Each support rated for 300 pound static load, minimum. C. Sliding Door Pulls: Recessed ADA -compliant, aluminum with satin finish. D. Cabinet Locks: Keyed cylinder, two keys per lock, master keyed, stainless steel finish. E. Sliding Door Track Assemblies: Upper and lower track of satin anodized aluminum. F. Casters: 4" x 2" with stainless steel mounting plates. Locking front casters. CUSTOM PLASTIC CASEWORK 064110-2 City Park Pool ADA Renovations and Improvements 13.087 2.06 FABRICATION A. Assembly: Shop assemble cabinets for delivery to site in units easily handled and to permit passage through building openings. B. Mechanically fasten, or weld, panels. Adhesive is not recommended by manufacturer. PART 3 EXECUTION 3.01 ADJUSTING A. Adjust moving or operating parts to function smoothly and correctly. 3.02 CLEANING A. Clean all surfaces with a citrus cleaner, alcohol or mineral spirits to remove any grease or oil stains that may have occurred during assembling. B. For everyday cleaning of surfaces wash with a mild soap, restrain from using nylon scrub pads and brushes as they may cause marring of the finish if proper care is not taken. END OF SECTION CUSTOM PLASTIC CASEWORK 064110-3 0 O �n s;+ T m� c o N r CUSTOM PLASTIC CASEWORK 064110-3 City Park Pool ADA Renovations and Improvements SECTION 07 9005 - JOINT SEALERS ].Gi i 1111l4:1 :1 [L1I 13.087 1.01 SECTION INCLUDES A. Sealants and joint backing. on Dy s 1.02 REFERENCE STANDARDS A. ASTM C834 - Standard Specification for Latex Sealants; 2010. C2-< N r 4c') B. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011. --<m M C. ASTM D1056 - Standard Specification for Flexible Cellular Materials--SpongpitExp ndego �J! Rubber; 2007. AE CO D. ASTM D1667 - Standard Specification for Flexible Cellular Materials—Poly(Vinyl Chide) Foam (Closed -Cell); 2005 (Reapproved 2011). E. ASTM D2240 - Standard Test Method for Rubber Property—Durometer Hardness; 2005 (Reapproved 2010). F. ASTM D2628 - Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for concrete Pavements; 1991 (Reapproved 2011). G. SCAQMD 1168 - South Coast Air Quality Management District Rule No. 1168; current edition; www.aqmd.gov. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with other sections referencing this section. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Product List: Provide schedule of proposed sealants recommended by the manufacturer as being acceptable for use in the intended application and with the substrates with which it will come into contact. C. Product Data: Provide data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. D. Samples: Submit two samples, 1/4x2 inch in size illustrating sealant colors for selection. E. Manufacturer's Installation Instructions: Indicate special procedures and surface preparation, . 1.05 QUALITY ASSURANCE a: LIJ A. Manufacturer Qualifications: Company specializing in manufacturing the Produ spewed A this section with minimum five years experience. =� - B. Applicator Qualifications: Company specializing in performing the work of this�*-vOonS� h minimum five years documented experience. C. Compatibility and Adhesion Testing: Submit to sealant manufacturer, samples of mateiials and products that will contact and affect sealant installation and performance; test for compatibility and adhesion. 1.06 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.07 WARRANTY A. See Section 01 7700 - Closeout Procedures, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exhibit loss of adhesion or cohesion, or do not cure. JOINT SEALERS 079005-1 City Park Pool ADA Renovations and Improvements 13.087 PART PRODUCTS 2.01 MANUFACTURERS A. Silicone Sealants: 1� Momehtive Performance Materials, Inc (formerly GE Silicones): www.momentive.com. 2� Dow Corning Corp: www.—.com. 3,_ Pecor@ Corp. 4tn Sennaborn Building Products, ChemRex, Inc. 5�_ TreMco Global Sealants: www.tremcosealants.com. Ce. Polyurethane Sealants: 1. Pecofa Corp. 2. - Sonnebom Building Products, ChemRex, Inc. 3. Tremco Global Sealants: www.tremcosealants.com. 4. Pecora Corp. 5. Sonneborn Building Products, ChemRex, Inc; Product_ C. Acrylic Sealants (ASTM C920): 1. Pecora Corporation: www.pecora.com. 2. Tremco, Inc. 3. Sherwin-Williams Company: www.sherwin-williams.com. D. Acrylic Emulsion Latex Sealants: 1. Pecora Corp. 2. Sonnebom Building Products, ChemRex, Inc. 3. Sherwin-Williams Company: www.sherwin-williams.com. 4. Tremco Global Sealants: www.tremcosealants.com. 2.02 SEALANTS A. Sealants and Primers - General: Provide only products having lower volatile organic compound (VOC) content than required by South Coast Air Quality Management District Rule No.1168. B. General Purpose Exterior Sealant: Polyurethane or polyether; ASTM C 920, TypeS, Grade NS, Class 50, Uses NT, M, G, A and O; single component, neutral curing. Col r: Standard colors matching finished surfaces. Q A cations: Use for: cDControl, expansion, and soft joints in masonry. W at Lli Joints between concrete and other materials. J N al. -Joints between metal frames and other materials. )GLE3 Sealing under thresholds at exterior doors. tZQ Other exterior joints for which no other sealant is indicated. C. energurpose Interior Sealant: Acrylic emulsion latex; ASTM C834, Type OP, Grade NF single dMnponent, paintable. Color: Standard colors matching finished surfaces. 2. Applications: Use for: a. Interior wall and ceiling control joints. b. Joints between door and window frames and wall surfaces. c. Other interior joints for which no other type of sealant is indicated. D. Concrete Paving Joint Sealant: Polyurethane, self -leveling; ASTM C920, Class 25, Uses T, I, M and A; single component. 1. Color: Gray. 2. Product: "SL 1" manufactured by Sonneborn Building Products. 3. Applications: Use for: a. Joints in sidewalks and vehicular paving. 2.03 ACCESSORIES A. Primer: Non -staining type, recommended by sealant manufacturer to suit application. JOINT SEALERS 079005-2 City Park Pool ADA Renovations and Improvements 13.087 B. Joint Cleaner: Non -corrosive and non -staining 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 EXAMINATION A. Verify that substrate surfaces and joint openings are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C. Ensure concrete or masonry joints have been sealed with specified water repellents and cured prior to installation of sealants. D. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. E. 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 width -to -depth ratio, neck dimension, and surface bond area as recommended by manufacturer. 1. Minimum Joint Width: 1/4 inch. 2. Maximum Joint Depth: 1/2 inch. 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. G. Tool joints concave. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION o A. Protect sealants until cured.`.' o "n END OF SECTION n� :;C") rV 1 orr M me N Cn JOINT SEALERS 079005-3 City Park Pool ADA Renovations and Improvements 13.087 SECTION 08 7100 - GATE EGRESS HARDWARE PART 1 GENERAL 1.01 SECTION INCLUDES o A. Panic hardware for chain link egress gates. o� � z o Zj n--_ 1.02 RELATED REQUIREMENTS i A. Section 32 3113 - Chain Link Fences and Gates: Panic hardware for egress. RQinain of gate hardware specified in Section 32 3113. �m n m 1.03 REFERENCE STANDARDS p= _ A. 36 CFR 1191 -Americans with Disabilities Act Accessibility Guidelines for Buwgs A Facilities; Final Rule; current edition; (ADA Standards for Accessible Design). 2010 N B. ANSI/ICC A117.1 -American National Standard for Accessible and Usable Buildings and Facilities; International Code Council; 2009. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the manufacture, fabrication, and installation of products onto which gate hardware will be installed. 1. Review data and drawings from related trades as required to verify compatibility with specified hardware. Request clarification from Architect for hardware items determined to be unsuitable or otherwise incompatible with other requirements. B. Furnish templates for gate and fence preparation to manufacturers and fabricators of products requiring reinforcement for gate hardware. C. Convey City of Iowa City's keying requirements to manufacturers. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Product Data: Manufacturer's catalog literature for each type of hardware, marked to clearly show products to be furnished for this project. C. Shop Drawings: Prepare in conjunction with gate and fence shop drawings. 1. Indicate locations and mounting heights of each type of hardware, . D. Final Keying Schedule: Submit for approval of City of Iowa City. E. Manufacturer's Installation Instructions: Indicate special procedures, perimeI8**WnAns ;CD requiring special attention. — W F. Maintenance Data: Include data on operating hardware, lubrication requireme4jan� inspection procedures related to preventative maintenance. Z5 -e- 1 . j1. Submit manufacturer's parts lists and templates. D—r < G. Keys: Deliver with identifying tags to City of Iowa City by security shipment di orrr hardware supplier. - H. Warranty: Submit manufacturer's warranty and ensure that forms have been completed in City of Iowa City's name and registered with manufacturer. I. Maintenance Materials and Tools: Furnish the following for City of Iowa City's use in maintenance of project. 1. See Section 016000 - Product Requirements, for additional provisions. 2. Extra Lock Cylinders: provide one (1) 3. Tools: One set of all special wrenches or tools applicable to each different or special hardware component, whether supplied by the hardware component manufacturer or not. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. GATE EGRESS HARDWARE 087100-1 City Park Pool ADA Renovations and Improvements 1.07 DELIVERY, STORAGE, AND HANDLING 13.087 A Package hardware items individually; label and identify each package with door opening code to match hardware schedule. 1.08 WA$1RANTY A. See Section 01 7700 - Closeout Procedures, for additional warranty requirements. B. Provide 3 year warranty against defects in mechanical operation for exit devices and cylinders. C. .Provide 1 year warranty on electronic components of exit devices. PART2 P�ODUCTS 2.01 MA*FACTURERS -BASIS OF DESIGN A. As specified in this section. B. Substitutions: See Section 016000 - Product Requirements. 2.02 GATE HARDWARE - GENERAL A. Provide exit devices and related supplemental components to make gates fully functional, compliant with applicable codes, and secure to the extent indicated. Coordinate with hinges and other hardware specified in Section 32 3113. B. Provide all items of a single type of the same model by the same manufacturer. C. Provide products that comply with the following: 1. Applicable provisions of federal, state, and local codes. 2. ANSI/ICC Al 17. 1, American National Standard for Accessible and Usable Buildings and Facilities. 2.03 LOCKS AND LATCHES A Cylinders: 1. Schlage 2. Keyed to City of Iowa City's existing Schlage key system. B. Keying: all gates keyed alike. 1. Key to existing keying system. SP Supply keys in the following quantities: four (4) 2e EXIT69EVIC A. ate Exit Hardware Kit W OF �yprior Kit #6047 by DAC Industries, Inc. www.dacindustdes.com. .J N W ►_Oetex exit bar #6006. :b-VMounting Plate: 24" tall. LL o-r—<Lock Box with keyed cylinder. �DAdjustable receiver bracket with strike. Size as appropriate for fence post diameter. o e.— Pre -drilled holes for exit bar f. Stainless steel tek-screws and fasteners. g. Finish: black. h. Provide any additional components, not specified in Section 32 3113, necessary for compete installation and operation of gates i. Provide complete kits at Gates number 1, 2, 4, and 5. 2. Detex Weather -Resistant Surface Mount Exit Bar with Alarm a. Model #6006 b. Reversible c. Stainless steel latch mechanism. d. Anodized aluminum bar. e. ABS cover on head and push bar. f. 100db alarm powered by 9 volt battery. Low battery alert. g. Finish: black. GATE EGRESS HARDWARE 087100-2 City Park Pool ADA Renovations and Improvements 13.087 2.05 KEY CONTROLS A. Key all locks as directed by Owner Representative. Prepare keying schedule for Owner's approval prior to ordering locks. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that gates and fences are ready to receive work, and dimensions areas indicated on shop drawings. 3.02 INSTALLATION A. Install hardware in accordance with manufacturer's instructions and applicable codes. B. Use templates provided by hardware item manufacturer. 3.03 FIELD QUALITY CONTROL A. Perform field inspection and testing necessary to ensure proper operation of hardware. B. Conduct inspection and make necessary adjustments three weeks prior to requesting Certificate of Substantial Completion. 3.04 ADJUSTING A. Adjust hardware for smooth operation. B. Adjust gasketing for complete, continuous seal; replace if unable to make complete seal. 3.05 CLEANING A. Clean adjacent surfaces soiled by hardware installation. Clean finished hardware per manufacturer's instructions after final adjustments has been made. Replace items that cannot be cleaned to manufacturer's level of finish quality at no additional cost. 3.06 PROTECTION A. Do not permit adjacent work to damage hardware or finish. END OF SECTION GATE EGRESS HARDWARE 087100-3 N (� _O I ai Z CD T =;C-) N rn EMs /rte ��1 C:0= m v n N4 GATE EGRESS HARDWARE 087100-3 City Park Pool ADA Renovations and Improvements 13.087 SECTION 09 9000 - PAINTING AND COATING PART1 GENERAL 1.01 SECTION INCLUDES N A. Surface preparation. c CD B. Field application of paints and other coatings. ¢c_7 Z C. Scope: Finish the following exposed to view surfaces: a"r C 1. Touch-up of existing interior and exterior painted surfaces damaged durrqHonpfbuctior.� 2. Items indicated to be painted on Drawings. :gym m 3. Mechanical and Electrical: O� M. a. In finished areas, paint all insulated and exposed pipes, conduit, bq�rr invdated exposed ducts, hangers, brackets, collars and supports, mechaniZ equip4nt, and electrical equipment, unless otherwise indicated. cn D. Do Not Paint or Finish the Following Items: 1. Items specified to be factory -finished, materials and products having factory -applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Fire rating labels, equipment serial number and capacity labels, and operating parts of equipment. 5. Stainless steel, anodized aluminum, bronze, terne, and lead items. 6. Marble, granite, slate, and other natural stones. 7. Floors, unless specifically so indicated. 8. Ceramic and other tiles. 9. Brick, architectural concrete, cast stone, integrally colored plaster and stucco. 10. Glass. 11. Acoustical materials, unless specifically so indicated. c�a 12. Concealed pipes, ducts, and conduits. co CD= C) 1.02 DEFINITIONS A. Conform to ASTM D16 for interpretation of terms used in this section. —its y) 1.03 REFERENCE STANDARDS U� A. 40 CFR 59, Subpart D -National Volatile Organic Compound Emission Standards forg Architectural Coatings, U.S. Environmental Protection Agency; current edition. ^' B. ASTM D16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2012. C. ASTM D4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials; 2007. D. GreenSeal GS -11 -Paints; 1993. E. Green Seal Environmental Standards, GC -03, Anti -Corrosive Paints (1997). F. SSPC (PM1) - Good Painting Practice: SSPC Painting Manual, Vol. 1, Society for Protective Coatings, Fourth Edition. G. USGBC LEED-NC - LEED Green Building Rating System for New Construction and Major Renovations; U.S. Green Building Council; 2009. 1.04 SUBMITTALS A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Samples: Submit three paper "draw down" samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. 2. Where sheen is not specified, submit each color in each sheen available. PAINTING AND COATING 099000-1 City Park Pool ADA Renovations and Improvements 13.087 C. Product Data: Prepare schedule of paint coatings for application to specific substrates, and provide data on all finishing products, including VOC content and manufacturer's application recommendations. D. Samples: Submit two painted samples, illustrating selected colors and textures for each color and system selected with specified coats cascaded. Submit on tempered hardboard, 5 x 8 inch in size. =E. Certification: By manufacturer that all paints and coatings comply with VOC limits specified. �. F. Certification: By manufacturer that all paints and coatings do not contain any of the prohibited chemicals specified; GreenSeal GS -11 certification is not required but if provided shall constitute acceptable certification. G. Manufacturers Instructions: Indicate special surface preparation procedures. H. Maintenance Data: Submit data on cleaning, touch-up, and repair of painted and coated surfaces. I. Maintenance Materials: Furnish the following for City of Iowa City's use in maintenance of project. 1. See Section 016000 - Product Requirements, for additional provisions. 2. Extra Paint and Coatings: 1 gallon of each color; store where directed. 3. Label each container with color in addition to the manufacturers label. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum five years documented experience. B. Applicator Qualifications: Company specializing in performing the type of work specified with minimum five years documented experience. 1.06 DELMERY, STORAGE, AND HANDLING QA. Iiv rr ducts to site in sealed and labeled containers; inspect to verify acceptability. B. 2Dn abet: Include manufacturers name, type of paint, brand name, lot number, brand W egde,dparage, surface preparation, drying time, cleanup requirements, color designation, and J dwtrtfatts for mixing and reducing. *44uct-Specific Requirements: Comply with Green Seal Environmental Standards, 1, Paints (1993) and GC -03, Anti -Corrosive Paints (1997). Display Green Seal � fication Mark on packaging. C. Raint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturers instructions. 1.07 FIELD CONDITIONS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Follow manufacturers recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. 1. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. 2. Minimum Application Temperatures for Latex Paints: 55 degrees F unless required otherwise by manufacturers instructions. 3. Provide lighting level of 80 ft candles measured mid -height at substrate surface. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products used in any individual system from the same manufacturer; no exceptions. B. Paints: PAINTING AND COATING 099000-2 City Park Pool ADA Renovations and Improvements 1. Base Manufacturer: The Sherwin-Williams Company: 2. Glidden Professional: www.gliddenprofessional.com. 3. Benjamin Moore & Co: www.benjaminmoore.com. 4. Diamond Vogel Paint: www.diamondvogel.com. 5. PPG Architectural Finishes, Inc: www.ppgaf.com. 6. Pratt & Lambert Paints: www.prattandlambert.com. C. Primer Sealers: Same manufacturer as top coats. D. Substitutions: See Section 01 6000 - Product Requirements. 2.02 PAINTS AND COATINGS - GENERAL A. Provide manufacturers highest quality product for type of coating 13.087 N r B. Paints and Coatings: Ready mixed, unless intended to be a field -catalyzed Wating." 1. Provide paints and coatings of a soft paste consistency, capable of being readifAnd uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. 3. For opaque finishes, tint each coat including primer coat and intermediate coats, one-half shade lighter than succeeding coat, with final finish coat as base color. 4. Supply each coating material in quantity required to complete entire project's work from a single production run. 5. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturers product instructions. C. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best" by the manufacturer. D. Volatile Organic Compound (VOC) Content: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. 40 CFR 59, Subpart D --National Volatile Organic Compound Emission Standards for Architectural Coatings. ..0 b. Ozone Transport Commission (OTC) Model Rule, Architectural, Indul, ani Maintenance Coatings; www.otcair.org; specifically: �C-,) w , 1) Opaque, Flat: 50 g/L, maximum.• - 2) Opaque, Nonflat: 150 g/L, maximum. 3) Opaque, High Gloss: 250 g/L, maximum. v o 4) Varnishes: 350 g/L, maximum. c. Architectural coatings VOC limits of Iowa. 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction. E. Chemical Content: The following compounds are prohibited: 1. Aromatic Compounds: In excess of 1.0 percent by weight of total aromatic compounds (hydrocarbon compounds containing one or more benzene rings). 2. Acrolein, acrylonitrile, antimony, benzene, butyl benzyl phthalate, cadmium, di (2-ethylhexyl) phthalate, di -n -butyl phthalate, di-n-octyl phthalate, 1,2 -dichlorobenzene, diethyl phthalate, dimethyl phthalate, ethylbenzene, formaldehyde, hexavalent chromium, isophorone, lead, mercury, methyl ethyl ketone, methyl isobutyl ketone, methylene chloride, naphthalene, toluene (methylbenzene), 1,1,1 -trichloroethane, vinyl chloride. F. Flammability: Comply with applicable code for surface burning characteristics. G. Sheens: Provide the sheens specified; where sheen is not specified, sheen will be selected later by Architect from the manufacturers full line. 1. Definitions - MPI system of defining gloss. PAINTING AND COATING 099000-3 City Park Pool ADA Renovations and Improvements 13.087 a. Seven (7) gloss levels (G1 to G7) are generically defined under the Evaluation sections of the MPI Manuals. Traditionally, Flat refers to G1/G2, Eggshell refers to G3, Semigloss refers to G5, and Gloss refers to G6. b. Gloss levels are defined by MPI as follows: 2�, Gloss Level Description Units at 60 degrees Units at 85 decrees s a,—,=G1 Matte or Flat 0 to 5 10 maximum y b! `: -G2 Velvet 0 to 10 10 to 35 c: - -133 Eggshell 10 to 25 10 to 35 t N dc ->164 Satin 20 to 35 35 minimum M e; �3-5 Semi -gloss 35 to 70 �. f." -'G6 Gloss 70 to 85 g. G7 High Gloss > 85 3. Gloss shall be tested in accordance with ASTM D523. H. Colors: To be selected from manufacturer's full range of available colors. 1. Selection to be made by Architect after award of contract. 2. Extend colors to surface edges; colors may change at any edge as directed by Architect. 3. In finished areas, finish pipes, ducts, conduit, and equipment the same color as the wall/ceiling they are mounted on/under. 2.03 PAINT SYSTEMS - EXTERIOR A. Exterior Concrete and Masonry Surfaces: Including concrete and concrete masonry. 1. Preparation as specified by manufacturer. 2. Two top coats and one coat primer recommended by manufacturer. B. Ferrous metals, with rust -inhibitive primer: 1. Preparation as specified by top coat manufacturer. 2. One coat of primer recommended by top coat manufacturer. 3. Gloss finish: Two coats 100 percent acrylic. C. Galvanized metal: Preparation as specified by manufacturer. coat of primer recommended by manufacturer. Q a9. Ai -Gloss finish: Two coats 100 percent acrylic. OI&U�INT SYSTEMS - INTERIOR A. c4VoM1=n and millwork items specifically scheduled to receive opaque finish: ^f. aration as specified by manufacturer. :�;. � coat: Vinyl acrylic enamel undercoater recommended by top coat manufacturer. A _ i -gloss finish: Two coats 100 percent acrylic. B. concrete and concrete masonry: 1. Preparation as specified by manufacturer. 2. First coat: 100 percent acrylic, high build (8-12 mil dft) surfacer/filler recommended by top coat manufacturer. 3. Semi -gloss finish: Two coats 100 percent acrylic. 4. Gloss finish: Two coats acrylic epoxy (water-based). C. Ferrous metals including hollow steel doors and frames, guardrails and railings, other primed and unprimed metal surfaces: 1. Preparation as specified by manufacturer. 2. First coat: 100 percent acrylic, DTM primer/finish, anti -corrosive type recommended by top coat manufacturer. 3. Semi -gloss finish: Two coats 100 percent acrylic. D. Galvanized metal: 1. Preparation as specified by manufacturer. 2. First coat: 100 percent acrylic, DTM primer/finish, anti -corrosive type recommended by top coat manufacturer. PAINTING AND COATING 099000-4 City Park Pool ADA Renovations and Improvements 3. Semi -gloss finish: Two coats 100 percent acrylic. 13.087 E. Gypsum board / plaster surfaces of partition walls, bulkheads and soffits: 1. One coat of primer recommended by top coat manufacturer. 2. Eggshell finish: Two coats of 100 percent acrylic. a' 3. Semi -gloss finish: Two coats of 100 percent acrylic. o :*n 2.05 ACCESSORY MATERIALS 10 C=) A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning _ `{yydingr' materials, and clean-up materials required to achieve the finishes specified r s$ecifica4h indicated or not; commercial quality. !Il = 1 B. Patching Material: Latex filler. �� CX) C. Fastener Head Cover Material: Latex filler. D cNir PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. Test shop -applied primer for compatibility with subsequent cover materials. 3.02 PREPARATION A. Clean surfaces thoroughly and correct defects prior to coating application. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. D. Surfaces: Correct defects and clean surfaces which affect work of this section. Remove or repair existing coatings that exhibit surface defects. E. Seal surfaces that might cause bleed through or staining of topcoat. F. Remove mildew from impervious surfaces by scrubbing with solution of tetra -sodium phosphate and bleach. Rinse with clean water and allow surface to dry. "' cti G. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri -sodium �a phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding 1� metals with a solution of sodium metasilicate after thoroughly wetting with water. Allowtodry. H. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot Ofllne defects after repair. o e I. Aluminum Surfaces to be Painted: Remove surface contamination by steam &-high pressure—"' water. Remove oxidation with acid etch and solvent washing. Apply etching primer irrFTediately following cleaning. J. Galvanized Surfaces to be Painted: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. K. Shop -Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Re -prime entire shop -primed item. L. Metal Doors to be Painted: Prime metal door top and bottom edge surfaces. 3.03 APPLICATION A. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. B. Apply products in accordance with manufacturer's instructions. PAINTING AND COATING 099000-5 City Park Pool ADA Renovations and Improvements 13.087 C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. E. Sand wood and metal surfaces lightly between coats to achieve required finish. F. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. G. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.05 PROTECTION A. Protect finished coatings until completion of project. B. Touch-up damaged coatings after Substantial Completion. END OF SECTION PAINTING AND COATING 099000-6 r— co Q (�co M o W a R► J N y.v LL o z r_Q vo .•, _ PAINTING AND COATING 099000-6 City Park Pool ADA Renovations and Improvements 13.087 SECTION 13 1110 - POOL GENERAL PROVISIONS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of contract, including General and Supplementary conditions and Division 1 Specifications, apply to this section. 1. Related Sections: Section 13 11 40 POOL EXCAVATION, PIPING & VALVES Section 13 1141 POOL STRUCTURE Section 13 1145 POOL FILTERS B. Published specifications, standards, tests, or recommended methods of trade, industry, environmental organizations and applicable code apply to work of this section. 1.02 GENERAL A. The Contractor shall furnish all materials, equipment and labor required to construct all mechanical elements of the swimming pool part of the project, including all yard and Mechanical Room pool piping, chemical feeders, etc. B. Contractor doing work in this Sections 13 1110 to 13 1146 must have at least 10 years of experience in similar construction and must submit a list of eight (8) operating pools similar to this project completed by the contractor in the last 5 years. C. Contractor doing work in Sections 13 1110 to 13 1146 must be pre -approval with local authority requirements and be prepared to submit the engineered drawings and required cut sheets if awarded the project. D. Pre -qualified contractors: 1. Aqualogic, Inc., 501 Industrial Blvd., Waconia, MN 55431, 952/856-7550, fax:952/856-7551 2. Associated Pool Builders, Inc., P.O. Box 2318, Bismarck, NO 58502, 701/258 012, fax: 701/224-9729 (IJ 3. Badger Swim Pools, Inc., N789 Golf Road, Prairie du Sac, WI 53578; 608/643-&40; fax:. 608/643-3732. -- _- 4. Pool Construction Inc./Global Specialties, P.O. Box 21387, 3220 Terminal D,", E6§an, W 55121, 651/406-8424, fax: 651/406-8242 - C! ) rn 5. Neuman Pools Inc., W9684 Beaverland Parkway, P.O. Box 413, Beaverr.Dekt, Wt 539]8;_ 920/885-3366. D U e« 03 SUMMARY CD co A. This division of the specifications is intended to describe the construction of the podf'and all related appurtenances. Only contractors capable of meeting the qualifications and furnishing all the work called for shall be considered. All work called for in this division shall be, and remain through the warranty periods, the responsibility of this contractor. This includes complete pool construction and in exact accordance with plans and specifications, including (but not limited to):pool,ructures, pool finish, accents, filtration system, pool heater, chemical feed system, recirculation syllbm, deck equipment and miscellaneous pool equipment as specified. D� M a� 4P v N CA POOL GENERAL PROVISIONS 13 1110 -1 City Park Pool ADA Renovations and Improvements 13.087 1.04 SUMMARY OF WORK A. Work by Owner/Other Sub -Contractor 1. Per plans B. Work by Pool Contractor 1. All as contained in this specification and SP Drawings. a. Includes related electrical and mechanical. 2. Layout pool with bench marks and exact location supplied by the plans and specifications. 3. Bulk excavation. Perform all required hand trimming of excavation of pool and surge tanks. 4. Dewatering of pool and surge tank excavation for ground water. High groundwater is not anticipated. If groundwater is encountered it is likely perched and can be dewatered via standard pumping methods. 5. Provide and install all required forms for pool construction and remove after use. 6. Furnish and install hydrostatic relief system at deep end of the swimming pool structures and in surge tank. 7. Provide and install required reinforcing steel for pool structure. 8. Construct shotcrete pool structures in accordance with the plans. 9. Construction of gutter channel and grate installation in accordance with the plans. a. The gutter system shall be installed level within a tolerance of + or— 1/16". 10. Thoro-seal (or equivalent) gutter. 11. Provide and install complete pool filtration and circulation system. a. Existing chemical automation and feed system to be reused. Verify all connections, requirements and capacities. b. Existing recirculation pump to be used for geyser system. New gauges and controls to be installed. ^c. All electrical/mechanical connections to be included in base bid and alternates cti accordingly. 0 10 and install entire recirculation systems for pool and water features and Schedule 40 Ping between pools and equipment room. UJ 1f FZAA and install ceramic tile accent striping and waterline tile. J fill F60ft and install Diamond Brite pool finish with required ceramic tile border. LF� and install depth markings and "NO DIVING" tile in deck. (,L IFFS0 and install all deck equipment and accessory equipment anchors shown and/or �., sped in this proposal. Coordinate all deck equipment and anchor installation with the N Cont',iEte Deck Contractor. Installation in or on the pool deck or elsewhere shall also be a part of the pool Contractor's work. a. Includes new 3m diving tower stairs w/ footings. i Submittals to include engineer certified drawings. b. Includes new hand rails on two existing 1 m diving stands. c. Includes supply and installation of all canopy structures w/ footings. ZZ_ i 6Submittals to include engineer certified drawings. rr 17. Provide instruction manuals and/or operation charts for equipment replaced. ' 18. Provide startup supervision upon project's completion and two follow up visits within the first month of operation. 19. Maintain a superintendent or foreman on the job when pool construction work is performed and when required for coordination with other contractors. Superintendent and foreman shall be familiar with the contract's documents and shall employ qualified and experienced mechanics of proper trades. 20. Provide complete shop drawings for pool's mechanical construction and related equipment to Engineer for approval. 21. Take all measurements for pool and pool's mechanical construction and be responsible for same. Coordinate the pool work shop drawings with all other contractors affected. POOL GENERAL PROVISIONS 131110-2 City Park Pool ADA Renovations and Improvements 13.087 22. Perform training sessions for the owner in all aspects of the pools operation, including, but not limited to, recirculation, disinfection, filtration, heating and winterization or draining. The owner must have had a complete introduction to their aquatic operations. Documentation of training is required. 23. Protect all work materials, fixtures and equipment from damage. Deliver all work to the owner clean and in perfect working condition. Keep work areas clean of debris and promptly remove waste materials from the premises. 24. The Pool Contractor is responsible for all pool work until accepted by the Owner. Acceptance of pool must correspond with agreed completion date stated. 25. Upon completion of the project and acceptance by Owner, the Pool Contractor to provide the Owner with a one (1) year full warranty on the pool shell and cover all pool equipment manufacturer's warranties based on the date of acceptance. C. Work by Others 1. Concrete deck, trench drains & piping, area drains & piping, fencing and railings. 2. Site access for heavy equipment. 3. Soil tests or soil engineering for pool placement and construction. 4. Furnish any water, power, or other utility necessary to complete the said Swimming Pool available to the said location for the use of the Pool Contractor. 5. Sodding and/or seeding of landscape areas. N 1.05 CODES AND STANDARDS A. All work shall conform to the latest editions of the following codes: �n o 1. State Building Code 2. City/County/State Swimming Pool Code -4c ) ro 3. Underwriters Laboratories (UL) - 4. National Fire Protection Association (NFPA)�m = 5. Plumbing code � Co 6. SMACNA Na 7. ASHRAE 1.06 PERMITS AND FEES A. The Contractor shall acquire all permits and approvals required for installation of the pool and pool equipment. The contractor must also arrange for inspections as required by governing agencies and obtain required certificates of inspection. Contractor shall pay all sales taxes, fees, permits and other costs pertaining to the installation of swimming pool equipment. 1. State plan review to be completed by design team. 1.07 DISCREPANCIES; AMBIGUITIES; OMISSIONS A. No oral interpretation will be made of the specifications or the drawings. Notify the Design Professional immediately if discrepancies or ambiguities in or omissions from the drawings and specifications are found. In the case of a discrepancy, the option which is more beneficial to the owner shall be used. B. Interpretations of the documents will be made only in form of an addendum. Addenda shall become a part of the contract documents. 1.08 SHOP DRAWINGS A. Submit shop drawings for all equipment in accord with General Requirements. B. All tank, vessel and structural shops to be signed by a structural engineer registered in the project location. 1.09 DRAWINGS A. Field measurements of existing objects shall take precedence over the information on the drawings. Any alteration of the plan described on the drawings due to a different field location shall be done in consultation with the Design Professional or his representative. POOL GENERAL PROVISIONS 131110-3 City Park Pool ADA Renovations and Improvements 13.087 1.10 CUTTING AND PATCHING A. Saw cut and or core drill all floor, wall openings not provided. B. All penetrations must be properly sealed in accordance with specifications. 1.11 EQUIPMENT ERECTION A. The Contractor shall install all equipment with best construction practices and in accordance with the manufacturer's instructions and recommendations. 1.12 TESTS A. The Contractor shall pay for all tests required and will provide all materials necessary to perform tests. B. All piping shall prove absolutely tight under required tests. Make tests before pipe is covered or connected to equipment. C. Remedy all defects found as result of testing. Repair, then repeat test as necessarily until results are acceptable. 1.13 RECORD DRAWINGS A. Prepare clear and accurate drawings or sketches showing as -built installation of piping, fixtures and equipment. Show any differences from original plans. Submit as -built drawing to the Design Professional and Owner at completion of work. 1.14 ACCEPTANCE OF WORK A. Acceptance shall follow the requirements of the General Conditions. When specified work is completed, the Design Professional, Owner and Contractor will conduct a detailed tour of work area prior to submitting formal acceptance of work completed. Complete conformance with the specifications in every detail is a condition precedent to the acceptance of the work by the Owner. The pool shall be a complete operating pool system with all mechanical equipment as specified in the project documents in place and operating before the Owner and the Design Professional will accept the work as complete. 1.15 MAINTENANCE AND OPERATING INSTRUCTIONS A. Submit three bound copies of maintenance and operating instructions for all equipment and instruct the Owner's representative on the proper use and maintenance of the new system and equipment. Manuals must include: 1. Valve legend and valve settings for pool operation procedures. F2 Pool draining and filling instructions. 0? Pooktequipment shop drawing/submittal information with operating and maintenance ap pures and product representatives contact name and numbers. ® Eent warrantee information. W am In�j7+. tion on cleaning requirements of stainless steel components. J (jV Rf ASbt drawings. Am" \8{AA{ IES 0 LLA. 1we CPn&tor shall guarantee all workmanship and material against defects for at least one year from FV date of acceptance. 1.17 START-UP A. The Contractor is responsible for start-up of system and balancing of flow rates. B. Water chemistry to be balanced by Contractor. C. All chemicals to be supplied by Owner from recommendation by Design Professional and Contractor. POOL GENERAL PROVISIONS 131110-4 City Park Pool ADA Renovations and Improvements 13.087 D. Water balance must include consideration of saturation index, disinfectant level, pH, calcium hardness, alkalinity and all required levels as dictated by State Pool Code. E. The contractor or their designees, as agreed upon by the Owner, must be on site for up to 4 hours per day, the day preceding grand opening, the day of grand opening, and the day following grand opening. The purpose of the on-site person is to assist the owner in maintaining the pools and related systems under full load and to ensure that staff is managing all equipment per the operations guidelines. 1.18 POOL DRAINAGE /WINTERIZING A. All drainage lines for winterizing or maintenance of the pool (s) must terminate with a Bch PVC ball valve with defined path to waste. 6 B. Contractor must be present at first draining / winterizing of the pools 0ppf regwr information. n,< C. Instruction Manual must include drainage instructions. "fin,,, N -<m s M PART 2 - PRODUCTS OZ = v 2.01 GENERAL D CO A. See plans for individual pool data and equipment listing. a' B. Product manufacturers and model numbers are listed to set a level of quality for each item specified. If using alternate manufacturers, it is the responsibility of bidding contractor to meet or exceed specified equipment. The Design Professional shall be sole judge of whether equipment submitted meets or exceeds specified equipment. C. All products are to be suitable for high corrosive environments, constructed of nonferrous materials or otherwise protected from rust/corrosion and approved for use in a pool mechanical room by the manufacturer or the Design Professional. 2.02 MISCELLANEOUS PRODUCTS A. Main Drain: The swimming pool main drain shall be the type pipe, size, and length per drawing. See Drawings for size and number. A two inch hydrostatic relief valve shall be installed in each sump as shown. Each drain grate and sump shall be tested and stamped compliant with the Virginia Graeme Baker pool and Spa Safety Act. B. Liquid filled pressure and vacuum gauges must be supplied for each pump installed. Stainless Steel cased gauges with 4" face to be used. Chlorine booster pump does not require gauges. C. Automatic Water Level Controller: the pool water level shall be maintained automatically as called out on the equipment list and shown on the drawings. —, ra D. Flowmeter Indicator: The flowmeter assembly shall consist of a Signet MK515 rotor -x sensor and a Signet MK5090 flow rate indicator. The flow sensor shall be fabricated of chemically resistant materials. Four permanent magnets shall be embedded in rotor blades and spun past a coil by flow of water producing a sine wave signal which is directly proportional to that flow. The flow sensor shall be accurate to + 1% of full scale reading with repeatability of + 5% of full scale. The flow rate indicator shall have a 0.5-1/2% dial with large, easy to read numbers. It shall be self powered and dampened to ensure smooth flow reading. Accuracy shall be +1% between 30% and 70% of full scale with a repeatability of + 1/4 % of full scale. E. Temperature indicator: The thermometer assembly shall consist of an angled in-line pool thermometer. A full flow thermometer after the heater bypass and a thermometer on each heater inlet & outlet are required. 2.03 SHADE STRUCTURES A. As supplied through: Boland Recreation Inc. 2347 Oak Park Rd POOL GENERAL PROVISIONS 131110-5 City Park Pool ADA Renovations and Improvements Marshalltown, IA 50158 641-752-6604 iowaparkplace@mchsi.com 2.04 3M DIVING TOWER PLATFORM A. As supplied through: Boland Recreation Inc. 2347 Oak Park Rd Marshalltown, IA 50158 641-752-6604 iowaparkplace@mchsi.com 2.05 WATER FEATURES A. As suppliedthrough: Boland -Recreation Inc. 2347 Oak Park Rd Marshalltown, IA 50158 641-752-6604 iowaparkplace@mchsi.com PART 3 - EXECUTION 3.01 GENERAL 13.087 A. The contractor shall install all equipment and structures with best construction practices and in accordance with the manufacturer's instructions and recommendations and in accordance with all local and state codes. B. All flanges, bolts, nuts, gaskets or any part in contact with water must be stainless steel or non- metallic unless otherwise specified. 1. All other mounting hardware, flanges, bolts, nuts, materials, etc. are to be stainless steel. Where stainless steel products are not reasonably available, products must be galvanized or otherwise protected from rust/corrosion. POOL GENERAL PROVISIONS 131110-6 r— c� 4s ® O�CC:) d t N rV Z UO cra 0 N POOL GENERAL PROVISIONS 131110-6 City Park Pool ADA Renovations and Improvements SECTION 13 1140 - POOL PIPE, FITTINGS & VALVES PART 1 -GENERAL 1.01 RELATED DOCUMENTS 13.087 A. Drawings and general provisions of contract, including General and Supplementary conditions, Division 1 and Section 13 1110, apply to this section. B. Published specifications, standards, tests, or recommended methods of trade, industry, environmental organizations and applicable code apply to work of this section. 1.02 GENERAL A. Furnish all labor and material necessary to complete all excavation of pool, pipe trenches and related appurtenances. B. Furnish all labor and material necessary to complete all backfill of pool walls, pipe trenches and related appurtenances. C. The Contractor shall furnish materials, equipment and labor to furnish, install and test the piping as described on the drawings and as herein specified. D. The Contractor shall furnish materials, equipment and labor to furnish, install and test the valves as part of the piping system as described on the drawings and as herein specified. 1.03 SUMMARY A. This section of the specifications is intended to describe pool excavation, piping, valves and all related appurtenances. - PART 2 -PRODUCTS 2.01 GENERAL 2.0 ' 2.03 I I A. Valves 3" and larger shall be wafer style for ANSI flanges with lever operators to 6". 8" and larger 2 to be gear operated. Bodies and discs to be P.V.C. Seats and seals to be EPDM. CcAractor is cautioned to verify proper sizing to avoid restriction of flow through valves.co B. All fittings to be molded; fabricated fittings are not permitted. GRANULAR BEDDING MATERIAL" A. The aggregate bedding material placed under pool floor and around piping shall meet the— hefollowing followinggradation requirements: Sieve Size Percent Passing 25.0 mm (1 inch) 100r) o 19.0 mm (3/4 inch) 90-100 nd 9.5 mm (3/8 inch) 50-95 N 0 4.75 mm (#4) 35-85 =� m z M 2.00 mm (#10) 20-65 �7C co 425 um (#40) 10-35 T' N 75 um (#200) 3-10 INTERCONNECTING PIPE FROM FILTER SYSTEMS TO POOL A. All piping connecting the filter system to the pool recirculation system shall be schedule 40 rigid P.V.C. pipe solvent weld bell with schedule 40 P.V.C. solvent weld fitting which conform to the requirements of ASTM D1785, Type 1 - Schedule 40. All connections to filter or recirculation system 2-1/2" and under in size shall be threaded connections. All connections to filter or recirculation system 3" and over in size shall be flanged connections. Any and all piping carrying water in excess of 110 degrees Fahrenheit shall be C.P.V.C., in excess of 140 degrees Fahrenheit shall be hard copper. The same shall be true for fittings. Piping shall be installed in accordance with the latest POOL PIPE, FITTINGS & VALVES 131140-1 City Park Pool ADA Renovations and Improvements 13.087 ASTM Publication for Specified Pipe. (PVC: requirements of ASTM D1784 and ASTM D1785 - Schedule 40, CPVC: requirements of ASTM D-1784 and F-441) 2.04 SUPPORTS AND HANGERS A. Supports and hangers can be clamp, saddle angle, spring or other standard type. Broad, smooth bearing surfaces are better than narrow or sharp contact, since they minimize danger of stress concentration and physical damage. All mountings and anchors shall be non -corrosive material. B. Pipe runs in the equipment room shall be supported on Unistrut installed from wall to wall across width of equipment room. Bottom of Unistrut to be minimum T-6" feet above finished floor. Unistrut to be sized and installed per manufacturer requirements for span and load. Unistrut spacing per spacing requirements for PVC pipe as given in table in this section. Coordinate with general contractor. Coordinate with electrical contractor for lighting installation C. Supports generally should not clamp pipe and prevent end wise movement needed to allow for thermal expansion. Rigid clamping is advisable at values and fittings located near sharp changes in direction when line is subjected to wide temperature changes. With exception of coupling, all plastic fittings shall be supported individually and valves shall be braced against operating torque. Generally, vertical runs are supported by spring hangers and guided with ring or U -bolts, which restrict movement of rise to one plane. See support spacing chart that follows: 0 W .J 2.05 Nominal pipe size (inches) s� SUPPORT SPACING FOR PVC PIPE (IN FEET) Schedule 40 Schee 60° F 1100° F 1140° F 60° F 1109 4% 4 2 '/ 5 4 '/: 5 51/2 6 6 7 7 '/z 8 '/z 4 9 5 '/ VI 10 4 '/z 2 '/z fy 5 BUTTERFLY VALVES 4 2 '/z 5 '/ 4 '/z 4 '/z 2 '/z 6 5 5 3 6% 5%z 5 3 7 6 6 3'/: 8 7 6 '/z 4 9 7 '/2 7 '/2 4 '/: 10 9 8 4 '/z 11 9 '/z 8'/z 5 12 10 2% 2% 3 3% 3% 4 4% 5 5 '/ A. Alh Butterfly Valves shall be wafer style. All solid thermoplastic butterfly valves shall be of the lined, body design and seal bubble tight with only the liner and disc as wetted parts. The disc shall have-double"O" ring seals on top and bottom trunnions of the same material as the valve liner. Liner shalir:Ibe molded and formed around the body, functioning as a gasket on each side of valve. Stem shat& of stainless steel and have engagement over the full length of the disc. B. Valve operators shall be either of the hand wheel of hand lever type as indicated on the drawings. These manual operators shall be designed to hold the valve in any intermediate position between fully open and fully closed without creeping or fluttering. Operators shall be equipped with mechanical stop -limiting devices to prevent over travel of the disc in the open and closed positions. Valves shall close with a clockwise rotation. Operators shall be fully enclosed and designed to produce the specified torque with a maximum pull of 80 Ib. on the hand wheel. Operator components shall withstand an input of 300 ft. Lbs. at extreme operator position without damage. Valves less than 8" diameter shall be lever operated. Valves greater than or equal to 8" diameter shall be gear operated. C. Valve position indicators shall be provided on all butterfly valves. POOL PIPE, FITTINGS & VALVES 131140-2 City Park Pool ADA Renovations and Improvements 1 2.06 CHECK VALVES 13.087 A. Check Valve shall be swing style, flangeless and with spring assisted closure. Valve shall be designed to be installed between ANSI 123#/1150# flanges with a P.V.C. body, one piece disc and disc arm; 316SS shaft, shaft bushings and spring; a Buna-N seat mounted in the body. The valve shall comply with performance standards of AWWA C-508. B. Check valves three (3) inch and larger shall be wafer style. Bodies and discs to be P.V.C. Seats and seals to be EPDM. C. Check valves two and one-half (2 %) inches and smaller shall be socket true union. Socket and threaded bodies to be P.V.C. or C.P.V.C. Seats and seals to be EPDM. 2.07 BALL VALVES A. Ball valves two and one-half (2 %) inches and smaller shall be socket true union. Socket and threaded bodies to be P.V.C. or C.P.V.C. Seats and seals to be EPDM. 2.08 GATE VALVES N A. Gate valves two and one-half (2 %) inches and smaller - brass body with rising stem agg suitable for 125# S.W.P. threaded ends. Valves must be true union. is a� 2.09 VALVES FOR HEATERS nn A. Valves for heater bypass, connected to copper piping, must be brass valves. _n-< — r N 2.10 WATER LEVEL CONTROL VALVE �r :<m a M A. The water level control valve shall be as specified in the equipment listEs4O ins�falled manufacturers requirements. a= rn N PART 3 - EXECUTION rn 3.01 GENERAL A. The contractor shall install all piping, fittings, valves and related appurtenances with best construction practices and in accordance with the manufacturer's instructions and recommendations and in accordance with all local and state codes. 3.02 PIPING TRENCH A. Trench Excavation 1. The Contractor shall dig the trench to the alignment and depth shown ori the plans. The trench shall be sufficiently straight to permit the pipe to be laid true to line in the approximate location of the trench as indicated on the drawings. 2. The Contractor shall excavate, brace, sheet and drain the trench so that workmenylay work safely and efficiently therein as required by OSHA Regulations. 3. The Contractor shall discharge dewatering pumps to the natural drainage channels. 4. The trench width may vary and will depend upon the depth the trench, the diameter and number of pipes to be laid and the nature of the material to be excavated. Trench widths, side slopes and trench bracing and sheeting shall conform to the regulations of OSHA and the appropriate state agency. 5. The sides of the trench shall be as nearly vertical as practical below a point one foot above the top of the pipe. B. Preparation of trench bottom 1. The trench shall not have standing water when trench bottom is prepared or when pipe is laid. 2. Excavate bell or flange holes if so required, so that after placement only the barrel of the pipe receives bearing pressure from the trench bottom, and the pipe is true to line and grade. C. Pipe laying POOL PIPE, FITTINGS & VALVES 131140-3 City Park Pool ADA Renovations and Improvements 13.087 1. Pipe shall be carefully lowered into trench piece by piece in such a manner as to prevent damage to materials and protective coatings. Under no circumstances shall pipe materials be dumped into the trench. 2. Before lowering and while suspended, inspect the pipe for defects and coating damage. Any defective, damaged, or unsound pipe shall be rejected and removed from the site. 3. Remove all foreign matter or dirt from the inside of the pipe before it is lowered into its position in the trench, and keep the pipe clean by approved means during and after laying. 4. Bed every pipe uniformly throughout its entire length. D. Backfill at pipe zone 1. Place Granular Bedding Material in the trench simultaneously on both sides of the pipe for the full width of the trench in six (6) inch lifts to a point one half the pipe diameter above the invert. 2. Place Granular Backfill Material in the trench from the mid height of the pipe to a point 12" above the pipe. 3. Compact bedding and backfill materials using vibrating or other mechanical equipment suitable for the soils encountered, to a density equal or greater than 100%, or as stated below, of the maximum density as measured by the Standard Proctor Test ASTM Designation D-698. i' 4.: The pipe zone extends from the bottom of the trench to a point 12 inches above the top of the pipe. "-n 5. The Design Professional may require backfill in the pipe zone to be placed by hand if the pipe is disturbed by backfill operations or if the backfill material is not properly compacted. E. Trench backfill 1. Backfill the trench above the pipe zone with trench excavated material. The backfill shall be placed in lifts, not to exceed one foot in compaction thickness. Compact each lift using vibrating or other mechanical equipment suitable for the soils encountered, to a density equal or greater than 100% of the maximum density as measured by the Standard Proctor Test ASTM Designation D-698. 2. Tests to determine the compacted density of the backfill shall be ordered by the Design Professional if in the Design Professionals' opinion the compaction is not adequate. 3. All excess material shall be hauled by the Contractor to a disposal area as directed by Construction Manager. 3.03 PIPING A. Testing of pipe connecting the filter systems to the pool circulating system shall be as follows: 1. All testing shall be done with water under pressure. 2. All piping under pressure shall be tested at 35 PSI for one full hour without any significant CID drop in ressure. 0 34zAll pi under vacuum or gravity flow shall be tested at 35 PSI for one full hour without any si Cpnt drop in pressure. 4Q If faits test, the Contractor his W will repair or replace pipe at own expense. J 5 If passes test, this does not release the Contractor of his responsibility to guarantee N "Against _ pi materials and/or workmanship during warranty period. LLB_ ng~ be properly labeled and marked in accordance with these specifications and all local and to Mips. Piping must be marked by label, color code, tag, or other distinguishing marking (perronent rfMrker is not acceptable): N a. for direction of flow; and b. for identifying pool, feature, or amenity served. 3.04 GLUE A. The glue used for connecting PVC and CPVC pipe shall be clear in color at all locations where the pipe is visible. Pipe installed in non-visible locations may be connected with colored glue. B. Glue as manufactured by IPS, cement No. 717 (clear) or equal. (Up to 12" Schedule 80) POOL PIPE, FITTINGS & VALVES 131140-4 City Park Pool ADA Renovations and Improvements 13.087 C. Primer as manufactured by IPS, primer No. P70C (clear) or equal. 3.05 VALVES A. The contractor shall install all valves with best construction practices and in accordance with the manufacturer's instructions and recommendations. All flanges, bolts, nuts, riser handles and gaskets must be non -corrosive, stainless steel or non-metallic unless otherwise specified. B. Valves must be number tagged and identified in operation manual and wall chart. END OF SECTION r N O 0 AM iJ g ?i iJ S A ! O .., C= H I POOL PIPE, FITTINGS & VALVES 131140-5 City Park Pool ADA Renovations and Improvements 13.087 THIS PAGE INTENTIONALLY LEFT BLANK POOL PIPE, FITTINGS & VALVES 131140-6 -a3 - UJ J LL > z F -Q �3 o � I POOL PIPE, FITTINGS & VALVES 131140-6 I M City Park Pool ADA Renovations and Improvements 13.087 SECTION 13 1141 - POOL STRUCTURE PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of contract, including General and Supplementary conditions, Division 1 and Section 13 1110, apply to this section. B. Published specifications, standards, tests, or recommended methods of trade, industry, environmental organizations and applicable code apply to work of this section. 1.02 GENERAL A. Furnish and apply all forms required for the placement of cast -in-place concrete and grout. B. Furnish and install concrete reinforcement as shown on the plans and specified herein. C. The work in this section includes providing all supervision, materials, labor equipment and related services necessary to furnish and install all shotcrete material indicated on the drawings. D. The required applications of sealants include all sealants shown and required for weather tight construction. 1.03 STANDARDS OZn a A. FORMWORK: Conform to the following standards: =<t n. LLJ 1. ACI -347-68. "Recommended Practice for Concrete Formwork" j 2. ACI -301-89, "Specifications for Structural Concrete for Buildings" — B. REINFORCING: Conform to the latest editions of the following standards as set forth by the following publications of the American Concrete Institute and Concrete Reinforcing Institute: 1. ACI -318 "Building Code Requirements for Reinforced Concrete." 2. ACI -315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures." 3. CRSI Design Handbook. C. SHOTCRETE: The work shall conform to the latest editions of the following standards /specifications unless otherwise noted: 1. ACI 117, "Standard Tolerances for Concrete Construction and Materials" 2. ACI 301, "Specifications for Structural Concrete for Buildings" 3. ACI 305R, "Hot Weather Concreting" 4. ACI 306R, "Cold Weather Concreting" 5. ACI 318, "Building Code Requirements for Reinforced Concrete" 6. ACI 347, "Recommended Practice for Concrete Formwork" 7. ACI 506R, "Guide to Shotcrete" 8. ACI 506.2, "Specification for Materials, Proportioning and Application of Shotcrete" (Revised 1983) 9. ACI 506.3, "Guide to Certification of Shotcrete Nozzleman" 1.04 SUMMARY A. This section of the specifications is intended to describe the pool structure, aioA4ormutp�, reinforcement, shotcrete, subgrade fill, sealants and all other related appurtenance N r PART 2 -PRODUCTS Orn Z M 2.01 GENERAL a= 0 A. Submit shop drawings/submittals for checking and approval: aN+ 1. Reinforcing 2. Shotcrete mix design including: a. The proportions and types of all materials. b. Fine and coarse aggregate gradations per ASTM C33. POOLSTRUCTURE 131141-1 City Park Pool ADA Renovations and Improvements 13.087 c. Method of determining the mix design proportions. d. Water/cement ratio and slump. e. Air content of both plastic and hardened concrete. f. Compressive strength at 7 and 28 days per ASTM C39. g. Nozzleman's ACI certification or resume of past project history demonstrating successful experience on projects of comparable size and scope as to that of the proposed work. 3. Sealants including: a. Manufacturer's specifications. b. Manufacturer's recommendations. c. Installation instructions. 2.02 GRANULAR BACKFILL MATERIAL A. All subgrade stabilizing aggregate under the pool structure shall meet the following gradation requirements: Sieve Size Percent Passing B. Th oad bearing fill shall consist of any pit -run or crusher run material that is so graded from coarse o fine that, of the portion passing a one inch sieve, not more than 15 per cent by weight, will pass a No. 200 sieve. 2.03 CONCRETE CONSTRUCTION JOINT SEALANTS A. Surface Preparation: Surfaces must be clean and dry. Remove all dirt, rocks, rust or other debris. Do not install WATERSTOP-RX in standing water. B. Must have a three inch (3") concrete cover to exterior concrete surface. C. Use flat serrated type when little or no joint movement is expected. Approved products: 1. Polyvinylchloride (PVC) Type, Serrated (ribbed), flat or 2. Centerbulb by Greenstreak Plastic Products Co. or 3. Volclay WATERSTOP-RX, Bentonite Strip Waterstop System as produced by Colloid Environmental Technologies Company, Arlington Heights, IL. (with Design Professional's specific application approval) or 4.vApproved equal. �il2.04 C(NNCRET6 WALL PENETRATION SEALANT A. Link Sealltiust be used to seal wall penetrations for piping when core drilling is used. 1. Bentonite strip waterstop (WATERSTOP-RX) at concrete joints or wall penetrations only if approved by the Design Professional for a specific application. 2.05 JOINT CAULK A. Caulking as shown on the plans at the joint between the stainless steel perimeter and pool wall and/or at construction joints, shall be performed by a contractor experienced in such installations. Material to be: 1. two-part epoxy joint sealant, 940 FCS Dual Tube System by Cobitco/Pressure Patch; or 2. Tremco Vulkem 116 (cure time or painting required); 3. PCI 270 with accelerant; or POOLSTRUCTURE 131141 -2 .35.0 mm (l inch) 100 V119.0 ma((3/4 inch) 90-100 0 4%.53/8 inch) 50-95 W r.7(#4) 35-85 20-70 JcQ.0(irft(.#10) X250) 10-45 W 25 A 00) 7-15 B. Th oad bearing fill shall consist of any pit -run or crusher run material that is so graded from coarse o fine that, of the portion passing a one inch sieve, not more than 15 per cent by weight, will pass a No. 200 sieve. 2.03 CONCRETE CONSTRUCTION JOINT SEALANTS A. Surface Preparation: Surfaces must be clean and dry. Remove all dirt, rocks, rust or other debris. Do not install WATERSTOP-RX in standing water. B. Must have a three inch (3") concrete cover to exterior concrete surface. C. Use flat serrated type when little or no joint movement is expected. Approved products: 1. Polyvinylchloride (PVC) Type, Serrated (ribbed), flat or 2. Centerbulb by Greenstreak Plastic Products Co. or 3. Volclay WATERSTOP-RX, Bentonite Strip Waterstop System as produced by Colloid Environmental Technologies Company, Arlington Heights, IL. (with Design Professional's specific application approval) or 4.vApproved equal. �il2.04 C(NNCRET6 WALL PENETRATION SEALANT A. Link Sealltiust be used to seal wall penetrations for piping when core drilling is used. 1. Bentonite strip waterstop (WATERSTOP-RX) at concrete joints or wall penetrations only if approved by the Design Professional for a specific application. 2.05 JOINT CAULK A. Caulking as shown on the plans at the joint between the stainless steel perimeter and pool wall and/or at construction joints, shall be performed by a contractor experienced in such installations. Material to be: 1. two-part epoxy joint sealant, 940 FCS Dual Tube System by Cobitco/Pressure Patch; or 2. Tremco Vulkem 116 (cure time or painting required); 3. PCI 270 with accelerant; or POOLSTRUCTURE 131141 -2 City Park Pool ADA Renovations and Improvements 13.087 4. Ruscoe Permanent Sealer, or 5. Approved equal. 2.06 FORMWORK A. Board Forms: "Standard" Grade Douglas Fir. 'a3 B. Plywood Forms: Exterior fir plywood, EXT-DFPA-AC. Use for all walls wtiggre j pose, view. C. Form Ties: For exposed work, obtain Design Professional's approval of type uiw� D. Premade contraction joint strips if used for deck construction must not affeml%sufoce sM. Finished slope is expected to be smooth over joint strip insert after removal. 6:0 = 0 2.07 REINFORCING BARS D Co A. Reinforcing Bars: ASTM A615 Grade 40 B. Fabricate to dimensions shown on the plans in accordance with requirements of the Concrete Reinforcing Steel Institute. All bars shall be bent cold, unless otherwise permitted by the Design Professional. No bars partially embedded in concrete shall be field bent except as shown on the plans or as specifically permitted by the Design Professional. 2.08 SHOTCRETE A. Materials: 1. Portland Cement: Type I, ASTM C150 (non air -entrained). 2. Aggregate: Fine aggregate shall conform to ASTM C33 (natural sand) Coarse Aggregate 1 shall conform to ASTM C33, #4 maximum size, class 4S. A combined grading of fine and coarse aggregate should conform to one of the gradings of Table 202b of ACI 506.-) 3. Water: Mixing water shall conform to ASTM C94. 4. If an admixture is included as part of the mix design submittal, a written explanation of the reason for the admixture must be included with the submittal. 5. Fly Ash is permitted in the shotcrete mix as approved by the Design Professional. Flyash is a recycled product. It's content by weight shall be submitted for LEED. 6. No chloride, chloride compounds, or materials containing a chloride will be perrr?5ed in @ mix. B. Requirements: vi 1. Shotcrete shall have a minimum compressive strength of 5000 psi at 28 days as measured by ASTM C39 procedures. 2. The maximum water/cement ratio shall be 0.31 for walls and 0.39 for floors. 3. Wet or dry mix process may be used for pool construction. 4. The air content of the hardened shotcrete shall be 6.5+1% when measured in accordance with ASTM C231. 5. Shotcrete shall have a slump no greater than three inches (3") for the walls and four inches (4") for the floors. C. The mix proportions shall be controlled volumetric or weight batching in accordance with ASTM C685. Batching and mixing equipment shall be capable of proportioning and uniformly dispersing all materials at a rate that will provide adequate production. 2.09 MORTAR BED GUNITE OPTION A. All cement for gunite shall conform to the requirements of the "Standard Specifications for Portland Cement", serial designation C-150 of the A.S.T.M. and shall be Type I or II (except where ' transit mixed cement is to be employed) and shall be delivered to the job site in original packages or bulk tanker and adequately protected from the weather during storage. B. Gunite sand shall consist of clean, hard, sharp particles, and moisture content shall not exceed 5% and the sand shall be well graded in size within the following limits: Passing Through Percent Passina POOLSTRUCTURE 131141 -3 City Park Pool ADA Renovations and Improvements 13.087 3/8" screen 100 No. 4 mesh sieve 98-100 No. 8 mesh sieve 70-95 No. 16 mesh sieve 60-85 No. 30 mesh sieve 45-65 No. 50 mesh sieve 15-35 "g No. 100 mesh sieve 0-5 C. Proportions shall be one part cement to four parts gunite sand by volume mixed dry for a period of not less than one minute after materials have been added. D. Hydration shall occur at the nozzle or the cement gun, using just enough water so that no slump shall occur in the gunite. E. The cement gun shall be equipped with an air pressure gauge and the air pressure at the end of the gun shall not be less than 45 lbs. nor more than 70 lbs. when hose is 200 feet in length or less. Air pressure shall increase 5 lbs. for each additional 50 feet of material hose used, but not more than 300 feet of material hose shall be used unless approved by the Owner and Architect. F. Water pressure at the nozzle shall be maintained at not less than 15 lbs. greater than the air pressure at the gun. G. The structural gunite shall be applied against original undisturbed soil thoroughly compacted earth, or suitable forms that will not yield during application of the gunite. H. Surfaces upon which the gunite is to be applied shall be shot at a right angle to the surface, startinga the bottom and continuing upward. It will be built up in layers of thickness that will not dump, j*owinc�ufficient time between the placing of layers for initial set to take place. T AllAnos4lqUI aggregate or rebound shall be removed from the surface being gunited before cing`�uc ' g layers, and whenever possible, the first layer shall entirely cover the reinforcing ..!Pel intwde4ftecure it in its proper position. "7 Oro-tqun"st cylinder shall betaken for each 50 yards of gunite placed. �K WAed iigmesh shall be used for reinforcement when applying thin layers of gunite on a pool shell tgeach Val finish dimensions. The mesh shall be galvanized hot dipped, welded trimmed constrLIMion, 0.08 inch wire, 0.92 inch opening by McNichols Company or equivalent. 2.10 DIAMOND BRITE POOL FINISH A. Diamond Brite "Exposed Aggregate Finish" as manufactured by Southern Grouts & Mortars, Pompano Beach, FL. Additional work with this product includes lane markers and accent striping; all, as shown on the drawings. B. The final surface must be of a white color. Any other color must be approved by the Design Professional and all local authorities prior to the purchase of the product. 2.11 TILE A. Tile: Products manufactured by American Olean Tile Company and Dal Tile are acceptable. B. Portland Cement, ASTM C-150, Type 1 1. Sand, ASTM C-144 2. Lime, ASTM C-206, Type S or ASTM C-207, Type S 3. Water, Potable C. Furnish standard grade unglazed ceramic floor tile meeting ANSI 137.1 in 2" x 2" x 1/4" tiles at locations shown on drawing. POOLSTRUCTURE 131141 -4 City Park Pool ADA Renovations and Improvements D. Furnish custom letters and numbers and standard designations in 6" x 6" tiles at locations shown on the drawings. All tile on the deck must be non -slip. Depth markers must properly represent the water depths where they are located. E. Custom letters, numbers, and standard designations must be in a dark contrasting color to the pool floor and pool deck. If a color other than black is proposed it must be approved by the Design Professional. F. Bond coat shall be latex Portland cement mortar in compliance with ANSI A108.5. Color to be consistent with grout. G. Grouting material shall be premixed, sanded, colored tiles grout in accordance with ANSI Al08.10. Color to be selected by Architect. H. Caulking sealant to be 100% silicone material appropriate for use in the designated building area conforming with Federal Specifications TT -S-0015443. I. Lane Marker Tile Color: Ceramic tile lane markers are to be black. Submit colors to be approved by Architect/Owner, PART 3 - EXECUTION 3.01 GENERAL A. Handle and store all products in accordance with manufacturer's instructions. 3.02 SEALANTS A. Installer. A fine with a minimum of 5 years successful experience in the application of the types of materials required, and who agrees to employ only skilled tradesmen for the Work. B. Deliver materials in manufacturer's original, dated, unopened containers, plainly marked with the manufacturer's name, type, and color. C. Clearly indicate the components of multiple -part materials. D. Comply with sealant manufacturer's printed instructions, except where more stringent requirements are shown or specified and except where manufacturer's technical representative directs otherwise. '" C`3 1. Clean joint surfaces immediately before installation of sealant. Re r> @ didjp coating, moisture and other substances which would interfere with bond sealant. Y -- 3.03 FORMWORK -j V LIJ to A. Construct forms to slopes, lines and dimensions shown, plumb and straightfflt',2ntly ftt to prevent leakage. �C - 0 413 B. Brace, shore, and to to prevent displacement due to weight of liquid concRiete toggther with movement s of workers, material. Use two (2) inch dimensional lumber edge forms for yigbs where necessary to obtain straight edges, joints. C. Form slots, chases, recesses, openings indicated and/or required by other trades. *perate in locating sleeves, anchors, nailing blocks, etc. n D. Deflection in form work shall not exceed 1/360 of each component span. E. Horizontal form joints will not be permitted in beams. IC7 N r F. Provide 3/4" chamfer on all exposed comers. G� _ G. Set embedded items as required. D� c 0 H. Keep all board and plywood forms wet previous to placing concrete; wet thoroughl2just before placing. I. Remove forms in manner to insure safety of structure. POOLSTRUCTURE 131141 -5 City Park Pool ADA Renovations and Improvements iBZ1XYI 1. Thrust block, curb and base forms may be removed in 24 hours. Wall forms may be removed in 48 hours. 3.04 REINFORCING A. Steel bars for concrete reinforcement shall be of specified size, shape and locations called for in the drawings. Place reinforcement accurately according to the plans and approved shop drawings and secure in position by approved accessories. Minimum clear distance between parallel bars shall be not less than 1-1/2 times the bar diameter or less than 1-1/3 times the normal size of the coarse aggregate, or less than 1 ". 1. Spacers, chairs, ties, and other devices shall be as necessary for properly placing, spacing, supporting and fastening reinforcement in place. 2. Metal reinforcement shall be accurately positioned and secured against displacement by using annealed iron wire ties or suitable clips at intersections. 3. Vertical reinforcement in all concrete walls shall be spaced its proper distance from the face of forms by means of approved pre -cast mortar or concrete blocks. a. The size of the surface of the blocks to be placed adjacent to the forms shall not exceed 21/2" square and the blocks shall be accurately cast to the thickness required. b. A suitable iron tie shall be provided in each block, such wire to be used to anchor the block to the steel in order to avoid displacement. B. No splices of reinforcement shall be made except as shown on the plans, or as specified, or as authorized by the Design Professional. C. Welded wire fabric shall have a length of lap of not less than the length of one mesh, Reinforcing bars, lap 36 bar diameters. D. Reinforcing bars must be tied on at least 50% of all joints. E. Before placing, thoroughly clean reinforcement of any coating, which would reduce bonding. F. Do not heat, cut or bend bars without Architect's approval. G. Do not splice reinforcement at points of maximum stress. 1a,Stagger �" �specifWz � 1. TAS reii�Om - Qthenfie �J c ■J 1 NAII Win in 3,66. SijQTt� O 3 LLA. TtW ha9 indicag on the splices in adjacent bars and provide a minimum class "B" fusion splice, unless ly noted otherwise on drawings. g shall be protected by the thickness of concrete indicated on the plans. Where not concrete coverage over the reinforcement shall 3". installations shall be inspected prior to the placement of shotcrete. shotcrete shall conform to the original element boundaries or as otherwise wings. Build in any required anchors or other embedments, and box out for any requirearopenings. B. Adequate ground wires shall be installed to establish the thickness and surface planes of the shotcrete build-up. 1.. -Both horizontal and vertical ground wires must be installed to establish the thickness and surface .planes of the shotcrete build-up. 2. Both horizontal and vertical ground wires must be installed at corners and offsets not clearly F established by form work (at exterior corners of walls, column or beam corners, and other �.` locations). They may also be used as screed guides. 3. Eighteen (18) or twenty (20) gauge hard steel piano wire shall be used. 4. Ground wires should be tight and true to line, and placed in such a manner that they may be further tightened. C. Where shotcrete is to be placed against earth surfaces, such surfaces shall first be thoroughly compacted and trimmed to line and grade. Shotcrete shall not be placed on any surface which is POOLSTRUCTURE 131141 -6 City Park Pool ADA Renovations and Improvements 13.087 frozen, spongy, or wherever there is free water. The surface shall be kept damp for several hours before applying shotcrete. D. Where a layer of shotcrete is to be covered by a succeeding layer, it shall first be allowed to take its initial set. 1. All laitance, loose material and rebound shall be removed by brooming. 2. Any laitance which has been allowed to take final set shall be removed by sand blasting and the surface cleaned with an air -water jet. 3. The surface shall be thoroughly sounded with a hammer for drummy areas resulting from rebound pockets or lack of bond. Drummy area, sags or other defects shall be carefully cut out and replaced with the succeeding layer. 4. Surfaces to be shot should be damp. E. Surfaces which do not receive shotcrete, such as wood framing, shall be protected with waterproof or other adequate means. Adjacent structures or grounds which would be damaged by dust and rebound shall also be protected. F. When placing shotcrete material: 1. Keep the granular base surface damp prior to shotcreting. Do not place shotcrete against surface that is frozen, spongy, or where there is free water. 2. Do not place shotcrete if the temperature of adjacent concrete is below 40 degrees F. Or above 85 degrees F., unless cold or hot weather concreting procedures are followed according to ACI 305R and 306R. 3. Control application thickness, air pressure and/or water content of the shotcrete to prevent sagging and/or debonding of successive layers. 4. The application nozzle shall be held as at such a distance and angle to facilitate placement of the shotcrete behind reinforcement prior to accumulation on the face of the reinforcement. 5. All reinforcement should be clear and free from scale, loose rust, soil, oil or other coatings that interfere with bonding. 6. Remove all overspray or rebound before final set and shotcreting adjacent surfacgs. Do not use rebound or overspray material in the shotcrete mix. — 7. Contractor shall provide best mix design, placement and curing techniquesA minimize shrinkage cracking. G. Notify the Design Professional 24 hours in advance of any shotcrete place=ntscA0 receive permission to proceed before placing any shotcrete. CD gnZ H. The wall and floor surfaces shall receive a finish as follows: n� < �; 1. Wood float; steel trowel; then a light broom finish. N r 2. Interior concrete of the pool shall be finished per drawings. �r s 3. The pool floor shall be wood floated after concrete is placed, shaped and BQthE&p b l]21 Cir the initial "set" has developed (true for alternate finish also). MC= co v 4. After curing seven (7) days the entire concrete surface to be acid cleaneA rem W*' any grit, laitance and other concrete components. The acid must be hosed off under pressure. 5. Examine the entire surface for abnormal roughness. I. Curing and Cold Weather Protection: It is required that surfaces be kept continuously wet for at least seven (7) days. Spray applied membrane curing will not be permitted. The air in contact with shotcrete surfaces shall be maintained at temperatures above freezing for a minimum of seven (7) days. More detailed recommendations on winter protection may be found in ACI 306R. J. Construction joints shall cross plane changes in the pool structure at no less than a 45 degree angle or run parallel at a minimum distance of 24" to a plane change such as the wall to floor transition, floor slope transitions and wall to wall corners. No joint shall occur within the length of a plane change. 1. Construction joints shall be built using PVC membrane waterstop unless otherwise approved by the Design Professional in advance of any shotcrete placement. POOLSTRUCTURE 131141-7 City Park Pool ADA Renovations and Improvements 13.087 2. Construction cold joints are to be tapered to a thin edge, over a width of about one (1) foot. Square construction joints allowed only where the joint will be subjected to compressive stress. The entire joint shall be thoroughly cleaned and wetted prior to the application of additional shotcrete. No more than two (2) cold joints around perimeter of pool. a. A slurry of neat cement must be used on all cold joints immediately prior to installation of additional concrete. (submit mix for review - generally portland cement, bonding agent, water) b. The neat cement application must be preceded by air washing with an air compressor. c. A cold joint cannot be left longer than 48 hours. If more than 48 hours is used between pours, a construction joint must be used. K. TESTING - FIELD QUALITY CONTROL 1. Testing shall be performed per the requirements set forth in division 1 and as stated in this section. 2. A slump tests shall be for every 50 cubic yards of shotcrete placed or each day of shotcreting, whichever creates more tests. 3. The Contractor shall cast 1 test panel of shotcrete for each 50 cubic yards of shotcrete placed or each day of shotcreting, whichever creates more test panels. The panel shall be gunned in the same position as the work it represents. The minimum dimensions of the test panel shall be 24" by 24" by 4". The test panel shall be field cured for 48 hours in the same manner as the work it represents. A representative of the Owner or the Design Professional shall transport the test panel to the Testing Agency for required testing. a. On each test panel, the Testing Agency shall perform the following tests or tests as 0% directed by the Design Professional: 4. 6§ix, 3" `iometer concrete cores shall be obtained in accordance with ASTM C42. iores shall be laboratory cured in water for a minimum of 40 hours prior to W '¢ ressive strength testing (except the 3 day test will be immersed for 24 hours). J c44 TAt Zompressive strength of the cores will be documented in sets of two in accordance — *MrPASTM C42 procedures after 3,7 and 28 days of curing. - > t -a (j. 5..%stFp1Drts shall be submitted as soon as practical to the Owner, Design Professional and �c6ontra®r. 6.` *e test results of the compression tests of the quality control samples will be evaluated by the Design Professional based on ACI 301, Chapter 17 criteria. Any tests requested by the Design Professional to verify information as to the concrete strength shall be paid for by the Contractor for any unaccepted concrete. The Owner will pay for the test if the concrete meets specifications. e i 7. A static test must be performed on the pool shell prior to the application of the pool finish. The test must be completed with considerations taken for evaporation and hydration of the c concrete. If the test fails, there shall be no cost to the owner and no extra days added to the ;,contract. All costs for testing is the responsibility of the contractor. 3.06 DIAMOND BRITE POOL FINISH A. Diamond Brite must be applied to a uniform thickness of 3/8" to 1/2" over entire pool surface. B. Before start of work, verify that substrate conditions are acceptable for work to be applied under this section. Inform the Design Professional of any conditions which will preclude satisfactory installation. C. Supply first class workmanship in all finish work. Use all products in strict accordance with recommendations and directions of manufacturer. Smooth all exposed cut edges. Be sure cut edges are clean before installing finish. D. Maintain temperatures recommended by manufacturer during application and curing of filler, primer and epoxy. E. Control joints and joints between each days plastering shall have a ceramic tile joint installed. POOLSTRUCTURE 131141-8 City Park Pool ADA Renovations and Improvements 13.087 F. The installer must be recognized by the manufacturer as a certified installer of Diamond Brite. The name of the installer shall be submitted to the Design Professional prior to any work being done. 3.07 TILE A. Scope of Work: Includes all labor, material, equipment and incidental services to furnish and install ceramic tile as shown on the drawings. Depth and no diving markers are to be supplied to the deck tiling contractor for installation. Coordinate code required placement and spacing with deck tiling contractor. B. Submittals: Submit pattern and type of tile intended to be used. Obtain approval of job sample submittals before delivering any products to job site. Submit tile manufacturer's maintenance guides for the Owner's use in maintaining all ceramic tile work herein specified. C. Product Handling: Deliver all products to job site in manufacturer's unopened containers with grade seals unbroken and labels intact. D. Environmental Conditions: Maintain temperature at 50 degrees Fahrenheit minimum during tile work and for seven (7) days after completion. Provide adequate lighting for good grouting and clean up. E. Project Condition: Tile is to be installed on new concrete slabs on grade. F. Surface acceptance: Before start of work, verify that the substrate conditions are acceptable for work to be applied under this section. Inform the Architect of any conditions which will preclude a satisfactory installation. G. Mortar Bed at Pool: Mortar Bed acceptable only to eliminate bird baths. Mortar bed for pool bottom shall be one (1) part Portland cement, four (4) parts sand by volume. Scratph coat and mortar bed for walls shall be one (1) part Portland cement, three (3) parts dry sand or four (4) parts wet sand. H. Installation: All swimming pool tile shall be installed in accordance with ANSI A108.1. Grout for the pool shall be in accordance with ANSI 108.10. On concrete slabs on grade, in§tall in accordance with ANSI A108.3, TCA method F113-89. I. Layout: Determine locations of all movement joints before starting work. Lay out all tile work so as to minimize cuts less than one-half (%) inch in size. Align all joints to give straight uniform grout lines. Make joints between tile sheets same width as joints within sheets, so extent of each sheet is not apparent at finish of work. J. Location: Depth markers must properly represent the water level where they are located. K. Workmanship: Supply first class workmanship in all tile work. Use all products in strict accordance with recommendations and directions of manufacturers. Proportional mixes in accordance with latest ANSI Standard Specifications. Smooth all exposed cut edges. Be sure cut edges are clean before installing tiles. L. Cleaning: Clean tile surfaces as thoroughly as possible on completion of grouting. Remove all grout haze, observing tile manufacturer's recommendations as to use of acid and chemical cleaners. Rinse tile work thoroughly with clean water before and after using chemical cleaners. M. Protection from Construction Dirt: Cover all tile with heavy duty, nonstaining paper taped securely in place. Prohibit all foot and wheeled traffic for a minimum period of three (3) days. Apply to all clean, completed tile floors a protective coat of neutral cleaner solution, one (1) part cleigr to one (1) part water. Just before final acceptance of tile work, rinse protective coat of r6tral cOaner from all the surfaces. Do _ �1 C� END OF SECTION O _ , ■' rrl N v POOLSTRUCTURE 131141-9 City Park Pool ADA Renovations and Improvements 13.087 Q THIS PAGE INTENTIONALLY LEFT BLANK + m M Q Q z c=2 W Jr' J �' "� r W �O Z e+o 0 N (V Q + v�j �•:CA M CA POOLSTRUCTURE 131141-10 City Park Pool ADA Renovations and Improvements SECTION 13 1145 - POOL FILTERS 13.087 PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of contract, including General and Supplementary conditions, Division 1 and Section 13 1110, apply to this section. B. Published specifications, standards, tests, or recommended methods of trade, industry, environmental organizations and applicable code apply to work of this section. 1.02 REFERENCE STANDARDS A. Any filter offered under these specifications shall comply with NSF International Standard 50 at the time of publication date of the bid documents. Test data must be submitted as proof of compliance with NSF International Standard 50 unless the filter is listed by NSF International at the time of publication date of the bid documents 1.03 GENERAL A. The filter specified shall be a hi -rate pressure sand type. The filter shall be the product of a manufacturer regularly engaged in the fabrication of water filtration equipment and who has a minimum of ten (10) years of experience in manufacturing this type of filter. 1.04 SUMMARY A. It is the intent of these specifications to describe a water filtration system complete with all necessary items. It is the further intent of these specifications that the filtration unit frorWhe pump through the backwash system, including the filter control valves as hereinaft(sspecim and all accessories, be supplied and guaranteed by one manufacturer. ;gco Z -n � C PART 2 -PRODUCTS 2.01 GENERAL ;<m s m A. Pre -approved products: G= = v 1. As provided in the equipment list N 2. All other products must be submitted to Design Professional for approval prior to bN B. The filter system specified under this section shall be of a pressurized design and shall consist of "Non -Corrosive" hi -rate permanent media filter. C. The filter system shall be of the type requiring one grade of filter media and shall have a maximum flow of 15 U.S. gallons/minute per square foot of filter area. D. The pool filter systems shall consist of filter tanks, internal overhead distribution system, internal lower collection system, gauge panel with 2-60 PSIG gauges, internal automatic air relief, external air relief with a manually adjusted shut off valve, integrally molded access. Integrally molded, drain/sump port, adequate manufacturer supplied support, all of which shall be fabricated in.a fully{assembled state by the original equipment manufacturer, then disassembled for shipping to prevent'damage to internal parts or face piping. E. The filters must meet all specification criteria and sizes. Filter manufacturer supplied face piping similar to that specified must be used with the filter. All products must comply with the specifications, including, but not limited to, items such as single lever linkage and backwash rate limits due to sewer sizes. Field fabricated face piping, or face piping not provided by the filter manufacturer is not allowed except by explicit approval from the Design Professional at the discretion of the Design Professional. 2.02 SAND FILTER TANK A. The filter tanks for the pool shall be of a diameter as called out on the equipment list with total square feet of filter area, without face piping as stated on the equipment list. Face piping must be supplied with the filter per this part. POOL FILTERS 131145-1 City Park Pool ADA Renovations and Improvements 13.087 B. Filter tanks shall pass a hydraulic pressure test of 75 PSIG, and shall comply with all governing Pressure Vessel Code requirements. All hydraulic pressure tests must be verified at the place of manufacture by a Professional Engineer and must be accompanied by a certificate to that effect signed by such a professional engineer. C. An integrally molded access complete with a cover. All gasket contact points on the access port of the body and cover shall have a smooth gel coat finish to provide a continuous water -tight seal. D. Influent and effluent connections shall be integrally molded. A continuous, water tight exterior seal at the influent and effluent ports of the filter tank shall be provided with the use of integrally molded flanged connections on the and affluent distribution connections E. Filter tanks shall be tested in compliance to ANSI/NSF Sanitation Standard 50 - 1992 by a government certified and recognized testing agency. Filters shall have passed all applicable tests outlined in this standard and shall bear a label complete with registration number to confirm compliance. 1. Filters lacking accreditation of compliance to this standard will not be considered equal and shall not be accepted. 2.03 SAND FILTER INTERNAL DISTRIBUTION/COLLECTION SYSTEM A. Intemal filter tank equipment shall include an upper distribution system and lower collection system, hydraulically balanced to prevent turbulence and/or displacement of the filter media during service operation or backwash. Standard pipe arrangements or an internal valving system will not be acceptable. B. ThE upper distribution system shall include hydraulic distribution lenses located over the filter bed. They shah be joined to the influent connection by means of Schedule 40 PVC pipe and fittings. C. The lower collection system shall be designed to retain filter media with minimum head loss. The internal collectio-13 system shall be designated to promote media bed circulation during backwash. 2.04 SAND FILTER MEDIA A. Filter media shall be carefully selected grade of hard, uniformly graded, silica material free of limestone or clay. The media shall be Grade #20, a particle size between 0.45 mm and 0.55 mm with a unifoRnrty coefficient of 1.6 maximum. The filter will require a filter bed depth which shall extend to an approximate level of 12" below the top of the hydraulic distribution lenses. 2.05 PRESSURE GAUGE A. The pressure gauge shall consist of 2-4" diameter gauges scaled from 0-60 P.S.I.G. 2.06 OPERATING MANUAL A. A manual shall be provided with each filter and include, according to the current ANSI/NSF Standard 50; drawings, illustrations, operating instructions, charts, installation instructions, design head IW curve, and parts list to permit proper installation, operation and maintenance. 1. '.?ilters *king such manuals will not be considered equal and shall not be acceptable. 2.10 DADA POf+ytS 1.' a L! Data pl-hall be permanent, easy to read and securely attached to the filter tank at a readily ,.JcessWe Igen. Data plates shall contain the following: 1. j2prtraturers name and address 2. e%el number 3.ilter serial number 4. Affective filter area in sq. ft. 5. Required clearance (h x w x 1) for service and maintenance 6. Filtration and backwash design flow rate in G.P.M. 7. Maximum working pressure 8. Suitability for buried installation 9. Steps of operation POOL FILTERS 131145-2 City Park Pool ADA Renovations and Improvements 13.087 10. Filtration rate in G.P.M./sq.ft. 11. Media specifications if different from media specified in ANSI/NSF Standard 50 - 1992 12. Suitability for swimming pool and/or spa application B. Filters lacking such data plates as described will not be considered equal and shall not be accepted. 2.08 EFFLUENT QUALITY A. The filter shall be capable of producing an effluent with a turbidity not exceeding 0.5 FTU when measured with Hach Model 1120A Turbidity Meter. 2.09 ENGINEERING SERVICES A. A qualified representative of the Contractor or the manufacturer shall visit the site of work after the installation of the filter has been completed and shall put the filter into operation, and shall assist and instruct the Owner's representative in the operation of the filter. Pool Contractor to install signage on wall which defines system operation and procedure prior to substantial completion. 2.10 SAND FILTER FACE PIPING A. Face piping must be supplied by the filter manufacturer as an integral part of the filter to allow proper operation of the filter including standard filtration, backwashing and rinsing. 2.11 BACKWASH SIGHT GLASS A. The sight glass shall be placed on the face piping backwash outlet and shall provide viewing of backwash water from either the right or left side of the face piping. PART 3 - EXECUTION 3.01 GENERAL A. Construct according to best practices and instructions of applicable standards described in the general conditions and according to the manufacturer's recommendations. END OF SECTION POOL FILTERS 131145-3 a2 2 g i .m= m 5:0 D:x CO 1V r POOL FILTERS 131145-3 00 O M Y Z Q J m H W W J J J Q Z O H Z W H Z_ W U' Q CL N F !014V CIIR 1011W, Sola Holt I5 vil 8: 51 �:irED U)'T Ir. W LO F -'It J_ r LL co J � 0 0 a City Park Pool ADA Renovations and Improvements 13.087 SECTION 311200 — SITE PREPARATION PART1 GENERAL 1.01 SECTION INCLUDES A. Preparation of the site for the improvements N o 1.02 REFERENCE STANDARDS o DC J "n A. Iowa Department of Transportation Standard Specifications C�-< N PART 2 PRODUCTS �m m NONE s �= coo PART 3 EXECUTION a N 3.01 TECHNIQUES A. Except as amended below, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. 3.02 EXISTING TREES AND VEGETATION A. All trees shall remain and be protected from damage unless specifically noted as "REMOVE" on the project plans or as otherwise directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damages outside limits of construction as indicated, and for trees and vegetation not designated for removal. The Contractor's liability for tree damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 3.03 EXISTING STRUCTURES AND PROPERTY A. Remove existing signs and posts within construction path unless directed otherwise. All items which are in reusable condition as determined by the Engineer shall be stored at site designated by Owner. All permanent traffic signs will be removed, stored, and replaced by the local Government. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING UTILITIES A. Contact appropriate utility representative to verify the presence and location of buried utilities which may interfere with construction. 3.03 EROSION CONTROL A. Comply with NPDES permit for this site and Section 01 5713, Temporary Sediment and Erosion Control. END OF SECTION SITE PREPARATION 31 1200-1 MMS #1235-104 City Park Pool ADA Renovations and Improvements 13.087 SECTION 312200 - GRADING PART1 GENERAL 1.01 SECTION INCLUDES A. Removal and storage of topsoil. B. Rough grading the site for retaining walls, paving, sidewalks, and parking areas C. Replacement of topsoil and finish grading. 1.02 RELATED REQUIREMENTS A. Section 015713 - Temporary Erosion and Sediment Control 0 B. Section 31 1000 -Site Clearing. o c�> C. Section 31 2316 - Excavation. D� e D. Section 31 2323 - Fill: Filling and compaction. E. Section 31 2316.13 - Trenching: Trenching and backfilling for utilities. �� s0. M F. Section 32 9219 - Seeding: Finish ground cover. 70 �T. a Co G. Section 32 9300 - Plants: Topsoil in beds and pits. 3' ro U 1.03 SUBMITTALS A. Project Record Documents: Accurately record actual locations of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. 1.04 PROJECT CONDITIONS A. Protect above- and below -grade utilities that remain. B. Protect existing underground utilities and other features to remain as a portion of final landscaping. C. Protect bench marks, survey control points, fences, sidewalks, and paving from grading equipment and vehicular traffic. ;a PART 2 PRODUCTS CV) 2.01 MATERIALS r� 4 A. Topsoil: See Section 31 2323. LU �iG = B. Topsoil: Topsoil excavated on-site. L. 1. Free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds agd%reig 4natt4r. ' 2. If there is insufficient on-site topsoil to meet the requirements for this prb} , thwF _?_� Contractor shall import sufficient topsoil to meet project needs at no additional Fust to the Owner. C. Other Fill Materials: See Section 31 2323. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey benchmark and intended elevations for the Work areas indicated. GRADING MMS # 1235-104 31 2200- 1 City Park Pool ADA Renovations and Improvements 13.087 3.02 PREPARATION A. Identify required lines, levels, contours, and datum. B. Stake and flag locations of known utilities. C. Locate, identify, and protect from damage above- and below -grade utilities to remain. 3.03 DRAINAGE AND DEWATERING: A. During grading operations, maintain positive drainage for areas under construction and adjacent areas affected by the work. Provide positive drainage away from the building foundation excavation at all times. If pumping is required for dewatering, the Contractor shall meet the requirements of the NPDES permit and CSR permit for this project. B. Sumps created by grading operations shall be dewatered sufficiently to allow grading operations to proceed. Provide and operate all pumps and other equipment needed to carry out such dewatering. C. Dispose of all pumped or drained water without undue interference to other work. or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or y channels for water that may flow along or across the work site. D. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be direct or through the ground. 3.04 EXISTING DRAINAGE TILES: A. The Contractor shall investigate and document the location and elevation of any tile lines encountered. The Contractor shall notify the Engineer whenever a tile is encountered and submit the proposed method of restoring the tile to the Engineer for review and approval. 3.05 GRADING - GENERAL A. Grading operations typically occur in three distinct phases. Coordinate grading schedule with the Owner to complete the project in an orderly fashion. The typical grading phases are: 1. Rough grading including: a. Removing and stockpiling topsoil; and subgrade preparation, compaction and grading to the lines and grades indicated on the Drawings. b. Coordination of excavation for proposed retaining walls. c. Coordination of subdrainage and trenching for utilities. Cr' d. d. coordination of dewatering and erosion control. Pa subgrade preparation including: Q 00 9cipreparation of pavement subgrade, including areas within 5 feet of proposed W d W buildings. Perform subgrade preparation immediately prior to construction of the JVppevements to avoid damage to the sugrade from weather and other construction N rativities. Typically this phase of work shall be accomplished immediately following y 1—,gstallation of storm sewers and storm intake structures. 3 F rading after paving and building construction: L" a. Mckfill curbs and areas adjacent to buildings; spread topsoil and fine grade the areas w in preparation for subsequent seeding, sodding and planting. 4. Work in each of these grading phases shall be done in accordance with the applicable requirements of the project specifications. Refer to this specification for required tolerances of grading work for each phase. B. Performing grading operations during drier periods may reduce the risk of corrective work needed to help develop and maintain stable subgrades at the site. GRADING 31 2200-2 MMS # 1235-104 City Park Pool ADA Renovations and Improvements 13.087 C. Light weight construction equipment could possibly be used over soft subgrades, but repetitive construction traffic on the subgrade soils should be minimized to help reduce subgrade disturbances. D. If the subgrade should become saturated, desiccated, or disturbed, the affected material should be removed or replaced, or these materials should be scarified, moisture conditioned as necessary, and recompacted prior to construction of the additions. E. If time elapses between subgrade preparation and further construction, subgrades need to be reworked and retested. 3.06 ROUGH GRADING A. Remove topsoil from areas to be further excavated, re -landscaped, or re -graded, without mixing with foreign materials. 1. Remove all topsoil from the area inside the building lines. 2. Do not remove topsoil when wet. B. Remove subsoil from areas to be further excavated, re -landscaped, or re -graded. 1. Remove unsatisfactory subsoil from inside building lines upon specific direction of the Engineer. 3. Compensation for overexcavation and related fill shall be in accordance with approved unit prices and actual quantities of materials placed as verified by the Engineer. C. When excavating through roots, perform work by hand and cut roots with sharp axe. D. See Section 31 2323 - Fill, for filling procedures. E. Benching Slopes: Horizontally bench existing slopes greater than 1:4 to key fill material to slope for firm bearing. F. Stability: Replace damaged or displaced subsoil to same requirements as for specified fill. 3.07 SOIL REMOVAL and STOCKPILING A. Stockpile topsoil to be re -used on site; remove remainder from site. -tJ B. ._ Suitable site excavated subsoil may be used as fill material under the propos Etagkk patio area. Remove all excess suitable subsoil material from site.$ I a ;sem C. Remove all unsuitable subsoil material from site. JOHN D. Remove excavated subsoil from site. 91 < -�iA .++ � r- 3.08 FINISH GRADING -.Grn s M A. Before Finish Grading:CD : 4P Q 1. Verify retaining wall and trench backfilling have been inspected. 2. Verify subgrade has been contoured and compacted. B. Remove debris, roots, branches, stones, in excess of 1/2 inch in size. Remove soil contaminated with petroleum products. C. Where topsoil is to be placed, scarify surface to depth of 6 inches. D. In areas where vehicles or equipment have compacted soil, scarify surface to depth of 9 inches and recompact to specified minimum percent compaction. E. Place topsoil in areas where seeding and sodding are indicated. F. Place topsoil where required to level finish grade. G. Place topsoil to the following compacted thicknesses: GRADING MMS # 1235-104 31 2200- 3 City Park Pool ADA Renovations and Improvements 13.087 1. Areas to be Seeded with Grass: 6 inches. 2. Areas to be Sodded: 4 inches. 3. Shrub Beds: 18 inches. H. Place topsoil during dry weather. I. Remove roots, weeds, rocks, and foreign material while spreading. 1. Rake finished surface as necessary to remove rocks greater that 1/2 inch in size. J. Near plants spread topsoil manually to prevent damage. K. Fine grade topsoil to eliminate uneven areas and low spots. Maintain profiles and contour of subgrade. L. Lightly compact placed topsoil. 3.09 TOLERANCES A. Top Surface of Subgrade: Plus or minus 0.10 foot from required elevation. B. Top Surface of Finish Grade: Plus or minus 1/2 inch. 3.10 CLEANING A. Remove unused stockpiled topsoil and subsoil. Grade stockpile area to prevent standing water. B. Leave site clean and raked, ready to receive landscaping. rTr W U. GRADING 31 2200-4 on C13 Q m =G X:=— �a nj w %-o cn END OF SECTION MMS # 1235-104 City Park Pool ADA Renovations and Improvements 13.087 SECTION 312316 - EXCAVATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Excavating for building volume below grade, footings, slabs -on -grade, paving, and utilities within the building. B. Trenching for utilities outside the building. 1.02 RELATED REQUIREMENTS B. Section 01 5713 - Temporary Erosion and Sediment Control C. Section 31 1000 - Site Clearing D. Section 31 2200 - Grading: Grading. E. Section 31 2323 - Fill: Fill materials, filling, and compacting. F. Section 31 2316.13 - Trenching: Excavating for utility trenches outside the building. G. Section 33 4600 - Subdrainage: Filter aggregate and filter fabric for foundation drainage systems. 1.03 QUALITY ASSURANCE A. Perform work in accordance with Public Works Standards and other requirements of the City of Iowa City, Iowa 1.04 REGULATORY REQUIREMENTS A. Comply with applicable provisions of "Safety and Health Regulations for Construction" (Chapter XVII of Title 29. Code of Federal Regulations (CFR), Part 1926); promulgated by U.S. Department of Labor. r:, CV) B. Comply with IDOT Standard Specifications Section 2102, 2104 and 2107. co 1.05 PROJECT CONDITIONS A. Verify that survey bench mark and intended elevations for the Work are as indtoeted. y B. Protect plants, lawns, and trees to remain. - - C. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. N O PART 2 PRODUCTS - NOT USED W PC) C')� N r PART 3 EXECUTION �rn M 3.01 PREPARATION 3 A. Identify required lines, levels, contours, and datum locations. D N B. Verify location and route of underground utilities before starting work. v C. See Section 31 2200 for additional requirements. D. Locate, identify, and protect utilities that remain and protect from damage. EXCAVATION MMS # 1235-104 312316-1 City Park Pool ADA Renovations and Improvements iRxlbIFl 3.02 EXCAVATING A. Excavate to accommodate new structures and shape ground to proposed contours shown on the plans. B. Notify Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. C. Slope banks of excavations deeper than 4 feet to angle of repose or less until shored. D. Do not interfere with 45 degree bearing splay of foundations. E. Cut utility trenches wide enough to allow inspection of installed utilities. F. Correct areas that are over -excavated and load-bearing surfaces that are disturbed; see Section 31 2323. G. Grade top perimeter of excavation to prevent surface water from draining into excavation. H. Remove excavated material that is unsuitable for re -use from site. I. Spread excavated material to be re -used in area designated on site in accordance with Section 31 2200. J. Remove excess excavated material from site. 3.03 OVEREXCAVATION AND BACKFILL A. The Engineer may require the contractor to remove unsuitable soil material and replace it with approved structural fill. B. Unsuitable materials found in the areas to be paved and within 5 feet of proposed pavement shall be removed and disposed of. The area requiring removal, and depth of removal, shall be agreed upon between the Contractor and Engineer prior to removal. Materials in the paving subgrade shall be declared unsuitable by the Engineer when they can not be compacted to aoject�ecifications with a reasonable amount of effort due to excessive moisture content in &eG C. =he �ttgm of removal areas shall be scarified to a depth of 9 inches, moisture conditioned, and W com d to meet the project specifications. J D.N6uit4b16.Materials shall be placed in the removal area. Such material shall be placed in lifts and LL ampaiLwd to meet the project specifications. The moisture content of the fill material shall be mntQ as required by the project specifications. en E. V4hen completed, the coreout and backfill area shall have an in-place density that is uniform with the adjacent subgrade areas. 3.04 FIELD QUALITY CONTROL A. Provide for visual inspection of load-bearing excavated surfaces before placement of foundations. 3.05 PROTECTION A. Prevent displacement of banks and keep loose soil from falling into excavation, maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. EXCAVATION MMS # 1235-104 31 2316 -2 I City Park Pool ADA Renovations and Improvements EXCAVATION 31 2316-3 END OF SECTION �i 13.087 r m v MMS # 1235-104 City Park Pool ADA Renovations and Improvements 13.087 SECTION 312316.13 - TRENCHING PART1 GENERAL 1.01 SECTION INCLUDES A. Backfilling and compacting for utilities. _ _o 1.02 RELATED REQUIREMENTS A. Section 01 57 3 - Temporary Erosion and Sediment Control B. Section 31 2200 - Grading: Site grading. :gym m C. Section 31 2316 -Excavation: Foundation excavating. p� =v D. Section 31 2323 - Fill: Backfilling at building and foundations. D CO E. Section 33 4600 - Subdrainage: Filter aggregate and filter fabric for foundation drainte systems. 1.03 REFERENCES A. ASTM C 136 - Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates; 2006. B. ASTM D 698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)); 2007. C. ASTM D2321 - Standard for Trench Excavation Procedures. D. ASTM D 2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System), 2006. E. ASTM D 2922 - Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth), 2005. F. ASTM D 3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth); 2005. G. ASTM D 4318 - Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils, 2005. 1.04 DEFINITIONS A. Finish Grade Elevations: Indicated on drawings. ro C'9 B. Subgrade Elevations: Indicated on drawings.,, oco zo 1.05 SUBMITTALS GL M. Uj A. See Section 01 3300 - Administrative Requirements, for submittal procedurld.� H L B. Materials Sources: Submit name of imported materials source.=_ -C:�GJ d tt� C. Fill Composition Test Reports: Results of laboratory tests on proposed and2ctual gAterial!JU used. o H D. Compaction Density Test Reports. 1.06 DELIVERY, STORAGE, AND HANDLING A. Site subsoil material is not expected to be satisfactory for use as Structural Fill and may not be suitable for use as General Fill. It is anticipated that Structural Fill material will need to be TRENCHING MMS # 1235-104 31 2316.13- 1 City Park Pool ADA Renovations and Improvements 13.087 imported to the site. B. Provide sufficient quantities of fill to meet project schedule and requirements. C. When fill materials need to be stored on site, locate stockpiles where designated, or selected by the contractor, subject to Engineer's approval. �1,. Separate differing materials with dividers or stockpile separately to prevent intermixing. 2. Prevent contamination. Protect stockpiles from erosion and deterioration of materials. w D. Verify that survey bench marks and intended elevations for the Work are as indicated. - -"E. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs not scheduled for removal, from excavating equipment and vehicular traffic. PART 2 PRODUCTS 2.01 FILL MATERIALS A. General Fill: Suitable subsoil excavated on-site and/or imported to the site and conforming to the following; 1. Low -plasticity, cohesive type: a. Liquid limit: Less than 45 percent. b. Plasticity Index: Less than 23 percent. 2. Free of lumps larger than 3 inches, rocks larger than 2 inches, and debris. 3. Conforming to ASTM D 2487 Group Symbol CL. B. Structural Fill: Structural Fill shall consist of the following materials, subject to the Engineer's review and approval; 1. Suitable subsoil excavated on site and/or imported to the site and conforming to the following: a. Low -plasticity, cohesive type; 1) Liquid limit: Less than 45 percent 2) Plasticity Index: Less than 23 percent b. Free of lumps larger than 3 inches, rocks larger than 2 inches, and debris c. Conforming to ASTM D2487 Group Symbol CL 2. Dense graded, processed aggregate. Conforming to State of Iowa DOT Standard Specification for aggregate base course, latest Supplemental Specification thereof. C. CSS,' pular F Fill Type "Drainage": Natural stone; angular crushed washed stone; open - gr ed, essed aggregate; free of shale, clay friable material and debris; and conforming to Q th€foll W 1 a A$W 33, Class Designation 2S, course aggregate for concrete; ]DOT Gradation 5. a.v i imum size: No. 8 sieve; 0 to 5 percent passing J N b.rJ&ximum size: 1 inch S&: goal river or bank sand; washed; free of silt, clay, loam, friable or soluble materials, aAorgandxnatter. 1 Z Grade n accordance with ASTM D 2487 Group Symbol SW. E. Topsoil: Friable loam; imported borrow. 1. Select. 2. Graded. 3. Free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds and foreign matter. 4. Acidity range (pH) of 5.5 to 7.5. 5. Containing a minimum of 4 percent and a maximum of 25 percent inorganic matter. F. All fill materials used on this project site shall be subject to prior approval of the Engineer. TRENCHING MMS # 1235-104 31 2316.13-2 City Park Pool ADA Renovations and Improvements 2.02 ACCESSORIES 13.087 A. Geotextile Fabric: Polypropylene type, black, non -biodegradable, non -woven, needle punched; ADS -6600 manufactured by Advanced Drainage Systems, Inc. 2.03 SOURCE QUALITY CONTROL A. Where fill materials are specified by reference to a specific standard, test and analyze samples for compliance before delivery to site. C. If tests indicate materials do not meet specified requirements, change material and retest. D. Provide materials of each type from same source throughout the Work. PART 3 EXECUTION 3.01 EXAMINATION 3.02 TRENCHING A. Notify MMS Consultants of unexpected subsurface conditions and discontinuaieffectep W area until notified to resume work. B. Slope banks of excavations deeper than 4 feet to angle of repose or less until shored. C. Do not interfere with 45 degree bearing splay of foundations. D. Cut trenches wide enough to allow inspection of installed utilities. N r S M ao 0 ork in E. Excavate trenches to lines and grades indicated on drawings. Maximum length of open trench shall not exceed 200 feet. Maintain trench in dry condition during pipe laying operations. F. Hand trim excavations. Remove loose matter prior to installation of bedding material. G. Remove large stones and other hard matter that could damage piping or impede consistent backfilling or compaction. H. Remove excavated material that is unsuitable for re -use from site. Stockpile excavated material to be re -used in area designated on site in accordance with Section 312200. Remove excess excavated material from site. 3.03 PREPARATION FOR UTILITY PLACEMENT A. Cut out soft areas of subgrade not capable of compaction in place. Backfill with material type designated for use at this project location. B. Compact subgrade to density equal to or greater than requirements for subsequent fill material. C. Until ready to backfill, maintain excavations and prevent loose soil from falling into excavation. 3.04 BACKFILLING co A. Fill up to subgrade elevations unless otherwise indicated. B. Employ a placement method that does not disturb or damage other work. -<� �' LL +r. C. Maintain optimum moisture content of fill materials to attain required compaction derW4. D. Slope grade away from building minimum 6 inches in 10 ft, unless noted otherwise. Make I r gradual grade changes. Blend slope into level areas. E. Correct areas that are over -excavated. TRENCHING MMS # 1235-104 31 2316.13- 3 City Park Pool ADA Renovations and Improvements 13.087 F. Compaction Density Unless Otherwise Specified or Indicated: 1. Under paving, slabs -on -grade, and similar construction: as specified for each project element is Section 31 2323 - Fill. 2. At other locations: 95 percent of maximum dry density. G. Reshape and re -compact fills subjected to vehicular traffic. 3.05 BEDDING AND FILL AT SPECIFIC LOCATIONS A. Use general fill unless otherwise specified or indicated. B. Utility Piping and Conduits: <1. Bedding: Use granular fill. -2. Cover with Fill Type: Use fill type required for subgrade type above utility. "a 3. Fill up to subgrade elevation. =A. C_ojdpact in lifts not exceeding 9 inches in loose thickness for heavy compaction equipment to 6 inches for smaller equipment, such as vibratory plates and jumping jacks to the mlWum specified percent compaction. C. Over Subdrainage Piping at Retaining Walls: 1. Drainage fill and geotextile fabric: Section 33 4600. 2. Cover drainage fill with general fill. 3. Fill up to subgrade elevation. 4. Compact to 95 percent of maximum dry density. 3.06 TOLERANCES A. Top Surface of General Backfilling: Plus or minus 1 inch from required elevations. B. Top Surface of Backfilling Under Paved Areas: Plus or minus 1 inch from required elevations. 3.07 FIELD QUALITY CONTROL A. Perform compaction density testing on compacted fill in accordance with ASTM D2922 or ASTM D3017. C. Evaluate results in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D 698 ("standard Proctor"). D. If tests indicate work does not meet specified requirements, remove work, replace and retest. 3.08 CLEANING A. Remove unused stockpiled materials, leave area in a clean and neat condition. Grade stockpile area to prevent standing surface water. B. Remove debris, junk and trash from site. C. Clean up spillage and wind-blown debris from public and private property. 0 4 END OF SECTION Q co CC W a �� J N >Z Z VO 0 N TRENCHING MMS # 1235-104 31 2316.13- 4 City Park Pool ADA Renovations and Improvements 13.087 SECTION 312323 - FILL PART1 GENERAL 1.01 SECTION INCLUDES A. Filling, backfilling, and compacting for retaining walls and paving. B. Backfilling and compacting for utilities. C. Filling holes, pits, and excavations generated as a result of removal (demolition) operations. 1.02 RELATED REQUIREMENTS A. Section 01 5713 - Temporary Erosion and Sediment Control B. Section 31 1000 -Site Clearing C. Section 31 2200 - Grading: Site grading. D. Section 31 2316 - Excavation: Removal and handling of soil to be re -used. E. Section 31 2316.13 - Trenching: Excavating for utility trenches outside the building to utility main connections. F. Section 33 4600 - Subdrainage: Filter aggregate and filter fabric for foundation drainage systems. 1.03 REFERENCE STANDARDS A. ASTM D 698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)); 2007. B. ASTM D 1556 - Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method; 2007. C. ASTM D 2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System); 2006. D. ASTM D 2922 -Standard Test Methods for Density of Soil and Soil -Aggregate je-Place by p Nuclear Methods (Shallow Depth); 2005. ?c? F E. ASTM D 3017 - Standard Test Method for Water Content of Soil and Rock in 'Place by Nuclear Methods (Shallow Depth); 2005. F. ASTM D 4318 - Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Indgof Soils; 2005. a' O y 1.04 DEFINITIONS "n A. Finish Grade Elevations: Indicated on drawings. C.) _ N B. Subgrade Elevations: Indicated on drawings. -:q n -<r- a 8- 1.05 SUBMITTALS �� 3 co " 1 A. See Section 01 3300 Construction Submittals, for submittal procedures. a ry 00 B. Materials Sources: Submit name of imported materials source. C. Fill Composition Test Reports: Results of laboratory tests on proposed and actual materials used. D. Compaction Density Test Reports. FILL MMS # 1235-104 31 2323- 1 City Park Pool ADA Renovations and Improvements 1.06 DELIVERY, STORAGE, AND HANDLING A. When necessary, store materials on site in advance of need. B. Separate differing materials with dividers or stockpile separately to prevent intermixing. 1. Prevent contamination. 2. Protect stockpiles from erosion and deterioration of materials. C. Verify that survey bench marks and intended elevations for the Work are as indicated. PART 2 PRODUCTS 2.01 FILL MATERIALS 13.087 A. General Fill: Subsoil excavated on-site and/or imported to the site conforming to the following: 1. Low -plasticity, cohesive type. a. Liquid Limit: Less than 45 percent b. Plasticity Index: Less than 23 percent 2. Moisture Content Range, from optimum; -2% TO +3% as determined by the Standard Proctor test (ASTM D-698). 3. Free of lumps larger than 3 inches, rocks larger than 2 inches, and debris. 4. Conforming to ASTM D 2487 Group Symbol CL. B. Structural Fill: Structural Fill shall consist of the following materials, subject to the Geotechnical Engineer's review and approval: 1. Sub -soil excavated on-site and/or imported to the site and conforming to the following a. Low -plasticity, cohesive type: C3 1) Liquid Limit: Less than 45 percent "* <) Plasticity Index: Less than 23 percent Q ]C) Moisture Content Range, from optimum; -2% TO +3% as determined by the _ c-'— Standard Proctor test (ASTM D-698). W c �:*4ee of lumps larger than 3 inches, rocks larger than 2 inches, and debris J NF%to ASTM D 2487 Group Symbol CL ive soil stabilized with Class C fly ash (for moderate to high plasticity clay soils). U graded, processed aggregate. Conforming to State of Iowa DOT Standard �., Onforming ®fcation for aggregate base course, latest Supplemental Specification Thereof. a. -Moisture Content Range, from optimum; -3% TO +3% C. Granular Drainage Fill: Angular crushed washed stone; open -graded, processed aggregate, .4ree of shale, clay, friable material and debris; and conforming to the following: 1. ASTM C33, Class Designation 2S, course aggregate for concrete; IDOT Standard _ �acifcation Sections 4121, 4123 or4132. i o Minimum size: No. 200 sieve; 0 to 10 percent passing 4D4-, Maximum size: 1 inch �2. -W sture Content Range, from optimum; -3% TO +3% 1' I D. `%rafflar Fill - Pea Gravel - Fill Type IDOT Porous Backfill or Section 4131 criteria or an G;3,Iterp6tive free -draining granular material encapsulated with suitable filter fabric: Natural stone; washed, free of clay, shale, organic matter. E. Topsoil: Topsoil excavated on-site 1. Select. 2. Free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds and foreign matter. 3. Acidity range (pH) of 5.5 to 7.5. 4. Containing a minimum of 4 percent and a maximum of 25 percent inorganic matter. F. Crushed Limestone: Well graded crushed limestone conforming to Iowa DOT Specification Section 4117. FILL MMS # 1235-104 312323 -2 City Park Pool ADA Renovations and Improvements 13.087 2.02 ACCESSORIES A. Filter Fabric: Polypropolene type, black non -biodegradable, non -woven, needle punched; "ADS - 6000" manufactured by Advanced Drainage Systems, Inc. 2.03 SOURCE QUALITY CONTROL A. Where fill materials are specified by reference to a specific standard, test and analyze samples for compliance before delivery to site. B. If tests indicate materials do not meet specified requirements, change material and retest. N C. Provide materials of each type from same source throughout the Work. o E n3 ■ 1 PART 3 EXECUTION N 3.01 EXAMINATION :<m s„ M am A. Identify required lines, levels, contours, and datum locations. �� CO (� B. See Section 31 2200 for additional requirements. D N co C. Verify subdrainage, dampproofing, or waterproofing installation has been inspected. D. Verify structural ability of unsupported walls to support imposed loads by the fill. 3.02 PREPARATION A. Scarify the subgrade soils to a depth of 8 inches, moisture condition, and compact to the minimum specified percent compaction. B. Cut out soft areas of subgrade not capable of compaction in place. Backfill with general fill. C. Compact subgrade to density equal to or greater than requirements for subsequent fill material. D. Until ready to fill, maintain excavations and prevent loose soil from falling into excavation. 3.03 FILLING A. Fill to contours and elevations indicated using unfrozen materials. B. Fill up to subgrade elevations unless otherwise indicated. C. Employ a placement method that does not disturb or damage other work. D. Systematically fill to allow maximum time for natural settlement. Do not fill over porous, wet, frozen or spongy subgrade surfaces. E. Maintain optimum moisture content of fill materials to attain required compaction density. F. Structural Fill: Place and compact materials in equal continuous layers not exceeding 4 to 6 inches. G. Granular Fill: Place and compact materials in equal continuous layers not exceeding 6 inches compacted depth. H. Soil Fill: Place and compact material in equal continuous layers not exceeding 4 to 6 inches compacted depth. I. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. Make gradual grade changes. Blend slope into level areas. J. Correct areas that are over -excavated. 1. Load-bearing foundation surfaces: Use approved structural fill, flush to required elevation, FILL MMS # 1235-104 31 2323- 3 City Park Pool ADA Renovations and Improvements 13.087 compacted to at least 98 percent of maximum dry density as determined by "Laboratory Compaction Characteristics of Soil using Standard Effort (ASTM D-698). 2. Other areas: Use general fill, flush to required elevation, compacted to the minimumspecified percent compactions. K. Reshape and re -compact fills subjected to vehicular traffic. 3.04 FILL AT SPECIFIC LOCATIONS A. Granular Fill Material, where specified and/or authorized: 1,, Relative Density (ASTM D4353 and D4254): 70% 2:. Minimum Percent Compaction (ASTM D698): 98% 3 . Moisture Content Range, from optimum: Generally -3% to +3% (specific evaluation for each material) If granular material is a coarse sand or gravel, is of a uniform size, or has a low fines cn content, compaction comparison to relative density may be more appropriate. 5._ The gradation of a granular material may affect its stability and the moisture content required for proper compaction. Samples of all proposed fill materials should be submitted to the Geotechnical Engineer for testing and approval prior to use. B. Below Foundations: 1. Low Plasticity Cohesive soil (e.g., lean clay or sandy lean clay) 2. Minimum Percent Compaction (ASTM D698): 98% 3. Moisture Content Range, from optimum: -2% to +3% 4. The higher degree of fill compaction below footings should extend laterally beyond the exterior edges of the perimeter footings for at least 8 inches per foot of fill thickness below the footing base elevation. C. Pavement Subgrade: 1. Low Plasticity Cohesive soil (e.g. lean clay or sandy lean clay) 2. Minimum Percent Compaction (ASTM D698): a. Upper 12 inches of pavement subgrade: 98% b. Below upper 12 inches of pavement subgrade: 95% 3. Moisture Content Range, from optimum -2% to +3% 4. Cohesive Stabilized with Class C fly ash (For moderate to high plasticity clay soils); D. Subgrade Under Interior Below -Grade -Slabs: 1. Subbase: Use low plasticity cohesive soil a. Liquid limit less than 45% C31 b. Plasticity index less than 23 % 'mac. eF use well graded crushed limestone. QCD d. = pth: 12 inches. c e. mpact to 95 percent of maximum dry density. 2. Gr r Base: Clean, well -graded crushed stone J N a. ntaining less than 6% passing U.S. No. 200 seive (IDOT 4121). b.I.— anular bases serve as leveling courses, capillary moisture breaks, help provide load cD tribution, and expedite construction. Care will be necessary to avoid contaminating vd3ese layers with soil prior to floor slab placement 3Z= SubfMr Drain System a. Drain lines consisting of perforated, rigid, plastic or metal pipe with a minimum diameter of 4 inches b. Drain lines shall be surrounded by at least 6 -inches of free -draining granular material (IDOT Section 4131) graded to prevent intrusion of fines, or an alternative free - draining granular material encapsulated with suitable filter fabric. c. Drain lines to be placed on maximum 30 -foot centers and the inverts of the drain lines shall be placed at least 1 foot below the floor subgrade elevation. d. Drain lines should be hydraulically connected to the granular base beneath the floor slab. FILL MMS # 1235-104 312323 -4 City Park Pool ADA Renovations and Improvements IM114A 3.05 TOLERANCES A. Top Surface of General Filling: Plus or minus 1 inch from required elevations. B. Top Surface of Filling Under Paved Areas: Plus or minus one-half inch from required elevations. 3.06 FIELD QUALITY CONTROL A. Perform compaction density testing on compacted fill in accordance with ASTM D1556. B. Evaluate results in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D 698 ("Standard Proctor"). C. If tests indicate work does not meet specified requirements, remove work, replace and retest. D. Frequency of Tests: Comply with recommendations of Engineer. E. Proof roll compacted fill at surfaces that will be under slabs -on -grade. 3.07 CLEANING A. Remove unused stockpiled materials, leave area in a clean and neat condition, properly prepared for subsequent grading operations. END OF SECTION FILL MMS # 1235-104 31 2323-5 e. Drain lines shall be sloped and connected to a reliable discharge point. E. At Foundation Walls and Footings: 1. Use granular fill. 2. Fill up to capillary barrier inside building line. 3. Fill to within 18 inches below finish grade outside building line. 4. Compact each lift to 98 percent of maximum dry density. 5. Do not backfill against unsupported foundation walls. 6. Backfill simultaneously on each side of unsupported foundation walls until supports are in place. F. Over Subdrainage Piping at Foundation Perimeter, Under Slabs, and pavement sub -drains: 1. Drainage fill and geotextile fabric: Section 33 4600. 2. Cover drainage fill with granular fill. 3. Fill to within 18 inches below finish grade elevation. 4. Compact to 98 percent of maximum dry density. G. Over Buried Utility Piping, Conduits, and Duct Bank in Trenches: 99 1. 2. Bedding: Use Fill Type Structural Fill. O Fill up to subgrade elevation. 3. Compact in maximum 6 inch lifts to 98 percent of maximum dry density�� H. At 1. Lawn Areas: Use fill. `<Rr1 M general Z 2. Fill up to 6 inches below finish grade elevations. a=0 CO 3. Compact to 95 percent of maximum dry density. D 4. See Section 31 2200 for topsoil placement. m 3.05 TOLERANCES A. Top Surface of General Filling: Plus or minus 1 inch from required elevations. B. Top Surface of Filling Under Paved Areas: Plus or minus one-half inch from required elevations. 3.06 FIELD QUALITY CONTROL A. Perform compaction density testing on compacted fill in accordance with ASTM D1556. B. Evaluate results in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D 698 ("Standard Proctor"). C. If tests indicate work does not meet specified requirements, remove work, replace and retest. D. Frequency of Tests: Comply with recommendations of Engineer. E. Proof roll compacted fill at surfaces that will be under slabs -on -grade. 3.07 CLEANING A. Remove unused stockpiled materials, leave area in a clean and neat condition, properly prepared for subsequent grading operations. END OF SECTION FILL MMS # 1235-104 31 2323-5 City Park Pool ADA Renovations and Improvements SECTION 32 1123 - AGGREGATE BASE COURSES PART1 GENERAL 1.01 SECTION INCLUDES A. Aggregate base course. B. Paving aggregates. 1.02 RELATED REQUIREMENTS A Section 31 2200 - Gradinn: Preparation of site for base course N ' O_ �n Cl) - r^ a g. m B. Section 312323 - Fill: Compacted fill under base course. N co C. Section 31 2316.13 - Trenching: Compacted fill over utility trenches under base course. D. Section 32 1313 - Concrete Paving: Finish concrete surface course. E. Section 312323 - Fill: Topsoil fill at areas adjacent to aggregate base course. 1.03 REFERENCE STANDARDS 13.087 r v A. ASTM D 698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)); 2007. B. ASTM D 1556 -Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method; 2007. C. ASTM D 2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System); 2006. D. ASTM D 2922 - Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth); 2005. E. ASTM D 2940 - Standard Specification for Graded Aggregate Material for Bases or Subbases for Highways and Airports; 1992. F. ASTM D 4318 - Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of 1.05 DELIVERY, STORAGE, AND HANDLING A. Provide sufficient quantities of aggregate to meet project schedule and requirements. There is little or no room to store aggregate materials on site. B. When aggregate materials need to be stored on site: 1. Separate differing materials with dividers or stockpile separately to prevent intermixing. 2. Prevent contamination. 3. Prevent stockpiles from erosion and deterioration of materials. AGGREGATE BASE COURSES MMS # 1235-104 32 1123- 1 Soils; 2005. G. , t IDOT Standard Specifications, Sections 4120 and 4121, plus all applicable Supplemactal Specifications. o, Ll 1.04 SUBMITTALS =�L sy A. See Section 01 3300 - Submittals, for submittal procedures. B. Materials Sources: Submit name of imported materials source. s �1 C. Aggregate Composition Test Reports: Results of laboratory tests on proposed and "al materials used. ' D. Compaction Density Test Reports. 1.05 DELIVERY, STORAGE, AND HANDLING A. Provide sufficient quantities of aggregate to meet project schedule and requirements. There is little or no room to store aggregate materials on site. B. When aggregate materials need to be stored on site: 1. Separate differing materials with dividers or stockpile separately to prevent intermixing. 2. Prevent contamination. 3. Prevent stockpiles from erosion and deterioration of materials. AGGREGATE BASE COURSES MMS # 1235-104 32 1123- 1 City Park Pool ADA Renovations and Improvements PART 2 PRODUCTS 2.01 MATERIALS 13.087 A. Granular Subbase: 1. Comply with Iowa DOT Standard Specification Section 4121, Gradation Number 12 under floor slab. 2. Comply with Iowa DOT Standard Specification Section 4123, Gradation Number 14 under pavement slabs. B. Granular Drainage Fill: 1. As specified in Section 31 2323, 2.02 SOURCE QUALITY CONTROL A. Test and analyze samples for compliance before delivery to site. B. If tests indicate materials do not meet specified requirements, change material and retest. C. Provide materials of each type from same source throughout the work. PART 3 EXECUTION 3.01 EXAMINATION A. Verify substrate has been inspected, gradients and elevations are correct, and is dry. 3.02 PREPARATION A. Correct irregularities in substrate gradient and elevation by scarifying, reshaping, and re - compacting. B. Do not place aggregate on soft, muddy, or frozen surfaces. C. Proof -roll with loaded tandem axle dump truck. D. Areas where unsuitable conditions exist should be repaired by removing and replacing the unsuitable materials with properly compacted fill. 3.03 INSTALLATION A. Place agj?gate base over compacted subgrade to a minimum compacted thickness of 6 01.3 it=es�o La MPC3:W 98 percent of the maximum dry density as determined by "Laboratory Compaction .j G&pra&1-ht tics of Soil Using Standard Effort (ASTM D-698). O�C. Piece 3 gate in maximum 4 inch layers and roller compact to specified density. Un. LWel an = ntour surfaces to elevations and gradients indicated. E. �Wkl small quantities of fine aggregate to coarse aggregate as appropriate to assist compaction. F. Add water to assist compaction. If excess water is apparent, remove aggregate and aerate to reduce moisture content. G. Use mechanical tamping equipment in areas inaccessible to compaction equipment. 3.04 TOLERANCES A. Flatness: Maximum variation of 1/4 inch measured with 10 foot straight edge. B. Scheduled Compacted Thickness: Within 1/4 inch. C. Variation From Design Elevation: Within 1/2 inch. AGGREGATE BASE COURSES MMS #1235-104 32 1123-2 City Park Pool ADA Renovations and Improvements 13.087 3.05 FIELD QUALITY CONTROL A. Compaction density testing will be performed on compacted aggregate base course in accordance with ASTM D1556. B. Results will be evaluated in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D 698 ("Standard Proctor"). C. If tests indicate work does not meet specified requirements, remove work, replace and retest. D. Frequency of Tests: In accordance with the requirements of the Engineer, but no fewer than one for each 2500 sf. 3.06 CLEANING A. Remove unused stockpiled materials, leave area in a clean and neat condition, properly prepared for subsequent project Work. END OF SECTION AGGREGATE BASE COURSES MMS # 1235-104 32 1123- 3 N 0 O c:� =fes N r o�M.m c v N OD AGGREGATE BASE COURSES MMS # 1235-104 32 1123- 3 City Park Pool ADA Renovations and Improvements 13.087 SECTION 32 1313 - CONCRETE PAVING PART 1 GENERAL 1.01 SECTION INCLUDES o A. Concrete sidewalks, stair steps and integral curbs. 'o n " o 1.02 RELATED REQUIREMENTS A. Section 31 2200 - Grading: Preparation of site for paving and base and premation @Psubsbil at pavement perimeter for planting. :<m a M B. Section 31 2323 -Fill: Compacted subbase for paving. Es= co C. Section 32 1123 - Aggregate Base Courses: Aggregate base course. D � D. Section 07 9005 - Joint Sealers: Sealant for joints. 1.03 REFERENCE STANDARDS A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; American Concrete Institute International; 1991 (Reapproved 2002). B. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 2005. C. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; American Concrete Institute International; 2000. D. ACI 305R - Hot Weather Concreting; American Concrete Institute International; 1999. E. ACI 306R - Cold Weather Concreting; American Concrete Institute International; 1988 (Reapproved 2002). F. ASTM A 185/A 185M - Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete; 2007. G. ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement; 2007. H. ASTM C 33 - Standard Specification for Concrete Aggregates; 2007. I. ASTM C 39/C 39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2005. J. ASTM C 94/C 94M - Standard Specification for Ready -Mixed Concrete; 2007. K. ASTM C 150 - Standard Specification for Portland Cement; 2007. L. ASTM C 173/C 173M - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method; 2007. M. ASTM C 260 - Standard Specification for Air -Entraining Admixtures for Concrete; 2006. N. ASTM C 309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete; 2007. O. ASTM C 494/C 494M - Standard Specification for Chemical Admixtures for Concrete; 2008. P. ASTM C 618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete; 2005. Q. ASTM C 685/C 685M - Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing; 2007. CONCRETE PAVING MMS # 1235-104 32 1313- 1 City Park Pool ADA Renovations and Improvements 13.087 R. ASTM D 1751 -Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (nonextruding and Resilient Bituminous Types); 2004. 1.04 SUBMITTALS A. See Section 013300 - Submittals, for submittal procedures. B. Product Data: Provide data on joint filler, admixtures, and curing compound. -Q. Proposed mix designs: Material proportions for each class of concrete indicate compressive strength development at 7, 28 and 90 days; indicate alkalinity (pH) of hardened concrete. 1 ,U QUALITY ASSURANCE A. Perform work in accordance with Iowa DOT "Standard Specifications for Highway and Bridge Construction", Sections 2301 and 2515 (Series 2001), and procedures and regulations of the Jurisdictional Engineer for Municipalities where the project is located. B. Obtain cementitious materials from same source throughout Work. C. Follow recommendations of ACI 305R when concreting during hot weather. D. Follow recommendations of ACI 306R when concreting during cold weather. 1.06 ENVIRONMENTAL REQUIREMENTS A. Do not place concrete when base surface temperature is less than 40 degrees F, or surface is wet or frozen. PART 2 PRODUCTS 2.01 FORM MATERIALS A. Form Materials: Conform to ACI 301. B. Joint Filler: Preformed; flexible, closed -cell foam. 1. Thickness: 1/2 inch. 2. Product: "Sealtight Ceramar" manufactured by W.R. Meadows, Inc. 3. Substitutions: See Section 01 3300 - Submittals. 2.02 REINFORCEMENT A. FeinforcjW Steel: ASTM A 615/A 615M Grade 40 (280); deformed billet steel bars; unfinished %shY�y rr���—O � *el 1ldpe CD Wire Reinforcement: Plain type, ASTM A 185/A 185M; in flat sheets, unfinished. 2.031ACCWaSSr9!'MS . int§Wpound: ASTM C 309, Type 2, Class B. L & M Cure R-2" manufactured by L & M Construction Chemicals, Inc. g" Su tutions: See Section 0160 00 - Product Requirements. B. Joint filler: Preformed, flexible, closed -cell foam: 1. Thickness: 1/2 inch 2. Product: "Sealtight Ceramar' manufactured by W. R. Meadows, Inc. 3. Substitutions: See Section 01 3300 - Submittals CONCRETE PAVING MMS # 1235-104 32 1313- 2 City Park Pool ADA Renovations and Improvements 13.087 2.04 CONCRETE MIX DESIGN - NORMAL WEIGHT CONCRETE A. Iowa DOT IM 529: Class C mix with air entraining. B. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer. 1. Air Entrainment Admisture: ASTM C 260. 2. Water -Reducing Admixture (Mid -Range): ASTM C 494, Type A. providing for 12 - 15 percent reduction of water content in concrete mix. C. Concrete Properties: 1. Compressive Strength, when tested in accordance with ASTM C 39/C 39M at 28 days: 4000 psi. 2. Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3. Slag Content: Maximum 35 percent of cementitious materials by weight. 4. Water -Cement Ratio: Maximum 48 percent by weight. 5. Total Air Content: 6 percent, determined in accordance with ASTM C 173/C 173M. 6. Maximum Aggregate Size: 1 inch. o 2.05 MIXING O w 77 A. Transit Mixers: Comply with ASTM C 94/C 94M. c�-"it PART 3 EXECUTION m 3.01 EXAMINATION D� N A. Verify compacted subgrade is acceptable and ready to support paving and imposed Bads. B. Verify gradients and elevations of base are correct. 3.02 SUBBASE A. See Section 32 1123 for construction of base course for work of this Section. 3.03 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Coat surfaces of manhole frames with oil to prevent bond with concrete pavement. C. Notify MMS Consultants minimum 24 hours prior to commencement of concreting operations._,,,, 3.04 FORMING w t� '=- A. Place and secure forms to correct location, dimension, profile, and gradient. —• B. Assemble formwork to permit easy stripping and dismantling without damaging concrete. C. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. D. Secure storm water inlet frames and manhole frames in final position. 3.05 REINFORCEMENT A. Place reinforcement as indicated. B. Place dowels to achieve pavement and curb alignment as detailed. 3.06 PLACING CONCRETE A. Place concrete in accordance with IDOT Specifications for Highway and Bridge Construction. Division 23, surface course, Division 25, Section 2512 PCC curb and gutter. CONCRETE PAVING MMS # 1235-104 32 1313-3 City Park Pool ADA Renovations and Improvements 13.087 B. Ensure reinforcement, inserts, embedded parts, formed joints are not disturbed during concrete placement. C. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. 3.07 JOINTS A. Provide scored joints: 1. At intervals approximately equal to the width of the sidewalk. B. Provide sawn joints: 1. At a maximum of 15.5 feet for longitudinal joints. 2. At a maximum of 12 feet for transverse joints. C. Provide keyed joints as indicated. D. Saw cut contraction joints 1/8 inch wide at an optimum time after finishing. Cut 1/3 into depth of slab. 3.08 FINISHING A. Area Peeing: Light broom, texture perpendicular to pavement direction. B. Sidewal;CPaving: Light broom, texture perpendicular to direction of travel with troweled and radiusededge 1/2 inch radius. C. Inclined Vehicular Ramps: Broomed perpendicular to slope. D. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 3.09 JOINT SEALING A. See Section 07 9005 for joint sealer requirements. 3.10 TOLERANCES A. Maximum Variation of Surface Flatness: 1/4 inch in 10 ft. B. Maximum Variation From True Position: 1/4 inch. 0 3.11 FIEM QU&LITY CONTROL co 3 CA. kn infendent testing agency will perform field quality control tests. a WB. Proviagrie access to concrete operations at project site and cooperate with appointed firm. N JC. 9nbrrRFbposed mix design of each class of concrete to inspection and testing firm for review gor W64wrImencement of concrete operations. z D. iFests of9ncrete and concrete materials may be performed at any time to ensure conformance Jeh specified requirements. E. Compressive Strength Tests: ASTM C 39/C 39M. For each test, mold and cure three concrete test cylinders. Obtain test samples for every 75 cu yd or less of each class of concrete placed. 1. Take one additional test cylinder during cold weather concreting, cured on job site under same conditions as concrete it represents. 2. Perform one slump test for each set of test cylinders taken. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. CONCRETE PAVING MMS # 1235-104 32 1313-4 City Park Pool ADA Renovations and Improvements 13.087 A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. B. Do not permit vehicular traffic over pavement until 75 percent design strength of concrete has been achieved. C. When concrete is being placed in cold weather and temperatures may be expected to drop below 35 degrees, the following requirements must be met for concrete less than 36 hours old: 1. 24-hour forecast minimum temperature 35-32 degrees: 1 layer plastic or burlap 2. 24 -your forecast minimum temperature 31-25 degrees: 1 layer plastic and 1 layer burlap or 2 layers burlap. 3. 24-hour forecast below 25 degrees: 6 inches straw and 2 layers burlap. 4. Equivalent commercial insulating material, approved by the Architect may be used. D. Concrete shall be protected from freezing temperatures until it is at least 5 days old. E. Concrete damaged by cold weather shall be removed and replaced at the contractors expense. F. Maximum allowable concrete temperature: 90 degrees. G. If concrete is placed when the temperature could exceed 90 degrees, the contractor shall employ effective means, such as precooling of aggregates and/or mixing water as necessary to maintain the temperature of the concrete as is placed below 90 degrees. END OF SECTION N _O a_-"� CZ)17 C -)N r e M m rn s o� m N l0 CONCRETE PAVING MMS # 1235-104 32 1313- 5 City Park Pool ADA Renovations and Improvements 13.087 SECTION 32 1413.19 PERMEABLE INTERLOCKING CONCRETE PAVEMENT PART GENERAL 1.01 SUMMARY A. Section Includes 1. Permeable interlocking concrete pavers. E2 2. Crushed stone bedding material. oc-) :;m 3. Open -graded subbase aggregate. o 4. Open -graded base aggregate, 5. Bedding and jointlopening filler materials.= I c-) N r 6. Edge restraints.M �m T o� B. Related Sections _A` CO 1. Section 31 2200: Grading N 2. Section 31 2323: Fill to 3. Section 32 1123: Aggregate base 4. Section 32 1313: Portland Cement Paving 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) 1. C 131, Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 4. D 448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 5. C 936, Standard Specification for Solid Interlocking Concrete Pavers. 6. C 979, Specification for Pigments for Integrally Colored Concrete. 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5 -Ib (2.49 kg) Rammer and 12 in. (305 mm) drop. 8. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10 -Ib (4.54 kg) Rammer and 18 in. (457 mm) drop. 9. D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate 1n -Place by Nuclear Methods (Shallow Depth). 10. D 4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density.Z B. Interlocking Concrete Pavement Institute (ICPI) p 1. Permeable Interlocking Concrete Pavement manual. - o 2. Permeable Design Pro software for hydrologic and structural design 1.03 SUBMITTALS A. In accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Paver manufacturer's/installation subcontractor's drawings and details: Indicate perimeter conditions, junction with other materials, expansion and control joints, paver layout, installation details. Indicate layout, pattern and relationship of paving joints to fixtures, and project formed details. C. Minimum 31b samples of subbase, base and bedding aggregate materials. D. Sieve analysis of aggregates for subbase, base and bedding materials per ASTM C 136. E. Project specific or producer/manufacturer source test results for void ratio and bulk density of the base and subbase aggregates. F. Soils report indicating density test reports, classification, and infiltration rate measured on-site under compacted conditions, and suitability for the intended project PERMEABLE INTERLOCKING CONCRETE PAVEMENT MMS # 1235-104 32 1413.19-1 City Park Pool ADA Renovations and Improvements 13.087 G. Erosion and sediment control plan. H. Permeable concrete pavers: 1. Paver manufacturer's catalog sheets with product specifications. 2. [Four] representative full-size samples of each paver type, thickness, color, and finish. Submit samples indicating the range of color expected in the finished installation. 3. Accepted samples become the standard of acceptance for the work of this Section. 4. Laboratory test reports certifying compliance of the concrete pavers with ASTM C 936. 5. Manufacturer's certification of concrete pavers by ICPI as having met applicable ASTM standards. 6. Manufacturers' material safety data sheets for the safe handling of the specified paving materials and other products specified herein. 7. Paver manufacturer's written quality control procedures including representative samples of production record keeping that ensure conformance of paving products to the product specifications. I. Paver. Installation Subcontractor: 1. Demonstrate that job foremen on the project have a current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. 2. Job references from projects of a similar size and complexity. Provide Owner/ClienVGeneral Contractor names, postal address, phone, fax, and email address. 3. Written Method Statement and Quality Control Plan that describes material staging and flow, paving direction and installation procedures, including representative reporting forms that ensure conformance to the project specifications. 1.04 QUALITY ASSURANCE A. Paver Installation Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material and extent indicated on this project 2. Utilize an installer with job foremen holding a record of completion from the Interlocking Concrete Pavement Institute PICP Installer Technician Course. B. Regulatory Requirements and Approvals: [Specify applicable licensing, bonding or other aequirements of regulatory agencies.]. C.-Weview.4he manufacturers' quality control plan, paver installation subcontractor's Method Q a[Btatkrftnt and Quality Control Plan with a pre -construction meeting of representatives from =jhems6@jfacturer, paver installation subcontractor, general contractor, engineer and/or W QowM>uepresentative. J Dc%JNoclet+bs: 1-Ufstall a 1 Oft x 10ft paver area. W c 2 ---me this area to determine surcharge of the bedding layer, joint sizes, and lines, laying Y vtern, color and texture of the job. 0 3. lis area will be used as the standard by which the work will be judged. °V 4. Subject to acceptance by owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Comply with Division 1 Product Requirement Section. B. Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. C. Delivery: Deliver materials in manufacturer's original, unopened, undamaged container packaging with identification tags intact on each paver bundle. 1. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product or existing construction PERMEABLE INTERLOCKING CONCRETE PAVEMENT MMS # 1235-104 32 1413.19 - 2 City Park Pool ADA Renovations and Improvements 13.087 D Storage and Protection: Store materials in protected area such that they are kept free from mud, dirt, and other foreign materials. 1.06 ENVIRONMENTAL REQUIREMENTS A. Do not install in rain or snow. B. Do not install frozen bedding materials. 1.07 MAINTENANCE A. Extra materials: Provide 2% additional material for use by owner for maintenance and repair. B. Pavers shall be from the same production run as installed materials. PART 2 PRODUCTS 2.01 PAVING UNITS A. Manufacturer: Unilock. B. Permeable Interlocking Concrete Paver Units: 1. Paver Type: Eco-Priora a. Material Standard: Comply with ASTM C 936. b. Color: Coffee Creek c. Color Pigment Material Standard: Comply with ASTM C 979. d. Size: Rectangle 9.4" x 4.7" x 3.1" (24cm x 12cm x 8cm) 2.02 PRODUCT SUBSTITUTIONS A. Substitutions: Permitted for gradations for crushed stone jointing material, base and subbase materials. Base and subbase materials shall have a minimum 0.32 void ratio. All substitutions shall be approved in writing by the project engineer. 2.03 CRUSHED STONE FILLER, BEDDING, BASE AND SUBBASE _ A. Crushed stone with 90% fractured faces, LA Abrasion < 40 per ASTM C 131. " B. Do not use rounded river gravel for vehicular applications. C. All stone materials shall be washed with less than 2% passing the No. 200 sieve. _ D. Jointtopening filler, bedding, base and subbase: conforming to ASTM D 448 gradation is shown in Tables 1, 2 and 3 below: ti, Table 1 ASTM No. 8 Grading Requirements o Bedding and Joint/Opening Filler DA Sieve Size Percent Passing �-< 12.5 mm (1/2 in.) 100 9.5 mm (3/8 in.) 85 to 100 m 4.75 mm (No. 4) 10 to 30 3;0 2.36 mm (No. 8) 0 to 10 1.16 mm (No. 16) 0 to 5 Table 2 ASTM No. 57 Base Grading Requirements Sieve Size Percent Passing 37.5 mm (1 1/2 in.) 100 25 mm (1 in.) 95 to 100 12.5 mm (1/2 in.) 25 to 60 4.75 mm (No. 4) 0 to 10 2.36 mm (No. 8) 0 to 5 Table 3 Grading Requirement for ASTM No. 2 Subbase Sieve Size Percent Passing N a s co N tD r rn 0 PERMEABLE INTERLOCKING CONCRETE PAVEMENT MMS # 1235104 32 1413.19 - 3 City Park Pool ADA Renovations and Improvements 13.087 75 mm (3 in.) 100 63 mm (2 1/2 in.) 90 to 100 50 mm (2 in.) 35 to 70 37.5 mm (1 1/2 in.) 0 to 15 19 mm (3/4 in.) 0 to 5 2.04 ACCESSORIES A. Provide accessory materials as follows: 1. Edge Restraints a. Manufacturer: SEK, Perm -Edge, www.sek.us.com PART 3 EXECUTION 3.01 EXAMINATION A. Acceptance of Site Verification of Conditions: 1. General Contractor shall inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers. a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements. b. Provide written density test results for soil subgrade to the Owner, General Contractor and paver installation subcontractor. c. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage pipes and inlets. 2. Do not proceed with installation of bedding and interlocking concrete pavers until subgrade soil conditions are corrected by the General Contractor or designated CD subcontractor. _:r -.f ity 44FEMASTION AIG VWY inat the soil subgrade is free from standing water. W S le joinUopening filler, base and subbase materials such that they are free from J cv stwater, uniformly graded, free of any organic material or sediment, debris, and ready fo ment. L t� E traint Preparation: 1. Onstall edge restraints at the indicated elevations per the drawings. e 3.03 MfALLATION A. -General 1. Any excess thickness of soil applied over the excavated soil subgrade to trap sediment from adjacent construction activities shall be removed before application of the subbase materials. 2. Keep area where pavement is to be constructed free from sediment during entire job. Base and bedding materials contaminated with sediment shall be removed and replaced with clean materials. 3. Do not damage drainpipes, overflow pipes, observation wells, or any inlets and other drainage appurtenances during installation. Report any damage immediately to the project engineer. B. Geotextiles 1. Place on [bottom and] sides of soil subgrade. Secure in place to prevent wrinkling from vehicle tires and tracks. 2. Overlap a minimum of 12 inches in the direction of drainage. C. Open -graded subbase and base PERMEABLE INTERLOCKING CONCRETE PAVEMENT MMS # 1235-104 32 1413.19 - 4 City Park Pool ADA Renovations and Improvements 13.087 1. Moisten, spread and compact the No. 2 subbase in 4 to 6 in. lifts 2. For each lift, make at least two passes in the vibratory mode then at least two in the static mode with a minimum 10 t vibratory roller until there is no visible movement of the No. 2 stone. Do not crush aggregate with the roller. 3. The surface tolerance of the compacted No. 2 subbase shall be t2 1/2 in. over a 1Oft straightedge. 4. Moisten, spread and compact the No. 57 base layer in one 4 in. thick lift On this layer, make at least two passes in the vibratory mode then at least two in the static mode with a minimum 10 t vibratory roller until there is no visible movement of the No. 57 stone. Do not crush aggregate with the roller. 5. Use part of the compacted base area as a control strip for density testing. a. The Testing Agency shall supply nuclear moisture/density gauges and ancillary equipment required to conduct density and moisture content measurements for compaction of the No. 57 aggregate drainage layer. Qualified testing laboratory operators/gauges may conduct compaction testing. Each gauge operator shall be trained in the safe operation, transportation and handling of the gauge. The registered owner of the gauge shall have and maintain a valid Radioisotope License for each gauge. b. Each gauge shall have been calibrated within the last 12 months, either by the manufacturer or other qualified agent, against certified density and moisture reference blocks. The density standard count and the moisture standard count shall be within 2 percent and 4 percent respectively, of the most recent calibration values. A certificate of calibration for each gauge shall accompanygPcch gauge. 6. Target Density�� ' f O e++ a. Determine a target density on the control strip during under the following editions! (1) after initial placement and compaction of the base aggregate layer (2) when there is a perceptible change in the appearance or gradation of the aggregate, (3) when there is a change in the source of aggregate. b. Test field density according to ASTM D 2922 Standard Test Methods forUnsity of Soil and Soil -Aggregate In -Place by Nuclear Methods (shallow LrWIh). Heid density tests shall be performed on compacted base materials to deters �ith� acceptable limits of a target density. *R Cl)- 7. Control Strip :4r N r <rn a m a. The Testing Company shall construct a control strip for the deterri�j�on ga tar® density consisting of a single uniform lift as specified in the contr documents, but not more than 4 in. thick and covering approximately 600 yd in area. No Qlting shall be performed within 10ft from any unrestrained outside edge of the work area. The control strip may be incorporated into the project upon acceptance of density measurements by the Testing Company. b. During construction of the control strip, the surface of the aggregate shall be visibly moist and maintained as such throughout construction and compaction. c. After initial placement of the aggregate base material, the compaction equipment shall make two passes over the entire surface of the control strip. Field densities and field moisture contents, using the backscatter/indirect method, shall be determined at five randomly selected locations at least 15ft apart. The dry density and moisture content shall be calculated for each of these locations and the averages shall be used as initial values. The maximum compacted thickness of the aggregate base layer measured for density shall be 4 in. d. The compaction equipment shall then make two additional passes over the entire surface of the control strip. After compaction, three separate, random field density PERMEABLE INTERLOCKING CONCRETE PAVEMENT 32 1413.19- 5 MMS # 1235-104 City Park Pool ADA Renovations and Improvements 13.087 and moisture content determinations shall be made, using the backscatter/indirect method, and a new average dry density and moisture content shall be calculated. e. If the new average dry density exceeds the previous value by more than 1.2 pcf then two additional passes of the equipment shall be carried out as described above. If the new average dry density does not exceed the previous value by more than 1.2 pcf, then compaction of the control strip will be considered satisfactory and complete. f. Upon satisfactory completion of the control strip, an additional seven (7) field density and moisture tests, using the backscatter/indirect method, shall be taken at random locations and the dry density and moisture content values shall be determined. The final dry density and moisture content of the control strip shall be the average of these seven values plus the three most recent values obtained upon completion. 8. Compaction a. Use a smooth dual or single smooth drum, minimum 10 t vibratory roller or a minimum 13,500 Ibf reversible vibratory plate compactor with a compaction indicator without crushing the aggregate base. 0 b. Compact aggregates without crushing them. s Teeport if he test report shall include the following: W c W ;I) Project description. J N yam) Sketch of test area and test locations. 3) Aggregate type and layer thicknesses. c�Q4) Aggregate characteristic properties: gradation, void ratio, bulk density. 4. x vJ5) Compaction equipment type and weight. 06) Static or vibratory compaction. 7) Number of passes of the compaction equipment. 8) Test number and location. 9) Individual and average field wet density, moisture content, and dry density values determined after each compaction operation in accordance with ASTM D 2922 Standard Test Methods for Density of Soil and Soil -Aggregate In -Place by o Nuclear Methods (Shallow Depth). Z10) Calculation of target density. i 2 D.= Toes-Urtace tolerance the compacted No. 57 base should not deviate more than. ±1 in. over 10 ftsfraightedge. E., Sed4lrtig7ayer .1 Moisten, spread and screed the No. 8 stone bedding material. 2. Fill voids left by removed screed rails with No. 8 stone. 3. The surface tolerance of the screeded No. 8 bedding layer shall be ±318 in over a 10ft straightedge. 4. Do not subject screeded bedding material to any pedestrian or vehicular traffic before paving unit installation begins. F. Permeable interlocking concrete pavers and joint/opening fill material 1. Lay the paving units in the pattens and joint widths shown on the drawings. Maintain straight pattern lines. 2. Fill gaps at the edges of the paved area with cut units. Cut pavers subject to tire traffic shall be no smaller than 1/3 of a whole unit. 3. Cut pavers and place along the edges with a [double -bladed splitter or] masonry saw. 4. Fill the openings and joints with [No. 8] stone. 5. Remove excess aggregate on the surface by sweeping pavers clean. 6 Compact and seat the pavers into the bedding material using a low -amplitude, 75- 90 Hz plate compactor capable of at least 5,OOOIbf. This will require at least two passes with the plate compactor. PERMEABLE INTERLOCKING CONCRETE PAVEMENT MMS # 1235-104 32 1413.19 - 6 City Park Pool ADA Renovations and Improvements 13.087 7. Do not compact within Eft of the unrestrained edges of the paving units. 8. Apply additional aggregate to the openings and joints if needed, filling them completely. Remove excess aggregate by sweeping then compact the pavers. This will require at least two passes with the plate compactor. 9. All pavers within 6ft of the laying face must be left fully compacted at the completion of each day. 10. The final surface tolerance of compacted pavers shall not deviate more than t3/8" under a 1 Oft long straightedge. 11. The surface elevation of pavers shall be 1/8 to 1/4 in. above adjacent drainage inlets, concrete collars or channels. 3.05 FIELD QUALITY CONTROL A. After sweeping the surface clean, check final elevations for conformance to the drawings. B. Lippage: No greater than 1/8 in. difference in height between adjacent pavers. C. The surface elevation of pavers shall be 1/8 to 1/4 in. above adjacent drainage inlets, concrete collars or channels. D. Bond lines for paver courses: t'/ in. over a 50ft string line. 3.06 PROTECTION A. After work in this section is complete, the General Contractor shall be responsible for protecting work from sediment deposition and damage due to subsequent construction activity on the site. B. PICP installation contractor shall return to site after 6 months from the completion of the work and provide the following as required: fill paver joints with stones, replace broken or cracked pavers, and re -level settled pavers to initial elevations. Any additional work shall be considered part of original bid price and with no additional compensation. END OF SECTION N O_ O w n-< — r- M =gym a o� CO n N W PERMEABLE INTERLOCKING CONCRETE PAVEMENT MMS # 1235-104 32 1413.19 - 7 I City Park Pool ADA Renovations and Improvements SECTION 32 3113 CHAIN LINK FENCES AND GATES PART1 GENERAL oN O c;� 1.01 SECTION INCLUDES �n C=) ' A. Fence framework, fabric, and accessories. n� B. Excavation for post bases; concrete foundation for posts. C. Manual gates and related hardware. p'; 1.02 RELATED REQUIREMENTS y OD N A. Section 32 1313 Concrete Paving D B. Section 087100 Gate Egress Hardware 1.03 REFERENCE STANDARDS A. ASTM A123/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2009. B. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. C. ASTM A392 - Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric; 2011. D. ASTM A491 - Standard Specification for Aluminum -Coated Steel Chain -Link Fence Fabric; 2010. E. ASTM C94/C94M - Standard Specification for Ready -Mixed Concrete; 2011. F. ASTM F567 - Standard Practice for Installation of Chain -Link Fence; 2011. G. ASTM F668 - Standard Specification for Polyvinyl Chloride (PVC) and Other Organic Polymer - Coated Steel Chain -Link Fence Fabric; 2007. H. ASTM F1043 - Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework; 2011. I. ASTM F1083 - Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures; 2010. J. CLFMI CLF 2445 - Product Manual; Chain Link Fence Manufacturers Institute1997= �+ 1.04 SUBMffTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on fabric, posts, accessories, fittings and hardware. C. Shop Drawings: Indicate plan layout, spacing of components, post foundation dimensions, hardware anchorage, and schedule of components. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. PART 2 PRODUCTS 2.01 MANUFACTURERS CHAIN LINK FENCES AND GATES 32 113- 1 MMS # 1235-104 City Park Pool ADA Renovations and Improvements A. Chain Link Fences and Gates: 1. Merchants Metals; Product Colorbond I: www.merchantsmetals.com. 2.02 MATERIALS A. Posts, Rails, and Frames: Lusterguard LG40, ASTM F1043 Group I -C, Schedule 40 hot - dipped galvanized steel pipe, welded construction, minimum yield strength of 50 ksi. B Wlre Fabric: ASTM A491 aluminum coated steel chain link fabric. C Concrete: Ready -mixed, complying with ASTM C94/C94M; normal Portland cement; 2,500 psi strength at 28 days, 3 inch slump; 3/8 inch nominal size aggregate. A. Li*Posts: 2 inch diameter. B. Corner and Terminal Posts: 2 1/2 inch. C. Gate Posts: 4 inch diameter. D. Top and Brace Rail: 1 5/8 inch diameter, plain end, sleeve coupled. E. Gate Frame: 1.66 inch diameter for welded fabrication. F. Fabric: 2 inch diamond mesh interwoven wire, 9 gage thick, top selvage knuckle end closed, bottom selvage twisted tight G. Tension Wire: 6 gage thick steel, single strand. H. Tension Band: 2 1/2 inch thick steel. I. Tension Strap: 4 inch thick steel. J. Tie Wire: Aluminum alloy steel wire. 2.04 ACCESSORIES A. C56: Ca� steel galvanized; sized to post diameter, set screw retainer. ®. PRRngecApeves, bands, clips, rail ends, tension bars, fasteners and fittings; steel. US. Elden J vinic h— �D. I-l�rd Iss Cast steel galvanized, to accommodate 3 strands of barbed wire, single arm, Double Swinging Gates: 180 degree hinges, 2 for gates up to 60 inches high, 3 5; drop bolt on inactive leaf engaging socket stop set in concrete, active leaf :five leaf preventing raising of drop bolt, padlock hasp; keepers to hold gate in * open position. 2.05 FINISHES A. Components and Fabric: Vinyl coated over coating of 1.8 oz/sq ft galvanizing as indicated on the plans. B. Accessories: Same finish as fabric. C. Color(s): Black. PART 3 EXECUTION 3.01 INSTALLATION A. Install framework, fabric, accessories and gates in accordance with ASTM F567. B. Place fabric on outside of posts and rails. CHAIN LINK FENCES AND GATES MMS # 1235-104 32 113- 2 City Park Pool ADA Renovations and Improvements C. Set terminal, gate, and corner posts plumb, in concrete footings with top of footing 6 inches below finish grade. Set terminal, gate, and comer posts prior to asphalt pavement installation or core drill and patch asphalt pavement as needed for footing installation. D. Line Post Footing Depth Below Finish Grade: ASTM F567. E. Corner, Gate and Terminal Post Footing Depth Below Finish Grade: ASTM F567. F. Brace each gate and corner post to adjacent line post with horizontal center brace rail and diagonal truss rods. Install brace rail one bay from end and gate posts, set brace line posts in concrete footing with top of footing 6 inches below finish grade. G. Provide top rail through line post tops and splice with 6 inch long rail sleeves. H. Do not stretch fabric until concrete foundation has cured 7 days. I. Stretch fabric between terminal posts or at intervals of 100 feet maximum, whichever is less. J. Position bottom of fabric 2 inches above finished grade. K. Fasten fabric to top rail, line posts, braces, and bottom tension wire with be wire at maximum 15 inches on centers. L. Attach fabric to end, corner, and gate posts with tension bars and tension bar clips. M. Install bottom tension wire stretched taut between terminal posts. N. Install gate with fabric to match fence. Install hardware. 3.02 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch. B. Maximum Offset From True Position: 1 inch. C. Components shall not infringe adjacent property lines. END OF SECTION �C-)+ D _o c i --I �nN _ M 'm m CO 3> N CHAIN LINK FENCES AND GATES MMS # 1235-104 32 113- 3 City Park Pool ADA Renovations and Improvements 13.087 0 O wT SECTION 32 3223 - SEGMENTAL RETAINING WALL �n p ■ 1 PART 1: GENERAL 1.01 DESCRIPTION o� = Q ,a ao A. This work shall consist of furnishing and construction of a Keystone AneGate m Country Manor® Retaining Wall System or equal in accordance with these specificati v6 and in reasonably close conformity with these specifications and with the lines, grades, design, and dimensions shown on the plans. PART 2: PRODUCTS 2.01 DEFINITIONS A. Structural Geogrid - a structural element formed by a regular network of integrally connected tensile elements with apertures of sufficient size to allow interlocking with surrounding soil, rock, or earth and function primarily as reinforcement. B. Modular Unit - a concrete retaining wall element machine made from portland cement, water, and aggregates. C. Unit Fill - drainage aggregate which is placed within and immediately behind the modular concrete units. D. Reinforced Backfill - compacted soil which is placed within the reinforced soil volume as outlined on the plans. 2.02 MODULAR CONCRETE RETAINING WALL UNITS A. Modular concrete units shall conform to the following architectural requirements: face color - standard manufacturers' color matching existing onsite Keystone Country Manor walls. face finish — Tumbled smooth face configuration. Other face finishes will not be allowed without written approval of owner. bond configuration - running bond with bonds not located at bonds of vertically adjacent units, in both straight and curved alignments. exposed surfaces of units shall be free of cracks. Units should be free of chips or other imperfections feet except those inherent to the block design. B. Modular concrete units shall conform to the following material requirements: Cement - Materials shall conform to the following applicable specifications. a. Portland Cement - ASTM C 150 b. Modified Portland Cement - Portland cement conforming to ASTM C 150, modified as follows. Limestone - calcium carbonate, with a minimum 85 % content, may be added to the cement, provided these requirements of C 150 as modified are met; (1) limitation on insoluble residue 1.5 %; (2) SEGMENTAL RETAINING WALL 323223-1 MMS # 1235-104 City Park Pool ADA Renovations and Improvements 13.087 limitation on air content of mortar - volume percent, 22% maximum; and m— — (3) limitations of loss of ignition - 7 % -c_ MI-, C. Blended Cements - ASTM C 618 s.. co •-- a=' d. Pozzolans - ASTM C 618 e. Blast Furnace Slag Cement - ASTM C 989 Aggregates - aggregates shall conform to the following specifications, as applicable. a. Normal Weight Aggregates - ASTM C 33 b. Lightweight Aggregates - ASTM C 331 3. Other Constituents - Air entraining agents, coloring pigments, integral water repellents, finely ground silica, and other constituents shall be previously established as suitable for use in modular concrete retaining wall units and shall conform to applicable ASTM standards or, shall be shown by test or experience to be not detrimental to the durability of the modular concrete units or any material customarily used in retaining wall construction. C. Modular concrete units shall conform to the following structural and geometric vertical setback = 1/8"± per course (near vertical) or 1"± per course per the design drawings; alignment and grid positioning mechanism - fiberglass pins, two per unit minimum; 2.03 SHEAR CONNECTORS A. Strength of shear connectors between vertical adjacent units shall be applicable over a design temperature of 10 degrees F to + 100 degrees F. Shear connectors shall be 1/2 inch diameter thermoset isopthalic polyester resin-pultruded fiberglass reinforcement SEGMENTAL RETAINING WALL MMS # 1235-104 323223-2 requirements: compressive strength = 3000 psi minimum; absorption = 8 % maximum (6% in northern states) for standard weight aggregates; o co Q unit depth - 20 inches minimum; 0 = Y C=m W a J� unit width to height ratio = 2.25: 1; J C'J Cal— unit weight - 90 lbs/unit minimum for standard weight aggregates zCJ3 inter -unit shear strength - 1500 plf minimum at 2 psi normal pressure; o N geogrid/unit peak connection strength -1000 plf minimum at 2 psi normal force maximum horizontal gap between erected units shall be - 1/2 inch. D. Modular concrete units shall conform to the following constructability requirements: vertical setback = 1/8"± per course (near vertical) or 1"± per course per the design drawings; alignment and grid positioning mechanism - fiberglass pins, two per unit minimum; 2.03 SHEAR CONNECTORS A. Strength of shear connectors between vertical adjacent units shall be applicable over a design temperature of 10 degrees F to + 100 degrees F. Shear connectors shall be 1/2 inch diameter thermoset isopthalic polyester resin-pultruded fiberglass reinforcement SEGMENTAL RETAINING WALL MMS # 1235-104 323223-2 City Park Pool ADA Renovations and Improvements 13.087 rods. Connectors shall have a minimum flexural strength of 128,000 psi and short beam shear of 6,400 psi. B. Shear connectors shall be capable of holding the geogrid in the proper design position during grid pre -tensioning and backfilling. 2.04 BASE LEVELING PAD MATERIAL A. Material shall consist of a compacted crushed stone base or non -reinforced concrete as shown on the construction drawings. The leveling pad shall be a minimum of "ches thick. As an option, concrete may be 3 inches thick with a compactedanulaElase for a total thickness of 6 inches. b� r 2.05 UNIT FILL c)-< — �— -in N A. Unit fill shall consist of W granular backfill. -<tr*1S M a;= B. As per Manufacturer, one cubic foot, minimum, of drain fill shall be usalli em squa?? foot of wall face. Drain fill shall be placed within cores of, between, arr86ehin units to meet this requirement. 2.06 REINFORCED BACKFILL A. Reinforced backfill shall be free of debris. B. The maximum aggregate size shall be limited to 3/4 inch unless field tests have been or will be performed to evaluate potential strength reductions to the geogrid design due to damage during construction. C. Unsuitable soils for backfill (high plastic clays or organic soils) shall not be used in the backfill or in the reinforced soil mass. 2.07 GEOGRID L A. Ta, Allowable Tensile Design Load, shall be determined as follows: ::j to Ta = Tcr/(FD*FC*FS) Ta shall be evaluated based on a 75 year design life. B. Tcr, Creep Limited Tensile Load Tcr shall be determined from 10,000 hour creep testing performed in atFordance with ASTM D5262. C. FD, Factor for Durability/Aging FD shall be determined from polymer specific durability testing covering the range of expected soil environments. D. FC, Factor for Construction Damage FC shall be determined from product specific construction damage testing performed in accordance with GRI-GG4. Test results shall be provided for each product to be used with project specific or more severe soil type. SEGMENTAL RETAINING WALL 323223-3 MMS # 1235-104 City Park Pool ADA Renovations and Improvements E. FS, Overall Factor of Safety FS shall be 1.5 unless otherwise noted. 13.087 F. The maximum design tensile load of the geogrid shall not exceed the laboratory tested ultimate strength of the geogrid/facing unit connection as limited by the "Hinge Height" divided by a factor of safety of 1.5. The connection strength testing and computation procedures shall be in accordance with NCMA test methods. G.:� Soil Interaction Coefficient, Ci Ci yalues shall be determined per GRI:GG5 at a maximum 0.75 inch displacement. w � PART 3: EXECUTION 3.01 EXCAVATION A. Contractor shall excavate to the lines and grades shown on the construction drawings. Engineer will inspect the excavation and approve prior to placement of leveling material or fill soils. B. Over -excavation of deleterious soils and replacement with suitable fill are considered incidental to this item. 3.02 BASE LEVELING PAD D. Whole, or cut, units on curves and corners to shall be erected with running bond approximately centered on units above and below. E. Cap units shall be glued to underlaying units with an adhesive recommended by the manufacturer. SEGMENTAL RETAINING WALL MMS # 1235-104 323223-4 A. Leveling pad material(s) shall be placed to the lines and grades shown on the construction drawings, to a minimum thickness of 6 inches. B.— Crushed stone leveling pads shall be compacted to a minimum of 95 % standard or 90 % mcdlfied Proctor. C cling pad shall be prepared to insure full contact to the base surface of the concrete W J h'C_�'_ - >-E5 _ 3W3 AT WALLATION .,, Ao o Firsf course of units shall be placed on the leveling pad, and alignment and level checked. Pins or molded surfaces of modular concrete units shall be used for alignment control. B. Position vertically adjacent modular concrete units as recommended by the Manufacturer. C. Maximum stacked vertical height of wall units, prior to wall drain fill and backfill placement and compaction, shall not exceed two courses. D. Whole, or cut, units on curves and corners to shall be erected with running bond approximately centered on units above and below. E. Cap units shall be glued to underlaying units with an adhesive recommended by the manufacturer. SEGMENTAL RETAINING WALL MMS # 1235-104 323223-4 City Park Pool ADA Renovations and Improvements 3.04 STRUCTURAL GEOGRID INSTALLATION A. B. C. D. Geogrid shall be oriented with the highest strength axis alignment. Geogrid reinforcement shall be placed at the elevations and to the construction drawings or as directed by the Engineer. The geogrid shall be laid horizontally on compacted backfill. Place modular concrete units over geogrid. The geogrid shall be pulled t� to backfill placement on the geogrid. iKx4-Y/ N 0 AlMeEeI !_'*� -r N hown on t� m = Q RX co Jrext coArse of and arRbored prior Geogrid reinforcements shall be continuous throughout their embedment lengths. Spliced connections between shorter pieces of geogrid is not allowed unless pre -approved by the Engineer prior to construction. 3.05 REINFORCED BACKFILL PLACEMENT A. Reinforced backfill shall be placed, spread, and compacted in such a manner that minimizes the development of slack in the geogrid. B. Reinforced backfill shall be placed and compacted in lifts not to exceed 8 inches where hand compaction is used, or 12 inches where heavy compaction equipment is used. C. Reinforced backfill shall be compacted to 95 % of the maximum density as determined by ASTM D695. The moisture content of the backfill material prior to and during compaction shall be uniformly distributed throughout each layer and shall be within 2 percentage points dry of optimum. D. Only lightweight hand -operated equipment shall be allowed within 3 feet from the tail of the modular concrete unit. E. Tracked construction equipment shall not be operated directly upon the geogrid reinforcement. A minimum fill thickness of 6 inches is required prior to operation of tracked vehicles over the geogrid. Tracked vehicle turning should be kept to a minimum to prevent tracks from displacing the fill and damaging the geogrid. F. Rubber tired equipment may pass over geogrid reinforcement at slow speeds, less than 10 MPH. Sudden braking and sharp turning shall be avoided. G. At the end of each day's operation, the Contractor shall slope the last lift of reinforced backfill away from the wall units to direct runoff away from wall face. The Contractor shall not allow surface runoff from adjacent areas to enter the wall construction site. END OF SECTION SEGMENTAL RETAINING WALL 323223-5 MMS # 1235-104 City Park Pool ADA Renovations and Improvements SECTION 32 8423 UNDERGROUND SPRINKLERS PART 1 N GENERAL o 1.01 SECTION O INCLUDES A� c A. Pipe and fittings, valves, sprinkler heads, emitters, bubblers, and accessories-< N r B. Control system. <r Pel a M 1.02 RELATED REQUIREMENTS v g� A. Section 31 2316 - Excavation: Excavating for irrigation piping. D W B. 0 Section 31 2316.13 - Trenching: Excavating and backfilling for irrigation piping. C. Section 31 2323 - Fill: Backfilling for irrigation piping. 1.03 REFERENCE STANDARDS A. ASTM D2235 - Standard Specification for Solvent Cement for Acrylonitrile -Butadiene -Styrene (ABS) Plastic Pipe and Fittings; 2004 (Reapproved 2011). B. ASTM D2241 - Standard Specification for Poly (Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR Series), 2009. C. ASTM D2564 - Standard Specification for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems; 2004 (Reapproved 2009). D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); National Electrical Manufacturers Association; 2008. 1.04 ADMINISTRATIVE REQUIREMENTS G A. Coordination: Coordinate the work with site backfilling, landscape grading arid-deliveryof plantl life. B. Pre -installation Meeting: Convene one week prior to commencing work of thisZection. 1.05 SUBMITTALS A. See Section 01 3300 - Submittals, for submittal procedures. B. Product Data: Provide component and control system and wiring diagrams. C. Record Documents: Record actual locations of all concealed components piping system. D. Operation and Maintenance Data: 1. Provide instructions for operation and maintenance of system and controls, seasonal activation and shutdown, and manufacturer's parts catalog. 2. Provide schedule indicating length of time each valve is required to be open to provide a determined amount of water. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. 1.07 REGULATORY REQUIREMENTS A. Conform to applicable code for piping and component requirements. UNDERGROUND SPRINKLERS MMS # 1235-104 32 8423- 1 City Park Pool ADA Renovations and Improvements B. Provide certificate of compliance from authority having jurisdiction indicating approval of products in system. 2_1:71APSU:Alli1119&I 2.01 IRRIGATION SYSTEM A. Manuaffy controlled underground irrigation system, with low point self -drain. 2.02 PIPE MATERIALS A. PVC Pipe: ASTM D2241; 200 psi pressure rated upstream from controls, 160 psi downstream; solvent welded sockets. B. Fittings: Type and style of connection to match pipe. C. Pipe Risers at Valves: 100 psi ABS pipe. D. Solvent Cement: ASTM D2564 for PVC pipe and fittings. 2.03 OUTLETS A. Manufacturers: 1. Hunter. 2. Substitutions: See Section 00 2613 - Substitutions. B. Rotary Type Sprinkler Head: Fixed type with screens; fully adjustable for flow and pressure; size as indicated; with letter or symbol designating degree of arc and arrow indicating center of spray pattern. 2.04 VALVES A. Manufacturers: 1- Hunter. Su t tutions: See Section 00 2613 - Substitution. eo �. YY Jpne folds: PVC or glass filled -nylon Gate dos: Bronze construction non -rising stem. �N . FMck�Preventers: Iron body construction, double check valve type. I& COf�2O� O A. Mnufaciurers: T Hunter; ACC=1200-SS Controller. 2. Substitutions: See Section 00 2613 - Substitution. B. Wire Conductors: Color coded. C. Flow Sensor: Hunter Flow— CLIK D. Rain sensor: Hunter Solar— SYNC - SEN PART 3 EXECUTION 3.01 EXAMINATION A. Verify location of existing utilities. B. Verify that required utilities are available, in proper location, and ready for use. 3.02 PREPARATION A. Layout and stake locations of system components. UNDERGROUND SPRINKLERS MMS # 1235-104 32 8423- 2 City Park Pool ADA Renovations and Improvements B. Review layout requirements with other affected work. Coordinate locations of sleeves under paving to accommodate system. 3.03 TRENCHING A. Trench and backfill in accordance with Section 31 2316.13. B. Trench to accommodate grade changes and slope to drains. C. Maintain trenches free of debris, material, or obstructions that may damage pipe. o 3.04 INSTALLATION �n A. Install pipe, valves, controls, and outlets in accordance with manufacturer's ir�Eiatiorf5 B. Connect to utilities. =1cf ro r C. Set outlets and box covers at finish grade elevations. �m = M D. Provide for thermal movement of components in system. D� CP E. Use threaded nipples for risers to each outlet W 0 F. Install valves within valve boxes, see plan detail for installation. Set valve boxes to finish grade. G. After piping is installed, but before outlets are installed and backfilling commences, open valves and flush system with full head of water. 3.05 FIELD QUALITY CONTROL A. Prior to backfilling, test system for leakage at main piping to maintain 100 psi pressure for one hour. B. System is acceptable if no leakage or loss of pressure occurs and system self -drains during test period. 3.06 BACKFILLING A. Provide 3 inch sand cover over piping. B. Backfill trench and compact to specified subgrade elevation. Protect piping from displacement. 3.07 SYSTEM STARTUP A. Prepare and start system in accordance with manufacturer's instructions. B. Adjust control system to achieve time cycles required. C. Adjust head types for full water coverage to leveate excess watering beyond turf. 3.08 CLOSEOUT ACTIVITIES A. Instruct Owners personnel in operation and maintenance of system, including adjusting of sprinkler heads. Use operation and maintenance data as basis for demonstration. B. Provide Owners personnel laminated zone map and written operation instructions. 3.09 MAINTENANCE A. Provide one complete fall shutdown and a spring start-up by installer, at no extra cost to Owner. END OF SECTION UNDERGROUND SPRINKLERS MMS # 1235-104 32 8423- 3 City Park Pool ADA Renovations and Improvements 13.087 SECTION 329219 SEEDING PART 1 GENERAL 1.01 SECTION INCLUDES o A. Seeding, mulching and fertilizer. �n z M B. Maintenance. 1.02 RELATED REQUIREMENTS „n_In �r N m A. Section 01 5713 - Temporary Erosion and Sediment Control B. Section 31 2200 - Grading: Preparation of subsoil and placement of topsoil irrprepar�on for the work of this section. o C. Section 32 9300 - Plants 1.03 QUALITY ASSURANCE: A. The fitness of all plantings shall be determined by the Landscape Architect and/or the Architect with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformance with USDA listings and those established by nursery suppliers. B. All quantities of seed listed are for weights and percentages of pure live seed (PLS). 1.04 DEFINITIONS A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, 1 Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison a Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. — 1.05 SUBMITTALS a c? CD_ A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Product data: Provide manufacturer's data indicating composition and components of commercially prepared fertilizer and other soil amendments. C. Supplier certificate: Certify that seed mixture is appropriate for existing site conditions. (N/A) D. Test reports: Indicate results of analysis of existing topsoil, and recommendations for eliminating identified deficiencies. E. Topsoil samples: 1. Soil testing laboratory: G501 Agronomy, Iowa State University, Ames, Iowa 50011. 2. Soil testing laboratory: Agsource Belmond Labs, 1245 Highway 69, Belmond, Iowa 50421. F. Seed bag mix tags. (N/A) 1.06 REGULATORY REQUIREMENTS A. Comply with regulatory agencies for fertilizer and herbicide composition. B. Provide certificate of compliance from authority having jurisdiction indicating approval of seed mixture. (N/A) 1.07 DELIVERY, STORAGE, AND HANDLING MMS # 1235-104 SEEDING 329219 -1 City Park Pool ADA Renovations and Improvements 13.087 A. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not acceptable. Deliver seed mixture in containers showing percentage of seed mix, year of production, net weight, date of packaging, and location of packaging. B. Deliver fertilizer in waterproof bags showing weight, chemical analysis, and name of manufacturer. PART 2 PRODUCTS 2.01 SEED MIXTURE A. Seed Mixture for lawn areas: Outside pool perimeter fence: SUDAS. Type 1 permanent lawn mix. B. Seed mixture for lawn areas within pool perimeter fence: Turf seed mix provided by Iowa City Parks and Forestry Department. 2.02 ACCESSORIES A. Mulching Material: Oat or wheat straw, free from weeds, foreign matter detrimental to plant life, and dry. Hay or chopped cornstalks are not acceptable. B. Fertilizer: Granular, controlled release type; recommended for grass, with 50 percent of the elements derived from organic sources; of proportion necessary to eliminate any deficiencies of topsoil, as per silt testing laboratory fertilizer mix recommendations. C. Water: Clean, fresh and free of substances or matter that could inhibit vigorous growth of grass. PART 3 EXECUTION 3. 1 EXI INA' 'ON erify2j�prepared soil base is ready to receive the work of this Section. 3.0 PRFCAFM!43N —A. ;;os�[,ed bed by lightly disking - minimum working depth 3 inches; repair eroded areas. LLCD B. L%keggsure smooth, uniform surface texture free from rocks, dirt clods and debris. 3.03 FEI$ILIZING A. Apply fertilizer at a rate of 5 pounds per 1000 sq. ft. B. Apply after smooth raking of topsoil and prior to roller compaction. C. Do not apply fertilizer at same time or with same machine as will be used to apply seed. D. Mix thoroughly into upper 2 inches of topsoil. Roll the prepare and fertilized seed bed. E. Lightly water to aid the dissipation of fertilizer. 3.04 SEEDING A. Apply seed at a rate of 5 lbs per 1000 sq ft evenly in two intersecting directions. Rake in lightly. B. Do not seed areas in excess of that which can be mulched on same day. C. Planting Season: Spring - April 15 to May 30: Fall - August 1 to September 15. D. Do not sow immediately following rain, when ground is too dry, or during windy periods. E. Immediately following seeding and compacting, apply mulch to a thickness of 1/8 inches. Maintain clear of shrubs and trees. MMS # 1235-104 SEEDING 329219 -2 City Park Pool ADA Renovations and Improvements 13.087 F. Apply water with a fine spray immediately after each area has been mulched. Saturate to 4 inches of soil. 3.05 PROTECTION A. Identify seeded areas with stakes and string around area periphery. Set string height to 24 inches. Space stakes at 60 inches. B. Cover seeded slopes where grade is 4 inches per foot or greater with erosion fabric. Roll fabric onto slopes without stretching or pulling. C. Lay fabric smoothly on surface, bury top end of each section in 6 inch deep excavated topsoil trench. Provide 12 inch overlap of adjacent rolls. Backfill trench and rake smooth, left with adjacent soil. C w D. Secure outside edges and overlaps at 36 inch intervals with stakes. 2 F5 M n; < E. Lightly dress slopes with topsoil to ensure close contact between fabric and se N (� F. At sides of ditches, lay fabric laps in direction of water flow. Lap ends and edgg%inigm 6M inches. 40M v 3.06 MAINTENANCE *Z9 as 3�w w A. Provide maintenance at no extra cost to Owner. Owner will provide water if available onsite. B. See Section 01 7000 - Execution Requirements, for additional requirements relating to maintenance service. C. Maintain seeded areas immediately and continue maintenance until grass is well established and exhibits a vigorous growing condition and has stabilized the soil. D. Mow grass at regular intervals to maintain at a maximum height of 3 inches. Do not cut more than 1/3 of grass blade at any one mowing. E. Neatly trim edges. F. Immediately remove excess clippings after mowing and trimming which would create dead - spots up to and thru the next planting season. G. Water, weed, mow, fertilize, spray, cultivate and otherwise maintain and protect all seeding. H. Water to prevent grass and soil from drying out after "Substantial Completion" of the work. 1. Supply and/or coordinate water supply availability with owner. 2. Provide and maintain temporary piping, hoses, and lawn watering equipment to convey water from sources to keep soil moist to a uniform depth of four (4) inches. 3. Schedule watering to prevent wilting, puddling, erosion, or displacement of seed. I. Roll surface to remove minor depressions or irregularities. Regrade and reseed any areas impacted by other construction processes prior to final acceptance of the work. J. Control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. K. Immediately reseed areas which show bare spots or eroded areas with original mixtures, watering, or as necessary to establish a close stand of grasses specified, free of weeds and undesirable grasses. L. Protect seeded areas with warning signs during maintenance period. M. Contractor shall be responsible for maintenance of all seeded areas up to and through the Spring or Fall Planting Season, whichever is applicable, following "Substantial Completion" of the Work. 1. Planting Seasons: MMS # 1235-104 SEEDING 329219 -3 City Park Pool ADA Renovations and Improvements 13.087 a. Spring Planting Season: April 15 to May 30 b. Fall Planting Season: August 1 to September 15 END OF SECTION MMS # 1235-104 SEEDING 329219 -4 0 y o c;ZM cn n f= W - 0 MMS # 1235-104 SEEDING 329219 -4 City Park Pool ADA Renovations and Improvements SECTION 32 9300 PLANTS PART1 GENERAL N O 1.01 SECTION INCLUDES o A. Preparation of subsoil. -{ C B. Topsoil bedding. -i C7 C. New trees, plants, and ground cover. :<m M a 1.02 RELATED REQUIREMENTS 3 CO A. Section 31 2200 - Grading: Topsoil material. v o B. Section 312323 - Fill: Topsoil material. 1.03 DEFINITIONS li[ or -Yl 0 A. Weeds: Include Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. B. Plants: Living trees, plants, and ground cover specified in this Section, and described in ANSI Z60.1. 1.04 REFERENCE STANDARDS A. ANSI/ANLA Z60.1 -American Standard for Nursery Stock; 2004. B. ANSI A300 Part 1 - American National Standard for Tree Care Operations —Tree, Shrub and Other Woody Plant Maintenance — Standard Practices; 2008. 1.05 SUBMITTALS A. See Section 01 3300 - Submittals, for submittal procedures. B. Maintenance Data: Include cutting and trimming method; types, application frequerT, and recommended coverage of fertilizer. C. Submit list of plant life sources. tm D. Maintenance Contract =Ct� 1.06 QUALITY ASSURANCE A. Nursery Qualifications: Company specializing in growing and cultivating the plants with three years documented experience. 1.07 REGULATORY REQUIREMENTS A. Comply with regulatory agencies for fertilizer and herbicide composition. B. Provide certificate of compliance from authority having jurisdiction indicating approval of plants, fertilizer and herbicide mixture. C. Plant Materials: Certified by federal department of agriculture; free of disease or hazardous insects. Plants MMS # 1235-104 32 9300- 1 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver fertilizer in waterproof bags showing weight, chemical analysis, and name of manufacturer. B. Protect and maintain plant life until planted. C. Deliver plant life materials immediately prior to placement. Keep plants moist. 1.09 FIELD CONDITIONS A. Do not install plant life when ambient temperatures may drop below 35 degrees F or rise above 90 degrees F. B. Do not install plant life when wind velocity exceeds 30 mph. 1.10 WARRANTY A. Warranty: Include coverage for one continuous growing season following the season in which planting is performed; replace dead or unhealthy plants. B. Replacements: Plants of same size and species as specified, planted in the next growing season, with a new warranty commencing on date of replacement. PART 2 PRODUCTS 2.01 PLANTS A. Plants: Species and size identified in plant schedule, grown in climatic conditions similar to those in locality of the work. 2.02 ACCESSORIES A. Wrapping Materials: Burlap. B. Stakes: Softwood lumber, pointed end or t -posts. C. Plant Protectors: Rubber sleeves over cable to protect plant stems, trunks, and branches. 2.03 PLANT SOIL MIX A. A uniform mixture of 1 part sphagnum peat moss and 3 parts topsoil by volume. 2.04 SOURCE QUALITY CONTROL A. Pf#Vide t*ng of imported topsoil. Coordinate with Contractor for Section 31 2200 ®. Tustin �}' t required if recent tests are available for imported topsoil. Submit these test W Ste testing laboratory for approval. Indicate, by test results, information necessary to deternnelouitability. PAJ 3 �ECf TT5N 3U—EXAQNA-3A C+s O A. �rify thafprepared subsoil and planters are ready to receive work. B. Saturate soil with water to test drainage. 3.02 PREPARATION OF SUBSOIL A. Prepare subsoil to eliminate uneven areas. Maintain profiles and contours. Make changes in grade gradual. Blend slopes into level areas. B. Remove foreign materials, weeds and undesirable plants and their roots. Remove Plants MMS # 1235-104 329300-2 City Park Pool ADA Renovations and Improvements 13.087 B. Remove non -biodegradable root containers. C. Set plants in pits or beds, partly filled with prepared plant mix, at a minimum deQth of 6 inches- under each plant. Remove burlap, ropes, and wires, from the root ball. U� r� D. Place bare root plant materials so roots lie in a natural position. Backfill soil re £6 inch ye. layers. Maintain plant life in vertical position. E. Saturate soil with water when the pit or bed is half full of topsoil and again when full. 3.06 PLANT SUPPORT A. Brace plants vertically with plant protector wrapped guy wires and stakes to the following: 1. Tree Caliper: 1 to 2 inches; Tree Support Method: 2 stakes with two ties 2. Tree Caliper: 2 to 4 inches; Tree Support Method: 3 guy wires with eye Bolts and turn buckles 3.07 FIELD QUALITY CONTROL A. Call Engineer and/or Landscape Architect to perform field inspection prior to installation. B. Plants will be rejected if a ball of earth surrounding roots has been disturbed or damaged prior to or during planting. 3.08 MAINTENANCE Plants MMS # 1235-104 329300-3 contaminated subsoil. C. Scarify subsoil to a depth of 3 inches where plants are to be placed. Repeat cultivation in areas where equipment, used for hauling and spreading topsoil, has compacted subsoil. D. Dig pits and beds 6 inches larger than plant root system. E. Provide dry well or other means necessary if pits retain water and do not drain or percolate. 3.03 PLACING TOPSOIL A. Spread topsoil to a minimum depth of 6 inches over area to be planted. Rake smooth. Coordinate limits of placements with Contractor for Section 31 2200. B. Place topsoil during dry weather and on dry unfrozen subgrade. C. Remove vegetable matter and foreign non-organic material from topsoil while spreading. D. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage. E. Install topsoil into pits and beds intended for plant root balls, to a minimum thickness of 6 inches. 3.04 FERTILIZING A. N O Apply fertilizer in accordance with manufacturers instructions. B. z Apply after initial raking of topsoil. D� t C. Mix thoroughly into upper 2 inches of topsoil. N .-.4n D. Lightly water to aid the dissipation of fertilizer. :<m a M 3.05 PLANTING s m Q A. Set plants vertical. D w 0 B. Remove non -biodegradable root containers. C. Set plants in pits or beds, partly filled with prepared plant mix, at a minimum deQth of 6 inches- under each plant. Remove burlap, ropes, and wires, from the root ball. U� r� D. Place bare root plant materials so roots lie in a natural position. Backfill soil re £6 inch ye. layers. Maintain plant life in vertical position. E. Saturate soil with water when the pit or bed is half full of topsoil and again when full. 3.06 PLANT SUPPORT A. Brace plants vertically with plant protector wrapped guy wires and stakes to the following: 1. Tree Caliper: 1 to 2 inches; Tree Support Method: 2 stakes with two ties 2. Tree Caliper: 2 to 4 inches; Tree Support Method: 3 guy wires with eye Bolts and turn buckles 3.07 FIELD QUALITY CONTROL A. Call Engineer and/or Landscape Architect to perform field inspection prior to installation. B. Plants will be rejected if a ball of earth surrounding roots has been disturbed or damaged prior to or during planting. 3.08 MAINTENANCE Plants MMS # 1235-104 329300-3 A. Provide a separate maintenance contract for specified maintenance service. B. Maintain plant life immediately after placement and until plants are well established and exhibit a vigorous growing condition. Continue maintenance until termination of warranty period. C. Irrigate sufficiently to saturate root system and prevent soil from drying out. D. Remove dead or broken branches and treat pruned areas or other wounds. E. Neatly trim plants where necessary. F. Immediately remove clippings after trimming. END OF SECTION N N O ,J jwj- w CD � • e N L 9 M� Y� �? m r� Q ZEO W _ a J%' N UI- ,J p� W �Q U O m e N Plants MMS # 1235-104 329300-4 City Park Pool ADA Renovations and Improvements 13.087 SECTION 330513 - MANHOLES AND STRUCTURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Modular precast concrete manhole sections with tongue -and -groove joints with masonry transition to lid frame, covers, anchorage, and accessories. 0 B. Precast or cast -in-place storm intake structures p �+ 1.02 RELATED REQUIREMENTS a� � A. Section 31 2200 - Grading. B. Section 31 2316 - Excavation. �fr+1 S M v C. Section 31 2316.13 –Trenching. QD D. Section 334111 -Storm w 1.03 REFERENCE STANDARDS A. ASTM A48/A48M - Standard Specification for Gray Iron Castings; 2003 (Reapproved 2008). B. ASTM C478 - Standard Specification for Precast Reinforced Concrete Manhole Sections; 2009. C. ASTM C478M - Standard Specification for Precast Reinforced Concrete Manhole Sections [Metric]; 2009. D. ASTM C923 - Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals; 2008. E. ASTM C923M - Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals [Metric]; 2008b. F. Iowa Department of Transportation Standard Road Plans 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate manhole locations, elevations, piping sizes and elevations of penetrations. C. Product Data: Provide manhole covers, component construction, features, configuration, and dimensions. 1.05 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing products specified in this section with D. Reinforcement: Formed steel wire, galvanized finish, wire diameter as indicated on drawings. E. Concrete Reinforcement. MANHOLES AND STRUCTURES 330513-1 MMS #1235-104 minimum three years documented experience. PART2 PRODUCTS t 2.01 MATERIALS A. Manhole Sections: Reinforced precast concrete in accordance with ASTM C478 (ASTM �+ C478M), with resilient connectors complying with ASTM C923 (ASTM C923M B. Concrete. �— 6 I C. Mortar and Grout.. - D. Reinforcement: Formed steel wire, galvanized finish, wire diameter as indicated on drawings. E. Concrete Reinforcement. MANHOLES AND STRUCTURES 330513-1 MMS #1235-104 City Park Pool ADA Renovations and Improvements 2.02 COMPONENTS i[cl1Ifl A. Lid and Frame: ASTM A 48/A 48M, per Iowa DOT Standard Road Plans and Specifications B. Manhole Steps: Formed galvanized steel rungs, 3/4 inch diameter. Formed integral with manhole sections. 2.03 CONFIGURATION A. Shape: Cylindrical. B. Clear Inside Dimensions: As indicated. C. Design Depth: As indicated. D. Clear Lid Opening: As indicated. E. Steps: As indicated. PART 3 EXECUTION 3.01 EXAMINATION A. Verify items provided by other sections of Work are properly sized and located. B. Verify that built-in items are in proper location, and ready for roughing into Work. C. Verify excavation for manholes or intakes is correct. 3.02 PREPARATION A. Coordinate placement of inlet and outlet pipe or duct sleeves required by other sections. 3.03 MANHOLES AND INTAKES A. Place concrete base pad, trowel top surface level. B. Place manhole or intake sections plumb and level, trim to correct elevations, anchor to base pad. For Cast -in-place intakes, form intakes to lines and grades shown. C. Cut and fit for pipe. D. Grout base of shaft sections to achieve slope to exit piping. Trowel smooth. Contour as required. E. Set cover frames and covers level without tipping, to correct elevations. F. Coordinate with other sections of work to provide correct size, shape, and location. END OF SECTION Q Y2 W '¢ -Jr' N VI- U.CD �- z Q v3 o MANHOLES AND STRUCTURES 330513-2 MMS #1235-104 City Park Pool ADA Renovations and Improvements 13.087 SECTION 33 4111 - SITE STORM UTILITY DRAINAGE PIPING PART1 GENERAL 1.01 SECTION INCLUDES A. Storm drainage piping, fittings, and accessories. B. Connection of drainage system to municipal sewers. No C. Catch basins, Paved area drainage, and Site surface drainage. z C5 3;-.::;3;-.::;1.02 RELATED REQUIREMENTS n-< _ —� A. Section 31 2316 - Excavation: Excavating of trenches. -1c7 N r B. Section 31 2323 - Fill: Bedding and backfilling. G = v C. Section 31 2316.13 - Trenching: Excavating, bedding, and backfilling. D w 1.03 REFERENCE STANDARDS A. ASTM C 76 - Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe; 2008. B. ASTM C 76M - Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe [Metric]; 2008. C. ASTM C 443 - Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets; 2005a. D. ASTM F 2648 - Standard Specification for 2 to 60 inch [50 to 1500 mm] Annular Corrugated Profile Wall Polyethylene (PE) Pipe and Fittings for Land Drainage Applications, 2007 E. ASTM F 477 - Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe, 2008 F. Iowa Statewide Urban Design and Specifications (SUDAS), Current Edition G. IDOT Standard Specifications, Current Edition H. IDOT Highway Division - "Standard Road Plans Manual' 1.04 DEFINITIONS A. Bedding: Fill placed under, beside and directly over pipe, prior to subsequent backfill operations. 1.05 SUBMITTALS A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Product Data: Provide data indicating pipe, pipe accessories. C. Manufacturer's Installation Instructions: Indicate special procedures required to install Products specified. D. Manufacturer's Certificate: Current IDOT certification that products meet or exceed specified requirements. E. Project Record Documents: 1. Record location of pipe runs, connections, catch basins, cleanouts, and invert elevations. SITE STORM UTILITY DRAINAGE PIPING MMS # 1235-104 33 4111- 1 City Park Pool ADA Renovations and Improvements 13.087 2. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.06 REGULATORY REQUIREMENTS A. Conform to specified standards for materials and installation of the Work of this section. B. Comply with applicable standards and requirements for the City of Iowa City, Iowa. PART 2 PRODUCTS 2.01 SEWER PIPE MATERIALS A. Plastic Pipe: ASTM F 2648, Polyethylene (PE) material, inside nominal diameter as noted on the Drawings, bell and spigot style joints with gaskets conforming to ASTM F 477. Perforated and non -perforated single wall and dual wall smooth interior. 2.02 PIPE ACCESSORIES A. Pipe Joints: Neoprene "O" ring gaskets. B. F.—tings: Same material as pipe molded or formed to suit pipe size and end design, in required ® te, bentl elbows, cleanouts, reducers, traps and other configurations required. Y .. rC. J@d ffpSns: Flared; sides tapered to maximum slope of 4:1. JD. &Iterpadc: Comply with requirements of IDOT Standard Specification, Section 4196.B. Z�3 CA-iCHIN, CLEANOUT, AND AREA DRAIN COMPONENTS L,L o A. framd Grates: Cast iron construction. Cath Basin: a. Grate Design: As noted on the Drawings. 2. Area Drain: a. Grate Design: As noted on the Drawings. 2.04 BEDDING AND COVER MATERIALS A. Bedding: Crushed Limestone As specified in Section 31 2323. B. Cover: Structural Fill As specified in Section 31 2323. 2.05 OTHER MATERIALS A. Non -shrink, non-metallic grout: ASTM C1107; one of the following: 1. "Masterflow 928" manufactured by Master Builders Technologies. 2. "588" manufactured by W.R. Meadows. PART 3 EXECUTION 3.01 TRENCHING A. Hand trim excavation for accurate placement of pipe to elevations indicated. B. Backfill around sides and to top of pipe with cover fill, tamp in place and compact, then complete backfilling. 3.02 INSTALLATION - PIPE A. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are SITE STORM UTILITY DRAINAGE PIPING MMS # 1235-104 334111-2 City Park Pool ADA Renovations and Improvements as indicated on layout drawings. 13.087 B. Install pipe, fittings, and accessories in accordance with manufacturer's instructions. Seal watertight. C. Lay pipe to slope gradients noted on drawings, with maximum variation from true slope of 1/8 inch in 10 feet. D. Connect to building storm drainage system, foundation drainage system, and utility/municipal sewer system. 3.03 INSTALLATION - CATCH BASINS AND CLEANOUTS A. Form bottom of excavation clean and smooth to correct elevation. B. Form and place cast -in-place concrete base pad, with provision for sanitary sewer pipe end sections. C. Level top surface of base pad; sleeve concrete shaft sections to receive storm sewer pipe sections. D. Establish elevations and pipe inverts for inlets and outlets as indicated. E. Mount lid and frame level in grout, secured to top cone section to elevation indicated. 3.04 FIELD QUALITY CONTROL A. Perform field inspection and testing. B. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. 3.05 PROTECTION A. Protect pipe and bedding cover from damage or displacement until backfilling operation is in progress. END OF SECTION H 0 O c.� Wo a� O C" c :;C N r CA) SITE STORM UTILITY DRAINAGE PIPING MMS # 1235-104 33 4111- 3 City Park Pool ADA Renovations and Improvements SECTION 33 4600 - SUBDRAINAGE 13.087 PART1 GENERAL w 1.01 SECTION INCLUDES A. Retaining Wall and Under -Slab Drainage Systems. n-< B. Filter aggregate and fabric and bedding.ern-- y' ('(j 1.02 RELATED m REQUIREMENTSo70 A. Section 31 2316 - Excavation: Excavating for subdrainage system piping an4urrounding filter aggregate. B. Section 31 2323 - Fill: Backfilling over filter aggregate, up to subgrade elevation. C. Section 31 2316.13 - Trenching: Excavating and backfilling for site subdrainage systems. 1.03 SUBMITTALS A. See Section 01 3300 - Construction Submittals, for submittal procedures. B. Shop Drawings: Indicate dimensions, layout of piping, high and low points of pipe inverts, gradient of slope between comers and intersections, and cleanouts. C. Product Data: Provide data on pipe drainage products, pipe accessories, and cleanouts. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Project Record Documents: Record location of pipe runs, connections, cleanouts and principal invert elevations. PART 2 PRODUCTS 2.01 PIPE MATERIALS A. Manufacturers: 1. Advanced Drainage Systems, Inc.; Product - "N-12 Smooth Interior Pipe":www.ags- pipe.com 2. Or approved equal. " B. Flexible Corrugated Plastic Tubing: AASHTO M 294, Type S flexible pipe; 4 inch or as noted on the plan, annular corrugated exterior, with required fittings. C. Use perforated pipe at subdrainage system; un -perforated through sleeved walls. 2.02 AGGREGATE AND BEDDING A. Drainage Aggregate Material: Granular fill as specified in Section 312323. 2.03 ACCESSORIES A. Pipe Couplings: ASTM F477; solid elastomeric gaskets. B. Filter Fabric: Polypropolene, water pervious type, black non -biodegradable, non -woven, needle -punched. Provide "ADS -6600" manufactured by Advanced Drainage Systems, Inc, or approved equal. C. Sleeve: Manufacturer recommended type for foundation wall. D. Drainage Composite Panels: 1. "CCW MiraDRAIN 2000" manufactured by Carlisle Coatings & Waterproofing: www.carlisle-ccw.com. SUBDRAINAGE MMS # 1235-104 33 4600- 1 City Park Pool ADA Renovations and Improvements 13.087 2. "J-DRain -1000 Series" manufactured by JDR Enterprises, Inc.: www.j-drain.com. 3. "SealTight Mel -Drain" manufactured by W.R. Meadows, Inc.: www.wrmeadows.com. 4. Or approved equal. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that trench cut is ready to receive work and excavations, dimensions, and elevations are as indicated on layout Drawings. 3.02 PREPARATION A. Hand trim excavations to required elevations. Correct over -excavation with General Fill installed in accordance with requirements of Section 31 2316.13. B. Remove large stones or other hard matter that could damage drainage piping or impede consistent backfilling or compaction. C. Install filter fabric trench lining if noted on the Drawings. 3.03 INSTALLATION A. Install and join pipe and pipe fittings in accordance with pipe manufacturer's instructions. B. Place drainage pipe on filter fabric laid over clean cut subsoil. C. Lay pipe to slope gradients noted on Drawings; with maximum variation from true slope of 1/8 inch in 10 feet. D. Place pipe with perforations facing down. Mechanically join pipe ends. E. Install II pipe couplings. „F. IraBall ggregate at sides, over joint covers and top of pipe. Provide top cover compacted U tINRkni'--f 12 inches. a w Place &aJbric over leveled top surface of aggregate cover prior to subsequent backfilling .J c5ratyoreS . H. FMce 8g&' -gate in maximum 4 inch lifts, consolidating each lift. 1. FWer to Action 31 2323 for compaction requirements. Do not displace or damage pipe when r$npacting. J. Place general fill over drainage pipe aggregate cover and compact. K. Connect to storm sewer system with un -perforated pipe, through installed sleeves. 3.04 FIELD QUALITY CONTROL A. Section 014000 - Quality Requirements: Field inspection and testing. B. Request inspection prior to and immediately after placing aggregate cover over pipe. 3.05 PROTECTION A. Protect pipe and aggregate cover from damage or displacement until backfilling operation begins. END OF SECTION SUBDRAINAGE MMS # 1235-104 33 4600- 2 T y�cr) `tom Prepared by Michael Moran, Parks and Recreation, 220 S. Gilbert St., Iowa City, IA 52240, (319)356-5104 RESOLUTION NO. 13-326 RESOLUTION SETTING A PUBLIC HEARING ON DECEMBER 3, 2013 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY PARK POOL ADA RENOVATIONS 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, the wading pool at City Park Pool does not comply with the 2010 Americans with Disabilities Act; and WHEREAS, the wading pool requires renovation to a zero edge pool to allow for all users to access the pool, and WHEREAS, funds for this project are available in the CIP account #4321. 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 3rd day of December 2013, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 12th day of November , 20_13_. ATTEST: !ALA '/ e, �/ CITY CTERK ( ��e A MAYOR i Resolution No. 13-326 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 Printer's Fee $ d CERTIFICATE OF PU13LICATION STATE OF IOWA, t piINTY, $S: OFFICIAL PUBLICATION JOHNSON NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, PRESS -CITIZEN FORM OF CONTRACT AND THE IOWA CITY ESTIMATED COST FOR THE CITY PARK POOL ADA 2-0330670 RENOVATIONS AND IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY lt 'OTHER OF IOWA CITY, IOWA, AND TO =aneWspaper INTERESTED PERSONS: b, say that I am Public notice is hereby given that the City Council of the City of Iowa ththe IOWA CITY City, Iowa, will conduct a public hearing on plans, specifications, N, a newspaper form of contract and estimated cost for the construction of the in said county, and CITY PARK POOL ADA RENOVATIONS AND published that a notice, a printed copy of IMPROVEMENTS PROJECT In said city at 7 p.m. on the 3rd day of which is hereto attached, was December, 2013, said meeting to be held In the Emma J. Harvat Hall in said paper in the City Hall, 410 E. Washington Street in said city, or if said meeting published following dates): is cancelled, at the next meeting of the City Council thereafter times), on the as post- ed by the City Clerk. Saler plans, specifications, cations, form of Iwumnhey( )5 g ✓ contract and estimated cast am �— 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 Legal Cleric Council for the purpose of making objections to and comments con - canning eater plans, specifications, Subscribed and sworn to contract or the cost of making said improvement ,,y_� bef a m- this �c t� day of This notice is given by order of /,� A.D. 20_1 • the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK i vos 1. November 18, 2013 Notary Public LINDA KR0' r,t op sF� Commission Number 73261`. Niy Commission Expires lana 27, 2014 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT in said city at 7 p.m. on the 3'd day of December, 2013, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 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 VM01 'A110 VM01 M8310 A.110 LS :6 bid 12 AON E161 31@3 City Park Pool ADA Renovations and Improvements ,a`" ant �•*<e� I hereby certify that the portion of this technical •• P��"'t4�.,, submission described herein was prepared by me or under .:�'Ee'>. my direct supervision and responsible charge. I am a S O. .�,'� duly registered Architect under the laws of the State of • Iowa. KEVIN W. MONSON 2101 .O� • •�\ J Registration expires June 30• -70/5 "z,c� , ••. lord a 'y'%:••••••• (•. \\ Pages orsMals wvered EY" Weasel /ONAL �`�v``\, DIVISIONS 00 THROUGH 09, EXCEPT 01 5713 ~11U•mp11111 AND 02 4100 Date issued: NOVEMBER 12, 2013 `......"""""'.� I hereby certify that the portion of this technical \,\QQ,���SS1oH'9<�'',� my dirsubmisect supervion sion on and resd herein was ponsible chred argee olI am ea ` duly licensed Professional Engineer under the laws of • • ••• �� the State of Iowa. COTT POTTORFF W • OTT RFF ' V • 16932 : � o� 7• a; '413 y sly license renewal date is December 31, ,,4'''��'•'•. ..•••'Z}J$,•`` Pages a sheen canrW by tlic seal: �,.•`\\ SECTIONS 01 5713 & 02 4100, AND DMSIONS nm.nu.000% 31 THROUGH 33 Date Issued: NOVEMBER 12. 2013 �' 1 hereby certify that the portion of this technical \ 17 E S 8,0 submission described herein was prepared by me or under C '••.7� my direct supervision and responsible charge. I am a �P: •' duly licensed Professional Engineer under the laws of the p ;' ••, State of Iowa. BARRITT R. LOVELACE .e BARRITT R. W : LOVELACE 20786 1A My license renewal date is December 31• —i l ''•. •� . Pagesw Nreels mme0Wrr6 seal: row. DIVISION 13 %% y 1111%11 �, Date issued: NOVEMBER 12, 2013 VA01'J,110 VMt01 H8310 J1110 L S :6 Nti I Z AGN 1161 ®3-113 13.087 SEALS PAGES 000107-1 Publish 11/18 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA NlY, IOWA, AND TO OTHER INTERESTED Public tice is hereby given that the City Council of the City Iowa City, Iowa, will conduct a public hearing on pla ,specifications, form of contr and estimated c t for the construction the CITY PARK POOL DA RENOVAT S AND IMPROVEMENTS PRO CT in s ' city at 7 p.m. on the 3rd day of Decembe , 2 said meeting to be held in the Emma J. a at Hall in the City Hall, 410 E. Washin Stree 'n said city, or if said meeting is c celled, at the xt meeting of the City Cou ' thereafter as poste y the City Clerk. Said ans, specifications, form of contra and es' ated cost are now on file in the office ofXe Ze ity Clerk in the City Hall in Iowa City, Iowa, an 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 ` r6rT — 6 Prepared by: Kumi Morris Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 13-338 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY PARK POOL ADA RENOVATIONS 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 City Park Masterplan and Pool Upgrade account # 4321. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to 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 191h day of December, 2013. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 7th day of January, 2014, or at a special meeting called for that purpose. Passed and approved this 3rd day of December 2013 ATTEST: CITY'CLERK pwenghnasters\resappp&s.do 11/13 rT0t(1A__ MAYOR oved b tr-i� -l3 City Attorney's Office Resolution No. 13-338 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 Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670\c I, l f Sa being 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 t time(s), on the following date(s): �a 13 Legal Cleric Subscribed and sworn to before me this r7u rn_ day of , t'✓�CKt� A.D. 20ia—. /�l°F U Notary Public dt° "1 SUZANNE E. SHEBEK Cammissbn Number 793257 My Commission Expires ow October26,2096 OFFICIAL PUBLICATION OFFICIAL PUBLICATION NOTICE TO BIDDERS CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa Cl Iowa, before 2:30 P.M. on the 19th day of December, 2013. Sealed propc als will be opened immediately thereafter by the City Engineer or designs Bids submitted by fax machine shall not be deemed a "sealed bid" I purposes of this Project. Proposals received after this deadline will I returned to the bidder unopened. Proposals will be acted upon by the C Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. i the 7nd day of January, 2014, or at a special meeting called for that pe pose. The Project will involve the following: The Project consists of the construction of the following at City Park Poi new ADA -compliant splash pool and picnic area, and an expanded fent line to provide increased area within the facility. There will be a recommended pre-bid meeting held on site, at Ci Park Pool Facility at 200 East Park Road, In Upper City Park in Iowa Cl at 10 a.m. on Tuesday, December 10, 2013. All work is to be done in strict compliance with the plans and specific tions prepared by Neumann Monson Architects P.C., of Iowa City, low which have heretofore been approved by the City Council, and are on Iii for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City ar must be accompanied in a sealed envelope, separate from the one co taming the proposal, by a bid bond executed by a corporation authorize to contract as a surety in the State of Iowa, in the sum of 10% of the bi The bid security shall be made payable to the TREASURER OF THE CIT OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in tf event the successful bidder fails to enter into a contract within ten (1 calendar days of the City Council's award of the contract and post bor satisfactory to the City ensuring the faithful performance of the contra and maintenance of said Project, if required, pursuant to the provisions this notice and the other contract documents. Bid bonds of the lowest W or more bidders may be retained for a period of not to exceed fifteen (1 calendar days following award of the contract, or until rejection is mad Other bid bonds will be returned after the canvass and tabulation of bit is completed and reported to the City Council. The successful bidder will be required to furnish a bond In an amow equal to one hundred percent (100%) of the contract price, said bond 1 be issued by a responsible surety approved by the City, and shall guarai tee the prompt payment of all materials and labor, and also protect ar save harmless the City from all claims and damages of any kind cause directly or Indirectly by the operation of the contract, and shall also gua antes the maintenance of the Improvement for a period of one (1) year: unless an extended warranty Is stipulated by specification, from and aft, its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion: April 30, 2014 Final Completion Date: May 17, 2014 Liquidated Damages: $700.00 per day The plans, specifications and proposed contract documents may 1: examined at the office of the City Clerk. Copies of said plans and specif cations and form of proposal blanks may be secured at the Office e Technigraphics, 415 Highland Ave, Suite 100, Iowa City, Iowa 52241 Phone :319-354-5950 Fax:319-354-8973 Toll -Free 800-779-0093 by bon fide bidders. A $50.00 refundable fee is required for each set of plans and specifce tions provided to bidders or other interested persons. The fee shall be i the form of a check, made payable to Technigraphics. The fee will Is returned if the plans are returned in unmarked and reusable conditio within 15 days of Council Award. A separate and nonrefundable $10.0 shipping and handling fee will apply to plans that aro sent through post; mail. Prospective bidders are advised that the City of Iowa City desires t employ minority contractors and subcontractors on City projects. A listin of minority contractors can be obtained from the Iowa Department c Economic Development at (515) 242-4721 and the Iowa Department c Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firm; companies or other parties with whom the bidder intends to subcontrac' This list shall include the type of work and approximate subcontrac amount(s). The Contractor awarded the contract shall submit a list on the Form c Agreement of the proposed subcontractors, together with quantities, un prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products am provisions grown and coal produced within the State of Iowa, and to low. domestic labor, to the extent lawfully required under Iowa Statutes. Th Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserve the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK PC4000029404 December 9, 201: NOTICE TO BIDDERS CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 2:30 P.M. on the 191" day of December, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 7nd day of January, 2014, or at a special meeting called for that purpose. The Project will involve the following: The Project consists of the construction of the following at City Park Pool: new ADA -compliant splash pool and picnic area, and an expanded fence -line to provide increased area within the facility. There will be a recommended pre-bid meeting held on site, at City Park Pool Facility at 200 East Park Road, in Upper City Park in Iowa City at 10 a.m. on Tuesday, December 10, 2013. All work is to be done in strict compliance with the plans and specifications prepared by Neumann Monson Architects P.C., of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a 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 one (1) year(s), unless an extended warranty is stipulated by specification, from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion: April 30, 2014 Final Completion Date: May 17, 2014 Liquidated Damages: $700.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354- 8973 Toll -Free 800-779-0093 by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $10.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of 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 technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK "MrTra'a" 2d(1) Prepared by: Kumi Morris, Engineering Division, 410 E. Washington St., Iowa City, IA 52240 (319)356-5044 _ RESOLUTION NO 14-4 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE CITY PARK POOL ADA RENOVATIONS PROJECT. WHEREAS, Condor, Incorporated of EI Monte, California has submitted the lowest responsible bid of $519,000.00 for construction of the above-named project; and WHEREAS, the bid includes the base bid and Alternates #1 and #3; and WHEREAS, funds for this project are available in the funds for this project are available in the City Park Masterplan and Pool Upgrade account # 4321 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project for the base bid plus Alternates #1 and #3 is hereby awarded to Condor, Incorporated, 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 Director of Parks and Recreation (lob title) is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 7th day of January , 201A _. - Approved by City Attorney's Office It was moved by Mims and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: X X X X X X X_ ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton S'.1ENGARCHITECTURE FILEWrojadMCay Pad Pool ADA and upgrade rembbeling PmjeWron ends and bid doamenbWwaN Caranq *In atlemales Clly Perk Pool ADA Renoyegons na UWnde; dK 12113 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Condor Inc. ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 12th day of December, 2013, for the City Park Pool ADA Renovations and Improvements Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The 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 Number 1; b. "General Conditions of the Contract for Construction' AIA DOC A201-2007, as amended; C. Plans; 0 d. Specifications and Supplementary Conditions; r rn rn --n D� w e. Notice to Bidders; w -+C-3 f. Note to Bidders; .<rr*m a m O� 3 g. Performance and Payment Bond; CO .c- s - h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, 1 of 2 PAGES and extended dollar amounts, are shown as "ATTACHMENT A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. Project to be substantially complete by April 30, 2014 and final completion date is May 17, 2014. Liquidated damages are $700.00 per day. 5. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 6. The Project base bid submitted by form of proposal is in the amount of: Five hundred and nineteen thousand dollars and 00/100 cents ($ 519,000.00). City will also award Alternates #1 and #3 as listed below: Alternate #1: Provide and Install three (3) Stream Jets within the Splash Pool., in the amount of: six thousand Dollars and no/100 Cents ($6,000.00) Alternate #3: Provide and Install a Life Guard Station, in the amount of: Four thousand Dollars and no/100 Cents ($4.000.00) For a Total contract amount of: Five hundred twenty nine thousand Dollars and no/100 Cents ($529,000.00). 7. DATED this day of January, 2014. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER 14-31 City (Signature) Matthew J. Hayek (Mayor) ATTEST: i4� City Clerk Approved By: City Attorney's Office Contractor (Signature) � N O Earl Weiss o r (Printed name) y.� p CFO C-) —+C-) (Title) M _* co T -up ��.E51OE�J'r Woo (Title) (Company Official) 2 of 2 PAGES SUBCONTRACTORS: Landscaping: Pleasant Valley Nursery, 4201 Nursery Lane SE Iowa City, IA 52240 Contact: Rich Kroeze Ph: 319-351-7973 Cell: 319-330-8112 ATTACHMENT A landscaping & Irrigation Subcontract Amount: $25,500. - Fencing: Lifetime Fence Co. 6500916 1h Ave. SW Cedar Rapids, IA 52404 Ph: 319-396-3232 Subcontract Amount: $37,000. - 3 of 2 PAGES ti 0 O r `- oM m 0 X- PREMIUM IS FOR THE CONTRACT TERM AND IS SUBJECT Bond No. ERCA9414000.16 TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE Premium $$7,935.00 PERFORMANCE AND PAYMENT BOND Executed In Three Originals Condor, Inc. as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Endurance Reinsurance Corporation of America (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner. in the amount of FIVE HUNDRED TWENTY NINE THOUSAND 00/100 DOLLARS ($529,000.00) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors anItIssigns, jointly and severally. o� n *c-) 1 WHEREAS, Contractor has, as of Condor Inc., on January 7, 2014 entered into% ranroN ._, written Agreement with Owner for and WHEREAS, the Agreement requires execution of this Performance and Paymenlond, to be completed by Contractor, in accordance with plans and specifications prepared by Neumann Monson PC of Iowa Citv, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient 1 of 2 PAGES funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 14th IN THE PRESENCE OF: �. A. ` Wit ess� I *tii" Witness Nerisa Time, Bond Assistant VNI.01IA113 b'rW! XU313 A113 h' :8 Nb £- 8334107 DAY OF 2014. Condor, Inc. It mcipay, YZ L X155 , �'a (Title) EkrLL GI SS,CFa Endurance Reinsurance Corporation of America (Surety) itl Stephanie Hoang, Attorney -in -Fact 333 Westchester , (Street) White Plains, NY 10017 (City, State, Zip) (914)468-8000 (Phone) (13"11 __I 2 of 2 PAGES CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ' Orange J On before before me, Barbara Copeland, Notary Public Nxa Ir�can N.me anti Tme a me tinker personally appeared Stephanie Hoang N.met.1 a sreeegel BARBARA COPELAND Comm"aut/20183/8 i ,p-,� factory Public • California Orange County Comm. fres A 19, 2011 P Nolary Seal M e who proved to me on the basis of satisfactory evidence to be the persons) whose names) is/afe subscribed to the within instrument and acknowledged to me that -he/she/ttiey executed the same in -Ns/her/their authorized capacity(iec), and that byftis/her/their signature(4 on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h nd and official seal. Signature SgraWr Notary Pubic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signers Name: Stephanie Hoang ❑ Individual ❑ Corporate Officer—Title(s): _ ❑ Partner —❑ Limited ❑ General * Attorney in Fact - ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here Number of Pages: r r� W n� t w Signer's Name:i� - _T t ❑ Individual - rn —y- ❑ Corporate Officer — Title(s): E5 ❑ Partner —❑ Limited ❑ General y __ ❑ Attorney in Fact Top al thumb here ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On 1/15/2014 before me, MARIA ALEGRIA A. CHAN, NOTARY PUBLIC Date Here Insen Name and Title of the O cer personally appeared EARL WEISS ,3 MARIA ALEGRIA A. CHAN Commission N 1920868 :�� Notary Public - California ' Los Angeles County My Comm. Expires Fab 4, 2015 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacny(ies), and that by his/herAheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS y hand and official seal. Q Signature Q. Place Notary Seel Above Sip re d No" Public Though the information below is not required by law, it may prove able to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance and Payment Bond -City of Iowa Document Date: 1/14/2014 Number of Pages: 4 ti Signer(s) Other Than Named Above: r Copecity(ies) Claimed by Signer(s) mac? 33..'•4 m to C*) -<I W r Signer's Name: Signer's Name: �� r"114a ❑ Individual 11 Individual O= 3 ❑ Corporate Officer — Tifle(s): ❑ Corporate Officer — TRIe(s): eco ❑ Partner — ❑ Limited ❑ General ❑ Partner — El Untitled ❑ General y> _ ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee Top of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02ap]Nationd NUary AasOdaYon•9350 De Sab Ave..P.0 ear 2402•ChalswM,CA 91313Y402•www.NaamelNotaryorg Ilan kSep] RaoNer:Call Toll-ree t-e0P8�86B2] BIDR941401;009 POWER OF ATTORNEY 9kpew affMm by these Present, that ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware corporation (the "Corporation'), with offices at 333 Westchester Avenue, White Plains, New York 10604, has made, constituted and appointed and by these presents, does make, consfitute and appoint ERIC LOWEY, MARK RICHARDSON, SHAWN BLUME, STEPHANIE HOANG its true and lawful Adomey(s)-in-tact, at COSTA MESA in the State of CA and each of them to have kill power to act without the other or others, to make, execute and deliver on its behalf, as surety or co -surety; bonds and undertalangs given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stlpulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Corporation for any portion of the penal sum hereof in excess of the sum of SEVEN MILLION FIVE HUNDRED THOUSAND Dollars ($7,500,000). Such boi as, when duly executed by said ahomey(s)-in-fact, shall be binding upon the Corporation as fully and to the same extent as if signed by the PresideiK o`T.(law i tits seal attested by its Corporate Secretary. T , This s made under anaQy of certain resolutiore adopted by the Board of Directors of the Corporation by unanimous wrdlen consent on the 1st day of September, 20111dtapy o, which app ears below un dere _bading antided'Certificate'. This ,wer of A4orr tnd sealed Aieimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written cc an Septemb nd said reaoll not since been revoked, amended or repealed: 4 RESO Rt granting Powe _ pursuam to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on September 1, 2011, the si o i d the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of atlornEg ,' / 'fic a gsuc mile signature or seal shall be valid and binding upon th Corporation in the future with respect to any bond or undertaking to which it is attached. r This Power of Attorney shall expire and all authority hereunder shall terminate without notice at midnight (Standard Timer where said attomey(s)-impact is authorized to act.) SEPTEMBER 24,2014 IN WITNESS WHEREOF, the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and arrested this 25th day of September, 2013 at WhaePlains, New York. (Corporate Seal) ENDURANCE REINSURANCE CORPORATION OF AMERICA ATTEST aF— By MARIANNE L. WILBERT. VICE PRESIDENT SHARON 'L'.'SIMS, VICE PRESIDENT STATE OF NEW YORK as WHITE PLAINS COUNTY OFWESTCHESTER On the A d#y of September, 2013 before me personally came SHARON L SIMS, VICE PRESIDENTto me known, who being by me duty swum, did depose and say that (s)he resides in SCOTCH PLAINS, NEW JERSEY that she isa VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, the Corporation described in and which executed the above instrument; that (s)he kn3ws the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation, and that (s)h4sigdedhis (her) name thereto by like order. (Notarial Seal - ANIE IJCARI, Notary Public -My Commission Expires 10292015 CERTIFICATE STATE OF NEW YORK ss: WHITE PLAINS -- - - COUNTY OF WESTCHESTER I, JAMES G. D'ONOFRIO the EXECUTIVE VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware Corporation (the "Corporation"), hereby certify: 1. That the original power of attorney of which the foregoing is a ropy was duly executed on behalf of the Corporation and has not since been revoked, amended or mol; that the undersigned has compared the foregoing copy thereof with the ongina) power of attorney, and that the same is a true and correct copy of the original O of adortwand of bre whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Cerebral by unanimous written consent on September t, 2011 ai?Saa solurm have not slAc! been revoked, amended or modified: n —< ( 'RESOLVED, thateae, Df uluala named below is authorized to make, execute, seal and deliver for and on behalf of the Corpaabon any and all �d8 nggs or obli tions in surerya5 rn Ser .•I'Nw,JAMES G. D'ONOFRIO, SHARON L. SIMS, MARIANNE L. WILBERT O� :Z And CO RE SEC F FITHER, that each of the inrl�vpAiala named ahoy¢ is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealin;4N deliver ejiand - 0 figs a obl' mrs n surety, or co-sura4} [or and on behalf of the Corporation! 'tat:- 3 iaAerag ;ed futNef certifies that the*vs resolutions are true and correct copies of the resolutions as so recorded and of the whole thereto. IN W , LAW S EOF I have llarauin`v'eCmy hand and affixed the corporate seal this /�jiv day of V<c/G / , 20 o — �/r41ArrIPP t JAMES G. D'ONOFRIO, EXECUTIVE VICE PRESIDENT Tri 000nax:piammaaetlbwtletlsaleryleyw. prM,epodams a,awlo. L04f-9yS (Y/14L) =.q • 0015-9Y5 (#,14) :auugd 9Z9Z6 nuJgJRV,3"MIN M03 . 10Z -v a1Fns "j(l snm" 151 SHDIAX3S 30 NvHaSNI Y8 aaawas Tl:)Vmlyd PINNACLE SURETY & INSURANCE SERVICES FOR ALL YOUR BONDING NEEDS 151 Kalmus Dr., Suite A-201 • Costa Mesa, California 92626 Phone: (714) 546-5100 • Fax: (714) 546-3707 TRANSMITTAL LETTER PROJECT: City Park Pool ADA Renovations and Improvements Project CITY OF IOWA CITY 410 E. Washington Street Iowa City, IA 52240 Transmittal Date: January 31, 2014 Contract Date: January 7, 2014 Resolution No.: 14-3 awarding contract 01/07/2014 TO: [a hard copy by post and an electronic copy via e-mail] No Mr. Earl Weiss r Condor Inc. c.3 *t _n3000 Durfee Avenue A -A w EI Monte, CA 91732 M—C t r ATTN: Mr. Earl Weiss: :gym a m WE TRANSMIT: z (X) herewith ( ) under separate cover via �� CO ( ) in accordance with your request — FOR YOUR: ( ) approval ( ) review & comment ( ) use THE FOLLOWING: ( ) drawings/plans ( ) specifications ( ) change order (X) distribution to parties (X) record ( )other - shop other ( ) information () signature & return shop drawing prints ( ) field instructions ( ) shop drawing reproducibles (X) agreement ( ) product literature/samples (X) other see below COPIES DATE SENT DESCRIPTION I Construction Agreement- fully signed agreement l Iowa Sales Tax application form (electronic and hard copy) Remarks: Mr. Weiss, I have attached the fully signed agreement for the City Park Pool ADA Renovations and Improvements Project. We have received the Application for Sales Tax Exemption Certificate from Condor Inc.; however, I noted that you have two subcontractors: Iowa City Landscaping and Lifetime Fence working on this project with your company. If those companies need a sales tax exemption certificate to purchase materials that will be incorporated into the project, then we will also need separate applications from those subcontractors as well. Please let me know if those companies will also being requiring the certificates, or if only need to forward the single application from your company to the state agency. Lastly, I spoke with Chad Dyson, the Superintendent of Recreation and our consulting architect from Neumann Monson Architects, Bill Hoefer, and the earliest that they able to meet for a Pre -construction meeting would be on Wednesday morning, could you check with Earl Weiss Jr. and your subcontractors and see if 8 a.m.to 9 a.m. or 11 a.m. to noon (central time) will work to meet? Meanwhile, we can also arrange for your team to have access for a walk through the facility earlier in the week. We look forward to working with you. Respectfully, Kumi Mortis E-mail copy of transmittal To: 1. Mike Moran, Parks and Recreation Dept. 2. Chad Dyson, Parks and Recreation Dept. 3. Bill Hoefer, Neumann Monson PC 4. Matthew Eckhardt, Parks and Recreation Dept. S. Scott Justason, Facilities Manager 2014Acc syr a a g a • d '� w9 �g,� 4 a ' o. °�' '. $ ,� - t, { C�� S�"11.. mpuS � -rp•�, "� � � ikl d i y1r*"�ey 'r x 1 A L ry I �• V 4T♦ f t o i Y f � "Y"S r .` T . • 5t •�m5 1 � vA �� •rr Rrv�Y �`' k "yTf�aF �c{r.�a' m % 1a -S` � r yyy.r. a '�`, n �''�ii L.• 8;,4 r u :m t r�+ ,tnn� �i` <.. v 'S y �. 'S 'la F.� ,.7+ _,y�,y�p a ia3 -s a ' 1 �, r, " ✓ kF'` Y • Y a,3 g u x a x kt�"^ TI 7r P yl � j J#"ki *y .,y � T ss ,`�• � + .k ''�a ' � rl.,s t.x 6 -. � •ii .. �, �Y P ♦o '` a, .e aT z � <, ha„ 15y ,�ra9f .• 'r i+ '.�4'1 d �'^' u ^ ' , `laµ✓Fa ra `a' .,¢ .{ :e . I �♦ � r r r tx 61 !0%mv jCiln"GIC�rt � n119 yyyy0r A 30. ii't t Cl17� G� Y!! �"y r q r, 1 1 �;' � x _ �� 3 .� � t '4 r b 4'a{ • � - 3 g r °♦ , z a'C �, r .•�� ryF>. ks�i'1� '.'ri � ^FT e, V.� Ju{� ru. � IISL' F'�r 'ltdr tl�"' pi�u+t + x; Aw '��c„',Y�. •t r'r s � qr � ..'r i'� �'_1'�a'�" '� a""y to }}yy f.i;� d, ��� '-_A�.3�G� �:� Y jr•,s.� d ey. ,! ,: ,-76 #e, Ab t:t •R✓'. ;<ri '' ,, +'�Y >, �� x Ldp m�rt �� " �+ i �x�.. �L"b� A✓�a.r's 'N'4r*""' � �`"'`.•i w. rs ti s rt r >L S. -`F "* et id (&) Prepared by: Kumi Morris, 410 E. Washington St., Iowa City, IA 52240; (319) 356-5044 RESOLUTION NO. 14-49 RESOLUTION AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST AN AGREEMENT BETWEEN NEUMANN MONSON ARCHITECTS OF IOWA CITY, IOWA AND THE CITY OF IOWA CITY FOR CONSULTING SERVICES DURING CONSTRUCTION OF THE CITY PARK POOL ADA RENOVATIONS AND IMPROVEMENTS PROJECT. WHEREAS, the City released a Request for Proposals and selected Neumann Monson Architects for the study and phase I work for the City Park Pool ADA Renovations and Improvements Project, and this first phase of work is now complete; and WHEREAS, the phase II services included the completion of bid documents along with contract and project administration through construction; and WHEREAS, the City received bids and awarded a contract for construction of City Park Pool ADA Renovations and Improvements Project; and WHEREAS, it is desirable for Neumann Monson Architects to provide construction phase architectural and engineering services during construction of the City Park Pool ADA Renovations and Improvements Project; and WHEREAS, City staff has negotiated an Agreement with Neumann Monson Architects to provide said services; and WHEREAS, the City council deems it in the public interest to enter into the negotiated agreement with Neumann Monson Architects for Architecture and Engineering Consultant Services during construction of the project; and WHEREAS, funds for this project are available in the City Park Masterplan and Pool Upgrade account# 4321. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 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 3. The City Manager is authorized to execute amendments to this contract as they may become necessary. Passed and approved this 4th day of March —,20 14 M TIRE M01- App oved-bey . ATTEST:CITY'CLERK City At rney's is pwengMaslers\ConsullAgLdw CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 0 day of March 2014 , by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the City and Neumann Monson PC, of Iowa City. Iowa , hereinafter referred to as the Consultant. WHEREAS, the City of Iowa City wishes to renovate the City Park Pool Facilities to provide an ADA accessible aquatic feature for young children, enhance picnic areas and provide an improved deck space; and, WHEREAS, the City desires to retain the Consultant, an architectural firm registered in the State of Iowa, to perform the schematic design through construction administration for the existing facility; and, WHEREAS, the City sent out a Request for Proposals, received four proposals from qualified firms, performed a competitive review and selected Neumann Monson Architects to conduct the Phase I design work for this project for a lump sum fee of $22,000.00 and Phase II design work for this project for a fee of 9% of construction costs; and, WHEREAS, the Phase I Schematic Design through Phase II Bidding phases are complete and project costs have been determined for the future facility; and WHEREAS, funds for this project are available in the City Park Masterplan and Pool Upgrades Project account #4321 and, WHEREAS, the City desires to retain the Consultant, an architectural firm registered in the State of Iowa, to perform the Phase II work through Construction Contract Administration for the new facility; and NOW THEREFORE, it is agreed by and between the parties hereto that the City does now contract with the Consultant to provide services as set forth herein. I. SCOPE OF SERVICES Consultant agrees to perform the following services for the City, and to do so in a timely and satisfactory manner. A. Phase I of Consultant Provided Services 1. Schematic Design Phase a. The Consultant shall meet with City staff, the City Council and other community groups to confirm design criteria and discuss project elements. b. The Consultant shall prepare preliminary drawings for discussion, including site plans, floor plans, elevations, sections (2) and miscellaneous amenities for the Project. c. The Consultant shall prepare drawings and other documents which depict several alternative concepts which satisfy program, schedule and budget requirements and make a recommendation to the City as to the most -2 - appropriate and/or ranking of the alternatives. Consultant shall rigid mount one set of drawings for public presentation. d. The consultant shall prepare a colored concept drawing indicating the accepted concept and provide drawings indicating the features that will be included such as fixtures, splash pad features, picnic area features, etc. B. Phase II of Consultant Provided Services 1. Construction Document Phase a. Based on the final design resulting from the Schematic Design Phase documents prepared by the Consultant and any adjustments in the scope or quality or budget of the Project authorized by the City, the Consultant shall prepare for approval by the City, Construction Documents consisting of drawings and specifications setting forth in complete detail the requirements for the construction of the Project. b. Drawings shall be completed in an electronic format AutoCAD program approved by the City. Electronic data shall be transferred to the City on disks. In addition, plots of all drawings shall be given to the City. c. A hard copy master set of specifications shall be given to the City The Consultant shall prepare a final construction cost estimate. e. The Consultant shall assist the City in preparing and filing approval documents required of government agencies with authority over the Project. f. Consultant shall provide one rigid mounted set (24" x 36") of colored drawings, with shades and shadows, and building elevations for presentation to the City Council. 2. Bidding or Negotiation Phase: a. The Consultant shall assist the City in obtaining bids or negotiated proposals for the project which includes but is not limited to holding a prebid conference, preparation and distribution of addenda, responding to contractor inquiries, documentation of plan holders, distribution of plan sets, approval of substitutions, conducting bid opening, providing bid analysis, and providing a recommendation of contract award. b. The Consultant shall assist the City in preparing and awarding the contracts for construction. 3. Construction Contract Administration Phase a. The Consultants' construction review and site observation responsibilities begin with the City Council award of contract and end with the -final payment 30 days after formal City Council acceptance of work. b. The Consultant shall visit the site at intervals necessary to become familiar with the progress and quality of work and to determine in general if the -3 - work is being performed in a manner indicating that the work, when completed, will be in accordance with the contract documents. From the beginning of footing and foundation construction through the 'Certificate of Substantial Completion', site visits shall be at intervals appropriate to the stage of construction, and in addition, upon reasonable request of the City. c. The Consultant shall not be required to be continuously on site. d. The Consultant shall as necessary, but no less than once weekly, keep the City informed on the progress and quality of work and endeavor to guard the City against defects and deficiencies in the work. e. The Consultant shall respond in writing to the City if information, surveys, and testing reports given to the Consultant have questionable reliability, and/or an outcome beyond those disclaimers given in such information, surveys, and reports. f. The Consultant shall at all times have access to the work in progress, unless specifically denied in writing by the City. g. The Consultant shall review the Contractor's "Application for Payments" and make recommendations on the amounts to be paid. h. The Consultant shall have authority to reject work that does not conform to the contract documents and with the mutual consent of the City may require additional tests and inspections be conducted to insure contract document compliance of questionable components. The Consultant shall prepare and process all required "Field Instructions" and "Change Orders" and review and approve or take other appropriate action on Contractor submittals in a timely manner (within ten (10) working days or less) so as not to delay construction, but such review and approval shall be for the limited purpose of checking for conformance with the information provided and the design concept expressed in the signed documents. The Consultant shall have no control over or charge of and shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Project, since these are solely the Contractor's responsibility under the Contract for Construction. The Consultant shall not be responsible for the Contractor's schedules or failure to carry out the work in accordance with the Contract Documents. The Consultant shall not have control over or charge of acts or omissions of the Contractor, Subcontractor or their agents or employees, or any other persons performing portions of the Project. Except as may otherwise be provided in the Agreement dr other contract documents, or when direct communications have been specially authorized, the City and Contractor shall communicate through the Consultant. Communications by and with the Consultant's consultants shall be through the Consultant. C. Detailed project work by the Consultant in the project scope is to include: a. Remove Wading Pool Area, and creation of an alternative aquatic feature M a. Demolition plans for removal of wading pool area b. Design of alternative water feature with an approved product supplier c. Review of mechanical system and design to comply with IDPH for alternative aquatic features d. Possible signage and outdoor lighting e. Conforms to ADA accessible requirements f. Slip resistant surface g. Include energy efficiencies and sustainable materials in design h. Cost estimate b. Pool Deck Increase for non -swimmer capacity and separate Family picnic area a. Review the existing site and area within chain-link fence b. Site survey c. Provide options and designs for expanding the non -bathing area for public users d. Make recommendations for Architectural finishes and aesthetics e. Integrate existing pool into the design f. Develop designs that are sensitive to the existing Park landscape and trees g. Review public access and circulation h. Address pedestrian pathways and defined areas of use through the design i. Way -finding signage j. Review visibility and site lines for lifeguard and Recreation staff k. Use vandal resistant materials I. Review existing mechanical systems M. Review of health and life safety elements in regard to pool design n. Reuse of existing pool filter systems o. Recommend furniture, fixtures and equipment for redesigned areas p. Include energy efficiencies and sustainable materials in design D. The City agrees as follows: 1. The City shall provide information regarding special equipment and system requirements of the Project. 2. The City shall provide an updated budget including construction cost, City costs, and contingencies. 3. The City shall designate a staff representative as the primary contact for the consultant to coordinate any City response required of inquiries by the Consultant. City decisions and responses will be rendered in a timely manner. 4. The City shall furnish all tests, inspections, and reports required by law or the contract document. 5. The City shall promptly, in writing, inform the Consultant of any Project deficiencies discovered by the City during its normal review of the progress of work. 6. If the City requires certification of any portion of the Project work by the Consultant, the language of such certification shall be submitted to the Consultant for review and mutual approval at least 14 days prior to execution. -5 - TIME OF COMPLETION The Consultant shall complete the following phases of the Project in accordance with the schedule shown. Phase I - August 19, 2013 - September 16, 2013 Phase II - September 16, 2013 — April 30, 2014 Construction Documents: September 23, 2013 — October 27, 2013 Bidding: November 15, 2013 — December 19, 2013 Award: January 7, 2014 Construction: January 8, 2014—April 30, 2014 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. 1. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, gender identity, or sexual orientation. B. Should the City terminate this Agreement, the Consultant shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The City may terminate this Agreement upon seven (7) calendar days' written notice to the Consultant. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be without the written consent of all Parties to said Agreement. D. It is understood and agreed that the retention of the Consultant by the City for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the Consultant shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the City that all records and files pertaining to information needed by the Consultant for the project shall be made available by said City upon reasonable request to the Consultant. The City agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no Party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the City, the Consultant shall attend meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the City shall be given with reasonable notice to the Consultant to assure attendance. H. The Consultant agrees to furnish, upon termination of this Agreement and upon demand by the City, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the Consultant pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the Consultant shall not be liable for the City's use of such documents on other projects. The Consultant agrees to furnish all reports, specifications, and drawings, with the seal of a professional affixed thereto or such seal as required by Iowa law. J. The City agrees to tender the Consultant all fees in a timely manner, excepting, however, that failure of the Consultant to satisfactorily perform in accordance with this Agreement shall constitute grounds for the City to withhold payment of the amount sufficient to properly complete the Project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the City. The Consultant shall be allowed to keep reproducible copies for the Consultant's own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the City. N. Upon signing this agreement, Consultant acknowledged that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. O. The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of $1,000,000. IV. COMPENSATION FOR SERVICES Phase I — Basic Services: Lump sum fee of $22,000 (Twenty-two thousand dollars). Phase II — Basic Services: Lump sum fee not to exceed $52,300 (Fifty-two thousand three hundred dollars) plus reimbursable expenses for permits, printing, plan services and mailing services at 1.1 times cost. The $52,300 total the lump sum fee is derived from: a. The Lump sum fee is derived from 9% of the Construction Contract cost of $529,000, a total that equals $47,600. b. The bids for the alternates that were not selected totaled $65,000. Those alternates were taken through the bidding phase, but not through into the Construction Administration phase. The design fee for the unselected alternates will -7 - be only 80% of the 9% cost of those alternates (or 7.2%), and 7.2% of $65,000 is $4,700. Additional services as requested will be paid on a time and material basis or a lump sum as mutually agreeable, by written consent from the City. 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 or received. FOR THE CITY By: Title: Matthew Hayek, Mayor Date: March 4, 2014 / ATTEST:L) 9CJCl�/ pwVonns\mnsagmtffm FO ,�THE CON ULTANT s By` Title: Date: Approved Date R - :?� 1 y -x oa. RECEIVED JUL 09 2014 NOTICE OF CLAIM (PUBLIC PROJECT) (Iowa Code §573.7) TO: City Manager City of Iowa City 410 East Washington Street Iowa City, IA 52240 Condor, Inc. 3000 Durfee Avenue El Monte, CA 91732 1. Claimant has provided labor and materials related to a municipal improvement project known as City Park Pool ADA Renovations and Improvements, located at City Park, Iowa City, Iowa for which Claimant is owed $41,500.00, plus interest, fees and additional costs, as allowed per contract and Iowa law, such amount being due for all open invoices related to the project as shown on the attached itemized invoices. 2. Claimant last provided labor and materials to said project on June 18th 2014. 3. Said labor and materials were provided pursuant to a contract with Condor, Inc. a contractor on said project with the City of Iowa City, Iowa Dated this 9`" day of July, 2014. PLEASANT VALLEY NURSERY, LANDSCAPING & IRRIGATION, INC. N O t FROM (CLAIMANT): Pleasant Valley Nursery, Landscaping & Irrigation, Inc. 4201 Nursery Lane 7c co Iowa City, IA 52240 y= r1a rn PLEASE TAKE NOTICE that Claimant hereby gives Notice of its Claim: 1. Claimant has provided labor and materials related to a municipal improvement project known as City Park Pool ADA Renovations and Improvements, located at City Park, Iowa City, Iowa for which Claimant is owed $41,500.00, plus interest, fees and additional costs, as allowed per contract and Iowa law, such amount being due for all open invoices related to the project as shown on the attached itemized invoices. 2. Claimant last provided labor and materials to said project on June 18th 2014. 3. Said labor and materials were provided pursuant to a contract with Condor, Inc. a contractor on said project with the City of Iowa City, Iowa Dated this 9`" day of July, 2014. PLEASANT VALLEY NURSERY, LANDSCAPING & IRRIGATION, INC. Claimant's Affidavit STATE OF IOWA; COUNTY OF JOHNSON: I, Jane Kroeze, Secretary of Pleasant Valley Nursery, Landscaping & Irrigation, Inc. do solemly swear the itemized statement of the amount due attached to this Notice of Claim and the information contained on this Notice of Claim is true and correct. B e Kroe ecretary Subscribed and sworn to me this 9`h day of July, 2014. Ism9w.p, - , I I PAA" KAYYODER Otmsc rnNumber7MMM WN I. Y O r l5 m2 ` r T • 1 y _ C-) - -1C7O .<r- M a M o� =C -z—� m sr N 0, BILL TO Condor, Inc. 3000 Durfee Ave EI Monte, CA 91732 Pleasant Valley Nursery, Landscaping & Irrigation 4201 Nursery Lane SE Iowa City, 1A 52240 M.319551-7973 FAX: 319/339-9882 www.pleasantvalleynursery.com Invoice DATE INVOICE # 6/3/2014 2191 TERMS N O CONTACT O !t' l :- 949-235-2270 TaC=, SIZE QTY c7 —G �n O LANDSCAPING MATERIALS: DIRT DELIVERED AND INSTALLED 6/3/14 - 8:00 am to 1:00 pm Sales Tax Exempt M O .Z7 3 CO Total sl;()() (Y) s+ fV TERMS PROJECT CONTACT As Agreed Change Order # 1 949-235-2270 DESCRIPTION SIZE QTY RATE AMOUNT LANDSCAPING MATERIALS: DIRT DELIVERED AND INSTALLED 6/3/14 - 8:00 am to 1:00 pm Sales Tax Exempt 2,500.00 0.00 2,500.00T 0.00 -T Total sl;()() (Y) MEMBER OF: Iowa Nursery & Landscape Association Iowa Certified Nurseryman #314 BILL TO Condor, Inc. 3000 Durfee Ave EI Monte, CA 91732 Pleasant Valley Nursery, Landscaping & Irrigation 4201 Nursery Lane SE Iowa City, IA 52240 PH: 319/351-7973 FAX: 319/339-9882 www.pleasantvalleynursery.com Invoice DATE INVOICE # 6/6/2014 2192 0 r c_ c r— L- m N TERMS PROJECT CONTACT As Agreed City Park, Iowa City 949-235-2270 DESCRIPTION SIZE QTY RATE AMOUNT PLANT MATERIAL, PRICE - INSTALLED (As listed 1 18,000.00 18,000, 061 below) INCLUDES: - 4" Spaded/Cut Edge - Licensed Chemical Pre -emergent Application DAYLILY, Bertie Ferris (SUB DAYLILY, "Raja") 1 Gal 0 O.00T DAYLILY, Pardon Me 1 Gal 0 O.00T DAYLILY, Stella de Oro 1 Cal 0 O.00T HOSTA, Sieboldiana Elegans 1 Gal 0 O.00T HOSTA, Krossa RegaiNariegated I Cal 0 O.00T HOSTA, August Moon/Plantain Lily 1 Cal 0 O.00T GINKO, Craig/Plantain Lily (SUB HOSTA, "Patriot") 1 Gal 0 O.00T GRASS, Heavy Metal/Blue Switchgmss (SUB GRASS, 2 Gal 0 O.00T "Sheuaudash") GRASS, Indian (SUB GRASS, "Lcedance Carex") 2 Gal 0 O.00T GRASS, Prairie Dropseed 1 Cal 0 O.00T YEW, Densiformis 5 Gal 0 O.00T VIBURNUM, Compact American Cranberry 5 Gal 0 O.00T Sales Tax Exempt n-Ou 0.00 -T Total $18,000.00 MEMBER OF: Iowa Nursery & Landscape Association Iowa Certified Nurseryman #314 BILL TO Condor, Inc. 3000 Durfee Ave EI Monte, CA 91732 Pleasant Valley Nursery, Landscaping & Irrigation 4201 Nursery Lane SE Iowa City, IA 52240 PH: 319/351-7973 FAX: 319/339-9882 www.pleasantvalleynursery.com TERMS Invoice CONTACT As Agreed DATE 949-235-2270 INVOICE # 6/12/2014 QTY 2194 AMOUNT IRRIGATION SYSTEM INSTALLATION - PER SPECS (Completed 6/10/14) Sales Tax Exempt 1 N O 12,500.00'1' 0.00 -T L� L o 1— �c'a ='fir a rn _m M _ ru TERMS PROJECT CONTACT As Agreed City Park, Iowa City 949-235-2270 DESCRIPTION SIZE QTY RATE AMOUNT IRRIGATION SYSTEM INSTALLATION - PER SPECS (Completed 6/10/14) Sales Tax Exempt 1 12,500.00 0.00 12,500.00'1' 0.00 -T Total $12.500.00 MEMBER OF: Iowa Nursery & Landscape Association Iowa Certified Nurseryman #314 -.«�,- kr-, BILL TO Condor, Inc. 3000 Durfee Ave El Monte, CA 91732 Pleasant Valley Nursery, Landscaping & Irrigation 4201 Nursery Lane SE Iowa City, IA 52240 111: 319/351-7973 FAX: 319/339-9882 www.pleasantvalleynursery.com Invoice DATE INVOICE # 6/16/2014 2196 O �n t7 -C -=a c) Cr - m 022 3� N 0 r C— C= r 1— M 0 TERMS PROJECT CONTACT As Agreed City Park, Iowa City 949-235-2270 DESCRIPTION SIZE QTY RATE AMOUNT HYDRO -SEEDING LABOR, TACKIFIER, 8.500.00 8.,00.00-1 FERTILIZER, B-9 GROWTH REGULATOR (Special Lawn Mix & Turf Seed Mix Supplied by City of Iowa City) Sales Tax Exempt 0.00 0.00 Total $8.500.00 MEMBER OF: Iowa Nursery & Landscape Association Iowa Certified Nurseryman #314 WAIVER AND RELEASE OF CLAIM The undersigned, on behalf of Claimant, Pleasant Valley Nursery, Landscaping & Irrigation, Inc., for just and valuable consideration, hereby waives and releases its claim filed on July 10, 2014 for a municipal improvement project known as City Park Pool ADA Renovations and Improvements, located at City Park, Iowa City, Iowa against the City of Iowa City and Condor, Inc., and its right to such claim as granted by Code of Iowa Chapter 573, for labor and materials for said municipal improvement project provided pursuant to a contract with Condor, Inc., a contractor on said project with the City of Iowa City, Iowa in the amount of $41,500.00. This Waiver and Release of Claim is unconditional. This waiver and release includes the waiver of claim rights pursuant to Code of Iowa Chapter 573 for charges for labor and materials famished for said project on or before June 18, 2014 and specifically releases the City of Iowa City and Condor, Inc. from any further claim by Claimant for labor and materials provided to the project on or before June 18, 2014. Dated this Z / day of August 2017. Pleasant Valley Nursery, Landscaping & Irrigation, Inc. By: Bruce A Willey. Its Attorney r. ss A Gn Ci C N -0 m Co ko L" i I is L.� PREMIUM IS FOR THE CONTRACT TERM AND IS SUBJECT Bond No. ERCA941400016 TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE Premium $$7,935.00 PERFORMANCE AND PAYMENT BOND Executed In Three Originals Condor, Inc. as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Endurance Reinsurance Corporation of America (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of FIVE HUNDRED TWENTY NINE THOUSAND 00/100 DOLLARS ($529,000.00) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of Condor Inc., on January 7. 2014 entered into a (date) written Agreement with Owner for City Park Pool ADA Renovations and Improvements Projects; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Neumann Monson PC of Iowa City, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the @6ject in accordance with the terms and conditions of the Agreement; and-�pgn d ermin*'n C= tion by Owner and Surety of the lowest responsible bidder, arra§'€V' or �contra*— between such bidder and Owner, and make available, as workesfiok (even though there may be a default or a succession of defaults under th�gr&nentrorn D_- . subsequent contracts of completion arranged under this par agFa,h), rIn 1 of 2 PAGES funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price;' as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials fumished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 14th DAY OF January '2014. IN THE PRESENCE OF: Witness Nerisa Time, Bond Assistant Condor, Inc. ticipaq. tet ¢15 S, c.Fo 4- - (Title) 5* —L 6155,CGt=a Endurance Reinsurance Corporation of America (Surety) it I) Stephanie Hoang, Attomey-in-Fact 333 WestchesterA333 Westchester - (Street) o m mac, c— White Plains, NY 10017 >—. r— (City, Stat ^' w q r— (s1a)asa-e000 �� y M a �n 2 of 2 PAGES CALIFORNIAALL-PURPOSE ACKNOWLEDGMENT "K.v'_R<5� '-iN Y. y<.-)✓.cs .fir N_0.ii..y 0050.1. Ht.'�1. .w' y ..�_._ e!ni�9N_v.vw.2..H y. State of California County of ' Orange On ��Y'/Y before me, Barbara Copeland, Notary Public Hwe Imw Name l d n personally appeared Stephan a Hoang .t.." •meta a amp LMOMMY BARBARA COPELAND CoitlmNdN 0 29162/8 Notary �IIBBrt • CdB rifil Orme CNtrAy Comm. too 19, 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) Ware subscribed to the within instrument and acknowledged to me that 'he/sheAhey executed the same in Ns/her/their authorized rapacity(ies), and that by4*Jher/9aeir signature(&) on the Instrument the person(s), or the entity upon behalf of which the person(c) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h n and official seal. Signature Php Notary Seel Above 81pIHur Nd•ry Public OPTIONAL Though the information below is not required by law, It may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: N Document Date: Number of Pages: Signer(s) Other Than Named Above: -n �– D ---t rC- Capacity(iss) Claimed by Signer(s) co -G IV f— Signer's Name: Stephanie Hoang Signer's Name: –C IT'fl. �f'4'9• ❑ Individual ❑ Individual c- ❑ Corporate Officer—Title(&): _ ❑ Partner —❑ Limited ❑ General W Attorney In Fad ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact Top of lm!here ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: s r H...H{.H �i)N_A H ..HN' nf..H .. H... ..A 0 A..H...AO.AS�H..•)...9{.H ..H ..H. A. yn. H...✓a .f)#'.Ri„'t•i..A3�T :)iS>{-yy/.A<i)' Hi A a - w A - State of California 1 County of Los Angeles Jy On 1/15/2014 before me, MARIA ALEGRIA A. CHAN, NOTARY PUBLIC Dare m Iron Nm. eM T11, o/ to 0111te, personally appeared EARL WEISS Nema(e) o15preMe) MARIA ALEGRIA A. CNA i commission * 1920668N i , Notary Public - California Los Angeles County M Comm. Expires Feb 4, 2015 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within instrument and acknowledged to me that he/sheRhey executed the same In histherAheir authorized capacity(iss), and that by histher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS y hand and official seal. Signature • u • "v Piece Nolary Seel Above 61 ,re of Nobly Puble OPTIONAL Though the Information below Is not required bylaw, It may prove able to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance and Payment Bond -City of Iowa Document Date: 1/14/2014 Number of pages: 4 a Signer(s) Other Than Named Above: c �n Capacity(ies) Claimed by Signer(s) In r ]a• Signer's Name: Signer's Name: D Individual ❑Individual _N7, — ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): • ❑ Partner — ❑ Limited ❑ General _ ❑ Partner — ❑ UmIted ❑ General _ _ _ Cl Attorney in Fact ❑ Attorney In Fact •' ❑ Trustee top of thumb here ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other; Signer Is Representing: � Signer Is Representing: 02001 Natbnel Nolary Aeeodaeon•8350 ne Sab Ave.,P,Qeax 2402•ChMwvorN.CA 61]18-24�•www.NatlorielNagry.ory Neme5901 Reohler..08IITaNFree1-e00e7eG 7 '111I!r?QQrk: RMER OF ATTORY r sp, live jTM - 7t%rGS[xP/fS, I3R4� CORPORATION Div i tl, p�a'Corporetionq, m Westchester Avenue,WMre Phase, Nax Yor 4�ims made conshWled end appointed and by greee r,s make, core6Meandappoint ERIC LOWE fl.V RICHARDSON, SHAWN BLUME, STEPHANIE HOANG its we and lawful Aterney(s)4oact, at COSTA MESA in the state of CA and each of them to have rnfi power to act wNout the other or others, to make, execule and deliver on its behalf, as surety, or co -surety; bonds and undedald given for any and all Purposel also to execute and deliver on its behalf as aforesaid renewals, extensors, agreements, well causes; or stipulations mogrut to such bonds or undertakings provided, however, that no single bend or Ing execul a t lour to CNirati any portion of the penal sum locale excalseswke su®GSEVEN MILLION FIVE HUND�IE 'IIIA + l 00 P �I d hum%Irgs4 VV L� O ellars ($00,0 7, k e Yney(s}th-fed. shallAll W_ "pie - hied b the sees axis rtaRrhe'-� " � IAr --- — mrilio A1eA nmvaken..2 i e ' led W fix Cormrate Socrsrarv. resolutions by urhenimoua wmhten consent on the tat day of September, WOR�,reNing Powe tl uio cdTdTfore i� ed thea oerd o10$�g a f the Corpaatlon by unMr nallio wuMml&vel -,�a�y�g�n,,sealed `�csimd&undau�-ol the Idlowing reaolutlon he Ir"'L"is"i)nd said r beakmq �nerded orrepeated: -li fybls gom _ Pt by pop ICo it mandrel written concent o thesgiw'tekgofS4yPotli epltQQ��vvapQ$Ilswre�Q le seaTo7lhe Corporation may be affixed many ouch powero tlomey or any cartifiate rotating thereto 6y facsimile a�such power of afiom4ytpf gykceC9tbealiAq such4hc4mi)e signature or seal shall be valid and biding upon to Corporation in the future with respect to any bond or undedaMng to which It is This Power dAWW all mom and ell authonry hereunder It mi Iaut nol at midnight (Standard Timer wheresa_ld et (e) -in -fact is auNalzed to set) E014 qIy[k 1ry. a x s OF,.the Corporal le$cellsa ifi kl lAe d iISN^nd and its corporatFrmdA0e ftlWa--&tl dthis 16th day ofS '-. (CM=ta Seal) ENDUF 4UE BE CORPORATION OF AMERICA ATTESTS n�nQry�¢l� :I!a'W - #�AJIflM^N/N//E/L WILBERT, VICE. dDENT al _ 46 _ CO YOF WESTCHESTER — By Com!{({y{!t/fA and On the 25th day of September, 2013 6f4 me personally came SHARON L. SIMS, VICE PRESIDENTIo me known, who being by me duly evil did depose end say that (all resides In SQOTGH PLAINS, NEW JERSEY that ([Iisa VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, the Corporation described In and which executed Meabove insWmenythaP(e)he knows dreseai of said Comorabon final the seal affixed to cad Instrument is such caporatesjo that twas so affixed by order of the Board of _ ol-,orpaatton and that (s)has r d order. 1 - - — - w e > aasrt ANTE LICARI, Notary Public -My Commission Expires 102MI5 CERTIFICATE OF NEMIl .., CRESTEF eas MER"'ON6€RIO the cel (he 'Ca �Iy a 1. That the original power of attorney of which is Real Is a copy was duly exceeded on behalf of the Corporal and has nor since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with toe original Power ofattorney, and khat the same is a true and correct copy of the orlglnal lower of atlorney and of the whole Ihereck x dame which wren fd di `� 4 theC Corporation -. —°�'�e 1, 2011 and send resolutevel _ dot {���; ,Ia `1i� orpaetl xw `. all modifdled: IkN r 'Teich! VI`IIexalnY_ ill fgln 'ciduals nedleJ a zeNlo rtu e, exeade, seal end deliver ani ba�i f ofr orehon a end all bonds uManaA ons Vl JAMES G. D'ONOFRIO, SHARON L. SIMS, MARIANNE L WILBERT r x w els = PPoi Ys-' it each of the ins named abovau litho loa nl atoms lir leer a Iowa f2gf�ng,aeaftaxp ri 7IiIiiietyorco of the resolve 4a rt ed Ie ieof. _11 C-) �—�,/' ',/ ,lr r- ve� 11tIQg[my hand end affixed the corporate seal this /L�jiv day of Vw.�LLII�—/ ,20/Y=77 r aft all H EI III vim. D'ONOFR OXECUTIVE VICE PRESIDENT m>s ooe.,.m a Mwu oa.aw,.a ewe rerb ww. xry.nea,arw. on rev. And p,orpxate sadly - �ruua F _ V 101 -_ - — �1.. ZCl (zi> Prepared by: Kumi Morris, Facilities Manager, Parks and Recreation, 220 S. Gilbert Drive, Iowa City, IA 52240 (319) 356-5082 Resolution No. 18-221 Resolution accepting the work for the City Park Pool ADA Renovations Project Whereas, the Engineering Division has recommended that the work for construction of the City Park Pool ADA Renovations Project as included in a contract between the City of Iowa City and Condor, Inc. of EI Monte, California, dated January 7, 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 City Park Master Plan/Pool Upgrade account #R4321; and Whereas, the final contract price is $515,347.00. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 7th day of August 2018 M or Attest , City Clerk It was moved by Cole and seconded by adopted, and upon roll call there were: Ayes: Nays: Approved by City Attorney's Office -113 llc�r Salih the Resolution be Absent: x Botchway seat — Vacant Cole Mims Salih Taylor Thomas Throgmorton