Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
HAPPY HOLLOW PARK RESTROOM & SHELTER 2017
HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2017 06 -Jun -2017 Plans, Specs, proposal and contract 06 -Jun -2017 Res 17-193, setting a public hearing 12 -Jun -2017 Notice of public hearing 20 -Jun -2017 Res 17-219, approving plans, specs, form of agreement, and estimate of cost 21 -Jun -2017 Notice to Bidders 18 -Jul -2017 Res 17-231, rejecting bids received on July 12, 2017 CITY OF IOWA CITY 5 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION -+ PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE: HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2017 IOWA CITY, IOWA June 6, 2017 I hereby certify that this engineering document was prepared by me H.,,,ryq or under my direct personal superNsion and that I am a duly ES51po, licensed Professional Engineer under the lows of the State of Iowa. �d��F Q •. �', �: Signed: Date: %.���= y BRIAN A. BOELK U ° 16503 i•^mi bran & Roelk, Pr. aG— �.' `H Engineering, LLC towa Registration No. 16503 IOWA.. 1110 nn,u My licensed renewal date Is December 31, 2016 Pages or sheets covered by this seal: SPECIFICATIONS TABLE OF CONTENTS TITLE PAGE CERTIFICATIONS SPECIFICATIONS TABLE OF CONTENTS NOTICE OF PUBLIC HEARING ............. NOTICE TO BIDDERS........................................................... NOTE TO BIDDERS Pa-ge Number .......................... TC -1 thru pg.2 .......................... NPH -1 ............ NTB-1 ....... NB -1 INSTRUCTION TO BIDDERS................................................................................. FORM OF PROPOSAL FORM OF AGREEMENT........................................................................................ PERFORMANCE AND PAYMENT BOND.............................................................. CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS)................................................... WAGETHEFT...........................................................................................a............. GENERAL CONDITIONS I13-1 thru pg.7 FP -1 thru pg.3 BB -1 AG -1 PB -1 CC -1 thru pg.8 WT -1 thru pg.2 Section 01010 Summary of the Work....................................................................... 01010-1 Section 01015 Alternates...........................................................................01015-1 Section 01025 Measurement and Payment ................................... :.......... 01025-1 thru pg.4 Section 01310 Progress and Schedules ...................................................01310-1 thru pg.2 Section 01570 Traffic Control and Construction Facilities.........................01570-1 thru pg.2 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ..................... 02050-1 thru pg.3 Section 02100 Site Preparation.................................................................02100-1 thru pg.2 Section 02220 Earth Excavation, Backfill, Fill and Grading ....................... 02220-1 thru pg.5 TC -1 0 SUPPLEMENTARY CONDITIONS ..................................................................y BIDDER STATUS FORM (2 PAGES) ......................... n� TECHNICAL SPECIFICATIONS � DIVISION 1 - GENERAL REQUIREMENTS I13-1 thru pg.7 FP -1 thru pg.3 BB -1 AG -1 PB -1 CC -1 thru pg.8 WT -1 thru pg.2 Section 01010 Summary of the Work....................................................................... 01010-1 Section 01015 Alternates...........................................................................01015-1 Section 01025 Measurement and Payment ................................... :.......... 01025-1 thru pg.4 Section 01310 Progress and Schedules ...................................................01310-1 thru pg.2 Section 01570 Traffic Control and Construction Facilities.........................01570-1 thru pg.2 DIVISION 2 - SITE WORK Section 02050 Demolitions, Removals and Abandonments ..................... 02050-1 thru pg.3 Section 02100 Site Preparation.................................................................02100-1 thru pg.2 Section 02220 Earth Excavation, Backfill, Fill and Grading ....................... 02220-1 thru pg.5 TC -1 Section 02270 Slope Protection and Erosion Control ................... Section 02510 Hot Mix Asphalt (HMA) Paving ......................... Section 02520 Portland Cement Concrete (PCC) Paving........... Section 02900 Landscaping......................................................... DIVISION 3 - CONCRETE Section 031113 Concrete Formwork ............................................... Section 032000 Concrete Reinforcement ........................................ Section 033000 Cast -in -Place Concrete ......................................... DIVISION 4 - MASONRY Section 042200 Concrete Unit Masonry .......................... Section 044200 Exterior Stone Cladding ......................... DIVISION 8 - OPENINGS Section 081100 Metal Doors ................... Section 087100 Door Hardware ............... DIVISION 22 - PLUMBING 02270-1 thru pg.3 02510-1 thru pg.3 ...02520-1 thru pg.3 ..02900-1 thru pg.5 031113-1 thru pg.5 032000-1 thru pg.3 033000-1 thru pg.7 042200-1 thru pg.12 .044200-1 thru pg.2 081100-1 thru pg.7 087100-1 thru pg.7 Section 220511 Common Work Results for Plumbing ............................ 220511-1 thru pg.9 Section 220519 Meters and Gauges ..................................................... 220519-1 thru pg. 11 Section 220700 Plumbing Insulation....................................................... 220700-1 thru pg.6 Section 221119 Domestic Water Piping Specialties ................................ 221119-1 thru pg.3 Section 224000 Plumbing Fixtures.......................................................... 224000-1 thru pg.5 DIVISION 23 - HVAC Section 230500 Common Work Results for HVAC ............................... 230500-1 thru pg.15 Section 233400 Exhaust Fan..................................................................233400-1 thru pg.3 Section 238200 Baseboard Heater.........................................................238200-1 thru pg.2 DIVISION 26 - ELECTRICAL Section 260100 Operation and Maintenance for Electrical Systems....... 260100-1 thru pg.8 Section 260519 Low Voltage Electrical Power Conductors and Cables. 260519-1 thru pg.2 Section 260526 Grounding and Bonding ................................................ 260526-1 thru pg.2 Section 260533 Electrical Raceway and Boxes ...................................... 260533-1 thru pg.4 Section 260553 Identification for Electrical Systems...............................260553-1 thru.pg.5 Section 262416 Panelboards..................................................................262416-1 thru pg.4 Section 262726 Wiring Devices...............................................................262726-1 thru pg.3 Section 262816 Enclosed Switches and Circuit Breakers.......................262816Rgthru pg.3 PLANS..........................................................................................................:::=� ATTACHMENTS: FORM OF PROPOSAL m --acs °'N BID BOND °a M BIDDER STATUS c57:0 SUBSTITUTION REQUEST FORM ?' 0 r cry TC -2 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT 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 Happy Hollow Park Restroom and Shelter R?Rlacement Project in said City at 7 p.m. on the 20 day of June, 2017, said meeting to be held in the Emma J. Harvat Hall in City Hall 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 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 Coun- cil of the City of Iowa City, Iowa and as provided by law. JULIE VOPARIL, DEPUTY CITY CLERK s1PEMGv+emmm' RWJnp ane '..ibes M_.'nnv .je.%Ha,,y HM— Pak Nuia R wnn and saaa9e rVaeement poje rant en6e Ndd nnennd Po M If WILLOW PARK RESTROOM PND SHELTER REPIALEMENT PRWEC I WN017.U. 05117 NPH -1 V it aa� Cr <� -Z • •, X_ C" NOTICE TO BIDDERS HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12"' day of July, 2017. 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 le day of July, 2017, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Wednesday, June 28, 2017 in the Happy Hollow Park Shelter, located at Happy Hollow Park, 800 Brown St, Iowa City, Iowa. The Project will involve the following: The Project will involve the demolition of the existing restroom, storage and shelter facility and associated concrete slab and foundations. Following with the construction of two separate structures at Happy Hollow Park: A masonry building with a single -stall, ADA accessible restroom and mechanical space, with hardieboard siding and a stone veneer base. An open outdoor park shelter, of prefabricated wood and steel structure with glulam beams. Construction shall include, but not limited to: concrete foundations, masonry and stone wall, wood roof trusses, standing seam metal roof, mechanical, electrical and plumbing, site paving and finished site grading. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, 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 Wpt payment of all materials and labor, and also protect and save harmless the City from all claims and damages -of any I�W caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the im�?"meatfor a-pW of one (1) year(s) from and after its completion and formal acceptance by the City Council. _'i C The following limitations shall apply to this Project: c-3 < r r Substantial Completion date October 6, 2017; Final completion date October 20, 2017. - n C' Liquidated Damages: $500/day M The plans, specifications and proposed contract documents may be examined at the office of ity Mark.Gepp s of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a di%iF&*of Fgpids I7roductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:3191�354-897yB- Toll -Free 800-779- 0093 by bona fide bidders. 0e A $30.00 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 nonrefundable1S 5.00 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. Julie Voparil, DEPUTY CITY CLERK S WELWOVERIfIWuMb1HPPPVH-11FRINRE-11Ro4aRM MR "I MPM RESTROOMN SHELTER REPLACEMENT PROJECT-W"V I'!LH]E NTB-1 2. 3. NOTE TO BIDDERS 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. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal NB -1 _N C) 2' �A�17, V -ice CIM r M OM Z 3 r r 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 chaqge in the work, as described in bidding documents, is accepted. o _,, zc C- E. E. A unit price is an amount stated in the bid as a price per unit oP'�e—esus amenm materials or services as described in the bidding documents Zil t*conjoet documents. rn rn F. A bidder is a person or entity who submits a bid. c x r Q v r G. A sub -bidder is a person or entity who submits a bid to a bidder fomaterials, equipment or labor for a portion of the work. 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. 'Mi 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 bidder's 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. ARTICLE 3 - BIDDING DOCUMENTS v h 3.1 Copies v A. Complete sets of the bidding documents may be obtained fror" offer of of Technioraohics, a division of Rapids ReDroduction-CAZcathd a sum as indicated. The deposit will be refunded to plan holders who ret lot he bidding documents in good condition within 15 days after receipt of Fids. A bidder receiving a contract award may retain the bidding documents, and hit 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. 3.3 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. 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 included Substitution Request form for substitution requirements. 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 execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. N O ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form document. c is contained within the ba ov% of M 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. 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". HN 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 contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety ` shall affix to the bond a certified and current copy of power of attorney. a C. The Owner will have the right to retain the bid security of rsct4 whn ea award is being considered until either: y.'_., z 1. The contract has been executed and bonds have beerrAt9nished. 2. The specified time has elapsed so that the bids may b,6phr?a'wn. 3. All bids have been rejected. r, 4.3 Bidder Status Form r m A. Bidder Status form shall be submitted with the bid, in a separate envelope 4.4 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. All 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 MI 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 3:00 p.m. on Wednesday. July 12, 2017. 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. 4.5 Modification or Withdrawal of Bid 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 Instqgtions to Bidders. a =+ D. Bid security shall be in an amount sufficient for the bid as mi3@ified.." resubmitted. a M ARTICLE 5 -CONSIDERATION OF BIDS D � 5.1 Opening of Bids F° A. The properly identified bids received on time will be opened publicly and will be read aloud. 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. 11 W 5.3 6.1 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. ARTICLE 6 - POST -BID INFORMATION Submittals A. The names of those persons firms, companies or c bidder intends to subcontracted wol submitted within responsible bidder. enter into a major subcontract, c and approximate dollar amount 4 hours of bid opening by the apparent lowest responsive, 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. D. Prior to the award of the contract, the Architect will notify the bidder in writing if 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 reasonable objection to such proposed person or entity, the bidder may, at the 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. N d _O � ZICis _C -# h 1 C ryl r M Cher partes withMhom the together with the type of of the subcontract will be 4 hours of bid opening by the apparent lowest responsive, 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. D. Prior to the award of the contract, the Architect will notify the bidder in writing if 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 reasonable objection to such proposed person or entity, the bidder may, at the 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. 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. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Wednesday, June 28, 2017 in the Happy Hollow Park Shelter, located at Happy Hollow Park, 800 Brown St, Iowa City, Iowa. 8.2 Parking A. Parking is available neighboring the site. N S WEMovemment Buildings and Facilities ManagenenAPmjeclMHappy Hollow Park Public Resbcom and storage replacement project\Fnal3ds and bi�:umentsgB - InstmctionstoBidders- Happy Hollow Park restrccm shelter Pmject- bid July 122017.doc X77 y am FORM OF PROPOSAL HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 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. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on July 12, 2017 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting 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 HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT in strict accordance with the Project Manual and the Drawings dated June 6, 2017, including Addenda numbered and inclusive, prepared by HBK Engineering, LLC and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FP -1 of 3 N a_ CD 1 C n -1� y v• FP -1 of 3 FORM OF PROPOSAL- BID FORM HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT CITY OF IOWA CITY ITEM NO. ITEM UNIT UNIT PRICE QUAN. TOTAL PRICE 1 2 3 Mobilization Erosion Control Work Items Demolition/Removals LS LS LS 1 1 1 4 Earthwork/Gradin CY 680 5 4" PCC Paving SY 143 6 6" HMA Patch SY 6 7 Remove/Replace Grill EA 1 8 Final Gradin /H droseed ACRES 0.3 9 Sanitary Service LF 35 10 11 Water Service ures New Restroom Facility LF LS 50 1 12 New Shelter Facility LS 1 TOTAL BASE BID 1a S litface CMU Fascia, Shelter EA 8 1b Natural Stone Fascia, Shelter EA 8 P �8313AIIO 11 .h Nd 9- Nnr 001 031!3 FP -2 of 3 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 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 October 6, 2017. Firm Signature: Printed Name: Title: Address: Phone: Contact: o o -+ c �n rn r r rrJ M � r D FP -3 of 3 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 o for Project. o „n NOW, THEREFORE, t �-- (a) If said Bid shall be rejected, or in the alternate, o o a (b) If said Bid shall be accepted and the Principal shall execute an eliver a contract in the form specified, and the Principal shall then furnish a bon for therincipal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20_ Witness Witness (Seal) Principal By (Title) Surety By_ Attach Power -of -Attorney BB -1 of 1 (Seal) (Attorney-in-fact) 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 Contract dated the 6th day of June, 2017, for the HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2017 ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The 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 attached hereto; b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; N O C- c ~n C. Plans; an d. Technical Specifications and Supplementary Conditions; r e. Performance and Payment Bond; � x 0 f. Contractor's Completed Bidder Status Form; attached hereto; ce g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. The above components are deemed complementary and should be read together. In the AG -1 of 2 event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). 5. No Alternates included as part of this agreement. 6. Substantial Completion date is October 6, 2017 and final completion date October 20, 2017. 7. CONTRACT DATE 18'h day of July, 2017. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX -XXX]. Cit Contractor (Signature) (Printed name) Mayor ATTEST: (Printed name) City Clerk (Signature) (Printed name) (Company OfficialTitle) ATTEST: J (Printed name) =e P� 1 ON (Company Official Title) :! r.n Approved By: AG -2 of 2 City Attorney's Office PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, N successors and assigns, jointly and severally. o WHEREAS, Contractor has, as of entered-4ft2a c— (date) written Agreement with Owner for the HAPPY HOLLOW PARK REStMOM4'ANf� ` " -° M SHELTER REPLACEMENT PROJECT; and WHEREAS, the Agreement requires execution of this Performanc§dnd Payment Y j" Bond, to be completed by Contractor, in accordance with plans and specifications prepared by HBK Engineering, LLC, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under PBA of 2 this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractors Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, fines or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it WSre exo�mssly � set out herein. cw C -- SIGNED SIGNED AND SEALED THIS DAY OF 20 r� ,'rni7 3 IN THE PRESENCE OF: y A r (Principal) Witness Witness PB -2 of 2 (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program ' Iwj OP SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less) i f 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. N O C) J =k-) t _<r r'ci -0 M Z5 70 .fi t CC -1 Of 8 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor"- shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 et seal and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) ------------------------- Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 0 r CC -2 of 8 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 CC -3 of 8 Phone Number Date N D � ►0 C 1 ' ' r <r7l tr F �O 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 p o s t i n g s, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer'. (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews ca ref ully. Prepare i nterview questions i n advance to a s s u re t h a t 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 aMt work record. Furthermore, all companies should post and otherwise publiq3e all 4'Qb promotional opportunities and encourage all qualified employees to bid on them.:: C s C n G r �n rn r trn M -o CC -4 of 8 r �A I t i y�3®1��� CITY OF IOWA CITY 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 as well as a sample policy. 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 of 8 0 o =+ C �� rn r- r CC -5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e, national origin, color, creed, disability, gender identity, marital s t a t u s, ra ce, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities foremployment. The Equal EmploymentOpportunityOfficerfor-------------- is: Name: Address: -------------- Telephone Number: ------ NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. N O O n� 1 r rn 'o o 70 =� r F w CC -6 of 8 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sOor sexual orientation. (Ord. 95-3697, 11-7-1995) o —+ c D. Employment policies relating to pregnancy and childbirth shall be governed by the-fd�WnT rn <� -o 1. A written or unwritten employment policy or practice which excludes from emploo—ap�licanIt=f employees because of the employee's pregnancy is a prima facie violation of th. r VJ z- 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbiriPand recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 of 8 Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 1. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 2. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 3. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12- 16-2003) 4. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) CC -8 of 8 N O n �1 C_ r �M 3 t0 CC -8 of 8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or epfjty; 0 b. Disciplinary action has been taken against the individual(s) responsible for 47*CtsLwing myro the violation(s); cn r c. Remedial action has been taken to prevent a recurrence of the acts giving risit-1p9he disqual ion or default; 77- s d. Other factors that the person or entity believes are relevant. � The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whetherto grant a reduction or waiver. WT -1 of 2 STATE OF M WAGE THEFT AFFIDAVIT ) ss: COUNTY ) upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 20_. Notary Public in and for the State of N O � y h c l7� rn - r Jr, c.0 WT -2 of 2 WMIX.M. IKdiP.Ul1111161MI "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 N Jg g • 1 �� Cn r M �= r i -jr- ,0 GC -1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 -GENERAL fm■11If To] allf"0]zI A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall 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 strike 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: 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 cher services provided or to be provided by the Contractor to fulfill the Contractors* oblations. -fie WodLinay constitute the whole or a part of the Project. The Contractor shall. idyll wo nd materials which any part of the Contract Documents require him to v e.z r n ONC. Add the following paragraph 1.2.4: rC-) 1.2.4 Sections of Division 1 - General Requirements, govern i4d- bxeAtfon6all sections of the specifications. ? r 1.3 ARTICLE 2- OWNER W 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 receipt 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 apPFQPFiate Change QFd9F shall be issued dedurtiRff the SUPPLEMENTARY CONDITIONS DOCUMENT SCA Owner may deduct from payments then or thereafter due the Contractor the masenable 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 Contractor 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 knewingly failed to report it to the Architect. If the Contractor performs any construction activity knowing it -involves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume appropriate responsibility for such performance and shall bear all costs for correction. The Contractor shall perform no portion of theEWork at -any time�,,, without Contract Documents or, where required, approved Shop Drawer P%luct D -M or Samples for such portion of the Work. - + r r B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissi of Contractor's employees, Subcontractors, Sub -subcontractors, vendors, materia -Gen 90 suppliers and their agents and employees, and other persons performing portions of 1he Work under a contract with the Contractor or any of its Subcontractors. C. Add 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 home 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 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, 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 submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall sernp{y perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations angdawful orders of public authorities bearing on performance of the Work. ov ` , I. Change paragraph 3.7.3 to read as follows: '2 _� - 3.7.3 If the Contractor performs Work knowing it to be contrary toc4pl9icable law tutes, ordinances, codes, rules and regulations, or lawful orders of public VPritiR the ontractor shall assume full appropriate responsibility for such Work and shall be�ay-Elle cgats atl�able to the serrestiea and expenses of correcting or replacing such WorkE _ r SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 '.o 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 "� 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. 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 onesopy 0 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. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the 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 them from and against claims, damages, losses and expenses, including, but &.4 limited to attorneys' fees, arising out of or resulting from performance of the Work,-providedi that 3UO claim, damage, loss or expense is attributable to bodily injury, sickness, disease orieath, o injury to or destruction of tangible property , but o4y td�the elf'@Ift caused in whole or in part by intentional or negligent acts or omissions of The 49tractfr7a Subcontractor, anyone directly or indirectly employed by them or anyone toy*ose o acts - SUPPLEMENTARY CONDITIONS DOCUMENT SCS a may be liable, F89aFdIess Of Wh8thRF OF AGt suph Maim, damage, 1066 OF expense q6 Gaused On 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. 1.5 ARTICLE 4 -ARCHITECT A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner-6eatfaefer, and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owners 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 construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractors failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractors Applications for Payment, the Architect will review and certify 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 " Contract Documents. Whenever the Architect considers it necessary or advisable for impledfantati t�� the intent of the Contract Documents, the Architect will have authority to7ecommend to Owner to require additional inspection or testing of the Work in accordance w tubi iragra` 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or corfjgleted. owe r, neither this authority of the Architect nor a decision made in good faith either to-ewcise or not" c i exercise such authority shall give rise to a duty or responsibility of the Architect kt� C6�racto -^ Subcontractors, material and equipment suppliers, their agents or employees,=ether person SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 rp performing portions of the Work. E. 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. Theduties, an Axh4hk to be the contFaGt Denuments. 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 desisieas 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 recommendations decisions, 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 desisiene 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 proposestintends 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 require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -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, idgwify to the Subcontractor terms and conditions of the proposed subcontract agreement whii be at variance with the Contract Documents. Subcontractors shall similarly make .mpies oT_eppli portions of such documents available to their respective proposed Sub -subcontractors. warranties provided by the Subcontractors, including all express and implied Warrants— in the Contract Documents and the agreements between the Contractor land the Subcontractors and all warranties provided by law, shall run to and be for the benef*-Q the Owner, and the Owner shall have a direct right of action against the Subco/trac� for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrongfully causes tc completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK 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 contractors own forces, fifteen percent (15%) of the cost .4 For each Subcontractor, for Work performed by his Sub -subcontractors, five percent (554) 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. o 1.9 ARTICLE 8 -TIME n r— c A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forndshall r�r�eve Substantial Completion within the Contract time. The Contractor sh'dfl-owgil cdsist for overtime and all additional expense which may arise in order to iaj�bfeve Sublotial Completion within the Contract Time. Z71 B. Add paragraph 8.2.4 to read as follows: n 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 1.10 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If 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, unusual delay n del v unavoidable casualties or other causes beyond the Contractor's control, or by delay authwzed 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. E. 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 "Final 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 "Final 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 intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Final Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, armunts assessed to the Contractor as liquidated damages may be deducted bytge Owner from any money payable to the Contractor pursuant to this Contract, TheDwneM shall notify the Contractor in writing of a claim for liquidated damages per to date the Owner deducts such sum from money payable to the C9Vtmctor. 7n ARTICLE 9 - PAYMENTS AND COMPLETION rn 3 Q - r A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial oiaiver of SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 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 nGtify the AFGhit9Gt. 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. Documents shall GOMMEIRGA OR the data of SubAtantial Gompletion of the WeFk OF des gRated 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. N G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, includirf os@3tat the performance and payment bond, shall commence on the date of fltrg o"!EW accejl&nce of the work by the City. -) -G r 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY ,rte M 3S A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDSJ for .OH hazardous chemicals or materials that will be at the job site. The Material Safety Data 'Sheets will be SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 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 OF slairas-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 coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate 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 theme required by Section 11.1.2. Information concerning reduction of coverage on accountof revisejimits or claims paid under the General Aggregate, or both, shall be furnished by the Coritrapo — ith readable promptness. D. Delete paragraph 11. 1.4 in its entirety and add the following paragraphs &A tfRugh 14: 11.1.4 Any policy or policies of insurance purchased by the Con" for taati��l�her responsibilities under this contract shall include contractual liability rags and sTrall be in the following type and minimum amounts: n SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 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 (d applicable) Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000 $500,000 $500,000 $500,000 $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. 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. N Automobile Liability shall include all owned, non -owned and hired autos and also coveragi r Contractual Liability. O c Excess Liability shall provide no less than following form coverage to the primary udS„�' yinglpolicie� m Workers Compensation shall include the Alternative Employer and Waiver of Subrn ..o s --f endorsements in favor of the Owner. rn �../ Professional Liability, if applicable: Tthe Contractor shall procure and maintain, durir)Vhe lifeaof this Agreement Professional Errors and Omissions Liability Insurance. The Contractor will notifelAe Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Ownees Governmental Immunities Endorsement. (See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 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 off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured 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. 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 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. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 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. - a 11.1.12 In the event that any of the policies of insurance or insura&e coverage identified on Contractor's Certificate of Insurance are canceled or mbdiffed, of i— the event that Contractor incurs liability losses, either due to activities under this Contrast or due to other activities not under this Contract but covered by the same insVrance; And SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 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. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in 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 insured pt§perty; _ J .4 include $100,000 for materials and equipment stored at the' -Site, o"t anotAr location that was agreed to in writing by OWNER prior to being incorporated H&he Werk, provided that such materials and equipment have been included in 4a Appccatiol-Mr Payment recommended by OWNER; � -o .5 allow for partial utilization of the Work by OWNER; �- a 0 VZ .6 include testing and startup; and P, u1 -7) .7 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 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 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. 11.3.3A11 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 OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 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 under the Contract the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will 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 (T) 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 ind"te the date on which the remedy or performance will commence, and it shall then be7De duty of the Surety to give prompt notice in writing to Owner immediately upii agnt"gtion 15fV) the remedy and/or correction of each default (b) the remedy andlD[::�orcwtion oL,each omitted item of work, (c) the furnishing of each omitted itent-okworrIr and rd) the performance of the work. The Surety shall not assert solvency Od�its PringR`r its Principal's denial of default as justification for its failure to prompA�emly the blHault or defaults or perform the work. '_>70 r (� cn SUPPLEMENTARY CONDITIONS o 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 business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the plaGe whepe the 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 atF 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 th"rchitect and Owner may observe such procedures. The Owner shall bear costs of D tests,E�spections or approvals that do not become requirements until after bids are reRygd W neg ns concluded and 2) tests, inspections or approvals where building codes or -applicable law or regulations prohibit the Owner from delegating their cost to the Contractor_ copies; 'aFall reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7. = r ut 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: employment; upgrading, demotion or transfer; recruitment or recruitment advertising; SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 1.14 1.15 A. 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. ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT 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 survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and 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 m" be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21cdays after the claimant first recognizes the condition giving rise to the Claim, whichever is later. Ag addifkY' al Claim relating to the same subject matter made after the initial' has . een implemented by Change Order will not be considered and is deeiii waned by faYltie Contractor. 1 7 ; 15.1.3 Continuing Contract Performance. Pending final resolution ofa- wn, Jw— cept as otherwise agreed in writing or as provided in Section 9.7 and Article 14, t% Contmeor shall proceed diligently with performance of the Contract and the Owner shall continuego make SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 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. 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. F. 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 N 0 C-) J o G r- Ln Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No"to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: Dates: Dates: to / / Address: City, State, Zip: / / Address: to / City, State, Zip: Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 0 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residotO Q Yet- ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's homeor fweignmtry and the appropriate legal citation. TM7� You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. o J rn Yti M^• �1 309-6001 02-14 SECTION 01010 SUMMARY OF THE WORK PART1-GENERAL General description, not all inclusive. A. Base Bid Work: 1. Removal and disposal of existing shelter facility and associated paving including connected trails. 2. Abandonment of existing sanitary service, water service, and electrical service with installation and reconnection to existing services for new structure. 3. Excavation and installation of foundation elements for the shelter and restroom foundations. 4. Construction of new restroom facility including associated utility hookups. 5. Construction of new shelter facility including associated electrical feed. 6. Construction of new drinking fountain pad and installation of new fountain. 7. Installation of new PCC trail connection between the existing parking area and the existing playground. 8. Final grading and seeding of overall work area. 01010-1 N O -<C-)m r -0 �C 3 t v O 01010-1 SECTION 01015 ALTERNATES PART 1 -GENERAL 1.01 SUMMARY: A. Provide alternate bid(s) to be added to the amount of the Base Bid if the corresponding change in scope is accepted by the City of Iowa City. B. Include within the alternate bid prices all costs, including materials, installations, and fees. C. Show the proposed alternate bid prices opposite their proper description on the Form of Proposal. D. No additional working days will be granted with the inclusion of the alternate bid(s). 1.02 SPECIFIC ALTERNATES: A. Alternate Bid Items 1a. 4" Split Face Solid CMU Fascia on Shelter Columns 1b. 4" Ashlar Limestone Fascia on Shelter Columns B. Alternate Bids Alternate Bid Number 1a/1b will be reviewed by the City Council on July 28, 2017, or special meeting called prior to. The possible results of their review of the Alternate Bids are: 1. Not accept any Alternate Bid(s). 2. Accept Alternate Bid No. 1 a 3. Accept Alternate Bid No. 1b 01015-1 N O Qh 01015-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specked unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. 0 J PART 2 -PRODUCTS o 2.01 NONE n G m 1 PART 3 - EXECUTION 3.01 PROCEDURE. ?Y Ut A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govem the release of retainage and resolution of claims. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as 'REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for top soil removal and replacement (unless it is listed as an item in the FORM OF PROPOSAL), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forrmg, drying, watering and compaction of FII material, and all such work assay be-eequirnd.lo make the grading work complete with a uniform surface fr-e1f rogk, bro n concrete, tree roots, limbs and other debris is incidental to thi4iAecf�iunles s listed as an item in the FORM OF PROPOSAL. C tl The Contractor must pay for all parking permit fees, meter hoods, loFbnd fees, and parking tickets. The Contractor must figure these caisti ing their id prices. The City will not waive parking fees or fines. Permits' paid Jr by the Contractor will be issued only for construction vehicles, not personal vehic es. The Contractor shall be responsible for continuous cleaning of mud and debris off 01025-2 Q adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. BID ITEM DESCRIPTIONS 1. Mobilization (LS) The unit price for this item (LUMP SUM) shall include all costs associated with preparatory work and operations for all items under the contract; including, but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to and from the project site; bonds and insurance; permits and all other overhead expenses. This item shall also include all efforts necessary for multiple mobilizations and demobilization. 2. Erosion Control (LS) The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. The unit price for this item (LUMP SUM) shall constitute full payment for furnishing, installing, maintaining, monitoring, and removing all erosion control devices installed at locations indicated on the Drawings or as directed by the Engineer. Erosion control for areas disturbed by careless actions or work outside of proposed limits shall be at the Contractor's expense. 3. Demolition/Removals (LS) The lump sum price for this item will be paid in full upon completion of all work on the project required by the Contract. The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all equipment, labor and materials, and fees for demolition of all existing buildings as shown on the Drawings and as directed by the Engineer. Includes coordination and execution of utility disconnects. Hauling and disposal of excess material shall be considered incidental. 4. Earthwork/Grading (CY) The unit price for this item (CUBIC YARD) shall constitute full payment for furnishing all equipment, labor, materials, any and all hauling and storing or materials, reconditioning of materials to meet standards and all other necessary labor, equipment and materials to complete the Work. Includes stripping and respreading of topsoil. The measurement for payment for this item will be the actual number of cubic yards of earthwork and grading materials removed and installed in accordance with the Drawings or as directed by the Engineer. Hauling and disposal of excess material shall be considered incidental. N 5. 4" PCC Paving (SY) c> The unit price for this item (SQUARE YARD) shall constitutirr-tLll payment foie furnishing all equipment, labor and materials necessary to cogWlo e`ravingg as shown by the Drawings and as directed by the Engineer.—pAving�shalilbe expressed in square yards and shall be determingtRorwo surfM measurements. Hauling and disposal of excess ma"l:Ma/l considered incidental. cn 6. Remove/Replace Grill (EA) o The unit price for this item (EACH) shall constitute full payment for complete removal of existing grill and all associated equipment, labor and materials 01025-3 necessary to fully replace with new grill as shown on the Drawings or as directed by the Engineer. New grill can be obtained from Parks Department. Base should be installed in 8" concrete filled earth -formed hole to 42" depth. Final Grading/Hydroseed (ACRES) The unit price for this item (ACRES) shall constitute full payment for furnishing all equipment, labor and materials for the actual number of acres of soil preparation, fine grading, rock removal and seeding completed in accordance with the Drawings or as directed by the Engineer. No payment will be made for soil preparation and final grading outside limits or for Work required to repair damage. 8. Sanitary Service, Restroom (LF) The unit price for this item (LINEAR FEET) shall constitute full payment for furnishing all equipment, labor and materials to excavate, bed, connect, install and backfill the PVC sanitary sewer service as shown on the Drawings or as directed by the Engineer. Removal and disposal of necessary portions of the existing clay sanitary service to be incidental. Excavation support, shoring, and pipe bracing will be incidental. 9. Water Service, Restroom (LF) The unit price for this item (LINEAR FEET) shall constitute full payment for furnishing all equipment, labor and materials to excavate, bed, connect, install and backfill the 1" K -class copper water service as shown on the Drawings or as directed by the Engineer. Removal and disposal of necessary portions of the existing water service to be incidental. Excavation support, shoring, and pipe bracing will be incidental. Removal and reinstallation of existing curb stop and valve box to new location are incidental. 10. New Restroom Facility (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all equipment, labor, and materials necessary to complete the entire Restroom Facility and associated utilities. All work as indicated on the included drawings and specifications or as directed by the Engineer. Drinking Fountain supply, delivery and installation will be incidental to this item. 11. New Shelter Facility (LS) The unit price for this item (LUMP SUM) shall constitute full payment for furnishing all equipment, labor, and materials necessary to complete the entire Shelter Facility and associated utilities. All work as indicated on the included drawings and specifications or as directed by the Engineer. 1a/b. ALTERNATES: Splitface CMU or Stone Fascia, Shelter (SF) The unit price for these items (SQUARE FEET) shall constitute full payment for furnishing all equipment, labor, materials, reinforcing, anchors, any transporting and storage, and proper installation of Splitface CMl�,Fnd Stone Fascia elements for the Shelter Columns as shown on the Dralings or as directed by the Engineer. Sealants, caulks, and intshalfjqe considered incidental to this item. :>:: � = �- r �m -O � 0 cn 01025-4 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. N O PART2-PRODUCTS o -' None. PART 3 - EXECUTION �rn70 D 3.01 MEETINGS PRIOR TO CONSTRUCTION: Ui A. A Pre -Bid meeting will be held on June 28", 2017 (on site at Happy Hd ow.) B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. Work shall be substantially completed by October 6th, 2017. he specified start date is July 24h, 2017. Liquidated damages of $500 per day will be charged on work beyond this completion target. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer or Parks Department, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. 01310-1 D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. Working days may be suspended by the Owner between phases at the Owner's discretion for items requiring delivery delay. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that many utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. The Railroads will provide all labor, materials and equipment for railroad facility removal, excavation, disposal, sub -drainage, ballast, sub -ballast and trackage renewal. C. The Railroads have certain time limitations on when the above mentioned work must take place. It shall be the Contractor's responsibility to coordinate and be available to meet the Railroads' schedule. Any costs associated with train rerouting due to circumstances caused by the Contractor shall be at the expense of the Contractor. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineers approval and said notification. 01310-2 N O_ ^� Cv �-� C r rn 3 3 ut C1 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART 1 -GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Uniform Traffic Control Devices for Streets bid letting date. C. Construction fencing as noted on the plans. 1.03 SUBMITTALS: Highway Administration "Manual on and Highways," Current Edition as of A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2 -PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to 2"x4" lumber top and bottom posts with steel fence -post columns and installed as directed by the Engineer. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control device!C*ithin 300 feet of residential dwellings, including apartments, between the �qurs of::TA0:00.mm. and 7:00 a.m. c Jl .= PART 3 - EXECUTION r rn 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section wilt -conform with the following divisions and sections of the IDOT Standard Specifications: `_' Division 11. General Requirements and Covenants. 01570-1 Section 1107.09. Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 N CJ O J c. G 9��qq rn �r O 01570-2 FILED N 2011 JUN -6 PM 50 0 CITY CLERK; N CITY, A FILED 2011 JUN -6 PM 4= 50 C1'tY CLERK 1011;A CITY.10VIA u - w J W J Y a Q z � � m ~ z w z SECTION 02050 DEMOLITIONS, REMOVALS AND ABANDONMENTS PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, materials, tools and equipment to remove existing paved surfaces as indicated and specified. B. Furnish labor, materials, tools and equipment to remove existing storm sewer pipes, sanitary sewer pipes, intakes, and drainage structures as indicated and specified. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE: A. Disposal sites shall comply with all applicable Iowa Department of Natural Resources and United States Environmental Protection Agency regulations. B. Comply with all state and local ordinances pertaining to hauling anctgisposal of rubbish, broken concrete, asphalt, stone, bricks, castings, and othBL waste or debris resulting from work on the project. 1.04 SUBMITTALS: a, r �r- rn A. Locations of disposal sites. �rnv a Q a; .c PART2-PRODUCTS yr Ln 0 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. B. Explosives shall not be used for demolition. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 24. Structures. Section 2401. Removal of Existing Structures. 02050-1 Division 25. Miscellaneous Construction Section 2510. Removal of Old Pavement. Section 2511. Removal and Construction of Portland Cement Concrete Sidewalks. Section 2515. Removal and Construction of Paved Driveways. Section 2516. Removal and Construction of Retaining Walls and Steps. 3.02 INSPECTION: A. Limits of demolition shall be per 3.04 of this section. The Engineer reserves the right to revise demolition limits if required by the nature of construction. 3.03 PROCEDURES: A. Utilities Notify all corporations, companies, individuals and state or local authorities owning pipelines, water lines, gas mains, buried and overhead electric facilities, telephone, cable television, fiber optic, and other public or private utilities shown on the drawings or otherwise known or discovered to be in the project area. 2. When active utilities are encountered, promptly take necessary measures to support and protect said utilities and maintain them in service. 3. If active utilities are damaged or interrupted as a result of work on the project, take appropriate measures to restore service immediately. Restoration of utility services under these circumstances shall be at the Contractor's expense. 4. Active utilities shown on the drawings to be relocated, or which require relocation due to unforeseen circumstances or conditions, shall be relocated in accordance with instructions from the Engineer. Generally, the respective utility owners shall be responsible to perform relocatio$work for their facilities. The Contractor shall cooperate with these effor='n every reasonable way and shall not be entitled to additional a xger%ation delays resulting from such relocations. i n-4, r m B. Site Protection Measures rte' r =r,, -.0 rn 1. Refer to Traffic Control Sheets for details. =,xT Y r CA 2. Barricade and fence open excavations or depressions resulting from work during non -working hours and when not working in immediate area. Provide suitable warning devices adjacent to excavations and work areas. 3. Warning devices shall be kept operational during all non -working and non- active periods. C. Site Access Measures Pedestrian access to homes and businesses shall be maintained at all 02050-2 times. Temporary gravel surfaces shall be provided as directed by the Engineer. 2. Contractor shall perform demolition and removal operations so as to maintain vehicular access to adjacent properties and businesses to the maximum extent possible. D. Disposals 1. No material or debris shall be buried within the project work area. All unsuitable material resulting from demolitions and removals shall be hauled to and disposed of at a Contractor -furnished site approved by the Engineer or to the landfill. The Contractor shall pay the current tipping fee at the landfill. 3.04 DEMOLITION AND REMOVALS: A. Pavement and Sidewalk Removals 1. Removal shall be to the limits noted on the plans or as directed by the Engineer. 2. Pavement removal shall include brick, P.C. Concrete, and A.C. Concrete pavements, driveways, alleys, parking lots, and sidewalks. Removal of chip seal or aggregate surfaces is not considered pavement removal. 3. Sawcuts shall be approved by the Engineer. 4. Removal operations shall conform to construction phasing noted on the plans or as directed by the Engineer. B. Sewer Abandonment and Removal 1. Removal shall be at the locations and to the limits noted on the plans or as directed by the Engineer. 2. Backfill under and within 5 feet of paved surfaces shall be Class A crushed stone compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. Other excavations shall be backfilled with suitable excavated material, compacted to 90% Standard Proctor Density. 3. Sewers to be abandoned, but not removed, shall be filled "an approved non -shrink flowable mortar and bulkheaded at eachcwd witLftoncrete. 4. Select castings shall be delivered to the pollution pgat{ol pfant at=0 S. Clinton Street as directed by the Engineer. n rn Ui 0 02050-3 SECTION 02100 6911��:7�1a1:7a\I[�7�1 PART 1 -GENERAL 1.01 SUMMARY: A. Furnish labor, material, tools and equipment to prepare site as indicated and specified. 1.02 REFERENCES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 N O_ A. IDOT Standard Specifications. o J PART 2 - PRODUCTS None. {� $ PART 3 - EXECUTION cn 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2101. Clearing and Grubbing. Division 25. Miscellaneous Construction. Section 2519. Fence Construction. 3.02 EXISTING TREES, SHRUBS AND VEGETATION: A. All trees, shrubs and vegetation shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the plans or as directed by the Engineer. B. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. C. Contractor is responsible for damage outside the limits of construction, and for trees, shrubs and vegetation not designated for removal. The Contractor's liability for tree and shrub damage will be based on the appraised value, not replacement value, and shall include the cost of appraisal by a qualified arborist. 02100-1 3.03 EXISTING STRUCTURES AND PROPERTY., A. Remove existing signs and posts within the construction area as directed by the Engineer. All permanent traffic signs will be removed, stored, and replaced by the City of Iowa City. Contractor shall provide 48 hour minimum advance notice for sign removal and for sign replacement. Permanent signs will be replaced prior to concrete pours. B. Move mailboxes to a location approved by the Engineer prior to closing road. Salvage and store any unique supports for mailboxes. Restore mailboxes and their supports to their prior location and condition when road is reopened. 3.04 EXISTING FENCING: A. Only fencing designated by the Engineer shall be removed. B. Sections of fence removed for construction shall be replaced per the applicable bid item. If not addressed, replace with new materials. 3.05 EXISTING UTILITIES: A. Contact appropriate utility representative to verify the presence and location of buried utilities in the construction area. 3.06 EROSION CONTROL: A. Comply with Iowa City Code and Section 02270, Slope Protection and Erosion Control. 02100-2 N O_ C') C • 1 --i s� C7--) < �r- Ol '� M M � Q �� x r D CA 02100-2 SECTION 02220 EARTH EXCAVATION, BACKFILL, FILL AND GRADING PART1-GENERAL 1.01 SUMMARY: A. Excavating, placing, stabilizing and compacting earth, including trench and rock excavation, addition of borrow and backfill, disposal of excavated material, and topsoil, strip, salvage and spread. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITYASSURANCE., A. Whenever a percentage of compaction is indicated or specified, use percent of maximum density at optimum moisture as determined by ASTM D698-91, unless noted otherwise. B. Borrow sites and materials shall be approved by the Engineer prior to use. PART 2 -PRODUCTS 2.01 MATERIALS: A. Granular backfill material shall consist of Class A Crushed Stone, IDOT Standard Specification Section 4120.04 and Section 4109, Gradation No. 11. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications:CD 0 Division 21. Earthwork, Subgrades and Subbases. c y T' C-- n All sections -=f Division 24. Structures. —ice r 6f Section 2402. Excavation for Structures. � r -n -0 3.02 TOPSOIL: D cn A. Strip and stockpile topsoil from lawn, grass, and crop areas for surface restoration and landscaping work. Strip topsoil to a uniform depth to provide sufficient quantity of material for placement of a minimum of 9 inches of topsoil for surface restoration and landscaping. Protect topsoil from mixture with other materials such as aggregate and from erosion. Removal of topsoil from the site is not permitted. 02220-1 3.03 DRAINAGE AND DEWATERING: A. Provide and maintain ample means and devices (including spare units kept ready for immediate use in case of breakdowns) to intercept and/or remove promptly and dispose properly of all water entering trenches and other excavations. Keep such excavations dry until the structures, pipes, and appurtenances to be built therein have been completed to such extent that they will not be floated or otherwise damaged. B. Dispose of all pumped or drained water without undue interference to other work, or causing damage to pavements, other surfaces, or property. Provide suitable temporary pipes, flumes, or channels for water that may flow along or across the work site. C. Take all precautions necessary to prevent damage to the work by rain or by water entering the site, whether water entry be overland or by groundwater. 3.04 TRENCH EXCAVATION: A. General Excavate trench by machinery to, or just below, designated subgrade when pipe is to be laid in granular bedding or concrete cradle, provided that material remaining at bottom of trench is only slightly disturbed. 2. Do not excavate lower part of trenches by machinery to subgrade when pipe is to be laid directly on bottom of trench. Remove last of material to be excavated by use of hand tools, just before placing pipe. Hand shape bell holes and form a flat or shaped bottom, true to grade, so that pipWll have a uniform and continuous bearing. Support on firmand utmisturbed material between joints, except for limited areas where 'x$oof Lpe slim have disturbed bottom. 7 -< B. Protection � rn s a 1. Barricade and fence open excavations or depressions rMang dwm during non -working hours and when not working in imme4tate ar@R. C. Trench Width Make pipe trenches as narrow as practicable and safe. Make every effort to keep sides of trenches firm and undisturbed until backfilling has been completed and consolidated. 2. Excavate trenches with vertical sides between elevation of center of pipe and elevation 1 foot above top of pipe. 3. Refer to plans for allowable trench widths within the pipe envelope for various types, sizes and classes of pipe. D. Trench Excavation in Fill 02220-2 Place fill material to final grade or to a minimum height of 6 feet above top of pipe when pipe is to be laid in embankment or other recently filled areas. Take particular care to ensure maximum consolidation of material under pipe location. Excavate pipe trench as though in undisturbed material. E. Excavation Near Existing Structures 1. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. 2. Excavate exploratory pits when location of pipe or other underground structure is necessary for doing work properly. Disposal of Unsuitable Soil 1. The Contractor shall notify the Engineer and Iowa Department of Natural Resources (DNR) if soil contamination is found or suspected during excavation. 2. Soil disposal and remediation method shall be an option outlined in the IDOT Construction Manual Section 10.22, and approved by the Iowa DNR and City. The Contractor is not to proceed with soil removal and remediation measures until instructed by the Engineer. 3. Disposal site to be provided by the Contractor and approved by the Engineer and Iowa DNR. N 4. Contractor is responsible for completing and filingAl nec&ry Federal, State and local government agency forms and applioett"s. c —n G. Care of Vegetation and Property ? ' 1. Use excavating machinery and cranes of suitable'typg aro' opeFai2 with care to prevent injury to trees, particularly to overhangingibrandg and limbs and underground root systems. Ul 2. All branch, limb, and root cuttings shall be avoided. When required, they shall be performed smoothly and neatly without splitting or crushing. Trim injured portions by use of a chainsaw or loppers for branches, or an ax when working with roots. Do not leave frayed, crushed, or torn edges on any roots 1" or larger in diameter or on any branches. Frayed edges shall be trimmed with a utility knife. Do not use tree paint or wound dressing. If conflicts with large roots and branches are anticipated, notify the Engineer. 3. No construction materials and/or equipment are to be stored, piled, or parked within the trees' drip line. 4. Excavators and loaders used on brick surfaces shall be limited to those with rubberized tracks or rubber tires. 02220-3 5. Do not use or operate tractors, bulldozers, or other equipment on paved surfaces when treads or wheels can cut or damage such surfaces. 6. Restore all surfaces which have been damaged by the Contractor's operations to a condition at least equal to that in which they were found before work commenced. Use suitable materials and methods for restoration. 7. Aerate all grassed and planter areas compacted by construction activities. 8. Utility lines, including drainage tiles, encountered shall be restored in one of the following ways: a. Repair or otherwise reconnect the utility across trench after trench has been backfilled, provided adequate drainage gradient is maintained, if applicable. b. Connect drainage tiles to nearest storm sewer. The Contractor shall document the location and elevation of any utility lines encountered. The Contractor shall notify the Engineer whenever a utility is encountered and submit the proposed method of restoring the utility for review and approval. All utility repairs shall be made prior to backfilling the trench H. Water Services 1. Permanent copper water service lines which are damaged (cut, nicked, bent, crimped, crushed, etc.) shall be replaced from the water main to the curb box with new copper service pipe, without any joints. The cost for this work shall be at the Contractor's expense. 2. In any excavation where existing lead or galvanized iron water services are in the excavation or disturbed area, the Contractor shall replace the existing lead or galvanized piping with new 1 -inch or larger copper water service pipe from the water main to the curb box. The Contractor will be paid per the applicable bid 'Rem. If there is no bid item, the unit price for the replacement of the water service shall be negotiated prior to commence- ment of the work. o 3. When water service is disrupted, the Contractor shall.. a[ee6season�e attempt to restore the service within two hours. Cn 4 Water service pipe shall be type k soft copper. M m 3.05 ROCKEXCAVATION: r Iy rn A. Rock excavation will be considered Class 12 Excavation as definett in IDOT Standard Specification Section 2102.02. B. Explosives shall not be used for rock excavation. 02220-4 3.06 BACKFILLING: A. General Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat as required before new backfill is placed. B. Backfilling Excavations Begin backfilling as soon as practicable and proceed until complete. 2. Material and Compaction a. Paved Areas: Under and within 5 feet of paved surfaces, including streets, sidewalks and driveways, backfill shall be Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density. The top 12 inches directly below paved surfaces shall be Class A crushed stone compacted to 98% Standard Proctor Density. If under pavement, backfill to bottom of the subgrade. If not under pavement, backfill to within 12 inches of finished surface. b. All other areas: Backfill shall consist of suitable job excavated material placed in one foot lifts compacted to 90% Standard Proctor Density. If excavated material is unsuitable, backfill with Class A crushed stone to within 12 inches of finished surface. C. Do not place stone or rock fragment larger than 2 inches within 2 feet of pipe nor larger than 12 inches in backfill. Do not drop large masses of backfill material into trench. C. Backfilling Around Structures Do not place backfill against or on structures until they have attained sufficient strength to support the loads, including construction loads, to which they will be subjected. Avoid unequal soil pressure by depositing material evenly around structure. 2. Backfill shall consist of Class A crushed stone placed in one foot lifts compacted to 95% Standard Proctor Density unless otherwise indicated or specified. o 3.07 UNAUTHORIZED EXCAVATION: `— A. When the bottom of any excavation is taken out beyond the. limits indicateO'or specified, backfill, at Contractor's expense, with Class A crushed�ome compa to 95% Standard Proctor Density. 02220-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART1-GENERAL 1.01 SUMMARY: A. Placement of silt fence, erosion control mat, engineering fabric, revetment stone, and erosion stone. 1.02 REFERENCES: A. IDOT Standard Specifications. B. Iowa Department of Transportation Highway Division "Standard Road Plans Manual", latest edition. 1.03 QUALITY ASSURANCE: A. Revetment stone and erosion stone shall meet the abrasion and durability requirements of Section 4130 of the IDOT Standard Specifications. B. Engineering Fabrics (geotextile) shall be of a non -woven material and conform to the requirements of [DOT Engineering Fabric for Embankment Erosion Control. 1.04 STORAGE: A. Prior to use, geotextile shall be stored in a clean dry place, out of direct sunlight, not subject to extremes of either hot or cold, and with the manufacturer's protective cover in place. Receiving, storage, and handling at the job site shall be in accordance with the requirements in ASTM D 4873. �MM09]11MV 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials Section 4130. Revetment Stone and Erosion Stone. Section 4169. Erosion Control Materials. Section 4196. Engineering Fabrics. _ C7"G I CA -{C7 =fir m -v rn Z. -ER r m cn 02270-1 PART 3 -EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 25. Miscellaneous Construction. Section 2507. Concrete & Stone Revetment. N o and the following [DOT Standard Road Plans: n� a% RC -5 Wood Excelsior Mat ... 4c-) RC -16 Silt Fence _GM -0 a 3.02 SCHEDULE: A. Silt fence shall be installed at locations indicated on the plans immediately upon completion of grading. Wood excelsior mat shall be placed and staked in seeded areas of swales immediately following seeding. 3.03 GEOTEXTILE: A. Surface Preparation The surface on which the geotextile is to be placed will be graded to the neat lines and grades as shown on the plans. The surface will be reasonably smooth and free of loose rock and clods, holes, depressions, projections, muddy conditions and standing or flowing water. B. Placement Prior to placement of the geotextile, the soil surface will be inspected for quality of design and construction. The geotextile will be placed on the approved surface at the locations and in accordance with the details shown on the plans. The geotextile will be unrolled along the placement area and loosely laid (not stretched) in such a manner that it will conform to the surface irregularities when material is placed on or against it. The geotextile may be folded and overlapped to permit proper placement in the designated area. 2. The geotextile will be joined by overlapping a minimum of 18 inches (unless otherwise specified on the plans or by the manufacturer), and secured against the underlying foundation material. Securing pins, approved and provided by the geotextile manufacturer, shall be placed along the edge of the panel or roll material to adequately hold it in place during installation. Pins will be steel or fiberglass formed as a "U", "L", or'T' shape or contain "ears" to prevent total penetration. Steel washers will be provided on all but the "U" shaped pins. The upstream or up-slope line will be inserted through both layers along a line through approximately the midpoint of the overlap. At horizontal laps and across slope laps, securing pins will be inserted through the bottom layer only. Securing pins will be placed along 02270-2 a line approximately 2 inches in from the edge of the placed geotextile at intervals not to exceed 12 feet unless otherwise specified. Additional pins will be installed as necessary and where appropriate, to prevent slippage or movement of the geotextile. The use of securing pins will be held to the minimum necessary. Pins are to be left in place unless otherwise specked. 3. Should the geotextile be tom or punctured, or the overlaps disturbed, as evidenced by visible damage, subgrade pumping, intrusion, or grade distortion, the backfill around the damaged or displaced area will be removed and restored to the original approved condition. The repair will consist of a patch of the same type of geotextile being used, overlapping the existing geotextile. Geotextile panels joined by overlap will have the patch extend a minimum of 2 feet from the edge of any damaged area. 4. The geotextile will not be placed until it can be anchored and protected with the specified covering within 48 hours or protected from exposure to ultraviolet light. In no case will material be dropped on uncovered geotextile from a height greater than 3 feet. 02270-3 N O O C� i �{ 0-t C--) :Crn -o , , 1 -A 10 D U1 02270-3 SECTION 02510 HOT MIX ASPHALT (HMA) PAVING PART 1 -GENERAL 1.01 SUMMARY: A, Furnish labor, materials, tools and equipment to prepare, shape, trim and compact subgrades to receive Hot Mix Asphalt paving. B. Furnish labor, materials, tools and equipment to place and compact Hot Mix Asphalt paving. 1.02 REFERENCES: A. IDOT Standard Specifications. B. IDOT Supplement Specification 01014. C. Statewide Urban Design and Standards (SUDAS) — current edition as of bid letting date. 1.03 QUALITY ASSURANCE: N A. Use adequate numbers of skilled workers who are thoroughly trained and 9Kperienced in the necessary crafts and who are completely familiar with the sgig�ified mquiremnts and the methods needed for proper performance of the work in this"' ion, B. Quality testing: 7: a C-) rn 1 Not required. Visual inspection only.CA =, PART 2 -PRODUCTS '} 2.01 MATERIALS: A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 23. Surface Courses. SS -01014 Hot Mix Asphalt Mixtures. Division 41. Construction Materials. Section 4126. Type B Aggregate for Hot Mix Asphalt. Section 4127. Type A Aggregate for Hot Mix Asphalt. Section 4137. Asphalt Binder. PART 3 - EXECUTION 02510-1 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases Section 2122. Paved Shoulders. Division 22. Base Courses Section 2203. Hot Mix Asphalt Bases. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses. < i 61 SS -01014 Hot Mix Asphalt Mixtures. —+� Section 2307. Bituminous Seal Coat. n F Section 2316. Pavement Smoothness r Division 25. Miscellaneous Construction car Section 2529. Full Depth Finish Patches. Section 2530. Partial Depth Finish Patches. 3.02 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the pavement or surface treatment has cured sufficiently to prevent damage as determined by the Engineer. Opening to traffic shall not constitute final acceptance. 3.03 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All paving shall be finished and opened to the public as soon as practicable. 3.04 AREAS TO BE PAVED/PATCHED: A. PCC Sidewalk tie-in section with existing HMA parking lot. See page C1.0. 3.05 PAVEMENT REMOVAL A. All existing asphalt pavement to be removed shall be sawcut full depth as indicated on the plans. Existing material shall be removed and delivered to a suitable offsite location. B. Pavement milling shall occur no sooner than ten (10) working days prior to overlay. The exception to this would be if after removal of the old asphalt overlay, the existing surface could no longer support prolonged traffic, then the contractor would be required to placetheleveling course immediately following milling and cleaning. 02510-2 3.06 CLEANING AND PREPARATION OF BASE A. The Contractor shall be responsible for cleaning all surfaces prior to opening. All loose material shall be removed from the surface and cracks by brooming or air blowing. Loose material shall be disposed of offsite. 3.07 AGGREGATES A. Type. N a a ..�.� 1. Type A aggregates shall be used. — m-- B. Gradation. r 1. A'/cinch mix shall be used. ;Y r 3.08 ASPHALT BINDER A. Asphalt binder shall be PG 64-22 on all streets and divisions of this project. 3.09 EXISTING STREET SURFACES A. Where the proposed asphalt overlay meets an existing asphalt street surface, the existing surface shall be sawed and removed or milled as directed by the Engineer so that a clean, smooth and durable joint will be made between existing and proposed surfacing. 3.10 ASPHALT CEMENT CONCRETE REPAIR A. For use in areas that may become damaged during construction. B. Asphalt concrete repair shall consist of removing the existing asphalt overlay, brick or any other material, and any unsuitable subbase; replacing subbase as necessary; compacting subbase; placing and compacting full -depth asphalt to the level of surrounding brick or asphalt. Multiple lifts may be necessary. Bricks removed for subbase or base repair shall be cleaned and delivered to the Iowa City Street Department located at 3800 Napoleon Lane. 3.11 HOT MIXASPHALT PLACEMENT A. Lifts Single lift, matching existing adjacent pavement. B. Compaction 1. Class 1 B compaction shall be used. 02510-3 SECTION 02520 PORTLAND CEMENT CONCRETE PAVING PART 1 -GENERAL 1.01 SUMMARY. A. Furnish labor, materials, tools and equipment to prepare, install, shape, trim and compact subgrades to receive Portland Cement Concrete paving. B. Furnish labor, materials, tools and equipment to form, place, reinforce, finish, joint and cure Portland Cement Concrete roadways, parking area slabs, driveways, and sidewalks at the locations and grades noted on the plans. 1.02 REFERENCES: A. IDOT Standard Specifications. 1.03 QUALITY ASSURANCE: A. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work in this section. B. Quality testing: 1. Compressive Strength Tests. 2. 3. 4. PART 2 -PRODUCTS 2.01 MATERIALS: Entrained Air. Slump. Density Tests of Base and Subgrade. 0 J c -o r CA A. Except as amended in this document, the materials in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 41. Construction Materials. Sections 4101 through 4122. B. Aggregate durability class for all Portland Cement Concrete paving shall be Class 3. 02520-1 PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 21. Earthwork, Subgrades and Subbases. Section 2111. Granular Subbase. Division 22. Base Courses. Section 2201. Portland Cement Concrete Base. Section 2212. Base Repair. Section 2213. Base Widening. Division 23. Surface Courses Section 2301. Portland Cement Concrete Pavement. Section 2302. Portland Cement Concrete Pavement Widening. Section 2310. Bonded Portland Cement Concrete Overlay. Section 2316. Pavement Smoothness. N 0 Division 25. Miscellaneous Construction. c; —n Section 2512. Portland Cement Concrete Curb zit i4utt� ®.. Section 2515. Removal and Construction of Pavedi*ivegays. (' Section 2517. Concrete Header Slab. -+n Section 2529. Full Depth Finish Patches. =`'m Section 2530. Partial Depth Finish Patches. 3' cn 3.02 CURING AND PROTECTION OF PAVEMENT. A. Curing compound shall be applied immediately following finishing of the concrete, including back of curb. 3.03 ENVIRONMENTAL REQUIREMENTS: A. When concrete is being placed in cold weather and temperatures may be expected to drop below 35°F, the following requirements must be met for concrete less than 36 hours old: 24 Hour Temperature Forecast Covering Minimum 35-32° F One layer plastic or burlap. Minimum 31-25° F One layer plastic and one layer burlap or two layers burlap. Below 25° F Commercial insulating material approved by the Engineer. B. Concrete shall be protected from freezing temperatures until it is at least five days old. 02520-2 C. Concrete damaged by cold weather shall be removed and replaced at the Contractor's expense. D. Maximum allowable concrete temperature shall be 90° F. E. If concrete is placed when the temperature of the concrete could exceed 90° F, the Contractor shall employ effective means, such as precooling of aggregates and/or mixing water, as necessary to maintain the temperature of the concrete as it is placed below 90° F. 3.04 OPENING TO TRAFFIC: A. Opening to traffic, including Contractor's vehicles, will not be permitted until the compressive strength of 6" dia. x 12" cylinders is at least 3,000 Ib. per square inch. B. All joints in the pavement shall be cleaned and sealed prior to opening the street(s) to traffic of any kind. C. Opening to traffic shall not constitute final acceptance. 3.05 COMPLETION OF WORK: A. When traffic is allowed upon the pavement, the Contractor shall begin remaining work and clean up. All streets and sidewalks shall be finished and opened to the public as soon as practicable. B. Contractor shall notify the Engineer if weather conditions make it difficult to use Class M concrete, when specked. 3.06 FINISH: A. Walk/Trail — medium broom finish B. Shelter Slab — light broom finish C. Restroom Floor — light broom finish at S c Y � •.may C7% rn s cn 02520-3 SECTION 02900 LANDSCAPING PART1-GENERAL 1.01 SUMMARY: A. Plantings (trees, shrubs, seed and sod), including soil preparation, finish grading, landscape accessories and maintenance. 1.02 QUALITYASSURANCE: A. The fitness of all plantings shall be determined by the Engineer and/or the City Forester with the following requirements: 1. Nomenclature: Scientific and common names shall be in conformity with U.S.D.A. listings and those of established nursery supplies. 2. Standards: All trees must conform to the standards established by the American Association of Nurserymen. B. The Contractor shall repair or replace all plantings which, in the judgment of the Engineer and/or City Forester, have not survived and grown in a satisfactory manner for a period of one year after City Council acceptance of the project. 1.03 SUBMITTALS: A. Certify that all plantings are free of disease and insect pests. Certificates shall be submitted to the Engineer and/or City Forester. B. Submit certification of seed mixtures, purity, germinating value, and crop year identification to the Engineer. 1.04 DELIVERY, STORAGE AND HANDLING: A. Protect all plantings in transit to site to prevent wind burning of foliage. B. Set all balled and burlapped trees and shrubs, which cannot be planted immediately, on ground and protect with soil, wet peat moss or other acceptable material, and water as required by weather conditions. C. Keep container grown trees and shrubs, which cannot be planted immediately, moist by adequate watering. Water before planting. o o -C =rn r r CA 02900-1 — PART 2•PRODUCTS 2.01 TREES AND SHRUBS: A. Trees and shrubs shall be vigorous, healthy, well -formed, with dense, fibrous and large root systems and free of insect or mechanical damage. B. All trees and shrubs, except those specified as container grown, shall be balled in burlap with root ball formed of firm earth from original and undisturbed soil. At a minimum, 80% of all plantable containers shall be removed during planting. C. All trees shall display the following form and branching habits: 1. Free of branches to a point at 50% of their height. 2. Contain a minimum of six (6) well placed branches, not including the leader. D. Trees shall be measured when branches are in their normal position. Caliper measurement shall be taken at a point on the trunk six inches (6") above ground. E. Trees which have no leader or have a damaged or crooked leader, or multiple leaders, unless specified, will be rejected. Trees shall be freshly dug. 2.02 SEED: *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but 02900-2 Minimum Proportion Lbs./ Lbs./ Mix by Weight Acre 1,000 sq.ft. -� URBAN MIX* -- Kentucky Blue Grass 70% 122.0 x.801 = 'fl:40 Perennial Rygrass (fine leaf variety) 10% 18.0 Creeping Red Fescue 20% 35.0 ` Q.80 - RURAL MIX* Kentucky 31 Fescue 54% 25 30.67 Switchgrass (Black Well) 17% 8 0.18 Alfalfa (Northern Grown) 11% 5 0.11 Birdsfoot Trefoil (Empire) 9% 4 0.09 Alsike Clover 9% 4 0.09 *A commercial mix may be used upon approval of the Engineer if it contains a high percentage of similar grasses. 2.03 SOD: A. Grass and sod established, nursery grown Kentucky or Merion Bluegrass sod, vigorous, well rooted, healthy turf, free from disease, insect pests, weeds and other grasses, stones, and any other harmful or deleterious matter. B. Sod harvested by machine at uniform soil thickness of approximately one inch but 02900-2 not less than 3/4 of an inch. Measurement for thickness excludes top growth and thatch. Prevent tearing, breaking, drying or any other damage. 2.04 LIME AND FERTILIZER: A. Ground agriculture limestone containing not less than 85 percent of total carbonates. B. Fertilizer shall contain the following percentages by weight or as approved by Engineer: Nitrogen" - 15% Phosphorus - 15% Potash - 15% 'At least 50 percent of nitrogen derived from natural organic sources of ureaform. N O PART 3 - EXECUTION p -+ 3.01 PLANTING TREES AND SHRUBS: A. Planting Season and Completion Date: c� r 1. Trees: Spring –March 30 through May 15 - - Fall – Sept. 18 through Nov. 18 ' cn 2. The Contractor may plant outside the limits of such dates with permission of the City Forester. The City Forester may stop or postpone planting during these dates if weather conditions are such that plant materials may be adversely affected. B. The planting shall be performed by personnel familiar with the accepted procedures of planting and under the constant supervision of a qualified planting supervisor. C. Tree and shrub placement shall be as shown on the plans. D. Contractor shall inform the City Forester of the starting date and location. All planting soil must be approved by the City Forester before use. E. Excavate with vertical sides and in accordance with following requirements: Excavate tree pits to a minimum of two feet greater in diameter than root ball of tree and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 2. Plant shrubs in pits 12 inches greater in width than diameter of root ball or container and sufficiently deep to allow for a minimum of 6 inches of planting soil mixture below root ball. 3. Do not use auger to excavate planting pits. F. Set trees and shrubs in center of pits, align with planting plan, plumb and straight and at elevation where top of root ball is one inch lower than surrounding finished 02900-3 grade after settlement. G. Compact topsoil mixture thoroughly around base of root ball to fill all voids. Cut all burlap and lacing and remove from top one-third of root ball. Do not pull burlap from under any root ball. Backfill tree and shrub pits halfway with planting soil mixture and thoroughly puddle before further backfilling tree or shrub pit. Water tree or shrub again when backfill operation is complete. H. Rake bed area smooth and neat. Mulch all tree pits and shrub beds with a minimum of three inches of hardwood mulch which has been approved by the City Forester. 3.02 PLANTING SOIL MIXTURE: A. Backfill material for plantings shall be a mixture of 2/3 loose friable topsoil and 1/3 clean sand. All backfill shall have a uniform appearance and shall be looFA, friable, and free of hard clods and rock over two inches in diameter. C-- c 3.03 SEED, FERTILIZE, LIME AND MULCH. A. Apply lime by mechanical means at rate of 3,000 pounds per acre< -o B. Apply fertilizer at rate of 450 pounds per acre. r r C. Seed Areas: ` rn 1. Remove weeds or replace loam and reestablish finish grades if any delays in seeding lawn areas allow weeds to grow on surface or loam is washed out prior to sowing seed. This work will be at the Contractor's expense. 2. Sow seed at rate of 175 pounds per acre on calm day, by mechanical means. Sow one-half of seed in one direction, and other one-half at right angles to original direction. 3. Rake seed lightly into loam to depth of not more than '/.-inch and compact by means of an acceptable lawn roller weighing 100 to 150 pounds per linear foot of width. 4. Hydro -seeding may be used upon approval of the Engineer D. Water lawn area adequately at time of sowing and daily thereafter with fine spray until germination, and continue as necessary throughout maintenance and protection period. E. Seed during approximate time periods of April 1 to May 15 and August 15 to September 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. F. All areas requiring mulch shall be mulched as soon as seed is sown and final rolling is completed. Mulch shall be evenly and uniformly distributed and anchored into the soil. The application rate for reasonably dry material shall be approximately 1'/2 tons of dry cereal straw, two tons of wood excelsior, or two tons of prairie hay per acre, or other approved material, depending on the type of material furnished. All accessible mulched areas shall be consolidated by tilling with a mulch stabilizer, and slope areas shall be tilled on the contour. Crawler -type or dual -wheel tractors shall be used for the mulching operation. Equipment shall be operated in a manner to minimize displacement of the soil and disturbance of the design cross section. 02900-4 G. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.04 SOD: A. Install sod not more than 48 hours after cutting. Stake all sod as necessary to prevent erosion before establishment. B. Apply lime by mechanical means at a rate of 3,000 pounds per acre. C. Apply fertilizer at a rate of 450 pound per acre. D. Remove weeds or replace loam and reestablish finish grades if thgsrr are any delays in sodding. d J E. Rake area to be sodded. `= F. Roll sod to establish smooth, uniform surface. =rc-> rn :<rn G. Water area adequately at time of sodding and continue as nerry fyoug Qol maintenance period. cn H. Sod during approximate time periods of April 1 to May 15 and August 15 to October 15, and only when weather and soil conditions are suitable for such work, unless otherwise directed by the Engineer. Apply additional care as necessary to ensure a hearty stand of grass at the end of the one-year maintenance period. 3.05 MAINTENANCE- ALL PLANTINGS: A. Begin maintenance immediately and continue maintenance until final acceptance of work. Water, mulch, weed, prune, spray, fertilize, cultivate and otherwise maintain and protect all plantings. B. Maintain sod and seed areas at maximum height of 2'/ inches by mowing at least three times. Weed thoroughly once and maintain until time of final acceptance. Reseed and refertilize with original mixtures, watering, or whatever is necessary to establish, over entire area, a close stand of grasses specked, and reasonably free of weeds and undesirable grasses. C. Reset settled trees and shrubs to proper grade and position, and remove dead material. D. All plantings shall be guaranteed for a period of one year after by City Council acceptance of the project. E. The Contractor shall supply all water for planting and maintenance. Water may be obtained at the Contractor's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. 02900-5 FILED 2011 AN -G PM 4: 51 = o_ CITY CLERK IV A CITY, I01NA > THIS PAGE INTENTIONALLY LEFT N 0 V C r ` 1 cn ti CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 03 11 13 CONCRETE FORMWORK PART 1 —GENERAL 1.1 SUMMARY A. This Section includes form materials, water stops, and accessories required to form cast -in-place concrete and maintain structural integrity until stripping. 1.2 RELATED SECTIONS A. Section 03 20 00 - Concrete Reinforcing N o B. Section 03 30 00 — Cast -In -Place Concrete 1.3 REFERENCES A. American Concrete Institute: 1. ACI 117 - Standard Specifications for Tolerances for Concrete - Construction and Materials. s 2. ACI 301 - Specifications for Structural Concrete. 3. ACI 318 - Building Code Requirements for Structural Concrete. 4. ACI 347 - Guide to Formwork for Concrete. B. American Forest and Paper Association: 1. AF&PA - National Design Specifications for Wood Construction. C. State of Iowa - Statewide Urban Design and Specifications latest edition. 1.4 QUALITY ASSURANCE A. Perform work in accordance with ACI 301. ACI 318. and ACI 347. B. For wood products furnished for work of this Section, comply with AF&PA. C. Design, engineer, and construct formwork, shoring, and bracing to meet code requirements so that resultant concrete conforms to required shapes, lines, and dimensions. PART 2 — PRODUCTS 2.1 FORM MATERIALS A. Forms where concrete is exposed to view after construction: 1. Plywood: Smooth finish exterior grade at least 5/8 -inch thick. 2. Glass Fiber Fabric -Reinforced Plastic Forms: Matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to tolerances and with the appearance of a finished concrete surface. HBK ENGINEERING CAST -IN-PLACE CONCRETE FORMWORK 03 11 13-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 3. Steel: Minimum 16 gauge, well matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to tolerances and with the appearance of finished surfaces. Forms where concrete is not exposed to view after construction: 1. Plywood: Exterior grade plywood at least 5/8 -inch thick. 2. Steel: Minimum 16 gauge, well matched, tight -fitting, and stiffened to support the weight of concrete without deflection detrimental to tolerances. 2.2 FORMWORK A. Form Ties: Snap -off metal of adjustable length, cone type, and free of defects that will leave holes no larger than 1 inch in diameter in the concrete surface. B. Form Release Agent: Colorless material which will not stain concrete, absorb . . moisture, or impair natural bonding. N O C. Chamfered Strips: Wood strips having 3/4 -inch by 3/4 -incl ross-SSctional dimensions. -c>_n c PART 3 - EXECUTION {� 3.1 EXAMINATION c s r A. Verify lines, levels, and centers before proceeding with formwork. � ify dimensions agree with Contract Drawings. B. Verify that dowel reinforcement extending into new concrete will fit properly in new formwork. If dowels will not fit properly, request instructions from the Design Professional. 3.2 FORMWORK CONSTRUCTION A. Construct all formwork in accordance with ACI 301 and ACI 347. B. Formwork shall be constructed to correct shape and dimensions as indicated C. All formwork shall be mortar -tight, braced, and of sufficient strength to maintain shape and position during concrete placement operations. D. Camber forms to compensate for fresh -concrete weight deflections during concrete placement. E. Construct formwork to allow proper erection sequence and to facilitate dismantling without damage to concrete surfaces. Install chamfer strips on all external corners exposed to view. G. Provide temporary openings in formwork to facilitate cleaning and inspection. HBK ENGINEERING CAST -IN-PLACE CONCRETE FORMWORK 03 11 13-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 H. Form Ties: 1. Use sufficient strength and quantity to prevent spreading of forms during concrete placement. 2. Space ties equidistant, symmetrical, and aligned vertically and horizontally. Earth Forms: 1. Unless otherwise approved by the Design Professional, use of earth forms shall be limited to grade beam construction. 2. Cut earth forms neatly and accurately. 3. Earth form widths shall be nominally 2 inches wider than widths indicated. 4. In locations where earth form trenching results in excessive side sloughing, install plywood side forms. J. Use plywood or steel forms for concrete surfaces that are to be damp proofed. 3.3 FORM CLEANING o A. o Clean forms as the erection of formwork proceeds. B. Flush with water or use compressed air to remove all foreignhaagter.c� (� C. In cold weather conditions, remove snow and ice from form s!- as= 3.4 FORM RELEASE AGENT; cn A. Apply form release agent on formwork in accordance with manufacturers recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces are indicated to receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Keep form release agent from entering any freshwater source. 3.6 FORMED OPENINGS A. Install formed openings to dimensions as indicated. B. Provide other formed openings as required for coordination with work of other sections. 3.6 INSERTS AND EMBEDDED ITEMS A. Install inserts and embedded items level and plumb. B. Secure inserts and embedded items from movement during concrete placement. HBK ENGINEERING CAST -IN-PLACE CONCRETE FORMWORK 03 11 13-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 C. Anchor bolts: 1. Install to dimensions as indicated with tolerance of±1/8 inch. 2. Secure as required. Under no circumstances shall anchor bolts be welded to adjacent reinforcing bars. D. Install inserts and embedded items as required for coordination with work of other sections. E. Do not embed wood or uncoated aluminum in concrete. 3.7 PRE -CONCRETE PLACEMENT A. Prior to concrete placement, perform a formwork checkout as follows: 1. Verify horizontal and vertical positions of formwork. 2. Correct misaligned or misplaced forms. 3. Verify forms are properly supported. 4. Install support wedging and bracing as needed. B. Prior to placement, perform a formwork cleanout as follows: 1. Clean forms of all chips, sawdust, and other debris. 2. Thoroughly blow out forms with compressed air just prior to concrete placement. 3.8 FORM REMOVAL A. Do not remove forms or form bracing until concrete has achieved time in place per Item B. o O v B. Unless otherwise specified or unless a concrete break showin °/0 designed strength, forms shall remain in place in accordance *t'0heTollow'wgn Member Description Time In Place Durat'rn Slab Shoring 7 days � ZC Slab Forms 5 days :�E :3Z r Wall or Column Forms 3 days yr rn where "Time in Place Duration" is defined as the period of time after placement during which the temperature of the concrete surface is above 50 degrees F. C. Loosen forms carefully. Minimize damage to all concrete surfaces not exposed to view. D. For form removal on exposed -to -view concrete, do not use pry bars, hammers, or other tools that will result in damage to concrete surfaces. If exposed -to -view concrete is damaged by form removal, the Contractor shall repair it at his expense. 3.9 FORM RE -USE A. Thoroughly clean all forms that are to be re -used. Inspect for damage. HBK ENGINEERING CAST -IN-PLACE CONCRETE FORMWORK 03 11 13-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Do not re -use wood formwork more than two times for concrete surfaces exposed to view. C. Do not re -use formwork having damaged faces or edges for concrete surfaces exposed to view. 3.10 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. Tolerances: Construct formwork to produce completed concrete surfaces within construction tolerances specified in ACI 117. 3.11 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Notify Design Professional after placement of reinforcing steel in forms, but prior to placing concrete. C. Schedule concrete placement to permit formwork inspection before placing concrete. END OF SECTION N _4 F5 .a r.._ • m 1> cn :s HBK ENGINEERING CAST -IN-PLACE CONCRETE FORMWORK 0311 13-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1 — GENERAL 1.1 SUMMARY A. This Section includes reinforcing steel and required supports for cast -in-place concrete. 1.2 RELATED SECTIONS A. Section 03 11 13 — Concrete Formwork B. Section 03 30 00 — Cast -in -Place Concrete 1.3 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 315 - Details and Detailing of Concrete Reinforcement. 3. ACI 318 - Building Code Requirements for Structural Concrete. B. ASTM International 1. ASTM A497 - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 2. ASTM A615 - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. C. American Welding Society: 1. AWS D1.4 - Structural Welding Code - Reinforcing Steel. D. Concrete Reinforcing Steel Institute: No 1. CRSI - Manual of Standard Practice. o —+ 2. CRSI - Placing Reinforcing Bars. c C-- 1.4 SUBMITTALS 1.4 (� r— �m r'n A. Section 01 33 23 - Submittals Q B. r Shop Drawings: Indicate bar sizes, spacings, locations, and quarrtities q% reinforcing steel and welded wire fabric, bending and cutting schedules, and supporting and spacing devices. C. Certificates: Submit AWS qualification certificate for welders employed on the work. 1.5 QUALITY ASSURANCE A. Perform work in accordance with CRSI - Manual of Standard Practice. B. Conform to ACI 301 and ACI 315. HBK ENGINEERING CONCRETE REINFORCEMENT 03 20 00-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 PART 2 — PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: Unless otherwise specified, ASTM A615, 60-ksi yield grade; deformed billet steel bars, unfinished. B. Welded Steel Wire Fabric: ASTM A497 Deformed Type; in flat sheets; unfinished. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 -gauge annealed type. B. Chairs, bolsters, bar supports, and spacers shall be sized and shaped for strength and support of reinforcement during placement of concrete. C. Chairs, bolsters, and spacers shall be bright basic finish, except finish shall be plastic protected for exposed surfaces. 2.3 FABRICATION A. Fabricate concrete reinforcement in accordance with CRSI Manual of Practice, ACI 315, and ACI 318. B. Fabricate as required to achieve concrete cover as specified. C. Unless otherwise indicated, minimum reinforcing splice lengths (in inches) shall be as follows: Bar Size Top Bar Other BarCD N o #3 25 19 C— #4 33 25 a #5 41 31 n < � �-- #6 49 37 — C+ #7 71 54 <m '� M #8 81 62 0 ;K r $� #9 91 70 #10 102 79 #11 113 87 where a top bar is defined as any horizontal bar having more than 12 inches of concrete under the bar. D. Locate reinforcing splices not indicated on the Contract Drawings at points of minimum stress. Indicate location of splices on the shop drawings. HBK ENGINEERING CONCRETE REINFORCEMENT 03 20 00-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 PART 3 — EXECUTION 3.1 PLACEMENT A. Place, support, and secure reinforcement against displacement in accordance with CRSI - Placing Reinforcing Bars. ro B. Do not displace or damage vapor retarders. O C. Accommodate placement of formed openings. D. Maintain concrete cover around reinforcement as follows: Item Cover Beams 1-1/2 inches Supported Slabs and Joists 3/4 inch Column Ties 1-1/2 inches Walls (Exposed to Weather or 2 inches Backfill) cil Concrete Formed Against Earth 3 inches E. Bond and ground reinforcement in accordance with requirements of NEC most recent edition. END OF SECTION HBK ENGINEERING CONCRETE REINFORCEMENT 03 20 00-3 ro O v �r m -o N cil \r HBK ENGINEERING CONCRETE REINFORCEMENT 03 20 00-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 03 30 00 CAST -IN-PLACE CONCRETE PART 1 — GENERAL 1.1 SUMMARY A. This Section includes cast -in-place for foundations, walls, and slabs. 1.2 RELATED SECTIONS A. Section 03 11 13 - Concrete Formwork 1.3 B. Section 03 20 00 - Concrete Reinforcement A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 304 - Guide for Measuring, Mixing, Transporting and Placing Concrete. 3. ACI 305 - Hot Weather Concreting. 4. ACI 309 - Guide for Consolidation of Concrete. 5. ACI 318 - Building Code Requirements for Structural Concrete. B. ASTM International: 1. ASTM C31 - Making and Curing Concrete Compression and Flexure Test Specimens in the Field. 2. ASTM C33 - Standard Specification for Concrete Aggregates. 3. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 4. ASTM C150 - Standard Specification for Portland Cement. 5. ASTM C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 6. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 7. ASTM C494 - Standard Specification for Chemical Admixtures Concrete. o 8. ASTM D1752 -Standard Specification for Preformed Sp4.z Fibber Mn Cork Expansion Joint Fillers for Concrete Paving and SketalraI= —� Construction. � 1.4 SUBMITTALS A. Section 01 33 23 - Submittal Procedures: Submittal procedures} B. Submit product data for specified products. C. Submit manufacturers' installation instructions for specified products. D. Mix Design: 1. Submit concrete mix design for each concrete mix to be used. Submit separate mix designs when admixtures are required for the following: HBK ENGINEERING CAST -IN-PLACE CONCRETE 03 30 00-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project a. Hot and cold weather concrete work. b. Air -entrained concrete work. C. Super plasticizer. 2. Identify mix ingredients and proportions, including admixtures. E Concrete placement plans. 1.5 QUALITY ASSURANCE A. Perform work in accordance with ACI 301 and ACI 318. 16-1234 B. To prevent concrete inconsistency due to material source differences, acquire cement materials and aggregate materials from same sources throughout the project duration. 1.6 CONCRETE PLACEMENT PLANS A. Contractor shall prepare and submit for review a Concrete Placement Plan for major concrete pours. B. Each Concrete Placement Plan shall address the following: 1. Contingency for concrete delivery in the event of batch plant failure, roadway blockage, or other interruption. 2. Schedule including date of placement, estimated duration of placement, and number of workers for each craft. 3. Contingency for equipment failure (i.e. vibrators, pumping trucks, etc.) C. Contractor shall submit all Concrete Placement Plans at least two weeks prior to the scheduled pours. No major pours shall be performed without an approved Concrete Placement Plan. PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type V - Sulfate Resistant Portland type. N 0 B. Fine and Coarse Aggregates: ASTM C33. on D� C. Water: Clean and not detrimental to concrete. x 2.2 ADMIXTURES �rn rn A. Air Entrainment: ASTM C260. �= �� r v D Cd1 B. Chemical: ASTM C494 Type A - Water Reducing. —+ C. Other admixtures as approved by the Design Professional. HBK ENGINEERING CAST -IN-PLACE CONCRETE 03 30 00-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 2.3 OTHER MATERIALS 16-1234 A. Bonding Agent: Five Star Bonding Adhesive (Five Star Products Inc.) or Weld - Crete (Larsen Products Corporation). B. Dowel Epoxy: Five Star RS Anchor Gel (Five Star Products Inc.) or Sikadur Epoxy Adhesive (Sika Corporation). C. Curing Agent: ESTM C309, Type 1. For hot weather conditions, use ASTM C309, Type 2, as approved by the Design Professional. D. Expansion Joint Filler: ASTM D1572, pre -molded cork. E. Expansion Joint Sealant: Sikaflex-1c SL (Sika Corporation) or approved equal. F. Dampproofing: Dehydratine 4 (Tamms Industries Inc.) or approved equal. 2.4 CONCRETE MIX REQUIREMENTS N o A. Mix 1 Requirements: 0 1. Compressive Strength (28 Day): 4,000 psi. 2. Maximum Coarse Aggregate: 1 inch.tn C 1% M,4. 3. Minimum Coarse Aggregate: No. 4.�m -o Slump: 1-4" .y s 0 5. Maximum Water -Cement Ratio: 0.45. ==::%; 6. Air Entrainment: 6 percent, ±1 percent. v Ln B. Proportion concrete mixes in accordance with ACI 318, Chapter 5. C. If mix proportions are to be determined by trial mixture methods, cylinder testing shall be performed by an accredited testing laboratory. D. Submit all proposed mix designs for Design Professional review at least 48 hours prior to first concrete placement. No concrete shall be placed without Design Professional review. E. Admixtures: 1. Retarding admixtures may be used in hot weather conditions, but only when approved by the Design Professional. PART 3 EXECUTION 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. See Section 03200 - Concrete Reinforcement. B. Verify anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with placing concrete. HBK ENGINEERING CAST -IN-PLACE CONCRETE 03 30 00-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 3.2 MIXING AND DELIVERY A. Mix and deliver concrete in accordance with ASTM C94 and ACI 304. Proportions shall be in accordance with concrete mix design. Water added to concrete having a slump below the specified minimum shall be done so at the Contractor's risk. If additional water results in concrete slump above the specified maximum, concrete shall be rejected. 3.3 PRE -CONCRETE PLACEMENT A. Prepare formwork in accordance with Section 03100 - Concrete Forms and Accessories prior to concrete placement. B. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. C. In locations where new concrete is doweled to existing, drill holes in existing concrete, and install dowels using dowel epoxy. D. If concrete is to be poured against earth, earth shall be unfrozen, dewatered, and otherwise properly prepared. E. Slab Screeds: 1. Set screeds to correct elevation for concrete slabs and levels for finish on slabs. 2. Screeds shall be set as required for slope to floor drains or as indicated. 3. If screeds are disturbed during concrete placement, re-establish correct screed elevations. 4. Set screeds so that surface flatness is less than 1/4 inch in 10 feer�. ca F. Screed Supports. C4� 1. For concrete over vapor retarder, use cradles, pads, or ofhUiScrJWd supports to prevent puncture of the vapor retarder. C-) r 2. Staking through the vapor retarder is not permitted. 3.4 PLACING CONCRETE rrI r , • / 1t r A. Place concrete in accordance with ACI 301 and ACI 304. cn 1J B. Notify Design Professional minimum 24 hours prior to all concrete placements. C. Ensure reinforcement, inserts, embedded parts, and formed expansion and contraction joints are not disturbed during concrete placement. D. Maintain reinforcing steel cover per Section 03200 - Concrete Reinforcement. E. Place concrete continuously between pre -determined control and construction joints. Do not interrupt successive placement; do not permit cold joints to occur. HBK ENGINEERING CAST -IN-PLACE CONCRETE 03 30 00-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 G. Consolidate all concrete by vibration, spading, rodding, or forking. Consolidation shall be performed in conformance with ACI 309. H. Perform hot weather concrete placement in accordance with ACI 305. Perform cold weather concrete placement in accordance with ACI 306. J. Provide 1/2 -inch thick expansion joint fillers at all locations where slabs -on grade meet other vertical concrete surfaces. Filler shall extend from bottom of slab to within 1/2 inch of finished slab elevation. K. Saw cut joints within 12 hours after placing. Use 3/16 -inch thick blade, cut into 1/4 depth of slab thickness or 1/2 inch maximum. 3.6 FINISHING OF FORMED SURFACES A. All formed concrete surfaces not exposed to view shall have rough -form finish B. All formed concrete surfaces exposed to view shall have smooth -form finish. C. Rough -Form Finish: Patch tie holes and defects. Chip or rub off fins exceeding 1/2 inch in height. Leave surfaces with texture imparted by the forms. 0 D. Smooth -Form Finish: Patch tie holes and defects. Remove all finscgedjng 1/8 inch in height. Leave surfaces with texture imparted by the forces 3.6 FINISHING OF UNFORMED SURFACES --in �rn rn. rn A. All interior slabs shall have a troweled finish. =x r B. All exterior slabs shall have a broom finish. C. All equipment foundation top surfaces shall have a floated finish in areas between anchor bolts and broom finish in areas outside of anchor bolts. D. Floated Finish: 1. Place, consolidate, strike off, and level concrete eliminating high spots and low spots. 2. After bleed water sheen has disappeared and surface has stiffened, begin floating with hand float, bladed power float, or powered disk float. 3. Re -float slab as required to obtain uniform texture. E. Troweled Finish: 1. Float finish surface. 2. Power trowel surface. 3. Hand trowel until trowel produces a ringing sound during strokes F. Broom Finish: 1. Float finish surface. 2. Strike surface with coarse broom transverse to traffic direction for the slab. 3. Trowel slab edges to width of 4 inches. HBK ENGINEERING CAST -IN-PLACE CONCRETE 03 30 00-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 G. Surface flatness for all unformed surfaces shall be 1/4 inch in 10 feet. 3.7 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure concrete in conformance with one of the following methods: 1. Moist Formwork: Leave forms in place for seven days. Keep formwork moist during this time. 2. Moist Surface: Maintain concrete surface moisture by spraying, soaker hoses, sprinklers, or saturated mats for seven consecutive days. 3. Curing Agent: Apply agent to concrete immediately after forms are removed. For slabs, apply when slab has obtained sufficient set to allow foot traffic. D. If hot weather or cold weather conditions exist during concrete placement, special efforts shall be made to assure adequate concrete curing. These efforts shall be performed in conformance with ACI 305 and ACI 306. E. N Protect finished work under provisions of Section 01700 - Execution c' Requirements. E3 c> L _ c_ 3.8 FIELD QUALITY CONTROL r; �-G cn s A. Field testing will be performed in accordance with ACI 301. :[rn -o rn t. B. Provide free access to work and cooperate with testing agency%^ .c =' cn C. Maintain records of placed concrete items. Record date, location of pouH quantity, air temperature, and test samples taken. D. Prepare six test cylinders for every 75 or less cubic yards of concrete placed each day. Cylinders shall be prepared in accordance with ASTM C31. E. One slump test shall be taken for each set of test cylinders taken. 3.9 PATCHING A. Allow Design Professional to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Design Professional upon discovery. C. Patch imperfections in accordance with ACI 301. HBK ENGINEERING CAST -IN-PLACE CONCRETE 03 30 00-6 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 3.10 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances, or specified requirements. B. Repair or replace defective concrete in accordance with ACI 301. 3.11 DAMPPROOFING A. Apply in accordance with manufacturer's recommendations. B. Apply to following surfaces: 1. Underground vaults and manholes. END OF SECTION N Q C � n Cly M S} CA J HBK ENGINEERING CAST -IN-PLACE CONCRETE 03 30 00-7 FILED 1017 JUN -6 PM 4: 57 0 r - CITY CLERK ° IM7A CITY. FILED 2011 JU'd -5 Pt -1 4: 57 CITY CLERK IOWA CITY, i0viA a w J LU Q a N _ ~ J a 0 P: z Y z m w z CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 04 22 00 CONCRETE UNIT MASONRY PART 1 —GENERAL 1.1 SUMMARY A. Section includes concrete masonry unit work as shown and specified. Work includes: 1. Architectural concrete masonry exterior single wythe walls and exterior veneer facing. 2. Exterior back-up walls for exterior wall masonry veneer facing. 3. Reinforced concrete unit masonry walls. 4. Interior partitions. 5. Installation of reinforcement, anchors, ties, flashing, insulation, and related masonry accessories. 6. Installation of anchor bolts, bearing plates and loose steel angle lintels. 7. Installation of wood blocking and nailers. o 1.2 RELATED SECTIONS �`—G �n A. Section 04 42 00 — Exterior Stone Cladding -er �_� m 1.3 REFERENCES A. American Concrete Institute (ACI):cn 1. ACI 530-05/ASCE 5-05/TMS 402-05 'Building Code Requirements -for Masonry Structures." 2. ACI 530.1-05/ASCE 6-05frMS 602-05 "Specification for Masonry Structures" B. American Society for Testing and Materials (ASTM): 1. ASTM C33-03 "Concrete Aggregates." 2. ASTM C55-06 "Concrete Building Brick." 3. ASTM C90 -06b "Load -Bearing Concrete Masonry Units." 4. ASTM C140-03 "Sampling and Testing Concrete Masonry Units and Related Units." 5. ASTM C331-05 "Lightweight Aggregates for Concrete Masonry Units." 6. ASTM C426-06 'Test for Drying Shrinkage of Concrete Block." 7. ASTM C1072-00 "Measurement of Masonry Flexural Bond Strength." 8. ASTM E514-04 "Water Penetration and Leakage Through Masonry." C. National Concrete Masonry Association (NCMA). 1. TEK Manual for Concrete Masonry Design and Construction, TEK Bulletins 1.4 SUBMITTALS A. Product Data: Submit manufacturer's product data for each type of concrete masonry unit required. HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Shop Drawings: Submit shop drawings for masonry lintels/bond beams C. Samples: When requested, submit exposed standard concrete masonry material samples for color and texture review D. Certificates: Submit manufacturer's certification that each type of concrete masonry units comply with specified requirements, including type, grade, curing, _ moisture content and performance requirements. E. Submit qualification data to demonstrate masonry installer's capabi fts and experience. Include list of completed projects with project narges, ad&esseS.., telephone numbers, names of Engineers and Owners, and oif3e�rjnfnatio 1r�� specified. co' C7% F. Submit written plan for cold weather construction and masonnin.% procedures if requested by Owner. :< 4 1.5 QUALITY ASSURANCE - A. Unit masonry standard: Comply with ACI 530-05/ASCE 5-05/TMS 402-05 "Building Code Requirements for Masonry Structures; ACI 530.1-05/ASCE 6- 05/TMS 602-05 "Specification for Masonry Structures and related Commentaries. Contractor's supervisory personnel shall be thoroughly familiar with this material as it applies to this project. B. Unit Masonry Producer Qualifications: Producer shall be a member in good standing of the National Concrete Masonry Association (NCMA). C. Integral Water Repellent Concrete Masonry Producer Qualifications: A firm certified in writing by manufacturer as a licensed or approved applicator who has successfully completed a minimum of three projects similar in size to the requirements for this project within the past 3 years. D. General: Appoint at least one experienced and skilled supervisory mason who shall be present at all times and direct work performed under this Section. Supervisor shall be thoroughly familiar with design requirements, type of materials being installed, referenced standards, and other requirements. 1. Use skilled masons for cutting and placing of unit masonry. In acceptance or rejection of installed unit masonry, no allowance will be made for lack of workmen's skill. 2. Comply with applicable codes, regulations, and standards. Where provisions of applicable codes, regulations, and standards conflict with requirements of this Section, the more demanding shall govern. Consult other trades and make provisions to permit installation of their work in a manner to avoid cutting and patching. Build in work specified under other Sections, as necessary, and as work progresses. F. Pre -Construction Conference: Before commencing masonry construction and associated work, meet at project site, or other mutually agreed location, with Installer, installers of related work, and other entities concerned with masonry HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 performance, including (where applicable) Engineer and Owner's representative. Record discussions and agreements and furnish copy to each participant. Provide at least 72 hours' advance notice to participants prior to convening pre - construction conference. G. Concrete unit masonry construction: Comply with National Concrete Masonry Association (NCMA) "TEK Bulletins," and as specified. 1. NCMA TEK Bulletin 3-1 C "All Weather Concrete Masonry Construction." 2. NCMA TEK Bulletin 3-2A "Grouting for Concrete Masonry Walls." 3. NCMA TEK Bulletin 3-3A "Reinforced Concrete Masonry Construction." 4. NCMA TEK Bulletin 7-1A "Fire Resistance Rating of Concrete Masonry Assemblies." 5. NCMA TEK Bulletin 8-2A "Removal of Stains from Concrete Masonry Walls." 6. NCMA TEK Bulletin 10-1A "Crack Control in Concrete Masonry Walls." 7. NCMA TEK Bulletin 10-26 "Control Joints for Concrete Masonry Walls." 8. NCMA TEK Bulletin 14-4A "Strength Design of Concrete Masonry." 9. NCMA TEK Bulletin 19-4A "Flashing Strategies for Concrete Masonry Walls." 10. NCMA TEK Bulletin 19-5A "Flashing Details for Concrete Masonmwalls." K. Provide each type of masonry unit from a single manufacturing sourge t6';jansure 77 uniform texture and color for continuous and visually related items.-< I (— } Gl 1.6 DELIVERY, STORAGE AND HANDLING =z A. Deliver, store and handle masonry materials to prevent damage and soiling. n B. Deliver architectural, special and "Green Product Certified" concrete masonry units to the jobsite on banded wood pallets with manufacturer's recommended unit protective covers. 1. Store pallets in single -stacks on level ground. Cover stacks with waterproof tarpaulin coverings to protect from inclement weather. C. Inspect masonry units upon delivery to ensure color match with required materials and accepted sample mock-up panel. D. Stack all masonry units in a dry place off the ground on pallets or a prepared plank platform. Method of stacking shall be acceptable to Engineer. Protect with non -staining covering arranged to allow air circulation around and above masonry units. E. Exercise particular care in the storage, handling and installation of masonry units. Exposed concrete masonry is utilized as a 'finish material." Do not build soiled or damaged masonry units into the work. 1.7 PROJECT CONDITIONS A. Do not use metal reinforcements or ties coated with loose rust or other coatings, including ice, which will reduce or destroy bond. HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Protect partially completed masonry against weather damage and moisture at end of each day or shutdown and when work is not in progress. 1. Cover tops of walls not enclosed or sheltered with strong, waterproof, non -staining membrane. Extended membrane at least 2'-0" down both sides of walls and hold securely in place. 2. Rotate and flip scaffolding boards each day to prevent mortar staining C. Brace unsupported and newly -laid masonry walls. Maintain bracing in place until building structure provides permanent bracing. D. Cold and Hot Weather Construction: Provide cold and hot weather masonry construction as required by ACI 530. 1 /ASCE6/TMS 602. E. Cold Weather Construction: Comply with IMIAWC recommended practices and guide specifications for cold weather masonry construction. 1. Precondition masonry materials to maintain minimum 50 degrees F. temperatures when installed. 2. Protect masonry from freezing when the outside air temperature is 40 degrees F. and falling. Heat materials and provide temporary protection of completed portions of masonry work. Comply with governing codes and NCMA "TEK Bulletin 3-1C." 3. No masonry work will be permitted when outside air temperature is below 25 degrees F. except when enclosures, supplemental heat and insulating blankets are provided and with Engineers's approval of cold weather procedures and protection. 4. Do not use frozen materials or materials mixed or coated with ice or frost. 5. Do not build on frozen work. Remove and replace masonry work damaged by frost or freezing. 6. Protect completed masonry work against freezing for not less than four days after laying. Maintain minimum 50 degrees F. temperature on both sides of masonry for not less than 72 hours. Hot Weather Requirements: Protect unit masonry work when temperature and humidity conditions produce excessive evaporation of water from mortar and grout. Provide artificial shade and wind breaks and use cooled materials as required. Do not apply mortar to substrates with temperatures of 100 degrees F and above. G. Masonry Construction Tolerances: Comply with masonry construction tolwpnces as required by ACI 530.1. -� -J H. Construction Tolerances: ~' 1. Variation from plumb: For vertical lines and surfaces of columns, walls and arises do not exceed 1/4" in 10'-0", or 3/8" in a story Height n6fto exceed 20'-0", nor 1/2" in 40'-0" or more. For external conU.-rsiexpansio i j joints, control joints and other conspicuous lines, do not exceed 1 t4" in cj any story or 20'-0" maximum, nor 1/2" in 40'-0" or more. '• 2. Variation from level: For lines of exposed lintels, sills, parapets arfdbther conspicuous lines, do not exceed 1/4" in any bay or 20'-0" maximum, nor 3/4" in 40'-0" or more. HBK ENGINEERING CONCRETE UNIT MASONRY 0422004 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 3. Variation of linear building line: For position shown in plan and related portion of columns, walls and partitions, do not exceed 1/2" in any bay or 20'-0" maximum, nor 3/4" in 40'-0" or more. 4. Variation in cross-sectional dimensions: For columns and thickness of walls, from dimension shown, do not exceed minus 1/4" nor plus 1/2". Load application after building masonry columns, piers or walls: 1. Do not apply uniform design floor or roof loading for at least 12 hours. 2. Do not apply concentrated loads for at least three days. J. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Remove immediately any grout, mortar, and soil that comes in contact with such masonry. 1. Protect base of walls from rain -splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. 2. Protect sills, ledges, and projection from mortar splatter and dropping. 3. Protect surfaces of windows and door frames; as well as similar products with painted and integral finishes from mortar splatter and droppAg. K. Split masonry coursing at heads and sills of openings and cut cofF esonry� coursing less than 4" in height not permitted. t PART 2 - PRODUCTS1' C7� s; 2.1 CONCRETE MASONRY MATERIALS t'J � A. Aggregate: ASTM C33 normal weight aggregate, except as indicated. Cinder aggregate not permitted. 1. Nonload-bearing exterior walls/interior partitions: ASTM C331 "Solite" or "Haydite" expanded shale lightweight aggregate. 2. Exposed exteriorfinterior units: Washed crushed limestone coarse aggregate and washed limestone sand. B. Cement: ASTM C 150, Type required C. Water Repellent Admixture: Krete Industries "Krete HQ Plus" or an approved equal integral water repellent & admixture for concrete masonry units and associated mortar used in masonry exposed to exterior 1. Water resistance: ASTM E 514. 2. Flexural Bond Strength: Pass for full wall; ASTM E 72 or C 1072. 3. Fully dispersible in water. D. Color Pigment: Natural or synthetic iron oxides manufactured specifically for use in concrete masonry units; products by Davis Colors, Bayer, DCS, or an approved equal. 1. Color(s) as selected by Engineer. E. Cleaning Materials: Not harmful to masonry work or adjacent materials. Products by ProSoCo, Inc. or an approved equal HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 2.2 CONCRETE MASONRY UNITS 16-1234 A. Concrete Masonry Units: Comply with ASTM C 90 and as follows: 1. Unit Compressive Strength: Provide units with minimum average net -area compressive strength as shown on the drawings of 2000 psi. 2. Normal weight. 3. Linear shrinkage: Not to exceed 0.065 percent, ASTM C426. 4. Exposed Faces: Manufacturer's standard color and texture, unless otherwise indicated. B. Provide modular dimension, standard concrete masonry units, nominal 8" high x 16" long (7-5/8" x 15-5/8" actual), except as otherwise indicated; thickness as shown on the drawings. C. Special shapes: 1. Provide closures, jamb units, headers, lintels, bond beams and special shapes required. 2. Provide standard manufactured sizes or cut full size units for fractional course height and lengths. 3. Provide control joint units or jamb units to receive control joint fillers as required. 4. Provide two -core type masonry units where required to receive vertical reinforcing. 5. Provide exposed external corners and edges 1" radius bullnosed, except as otherwise indicated. 2.3 MASONRY MORTAR AND ACCESSORIES A. Mortar and fine grout: 1. Water Repellent Mortar Admix: Krete Industries "Admix-Krete Gard Mortar MV' a. Comply with manufacturer's instructions for mixing -and mortar preparation. 0 B. Accessories, reinforcement, anchorages and flashings: c _ PART 3- EXECUTION �n <m -o 3.1 EXAMINATION A. Examine substrates, structure and installation conditions. Do not proceed wA concrete masonry work until unsatisfactory conditions have been corrected. B. Installation constitutes acceptance of existing conditions and responsibility for satisfactory performance. 3.2 PREPARATION A. Do not wet concrete masonry units. HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-6 rn 0 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Establish lines, levels and coursing. C. Establish, lines, levels and coursing. Verify anchors and flashings are correctly located and installed. D. Coordinate masonry work with installation of all associated building utilities to be installed under this contract. Masonry alterations and cuts shall be coordinated and verified with Owner and Design professional. 3.3 INSTALLATION A. Match coursing, bonding, color and texture of new concrete unit masonry work with existing masonry work. Provide special patterns and coursing where indicated. B. Layout walls in advance for accurate spacing of surface bond patterns, with uniform joint widths and to properly locate openings, movement type joints, returns and offsets. Avoid the use of less than half-size units at corners, jambs and other locations. C. Lay up walls plumb and true to comply with specified tolerances. Provide corners and angles square, with courses level, accurately spaced and coordinated with other work. Use double lines at multiple wythe walls. D. Pattern bond: Lay exposed concrete unit masonry in running bond with vertical joint in each course centered on units in courses above and below. Bond and interlock each course of each wythe at corners. Do not use units with less than 4" of horizontal face dimensions at corners or jambs. 1. Install special units where shown. 2. Lay center scored concrete masonry units with courses staggered so joints on alternate courses will appear at the midpoint of the 8" x 8" faces. 3. Provide bullnose units at all exposed outside 90 degree corners. E. Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells. Bed webs in mortar in starting course on footings, load bearing walls, all courses of piers, columns and pilasters and where adjacent to cells or cavities to be reinforced or filled with concrete or grout. Maintain 3/8" joint widths, except for minor variations required to maintain bond alignment. N F. Lay solid concrete masonry units with completely filled bed and head joi8$; butter ends with sufficient mortar to fill head joints and shove int"!pce.pb notes slush head joints. --- c- -4 n� 1 G. Compress and cut joints flush for masonry walls that are below gide, c6ncealid or covered by other materials. = i n r1l _7 X H. Tool joints in all exposed masonry work to a concave joint, includingg res that are accessible but not considered exposed, such as elevator shafts, craw spaces and pipe spaces. 1. Exterior scored units: Provide tooled joints horizontal and vertical at exterior scored concrete masonry units. HBK ENGINEERING CONCRETE UNIT MASONRY 042200-7 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 2. Interior scored units: Rake horizontal and vertical joints at interior scored concrete masonry units. Depth to match scored joint depth. 3. Rake vertical joints at interior masonry partitions abutting vertical structural framing members for application of joint sealants. Remove masonry units disturbed after laying; clean and reset in fresh mortar. Do not pound corners at jambs to fit stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar and reset in fresh mortar. J. Step back unfinished work adjoining new work. Rack back 1/2 unit length in each course; do not tooth. Clean exposed surfaces of set masonry and remove loose masonry units and mortar before laying fresh masonry. K. Provide interlocking masonry bond in each course at corners and intersecting walls. L. Load-bearing walls: If carried up separately, provide rigid steel anchors spaced not more than 2'-0" on center vertically. Embed ends in mortar filled cores.: Build full height of story to underside of structure. Grout juncture with structure solid with grout. M. Nonload-bearing walls: Build full height of story to underside of structure, except as otherwise shown. Terminate full height nonload-bearing walls one joint thickness below the structure to allow for deflection of the structural element without loading the wall. Provide an open joint for application of joint sealant. N. As the work progresses, build in items specified under this and other Sections of the specifications. Fill in solidly with masonry around built-in items. 1. Bed hollow metal frame anchors in mortar. Align anchors with joint coursing. Draw anchors tight and fill space between hollow metal frames and masonry solid with fine mortar grout. 2. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath in the joint below and rod grout into core. 3. Provide solid masonry bearing for all lintels, beams, joists, plates and load-bearing members. a. Provide solid masonry units or hollow units filled solid. b. Minimum one block course under steel angle lintels and stdd joists not bearing on bond beams. —' ,,.71 C. Minimum two block courses under steel beams and -steel b&m lintels. Where beams and lintels are parallel with waW eril-solid. bearing to walls, extend solid bearing 16" each side i�c nterhne of beam. --I rn 4. Take particular care to embed all conduits and pipes with cc rate masonry without fracturing exposed shells and to fit units around'switaih, receptacle and other boxes set in walls. Where electric condlik, outlets, switch boxes and similar items occur, grind and cut units before buildHg in services. 5. Install anchors, reglets and nailers for flashing and related work built into masonry work. HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-8 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 6. Install reinforcing steel and concrete fill/ mortar grout where indicated. Comply with drawing details for reinforcing steel size and spacing. O. Cavity walls: 1. Maintain cavity clean of mortar droppings during construction. Strike joints facing cavity flush. 2. Masonry walls: Tie exterior masonry veneer wythe to masonry back-up with adjustable metal ties secured to joint reinforcement built into masonry back-up walls. 3. Concrete walls: Tie exterior masonry veneer wythe to back-up with individual metal ties secured to dovetail anchor slots cast in concoe back-up. 4. Space ties 16" on center vertically and horizontally. 5. Install cavity wall insulation as work progresses. Bond with(3'd"sivoo exterior face of interior walls. Seal vertical and horizontal joicrts�vith % adhesive. -.0 Q P. Veneer walls: 1. Masonry walls: Tie exterior masonry veneer wythe to back-up wittier individual metal ties built into masonry back-up walls.e 2. Concrete walls: Tie exterior masonry veneer wythe to back-up with individual metal ties secured to dovetail anchor slots cast in concrete back-up. 3. Wood framed walls: Tie exterior masonry veneer wythe to back-up with individual metal ties nailed to wood stud wall framing. 4. Metal framed walls: Tie exterior masonry veneer wythe to back-up with individual metal ties screwed to metal wall framing. 5. Space ties 16" on center vertically and horizontally. Q. Horizontal joint reinforcing: Provide continuous joint reinforcing at all concrete masonry walls as follows: 1. In every second block course, 16" on center vertically, full height of wall and every block course where shown on the drawings. 1. In the first two bed joints immediately above and below all openings so that it extends a minimum of 24" beyond opening each way. 2. In the bed joints of the first and second courses below the bearing line in bearing walls when wall receives uniformly distributed floor or roof loads. 3. In bed joints below bond beams. 4. Lap reinforcement a minimum of 6" and full width at corners and intersections or use special fabricated sections. 5. Cut or interrupt joint reinforcement at vertical control or expansion joints, unless otherwise indicated. 6. Prefabricated metal joint reinforcement shall not be used as wall ties in multiple wythe walls, except for composite wall construction and two adjacent tiers of concrete block. 7. Fully embed side rods in mortar. R. Anchoring masonry work: Provide anchoring devices of the type shown and specified. 1. Anchor masonry to structural members where masonry abuts or faces such members to comply with the following: HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-9 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 a. Provide an open space not less than 1/2" width between masonry and structural member. Keep open space free of mortar or other rigid materials. b. Anchor masonry to structural members with metal ties embedded in masonry joints and attached to the structure. Provide anchors with adjustable tie sections. Space anchors not more than 24" on center vertically and 36" on center horizontally. 2. Anchor veneers to concrete structural members with dovetail anchors. S. Joints should be field located vertically at ONE end of each door lintel. See NCMA-TEK Bulletins Nos. 10-1A and 10-2B for additional information. Rake out mortar, if any, and form continuous vertical joints in masonry construction to receive joint sealant at the locations listed below. Verify locations with Ebineer. Joint sealant should be Sonneborn NP -1 or approved equal. Locations ag� follows: o 0 a. Changes in wall height or thickness. b. Expansion joints in foundations, roof, and floors. rn C. Abutments with other construction. r -n d. Within 1/2 normal design spacing or less of: =;;r^� V e. Corners. Provide on both legs of corners. =% t f. Intersecting bonded walls. 09 T. Install bond beams where indicated. Comply with drawing details for reinforcing steel size and spacing. Fill bond beam masonry units solid with mortar. U. Lintels: Install loose steel lintels spanning each doorway. Lintels should be continuous steel plate and should span minimum of 8" past each door frame. Lintel should be %" thickness and 8" width. Set lintels in full bed of mortar. V. Flashing and weeps: 1. Install concealed through wall masonry flashing at all cavity and veneer wall sills, masonry openings in exterior walls with masonry above head, over all horizontal steel members built into masonry and elsewhere as indicated. Comply with NCMA recommendations for "drainage wall system" masonry construction. 2. Install concealed through wall flashing in accordance with SMACNA "Architectural Sheet Metal Manual" Chapter 4 Flashing and with NCMA TEK Bulletins 19-4A and 19-5A details to ensure water resistant masonry construction. Extend flashing beyond edge of lintels and sills at least 4" and turn up ends to form a pan. Seal all pan seams. Extend flashing vertically at least 8" and build into or anchor to back-up for a complete watertight installation. Seal top edge of flashing anchored to backup. Overlap flashing a minimum of 4" with building paper at framed walls with sheathing. 3. Flashing at corners shall be continuous. 4. Metal Flashing: a. Prepare masonry surfaces smooth and free from projections which might puncture flashing. Place through -wall flashing on bed of mortar and cover with mortar. HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-10 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Install bond beams where indicated. Install reinforcing before filling operation. Fill units solid with concrete fill. Comply with drawing details for reinforcing steel size and spacing. C. Reinforced concrete masonry walls: Install and align grout block units to provide continuous vertical voids in walls. Install reinforcing steel as work progresses. HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-11 b. Seal flashing penetrations with elastomeric joint sealant before covering with mortar. Extend flashing beyond face of wall and turn down to form a drip. Seal bottom edge of flashing with elastomeric joint sealant. C. Lap flashing joints minimum of 4" and seal laps with elastomeric joint sealant. 5. Flexible Membrane Flashing: a. Prepare masonry surfaces smooth and free from projections which might puncture flashing. Apply flashing manufacturer's recommended surface conditioner by spray, brush or roller at manufacturer's recommended rate. b. Precut flashing to easily handled lengths for each location. Remove release paper and place in proper position. Press firmly into place using a hand roller. Fully adhere flashing to substrate. C. Lap flashing joints a minimum of 2" and roll with a hand roller. d. Trim bottom edge 1/2 " back from exposed face of and seal to metal drip edge. e. Seal bottom edge of metal drip edge flashing with elastomeric joint sealant. f. Seal top edge, seams, cuts and penetrations with manufacturer's recommended mastic 6. Install weeps in head joints of final course of exterior masonry wythe above flashing. Space weeps maximum of 24" on center horizontally and located to avoid door openings. Install weeps at head joints with outside face of weep material held 1/8" from the finish face of masonry unit. 7. Install cavity fill on top of base flashing. Install a bed of mortar, conforming to the curve of the flashing, placed under the metal flashing. B. Install vents in head joints of final top course of exterior masonry veneer wythe. Install at head joints with outside face of vent material held 1/8" from the finish face of masonry unit. Space vents 24" on center horizontally. o 9 Install compressible joint material at lintels and horizontaLsteel manbers. —n Build in joint fillers and seal with elastomeric joint sealant.':,-, 3.4 REINFORCED CONCRETE MASONRY C� < ct% A. Fill scheduled wall and column masonry work. Fill all cores solidwl�hrmortGifill. 1. Where vertical reinforcing is required, install reinforcing before fllint- operation. Comply with drawing details for reinforcing steel size anq*, spacing. 2. Place fill in maximum 4'-0" vertical lifts. Recess top of fill minimum 1-1/2" below top of course to form a key with following lift. Comply with NCMA TEK Bulletins 3-2, 3-3A, and 14-2 recommendations for Low -Lift grouting. B. Install bond beams where indicated. Install reinforcing before filling operation. Fill units solid with concrete fill. Comply with drawing details for reinforcing steel size and spacing. C. Reinforced concrete masonry walls: Install and align grout block units to provide continuous vertical voids in walls. Install reinforcing steel as work progresses. HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-11 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 Use horizontal bars to position vertical bars. Fill grout block unit cores solid with concrete fill. 1. Place concrete fill in maximum 4'-0" vertical lifts. Recess top of fill minimum 1-1/2" below top of course to form a key with following lift. Comply with NCMA TEK Bulletins 3-2, MA and 14-2 recommendations. 2. Coordinate placement of reinforcement and concrete fill voids with cast - in -place concrete and precast concrete work to provide continuous vertical and horizontal reinforcement full height of walls. 3.5 REPAIR, POINTING AND CLEANING A. Clean and point exposed concrete masonry at end of each working day. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged. Provide new units to match adjoining units and install in fresh mortar pointed to eliminate evidence of replacement. During the tooling of joints, enlarge any voids or holes, except weeps and completely fill with mortar. Point up all joints at corners, openings and adjacent work to provide a neat, uniform appearance. Remove line pins and fill all line pin holes. C. In Progress Cleaning: Wipe off excess mortar as the work progresses. Dry brush with bristle brushes exposed masonry at the end of each day's work. Rerpgve mortar spatters and joint ridges. o =, =n c._ D. Final Cleaning: After mortar is thoroughly set and cured, clean exjfesed raMonry– as follows: I �"— Cn 1. Remove large mortar particles by hand with wooden paddle -#1d nonmetallic scrape hoes or chisels. _r*i 2. Test cleaning methods on sample wall panel; leave one-hafflb aryl uncleaned for comparison purposes. Obtain Engineer's apt val ot� sample cleaning before proceeding with cleaning of masonry. c» 3. Clean concrete masonry by cleaning method indicated in NCMA TEK 8- 2A applicable to type of stain present on exposed surfaces. 4. Proprietary cleaning agents: When approved for use by the Engineer: a. Protect adjacent stone and non -masonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. b. Wet wall surfaces with water prior to application of cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 5. Power Washing: When approved for use by the Engineer: a. Power wash exposed masonry with clean water using a wide flare nozzle and maximum of 25 psi pressure. END OF SECTION 04 22 00 HBK ENGINEERING CONCRETE UNIT MASONRY 04 22 00-12 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 04 42 00 EXTERIOR STONE CLADDING PART 1 —GENERAL 1.1 SUMMARY A. Section includes natural stone masonry fascia unit work as shown and specified Work includes: M1, 1. Stone fascia for restroom facility o 2. Stone fascia (alternate) for shelter columns o 1.2 RELATED SECTIONS �� r rn A. Section 04 22 00 — Concrete Unit Masonry�t�" -o 0 1.3 REFERENCES -J CIDI A. American Concrete Institute (ACI): 1. ACI 530-05/ASCE 5-05/TMS 402-05 "Building Code Requirements for Masonry Structures." 2. ACI 530.1-05/ASCE 6-05/TMS 602-05 "Specification for Masonry Structures" B. American Society for Testing and Materials (ASTM): 1. ASTM C33-03 "Concrete Aggregates." 2. ASTM C150-04 "Portland Cement." 3. ASTM C1072-00 "Measurement of Masonry Flexural Bond Strength." 4. ASTM E514-04 "Water Penetration and Leakage Through Masonry." 1.4 SUBMITTALS A. Product Data: Submit manufacturer's product data for each type of masonry unit required. B. Samples: When requested, submit exposed masonry material samples for color and texture review. D. Certificates: Submit manufacturer's certification that each type of concrete masonry units comply with specified requirements, including type, grade, curing, moisture content and performance requirements. E. Submit qualification data to demonstrate masonry installer's capabilities and experience. Include list of completed projects with project names, addresses, telephone numbers, names of Architects and Owners, and other information specified. F. Submit written plan for cold weather construction and masonry cleaning procedures if requested by Owner. 1.5 QUALITY ASSURANCE A. Unit masonry standard: Comply with ACI 530-05/ASCE 5-05/TMS 402-05 "Building Code Requirements for Masonry Structures; ACI 530.1-05/ASCE 6- 05/TMS 602-05 "Specification for Masonry Structures and related Commentaries. HBK ENGINEERING EXTERIOR STONE CLADDING 04 42 00-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 Contractor's supervisory personnel shall be thoroughly familiar with this material as it applies to this project. B. A firm familiar with installation of this masonry type (or similar stone product.) Owner and Engineer may request verification of at least three (3) similar projects completed with references. C. General: Appoint at least one experienced and skilled supervisory mason who shall be present at all times and direct work performed under this Section. Supervisor shall be thoroughly familiar with design requirements, type of materials being installed, referenced standards, and other requirements. 1. Use skilled masons for cutting and placing of unit masonry. In acceptance or rejection of installed unit masonry, no allowance will be made for lack of workmen's skill. 2. Comply with applicable codes, regulations, and standards. Where provisions of applicable codes, regulations, and standards conflict with requirements of this Section, the more demanding shall govern. D. Consult other trades and make provisions to permit installation of their work in a manner to avoid cutting and patching. Build in work specified under other Sections, as necessary, and as work progresses. E. Pre -Construction Conference: Before commencing masonry construction and associated work, meet at project site, or other mutually agreed location, with Installer, installers of related work, and other entities concerned with masonry performance, including (where applicable) Engineer and Owner's representative. Record discussions and agreements and furnish copy to each participant.. Provide at least 72 hours' advance notice to participants prior to conveninpre- construction conference. F. Provide unit from a single manufacturing source to ensure uniformctowhire and C` r color for continuous and visually related items. —+C--) �M -0 rn 2.0 PRODUCTS r Q A. Sawed Bed Veneer Limestone, Weber Stone Company, Anamosa; IA o B. Owner/Engineer approved equivalent 3.0 EXECUTION A. All applicable standard practices and execution required in section 04 22 00 shall apply for installation of this product. END OF SECTION 04 42 00 HBK ENGINEERING EXTERIOR STONE CLADDING 04 42 00-2 Division 08 Openings Division O V 0 O J rn r . CIl Division O V THIS PAGE INTENTIONALLY LEFT BLANK N a J rn cn 1-0 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 08 11 00 METAL DOORS & FRAMES PART 1 GENERAL 1.1 SUMMARY: A. Section Includes: Steel doors and frames including door louvers 1. 2 RELATED SECTIONS: At A. Section�s) related to this section include: .=1n 1. Section 08 71 00 Door Hardware firr', " -o �t 1.3 REFERENCES: y ao A. General: 1. Standards are listed for reference, including revisions by issuing authority, and form a part of this specification section to the extent indicated. Standards listed are identified by issuing authority, authority abbreviation, designation number and title. Standards subsequently referenced herein . are referred to by issuing authority abbreviation and standard designation. B. American Society for Testing and Materials (ASTM): 1. ASTM A568/A568M - Standard Specification for Steel, Sheet, Carbon, Structural, and High -Strength, Low -Alloy, Hot -Rolled and Cold -Rolled, General Requirements for. C. American National Standards Institute (ANSI): 1. ANSI/SDI A250.6 - Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames. 2. ANSI/SDI A250.8 - Recommended Specifications for Standard Steel Doors & Frames. 3. ANSI/SDI A250.11 - Recommended Erection Instructions for Steel Frames. D. National Fire Protection Association (NFPA): 1. NFPA 80 - Standard for Fire Doors and Other Opening Protectives. E. Steel Door Institute (SDI): 1. SDI -112 - Zinc -Coated (Galvanized/Galvannealed) Standard Steel Doors and Frames. 2. SDI -117 - Manufacturing Tolerances Standard Steel Doors and Frames. 3. SDI -124 - Maintenance of Hollow Metal Doors and Frames Hollow Metal Manufacturers Association (HMMA): 1. HMMA 840 - Installation and Storage of Hallow Metal Doors and Frames. 2. HMMA 861 - Guide Specifications for Commercial Hollow Metal Doors and Frames. HBK ENGINEERING HOLLOW METAL DOOR 0811 00-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 3. HMMA 840-TN01 - Painting Hollow Metal Products. 1.4 SUBMITTALS: A. Product Data: Provide manufacturer's standard catalog data for specked products. B. Shop Drawings: Show layout, profiles, product components, anchorages, accessories, and finish colors. Indicate door type, frame, steel, core, material thickness, mortises, reinforcements, exposed fastener locations, openings (glazed, paneled, or louvered), and hardware arrangements. Include schedule identifying each unit, with door marks or numbers referencing drawings. Coordinate approved shop drawings with related trades. C. Color Samples: Selection and verification samples for factory finished colors, and textures. D. Certificates: Product certificates signed by the manufacturer certifying material compliance with ANSI/SDI A250.8 (HMMA-861) fabrication requirements. E. Installation Instructions and installation tolerances: Manufacturer's printed installation instructions, if other than as specked in ANSI/SDI A250.11, HMMA 840, or NFPA 80. F. Operation and Maintenance Data: Include methods for maintaining installed products and precautions against cleaning materials and methods detrimental to,fjgishes and performance, if other than as specified in SDI -124. o C= 1.5 QUALITY ASSURANCE —tom �r rn A. Manufacturing Tolerances: Materials in this Section shall be fabrioaiato r (� maintain tolerances in compliance with SDI -117. - > cn Go B. Installer Qualifications: When requested, submit certificate indicating qualification by experience in performing work of this section and has specialized in installation of work similar to that required for this project. When requested, submit certificate indicating qualifications. C. Project Warranty: Refer to Contract Conditions for project warranty provisions. D. Manufacturer's Warranty: Submit, for Owner's acceptance, manufacturer's standard warranty document executed by authorized company official. Manufacturer's warranty is in addition to, and not a limitation of, other rights Owner may have under the Contract Documents. E. Manufacturer's Warranty Period: As indicated in manufacturer's standard catalog data for specified products. 1.6 DELIVERY, STORAGE, AND HANDLING HBK ENGINEERING HOLLOW METAL DOOR 081100-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 A. While unloading materials, contractor shall assure that an accurate comparison to shipping documents is kept. B. Examine all materials and store them in accordance with ANSI/SDI A250.8, HMMA 861. and HMMA 840. C. Store in manufacturer's original, unopened, undamaged containers, identification labels intact. D. Handle and store products according to manufacturer's recommendations published in technical materials. Leave products wrapped or otherwise protected and under clean and dry storage conditions until required for installation. Protect materials from exposure to harmful weather conditions and at temperature and humidity conditions recommended by manufacturer. F. Store doors protected at corners to prevent damage or marring of finish. Store doors in upright position under cover on building site on wood sills or o0oors in a manner to prevent rust and damage. ..n G. Store frames in upright position under cover on building site on woed silff or o� floors in a manner to prevent rust and damage. a+ fir' -a H. Do not store in non -vented plastic or canvas shelters. =c 1.7 COORDINATION AND PROJECT CONDITIONS t, cn ss A. Pre -installation Meetings: Conduct meetings to verify project requirements, substrate conditions, manufacturer's installation instructions, and quality requirements. Where required, Contractor shall verify actual openings by field measurements before fabrication; show recorded measurements on shop drawings. Coordinate field measurements and fabrication schedule with construction progress to avoid construction delays. C. Comply with manufacturer's ordering instructions and lead time requirements to avoid construction delays. PART 2 PRODUCTS 2.1 GENERAL A. MANUFACTURER 1. Amweld 2. Ceco 3. Steelcraft 4. Owner approved alternative LOCATION OF HARDWARE: HBK ENGINEERING HOLLOW METAL DOOR 081100-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 Unless otherwise specified, conform to recommendations of ANSI/SDI A250.6 and A250.8 for location of and preparation for locks, hinges, latches, push-pull plates and bars, exit devices, handle sets, closer reinforcing, roller latches, and arm pulls. C. OPENING SIZES 1. Opening sizes for doors and frames shall be as indicated in the door schedule. D. DESIGN CLEARANCES 1. All doors shall be undersized from frame opening sizes for head, jamb, and meeting stile clearances in accordance with NFPA-80, whether fire rated or not. 2. Design clearance at bottom (undercut as defined by HMMA-810 TN01) shall be 3/4" (19.6 mm) from bottom of frame unless noted otherwise in door schedule. E. MATERIALS 1. General Requirements for Doors and Frames: Comply with ANSI/SDI A250.6, ANSI/SDI A250.8, and SDI -117 (HMMA 841, HMMA 8,QJ). 2. Steel: Steel used for manufacturing of doors, frames, and pan shall comply with ASTM specifications as indicated in individqgl product descriptions. �..► �-< N 2. 2 METAL DOORS rn A. METAL DOORS RECOMMENDED DOORS USAGE AS FOLLO 1. Exterior Doors: a. COLD -ROLLED STEEL, Full Flush, 20 gage, Polystyrene t§re. B. LOUVERS IN STEEL DOORS 1. Construction: Provide insert type louvers with vision -proof inverted Y baffles, louver blades of 18 gage, and frames of 20 gage welded steel construction. 2. Fastening: Louvers shall be readily removable for finish painting, reversing hand, or replacement. 3. Louvers shall be factory installed. 4. Construction: Where indicated at Series 07LS or 07WE doors, provide inverted V blade louvers of 18 gage minimum welded securely to door faces so as to be integral with door construction and non -removable. 2.3 METAL FRAMES A. METAL FRAMES RECOMMENDED USAGE AS FOLLOWS: 1. Exterior Fames (K -D): a. Unequal rabbet frames, in 16 gage cold -rolled steel material. B. SIZES 1. Fabricate frames for 1 3/4" (45 mm) door thickness EXCEPT where indicated on details or door schedule. C. PROFILE HBK ENGINEERING HOLLOW METAL DOOR 0811 00-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 1. Unless otherwise shown on drawings, fabricate fames as unequal rabbetted with 2" (50.8 mm) flat faces and 5/8" (15.9 mm) stop height. D. SERIES UNEQUAL RABBET FRAMES: 1. Provide unequal rabbet, knocked -down frames at all locations specified unless noted or detailed otherwise: a. 16 gage cold -rolled steel. b. Assembly: 1) All frames are to be shipped K -D for field assembly by installer. 2) All frames are to be shipped K -D for field assembly by installer with all members marked and bundled together for each opening. 3) All frames are to be shipped welded at corners in accordance with HMMA 861. Faces shall be continuously welded internally or externally, filled, and ground smooth. Welds at tabs for positioning during welding process are at the manufacturer's option. Provide temporary shipping spreader welded to jambs at bottom. 2. Hardware Preparation: Mortise, reinforce, drill, and tap to receive specified mortise hardware; reinforce for specified surface hardware in accordance with HMMA 861 and definitions in ANSI/SDI A250.6. 3. Hinge reinforcement shall be 7 gage, minimum, 1-1/4 inch by 10 inch (32 by 254 mm) steel plates securely welded to rabbet, tapped for template hinges. 4. Reinforcing for other mortise hardware shall be 12 gage. Thinner material is permissible for mortised hardware (other than hinges) if the reinforcing is formed and the tapped holes are extruded to maintain depth. 5. Prepare strike jambs for three rubber silencers and double headers for two rubber silencers. Install plaster guards on applicable hardware cutouts. 6. Floor Anchors: Equip frames with one welded -in floor anchor per jamb. 7. Wall Anchors: a. Frames installed in new masonry shall have adjustable strap and stirrup anchors, T -strap anchors or wire anchors; not less than two for frame openings up to 60" (1524 mm), three up to 90" (2286 mm), or four up to 120" (3048 mm). b. Frames installed in stud partitions shall have steel anchors of suitable design securely welded to jambs not more than 18" (457 mm) from top or bottom and not more than 32" (813 mm) on center. C. Frames installed with anchor bolts shall have frame-soffits:dg'npled or countersunk for 3/8" (9.5 mm) bolts not more than 6" (152 mm)_. from top and bottom and not more than 26" (660 mm) on cehter. ° Bolts are provided by the installer as rough hardware �C r CrIl r-� 8. Painting: Treat to ensure prime paint adhesion; apply baked an gray primer to meet the requirements of ANSI/SDI A250.10. 7"j PART 3 - EXECUTION 3.1. EXAMINATION HBK ENGINEERING HOLLOW METAL DOOR 08 11 00-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 A. While unloading materials, assure that an accurate comparison to shipping documents is kept. B. Examine all materials and store them in accordance with ANSI/SDI A250.8 and HMMA 861. C. Before beginning installation, verify that substrate conditions previously installed under other sections are acceptable for installation of doors and frames in accordance with manufacturer's installation instructions and technical bulletins. D. Verify rough openings are properly sized, plumb, true, and level. E. Select fasteners of adequate type, number, and quality to perform intended functions. 3.2 INSTALLATION A. General: Verify swing, size, opening number, and any fire rating (or other) labels are correct. Install frames plumb, straight, and true, rigidly secured in place and properly braced; comply with ANSI/SDI A250.11 and manufacturer's instructions. B. Frame Installation Tolerances: Maintain accuracy of frame installation to the following tolerances: 1. Plumbness: Plus or minus 0.063 inch (1.6 mm) measured through a line intersecting corner of vertical members and the head to the floor. 2. Squareness: Plus or minus 0.063 inch (1.6 mm) measured through a line 90 degrees from one jamb at upper corner to opposite jamb. 3. Alignment: Plus or minus 0.063 inch (1.6 mm) measured on jambs, through a horizontal line parallel to plane of wall. ti 4. Twist: Plus or minus 0.063 inch (1.6 mm) measured at face -come r�a' of jambs, on parallel lines perpendicular to plane of wall. C-) c., C. Anchors: Install floor and wall anchors securely into frames (whepe�wOiip-I* r"' anchors are used). —lam rn D. Anchor Bolts: Secure and connections to adjacent construction usm�boli (rough hardware) suitable for the substrate. v ;� w E. Door and Hardware Installation: Install doors and hardware in accordance with hardware manufacturers' templates and instructions. Maintain correct operational clearances. F. Field Welds: Finish exposed field welds to present a smooth uniform surface; touch-up with rust inhibitive Direct to Metal (DTM) primer. G. Touch-up Painting: Touch-up exposed surfaces scratched or marred during shipment, installation, or handling and field prime scratches or bare edges with a rust inhibitive Direct to Metal (DTM) primer. 3.3 FINISH PAINT, ADJUST, AND CLEAN HBK ENGINEERING HOLLOW METAL DOOR 08 11 00-6 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 A. General Finish Paint Preparation: Before application of finish paint coat, ensure that surfaces are dry and free of dirt, oil, and dust. Assure that finish paint is a rust inhibitive Direct to Metal (DTM) formulation. B. Check for paint compatibility on a small area of doors and frames, or request small sections of primed doors or frames from the manufacturer. C. Finish Painting: Apply finish coat over clean, dry primer, complying with application instructions of finish coat manufacturer. D. Adjust hinges, locksets, closers, and other hardware. Lubricate using a suitable lubricant compatible with door and frame coatings. E. Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. F. Clean installed products in accordance with manufacturer's instructions before owner's acceptance. G. Remove from project site and legally dispose of construction debris associated with this work. 3.4 PROTECTION AND MAINTENANCE AFTER INSTALLATION A. Protect installed products and finished surfaces from damage during construction. B. Refer to SDI -124 for recommendations on maintenance prior to Project acceptance. N C-� END OF SECTION 08 11 00 -- c, —' �y ri -� -~ o Y cn HBK ENGINEERING HOLLOW METAL DOOR 08 11 00-7 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 08 71 00 1Z*ZH:a: ra zi 1101h7_V1 A PART1- GENERAL 1.1 SUMMARY A. Related Documents: 1. Drawings and general provisions of the Subcontract apply to this Section. 2. Review these documents for coordination with additional requirements and information that apply to work under this Section. B. Section Includes: 1. Provide hardware for hollow metal doors. C. Related Sections: 1. Division 08 11 00 Section Hollow Metal Doors and Frames. 1.2 REFERENCES A. General 1. The following documents form part of the Specifications to the extent stated. Where differences exist between codes and standards, the one affording the greatest protection shall apply. 2. Unless otherwise noted, the referenced standard edition is the current one at the time of commencement of the Work. B. Builders Hardware Manufacturers Association (BHMA). — ^; C. Door and Hardware Institute (DHI). D. Steel Door Institute (SDI). c, --I n M Rl 1.3 SUBMITTALS Y A. Submit under provisions of � B. Schedule: Identify each piece of hardware with opening number and manufacturer's name and catalog number. C. Product Data: Along with schedule, submit catalog cuts and Rem description for each item of hardware. Submit copies separately bound and referenced to hardware schedule. D. Shop Drawings: Indicate hardware locations and mounting heights. HBK ENGINEERING DOOR HARDWARE 0871 00-1 N CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 E. Certifications: Certification(s) by hardware supplier(s) that all hardware furnished for this Project is made of new material by the approved manufacturer, and that no remanufactured or retrofitted items are supplied. Samples: Submit samples of hardware for approval of function, design and finish. Samples will be returned to Subcontractor if requested. G. Closeout Submittals: Manufacturer's parts list and maintenance instructions for each type of hardware supplied and tools necessary for proper maintenance of hardware. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: 1. Access for Persons with Physical Disabilities: Comply with Requirements of California Building Code Chapter 11. B. Hardware Supplier: Recognized builders' hardware supplier with minimum five years successful experience in scheduling and furnishing hardware. 1.5 DELIVERY, STORAGE AND HANDLING A. Arrange work and secure delivery of hardware so that Work will progress without delay or interruption. B. Delivery: Deliver hardware in manufacturer's original packages, marked for intended opening and with hardware schedule Rem number. C. Pack complete with necessary screws, bolts, keys, instructions, and installation templates if necessary for spotting mortise tools. D. Upon delivery, furnish complete list of hardware for checking, clearly marked to correspond with each package and hardware schedule item number. Review list for completeness and accuracy. E. Template Hardware: Supply templates to door and frame manufacturers for proper and accurate sizing and locations of hardware cutouts. PART2- PRODUCTS 2.1 MANUFACTURERS A. Hinges: 1. McKinney (MC) 2. Hager 3. Bommer B. Mortise Locks: 1. Sargent (SA), 8200 Series, LNJ Design. 2. Corbin/Russwin, ML2000 Series, LWA Design. 3. Schlage, L Series, 03A Design. HBK ENGINEERING N GJ o =+ :-- n C= C-) -C r r*1 -0 M : O1 � clt DOOR HARDWARE 0871 00-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 C. Cylinders: 1. Schlage (SC) 2. No substitute. D. Push and Pulls: 1. Rockwood (RO) 2. Trimco E. Closers: 1. Sargent (SA), 351 Series. 2. Norton, 7500 Series. 3. LCN 4040XP Series 4. Supplier shall furnish all drop plates and mounting brackets as required for proper installation. 5. Furnish arm type as noted in hardware sets. 6. Install closers on side of door for least visibility, unless mounting is required for maximum door swing or protect closure from moisture or corrosive mate- rials. 7. Installer shall properly adjust all hydraulic and spring adjustments for proper operation of closer and door. 8. Contractor shall check and adjust all closers when mechanical systems are in operation. — �- 9. All closers shall have full plastic covers. : F. Automatic Operators: 1. Norton, 6000 Series. — 2. LCN 4260 Series 3. Supplier shall furnish all drop plates and mounting brackets asfegt'iredfpr proper installation. y cr1 4. Installer shall properly adjust all hydraulic, electrical and spring adjustmbfhs for proper operation of automatic operator and door. 5. Contractor shall check and adjust all automatic operators when mechanical systems are in operation. G. Protection Plates: 1. Trimco 2. Rockwood 3. Protection plates shall be fastened with countersunk, oval head screws. 4. Protection plates shall be beveled on all four sides. 5. Protection plate size as noted in hardware sets unless restricted by bottom rail of door. H. Overhead Stops and Holders: 1. Sargent (SA), 590 Series. 2. Rixson, 9 Series. 3. Rockwood. 19000 Series. 4. Supplier shall furnish any shims or brackets required for proper installation of overhead stops and holders. Wall and Floor Stops: 1. Rockwood HBK ENGINEERING DOOR HARDWARE 0871 00-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 2. Trimco 3. Wall bumpers shall have vandal resistant metal in base of rubber insert. J. Gasketing and Thresholds: 1. Pemko (PE) 2. Reese 3. Any weather-strip aluminum housing attached to metal surfaces shall be at- tached with self -drilling TEK screws. 4. Any weather-strip that is screw applied in aluminum housing shall have the end fastening screw be 1" or less from the end of the aluminum housing. The hole for this end fastening screw shall be drilled in field as required. K. Power Supplies: 1. Securitron (SN) L. Silencers: 1. All silencers for hollow metal frames shall be furnished and installed by frame supplier. 2. Silencers are not required at frames that have gasketing or weather-stripping installed. 2.2 GENERAL REQUIREMENTS FOR DOOR HARDWARE A Finishes: 1. Dull Chrome (US26D) or Brushed Stainless Steel (US32D) as noted in hard- ware sets.2. Closers shall be painted aluminum in color. a. Provide products that comply with the following: 1) Applicable provisions of Federal, State and Local Codes. 2) Electrical hardware shall be listed and classified by UL as suit- able for the purpose specified and indicated. 2.3 KEYING A. Locks and cylinders shall be keyed per owner's instructions. B. Supplier shall meet with owner's representative shall determine keying details and submit key schedule for approval. C. Furnish 10 copies of each master and Grand Master key and 4 copies per door of each change key. D. Stamp all keys as directed by owner's representative. E. Deliver all keys, with identifying tags, to owner or contractor per owrler's instructions. Person receiving keys to sign for them with a copy of receipt to be kept by the re- ceiver and supplier. PART 3 - EXECUTION M 3.1 EXAMINATION cn �D HBK ENGINEERING DOOR HARDWARE 0871 00-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 A. Inspect doors, frames and other surfaces to receive items of finish hardware and report any defects, which might adversely affect the installation and function of the hardware. B. Verify that power supply is available to power operated devices. C. Commencing work implies acceptance of surfaces as satisfactory. 3.2 COORDINATION A. Coordinate fabrication of work or material to receive hardware including doors and frames, internal reinforcement for door hardware, and conduit, wiring and electrical work required for electrically operated hardware items. No extra cost will be allowed because of changes or corrections necessary to facilitate the proper install2tion of hardware. E. Mounting Heights Above Finished Floor: 1. Hinges: a. Top: Frame manufacturer's standard, but not greater than 10 inches (250 mm) from head of frame to center line of hinge. b. Bottom: Frame manufacturer's standard, but not greater than 12-1/2 inches (318 mm) from floor to center line of hinge. C. Intermediate: Equally spaced between top and bottom hinges and from each other. 2. Locks and Latches: 38 inches (966 mm) to center line of lever. 3. Panic Exit Devices: Manufacturer's standard for device specified, subject to approval by LBNL. 4. Door pulls, Push -Pull Bars, Push Plates: 42 inches (1067 mm) to center of pull, bar or plate. 5. Comply with recommendations of BHMA for heights of items not indicated, subject to approval by LBNL. 3.4 ADJUSTMENT A. After air system has been balanced, qualified hardware suppliers or manufacturers' representatives shall inspect installation and make adjustments. 1. Adjust closers, locks, and critical operation hardware. HBK ENGINEERING DOOR HARDWARE 0871 00-5 3.3 INSTALLATION A. Install hardware specked under this Section. r -moo B. Install hardware in accordance with manufacturers' instructions and '`• recommendations. v1 t. C. Fit hardware prior to painting, then remove prior to painting doors and frames; reinstall after painting is complete. D. Accessibility: Comply with CBC for positioning requirements for accessibility. E. Mounting Heights Above Finished Floor: 1. Hinges: a. Top: Frame manufacturer's standard, but not greater than 10 inches (250 mm) from head of frame to center line of hinge. b. Bottom: Frame manufacturer's standard, but not greater than 12-1/2 inches (318 mm) from floor to center line of hinge. C. Intermediate: Equally spaced between top and bottom hinges and from each other. 2. Locks and Latches: 38 inches (966 mm) to center line of lever. 3. Panic Exit Devices: Manufacturer's standard for device specified, subject to approval by LBNL. 4. Door pulls, Push -Pull Bars, Push Plates: 42 inches (1067 mm) to center of pull, bar or plate. 5. Comply with recommendations of BHMA for heights of items not indicated, subject to approval by LBNL. 3.4 ADJUSTMENT A. After air system has been balanced, qualified hardware suppliers or manufacturers' representatives shall inspect installation and make adjustments. 1. Adjust closers, locks, and critical operation hardware. HBK ENGINEERING DOOR HARDWARE 0871 00-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 3.6 HARDWARE SCHEDULE 16-1234 A. Examine Drawings and Specifications and provide proper hardware for door openings, whether listed or not. Bring omissions to attention of LBNL prior to bid opening for instructions; otherwise, list will be considered complete; no extras will be allowed. B. Hardware Schedule: N u Hinges MK Electric Hinge MK Multi -Point Lack MK Cylinder SC GasketingNVeatherstripping PE Surface Overhead HoldedStop SA Thresholds PE Kickplates RO Auto Operator NO Power Supply Su Battery Backup Su SP3386 4-1/2'x 4-1/2" 2 SP3386QC104-1/2'x4-1/2' 1 FM8774-24v ETJ 1 20-001 1 S88D 1 CPC 599H 1 252x3AFG 1 k1050 10"x2" LOW 4BE CSK 1 6062 D 1 BPS -24-1 1 B-24-5 1 NOTE: Exit device electrically unlocked by the activation of the alarm horn or a timer furnished and installed by access control supplier. Door to be prewired to get power to the exit de- vice trim to unlock it. Auto Operator to be set in Push & Go mode. No actuators will be needed. Wiring by electrical contractor. END OF SECTION 08 71 00 HBK ENGINEERING DOOR HARDWARE 0871 00-6 N u art in 57) p HBK ENGINEERING DOOR HARDWARE 0871 00-6 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 THIS PAGE INTENTIONALLY LEFT BLANK HBK ENGINEERING DOOR HARDWARE 08 71 00-7 N O n� t r. - :<r G� t D cn w HBK ENGINEERING DOOR HARDWARE 08 71 00-7 N N C O .N E FILED 2nw11 JUN —G PIM 4: 59 N N CITY CE%K r_ 10';li CITY.10'+A ° .N O FILED 2017 JUid —6 I'M 4: 59 CITY CLUK 10 ""'Al CITY.IC'JA U. LU J W Q a ~ J a O z Y z m w z CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project SECTION 22 05 00 COMMON WORK RESULTS FOR PLUMBING PART 1 - GENERAL 1.1 DESCRIPTION A. Applicable provisions of Division 1 govern work under this section. B. This section applies to all Division 22 sections of plumbing. 1.2 REFERENCE STANDARDS 16-1234 A. Abbreviations of standards organizations referenced in this and other sections are as follows: AGA American Gas Association AMCA Air Movement and Control Association ANSI American National Standards Institute ARI Air Conditioning and Refrigeration Institute ASME American Society of Mechanical Engineers ASPE American society of Plumbing Engineers ASSE American Society of Sanitary Engineering ASTM American Society for Testing and Materials AWWA American Water Works Association AWS American Welding Society CISPI Cast Iron Soil Pipe Institute CGA Compressed Gas Association m EPA Environmental Protection Agency _-•� GAMA Gas Appliance Manufacturers Association IAPMO International Association of Plumbing & Mechanical Officials y IEEE Institute of Electrical and Electronics Engineers ISA Instrument Society of America MCA Mechanical Contractors Association NBS National Bureau of Standards NEC National Electric Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NSF National Sanitation Foundation PDI Plumbing and Drainage Institute SMACNA Sheet Metal and Air Conditioning Contractors' National Association. Inc. STI Steel Tank Institute UL Underwriters Laboratories Inc. 1.3 LEAD FREE REQUIREMENTS A. All materials that contact potable water shall be lead free. Lead free refers to the wetted surface of pipe, fittings and fixtures in potable water systems that have a weighted average lead content 50.25% per the Federal Safe Drinking Water Act as amended January 4th 2011 Section1417. B. This requirement applies to all of the subsequent Plumbing Specification Sections and Plumbing Drawings and supersedes any part or model number that may conflict with this requirement. HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 1.4 QUALITY ASSURANCE 16-1234 A. Substitution of Materials: Refer to Section GC - General Conditions of the Contract, Equals and Substitutions. B. All products and materials used are to be new, undamaged, clean and in good condition. 'Existing products and materials are not to be reused unless specifically indicated. C. Where equipment or accessories are used which differ in arrangement, configuration, dimensions, ratings, or engineering parameters from those indicated on the contract documents, the contractor is responsible for all costs involved in integrating the equipment or accessories into the system and for obtaining the intended performance from the system into which these items are placed. 1.6 CONTINUITY OF EXISTING SERVICES A. Do not interrupt or change existing services without prior written approval from the Owner's Project Representative. When interruption is required, coordinate scheduling of down-time with the Owner to minimize disruption to his activities. Unless specifically stated, all work involved in interrupting or changing existing services is to be_done 'ng normal working hours. C?.� "Ti rte- 1.6 PROTECTION OF FINISHED SURFACES _'I n rn A. Refer to Division 1, General Requirements, Protection of Finished Surfaces. rn -v 1.7 SLEEVES AND OPENINGS Y cn A. Refer to Division 1, General Requirements, Sleeves and Openings. `J 1.8 SEALING AND FIRESTOPPING A. Sealing and firestoppingg of sleeves/openings between piping, etc. and the sleeve or structural opening shall be the responsibility of the contractor whose work penetrates the opening. TThhe contractor responsibble shall hire individuals skilled in such work to do the sealing and fireproofing: Provide all fire stopping of fire rated penetrations and sealing of smoke rated penetrations in compliance with section 07 84 00 Fire Stopping. i(FZK�7�7�'i A. Comply with requirements of Iowa Administrative Code, Iowa Plumbing Code, Uniform Plumbing Code 2012, International Plumbing Code 2012 and International Building Code. 1.10 CERTIFICATES AND INSPECTIONS A. Refer also to Division 1, General Conditions, Permits, Regulations, Utilities and Taxes. B. Obtain and pay for all required State installation inspections except those provided by the Architect/Engineer. Deliver the originals of inspection certificates and test records to the Owner's Project Representative. Include copies of the certificates and test records in the Operating and Maintenance Instructions. 1.11 SUBMITTALS HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 A. Refer to Division 1, General Conditions, Submittals. B. Shop drawing submittals are to be bound, labeled, contain the project manual cover page and a material index list page showing item designation, manufacturer and additional items supplied with the installation. Submit for all equipment and systems as indicated in the respective specification sections, marking each submittal with that specification section number. Mark general catalog sheets and drawings to indicate specific items being submitted and proper identification of equipment by name and/or number, as indicated in the contract documents. Include wiring diagrams of electrically powered equipment. C. The specific items that will be required for submittals shall be coordinated with the DFD Project Representative, the A/E, and the General Prime Contractor for inclusion in the project submittal log. D. Submit sufficient quantities of data sheets and shop drawings to allow the following distribution: • Operating and Maintenance Manuals 2 copies 1.12 OPERATION AND MAINTENANCE DATA A. All operations and maintenance data shall comply with the submission and content requirements specified under section GENERAL REQUIREMENTS. B. In addition to the general content specked under GENERAL REQUIREMENTS supply the following additional documentation: 1. Records of tests performed a to certify compliance with system requirements 2. Manufacturer's wiring diagrams for electrically powered equipment 3. Certificates of inspection by regulatory agencies C� 4. Valve schedules jib 5. Lubrication instructions, including listffrequency of lubrication 6. Parts list for fixtures, equipment, valves and specialties. ,moo Manufacturer's installation, operation and maintenance recommendations for fixtures, equipment, valves and specialties. 8. Additional information as indicated in the technical specification sections 1.13 TRAINING OF OWNER PERSONNEL A. Instruct user agency personnel in the proper operation and maintenance of systems and equipment provided as part of this project. Include not less than_ hours of instruction, using the Operating and Maintenance manuals during this instruction. Demonstrate startup, operation and shutdown procedures for all equipment. All training to be during normal working hours. Video record all instructions and provide Owner with copy. 1.14 RECORD DRAWINGS A. Refer to Division 1, General Requirements, Record Drawings. HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 PART 2 — PRODUCTS 2.1 ACCESS PANELS AND DOORS A. PLASTER WALLS AND CEILINGS: r-> 1. 16 gauge frame with not less than a 20 gauge hinged door panel, prime coato steel for general applications, stainless steel for use in toilets, showers,tid sir -I r w¢r j'l areas, concealed hinges, screwdriver operated cam latch for genera! %�plit:ations' key lock for use in public or secured areas, UL listed for use in fire ratdd-�arfllions i required by the application. Use the largest size access opening possI@( _porisNten with the space and the item needing service; minimum size is 12" by 12 Q 2 IDENTIFICATION A. STENCILS: y `O 1. Not less than 1 inch high letters/numbers for marking pipe and equipment. B. ENGRAVED NAME PLATES: 1. White letters on a black background, 1/16 inch thick plastic laminate, beveled edges, screw mounting, Setonply Style 2060 by Seton Name Plate Company or Emedolite Style EIP by EMED Co., or equal by W. H. Brady. C. ADHESIVE LABELS: 1. Pressure -sensitive, adhesive backed, vinyl pipe markers with applicable labeling, %" min. size for lettering and surrounding tape on both ends. With flow arrows on piping. Conforming to ANSI, ANSI and NFPA standards. Seton Opti -Code, MSI, Brady or approved equal. Clean piping before application. D. SNAP -AROUND PIPE MARKERS: 1. One-piece, preformed, vinyl construction, snap -around or strap -around pipe markers with applicable labeling and flow direction arrows, %" min. size for lettering. Provide nylon ties on each end of pipe markers. Equal to Seton Setmark. E. VALVE TAGS: 1. Round brass tags with 1/2 inch numbers, 1/4 inch system identification abbreviation, 1-1/4 inch minimum diameter, with brass jack chains, brass "S" hooks or one piece nylon ties around the valve stem, available from EMED Co., Seton Name Plate Company, or W. H. Brady. F. UNDERGROUND WARNING TAPE: 1. Detectable underground warning tape, 5.0 mil overall thickness, 6" width, .0035' thick aluminum foil core with polyethylene jacket bonded to both sides. Color code tape and print caution along with name of buried service in bold letters on face of tape. Thor Enterprises Magnatec or equal by Carlton, MSI Marking Services, Seton. G. UNDERGROUND TRACER WIRE: HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 1. All underground non-metallic sewers/mains and water services/mains shall be provided with tracer wire installations. Tracer wire installations shall conform with Section 182.0716(2r) of Wisconsin Statutes and prevailing Department of Safety and Professional Services Chapter 384 requirements. Tracer wire shall be continuous solid copper or steel plastic coated with split bolt or compression -type connectors. 2.3 SEALING AND FIRE STOPPING A. FIRE AND/OR SMOKE RATED PENETRATIONS: 1. Provide all fire stopping of fire rated penetrations and sealing of smoke rated penetrations in compliance with section 07 84 00 "Fire Stopping". B. NON -RATED PENETRATIONS: 1. In exterior wall openings below grade, use a modular mechanical type seal consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the uninsulated pipe and the cored opening or a water -stop type wall sleeve. The operating bolts of the mechanical type seal shall be accessible from the interior of the building. 2. At pipe penetrations of non -rated interior partitions, floors and exterior walls, use urethane caulk in annular space between pipe insulation and sleeve. For ng13 rated drywall, plaster or wood partitions where sleeve is not required use ure_thane'cdulk in annular space between pipe insulation and wall material PART 3 — EXECUTION m 3.1 DEMOLITION m rT1 A. Perform all demolition as indicated on the drawings to accomplish new `.v!%ork. Where demolition work is to be performed adjacent to existing work that remains ka an oc&pied area, construct temporary dust partition to minimize the amount of contamination'f the occupied space. Where pipe is removed and not reconnected with new work, cap ends of existing services as if they were new work. Coordinate work with the Owner to minimize disruption to the existing building occupants. B. All pipe, fixtures, equipment, wiring and associated conduit, insulation and similar items demolished, abandoned, or deactivated are to be removed from the site by the Contractor except as specifically noted otherwise. All designated equipment is to be turned over to the user agency for their use at a place and time so designated. Maintain the condition of material and/or equipment that is indicated to be reused equal to that existing before work began. 3.2 EXCAVATION AND BACKFILL A. Perform all excavation and backfill work necessary to accomplish indicated plumbing systems installation. Excavate to bottom of pipe and structure bedding, 4" in stable soils, 6" in rock or wet trenches and 8" in unstable soil. Finish bottoms of excavations to true, level surface. B. Tunnel or remove sidewalk and curb in areas of excavation to the nearest joint. Remove pavements, curbs and gutters to neat and straight lines to the limits of removal. Make sawcut lines parallel to existing joints, or parallel or perpendicular to pavement edges to HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 form a neat patch. Carefully remove remaining pavement within the sawcut area. Leave existing base materials between the area disturbed by the work and the sawcut line undisturbed by the sawcutting, pavement removal, or pavement replacement processes. C. Strip topsoil from area to be excavated, free from subsoil and debris, and store for later respreading. D. At no time place excavated materials where they will impede surface drainage unless such drainage is being safely rerouted away from the excavation. E. Excavate whatever materials are encountered as required to place at the elevations shown, all pipe, manholes, and other work. Remove debris and rubbish from excavations before placing bedding and backfill material. F. Remove surplus excavated materials from site. G. Verify the locations of any water, drainage, gas, sewer, electric, telephone or steam lines which may be encountered in the excavation. Underpin and support all lines. Cut off service connections encountered which are to be removed at the limits of the excavation and cap. H. Provide and maintain all fencing, barricades, signs, warning lights, and/or other equipment necessary to keep all excavation pits and trenches and the entire subgrade area safe under all circumstances and at all times. No excavation shall be left unattended without adequate protection. I. Elevations shown on the plans are subject to such revisions as may be necessary to fit field conditions. No adjustment in compensation will be made for adjustments uptp two (2) feet above or below the grades indicated on the plans. c_ J. Install lines passing under foundations with minimum of 1-1/2 inch clearance to cor%rete� and insure there is no disturbance of bearing soil..— (1% K. Bed pipe up to a point 12" above the top of the pipe. Take care during beckfniv m compaction and backfill not to disturb or damage piping. -, L. Mechanically compact bedding and backfill to prevent settlement. The initia�mpaded lift to not exceed 24" compacted to 95% density per Modified Proctor Test (ASTM D� 1557). Subsequent lifts under pavements, curbs, walks and structures are not to exceed 12" and be compacted to 95% density per Modified Proctor Test. In all other areas where construction above the excavation is not anticipated within 2 years, mechanically compact backfill in lifts not exceeding 24" to 90% density per Modified Proctor Test. Route the equipment over each lift of the material so that the compaction equipment contacts all areas of the surface of the lift. 3.3 EQUIPMENT ACCESS A. Install all piping, conduit and accessories to permit access to equipment for maintenance and service. Coordinate the exact location of wall and ceiling access panels and doors with the General Prime Contractor, making sure that access is available for all equipment and specialties. Access doors in general construction are to be furnished by the Plumbing Contractor and installed by the General Prime Contractor. B. Provide color coded thumb tacks or screws, depending on the surface, for use in accessible ceilings which do not require access panels. HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-6 CITY OF IOWA CITY Happy Hollow Pari( Restroom and Shelter Replacement Project 3.4 COORDINATION 16-1234 A. Coordinate all work with other contractors prior to installation. Any work th* is not coordinated and that interferes with other contractor's work shall be removed oF,-t-A relocated at the installing contractor's expense. i B. Verify that all devices are compatible for the type of construction and surfa� s<pnJ> jbich they will be used. 3.5 IDENTIFICATION � A. Identify equipment in mechanical equipment rooms by stenciling equipment number add service with one coat of black enamel against a light background or white enamel against a dark background. Use a primer where necessary for proper paint adhesion. B. Where stenciling is not appropriate for equipment identification, engraved name plates may be used. C. Identify interior piping not less than once every 30 feet, not less than once in each room, adjacent to each access door or panel, and on both side of the partition where accessible piping passes through walls or floors. Place flow directional arrows at each pipe identification location. Use one coat of black enamel against a light background or white enamel against a dark background. D. Identify all exterior buried piping for entire length with underground warning tape except for sewer piping which is routed in straight lines between manholes or cleanouts. Place tape 6"-12" below finished grade along entire length of pipe. Extend tape to surface at building entrances, meters, hydrants and valves. Where existing underground warning tape is broken during excavation, replace with new tape identifying appropriate service and securely spliced to ends of existing tape. E. Identify valves with brass tags bearing a system identification and a valve sequence number. Identify medical gas and vacuum valves with brass tags and wall or cabinet mounted color coded engraved nameplate with the following "(Type of Gas) Shutoff Valve for (Location or Zone)". Valve tags are not required at a terminal device unless the valves are greater than ten feet from the device, located in another room or not visible from device. Provide a typewritten valve schedule and pipe identification schedule indicating the valve number and the equipment or areas supplied by each valve and the symbols used for pipe identification; locate schedules in mechanical room and in each Operating and Maintenance manual. Schedule in mechanical room to be framed under clear plastic. 3.6 SLEEVES AND OPENINGS A. Pipe penetrations in new poured concrete horizontal construction requiring F and T rating: Form opening using hole form or core drill opening. Alternatively provide cast in place fire stopping devices/sleeves. B. Pipe penetrations in new poured concrete horizontal construction requiring F rating but no T rating: Same as pipe penetrations in new poured concrete construction requiring F and T ratings except that schedule 40 steel sleeves may also be used. HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-7 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 C. Pipe penetrations in new poured concrete horizontal construction that do not require For T ratings: Provide schedule 40 steel pipe sleeve, form opening using hole form or core drill opening. D. Pipe penetrations in existing concrete floors: Core drill openings. E. Pipe penetrations through existing floors located in food service areas that do not require a T rating: Core drill sleeve opening large enough to insert schedule 40 sleeve, extend sleeve 2 Inches above the floor and grout area around sleeve with hydraulic setting, non - shrink grout. Size sleeve to allow Insulated pipe to run through sleeve and paint the sleeve. F. Where penetrating pipe or conduit weight is supported by floor, provide manufadllgred product or structural bearing collar designed to carry load. J --n 4 3.7 SEALING AND FIRE STOPPING A. FIRE AND/OR SMOKE RATED PENETRATIONS: 1. Provide all fire stopping of fire rated penetrations and sealing of smoke'pted O penetrations in compliance with section 07 84 00 Fire Stopping. cn B. NON -RATED PARTITIONS: r `0 1. In exterior wall openings below grade, assemble rubber links of mechanical seal to the proper size for the pipe and tighten in place, in accordance with manufacturer's instructions.. The bolt heads for the mechanical seal shall face the inside of the building to facilitate repair or replacement of the seal. 2. At all interior partitions and exterior walls, pipe penetrations are required to be sealed. Apply sealant to both sides of the penetration in such a manner that the annular space between the pipe sleeve or cored opening and the pipe or insulation is completely blocked. C. PENETRATIONS SUBJECT TO WATER INTRUSION: 1. For penetrations (both rated and non -rated) in floors subject to water intrusion or in rooms housing electrical equipment (but not within walls) provide one of the following: a. Pipe penetration where steel pipe sleeve is used extend steel sleeve 2" above the floor. b. Pipe penetration where cast in place fire stopping device/sleeve is used, extend device/sleeve 2" above the floor (provided it meets the device's UL listing). c. Pipe penetration where there is no steel sleeve or cast in place fire stopping device/sleeve, provide 2"x 2" x 1/8" galvanized steel angles fastened to floor surrounding the penetration or group of penetrations to prevent water from getting to penetration. Provide urethane caulk between angles and floor and fasten angles to floor minimum 8"on center. Seal corners water tight with urethane caulk. HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-8 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 d. Duct penetrations. Provide 2"x 2" x 1/8" galvanized steel angles fastened to floor surrounding the penetration or group of penetrations to prevent water from getting to penetration. Provide urethane caulk between angles and floor and fasten angles to floor minimum 8"on center. Seal corners water tight with urethane caulk. 2. Floors subject to water intrusion or rooms housing electrical equipment include the following locations: a. Laundries b. Restrooms c. Mechanical/Plumbing Equipment Rooms d. Electrical Equipment Rooms END OF SECTION 220500 HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-9 N d �— C �� � C-) M � � Q T> Ut a0 HBK ENGINEERING COMMON WORK RESULTS FOR PLUMBING 22 05 00-9 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 22 05 19 METERS AND GAGES FOR PLUMBING PIPING PART 1 -GENERAL In0a]*91.111i1Is] kiI A. This section describes the requirements for water meters and gages primarily used for troubleshooting the system and to indicate system performance. B. A complete listing of all acronyms and abbreviations are included in Section 22 05 11, COMMON WORK RESULTS FOR PLUMBING. N On J C 1.2 RELATED WORK a� A. Section 01 00 00, GENERAL REQUIREMENTS. as CD B. Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA AND SAMPLED un D. Section 22 05 11, COMMON WORK RESULTS FOR PLUMBING. 1.3 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. B. American Society of Mechanical Engineers (ASME): B40.100-2013 ....................... Pressure Gauges and Gauge Attachments B40.200-2008 ....................... Thermometers, Direct Reading and Remote Reading C. American Water Works Association (AWWA): C700-2009 ........................... Standard for Cold Water Meters, Displacement Type, Bronze Main Case C701-2012 ........................... Cold Water Meters -Turbine Type, for Customer Service C702-2010 ........................... Cold Water Meters — Compound Type C706-2010 ........................... Direct -Reading, Remote -Registration Systems for Cold -Water Meters D. Institute of Electrical and Electronics Engineers (IEEE): C2-2012 ............................... National Electrical Safety Code (NESC) E. International Code Council (ICC): IPC -2012 .............................. International Plumbing Code HBK ENGINEERING METERS AND GAUGES FOR PLUMBING PARKING 220519-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 F. National Fire Protection Association (NFPA): 70-2011 ............................... National Electrical Code (NEC) G. NSF International (NSF): 61-2012 ................................ Drinking Water System Components — Health Effects 372-2011 .............................. Drinking Water System Components — Lead Content 1.4 SUBMITTALS A. Submittals, including number of required copies, shall be submitted in accordance with Section 01. B. Information and material submitted under this section shall be marked "SUBMITTED UNDER SECTION 22 05 19, METERS AND GAGES FOR PLUMBING PIPING", with applicable paragraph identification. C. Manufacturer's Literature and Data including: Full item description and optional features and accessories. Include dimensions, weights, materials, applications, standard compliance, model numbers, size, and capacity. D. Operations and Maintenance manual shall include: 1. System Description. 2. Major assembly block diagrams. 3. Troubleshooting and preventive maintenance guidelines. 4. Spare parts information. E. Shop Drawings shall include the following: One line, wiring and terminal diagrams including terminals identified, protocol or communication modules, and Ethernet connections. 1.5 AS -BUILT DOCUMENTATION A. Submit manufacturer's literature and data updated to include submittal review comments and any equipment substitutions. HBK ENGINEERING METERS AND GAUGES FOR PLUMBING PARKING 220519-2 1. Water Meter.'_ 2. Pressure Gages.�. :<r- -0 m 3. Thermometers. --rn 4. Product certificates for each type of meter and gage. v � D. Operations and Maintenance manual shall include: 1. System Description. 2. Major assembly block diagrams. 3. Troubleshooting and preventive maintenance guidelines. 4. Spare parts information. E. Shop Drawings shall include the following: One line, wiring and terminal diagrams including terminals identified, protocol or communication modules, and Ethernet connections. 1.5 AS -BUILT DOCUMENTATION A. Submit manufacturer's literature and data updated to include submittal review comments and any equipment substitutions. HBK ENGINEERING METERS AND GAUGES FOR PLUMBING PARKING 220519-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Submit copies of complete operation and maintenance data updated to include submittal review comments, substitutions and construction revisions. Information explaining any special knowledge or tools the owner will be required to employ shall be inserted into the As -Built documentation. PART 2 — PRODUCTS 2.1 DISPLACEMENT WATER METER A. For pipe sizes (2 inches) and smaller, the water meter shall be displacement type, full size nutating disc, magnetic drive, sealed register, and fully conform to AWWA C700. Peak domestic flow shall be (34 gpm). The meter register shall indicate flow in U.S. gallons. B. The water meter shall be rated for use at temperatures ranging from -40 degrees F and 158 degrees F and operate at a working pressure of 150 psig. C. The meter case, bottom caps, and register box lids shall be constructed from cast bronze. D. The meter shall register plus or minus 3 percent of the water actually passing through it at any rate of flow within the normal test flow limits specified in AWWA 700. N O E. The water meter shall conform to //NSF 61// //and// //NSF 372//. c- 2.2 WATER METER STRAINER —1 7� I GN r A. All meters shall be fitted with a factory installed integral strainer or bronze—_IRt strainer top access. The strainer shall conform to AWWA C702. =- B. The water meter strainer shall conform to //NSF 61// //and// //NSF 372//. its " o c� PART 3 - EXECUTION 3.1 INSTALLATION A. Direct mounted pressure gages shall be installed in piping tees with pressure gage located on pipe at the most readable position. B. Valves and snubbers shall be installed in piping for each pressure gage. C. Test plugs shall be installed on the inlet and outlet pipes of all heat exchangers or water heaters serving more than one plumbing fixture. D. Pressure gages shall be installed where indicated on the drawings and at the following locations: 1. Building water service entrance into building. 2. Inlet and outlet of each pressure reducing valve. HBK ENGINEERING METERS AND GAUGES FOR PLUMBING PARKING 220519-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 3. Suction and discharge of each domestic water pump or re -circulating hot water return pump. E. Water meter installation shall conform to AWWA C700, AWWA C701, and AWWA C702. Electrical installations shall conform to IEEE C2, NFPA 70, and to the requirements specified herein. New materials shall be provided. F. If an installation is unsatisfactory to the COR, the Contractor shall correct the installation at no cost to the Government. 3.2 FIELD QUALITY CONTROL A. The meter assembly shall be visually inspected and operationally tested. The correct multiplier placement on the face of the meter shall be verified. 3.3 TRAINING A. A training course shall be provided to the medical center on meter configuration and maintenance. Training manuals shall be supplied for all attendees with four additional copies supplied. The training course shall cover meter configuration, troubleshooting, and diagnostic procedures. END OF SECTION HBK ENGINEERING METERS AND GAUGES FOR PLUMBING PARKING 220519-4 N O �J c+ =t n <ri c? x cn x> o 0 HBK ENGINEERING METERS AND GAUGES FOR PLUMBING PARKING 220519-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project THIS PAGE INTENTIONALLY LEFT BLANK 16-1234 HBK ENGINEERING METERS AND GAUGES FOR PLUMBING PARKING 220519-5 N O �J C n� t ZE x crt 0 0 HBK ENGINEERING METERS AND GAUGES FOR PLUMBING PARKING 220519-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 22 07 00 PLUMBING INSULATION PART1-GENERAL 1.1 SCOPE A. Domestic water piping insulation, hot and cold systems. 1.2 RELATED WORK o A. Section 22 05 00 - Common Work Results for Plumbing B. Section 22 30 00 - Plumbing Equipment A -4 cr C , 1.3 REFERENCE m .� n A. Applicable provisions of Division 1 govern work under this section. v o 0 1.4 QUALITY ASSURANCE A. Substitution of Materials: Refer to Section GC - General Conditions of the Contract, Equals and Substitutions. B. Label all insulating products delivered to the construction site with the manufacturer's name and description of materials. 1.5 DESCRIPTION A. Furnish and install all insulating materials and accessories as specified or as required for a complete installation. The following types of insulation are specified in this section: 1. Pipe Insulation 2. Equipment Insulation B. Install all insulation in accordance with the latest edition of MICA (Midwest Insulation Contractors Association) Standard and manufacturer's installation instructions. Exceptions to these standards will only be accepted where specifically' modified in these specifications, or where prior written approval has been obtained from the DFD Project Representative. 1.6 DEFINITIONS A. Concealed: shafts, furred spaces, space above finished ceilings, utility tunnels and crawl spaces. All other areas, including walk-through tunnels, shall be considered as exposed. 1.7 SHOP DRAWINGS A. Submit a schedule of all insulating materials to be used on the project, including adhesives, fastening methods, fitting materials along with material safety data sheets and intended use of each material. Include manufacturer's technical data sheets indicating density, thermal characteristics, jacket type, and manufacturer's installation instructions. HBK ENGINEERING PLUMBING INSTALLATION 220700-1 0 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 1.8 OPERATION AND MAINTENANCE DATA A. All operations and maintenance data shall comply with the requirements specified under section GENERAL REQUIREMENTS. PART 2 -PRODUCTS 2.1 MATERIALS A. Materials or accessories containing asbestos will not be accepted. 16-1234 submis J ons aid, conl3 .r C C;; O B. Use composite insulation systems (insulation, jackets, sealants, mastics, and adhesives) that have a flame spread rating of 25 or less and smoke developed rating of 50 or less, with the following exceptions: C. Insulation which is not located in an air plenum may have a flame spread rating not over 25 and a smoke developed rating no higher than 150. 2.2 INSULATION AND JACKETS A. Manufacturers: Armstrong, Certainteed Manson, Childers, Dow, Extol, Halstead, H.B. Fuller, Imcoa, Knauf, Owens-Corning, Pittsburgh Corning, Rubatex, Johns-Mansville, or approved equal. B. Insulating materials shall be fire retardant, moisture and mildew resistant, and vermin proof. Insulation shall be suitable to receive jackets, adhesives and coatings as indicated. C. RIGID FIBERGLASS INSULATION: 1. Minimum nominal density of 3 lbs. per cu. ft., and thermal conductivity of not more than 0.23 at 75 degrees F, minimum compressive strength of 25 PSF at 10% deformation, rated for service to 450 degrees F. 2. White kraft reinforced foil vapor barrier all service jacket, factory applied to insulation with a self-sealing pressure sensitive adhesive lap, maximum permeance of .02 perms and minimum beach puncture resistance of 50 units. D. SEMI-RIGID FIBERGLASS INSULATION: 1. Minimum nominal density of 3 lbs. per cu. ft., thermal conductivity of not more than 0.28 at 75 degrees F, minimum compressive strength of 125 PSF at 10% deformation, rated for service to 450 degrees F. Insulation fibers perpendicular to jacket and scored for wrapping cylindrical surfaces. 2. White kraft reinforced foil vapor barrier all service jacket, factory applied to insulation with a maximum permeance of .02 perms and minimum beach puncture resistance of 50 units. 2.3 INSULATION INSERTS AND PIPE SHIELDS A. Manufacturers: B -Line, Pipe Shields, Value Engineered Products B. Construct inserts with calcium silicate, minimum 140 psi compressive strength. Piping 12" and larger, supplement with high density 600 psi structural calcium silicate insert. Provide HBK ENGINEERING PLUMBING INSTALLATION 220700-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 galvanized steel shield. Insert and shield to be minimum 180 degree coverage on bottom of supported piping and full 360 degree coverage on clamped piping. On roller mounted piping and piping designed to slide on support, provide additional load distribution steel plate. C. Where contractor proposes shop/site fabricated inserts and shields, submit schedule of materials, thicknesses, gauges and lengths for each pipe size to demonstrate equivalency to pre-engineered pre -manufactured product described above. On low temperature systems, extruded polystyrene may be substituted for calcium silicate provided insert and shield length and gauge are increased to compensate for lower insulation compressive strength. D. Precompressed 20# density molded fiberglass blocks, Hamfab or equal, of same thickness as adjacent insulation may be substituted for calcium silicate inserts with one 1""" block for piping through 2-1/2" and three 1" x 6" blocks for piping through 4". Submit shicd schedule to demonstrate equivalency to pre-engineered/pre-manufactured product described above.' E. Wood blocks will not be accepted. _-C 2.4 ACCESSORIES A. All products shall be compatible with surfaces and materials on which they are appAled, and be suitable for use at operating temperatures of the systems to which they are appl411. B. Adhesives, sealants, and protective finishes shall be as recommended by insulation manufacturer for applications specked. C. Insulation bands to be 3/4 inch wide, constructed of aluminum or stainless steel. Minimum thickness to be .015 inch for aluminum and .010 inch for stainless steel. D. Tack fasteners to be stainless steel ring grooved shank tacks. E. Staples to be clinch style. F. Insulating cement to be ANSI/ASTM C195, hydraulic setting mineral wool. G. Finishing cement to be ASTM C449. H. Fibrous glass or canvas fabric reinforcing shall have a minimum untreated weight of 6 oz./sq. yd. I. Bedding compounds to be non -shrinking and permanently flexible. J. Vapor barrier coatings to be non-flammable, fire resistant, polymeric resin. K. Fungicidal water base coating (Foster 40-20 or equal) to be compatible with vapor barrier coating. PART 3 - EXECUTION 3.1 INSTALLATION A. Install insulation, jackets and accessories in accordance with manufacturers instructions and under ambient temperatures and conditions recommended by manufacturer. Surfaces to be insulated must be clean and dry. HBK ENGINEERING PLUMBING INSTALLATION 220700-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Do not insulate systems or equipment which are specified to be pressure tested or inspected, until testing, inspection and any necessary repairs have been successfully completed. C. Install insulation with smooth and even surfaces. Poorly fitted joints or use of filler in voids will not be accepted. Cover and seal exposed fiberglass insulation when insulation is terminated, no raw fiberglass insulation is allowed. Provide neat and coated terminations at all nameplates, uninsulated fittings, or at other locations where insulation terminates. Install with longitudinal joints facing wall or ceiling. D. Install fabric reinforcing without wrinkles. Overlap seams a minimum of 2 inches. E. Use full-length material (as delivered from manufacturer) wherever possible. Scrap piecing of insulation or pieces cut undersize and stretched to fit will not be accepted. F. Insulation shall be continuous through sleeves and openings. Vapor barriem shall be maintained continuous through all penetrations. J C_ 71 G. Provide a complete vapor barrier for insulation on the following systems: �--t 1. Install insulation with butt joints and longitudinal seams closed tightly. Provide minimum 2" lap on jacket seams and 2" tape on butt joints, firmly cemented with lap adhesive. Additionally secure with staples along seams and butt joints. Coat staples with vapor barrier mastic on systems requiring vapor barrier. 2. Water supply piping insulation shall be continuous throughout the building and installed adjacent to and within building walls to a point directly behind the fixture that is being supplied. 3. Install insulation continuous through pipe hangers and supports with hangers and supports on the exterior of insulation. Where a vapor barrier is not required, hangers and supports may be attached directly to piping with insulation completely covering hanger or support and jacket sealed at support rod penetration. Where riser clamps are required to be attached directly to piping requiring vapor barrier, extend insulation and vapor barrier jacketing/coating around riser clamp. B. INSULATION INSERTS AND PIPE SHIELDS: 1. Provide insulation inserts and pipe shields at all hanger and support locations. Inserts may be omitted on 3/4" and smaller copper piping provided 12" long 22_ gauge pipe shields are used. C. FITTINGS AND VALVES: HBK ENGINEERING PLUMBING INSTALLATION 220700-4 ---) 1. Cold water (potable and non -potable) —.c� a' n _ C r,.r -o 2. Equipment piping with a surface temperature below 65 degrees F o i� 3.2 PIPING, VALVE, AND FITTING INSULATION z- o o A. GENERAL: 1. Install insulation with butt joints and longitudinal seams closed tightly. Provide minimum 2" lap on jacket seams and 2" tape on butt joints, firmly cemented with lap adhesive. Additionally secure with staples along seams and butt joints. Coat staples with vapor barrier mastic on systems requiring vapor barrier. 2. Water supply piping insulation shall be continuous throughout the building and installed adjacent to and within building walls to a point directly behind the fixture that is being supplied. 3. Install insulation continuous through pipe hangers and supports with hangers and supports on the exterior of insulation. Where a vapor barrier is not required, hangers and supports may be attached directly to piping with insulation completely covering hanger or support and jacket sealed at support rod penetration. Where riser clamps are required to be attached directly to piping requiring vapor barrier, extend insulation and vapor barrier jacketing/coating around riser clamp. B. INSULATION INSERTS AND PIPE SHIELDS: 1. Provide insulation inserts and pipe shields at all hanger and support locations. Inserts may be omitted on 3/4" and smaller copper piping provided 12" long 22_ gauge pipe shields are used. C. FITTINGS AND VALVES: HBK ENGINEERING PLUMBING INSTALLATION 220700-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 Fittings, valves, unions, flanges, couplings and specialties may be insulated with factory molded or built up insulation of the same thickness as adjoining insulation. Cover insulation with fabric reinforcing and mastic or where temperatures do not exceed 150 degrees, PVC fitting covers. Secure PVC fitting covers with tack fasteners and 1-1/2" band of mastic over ends, throat, seams or penetrations. On systems requiring vapor barrier, use vapor barrier mastic. D. ELASTOMERIC AND POLYOLEFIN: 1. Where practical, slip insulation on piping during pipe installation when pipe ends are open. Miter cut fittings allowing sufficient length to prevent stretching. Completely seal seams and joints for vapor tight installation. For elastomeric insulation, apply full bed of adhesive to both surfaces. For polyeolefin, seal factory preglued seams with roller and field seams and joints with full bed of hot melt polyolefin glue to both surfaces. E. PIPE INSULATION SCHEDULE: Provide insulation on new and existing remodeled piping as indicated in the following schedule: Service Insulation Insulation Thickness by Pipe Size Types 1" and 1-1/4" 2-1/2" 5" to 6" 8" and smaller to 2" to 4" larger :_ Cold Water Rigid Fiberglass 0.5" 0.5" The following piping and fittings are not to be insulated: -7-1 n r-1 1. Chrome plated exposed supplies and stops (except where specifically rr6,tq). 2. Water hammer arrestors. 3. Piping unions and flanges for systems not requiring a vapor barrier. 3.3 EQUIPMENT INSULATION I 01 A. Do not insulate over equipment access manholes, fittings, nameplates or ASME stamps. Bevel and seal insulation at these locations. B. SEMI-RIGID FIBERGLASS: Apply insulation to equipment shells using weld pins, bonding adhesive, banded and wired in place. Fill all joints, seams and depressions with insulating cement to a smooth, even surface. Cover with reinforcing fabric and 2 coats of mastic.. Use vapor barrier mastic on systems requiring a vapor barrier. C. ELASTOMERIC/POLYOLEFIN: 1. Apply full cover coat of adhesive to surface to be insulated, insulation and edge butt joints. Place insulation with edge joints firmly butted pressing to surface for full adhesion. Seal seams and joints vapor tight. D. EQUIPMENT INSULATION SCHEDULE: HBK ENGINEERING PLUMBING INSTALLATION 220700-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 1. Provide equipment insulation as follows: Equipment Insulation Type Water Meter Elastomeric 1/2" Water Filters Elastomeric 1/2" 16-1234 Thickness Remarks Sheet type, fabricated for ease of removal and replacement when service is required. Sheet type, pipe size type or combination of both. Fabricated for ease of removal and replacement when testing and servicing is required R.P.B.P. Elastomeric Sheet type, pipe size type or combination of both. Fabricated for ease of removal and replacement when testing and servicing is required END OF SECTION 220700 N 4 O C— L C r- C-) M rn m � c C T � 7 HBK ENGINEERING PLUMBING INSTALLATION 220700-6 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 22 11 19 DOMESTIC WATER PIPING SPECIALTIES 171:iiQel��IN:7_1� 1.1 SUMMARY A. Section Includes: 1. Vacuum breakers. 2. Backflow preventers. 3. Hose bibbs. 4. Wall hydrants. B. Related Requirements: 1. Section 220519 "Meters and Gages for Plumbing Piping" for thermometers, pressure gages, and flow meters in domestic water piping. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. o_ J 1.3 INFORMATIONAL SUBMITTALS —1 A. Field quality -control reports. —'rte �- M n3 � cn 1.4 CLOSEOUT SUBMITTALS a 0 A. Operation and maintenance data. PART 2 -PRODUCTS 2.1 GENERAL REQUIREMENTS FOR PIPING SPECIALTIES A. Potable -water piping and components shall comply with NSF 61 [ and NSF 14].[ Mark "NSF-pw" on plastic piping components.] 2.2 PERFORMANCE REQUIREMENTS A. Minimum Working Pressure for Domestic Water Piping Specialties: 125 psig unless otherwise indicated. HBK ENINEERING DOMESTIC WATER PIPING SPECIALTIES 221119-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 2.3 BACKFLOW PREVENTERS A. Reduced -Pressure -Principle Backflow Preventers, BPV-1 1. Standard: ASSE 1013. 2. Operation: Continuous -pressure applications. 3. Pressure Loss: 30 psig maximum, through middle third of flow range. 4. Size: 3/4" NPS. 5. Design Flow Rate: 12 GPM. 6. Pressure Loss at Design Flow Rate: 13 psig. 7. Body: Cast copper silicon alloy construction. 8. End Connections: Threaded, 9. Configuration: Designed for horizontal straight -through flow. 10. Accessories: PART 3 - EXECUTION 3.1 EXAMINATION A. Inspect valves for signs of foreign matter or corrosion. Do not attempt to repair defective valves; replace with new valves. C. Examine connection surfaces for conditions that may cause leakage after installation. Verify bolt and gasket sizes and material composition. 3.2 INSTALLATION A. Install backflow preventers in each water supply to mechanical equipment and systems and to other equipment and water systems that may be sources of contamination. Comply with authorities having jurisdiction. HBK ENINEERING DOMESTIC WATER PIPING SPECIALTIES 221119-2 a. Valves: Ball type with threaded ends on inlet and outlet. b. Air -Gap Fitting: ASME Al 12.1.2, matching backflow-preventer connection. 2.4 HOSE CD BIBBS ✓—a = 'n �, r A. Vacuum Breaker Hose Bibb, HB: �n rn 1. 2. Standard: ASSE 1019, Type A a Type: Freeze -resistant, automatic draining with integral air -inlet va :r 3. Classification: Type A, for automatic draining with hose removed. r' o 0 4. Pressure Rating: 125 psig. 5. Operation: wheel handle. 6. Casing and Operating Rod: Of length required to match wall thickness. Include wall clamp. 7. Inlet: NPS 1/2. 8. Outlet: Exposed with garden -hose thread complying with ASME 81.20.7. PART 3 - EXECUTION 3.1 EXAMINATION A. Inspect valves for signs of foreign matter or corrosion. Do not attempt to repair defective valves; replace with new valves. C. Examine connection surfaces for conditions that may cause leakage after installation. Verify bolt and gasket sizes and material composition. 3.2 INSTALLATION A. Install backflow preventers in each water supply to mechanical equipment and systems and to other equipment and water systems that may be sources of contamination. Comply with authorities having jurisdiction. HBK ENINEERING DOMESTIC WATER PIPING SPECIALTIES 221119-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 1. Locate backflow preventers in same room as connected equipment or system. 2. Install drain for backflow preventers with atmospheric -vent drain connection with air -gap fitting, fixed air -gap fitting, or equivalent positive pipe separation of at least two pipe diameters in drain piping and pipe -to -floor drain. Locate air -gap device attached to or under backflow preventer. Simple air breaks are unacceptable for this application. 3. Do not install bypass piping around backflow preventers. B. Install water regulators with inlet and outlet shutoff valves. Install pressure gages on inlet and outlet. 3.3 CONNECTIONS A. Comply with requirements for ground equipment in Section 260526 "Grounding and Bonding for Electrical Systems." B. Fire -retardant -treated -wood blocking is specified in Section 260519 "Low -Voltage Electrical Power Conductors and Cables" for electrical connections. 3.4 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Test each reduced -pressure -principle backflow preventer according to authorities having jurisdiction and the device's reference standard. B. Domestic water piping specialties will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. END OF SECTION 22 11 19 N O_ O_ vsn ..a C �-� r— rn o M J � � C17 }� 0 0 HBK ENINEERING DOMESTIC WATER PIPING SPECIALTIES 221119-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project SECTION 224000 PLUMBING FIXTURES PART 1 -GENERAL 1.1 SUMMARY A. Related Documents: 1. Drawings and general provisions of the Subcontract apply to this Section. 1s-1234 2. Review these documents for coordination with additional requirements and information that apply to work under this Section. B. Section Includes: 1. Concrete reinforcement and accessories 2. Water closets N o o 3. Lavatories 4. Drinking fountains = C. Related Sections: ,yam Q N 1. Division 01 Section "General Requirements." ` �^ O 2. Division 22 Section "Plumbing Specialties". 3. Division 22 Section "Plumbing Equipment'. 1.2 REFERENCES A. General: 1. The following documents form part of the Specifications to the extent stated. Where differences exist between codes and standards, the one affording the greatest protection shall apply. 2. Unless otherwise noted, the referenced standard edition is the current one at the time of commencement of the Work. 3. Refer to Division 01 Section "General Requirements" for the list of applicable regulatory requirements. 4. Refer to Division 22 Section "Common Results for Plumbing" for codes and standards, and other general requirements. HBK ENGINEERING PLUMBING FIXTURES 224000-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. American Society of Mechanical Engineers (ASME) 1. ASME Al 12.6.1 Supports for Off -the -Floor Plumbing Fixtures for Public Use 2. ASME Al 12.19.2 Vitreous China Plumbing Fixtures 3. ASME All 12.19.5 Trim for Water -Closet Bowls, Tanks, and Urinals C. American National Standards Institute (ANSI) 1. ANSI Z124.2 Gel -Coated Glass -Fiber Reinforced Polyester Resin Shower Receptor and Shower Stall Units D. Air -Conditioning and Refrigeration Institute ARI 1010 Drinking Fountains and Self - Contained Mechanically Refrigerated Drinking Water Coolers 1.3 SUBMITTALS A. Submit under provisions of Division 22 Section "Common Results for Plumbing" and Division 01 Section "General Requirements." B. Submit Product Data for fixtures, including sizes, utility sizes, trim, and finishes. C. Operation and Maintenance Data: 1. Submit operation and maintenance data under Division 01 Section "General Requirements" 2. Include fixture trim exploded view and replacement parts lists. 1.4 QUALITY ASSURANCE o A. Fixtures: By same manufacturer throughout for each product specifie%f C= 7-G r 1.5 WARRANTY — rn <r -1 a M A. Provide 1 -year manufacturer's warranty. ? 0 c11 r o 0 PART 2 -PRODUCTS A. Water Efficient Products. Where available, the contractor must purchase WaterSensesm labeled products and other water efficient products and choose irrigation contractors who are certified through a WaterSenseSm labeled program. HBK ENGINEERING PLUMBING FIXTURES 224000-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 2.1 ACCEPTABLE MANUFACTURERS - FIXTURES A. American Standard B. Substitutions: Under provisions of Division 01 Section "General Requirements" 2.2 ACCEPTABLE MANUFACTURERS - WATER CLOSET SEATS A. American Standard B. Substitutions: Under provisions of Division 01 Section "General Requirements". N a 2.3 ACCEPTABLE MANUFACTURERS - FIXTURE CARRIERS CDC A. Zurn <r rn B. Watts = Cj ut C. Substitutions: Under provisions of Division 01 Section "General Requirements". 3 2.4 WATER CLOSET — ADA COMPLIANT A. Bowl: floor mounted, vitreous -china reverse trap, close -coupled closet combination with regular rim, insulated vitreous -china closet tank with fittings and lever flushing valve, bolt caps. Install 18 inch high for Compliance with ADA requirements. B. Seat: Solid white plastic with open front and cover, brass bolts. C. Flush Rate: the flush rate shall be 1.6 gallons per flush or less. 2.5 LAVATORY A. Basin: vitreous -china, wall -hung lavatory18-1/2 inch x 11-3/4 inch minimum and 6 inch deep, drillings on 4 -inch centers, oval basin with splash lip, front overflow, American Standard or equal. B. Trim: ASME Al 12.18.1, chrome -plated supply fitting water economy aerator, chrome - plated 17 -gauge brass P-trap[with clean-out plug and arm with escutcheon; AME or equal. C. Faucet: Two -handle mixing, ceramic disc valve. Include hot- and cold -water indicators; coordinate faucet inlets with supplies and fixture holes, coordinate outlet with spout and fixture receptor. 1. Maximum Flow Rate: 1.5 gpm. HBK ENGINEERING PLUMBING FIXTURES 224000-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 2.11 DRINKING FOUNTAIN (DF) 16-1234 A. Fountain: Outdoor bottle filler and pet fountain. Vacuum breaker provided in pet fountain. Water filter included. Sanitary recessed spout, push button requiring less than 5 Ib force. One piece welded construction. 10" stainless steel carrier. Cut off valve and low point drain for freeze protection. Include hose bibb. N B. Basis of design: Most Dependable Fountain model 10155 SM. PART 3 - EXECUTION 3.1 INSPECTION A. Review architectural woodwork Shop Drawings. openings before rough -in and installation. B. Verify that adjacent construction is ready to receive rough -in work of this section. 3.2 INSTALLATION A. Install each fixture with a trap that is easily removable for servicing and cleaning. B. Provide chrome -plated rigid or flexible supplies to fixtures with stops, reducers, and escutcheons. C. Install components level and plumb D. Install and secure fixtures in place with wall carriers and bolts. E. Seal fixtures to wall and floor surfaces with sealant, color to match fixture. Install fixtures to the following mounting heights above finished floor: HBK ENGINEERING PLUMBING FIXTURES 224000-4 rn G� -o T � J C.T1 Confirm location and s& of flares and B. Verify that adjacent construction is ready to receive rough -in work of this section. 3.2 INSTALLATION A. Install each fixture with a trap that is easily removable for servicing and cleaning. B. Provide chrome -plated rigid or flexible supplies to fixtures with stops, reducers, and escutcheons. C. Install components level and plumb D. Install and secure fixtures in place with wall carriers and bolts. E. Seal fixtures to wall and floor surfaces with sealant, color to match fixture. Install fixtures to the following mounting heights above finished floor: HBK ENGINEERING PLUMBING FIXTURES 224000-4 CITY OF IOWA CITY Happy Hallow Park Restroom and Shelter Replacement Project 16-1234 Water Closet: Handicapped 18 inches (457 mm) to top of seat Lavatory: N O Handicapped 32 inches (813 mm) to top of ba- _ sin rim C -- Drinking Drinking Fountain: = c� Handicapped 36 inches (914 mm) to top of basin rim cn -- 1' o 0 3.3 ADJUSTING AND CLEANING A. Adjust stops or valves for intended water -flow rate to fixtures without splashing, noise, or overflow. B. At completion, clean plumbing fixtures and equipment. C. Solidly attach water closets to floor with lag screws. Lead flashing is not intended hold fixture in place. END OF SECTION 224000 HBK ENGINEERING PLUMBING FIXTURES 224000-5 Division 23 HVAC _ N ca C v C x It cn Q 0 0 Division 23 LL w J uj CL _ ~ Q 0 P z Y z m w z CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 23 05 11 COMMON WORK RESULTS FOR HVAC PART 1 -GENERAL 1.1 DESCRIPTION N A. The requirements of this Section apply to all sections of Division 23. o —+ 1.2 RELATED WORK A. Section 0100 00, GENERAL REQUIREMENTS 7 :7Z m 1.3 QUALITY ASSURANCE cn 3+ c� A. Mechanical, electrical and associated systems shall be safe, reliable, efficient, durable, easily and safely operable and maintainable, easily and safely accessible, and in compliance with applicable codes as specified. The systems shall be comprised of high quality institutional -class and industrial -class products of manufacturers that are experienced specialists in the required product lines. All construction firms and personnel shall be experienced and qualified specialists in industrial and institutional HVAC B. Products Criteria: Standard Products: Material and equipment shall be the standard products of a manufacturer regularly engaged in the manufacture of the products for at least 3 years (or longer as specked elsewhere). The design, model and size of each item shall have been in satisfactory and efficient operation on at least three installations for approximately three years. However, digital electronics devices, software and systems such as controls, instruments, computer work station, shall be the current generation of technology and basic design that has a proven satisfactory service record of at least three years. See other specification sections for any exceptions and/or additional requirements. 2. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. 3. Conform to codes and standards as required by the specifications. Conform to local codes, if required by local authorities such as the natural gas supplier, if the local codes are more stringent than those specified. Refer any conflicts to the Resident Engineer. 4. Multiple Units: When two or more units of materials or equipment of the same type or class are required, these units shall be products of one manufacturer. 5. Assembled Units: Manufacturers of equipment assemblies, which use components made by others, assume complete responsibility for the final assembled product. HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-1 CITY OF IOWA CITY Happy Hallow Park Restroom and Shelter Replacement Project 16-1234 6. Nameplates: Nameplate bearing manufacturer's name or identifiable trademark shall be securely affixed in a conspicuous place on equipment, or name or trademark cast integrally with equipment, stamped or otherwise permanently marked on each item of equipment. 7. Asbestos products or equipment or materials containing asbestos shall not be used. C. Equipment Service Organizations: 1. HVAC: Products and systems shall be supported by service organizations that maintain a complete inventory of repair parts and are located within 50 miles to the site. D. HVAC Mechanical Systems Welding: Before any welding is performed, contractor shall submit a certificate certifying that welders comply with the following requirements: 1. Qualify welding processes and operators for piping according to ASME "Boiler and Pressure Vessel Code", Section IX, "Welding and Brazing Qualifications". 2. Comply with provisions of ASME B31 series "Code for Pressure Piping". 3. Certify that each welder has passed American Welding Society (AWS) qualification tests for the welding processes involved, and that certification is current. E. Execution (Installation, Construction) Quality: Apply and install all items in accordance with manufacturer's written instructions. Refer conflicts between the manufacturer's instructions and the contract drawings and specifications to the Resident Engineer for resolution. Provide written hard copies or computer files of manufacturer's installation instructions to the Resident Engineer at least two weeks prior to commencing installation of any item. Installation of the item will not be allowed to proceed until the recommendations are received. Failure to furnish these recommendations is a cause for rejection of the material. 2. Provide complete layout drawings required by Paragraph, SUBMITTALS. Do not commence construction work on any system until the layout drawings have been approved. N J F. Upon request by Government, provide lists of previous installations forselecl:Ed items of equipment. Include contact persons who will serve as references, with telephone numbers and e-mail addresses. U 1.4 SUBMITTALS �r�t M A. Submit with requirements in the individual specification sections. -� 0 B. Contractor shall make all necessary field measurements and investigations to assure that the equipment and assemblies will meet contract requirements. HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 C. If equipment is submitted which differs in arrangement from that shown, provide drawings that show the rearrangement of all associated systems. Approval will be given only if all features of the equipment and associated systems, including accessibility, are equivalent to that required by the contract. D. Prior to submitting shop drawings for approval, contractor shall certify in writing that manufacturers of all major items of equipment have each reviewed drawings and specifications, and have jointly coordinated and properly integrated their equipment and controls to provide a complete and efficient installation. E. Submittals and shop drawings for interdependent items, containing applicable descriptive information, shall be furnished together and complete in a group. Coordinate and properly integrate materials and equipment in each group to provide a completely compatible and efficient. F. Manufacturer's Literature and Data: Submit under the pertinent section rather than under this section. 1. Submit belt drive with the driven equipment. Submit selection data for specific drives when requested by the Resident Engineer. 2. Submit electric motor data and variable speed drive data with the driven equipment. 3. Equipment and materials identification. 4. Fire -stopping materials. ti 0 5. Hangers, inserts, supports and bracing. Provide load calculations for�ariablespring and constant support hangers. c-77 6. Wall, floor, and ceiling plates. =acs rn r-^ G. HVAC Maintenance Data and Operating Instructions:° 1. Maintenance and operating manuals in accordance with DIVISION$1, GEj4:-RAL REQUIREMENTS, Article, INSTRUCTIONS, for systems and equipment. -- 2. Provide a listing of recommended replacement parts for keeping in stock supply, including sources of supply, for equipment. Include in the listing belts for equipment: Belt manufacturer, model number, size and style, and distinguished whether of multiple belt sets. 1.5 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. B. Air Conditioning, Heating and Refrigeration Institute (AHRI): 430-2009 ................ Central Station Air -Handling Units HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 C. American National Standard Institute (ANSI): B31.1-2O07..............Power Piping D. Rubber Manufacturers Association (ANSI/RMA): IP -20-2007 ..............Specifications for Drives Using Classical V -Belts and Sheaves IP -21-2009 ..............Specifications for Drives Using Double -V (Hexagonal) Belts IP -22-2007 ..............Specifications for Drives Using Narrow V -Belts and Sheaves E. Air Movement and Control Association (AMCA): 410-96..................Recommended Safety Practices for Air Moving Devices F. American Society of Mechanical Engineers (ASME): Boiler and Pressure Vessel Code (BPVC): 7c-) V C Section 1-2OO7.......... Power Boilers —I c-) 6 f..� Section IX -20O7 ......... Welding and Brazing Qualifications _<r— m -�o �. Code for Pressure Piping: r:= �n 831.1-20O7..............Power Piping 674 G. American Society for Testing and Materials (ASTM): A36/A36M-08.............Standard Specification for Carbon Structural Steel A575-96(2007)........... Standard Specification for Steel Bars, Carbon, Merchant Quality, M - Grades E84-10..................Standard Test Method for Surface Burning Characteristics of Building Materials E119-09c................Standard Test Methods for Fire Tests of Building Construction and Materials H. Manufacturers Standardization Society (MSS) of the Valve and Fittings Industry, Inc: SP-58-20O9..............Pipe Hangers and Supports -Materials, Design and Manufacture, Selection, Application, and Installation SP 69-20O3..............Pipe Hangers and Supports -Selection and Application SP 127-20O1.............Bracing for Piping Systems, Seismic — Wind — Dynamic, Design, Selection, Application I. National Electrical Manufacturers Association (NEMA): HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 MG -1-2009 ............... Motors and Generators J. National Fire Protection Association (NFPA): 31-06...................Standard for Installation of Oil -Burning Equipment 54-09...................National Fuel Gas Code 70-08...................National Electrical Code 85-07...................Boiler and Combustion Systems Hazards Code N 90A-09..................Standard for the Installation of Air Conditioning and 1ptntilatl Systems n C_ 101-09..................Life Safety Code ma=r Z 1.6 DELIVERY, STORAGE AND HANDLINGC% Gr r r*Iv M A. Protection of Equipment: 1. Equipment and material placed on the job site shall remain in the custody --0f the Contractor until phased acceptance, whether or not the Government has reimbursed the Contractor for the equipment and material. The Contractor is solely responsible for the protection of such equipment and material against any damage. 2. Place damaged equipment in first class, new operating condition; or, replace same as determined and directed by the Resident Engineer. Such repair or replacement shall be at no additional cost to the Government. 3. Protect interiors of new equipment and piping systems against entry of foreign matter. Clean both inside and outside before painting or placing equipment in operation. 4. Existing equipment and piping being worked on by the Contractor shall be under the custody and responsibility of the Contractor and shall be protected as required for new work. B. Cleanliness of Piping and Equipment Systems: 1. Exercise care in storage and handling of equipment and piping material to be incorporated in the work. Remove debris arising from cutting, threading and welding of piping. 2. Piping systems shall be flushed, blown or pigged as necessary to deliver clean systems. 3. Contractor shall be fully responsible for all costs, damage, and delay arising from failure to provide clean systems. 1.7 JOB CONDITIONS —WORK IN EXISTING BUILDING A. Maintenance of Service: Schedule all work to permit continuous service as required by the medical center. HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-5 CIN OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Phasing of Work: Comply with all requirements shown on drawings or specified. C. Building Working Environment: Maintain the architectural and structural integrity of the building and the working environment at all times. Maintain the interior of building at 65 degrees F minimum. Limit the opening of doors, windows or other access openings to brief periods as necessary for rigging purposes. No storm water or ground water leakage permitted. D. Acceptance of Work for Operation: As new facilities are made available for operation and these facilities are of beneficial use to the Owner, inspections will be made and tests will be performed. Based on the inspections, a list of contract deficiencies will be issued to the Contractor. After correction of deficiencies as necessary for beneficial use, the Contracting Officer will process necessary acceptance and the equipment will then be tier the control and operation of building personnel. o -' C_-) PART 2 - PRODUCTS e'er n� C 2.1 FACTORY -ASSEMBLED PRODUCTS y r r A. Provide maximum standardization of components to reduce spare pa4jiiquitjVnent9d B. Manufacturers of equipment assemblies that include components made by o`&rs shall assume complete responsibility for final assembled unit. 1. All components of an assembled unit need not be products of same manufacturer. 2. Constituent parts that are alike shall be products of a single manufacturer. 3. Components shall be compatible with each other and with the total assembly for intended service. 4. Contractor shall guarantee performance of assemblies of components, and shall repair or replace elements of the assemblies as required to deliver specified performance of the complete assembly. C. Components of equipment shall bear manufacturer's name and trademark, model number, serial number and performance data on a name plate securely affixed in a conspicuous place, or cast integral with, stamped or otherwise permanently marked upon the components of the equipment. D. Major items of equipment, which serve the same function, must be the same make and model. Exceptions will be permitted if performance requirements cannot be met. 2.2 COMPATIBILITY OF RELATED EQUIPMENT A. Equipment and materials installed shall be compatible in all respects with other items being furnished and with existing items so that the result will be a complete and fully operational plant that conforms to contract requirements. HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-6 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 2.3 LIFTING ATTACHMENTS 16-1234 A. Provide equipment with suitable lifting attachments to enable equipment to be lifted in its normal position. Lifting attachments shall withstand any handling conditions that might be encountered, without bending or distortion of shape, such as rapid lowering and braking of load. 2.4 EQUIPMENT AND MATERIALS IDENTIFICATION A. Use symbols, nomenclature and equipment numbers specified, shown on the drawings and shown in the maintenance manuals. Identification for piping is specified in Section 09 91 00, PAINTING. B. Interior (Indoor) Equipment: Engraved nameplates, with letters not less than 3/16 -inch high of brass with black -filled letters, or rigid black plastic with white letters specified in Section 09 91 00, PAINTING permanently fastened to the equipment. Identify unit components such as coils, filters, fans, etc. C. Exterior (Outdoor) Equipment: Brass nameplates, with engraved black filled letters, not less than 3/16 -inch high riveted or bolted to the equipment. D. Valve Tags and Lists: Valve tags: Engraved black filled numbers and letters not less than 1/2 -inch high for number designation, and not less than 1/4 -inch for service designation on 19 gauge 1- 1/2 inches round brass disc, attached with brass "S" hook or brass chain. 2. Valve lists: Typed or printed plastic coated card(s), sized 8-1/2 inches by 11 inches showing tag number, valve function and area of control, for each service or system. Punch sheets for a 3 -ring notebook. _o 2.6 GALVANIZED REPAIR COMPOUND Cy C") A. Mil. Spec. DOD -P -21035B, paint form. rl on 2.6 HVAC PIPE AND EQUIPMENT SUPPORTS AND RESTRAINTS :" g 77 A. Supports for Roof Mounted Items: Cn 1. Equipment: Equipment rails shall be galvanized steel, minimum 18 gauge; with integral baseplate, continuous welded corner seams, factory installed 2 foot by 4 foot treated wood nailer, 18 gauge galvanized steel counter flashing cap with screws, built-in cant strip, (except for gypsum or tectum deck), minimum height 11 inches. For surface insulated roof deck, provide raised cant strip to start at the upper surface of the insulation. 2. Pipe/duct pedestals: Provide a galvanized Unistrut channel welded to U-shaped mounting brackets which are secured to side of rail with galvanized lag bolts. HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-7 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Pipe Supports: Comply with MSS SP -58. Type Numbers specified refer to this standard. For selection and application comply with MSS SP -69. C. Attachment to Concrete Building Construction: 1. Concrete insert: MSS SP -58, Type 18. 2. Self -drilling expansion shields and machine bolt expansion anchors: Permitted in concrete not less than four inches thick when approved by the Resident Engineer for each job condition. 3. Power -driven fasteners: Permitted in existing concrete or masonry not less than four inches thick when approved by the Resident Engineer for each job condition. D. Attachment to existing structure: Support from existing floor/roof frame. E. Attachment to Wood Construction: Wood screws or lag bolts. F. Hanger Rods: Hot -rolled steel, ASTM A36 or A575 for allowable load listed in MSS SP -58. For piping, provide adjustment means for controlling level or slope. Types 13 or 15 turn- buckles shall provide 1-1/2 inches minimum of adjustment and incorporate locknuts. All - thread rods are acceptable. G. Hangers Supporting Multiple Pipes (Trapeze Hangers): Galvanized, cold formed, lipped steel channel horizontal member, not less than 1-5/8 inches by 1-5/8 inches, No. 12 gage, designed to accept special spring held, hardened steel nuts. Not permitted for steam supply and condensate piping. 1. Allowable hanger load: Manufacturers rating less 200 pounds. 2. Guide individual pipes on the horizontal member of every other trapeze hanger with 1/4 - inch U -bolt fabricated from steel rod. Provide Type 40 insulation shield, secured by two 1/2 -inch galvanized steel bands, or pre -insulated calcium silicate shield for insulated piping at each hanger. H. Supports for Piping Systems: Select hangers sized to encircle insulation on insulated piping. To protect insulation, provide Type 39 saddles for roller type supports or pre -insulated calcium silicate shields. Provide Type 40 insulation shield or pre -insulated calcium silicate shield at all other types of supports and hangers including those for pre -insulated piping. N 7 2. Piping Systems except High and Medium Pressure Steam (MSS SP -58): - 5 a. Standard clevis hanger: Type 1; provide locknut. b. Riser clamps: Type 8. c. Wall brackets: Types 31, 32 or 33. ;a3. Cn CD HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-8 CITY OF IOWA CITY Happy Hollow ParkRestroomand Shelter Replacement Project 16-1234 d. Roller supports: Type 41, 43, 44 and 46. e. Saddle support: Type 36, 37 or 38. v 0 f. Turnbuckle: Types 13 or 15. Pre -insulate. o` Z g. U -bolt clamp: Type 24. C.) = r� A h. Copper Tube:Fn n 7X 1) Hangers, clamps and other support material in contact witkwiubiug shEM painted with copper colored epoxy paint, plastic coated 'or tapedwith non- adhesive isolation tape to prevent electrolysis. 2) For vertical runs use epoxy painted or plastic coated riser clamps. 3) For supporting tube to strut: Provide epoxy painted pipe straps for copper tube or plastic inserted vibration isolation clamps. 4) Insulated Lines: Provide pre -insulated calcium silicate shields sized for copper tube. i. Supports for plastic or glass piping: As recommended by the pipe manufacturer with black rubber tape extending one inch beyond steel support or clamp. 3. High and Medium Pressure Steam (MSS SP -58): a. Provide eye rod or Type 17 eye nut near the upper attachment. b. Piping 2 inches and larger: Type 43 roller hanger. For roller hangers requiring seismic bracing provide a Type 1 clevis hanger with Type 41 roller attached by flat side bars. c. Piping with Vertical Expansion and Contraction: 1) Movement up to 3/4 -inch: Type 51 or 52 variable spring unit with integral turn buckle and load indicator. 2) Movement more than 3/4 -inch: Type 54 or 55 constant support unit with integral adjusting nut, turn buckle and travel position indicator. 4. Convertor and Expansion Tank Hangers: May be Type 1 sized for the shell diameter. Insulation where required will cover the hangers. 2.9 PIPE PENETRATIONS A. Install sleeves during construction for other than blocked out floor openings for risers in mechanical bays. B. To prevent accidental liquid spills from passing to a lower level, provide the following: HBK ENGINEERING COMMON_ WORK RESULTS FOR HVAC 230611-9 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 1. For sleeves: Extend sleeve one inch above finished floor and provide sealant for watertight joint. 2. For blocked out floor openings: 1-1/2 inch angle set in silicone adhesive around opening. 3. For drilled penetrations: Provide 1-1/2 inch angle ring or square set in silicone adhesive around penetration. C. Penetrations are not allowed through beams or ribs, but may be installed in concrete beam flanges. Any deviation from these requirements must receive prior approval of Resident Engineer. D. Sheet Metal, Plastic, or Moisture -resistant Fiber Sleeves: Provide for pipe passing through floors, interior walls, and partitions, unless brass or steel pipe sleeves are specifically called for below. E. Cast Iron or Zinc Coated Pipe Sleeves: Provide for pipe passing through exterior walls below grade. Make space between sleeve and pipe watertight with a modular or link rubber seal. Seal shall be applied at both ends of sleeve. F. Galvanized Steel or an alternate Black Iron Pipe with asphalt coating Sleeves: Provide for pipe passing through concrete beam flanges, except where brass pipe sleeves are called for. Provide sleeve for pipe passing through floor of mechanical rooms, laundry work rooms, and animal rooms above basement. Except in mechanical rooms, connect sleeve with floor plate. G. Brass Pipe Sleeves: Provide for pipe passing through quarry tile, terrazzo or ceramic tile floors. Connect sleeve with floor plate. H. Sleeves are not required for wall hydrants for fire department connections or in drywall construction. I. Sleeve Clearance: Sleeve through floors, walls, partitions, and beam flanges shall be one inch greater in diameter than external diameter of pipe. Sleeve for pipe with insulation shall be large enough to accommodate the insulation. Interior openings shall be caulked tight with fire stopping material and sealant to prevent the spread of fire, smoke, and gases. 2.10 WALL, FLOOR AND CEILING PLATES A. Material and Type: Chrome plated brass or chrome plated steel, one piece or split type with concealed hinge, with set screw for fastening to pipe, or sleeve. Use plates that fit tight around pipes, cover openings around pipes and cover the entire pipe sleeve projection. B. Thickness: Not less than 3/32 -inch for floor plates. For wall and ceiling plates, not less than 0.025 -inch for up to 3 -inch pipe, 0.035 -inch for larger pipe. 1 CA HBK ENGINEERING M COMMON WOR"EJ'�UL_ FOR C ct7 23 057T-10 O CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 C. Locations: Use where pipe penetrates floors, walls and ceilings in exposed locations, in finished areas only. Provide a watertight joint in spaces where brass or steel pipe sleeves are specified. 2.11 ASBESTOS A. Materials containing asbestos are not permitted. PART 3 - EXECUTION 3.1 ARRANGEMENT AND INSTALLATION OF EQUIPMENT AND PIPING A. Coordinate location of piping, sleeves, inserts, hangers, ductwork and equipment. Locate piping, sleeves, inserts, hangers, ductwork and equipment clear of windows, doors, openings, light outlets, and other services and utilities. Prepare equipment layout drawings to coordinate proper location and personnel access of all facilities. Submit the drawings for review as required by Part 1. Follow manufacturer's published recommendations for installation methods not otherwise specified. B. Operating Personnel Access and Observation Provisions: Select and arrange all equipment and systems to provide clear view and easy access, without use of portable ladders, for maintenance and operation of all devices including, but not limited to: all equipment items, valves, filters, strainers, transmitters, sensors, control devices. All gages and indicators shall be clearly visible by personnel standing on the floor or on permanent platforms. Do not reduce or change maintenance and operating space and access provisions that are shown on the drawings. C. Equipment and Piping Support: Coordinate structural systems necessary for pipe and equipment support with pipe and equipment locations to permit proper installation. D. Location of pipe sleeves, trenches and chases shall be accurately coordinated with equipment and piping locations. E. Cutting Holes: 1. Cut holes through concrete and masonry by rotary core drill. Pneumatic hammer, impact electric, and hand or manual hammer type drill will not be allowed, except as permitted by Resident Engineer where working area space is limited. 2. Locate holes to avoid interference with structural members such as beams or grade beams. Holes shall be laid out in advance and drilling done only after app"val by Resident Engineer. If the Contractor considers it necessary to d%prougfistructural members, this matter shall be referred to Resident Engineer for abo%&al _y 3. Do not penetrate membrane waterproofing. tci Ci 1'— —0 F. Protection and Cleaning: =rn s Cn rti C3 HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-11 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 Equipment and materials shall be carefully handled, properly stored, and adequately protected to prevent damage before and during installation, in accordance with the manufacturer's recommendations and as approved by the Resident Engineer. Damaged or defective items in the opinion of the Resident Engineer shall be replaced. 2. Protect all finished parts of equipment, such as shafts and bearings where accessible, from rust prior to operation by means of protective grease coating and wrapping. Close pipe openings with caps or plugs during installation. Tightly cover and protect fixtures and equipment against dirt, water, chemical or mechanical injury. At completion of all work thoroughly clean fixtures, exposed materials and equipment. G. Concrete and Grout: Use concrete and shrink compensating grout 3000 psi minimum. H. Work in Existing Building: Cut required openings through existing masonry and reinforced concrete using diamond core drills. Use of pneumatic hammer type drills, impact type electric drills, and hand or manual hammer type drills, will be permitted only with approval of the Resident Engineer. Locate openings that will least effect structural slabs, columns, ribs or beams. Refer to the Resident Engineer for determination of proper design for openings through structural sections and opening layouts approval, prior to cutting or drilling into structure. After Resident Engineer's approval, carefully cut opening through construction no larger than absolutely necessary for the required installation. Switchgear/Electrical Equipment Drip Protection: Every.effort shall be made to eliminate the installation of pipe above electrical switchgear. If this is not possible, encase pipe in a second pipe with a minimum of joints. Installation of piping, ductwork, leak protection apparatus or other installations foreign to the electrical installation shall be located in the space equal to the width and depth of the equipment and extending from to a height of 6 ft. above the equipment to ceiling structure, whichever is lower (NFPA 70). 3.2 RIGGING A. Design is based on application of available equipment. Openings in building structures are planned to accommodate design scheme. B. Alternative methods of equipment delivery may be offered by Contractor and will be considered by Resident Engineer under specified restrictions of phasing and maintenance of service as well as structural integrity of the building. g C. Close all openings in the building when not required for rigging opera"as to98aintaieq proper cleanliness in the facility. rT D. Contractor shall check all clearances, weight limitations and shall offer"ggi�njq pla�p,� designed by a Registered Professional Engineer. All modifications to-�,t4tureis, In g reinforcement thereof, shall be at Contractor's cost, time and responsibiitity. cn HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-12 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 E. Rigging plan and methods shall be referred to Resident Engineer for evaluation prior to actual work. F. Restore building to original condition upon completion of rigging work. 3.4 PIPE AND EQUIPMENT SUPPORTS A. Where hanger spacing does not correspond with joist or rib spacing, use structural steel channels secured directly to joist and rib structure that will correspond to the required hanger spacing, and then suspend the equipment and piping from the channels. Drill or burn holes in structural steel only with the prior approval of the Resident Engineer. B. Use of chain, wire or strap hangers; wood for blocking, stays and bracing; or, hangers suspended from piping above will not be permitted. Replace or thoroughly clean rusty products and paint with zinc primer. C. Use hanger rods that are straight and vertical. Tumbuckles for vertical adjustments may be omitted where limited space prevents use. Provide a minimum of 1/2 -inch clearance between pipe or piping covering and adjacent work. D. HVAC Horizontal Pipe Support Spacing: Refer to MSS SP -69. Provide additional supports at valves, strainers, in-line pumps and other heavy components. Provide a support within one foot of each elbow. E. HVAC Vertical Pipe Supports: 1. Up to 6 -inch pipe, 30 feet long, bolt riser clamps to the pipe below couplings, or welded to the pipe and rests supports securely on the building structure. F. Overhead Supports: 1. The basic structural system of the building is designed to sustain the loads imposed by equipment and piping to be supported overhead. N 2. Provide steel structural members, in addition to those shown, of a o_quate=capability to support the imposed loads, located in accordance with the final appre"d Layout o" equipment and piping. `--t -- _a rJ rn 3. Tubing and capillary systems shall be supported in channel troughs r� 7x 3.5 MECHANICAL DEMOLITION - cn A. Rigging access, other than indicated on the drawings, shall be provided by th2Contractor after approval for structural integrity by the Resident Engineer. B. Completely remove all piping, wiring, conduit, and other devices associated with the equipment not to be re -used in the new work. This includes all pipe, valves, fittings, insulation, and all hangers including the top connection and any fastenings to building structural systems. Seal all openings, after removal of equipment, pipes, ducts, and other HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-13 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 penetrations in roof, walls, floors, in an approved manner and in accordance with plans and specifications where specifically covered. Structural integrity of the building system shall be maintained. Reference shall also be made to the drawings and specifications of the other disciplines in the project for additional facilities to be demolished or handled. 3.6 CLEANING AND PAINTING A. Prior to final inspection and acceptance of the plant and facilities for beneficial use by the Owner, equipment and systems shall be thoroughly cleaned and painted. Refer to Section 09 91 00, PAINTING. B. In addition, the following special conditions apply: 1. Cleaning shall be thorough. Use solvents, cleaning materials and methods recommended by the manufacturers for the specific tasks. Remove all rust prior to painting and from surfaces to remain unpainted. Repair scratches, scuffs, and abrasions prior to applying prime and finish coats. 2. Material And Equipment Not To Be Painted Includes: a. Motors, controllers, control switches, and safety switches. N 0 b. Control and interlock devices. c. Lubrication devices and grease fittings. y� ' d. Copper, brass, aluminum, stainless steel and bronze surfaces�<rn n M ' �X e. Valve stems and rotating shafts. cn 0 f. Pressure gauges and thermometers. g.. Glass. In. Name plates. 3. Control and instrument panels shall be cleaned; damaged surfaces repaired, and shall be touched -up with matching paint obtained from panel manufacturer. 4. Final result shall be smooth, even -colored, even -textured factory finish on all items. Completely repaint the entire piece of equipment if necessary to achieve this. 3.7 IDENTIFICATION SIGNS A. Factory Built Equipment: Metal plate, securely attached, with name and address of manufacturer, serial number, model number, size, performance. B. Pipe Identification: Refer to Section 09 91 00, PAINTING. 3.8 LUBRICATION HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-14 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 A. Lubricate all devices requiring lubrication prior to initial operation. Field -check all devices for proper lubrication. B. Equip all devices with required lubrication fittings or devices. Provide a minimum of one quart of oil and one pound of grease of manufacturer's recommended grade and type for each different application; also provide 12 grease sticks for lubricated plug valves. Deliver all materials to Resident Engineer in unopened containers that are properly identified as to application. C. All lubrication points shall be accessible without disassembling equipment, except to remove access plates. 3.10 STARTUP AND TEMPORARY OPERATION A. Startup equipment as described in equipment specifications. Verify that vibration is within specified tolerance prior to extended operation. Temporary use of equipment is specified in Section 01 00 00, GENERAL REQUIREMENTS, Article, and TEMPORARY USE OF MECHANICAL AND ELECTRICAL EQUIPMENT. 3.11 OPERATING AND PERFORMANCE TESTS A. Prior to the final inspection, perform required tests as specified in Section 01 00 00, GENERAL REQUIREMENTS and submit the test reports and records to the Resident Engineer. B. Should evidence of malfunction in any tested system, or piece of equipment or component part thereof, occur during or as a result of tests, make proper corrections, repairs or replacements, and repeat tests at no additional cost to the Owner. END OF SECTION 230500 HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-15 v O V _ � •■ 0 HBK ENGINEERING COMMON WORK RESULTS FOR HVAC 230511-15 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 23 34 00 HVAC FANS PART 1 —GENERAL 1.1 SUMMARY A. Section includes: o 1. Electric Ventilation Fan in Restroom 1.2 RELATED SECTIONS -C r rn A. All Division 023 ler- ' 1.3 REFERENCES csr o A. AMCA 1. Standard 300 B. NEC — National Electrical Code 2015 1.4 SUBMITTALS A Product Data: Submit manufacturer's product data. B. Shop Drawings: Submit shop drawings for installed product. C. Include dimensions, capacities, fan curves, materials of construction, ratings, weights, motors and drives, sound power levels, appropriate identification and vibration isolation for all equipment. Sound power levels to be based on tests performed in accordance with AMCA Standard 300. D. Submit color selection charts for equipment where applicable. E. Fan curves shall indicate the relationship of CFM to static or total pressure for various fan speeds. Brake horsepower, recommended selection range, and limits of operation are to also be indicated on the curves. Indicate operating point on the fan curves at design air quantity and indicate the manufacturer's recommended drive loss factor for the specific application. Tabular fan performance data is not acceptable. F. Fan curves shall indicate the relationship of CFM to static or total pressure for various fan speeds. Brake horsepower, recommended selection range, and limits of operation are to also be indicated on the curves. Indicate operating point on the fan curves at design air quantity and indicate the manufacturer's recommended drive loss factor for the specific application. Tabular fan performance data is not acceptable. G. Provide applicable warranty, O&M manuals and other factory information. 1.5 DESIGN CRITERIA A. Tested and certify all fans in accordance with the applicable AMCA test code. HBK ENGINEERING HVAC FANS 233400-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Each fan and motor combination shall be capable of delivering 110% of air quantity scheduled at scheduled static pressure. The motor furnished with the fan shall not operate into the motor service factor when operating under these conditions. C. Consider drive efficiency in motor selection according to manufacturer's published recommendation or according to AMCA Publication 203, Appendix L. D. Where inlet and outlet ductwork at any fan is changed from that shown on the drawings, provide any motor drive and/or wiring changes required due to increased static pressure or baffling necessary to prevent uneven airflow or improve mixing. E. All internal insulation and other components exposed to the airstream are to meet the flame spread and smoke ratings contained in NFPA 90A. F. All roof mounted equipment to be provided with curbs or equipment stands in accordance with specification in Section 23 05 29. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle to prevent damage and unnecessary wear. o E y B. Inspect unit upon delivery for signs of damage. -n n 4 r 01 PART 2 - PRODUCTS err- rn rn -� 2.1 GENERAL Cn A. Use fan size, class, type, arrangement, and capacity as scheduled. _ B. Furnish complete with motors, wheels, drive assemblies, bearings, vibration isolation devices, and accessories required for specified performance and proper operation. All single phase motors to have inherent thermal overload protection. C. Provide variable pitch sheaves for drives 3 hp and smaller, fixed pitch sheaves for drives 5 hp and larger. Design all drives for 150% of motor rating. D. Use OSHA approved belt guards that totally enclose the entire drive. Construct guards of expanded metal to allow for ventilation; provide tachometer openings at shaft locations. E. Statically and dynamically balance all fans so they operate without objectionable noise or vibration. F. Use AMCA Type A spark resistant construction for all fans handling flammable or explosive vapors. 2.2 CEILING EXHAUST FANS A. Twin City Fan & Blower, Greenheck, Penn, Jenn-Air, Cook, ACME, S&P or approved equal. B. Centrifugal blower wheel, steel housing with acoustical lining, integral exhaust grille, adjustable mounting brackets to allow for any ceiling thickness permanently lubricated motor, integral junction box with permanently lubricated HBK ENGINEERING HVAC FANS 23 34 00-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 and thermally protected motor factory wired, [24 volt electrically] [pneumatically] operated contol damper with blade edge and jamb seals, and damper operator. C. Provide back wall discharge assembly, as indicated on the drawings. PART 3- EXECUTION 3.1 INSTALLATION A. Install as shown on the drawings, as detailed, and according to manufacturer's installation instructions. On units provided with a drain connection, reduce drain connection down to'W fitting and leave open. B. Install thrust restraints in accordance with the requirements of Section 23 05 48. C. Contractor shall balance blade assembly of destratification fans after installation to assure stable operation. END OF SECTION 23 82 00 N _O .y C I —rn rn �rn --a M C', by HBK ENGINEERING HVAC FANS 23 34 00-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 23 82 00 HEATING AND COOLING TERMINAL UNITS PART 1 —GENERAL 1.1 SUMMARY A. Section includes: 1. Electric Baseboard Heater in Mechanical Room 1.2 RELATED SECTIONS A. All Division 023 1.3 REFERENCES A. ARI 1. Standard for Unitary Air Conditioning Equipment B. NEC — National Electrical Code 2015 V 1.4 SUBMITTALS —rra rn A. Product Data: Submit manufacturer's product data. B. Shop Drawings: Submit shop drawings for installed product. " cn 0 C. Include dimensions, capacities, materials of construction, ratings, weights, wiring diagrams, and appropriate identification for all equipment in this section. Include color selection chart where applicable. D. Provide applicable warranty, O&M manuals and other factory information. 1.5 DESIGN CRITERIA A. Forced Circulation Coils: Ratings certified in accordance with ARI 410. B. Electrical equipment and heaters shall be UL listed for the service specified. C. Electrical components and work must be in accordance with NEC. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle to prevent damage and unnecessary wear. B. Inspect unit upon delivery for signs of damage. PART 2 — PRODUCTS HBK ENGINEERING HEATING AND COOLING TERMINAL UNITS 23 82 00-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 2.1 ELECTRIC HEATERS 16-1234 A. Manufacturers: Markel, Trane, or approved equal B. Use corrosion resistant heating elements, designed and spaced for even distribution of air across the heating element, andinstalledto prevent noise of expansion and contraction. C. Provide units with necessary overheat protection, reset devices, air flow interlock switch, contactors, transformers, local non-fused disconnect switch that is prewired, and other controls as may be required by codes. D. Construct cabinets of 20 gauge steel, furnished exposed cabinets with a baked enamel finish in one of the manufacturer's standard colors, selected by Architect. PART 3- EXECUTION 3.1 INSTALLATION A. Install units in accordance with manufacturer's installation instructions. B. Install branch water or steam/condensate piping to each unit with a minimum of three elbows to allow for expansion and contraction of the piping system. C. Coordinate location of units with other trades to assure correct recess size for recessed units. D. After installation, provide protective covers to prevent accumulation of dirt on units during balance of construction. E. Install units where indicated on the drawings and details. Where heaters are indicated to be installed in ductwork, provide manufacturers recommended upstream and downstream ductwork to prevent overheating preblems. F. Units will be wired by the Electrical Contractor on dedicated circuit. END OF SECTION 23 82 00 N _ a r'" r M Cil O HBK ENGINEERING HEATING AND COOLING TERMINAL UNITS 23 82 00-2 Division 26 Electrical Division 26 N 0 � rn r �` 47 O Division 26 THIS PAGE INTENTIONALLY LEFT N --q n c r <r a m n CA C7 0 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project - 16-1234 SECTION 26 01 00 OPERATION AND MAINTENANCE FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 SUMMARY A. Basic materials and methods. 1.2 REFERENCES A. Work shall comply with applicable standards of the: 1. American Insurance Association 2. American Society for Testing and Materials (ASTM) 3. Edison Electric Institute 4. Factory Mutual (FM) 5. Institute of Electrical and Electronics Engineers o 6. Insulated Power Cable Engineers Association o :. 7. National Board of Fire Underwriters '= '-s —� e 8. National Bureau of Standards 9. National Electrical Code (NEC) _rte C6 10. National Electrical Manufacturer's Association '+ 11. National Electrical Safety Code _3 12. National Fire Protection Association y cil 13. National Safety Council o 14. Underwriters' Laboratories, Inc. (UL) 15. Uniform Fire Code (UFC) 16. William -Steiger Occupational Safety and Health Act of 1970 (OSHA) 1.3 SYSTEM DESCRIPTION A. Basic materials and methods are described. 1.4 SUBMITTALS A. Submit to the Design Professional for review, prior to the placing of orders for any equipment, a complete schedule of electrical fixtures, materials and panels to be installed. Schedule shall consist of catalog cuts, diagrams, shop drawings, performance curves, or any other descriptive material necessary to fully describe the equipment proposed and its operating characteristics. B. Review of the materials, including alternate or substitute items, shall be obtained in writing from the Design Professional; verbal review will not be considered binding. C. Submittals shall have been reviewed and signed by the Contractor, prior to submittal to the Design Professional. Faxes or copies of faxes are not acceptable. The Design Professional will review submittals to aid in interpreting the drawings and specifications, and in so doing will assume that the submittals conform to the specified requirements set forth in this specification. Review of HBK ENGINEERING OPERATION AND MAINTENANCE FOR ELECTRICAL SYSTEMS 2601 00-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 submittals by the Design Professional does not relieve the Contractor of the responsibility of complying with the elements of the specifications. D. Furnish copies of parts lists and operating and maintenance instructions and manuals, and furnish the services of a competent, trained individual thoroughly familiar with the operation of each special system. Special systems shall include electrical and communications equipment requiring operating instructions, inspection or periodic maintenance. The person instructing the owner shall see that the Owner is conversant with the operation of the system and its various controls; the company from whom maintenance service and repairs may be obtained; and the location and function of switches, devices and accessories, contained in the system. E. Operations and Maintenance Manuals shall be supplied containing the following: 1. Operation, maintenance, recommended spare parts, and renewal parts information for equipment furnished. 2. Set of complete, final, as -reviewed and accepted information required to be submitted for review. 3. As -constructed electrical, equipment, and installation drawings. 4. Index of equipment suppliers listing current names, addresses and telephone numbers of those who should be contacted for servicer" 5. As -constructed contract drawings permanently marked in,, -.d to �6w departures from original drawings. 6. Submit one (1) copy for review. This copy will be returned':Qubdt two (2) final revised copies. t Sd— =tc-� s F. Submit fire stop information and data sheets. M 1.5 PERMITS AND INSPECTIONS �� y A. Obtain, furnish and include the costs of necessary permits, fees and inspection certificates for material and labor furnished. Include costs of permits, certificates and inspection fees required in connection with the installation, unless otherwise noted in the detailed contractual description preceding these Electrical Specifications. B. Obtain, furnish and include the costs of necessary permits, fees and inspections required by the local Fire Marshall and the UFC, for installation of the emergency generator. C. Where applications are required for the procuring of utility services, see that such application is properly filed with the utility. D. On completion of work, furnish satisfactory evidence that work is acceptable to regulatory authorities having jurisdiction. E. Be responsible to see that the proper inspection authorities are notified when inspections are required by Code, and provide necessary assistance to the inspector during inspection. HBK ENGINEERING OPERATION AND MAINTENANCE FOR ELECTRICAL SYSTEMS 26 01 00-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 1.6 REGULATIONS A. Installation shall conform to or exceed the minimum requirements of the NEC, and federal, state, local and municipal ordinances. B. Work shall be performed in accordance with applicable recommendations of the ADA and OSHA. C. Installations shown on drawings the minimum requirements of the as shown or specified. 1.7 CONTRACT DOCUMENTS or required in the specifications that exceed NEC or other regulations shall be installed A. Intent of the drawings and specifications is to describe the complete installation. At the conclusion of construction, the electrical system shall be turned over to the owner complete and ready for safe, efficient operation. B. Drawings and the specifications are intended to be cooperative and supplementary. Closely check the drawings and specifications for any obvious errors or omissions, and bring any such condition to the attention of the Owner's Representative prior to the receipt of bids, in order to permit clarification by means of a mailed Addendum. C. Drawings for electrical work are in part diagrammatic, intended to convey the scope of work, general arrangement, approximate sizes, and locations of equipment and materials. Exact locations shall be determined to best fit the layout of the job. Scaling of the drawings will not be sufficient or accurate for determining these locations. Where job conditions require reasonable changes in indicated locations and arrangement, make such changes as directed by the Owner's Representative, without additional cost to the owner. D. A complete set of contract documents shall be on the site at all times. Prior to installing the work, check drawings for dimensions and conflicts. E. Rules 1. Where the context requires, the singular includes the plural and the plural includes the singular. The use of "and" in a ned ision means that merds in 2 provision must be complied with, orvmust exist to make lthe eproAsi n the applicable. Where compliance with one or more elements suffices, or where existence of one or more elements makes the provision applicable, "or" (rather than "and/or") is used. 3 "Shall" is mandatory and "may" is permissive. 1.8 RESPONSIBILITY A. Examine the project site and become familiar with existing conditions that will affect the work. Review the drawings and specifications of other trades and take note of conditions to be created which will also affect the work. HBK ENGINEERING OPERATION AND MAINTENANCE FOR ELECTRICAL SYSTEMS 26 01 00-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Provide sensors, equipment and supervision required for work in "confined spaces". C. No energized conductors shall be exposed at any time except when the immediate area is under the direct supervision of a qualified electrician. D. Provide temporary insulated magnetic covers for open panelboards. E. Locate equipment, which must be serviced, operated or maintained, in fully accessible positions. Verify location and size of each motor, and properly connect motors. G. Responsibility shall not end with installation and connecting of various apparatus. Include services of an experienced superintendent who shall be constantly in charge of the work. Provide qualified journeymen, helpers and laborers required to properly unload, install, connect, adjust, start, operate and test the work involved, including equipment and materials furnished by other trades or by the Owner. 1.9 DAMAGE A. Be responsible for damage to the work of other trades or to the building and its contents caused by the electrical installation. 1.10 GUARANTEE AND MAINTENANCE A. Material and equipment shall be fully guaranteed to be free from defects and to be new equipment. No secondhand, used or salvaged equipment will be allowed. B. Keep entire portion of the work in repair, so far as defects in workmanship, apparatus, material or construction are concerned, without additional cost to the owner, for one (1) year from the date of final acceptance, except as otherwise specified. C. Equipment installed which fails to meet performance ratings specified or shown on drawings shall be removed and replaced by new equipment which meets specified requirements, without additional cost to the Owner. D. Material and workmanship shall be subject to the review of the Owner's Representative, in whose presence various tests shall be made as regp*ed by these specifications. =r _5 PART 2 - PRODUCTS � 7-< 2.1 SUBCONTRACTORS AND MATERIALS rn A. Submit to the owner's Representative, for review, when requested, a complete list of subcontractors' materials and equipment proposed to be used: See Section 01 33 23 - Submittals. The entire list must be reviewed bylhe Design Professional before entering into any subcontractual agreement. Equipment, HBK ENGINEERING OPERATION AND MAINTENANCE FOR ELECTRICAL SYSTEMS 2601004 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 materials and devices shall be subject to the review of the Design Professional, whether or not said items are specified. Review does not imply approval of subcontractors or materials. 2.2 STANDARDS OF MATERIALS AND WORKMANSHIP A. Material shall be new, complete with manufacturer's guarantee or Warranty, and shall be as listed by UL, if a standard has been established by UL for the type of material. Approved manufacturers shall be firms regularly engaged in the manufacture of equipment of types and capacities required and whose products have been in satisfactory use in similar service for not less than three years. B. Methods and techniques of installation shall be subject to review by the Owner's Representative. C. Material shall be the standard product of a reputable manufacturer regularly engaged in the manufacture of the specific product. Materials of the same type or class shall be the products of one manufacturer. For example, panelboards shall be from the same manufacturer and lighting switches from the same manufacturer. D. Material shall be protected from damage and stored indoors at all times, unless other storage arrangements are reviewed by the Owners Representative. E. Material and equipment shall be installed in strict accordance with the manufacturer's recommendations. F. The equipment manufacturer and installing contractor shall carefully check that the installed, operating equipment can be properly serviced. If the manufacturer or the contractor has any reservations in this regard, they shall state their reservations and suggested changes in a separate letter addressed to the Owner's Representative, and shall include this letter as part of their shop drawing submission. Owner's Representative will work out required changes and adjustments in contract prices where such adjustments are warranted. % adjustment in contract price will be allowed for additions required by applicable code, ordinance, statute, utility regulation or labor regulation. It is t4 obligation of the contractor to include such items in his original bid. Changes "quipment.'' j shall be incorporated in shop drawings. =r c-) rn ice' If the contractor fails to call such reservations or suggestions to th', Avner p m representative's attention, in writing, before any work is done or equ[�mem is purchased, it shall be assumed that the contractor accepts the reslsollsioty foh� providing a safe, coordinated and complete installation. If at a later date changes become necessary to assure a safe, coordinated and complete" installation, the changes shall be made without increase in contract price. G. Equipment, devices, apparatus, systems and installations shall be entirely suitable and safe for each intended application in every respect, and must not create conditions which would be harmful to occupants of the building, to operating personnel, to installation personnel, to testing personnel, to workmen or to the public. The contractor shall be solely responsible for providing HBK ENGINEERING OPERATION AND MAINTENANCE FOR ELECTRICAL SYSTEMS 26 01 00-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 installations that will meet these conditions. If the contractor believes that the installation will not be safe for all parties, he shall so report to the owner's Representative, in Writing, before any equipment is purchased or work is installed, giving his exact recommendations. H. Where the specifications or drawings state that equipment shall be "furnished," "installed" or "provided," it shall be understood to mean that the contractor shall furnish and install that equipment completely, unless it is specifically stated that the equipment is to be furnished or installed by other trades, public utility companies or the owner. 2.3 MATERIAL SUBSTITUTIONS A. Proposals as submitted shall be based on the products specifically named in the specification or the equivalent. Furnishing material or equipment by manufacturers other than those specked shall only be by permission of the owner's representative. Such permission for substitution must be requested, by the BidderNendor, in writing, at least ten (10) calendar days prior to bid opening time. The request shall identify the differences in the alternate material or equipment as compared to that specified, and shall indicate the benefits to the project as a result of selecting the alternative. B. Furnish to the Owner's Representative, when requested, samples of proposed material or equipment substitutions. These samples shall remain with the Owner's Representative as long as they desire. C. Changes required by alternate equipment shall be made at no additional cost to the Owner. Re -design costs incurred by the Design Professional and costs incurred by other trades, public utilities, or the Owner as a result of the use of such equipment shall be the responsibility of the Contractor. D. The Owner's Representative reserves the sole right for the approval of proposed material or equipment, and the phrase "or an approved equivalent" used in these specifications or on the drawings shall be interpreted to mean an equivalent approved by the Design Professional. E. The Owner's Representative reserves the right to refuse approval of equipment which does not meet the specification, in their opinion, or of equipment for which no local experience of satisfactory service is available. The owner's Representative further reserves the right to reject equipment for which maintenance service and the availability of replacement parts is questionable. PART 3 - EXECUTION N 3.1 EXISTING CONDITIONS o A. Examine the existing building and grounds and become familiaiWth mnditior�s as they exist, or that will, in any manner, affect the work under fhis co*act. allowance will be made subsequently, on the behalf of the contrac{ors�for a or or negligence on their part in connection with this. .;; rn s J Ui 0 HBK ENGINEERING OPERATION AND MAINTENANCE FOR ELECTRICV SYSTEMS 26 01 00-6 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. Existing equipment, devices and conduits in or on the existing building or grounds which are to be replaced, or which interferes with the remodeling of the existing facilities or installation of new equipment, shall be removed from the premises or relocated as directed by the Owner's Representative. Do not remove from premises any equipment that may have maintenance value to the Owner without permission of the Owner. Items not to be reused shall be removed from the premises, unless otherwise noted herein or on the drawings. C. Exposed conduit and wires that are no longer in service shall be removed and the stubs plugged behind the surface. All power wiring shall be removed. Existing low voltage (less than 50V) concealed wiring, smaller than 14 AWG, may remain. Building surface damage, and openings left by removal of equipment, devices and conduit, shall be repaired by the proper trades, unless otherwise noted on the drawings. The cutting of floor, ceiling or wall surfaces shall be done with extreme care in order to avoid any disrupting or damage of existing utility services which may be encountered. Coordinate with other trades to minimize the damage to the building in order to reduce the amount of patching required. D. Where new openings are cut, and concealed items are encountered, the items shall be removed or relocated as required. Where conduit to be removed, stubs through floors, walls or ceilings, patching shall be so that no evidence of the former installation remains. E. Existing conduit or wire shall not be reused if moved from its present location, or if it is of inadequate capacity for the new load, or if it gives evidence of damage or deterioration that could render it unsafe. F. Conduit shall generally be concealed in the existing portion of the building. Review plans and specifications to determine where new ceilings and walls are to be installed, and make use of these areas to conceal conduit. Do not use surface raceways unless approved by the Design Professional. G. Existing surface raceways that will become concealed due to the work shall be replaced with new conduit and wire. Junction boxes for this modification shall be accessible. N H. Locate and protect existing utilities and other underground work in a riiAnner that will ensure that no damage or service interruption will result friom.ftxcagting e� other site or building work. 7 3.2 TEMPORARY UTILITIES A. Provide temporary electrical utilities as described in the detailed contractual description preceding the Electrical Specifications. ) 0 B. Provide temporary lighting, as required, to light all construction areas, ramps, runways, corridors, shops and storage areas to a minimum of 10 foot-candles while any work is in progress. First aid stations, infirmaries and offices shall be lit to a minimum of 30 foot-candles. HBK ENGINEERING OPERATION AND MAINTENANCE FOR ELECTRICAL SYSTEMS 26 01 00-7 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 C. Temporary services shall meet OSHA requirements. D. Pay costs necessary to remove or relocate any existing private, public or municipally owned electrical service or telephone service, which are on or adjacent to the owner's property, and which will interfere with or would be disturbed by the work of this trade or any other trade on this project E. Expedite the work of installing the main service and other work necessary so that the heating system may be operated when required, as directed by the Design Professional. 3.3 CLEANING OF PREMISES A. Keep the premises clean of debris caused by the work at all times. Keep material stored, in areas designated by the owner, in such a manner so as not to interfere with the progress of the work of other trades or with the operation of existing facilities. B. Interiors and exteriors of electrical panels shall be thoroughly cleaned. C. At the conclusion of the construction, the site shall be thoroughly cleaned of rubble, debris and unused material and shall be left in good order. Closed off spaces shall be cleaned of waste material, cartons, and wood frame members used in the construction. 3.4 RECORD OF CHANGES MADE TO THE WORK A. Maintain at the job site a separate and complete set of electrical plans and specifications upon which it is clearly and permanently marked in red and noted, in complete detail, any changes made. Include changes to location and arrangement of electrical apparatus or changes made in the electrical system and wiring as a result of building construction conditions or as a result of written instructions from the Design Professional. Such record of changes shall be made daily and the marked plans and specifications shall be available for the Design Professional's examination at any normal work time. B. Upon completion of the job, and before final payment is made, transmit the marked -up plans and specifications to the Design Professional. END OF SECTION N HBK ENGINEERING OPERATION AND MAINTENANCE FOR ELECTaAL SYSTEMS ,260100-8 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES PART 1 -GENERAL 1.1 SUMMARY A. Wires and cables 1.2 REFERENCES N O A. American Wire Gage (AWG) B. National Electrical Code (NEC) C. Underwriter's laboratories Inc. (UL) =tc a 61 1.3 SUBMITTALS -y -� rn A. Product Information and Data Sheets o r� 1.4 QUALITY ASSURANCE A. Copper conductors shall be manufactured by American Insulated Wire Corp., General Cable, Pirelli Cable Corp., Rome Cable Corp., Southwire Co., Triangle/PWC Inc., Carol Cable Company, Cablec, Okonite or approved equivalent. B. All wiring shall be listed by UL. PART 2 -PRODUCTS 2.1 REQUIREMENTS A. Conductors used throughout this project shall be copper B. Conductors used for the electrical distribution system at voltages less than 600 volts shall have 600 -volt insulation. C. Color -coding shall be as stated in section 26 05 53 Identification for Electrical Systems D. Six hundred (600) volt, insulated conductors, 6 AWG or larger, unless shown otherwise on the drawings or approved by the Design Professional, shall be of the following types: 1. Type THWN moisture and heat -resistant or THHN heat -resistant thermoplastic (polyvinyl chloride) insulation rated 75° C in wet and dry locations and 90° C in dry locations. HBK ENGINEERING LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project solid. 16-1234 2. XHHW, moisture and heat -resistant cross-linked polyethylene insulation rated 75° C in wet locations and 90° C in dry locations. E. Six hundred (600) volt insulated conductors smaller than 6 AWG, unless shown otherwise on the drawings.or approved by the Design Professional, shall be type THWN moisture -resistant thermoplastic (polyvinyl chloride) insulation rated 75° C in wet and dry locations. F. Conductors 10 AWG and larger shall be stranded. Conductors 12 AWG shall be G. Conductors smaller than 12 AWG shall not be used on this project H. Conductors installed within the ballast compartment of fluorescent fixtures shall be full size 150° C conductors in accordance with NEC Table 402.3. PART 3 - EXECUTION 3.1 INSTALLATION A. Wiring shall be in conduit or approved raceways, unless directed otherwise by Design Professional. B. For feeders, no more than three phase conductors per conduit shall be installed, unless specifically shown C. For branch circuits, no more than six (6) phase conductors per conduit shall be installed, unless specifically shown. Each branch circuit shall have a separate neutral for the following: 1. Electronically ballasted light fixtures. 2. GFCI Receptacles D. Cables of larger sizes shall be continuously lubricated with an approved compound, except as noted, at the pull -in point of the conduit so that no damage occurs to the insulation. Lubricant shall be Polywater Lubricant J or approved equivalent. Pulling tension on feeder runs over 200 feet in length shall be measured by a dynamometer and shall not exceed the manufacturer's recommendations. The feeders shall be run continuously, without splices. END OF SECTION N O J CN qq. rn- 3:z ^ IN) HBK ENGINEERING LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 19-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project SECTION 26 05 26 GROUNDING AND BONDING PART 1 -GENERAL 1.1 SUMMARY A. Electrical System Ground 1.2 REFERENCE 16-1234 A. American National Standards Institute (ANSI). B. Institute of Electrical and Electronic Engineers (IEEE). C. National Electrical Code (NEC). D. National Electrical Manufacturers Association (NEMA). E. Underwriters' Laboratories, Inc. (UL). 1.3 SYSTEM DESCRIPTION A. Grounding provides equipment protection by allowing protective devicds to operate during electrical faults. 1.4 SUBMITTALS A. None required :r—C-) :r v M M 1.5 QUALIFICATION c� 0 A. Conductors and connectors: see Sections 26 05 00 and 26 05 19. ^3 B. Bare grounding conductors shall be ES -1895 DSA, as manufactured by Copperweld or approved equivalent. C. Compression connections shall be as manufactured by Blackburn, Burndy, or approved equivalent. D. Exothermic connections shall be as manufactured by Cadweld, Furseweld, or approved equivalent. E. Grounding materials shall meet applicable standards and codes PART 2 -PRODUCTS 2.1 REQUIREMENTS A. Ground system shall be as shown on the drawings and as required by the NEC. GROUNDING AND BONDING 26 05 26-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 PART 3 - EXECUTION 3.1 INSTALLATION A. Grounding connection required for electrical equipment including (but not limited to) the following: 1. Conduit and raceways. 2. Panelboards. 3. Metal, non-current carrying parts of electrical equipment. B. The electrical system ground shall conform to these specifications, but in no case shall it be less than the requirements of the NEC. C. A grounding conductor shall be run in the raceway with the current carrying conductors, unless shown otherwise. D. An equipment -grounding conductor sized in accordance with Table 250.122 of the NEC shall be provided from the main equipment grounding bus to each panelboard. An equipment -grounding conductor shall be provided from the main equipment grounding bus or from the grounding bus of the serving panel, with all equipment feeders and branch circuits. E. Where metal (magnetic) conduit is used for mechanical protection of a grounding conductor, the conductor shall be securely bonded to the conduit at each end. This conduit shall be electrically continuous. Within computer rooms, non- magnetic conduit shall be used for grounding conductor protection. F. Accessible or exposed grounding connections shall be made with approved pressure type connectors. G. Inaccessible or buried grounding connections may be compression or exothermic. H. Check the continuity of ground in the electrical system. This shall include panels, receptacles, switches, outlets, and other electrically operated devices. If continuity does not exist, install additional grounding conductors such that continuity exists. END OF SECTION N _O 0 � C r m M� CD GROUNDING AND BONDING 26 05 26-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 26 05 33 ELECTRICAL RACEWAY AND BOXES I�e1:iiQH��I�:L•\� 1.1 SUMMARY A. Conduit and raceway. 1.2 REFERENCES A. National Electrical Code (NEC). B. Conduit shall carry the Underwriters' Laboratories (UL) label. C. Conduit shall meet the following American National Standards Institute (ANSI), National Electrical Manufacturers Association (NEMA) and Federal Specifications (FS) standards: 1. Rigid Metal Conduit (GRC): FS WW -C-581 and ANSI C80.1. 2. Flexible Metal Conduit: FS WW -C-566, CSA, UL. 3. Liquid -Tight Flexible Metal Conduit: CSA, UL. 4. PVC Rigid Nonmetallic Conduit (RNC): NEMA Standards Pub. No. TC3. 1.3 RELATED SECTIONS A. Section 26 27 26 Wiring Devices o o =+ 1.4 SUBMITTALS C "n � � A. Product Information and Manufacturer Data < t e 1.5 QUALIFICATIONS -` zy v rn A. Rigid nonmetallic conduit shall be Carlon Type 40 PV-DUIT (heavyvJalp`bY approved equivalent Liquid -B. tight flexible metal conduit shall be Electri4,:,,Iex, Type LA or approved equivalent B. Rigid nonmetallic conduit shall be Carlon Type 40 PV-DUIT (heavy wall) or approved equivalent Liquid -tight flexible metal conduit shall be Electri-Flex, Type LA or approved equivalent. PART 2 -PRODUCTS 2.1 REQUIREMENTS A. Conduit smaller than: 3/4 -inch diameter shall not be used on this project. B. Only threaded type connectors and couplings shall be used with GRC. C. Connections between rigid conduit and PVC shall be made with threaded PVC adapters or fittings. HBK ENGINEERING ELECTRICAL RACEWAY AND BOXES 26 05 33-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 D. GRC, flexible conduit or flexible liquid tight conduit including fittings and hangers used throughout this project shall be galvanized steel. E. Die cast metal fittings will not be permitted on this project. Connectors shall be compression type. F. Type LA Liquatite flexible conduit, with appropriate fittings which are UL listed as an assembly, shall be used in a boiler room, kitchen, exterior location or any moist location. PART 3 - EXECUTION 3.1 INSTALLATION A. Wiring shall be in conduit or approved raceways, unless shown otherwise. B. Conduit and outlet installation shall be concealed throughout this project, as follows unless otherwise indicated. 1. Conduit or Raceway above suspended ceilings shall be supported from the building structure and not from the ceiling grid hanger wires. C. Conduit throughout this project shall be Galvanized Rigid Conduit (GRPJ unless noted otherwise.a 7 J D. Conduit shall not be used as the sole grounding means. E. Conduit located underground, outside the building area, shall be installd2l a minimum of 36 inches below grade, unless otherwise indicated. Conduitshallb installed in a sand backfilled and compacted trench with a 2" wide yellowpoly"D marker tape placed in the trench approximately 6" below finished grade:•' w F. Metallic conduit, cut with a power saw or hacksaw, shall be reamed to remove burrs. G. Conduit bends shall be held to as large a radius as possible for ease in pulling of conductors and to provide a neatly installed appearance. The maximum length of straight conduit runs shall be 200 feet between pull boxes, with 50 feet deducted for each 90 -degree bend and 25 feet deducted for each 45- degree bend; reduction of length for all other angle bends shall be calculated on a similar basis H. Conduit risers below grade, inside and outside the building, shall have the bend weighted with concrete to prevent the conduit from lifting when cables are pulled. No conduits shall be routed in elevator equipment rooms or shafts except those required for the elevator power and communications. J. No conduits shall be routed in the floor beneath or near boilers. K. Suspended type conduit hangers for 2 -inch and smaller conduit shall be with mounting devices, similar to Unistrut or Kindorf beam clamps. Hangers for HBK ENGINEERING ELECTRICAL RACEWAY AND BOXES 26 05 33-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 groups of conduit with any size larger than 2 -inch shall be channel type structural shapes, with conduits clamped to channel with U-shaped clamps. L. PVC conduit shall be installed away from high temperature piping. PVC conduit shall be cut with a fine tooth blade or knife, and burrs removed from the cut edge. Connections between EMT or rigid conduit and PVC shall be made with threaded PVC adapters or fittings. M. When conditions are such that moisture may move through the conduits/raceways and contact energized live parts, or, when building ventilation conditions are such that the air may flow continuously in conduits/raceways, the conduit/raceway shall be sealed at each end with a pliable duct sealing compound such as Duct -Seal, Kerite Putty, Chase Technology foam or Hydra - Seal S-60WTF foam. If conduit is installed with possible access to rodents, the conduit shall be sealed in a manner similar to that described above. N. Interferences 1. Conduit runs are not shown to allow this contractor to choose the route to the various electrical devices. However, care shall be taken to coordinate the conduit runs with duct work, beams, joists, plumbing pipes, and plumbing fixtures to be installed by other trades. 2. When interference develops, the Design Professional will decide which equipment will be relocated; regardless of which apparatus was installed first. O. Bushings 1. Conduits shall have insulated bushings installed at entrances to panelboards, starters, pull boxes and shall be secured to the enclosure by the bushing (and lock nut, if necessary) on the inside, and by lock nut on the outside. 2. Conduits entering distribution type panelboards and the main switchgear shall have insulated grounding bushings similar to T & B 3800 series, with bushings connected together by means of a continuous copper grounding conductor, sized to meet the requirements of the NEC. ' P. Rigid metal conduit, when used with non-metallic conduit, shall be effectively grounded. Buried or exposed conduits, elbows or offsets shall be effectively grounded. Use grounding bushings, or grounding clamps, Burndy GARxxxx or approved equivalent, where grounding bushings cannot be used. Connect ground clamp to nearest grounding electrode. Q. Connectors, couplings and lock nuts shall be tightened securely by use of the proper tools to assure an effective and continuous path turound through the conduit system. 3 R. Wherever conduit crosses a building expansion joint and is cbnstraina from relief deflection (i.e. buried in concrete or a straight run anchored ih concrete on both sides of the joint), expansion fittings or expansion/deflection fittings shall be provided. — HBK ENGINEERING ELECTRICAL RACEWAI�3ND BOXES 26 05 33-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 S. Where wire is run for a motor connection, to be connected under a separate contract, the conduit shall be terminated in the proper fitting at the correct location. T. A short piece of flexible metal conduit shall be used in the feeder conduit near the motor. U. Surface mounted conduit shall be mounted flush to wall and secured by one -hole or M -o -hole clamps. END OF SECTION 0 -� n c_ 7�I 61 -1 C'7 :3 N HBK ENGINEERING ELECTRICAL RACEWAY AND BOXES 26 05 33-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16 1234 SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 SUMMARY A. This Section includes identification methods for electrical equipment and components. 1.2 A. American National Standards Institute (ANSI). B. Institute of Electrical and Electronic Engineers (IEEE). C. National Electrical Code (NEC). o D. National Electrical Manufacturers Association (NEMA).c T -t E Underwriters' Laboratories, Inc. (UL). ?� I r-- 1.3 RELATED SECTIONS �� rn A. All Division 26 Sections o N 1.4 SUBMITTALS A. Product Data: Submit manufacturer's catalog literature for each product required. B. Submit electrical identification schedule, including list of wording, symbols, letter size, color coding, tag number, location, and function. C. Manufacturer's Installation Instructions: Indicate installation instructions, special procedures, and all written instructions for storage, handling, protection, examination, preparation, and installation. 1.5 QUALITY ASSURANCE A. Accept identification products on site in original containers. Inspect for damage. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness. C. Protect insulation from weather and construction traffic, dirt, water, chemical, and mechanical damage by storing in original wrapping. 1.6 ENVIRONMENTAL REQUIREMENTS A. Install labels or nameplates only when ambient temperature and humidity HBK ENGINEERING IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 conditions for adhesive are within range recommended by manufacturer. PART 2 -PRODUCTS 2.1 NAMEPLATES A. Product Description: Laminated three -layer plastic with engraved black letters on white foreground color. B. Nameplate sizes shall be as follows: 1. Not less than 1-1/2 inches high and 6 inches long for "Master" nameplates, such as for control panels, equipment enclosures, etc. 2. Not less than 1 -inch high and 3 -inches long for individual device nameplates. C. Nameplate engraving shall be as follows: 1. Lettering shall be Gothic style. 2. "Master" nameplate characters shall be 3/8 -inch high with 45 -mils line width. 3. Individual externally mounted device nameplate characters shall be 3/16 - inch high with 30 -mils line width. 4. Individual internally mounted device nameplate characters sha"e 3/16 - inch high with 30 -mils line width. 5. The depth of the engraving cut shall penetrate to the wl,!FAor@ mater 6. Engraving designations shall be as indicated on the Cogfsae� Dwing approved by the Owner. c (--- D. Minimum Nameplate Thickness: 1/8 inch. -a rn 2.2 CABLE TRAY LABELS _ 7c vt A. Cable trays containing instrument, thermocouple, control, or 6004olt p*r cables shall have labels with 2 -inch -high black lettering identifying the cable tray number. B. Cable trays containing power cables rated above 600 volts shall have labels with 2- inch- high red lettering identifying the cable tray number and the voltage level of the cables in the tray. C. Label adhesive shall be able to hold on curved surfaces and withstand temperatures up to 150 degrees F in indoor or outdoor environments. D. Labels shall be resistant to oil, dirt, and abrasion. E. A broad -tipped permanent ink type marker shall be used to identify cable trays until the permanent labels are installed. 2.3 WIRE MARKERS (CABLE TAGS) A. Description: Cloth tape, split sleeve, or tubing -type wire markers. B. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number as indicated HBK ENGINEERING IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 on Contract Drawings. C. Tags shall be designed to provide a permanent wire and cable identification system. D. Tags shall show the complete cable number. E. Cable numbers may be hand lettered, stamped, or typed, but shall be legible and permanent. Character size for cable numbers shall be a minimum of 3/16 -inch high if hand lettered or 1/8 -inch high if stamped or typed. G. Tag material shall be non-metallic and impervious to moisture. H. Tags shall be securely attached to cables and accessible for inspection. Tags, marking, and attachment methods shall be subject to the approval of the Owner. 2.4 CONDUIT AND RACEWAY MARKERS A. Description: Labels fastened with adhesive or Stencils. Labels shall be made of white flame-retardant PVC with "Permastick" adhesive and peel -off backing. B. Color: 1. Medium -Voltage System: Black lettering on white background. 2. 480 -Volt System: Black lettering on white background. 3. 120/240 -Volt System: Black lettering on white background. 4. Fire Alarm System: Red lettering on white background. 5. Telephone System: Blue lettering on white background. o C. Style: Labels shall have 3/4 -inch Gothic characters. `?cn v� D. Legend: rr 1. Medium -Voltage System: "HIGH VOLTAGE". "480 --i� -10 rn 2. 480 -Volt System: VOLTS"._ 71 3. 240 -Volt System: "240 VOLTS". C n 4. Fire Alarm System: "FIRE ALARM". " or 5. Telephone System: "TELEPHONE". -0 2.5 STENCILS A. Stencils: With clean cut symbols and letters of following size: 1. Up to 2 Inches Outside Diameter of Raceway: 1/2 -inch -high letters. 2. 2-1/2 to 6 Inches Outside Diameter of Raceway: 1 -inch -high letters. 3. Stencil Paint: Semi -gloss enamel, colors in accordance with the requirements of the above Section 2.4 - Conduit and Raceway Markers 2.6 UNDERGROUND WARNING TAPE HBK ENGINEERING IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 A. Description: 4 -inch -wide plastic tape, colored red with suitable warning legend describing buried electrical lines. 2.7 LOCKOUT DEVICES A. Lockout Hasps: 1. Anodized aluminum or reinforced nylon hasp with erasable label surface; size minimum 7-1/4 by 3 inches. PART 3 - EXECUTION 3.1 PREPARATION A Degrease and clean surfaces to receive adhesive for identification materials. 3.2 INSTALLATION A. Install identifying devices after completion of painting. B. Nameplate Installation: 1. Install nameplate parallel to equipment lines. 2. Install nameplate for each electrical distribution and control equipment enclosure with corrosive -resistant mechanical fasteners or permanent adhesive. No double- sided tape will be allowed. 3. Install nameplates for each control panel and major control components located outside panel with corrosive -resistant mechanical fasteners or permanent adhesive. No double -sided tape will be allowed. 4. Secure nameplate to equipment front using screws or adhesive. No double - sided tape will be allowed. 5. Secure nameplate to inside surface of door on recessed panelboard in finished locations. 6. Install nameplates for the following: a. Switchboards. b. Panelboards. C. Transformers. d. Service disconnects. C3 n r -- c C. Cable Tray Label Installation: a+ 1. Install label parallel to equipment lines. - S 2. Install labels for permanent adhesion and seal with clear lacque- °���--y9 3. Thoroughly clean all surfaces at the locations where the cable t[�y labo are to be installed. 4. Install labels at intervals of 25 feet maximum for cable trays conning instrument, thermocouple, control, and 600 -volt power cables. 5. Install labels at intervals of 10 feet maximum for cable trays containing power cables rated above 600 volts. 6. All labels shall be visible from the floor, platform, or other vantage point. 7. Remove all temporary cable tray identification markings. HBK ENGINEERING IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 D. Wire Marker Installation: 1. Install wire marker for each conductor at panelboard gutters, pull boxes, outlet and junction boxes, and each load connection. 2. Attach a cable identification tag to each cable at all termination or end points. Install additional marking at accessible locations along the cable run. 3. Install labels at data outlets identifying patch panel and port designation [as indicated on Contract Drawings]. E. Raceway Marker Installation: 1. Install labels on all scheduled conduit when the conduit is installed. 2. Clean the conduit surface and install a label at each conduit termination in such a manner that the label is readable from the floor, platform, or other vantage point. 3. Provide temporary conduit identification until the permanent conduit label can be installed. An acceptable method is the usage of a broad -tipped permanent ink type marker. 4. Install raceway marker for each raceway longer than 10 feet. 5. Raceway Marker Spacing: 20 feet on center. 6. Raceway Painting: Identify conduit using field painting. a. Paint colored band on each conduit longer than 10 feet. b. Paint bands 20 feet on center. C. Color: 1) 480 -Volt System: Blue. 2) 240 -Volt System: Yellow. 3) Fire Alarm System: Red. 4) Telephone System: Green. Underground Warning Tape Installation: Install underground warning tape along length of each underground conduit, raceway, or cable 6 to 8 inches below finished grade, directly above buried conduit, raceway, or cable. END OF SECTION HBK ENGINEERING IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-5 N 0 � —iC7 6>, -� cr1 0 N HBK ENGINEERING IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 53-5 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project PART1-GENERAL 1.1 SUMMARY 1.2 SECTION 26 24 16 PANELBOARDS 16-1234 A. This Section includes enclosed fusible switch and circuit breaker panelboards for feeders, and circuit -breaker type lighting and appliance branch circuit panelboards. A. American National Standards Institute: ANSI Z55.1.61 - No. 61 Light Gray Finish. B. Institute of Electrical and Electronics Engineers: IEEE C62.41 - Recommended Practice on Surge Voltages in Low -Voltage AC Power Circuits. C. National Electrical Manufacturers Association: NEMA AB 1 - Molded -Case Circuit Breakers and Molded -Case Switches. NEMA FU 1 - Low -Voltage Cartridge Fuses. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). NEMA PB 1 - Panelboards. NEMA PB 1.1 - General Instructions for Proper Installation, Operation, and Maintenance of Panelboards Rated 600 Volts or Less. NEMA 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). D. National Fire Protection Association: NFPA 70 - National Electrical Code. E. Underwriters Laboratories Inc.: UL 50 - Electric Cabinets and Boxes. o UL 67 -Safety for Panelboards. � c —n UL 198C - High -Intensity Capacity Fuses; Current -Limiting T e UL 198E - Class R Fuses. -< t UL 198L - DC Fuses for Industrial Use. UL 489 - Molded -Case Circuit Breakers. =`M a M 1.2 RELATED SECTIONS - o A. Section 26 01 00 Operation and Maintenance for Electrical Systems N B. Section 26 05 19 Low Voltage Electrical Power Conductors and Cables C. Section 26 05 26 Grounding and Bonding D. Section 26 05 33 Electrical Raceway and Boxes HBK ENGINEERING PANELBOARDS 26 24 16-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 E. Section 26 27 26 Wiring Devices F. Section 26 28 16 Enclosed Switches and Circuit Breakers 1.3 SUBMITTALS A. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short-circuit ampere rating, and circuit breaker and fusible switch arrangement and sizes. B. Product Data: Submit catalog data showing specified products and features. C. Manufacturer Warranty information 1.4 QUALITY ASSURANCE A. Deliver panelboards individually wrapped for protection. B. Accept panelboards on site and inspect for damage. C. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or plastic cover to protect units from dirt, water, construction debris, and traffic. D. Handle in accordance with the manufacturer's written instructions. Handle carefully to avoid damage to internal components, enclosure, and finish. 1.5 SPARE PARTS A. Keys: Furnish three each to the Owner. PART 2 -PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Square D o B. General Electric C. Siemens =1 n rn 2.2 GENERAL CONSTRUCTION REQUIREMENTS �� 3 -�: u? A. Enclosures shall be of the following types: CD Na 1. NEMA 12: General purpose for indoor non -hazardous locations B. Panelboards shall be code gage, hot -dipped galvanized sheet metal boxes with code gage steel trim. HBK ENGINEERING PANELBOARDS 26 24 16-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 C. Panelboards shall be finished with a rust -inhibiting coating and ANSI Z55.1.61 No.61 light gray paint. D. Panelboards shall have screw covers and a hinged door with a flush lock. E. Panelboards shall have a phenolic nameplate on the outside surface of the door engraved with the panelboard designation. Refer to Section 26 05 53 - Identification for Electrical Systems. F. Panelboards shall have copper main busses of the ampacity indicated on the Contract Drawings, and all circuit breakers shall have trip ratings and number of poles as indicated on the Contract Drawings. G. Panelboards shall have future circuit breaker space for the number of poles as indicated on the Contract Drawings. H. The short-circuit current rating of the assembled panelboard shall be equal to or greater than the interrupting capacity of the highest rated circuit breaker. A circuit directory card and cardholder shall be provided on the inside of the panelboard door. Directory card shall have a space to identify each circuit in the panelboard. Directory shall be completed with a labeler — not hand written. 2.3 120/240 -VOLT PANELBOARDS A. Product Description: NEMA PB1, circuit breaker type. B. Panelboard Bus: Furnish copper ground bus in each panelboard. C. Rated 120/240 volts ac, single phase, three wire, solid neutral with main circuit breaker as indicatedon the Contract Drawings. D. Minimum Integrated Short -Circuit Rating: 22,000 amperes rms symmetrical for 240 - volt panelboards. E Provide 100 -ampere frame size bolt -on thermal -magnetic circuit breakers with non - interchangeable trip units. PART 3 -EXECUTION o� y� 3.1 INSTALLATION �� m rn M A. Install panelboards in accordance with NEMA PB 1.1. B. Install panelboards plumb. cn N C. Install at locations indicated on the Contract Drawings, including all necessary mounting and supporting materials. D. Locate and arrange with proper clearances from other equipment and material to HBK ENGINEERING PANELBOARDS 26 24 16-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 obtain good accessibility for operation and maintenance. E. Space away from walls or columns at least 1/4 inch to prevent surface moisture from rusting the enclosure. Provide all necessary floor openings unless openings are indicated on the Contract Drawings as being provided by others. G. Clean all welds, scars, and abrasions; remove metal splatter, rust, and all foreign material. H. Flush mount in finished areas and surface mount on walls or columns in all other areas. Install so that the top of the panelboard is approximately 6 feet above the floor if at all possible. J. Install and fill out circuit directory card - with labeler; not hand-written. K. Provide filler plates for all unused spaces in all panelboards. L. Ground and bond panelboard, neutral bus, and ground bus enclosure according to Section 26 05 26 - Grounding and Bonding - and as indicated on the Contract Drawings. Connect equipment ground bars of panels in accordance with NFPA 70 and as indicated on the Contract Drawings. 3.2 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform circuit breaker inspections and tests listed in NETA ATS, Section 7.6. C. Perform switch inspections and tests listed in NETA ATS, Section 7.5. D. Visual and Mechanical Inspection: Inspect all panelboards for physical damage, proper alignment, anchorage, and grounding. Check installation and tightness of connections for all circuit breakers. 3.3 ADJUSTING A. Measure steady-state load currents at each panelboard feeder, rearrange circuits in panelboard to balance phase loads to within 20 percent of each other.Avlaintain proper phasing for multi -wire branch circuits. c > -4 a r END OF SECTION ?n �+ <r- rri -v M 3 -W" o v HBK ENGINEERING PANELBOARDS 26 24 16-4 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 SECTION 26 27 26 WIRING DEVICES PART 1 -GENERAL 1.1 SUMMARY A. Switches B. Receptacles o o -' cL 1.2 REFERENCES A. Federal Specifications (FS) -sc-) °' B. General Services Administration (GSA) -`+ n rn C. National electrical Manufacturers Association (NEMA) cn D. Underwriters' laboratories, Inc. (UL) o W 1.3 RELATED SECTIONS A. Section 26 05 33 Electrical Raceway and Boxes 1.4 SUBMITTALS A. Submit the following: 1. List of types of switches, and receptacles to be used including manufacturer B. Manufacturer's Product Information 1.5 QUALIFICATIONS A. Cover plates shall be by the same manufacturers the wiring devices B. Switches and receptacles shall be specification grade as manufactured by Arrow -Hart, Harvey Hubbell, Leviton, Pass and Seymour, or approved equivalent. C. Switches shall be UL verified to meet FS W -S-896, GSA and NEMA Standard WD -1 heavy-duty testing requirements. D. Receptacles (125 volt) shall be UL verified to meet FS W -C-596, GSA and NEMA Standard WD -1 3.02 to 3.10, heavy duty testing requirements. PART 2 -PRODUCTS 2.1 SWITCHES A. Switches shall be heavy-duty, quiet type, 20 ampere, 1201277 volts AC, similar to Hubbell #1221-X or Pass and Seymour 20AC1-X, side and back -Vii red or 521-X side -wired only. HBK ENGINEERING WIRING DEVICES 26 27 26-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 B. All switches to be waterproof. 2.2 RECEPTACLES A. Receptacles shall be specification grade, NEMA #5-20R configuration, 125 volts, 20 ampere, grounding, nylon body front Ground fault interrupter shall be equivalent to Hubbell GF5362. B. Receptacles shall be of the type shown on the drawings. C. All receptacles to be waterproof. D. Receptacles required by NEMA Type on the drawings, but not listed above, shall be of comparable quality to those listed. E. Switches and receptacles shall have binding post terminals, and connections shall be made by wrapping wire around these terminals. F. Receptacles required to meet NEC 406.8(B) (latest edition) shall be the size and color (lockable or non- lockable) as shown on the drawings. 2.3 COLOR OF DEVICE AND COVERPLATE A. Switch and receptacle bodies shall be ivory. B. Cover plates shall be: 1. 035 inch, 18-8 stainless steel type 302 in satin or brushed -finish LJ ^J PART 3 - EXECUTION =t n s 6 3.1 SWITCHES, RECEPTACLES, AND COVERPLATES A. Switches and receptacles shall be installed where shown on the-drtiwiggis. B. Switches shall be single -pole, double -pole, three-way, four-way, or mo&ntary as required to control the circuit. Mount at 48" to center unless shown otherwise. C. Confer with the Design Professional or owner to obtain the exact locations of each outlet box before any conduit is installed. However, the owner reserves the right to change any of these locations without extra cost if the change is made before the installation. The exact location of outlet boxes shall be the sole responsibility of the Contractor. D. Switches shall be installed on the latch side of the door openings. E. Receptacles shall have a grounding pole. Receptacle ground pole to be down for vertical mount, or, neutral pole up for horizontal mount. Mount at 18" to center unless shown otherwise. F. Wiring in outlet boxes shall be continuous Provide pigtails) to devices as required. HBK ENGINEERING WIRING DEVICES 26 27 26-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project G. Each outlet box shall be provided with a cover plate. END OF SECTION HBK ENGINEERING O L,3 16-1234 WIRING DEVICES 26 27 26-3 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project SECTION 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART1-GENERAL 1.1 SUMMARY A. Safety disconnect switches. 1.2 REFERENCES A. National electrical Manufacturers Association (NEMA) B. Underwriters' Laboratories, Inc. (UL) 16-1234 1.3 SYSTEM DESCRIPTION A. Disconnect switches provide safe disconnecting of electrical power to equipment 1.4 SUBMITTALS A. Submit the following information: 1. Outline drawing with dimensions. 2. Equipment Ratings. a. Voltage. b. Capacity. C. Horsepower. d. Short circuit withstand rating — o 0 B. Manufacturer's Product Information 1 1.5 QUALIFICATIONS A. Safety switches shall be NEMA heavy-duty type and shall carry the UL label. Fusible switches shall incorporate Class "R" fuse rejection feature and shall be braced to withstand 50,000 ampere RMS symmetrical fault current. C. Switches shall be of the same manufacturer as the panel boards. D. Safety switches used for service entrance equipment shall be UL listed as suitable for service entrance. PART 2 -PRODUCTS 2.1 SWITCHES HBK ENGINEERING ENCLOSED SWITCHES AND CIRCUIT BREAKERS 2628 16-1 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 A. Provide heavy-duty type, sheet steel enclosed, safety switches. Type, size, and rating shall be as shown on the drawings or as required by the motor or equipment served. B. Switches shall incorporate quick -make, quick -break operating handles. Mechanism shall be an integral part of the box, not the cover, and switches shall have a cover interlock to prevent unauthorized opening of the switch door in the on position or closing of the switch mechanism with the door open. Current carrying parts shall be constructed of high -conductivity copper with silver - tungsten type switch contact. 2.2 OTHER A. Fuse clips shall be positive pressure type reinforced rejection type fuse clips. B. Indoor enclosures shall be NEMA 1. Enclosures for wet locations, vaults and for outdoor use shall be NEMA 4. N O C. Equip each motor disconnect with auxiliary contacts (1 -NO, 1 -IG). _+ =C-) - M PART 3 - EXECUTION �-4 j`e � < I 3.1 INSTALLATION T A. Furnish and install safety disconnect switches (fused and non -fused). -show" on the drawings. In addition, furnish a safety disconnect switch for�motolye and equipment which do not have combination starters or integral D disconnecting means. B. For mechanical equipment rated for use only with fuses (such as condensing units, compressors, chillers), provide fusible disconnect switches. Such switches shall be one, two or three pole type, with solid neutral for 4- wire service, and shall have the proper current and voltage rating as required. C. Terminals of the proper size for wire as shown on the drawings for line, load and ground shall be supplied by the disconnect switch manufacturer. D. Each motor shall be individually protected. Furnish a safety disconnect for each motor as required by the NEC. E. Disconnect switches shall not be directly mounted to equipment which is mounted on vibration isolation pads or springs, unless a piece of flexible conduit is used between the disconnect switch and the fixed conduit. Safety switches shall be mounted securely to walls, columns or machine frames, and provided with brackets, mounting devices, structural pieces and expansion type anchor inserts necessary for this purpose. Switches shall not be mounted directly to metal surfaces or to concrete or masonry walls. Structural channels such as Kindorf or 3/4" plywood shall be used to mount switches at least 3/4 inch away from the mounting surface. HBK ENGINEERING ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16-2 CITY OF IOWA CITY Happy Hollow Park Restroom and Shelter Replacement Project 16-1234 G. Switches shall be mounted at a height of 60 inches above the finished floor to the top of the back box. H. Coordinate fuseable switches and fuse sizes, with mechanical trades, Where required by UL listing for mechanical equipment installation. I. Motors larger than 1/8 horsepower and controllers shall have a disconnecting means within sight and within 50'. J. Combination motor starters, circuit breakers in panel boards, manual motor starters, integral disconnecting means on equipment, and cord/plug connections may be used as disconnecting means where they are within sight and 50' of the equipment K. Switches, combination starters, and circuit breakers which are pad -lockable in the "OFF" position may be used as disconnecting means when not in sight or within 50' unless prohibited by local code. L. Provide a disconnect switch for motors, motor -driven appliances, and controllers not covered by paragraphs A or B above. M. Transformers shall have a disconnecting means (primary and secondary) within sight and within 50'. END OF SECTION HBK ENGINEERING ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16-3 N _O L 4. C i"{ —iC7 1 4T rn � " c::) W HBK ENGINEERING ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 28 16-3 CITY OF IOWA CITY Happy Hollow Restroom and Shelter HBK JOB: 16-1234 FINAL COST ESTIMATE UTILITY r INFRASTRUCTURE 1� SOLUTIONS 1k i ENGINEERING No. 1 ITEM Mobilization QTY - UNIT UNIT COST $11,000.00 ITEM TOTAL $11,500.00 2 Erosion Control 1.0 LS $1,000.00 $1,000.00 3 Demolition/Removals 1.00 LS $10,000.00 $10,000.00 4 Earthwork/Grading 680.00 CY $5.50 $3,740.00 5 4' PCC Paving 143.0 BY $35.00 $5,005.00 6 Remove/Replace Grill 1.0 EA $500.00 $500.00 7 Final Grading/Hydroseed 0.3 ACRE $3,500.00 $1,050.00 8 Footing Excavation 30.00 CY $35.00 $1,050.00 9 Structural PCC Footings 10.00 CY $350.00 $3,500.00 10 Structural Backfill 25.0 TONS $35.00 $875.00 11 Granular Subbase 7.0 TONS $75.00 $525.00 12 Insulation 300.0 SF $4.25 $1,275.00 13 4' Concrete Floor 140.0 SF $12.50 $1,750.00 14 Sanitary Service 1.0 LS $2,500.00 $2,500.00 15 Water Service 1.0 LS $3,000.00 $3,000.00 16 Interior Plumbing 1.0 LS $7,000.00 $7,000.00 17 Plumbing Fixtures 1.0 LS $1,800.00 $1,800.00 18 Drinking Fountain 1.0 EA $4,800.00 $4,800.00 19 Timber Framing 1.0 LS $8,000.00 $8,000.00 20 Exterior Stone Fascia 132.0 SF $35.00 $4,620.00 21 CMU Masonry 1.0 LS $6,000.00 $6,000.00 22 Interior Wall Framing and Drywall 80.0 SF $2200 $1,760.00 23 Exterior Siding and Trim 264.0 SF $24.50 $6,468.00 24 1 Metal Roofing - 1.0 LS $4,500.00 $4,500.00 25 LIghtTube 1.0 EA $1,000.00 $1,000.00 26 Painting 1.0 LS $3,800.00 $3,800.00 27 Electrical Service 1.0 LS $3,500.00 $3,500.00 28 Electrical Wiring 1.0 LS $4,200.00 $4,200.00 29 Electrical Fixtures and Lighting 1.0 LS $1,750.00 $1,750.00 30 Column Footing Excavation 1.00 LS $1,000.00 S1 000.00 31 PCC Column Footings 8.00 EA $550.00 $4,400.00 32 Granular Subbase 40.0 TONS $35.00 $1,400.00 33 4' PCC Concrete Slab 120.0 BY $35.00 $4,200.00 34 Shelter Supply/Deliver 1.0 LS $45,000.00 $45,000.00 35 Sheffer Installation 1.0 LS $11,250.00 $11,250.00 36 Electrical Feed 1.0 LS $1,500.00 $1,500.00 37 Electrical Fixtures 2.0 LS $500.00 $1,000.00 ' DESIGN CONTINGENCY 0.00% $0.00 ' CONSTRUCTION CONTINGENCY 0.00% $0.00 Ala Splitface CMU, Shelter 8.0 EA $200.00 $1,600.00 Alb Natural Stone Fascia, Shelter 8.0 EA $750.00 $6,000.00 $0.00 : 99 - $ TOTALS without alternates 176.218.00 dCnr- RENDERINGS PROPOSED RESTROOM: RIGHT PROPOSED SHELTER: BELOW MATERIALS LIMESTONE BASE: WEBER STONE SAWED BED VENEER CAST STONE COPING: EDWARDS CAST STONE 18-025 IAP SIDING: SW 7044 AMAZING GRAY TRIM BOARDS: SW 7045 INTELLECTUAL G RAY SOFFIT, FASCIA AND FASCIA TRIM: SW 7048 URBANE BRONZE UTILITY CONTACTS THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: WATER GAS ELECTRIC MID AMERICAN ENERGY CO. - W STEPHEN ATKINS DR. IWO LOWER MUSCATINE RD. IOWA CITY, M 52245 IOWA CITY, IA 52240 ATTN: KEVIN SLUTTS JASON WARREN (ELECTRIC) PHONE: 314358-5182 PHONE: 311)t341-4425 ATTN: CHRIS PARIZEK DON MASTON (GAS) PHONE: 31435&5858 PHONE: 314325-0352 TELEPHONE ATTN: KEVIN HEEREN 4388 NAPOLEON ST. BE CEN7URYUNKCOMMUMCATION IOWA CITY, IA 52248 1550 BLAIRS FERRY RD, NE ATTN: TIM VALKEY CEDAR RAPIDS, IA 52402 PHONE: 319,9588108 PHONE: 303'8845091) CABLETELEVISION ATTN: KEVIN FOUNTAIN A. Berth, .E MEDIACOM 1W Fngln.erbmuc 548SOUTHGATEAVENUE WHITING AVE ¢ IOWA CITY, IA 52240 BUILDING PHONE: 31W351-DWB Pages w wheats covered by Ws eml N FAX: 3143513834 FIBER OPTICS AT B T: JIM GOEKE W 5281 NW 114TH ST.. SUITE B GRIMES, IA Will PHONE: 515'886-9413 UTILITY LOCATING CREW °ONE CALL' U PHONE: 1-8001292-8988 HAPPY HOLLOW RESTROOM AND SHELTER REPLACEMENT PROJECT 2017 PROJECT VICINITY MAP CITY CONTACTS Jun 06, 2017 - 3:46pm I:\Project\161234\dwg (all drawing flea)\CAD\161234 - Co9er Sheet.dwg PARK RD A PROJECT LOCATION I CITY OF IOWA CITY WATER CITY WATER DEPT. C2.0 - W STEPHEN ATKINS DR. C3.0 IOWA CITY, M 52245 A1.0 ATTN: KEVIN SLUTTS A2.0 PHONE: 314358-5182 A3.0 ATTN: CHRIS PARIZEK A4.0 PHONE: 31435&5858 SANITARY WASTEWATER DIVISION z 4388 NAPOLEON ST. BE M1.0 IOWA CITY, IA 52248 E1.0 ATTN: TIM VALKEY n PHONE: 319,9588108 ENGINEERING ENGINEERING DEPT. 6-6-2017 410 E WASHINGTON ST. A. Berth, .E IOWA CITY, IA 52240 1W Fngln.erbmuc ATTN: DAVE PANDS WHITING AVE ¢ PHONE: 31&3585145 BUILDING BUILDING DIVISION Pages w wheats covered by Ws eml N NEIGHBORHOODAND DEVELOPMENT SERVICES W 410 E. WASHINGTON ST. IOWA CITY, IA 52240 ATTN: TIM HENNES fL PHONE: 31M56-5122 Jun 06, 2017 - 3:46pm I:\Project\161234\dwg (all drawing flea)\CAD\161234 - Co9er Sheet.dwg PARK RD A PROJECT LOCATION I INDEX OF SHEETS SHEET TITLE D AR LINFAVE AROLINE C2.0 m C3.0 DEMOLITION PLAN AND SITE UTILITY PLAN A1.0 ARCHITECTURAL NOTES A2.0 SHELTER PLAN, ELEVATIONS, AND SECTIONS A3.0 j A4.0 RESTROOM SECTIONS A5.D W z CT M1.0 p E1.0 9p n F y BOELK 6-6-2017 = 5 A. Berth, .E �p*,/'�•'"� *00` 1W Fngln.erbmuc � WHITING AVE ¢ AROLINE My Ii—mmal wnewd date iw D.wmbw 31. 2018 Pages w wheats covered by Ws eml N W DR OOpGE fL U U ODGE ST CT wKIMBALL p 3 AVE rc a 3 <_ z Z �C`ryY m F U U N �p p� Op Z KIMBALL p rn w BROWN ST o ONAL ST Iris vri �� INDEX OF SHEETS SHEET TITLE C1.0 COVER SHEET C2.0 GENERAL NOTES B LEGEND C3.0 DEMOLITION PLAN AND SITE UTILITY PLAN A1.0 ARCHITECTURAL NOTES A2.0 SHELTER PLAN, ELEVATIONS, AND SECTIONS A3.0 RESTROOM PLANS 8 ELEVATIONS A4.0 RESTROOM SECTIONS A5.D RESTROOM DETAILS P1.0 RESTROOM PLUMBING PLAN M1.0 RESTROOM HVAC PLM! E1.0 RESTROOM ELECTRICAL PLAN OWNER/APPLICANT CRY OF IOWA CITY 16-1234 HAPPY HOLLOW PAR[ RaeLAcent�rtT eROJecr COVER SHEET hbk SNGINSS&ING HM ENGI.RING, LLC 5095. GILBERT BT. IOWACITY, W 5IIW PHONE 1319) 187551 FAX: (319) ]829" IOWA DEPARTMENT OF IABOR REORSTMTION NO. IV12. ITY OF IOWA CITY HURL I ST /—F -� r�� VI Vrl N*MAR FIRC L CEDAR ST � 0z E DAVE POz m z A E o BL00 INGJ m w r . _ - - _ aNOT AeeucABLD PROJECT NARRATIVE THE SCOPE OF WORK SHALL ENTAIL DEMOLITION OF THE EXISTING RESTROOM AND SHELTER FACILITY AND CONSTRUCTION OF NEW FACILITIES AT HAPPY HOLLOW PARK, LOCATED AT 800 BROWN ST. THE NEW RESTROOM FACILITY WILL BE A SINGLE -STALL WITH REMOTE LOCKING MECHANISMS INSTALLED IN THE ENTRANCE DOOR. A DRINKING FOUNTAJ WBOTTLE FILLER STATION WALL BE INSTALLED ON A SEPARATE CONCRETE PAD DIRECTLY SOUTH OF THE RESTROOM FACILITY, AND ALL NEW FACILITIES WILL BE CONNECTED BY A SIDEWALK THAT BEGINS IN THE PARKING LOT AREA AND ENDS AT THE EXISTING PLAYGROUND. THE NEW SHELTER FACILITY WILL BE LOCATED NORTHEAST OF THE RESTROOM FACILITY. ALL NEW FACILITIES ARE AELAACCESSIBLE. 150�10WA= ONE CALL 1-800.292-89891 www.iowconecall.com � V'i'Ll Illy) kI I''1r'i Y .. ,R ih .y wa 9- HU Lict 03-11A PAGES DESIGNED FOR 22a PRINTING SIZE. SCALE TO 5D% FOR 11.17 PRINTING. TBD XERE Y CERPFYTXATTXISEHGINEFMXG OONMEM WASPREPAREDBY ME OR Z. MW .1Q OFf ux rDIfEEr RRsoxu RYIRox DULYUQNsm P IOWll VHDXNE RUNDERTIEIAWSRME"AIECF IOWP. g.LPf.......,,4y9 6-6-2017 tr. SHEPLEY 1 k SI DAiE: ERICM.SXEPIEY,PLA �1'wKE a( UCENSENUMBERSM. MY UCEXYD PEXEWAL WIE LSIUNED, Ll31. PAGESORSHEMOOWREO MY ISSVM, Al I hereby certify Not Nil engineering tlocumenl woo prw uM by me �aMMrrruaMawwww ION or onGer my d4wcl paramel wperwsim and thall v Mly �a Tnglnew m. Iuwe of the Stole of Id— Ilcmwa Profemm.w an t pFESS d Q�r••••••••,,9( Z Signed: Dols BRIAN 1 �E BOELK 6-6-2017 %ol• 16503 !"'z.' 16503 's j'•�.•' A. Berth, .E �p*,/'�•'"� *00` 1W Fngln.erbmuc ,4rrr 1A' Iowa Rgie4o0on No. 1850 Iowa nnm r"O My Ii—mmal wnewd date iw D.wmbw 31. 2018 Pages w wheats covered by Ws eml N TBD GENERAL NOTES 1) THE LOCATION OF EXISTING STRUCTURES AND UNDERGROUND UTILITIES ARE SHOWN IN AN APPROXIMATE WAY ONLY AND HAVE NOT BEEN INDEPENDENTLY VERIFIED BY THE OWNER OR ITS REPRESENTATIVE. THE CONTRACTOR SHALL VERIFY THE LOCATION AND DEPTH OF ALL STRUCTURES AND UTILTIIES PRIOR TO BEGINNING CONSTRUCTION IN ORDER TO PROVIDE FOR NON -INTERRUPTION OF SERVICES AND TO ENSURE PROPER CLEARANCES. 2) WHERE THE NEW IMPROVEMENTS ABUT EXISTING IMPROVEMENTS, THE CONTRACTOR SHALL BE RESPONSIBLE FOR MATCHING THE EXISTING ELEVATIONS AND SURFACES OF THE EXISTING IMPROVEMENTS. 3) ALL CONSTRUCTION PREFORMED ON THIS PROJECT SHALL CONFORM TO THE STANDARDS AND SPECIFICATIONS OF SUCAS, AND CITY OF IOWA CITY, IA. WHERE DISCREPANCIES EXIST BETWEEN THE PROJECT SPECIFICATIONS AND THE CITY STANDARDS. THE CONTRACTOR SHALL ABIDE BY THE GREATER OR MORE RESTRICTIVE REQUIREMENTS. 4) PLACEMENT OF CONCRETE AND REINFORCEMENT SHALL COMPLY WITH THE REQUIREMENTS OF ACI SOL. DETAILING AND FABRICATION OR REINFORCEMENT SHALL COMPLY WITH THE CRSI MANUAL OF STANDARD PRACTICE, LATEST EDITION. 5) THE CONTRACTOR SHALL BY HI&HER OWN INVESTIGATION AND PRIOR TO COMMENCING WORK, SATISFY HIMMERSELF AS TO THE SURFACE AND SUBSURFACE CONDITIONS TO BE ENCOUNTERED. 1) ALL CONTRACTORS I SUBCONTRACTORS SHALL CONDUCT THEIR OPERATIONS IN A MANNER THAT MINIMIZES EROSION AND PREVENTS SEDIMENTS FROM LEAVING THE PROJECT UNITS FOR HAPPY HOLLOW PARK THE PRIME CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLIANCE AND IMPLEMENTATION OF THE POLLUTION PREVENTION PLAN (PPP) FOR THEIR ENTIRE CONTRACT. THIS RESPONSIBILITY SHALL BE FURTHER SHARED WITH SUBCONTRACTORS WHOSE WORK IS A SOURCE OF POTENTIAL POLLUTION AS DEFINED IN THIS PPP. 2) SITE DESCRIPTION: A) THIS POLLUTION PREVENTION PLAN (PPP) IS FOR THE CONSTRUCTION OF HAPPY HOLLOW PARK IN IOWA CITY, A. THIS PROJECT INCLUDES CLEARING AND GRUBBING, GRADING, REMOVAL, RESTORATION AND INSTALLATION OF PAVEMENT AND PARK FACILITYSTRUCTURES. B) THE PORTION OF THE PER COVERED BY THIS CONTRACT HAS MORE THAN ONE ACRE DISTURBED-, THUS, AN IDNR GENERAL PERMIT NO.2 HAS BEEN OSTAINEDAND SHALL BE FOLLOWED. C) REFER TO THE PROJECT PLANS FOR LOCATIONS OF TYPICAL SLOPES, DITCH GRADES, AND MAJOR STRUOTURALAND NON-STRUCTURAL CONTROLS. A COPY OF THESE PLANS WILL BE ON FILEAT THE CLERKS OFFICE OF CITY OF IOWA CITY. RUNOFF FROM THIS PROJECT WILL FLOW INTO AN EXISTING DETENTION POND WHICH THEN LEADS TO THE STORM SEWER SYSTEM AND EVENTUALLY INTO IOWA RIVER. 6) ALL AREAS OF THE PROJECT SHALL BE RETURNED TO THEIR ORIGINAL OR 3) POTENTIAL SOURCES OF POLLUTION'. PRE -CONSTRUCTION CONDITION. THIS INCLUDES SIDEWALKS RAIUNG CONCRETE SITE SOURCES OF POLLUTION GENERATED AS A RESULT OF THIS WORK RELATE TO SILTS UTIUTIES, ETC. AND SEDIMENT THAT MAY BE TRANSPORTED AS A RESULT OF A STORM EVENT. HOWEVER, FESCUE. KENTUCKY 3108 FAWN THIS PPP PROVIDES CONVEYANCE FOR OTHER (NON -PROJECT RELATED) OPERATIONS. 1) LOCAL ACCESSES SHALL REMAIN OPEN TO TRAFFIC DURING CONSTRUCTION. A PLAN THESE OTHER OPERATIONS HAVE STORM WATER RUNOFF, THE REGULATION OF WHICH IS FOR STAGED ACCESS SHALL BE SUBMITTED BY THE CONTRACTOR FOR APPROVAL BY THE BEYOND THE CONTROL OF THIS PPP, POTENTIALLY THIS RUNOFF CAN CONTAIN VARIOUS ENGINEER. POLLUTANTS RELATED TO SITEFSPECIFIC LAND USES. EXAMPLES ARE: 0) ANY WORK OBVIOUSLY NECESSARY FOR COMPLETION OF THE PROJECTAS DESCRIBED IN THE CONTRACT DOCUMENTS BUT NOT SPECIFICALLY LISTED SHALL BE CONSIDERED INCIDENTAL TO THE PROJECT. SMIDING NOTES 1) MAXIMUM SLOPE ON CUTS AND FILLS SHALL BE 4% HORIZONTAL TO 1% VERTICAL 2) NO EXCAVATION SHALL BE ALLOWED WITHIN 2 FEET OF PROPERTY LINES. 3) WHERE HEIGHT OF FILL IS GREATER THAN 30 FEET, AN INTERMEDIATE TERRACE OF AT LEAST 6 FEET WIDE SHALL BE ESTABLISHED AT MID HEIGHT. SEE TYPICAL FILL SECTION. 4 COMPACTION TO BE 95% STANDARD PROCTOR WHERE -S:1 SLOPE. 5) PRIOR TO ANY GRADING A CONSTRUCTION SAFETY FENCE SHALL BE INSTALLED 50 FEET FROM TRUNKS OF TREES TO BE PROTECTED AT DRIPUNE EDGE. 6) SILT FENCE LOCATIONS AND LENGTHS, AS INDICATED. ARE APPROXIMATE ONLY. FINAL LOCATIONS AND LENGTHS WILL BE DETERMINED. AS NEEDED. UPON COMPLETION OF GRADING OPERATIONS IN AN AREA. ALL STREET SUBGRADES SHALL BE CONSTRUCTED AND COMPACTED IN ACCORDANCE WITH CITY OF IOWA CITY DESIGN AND CONSTRUCTION STANDARDS AND PROCEDURES. 8 STABILIZATION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE BUT NOT MORE THAN DISTURBED ED AREAS SHALL BE TIONKEPT OF GRADING IN ANY LEER PREVENT LARGSCALEOPERATIONS DISTURBER AREAS SHALL BE KEPT IN SMALL A POSSIBLE TO PREVENT LARGE SCALE EROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS FOD MORE THAN 14 DAYS, THEN STABILIZATION SEEDING SHALL BE GONE ON ALL DISTURBED AREAS. 1) STABILIZATION SEEDING SHALL BE IN ACCORDANCE WITH I.D.O.T. STANDARD SPECIFICATION SECTION 26D1.5 STABILIZING CROP SEEDING AND FERTILIZING. 2) SEED MIXTURES SHALL BE ON OF THE FOLLOWING: SPRING- MARCH I TO MAY 20 WINTER RYE OR OATS 1 BUSHEL PER ACRE SUDANGRASS(PIPER) 25 LBS, PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) 5 LBS PER ACRE SUMMER - MAY 21 TO JULY 20 DATE 1BUSHEL PER ACRE SUDANGRASS(PIPER) 35 LBS. PER ACRE FESCUE. KENTUCKY 3108 FAWN 15 LBS PER ACRE ALFALFA (RANGER OR VERNAL) 5LOS PER ACRE FALL -JULY 21 TO SEPTEMBER SO WINTER RYE 2BUSHEL PER ACRE FESCUE, KENTUCKY 31 OR FAWN 15 LBS PER ACRE ALFALFA (RANGES OR VERNAL) 5LIM PER ACRE 'AFTER AUGUST 31, HAIRY VETCH SHALL BE SUBSTITUTED FOR ALFALFA AT THE RATE OF 1D LBS PER ACRE 3) FERTIUZER SHALL BE APPUEDAT A RATE OF 450 LBS PER ACRE USING CHEMICALLY COMBINED COMMERCIAL 13.13-13 FERTIUZER. 4) COMMERCIAL AND INDUSTRIAL ACTIVITIES: RUNOFF FROM COMMERCIAL INDUSTRIAL AND COMMERCE LAND USE MAY CONTAIN CONSTITUENTS ASSOCIATED WITH THE SPECIFIC OPERATION. SUCH OPERATIONS ARE SUBJECT TO POTENTIAL LEAKS AND SPILLS THAT COULD BE COMMINGLED WITH RUNOFF FROM THE FACILITY. POLLUTANTS ASSOCIATED WITH COMMERCIAL AND INDUSTRIAL ACTIVITIES ARE NOT READILY AVAILABLE SINCE THEY ARE TYPICALLY PROPRIETARY. 5) CONTROLS A) AT LOCATIONS WHERE RUNOFF CAN MOVE OFFSITE, SILT FENCE SHALL BE PLACED ALONG THE PERIMETER OF THE AREAS TO BE DISTURBED PRIOR TO BEGINNING GRACING. EXCAVATION OR CLEARING AND GRUBBING OPERATIONS. VEGETATION IN AREAS NOT NEEDED FOR CONSTRUCTION SHALL BE PRESERVED. USE SILT FENCE AS DITCH CHECKS AND TO PROTECT INTAKES. TEMPORARY STAMUZING SEEDING SHALL BE COMPLETED AS THE DISTURBED AREAS ARE CONSTRUCTED. IF CONSTRUCTION ACTIVITY IS NOT PLANNED TO OCCUR IN A DISTURBED AREA FOR AT LEAST 21 DAYS, THE AREA SHALL BE STABIUZED BY TEMPORARY SEEDING OR MULCHING WITHIN 14 DAYS. OTHER STABIUMNG METHODS SHALL BE USED OUTSIDE THE SEEDING PERIOD. 8) THIS WORK SHALL BE DONE IN ACCORDANCE WITH SECTION 2802 OF THE STANDARD SPECIFICATION. IF THE WORK INVOLVED IS NOT APPLICABLE TO ANY CONTRACT ITEMS, THE WORK SHALL BE PAID FOR ACCORDING TO ARTICLE 1109.03 PARAGRAPH B. C) AS THE WORK PROGRESSES, ADDITIONAL EROSION CONTROL ITEMS MAY BE REQUIRED AS DETERMINED BY THE ENGINEER AFTER FIELD INVESTIGATION. THESE MAY BE ITEMS SUCH AS SILT FENCE DITCH CHECKS MULCH AND OTHER APPROPRIATE MEASURES WHICH SHALL BE INSTALLED BY THE CONTRACTOR AS DIRECTED BY THE ENGINEER. THE CONTRACTOR WILL COMPLETE THE CONSTRUCTION WITH THE ESTABUSHMENT OF PERMANENT PERENNIAL VEGETATION ON ALL DISTURBED AREAS. 6) OTHERCONFROLS: CONTRACTOR DISPOSAL OF UNUSED CONSTRUCTION MATERIALS AND CONSTRUCTION MATERIAL WASTES SHALL COMPLY WITH APPLICABLE STATE AND LOCAL WASTE DISPOSAL SANITARY SEWER, OR SEPTIC SYSTEM REGULATIONS. IN THE EVENT OF A CONFLICT WITH OTHER GOVERNMENTAL LAWS, RULES AND REGULATIONS, THE MORE RESTRICTIVE LAWS, RULES OR REGULATIONS SHALL APPLY. O APPROVED STATE OR LOCAL PLANS: DURING THE COURSE OF THIS CONSTRUCTION, IT IS POSSIBLE THAT SITUATIONS WILL ARISE WHERE UNKNOWN MATERIALS WILL BE ENCOUNTERED. WHEN SUCH SITUATIONS ARE ENCOUNTERED, THEY WILL BE HANDLED ACCORDING TO ALL FEDERAL STATE, AND LOCAL REGULATIONS IN EFFECT AT THE TIME. B) MAINTENANCE A) THE CONTRACTOR IS REQUIRED TO MAINTAIN ALLTEMPORARY EROSION CONTROL MEASURES IN PROPER WORKING ORDER, INCLUDING CLEANING, REPAIRING OR REPLACING THEM THROUGHOUT THE CONTRACT PERIOD. CLEANING OF SILT CONTROL DEVICES SHALL BEGIN WHEN THE FEATURES HAVE LOST 50% OF THEIR CAPACITY. B) THE CONTRACTOR IS REQUIRED TO CLEAN ADJACENT PARKING LOTS AND'OR STREETS OF SOIL DEPOSITED BY CONSTRUCTION TRAFFIC AS REQUIRED TO PREVENT SOIL RUNOFF AND FUGITIVE DUST. 9) INSPECTIONS SHALL BE MADE JOINTLY BY THE CONTRACTOR ANO THE CONTRACTING AUTHORITY EVERY SEVEN CALENDAR DAYS. THE CONTRACTOR SHALL IMMEDIATELY BEGIN CORRECTIVE ACTION ON ALL DEFICIENCIES FOUND. THE FINDINGS OF THIS INSPECTION SHALL BE RECORDED IN THE PROJECT DIARY. THIS PPP MAY BE REVISED BASED ON THE FINDINGS OF THE INSPECTION. THE CONTRACTOR SHALL IMPLEMENT ALL REVISIONS. ALL CORRECTIVE ACTIONS SHALL BE COMPLETED WITHIN 3 CALENDAR GAYS OF THE INSPECTION, 10) NON -STORM DISCHARGES INCLUDE SUBSURFACE DRAINS (I.E. LONGITUDINAL MID STANDARD SU&DRAINS), SLOPE DRAINS AND BRIDGE END DRAINS. THE VELOCITY OF THE DISCHARGE FROM THESE FEATURES MAY BE CONTROLLED BY THE USE OF PATIO BLOCKS, CLASS A STONE OR EROSION STONE. Jun OB, 2017 — 3:40pm C:\Uses\spelelo\appdato\local\temp\AcPublish_4960\161234 — Cover Sheet.dwg PAVEMENTGENERALNOTES 1) ALL SLOPES IN PAVEMENT SHALL BE UNIFORM TO AVOID PONDING, 2) ALL DIMENSIONS TO BACKFOF-CURB UNLESS NOTED OTHERWISE. 3) REMOVE AND REPLACE OR RESTORE ALL MEET SIGNS, PAVEMENT MARKINGS, SIDEWALK HAPS, SIDEWALKS, STEPS, LANDSCAPE STRUCTURES, CURB AND GUTTER STREETS, DRIVES AND ALL OTHER SURFACE STRUCTURES REMOVED OR OTHERWISE DAMAGED WRING THE COURSE OF THE WORK SIDEWALKS SHALL BE REMOVEDAND REPLACED TO NEAREST JOINT BEYOND CONSTRUCTION AREA. 4) COMPACT SUBGRADE BENEATH PAVEMENTS IN ACCORDANCE WITH GRADING NOTES. 5) GRANULAR SUBBASE FOR PAVEMENTS SHALL MEET THE LIM"OF GRADUATION NO. 11 WHERE NO SUBDRQN IS TO BE PLACED AND GRADATION NO, 12 FOR WHERE SUBDRAIN IS TO BE INSTALLED PER IOWA DOT STANDARD SPECIFICATION FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4120.04. 6) PROOF -ROLL SUBGRADE WITH A MINIMUM 25 TON G.V.W. TRUCK TO IDENTIFY AREAS OF SOFT OR UNSTABLE SUBGRADE REMOVE AND REPLACE UNSTABLE AREAS WITH SUITABLE COMPACTED MATERIAL. n PLACEMENT OF CONCRETE AND REINFORCEMENT SHALL COMPLY WITH THE REOUIREMENTSOFAC1301ANDASTM13-39. DETAILING AND FABRICATION OR REINFORCEMENT SHALL COMPLY WITH THE CRSI MANUAL OF STANDARD PRACTICE LATEST EDITION. S ALL CAS 4NFPLACE AND PRECAST CONCRETE SHALL BE A MINIMUM 4,000 PSI COMPRESSIVE STRENGTH IN 28 DAYS PORTLAND CEMENT CONCRETE (PCC), SEE SPECIFICATIONS FOR DETAILS. 9) CURB AND GUTTER SHALL BE MINIMUM 24 -INCHES WIDE WITH STANDARD SIX (6) INCH HIGH CURB, THREE (3) INCH RADII. THICKNESS OF THE GUTTER PAN SHALL BEAT LEAST SEVEN (7) INCH WHEN USED IN CONJUNCTION WITH ASPHALT PAVING. SLOPED CURB IS NOT PERMITTED WITHOUT PRIOR APPROVAL FROM OWNER. 10) PCO MIXES INCLUDING FLY ASH ME ENCOURAGED IF COMPRESSIVE STRENGTH IS MAINTAINED. CONSTRUCTION NOTES 1) I.D,O,T CLASS C3 CONCRETE SHALL BE USED, UNLESS NOTED OTHERWISE 2) CITY OF IOWA CITY MUNICIPAL DESIGN STANDARDS AND PROCEDURES SHALL PREVAIL 3) PAVEMENT JOINTS SHALL CONFORM TO I.D.O.T. STANDARD ROAD PLANS RHS0, RI -R51, AND RH52, CURRENT REVISION. 4 THE CONCRETE AGGREGATE SHALL BE CLASS 3H)URABIUTY AS SPECIFIED IN SECTION 4115.04.113 OF THE [DOT STANDARD SPEDIFlGAnON6. 5) ALL ELEVATIONS ARE TOP OF SLAB UNLESS NOTED OTHERWISE 1) THIS SUBDIVISION FALLS UNDER THE NEVES STORM WATER PERMIT REQUIREMENT. 2) THE POLLUTION PREVENTION PLAN (PPP) OR EROSION CONTROL PLAN SHEET MUST BE KEPT SOMEWHERE ON SITE ATALLTIME OR AVAILABLE WITHIN 24 HOURS. 3 THE DEVELOPER OR CONSULTANT) SHALL SUBMITAPPLICATION TO THE IDNR AND THE HALL IDMR THIS RECEIVETHISATIONSTION ATLEASTR HOURS PRIOR TOTHE START ION OF WORK THIS PERMIT PERMIT EE. A CO SHALL INCLUDE PROOF OF PUBLIC NOTIFICATION AS WELL AS THE PERMIT FEE. A COPY THE PERMIT FROM IDNR SHALL BE SUBMITTED TO THE CRY OF IOWA CITY ENGINEERING DIVISION, 4) ONCE WORK IS COMPLETED, A NOTICE OF DISCONTINUATION SHALL BE SUBMITTED TO THE IDNR ANDA COPY GIVEN TO THE CITY OF IOWA CITY ENGINEERING DIVISION WITHIN SO DAYS AFTER FINAL STABILIZATION. 5) THE PER SHOULD BE CONSIDERED AN ACTIVE DOCUMENT AND BE REVISED ACCORDING TO REPRESENTATION IN THE FIELD. PCCPAVEMENTNOTES 1) PCC PAVING THICKNESS SHALL BE AS NOTED ON THE PIANS. 2) MATERIALS AND CONSTRUCTION FOR PORTLAND CEMENT CONCRETE PAVEMENTS SHALL MEET THE REQUIREMENT OF IOWA DOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, LATEST REVISION, SECTION 2301. THE PARAGRAPHS FOR MEASUREMENT AND PAYMENT SHALL NOT APPLY. 3) MINIMUM 28 -DAY COMPRESSIVE STRENGTH FOR CONCRETE USED FOR PAVEMENTS SHALL BE 4000 PSI. CONCRETE SHALL BE C3 OR CA WITH TYPE 1 CEMENT. MR COWTSHALLBE&112%51.5%COARSEAGGREGATE. AIRENTWJNMENT ADMIXTURES AND WATER REDUCING ADMIXTURES SHALL CONFORM TO IOWA DOT SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4103. DURABILITY FOR PORTLAND CEMENT CONCRETE SHALL BE CLASS 2. JOINT SEALER SHALL CONFORM TO IOWA DOT SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4135 FOR HOT POURED JOINT SEALER. 4) JOINT SEALER SHALL CONFORM TO IOWA DOT SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4138 FOR HOT POURED JOINT SEALER. 5) CURING COMPOUND (WHITE, DARK OR CLEAR) SHALL CONFORM TO IOWA DOT SPECIFICATIONS FOR SECTION 4105. APPUCATION METHOD AND CURING SHALL CONFORM TO IOWA DOT SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 2301.19. 6) FLYASH PER IOWA DOT SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4100 MAY BE SUBSTITUTED OR CEED IN SECT ION 231.04E AFTER NOTIFICATION AND ATTHORZATION BY THE OWNERS REPRESENTATIVE . T) PAVEMENT TIE OARS AND DOWEL BARS SHALL CONFORM TO IOWA DOT SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4151. EPDXY COATING, WHEN SPECIFIED, SHALL CONFORM TO IOWA DOT SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SECTION 4151.038. 8) CURBS SHALL BE CAST INTEGRAL WITH CONCRETE PAVEMENT UNLESS NOTED OTHERWISE. EDGES SHALL BE ROUNDED BUT NOT ROLLED. 9) PCC SIDEWALKS SHALL BE 41NCHES THICK EXCEPTAT DRIVEWAYS. THICKNESS OF PCC WALKS AT DRIVEWAYS SHALL MATCH THAT OF THE ADJACENT DRIVEWAY. TRANSVERSE CONSTRUCTION JOINTS SPACING SHALL BE AT 3 FEET MAXIMUM CENTERS FOR 3 FEET WIDE WALKS, 4 FEET MAXIMUM CENTERS FOR 4 FEET WIDE WALKS. AND 5 FEET MAXIMUM CENTERS FOR 5 FEET WIDE WALKS, 6 FEET MAXIMUM CENTERS FOR WALKS GREATER THAN 5 FEET IN MUTH. LONGITUDINAL CONSTRUCTION JOINTS SHALL BE CONSTRUCTED IN SLABS GREATER THAN 8 FEET IN WIDTH. PLACE EXPANSION JOINTS WHERE WALK MEETS OTHER WALKS, BACK OF CURBS, FIXTURES, OR OTHER STRUCTURES AND AT INTERVALS NOT EXCEEDING 50 FEET SIDEWALKS SHALL HAVE A MAXIMUM CROSS SLOPE OF 2% DRAINING TOWARDS BACK OF CURB UNLESS OTHERWISE NOTED. 10) ONE INCH PREFORMED FOAM EXPANSION JOINT MATERIAL SONOFLEX "F" BY SONOBORN OR APPROVED EQUAL SHALL BE PLACED BETWEEN NEW PAVEMENT CONSTRUCTION AND THE FACES OF BUILDINGS, STOOPS, EXISTING SLABS, AND OTHER FIXTURES, UNLESS NOTED ON THE DRAWINGS. JOINTSAT THESE LOCATIONS SHALL BE SEALED WITH A SELF -LEVELING POLYURETHANE SUCH AS SONOLASTIC SL -1 OR APPROVED EQUAL. 11 CONSTRUCT P EXPANSION JOINTS ON PCC CURB AT ALL ENDS OF RETURN RADII. EROSION CONTROL NOTES i IT IS THE CONTRACTOR'S RESPONSIMUTY TO CONTROL EROSION AND SEDIMENTATION ON THE PROJECT SITE AT ALL TIMES. EROSION CONTROL AINMMEASURESARE REQUIRED REGARDLESS WINTER TIME OF YEAR OR SEASON. THIS PLAN MUSTTBBE IMPLEMENTED DURING THE WINTER MONTHS. 2) SILT FENCE AND FIBER ROLLS SHALL BE CLEANED AND REPAIRED WHEN SILT BUILD-UP REACHES 112 DEVICE HEIGHT. 3) NO VEGETATION OR CONSTRUCTION DEBRIS SHALL BE BURIED ON SITE AND NO BURN PITS SHALL BE PLACED ON SITE 4) THE CONTROL MEASURES IDENTIFIED ON THIS PLAN ARE MINIMUM. THE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION AND SEDIMENTATION CONTROL MEASURES AS NECESSARY TO FULFILL THIS REQUIREMENT. 5) ALL EXISTING STORM INTAKES WITHIN THE PROJECT AREA MUST BE PROTECTED THROUGHOUTTHE DURATION OF THE PROJECT. AREA INTAKES SHALL BE PROTECTED BY INTAKE PROTECTION BAGS OR FILTER SOCKS. THESE PROTECTION MEASURES ARE TO REMAIN IN PLACE UNTIL THE SUE HAS BEEN STABILIZED AND APPROVED BY THE 6) CONTRACTOR SHALL PROVIDE ONE CONTINUOUS BOUNDARY AROUND PROJECT SITE 7) THE SITE WILL BE A EXCAVATED HOLE, CONTRACTOR MAY REQUEST CITY APPROVAL FOR OTHER MEANS FOR EROSION C0NTI20L S) STABIUM TION SEEDING SHALL BE COMPLETED AS SOON AS POSSIBLE, BUT NOT MORE THAN 14 DAYS, UPON COMPLETION OF GRADING IN ANY AREA OF GRADING OPERATIONS. DISTURBED AREAS SHALL BE KEPT AS SMALL AS POSSIBLE TO PREVENT LARGE SCALE DFERROSION PROBLEMS. IF THE GRADING CONTRACTOR STOPS GRADING OPERATIONS \r1A 4�`j{IJa RMORE E HM AS DAYS. THEN STABILIZATION SEEDING SHALL BE DONE ON ALL ;; 1`I L:y " 9- �1 t1�t � a --1l4 hbk ENGINEERING HBK ENGINEEMNG. _La 5W & UUSERT Si. IOWA 4TIY, W. PHONE: (319) =JW FAL 13191358.393r IOWA DEPARIMEM OF LABOR REGb1RATON Ho.00IIT)M OwK L 1 CITY OF IOWA CITY erox C/TY OF IOWA CITY Jan 06, 2017 - 314Dpm D\PrOJect\161234\dsg EGII drawing PWesMAD\161234 - PROPOSED SITE PLAkdwg Is E 4 STOACREEAAILE / `--' ENA., rwcrX�ee 16-1234 P ` I WYG /O A` I T B 9 p +- I ,A -✓ I '6">;SF'. \ -Xm.l HAPPY HOLLOW p/ PARK —1— I pI SITE PLAN ST > TO yp 7 R40' \ HWN ExGIxEEgxq LLC M.GLHEPTBT. M9WACITY,VS— If / PNONF.IHDUTB-1661 FAR (319)16189" /1 ° M 5° I IOWAOEPMTMEM OF LABOx ` _._ \ % " '.F T "'®'' —\ \ REGISMAITON v x / /O O i x0. ao6"ms DO 12 0 Is R40' � \ -. If • . -NN., SINS' AS,:'x.S I ' s I I ° \ t\ S .:.I .I 15 _ /° \ CITY OFIOWA CITY /O/O�.. ONTRACTOR •• J ' 4 I PARKING n,R }I ASPHALT I ._ O/O ' _I VI CITY OF IOWA CITY I � D—D�D I II I II nI I I ROT APPLECAeLe T I V\ I � \ �` I � T I SENONIIA ME CaIPSANS.R VBMCHNOaP GP.WVUP I I \ I O aUBSNNMAPRIMPRLPoEEOVL I Q INS SN BOTRERVER OOf NI00F ryMlERFWMN1y 5FE LEP PAGES 1U�I1 \L �v//��----\�T\ / I ' I O PEAILYEGRILL �R/ 10 / y I Q INSULLXEWCI4A GMLLCWRNN REMOVALWI PMM jI IV / 3 IEMNFBENCx I 17 1 Q COFYTRUCTSNIOE PCL9MNOLl � I1 O3 REAgVESOF VFpCEN PWIGROOND.N.SNOAMO \ I I I I ©R oidIESW KNFEOFD / I TEL PETE NEW ESDAS....NY WOOD TO E. I I GPAOE PLAY-SURFACE N.WH WITH PROPOSED PLC LONCREIE 1 I Q PP POBEOIeI LOIUMxanYP.1 8EE 5NELRP RPHE. \ N /) O wIE EIECTUUL 91M0dEI N11MAUMA111E9 V I I I V Q PPO WOU MN-MEREB,RDOMPI FFE-1189F NEWPMRBEMX. WETENJWIGgL ODENOVESOFM I I I QE TEPPWJT0EFWTEklA%. .TNEl D.RERIFY HIfT ANTEEEP918POWN 5IREET.CWRgNiiE WLABOTTO I I I OVgCO}O dUOE. GPAE 0EUP1AYdVRFgCEFWSMNR11 PPppBED GLC CdICREIEY I V ANDSERERLMLIM. BUILDEECONISAVRBSIW, I I V/.LYE WRAM YRVCEfEEO iO BMLgXG. LONIRKTORIO V I I ®II}FI,V LOGTCNVXRMWM YFNPY IN fELG xW VEPIFYIIFAD COOOPGINNTE REMJVALOf F1USTNG SINITARY SERVICE UPM GngI EXdVW %IN 1NMCnY. I I - I ® CdIHECT IS' SEND TO EEISTINDZ IN NELMtNATTLLCAW 7 DO MPRA<ICOHMACTOq iOVEPIfY IN fEL0.1NSTPLL NEW SCV fRGM 0' SEND, o,n �Zj];f4IT __ MEEPNOIE[n(Ri. I V I I ®PIALrCMPER VI.E FPCMBYEANGMWITERFWMNH. DRAW GLOG ' B LOHSIIIUCTON FENCE I I ® INSTALL SILT FEXLE .-- yfC (��L Ff I I ® DWNNGF SWX AROVNOBTORMIMN{E OA'LE, IPB1�60W OB G2 w W ®BELLO . INDTDNWG AUT NOT I Yjia1 VJI SI^I ^�f/.�LJE, MVDLi ..4X141. FR aAO V I ,,l ENDFI VNI®N 91ABdIGwOE.BVIlUNC 9MWNPE PESTIIP. GACFI,IFB. V 1 ® COHNECim PLEA.I.SULURIINGCUY SVITMY USE NITXGERNLO OON9MUCWTSIOEWNXEXa1Cf B1.t Y OGE dRECRYPBVTM WVLRCMnE MYMDIIXO K'AV AB® RIR RRO I C..R Wd nr 101 , ® GxaM NFEXCE ® REIxar6u ENanxow+n:R VALVEAFMRSr-IllAExOlxzcu.cdvx6crrcu ARTERLINEroAWdxc DIs 1. .� m LLWXD D s m a FDNPHC DRAPHI°eI ® REMOVALMEA Q 3 I °'' DBC EXISTING SITE CONDITION O PNOPOSEOCPDC PROPOSED SOLUTION 1A 1B p PROPOSEDSANN p dUDINGANDSOOMFA -' C3.0 Jan 06, 2017 - 314Dpm D\PrOJect\161234\dsg EGII drawing PWesMAD\161234 - PROPOSED SITE PLAkdwg 1. THEIWRKINCLUDEDBUTISNOTUMMEOTO: 8.3. ROW 1.1. BABE BID: CONSTRUCTION OF PUBLIC RESTROOM "SAO BUILDING AND SHELTER FOR IOWA CITY PARK SEE SHEETS CID, C2.0, C3G. GAS, Ai.O. A2.D. ADC, A4.0, M1.0. EIA, PLO. PROJECTNGTES 1. BUILDING CODE USED IN DESIGM 20151BC AREAS IN ACCOREANCE NAT 10121BC. 8.4. GRAVITY LEADS 8.4.1. TYPICAL ROOF 84.1.1. DEAD LOAD....................................21 PSF SA12 LIVE LOAD........ ....... _..... - .... ... ... DO PSF GENERAL NOTES 2. EXISTING CONDITIONS 2.1. DURING CONSTRUCTION, THE CONTRACTOR MAY 1. ELEVATIONS GIVEN THUS (1941 ARE TO ME TOP (UNLESS ENCOUNTER EXISTING CONDITIONS WMCH ARE NOT NON NOTED OTHEFUMSE) OF BEAMS, COLUMNS, SLABS, UNTELS, KNOWN OR ARE AT VARIANCE WITH PROJECT ETC. DOCUMENTATION (DISCOVERY). SUCH CONDITIONS MAY INTERFERE WTDI NEW CONSTRUCTION OR REQUIRED 6' PROTECTORS AND/OR SUPPORT OF EXISTING WORK DURING CONSTRUCTION CR MAY CONSIST OF DAMAGE OR 1. MTERORATON TO STRUCTURAL MAMFMUS OR COMPONENTS NMICH COULD JEOPARDRE ME STRUCTURAL INTEGRITY OF ME BUILDING(S). 2,2, THE CONTRACTOR SIW.L NOTIFY ME ENGINEER OF ALL 2. DISCOVERIES WHCH MAY INTERFERE W TH PROPER EXECLMON OF ME WORK OR JEOPARDIZE ME STRUCTURAL INTEGRITY OF ME BUILgNG(S) PRIOR TO 3. PROCEEDING WITH ME WORK RELATED TO SUCH DISCOVERIES. 2.3, ME CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND CONDITIONS IN ME FIELD PRIOR TO CIX MENCING CONSTRUCTION OR FABRICATION. 1 CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS AND CLEARANCES. 4. CONTRACTOR SI -All. COORDINATE CONSTRUCTION PERIMETER AM STAGING AREA MYTH ME ENTER. S. ALL CONTRACTORS STALL COORDINATE THEIR WORK WITH THAT OF ALL OMER TRADES TO INSURE PROPER SEQUENCING AM INSTAUATON, S. CONTRACTOR SHALL BE RESPONSIBLE FOR REMMALAND PROPER DISPOSAL OF ALL CONSTRUCTION DEBRIS FROM ME PREMISES CN A DAILY BASIS. 7. THE CONTRACTOR SHALL COORDINATE SPOILS STORAGE RECUIREMENTGLOCATON IMM ME OVMER 318, CHAPTER 5, 9. MIX DESIGN MATERIALS IDOT C3 AND M ARE BOTH ACCEPTABLE AIR= 6%B 1% CONCRETE 61ABS AID MISCELLANEOUS 1, ALL SIABS SHAL BE REINFORCED WATH SO&W1.4MAx WWF. 12. FRAMINGSTAWARDB:COMPLYWITHAMEPoCANFOMSTPND PAPER M,,OCIATOWS "DETAILS FOR COI,VMTOINAL WOW FRAME CONSTRUCTION', UNLESS OTHERNASE INDICATED. PREFAB METAL PLATE CONNECTED WOOD TRUSSES 1, TRUSS TP CHORES TO BE 2X6 MIN BOTTOM CHORES TO BE 04 MIN, 14. USE19NE GROUT" FOR CAVITIES OR SPACE LESS THAN V IN EACH HORIZONTAL DIRECTION. USE COARSE GROUT' IF GREATER THAN P. USE CONCRETE FILL FOR SPACES LARGER THAN 14. 2. ROOFING ACCESSORIES, STARTER STRIPS, DMORM GUARD ICE DAM MAMRNL, RIDGE VENT, ETC. SWLLL BE MANUFACTURED BY PAGCWD, OR ONMER APPROVED EQUIVALENT. PROVIDE ADDITIONAL MECHANICAL FASTENERS AT 16' DC. WITH SEALED PENETRATIONS. 15. CONTRACTOR SHALL USE ME(HIGHNIPTI GROUTING TECHNIQUE. 3. INSTALL ROOFING AND ACCESSORIES IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS AND LOCAL BUILDING UNLESS NOTED OTHERIMSE SIABONGRADE SHALL BE CONSTRUCTION ANDIOR CONTROL HIGHUFTGROUTING CODES. JOINTED SO THAT AN AREA BOUNDED BY JOINTS DOES NET 2. PROVIDE W AS EACH SIDE OF OPENINGS (IT OR OVER)IN 2. PROVIDE CONTINUOUS PERMANENT 2X4 UATERAL BRACING ATTACHED WITH 2-1fid NAILS AT BOTTOM CHORD PANEL POINTS DO NOT USE HIGH -UFT GROUTING TECHNIQUE UNLESS 4. PROVIDE 0.024' MIN PRE -FINISHED ALUMINUM FASCIA COLOR m,NcrMwew: SUPPORTED SLABS, 4'WIONGER THAN OPENING. AND AT OTHER LOEATONS RECOMMENDED OR REQUIRED BY MINIMUM CAVITY DIMENSION 153" OR LARGER. PROVIDE SELECTED BY OWNER. 16-1234 PROVIDE (2) COPIES OF REQUIRED DOCUMENTS TO THE CITY, TRUSS MANUFACTURER. CONTACTOR SHALL COMPLY AMNO CLEAN -0.T HOLES IN FIRST COURSE AT AVERTICAL CELLS ALL. ME OWNERS REPRESENTATIVE, AND THE ENGINEER. JOINTS SHALL BE TOOLED OR SAW CUT TO 114 ME SLAB 3. CONSTRUCTION JOINTS IN SLABS ON GRACE SHALL BE KEYED RECOMMENEATONS OF THE TRUSS PLATE INSTITUTE FOR WHCH ARE TO BE FILLED WITH GROUT. CONSTRUCT MASONRY 5. PROVIDE FULL VENT SOFFIT ALTERNATING YNTH SOLID SOFFIT; MINIMUM REQUIREMENTS FOR SPECIAL INSPECTION ITEMS ARE OR THE REINFORCING EXTENDED THIRD MEDOW BRACING OF ALL TRUSSES. TO MNUMUM HEIGHT IF 10 4'. PACLIAD YAC MD'. MM MATCHING -X MIS OR APPROVED S. ALL FRAMING MEMBERS FRAMING INTO ME SIDE OF A HEADER EQUIVALENT. COLOR SELECTED BY OVMER FROM STANDARD ME CONTRACTOR SHALL RETAIN AN INSPECTION AGENCY TO 4. SIABONGRADE SHALL BE CONSTRUCTION ANDIOR CONTROL 3. DESIGN LOADS PROVIDE SPECIAL INSPECTIONS FOR REQUIRED JOINTED SO THAT AN AREA BOUNDED BY JOINTS DOES NET 3.1. TOPOHORDUVELOAD..............SO PER (UNBALANCED SNOW) CONSMUCTON ITEMS AS PER THE IBC SECT. 17M AND EXCEED BOO SQUARE FEET M EXTENDED MORE THAN 30 FEET 3.2 TWCHORDOFMDLOAD........ ........................... _............ 1O PER LOCALLY ADOPTED BUILDING CODES OR AMENDMENTS. IN ANY DIRECTION. JDNTNGS SHALL BE AS SHOWM ON ME 33. BOTTOMCHOODEADLEAD................ ................... ..--.IOPSF 1. CONSMUCTONVEHCLESEQUPMEWSHALLNOTBEDRVEN FOUMATON PLAN. OJ. INDICATED CONTROL OF 3A. NETUPUFT.._........... .................... ................................... 10PSF PROVIDE (2) COPIES OF REQUIRED DOCUMENTS TO THE CITY, CONSTRUCTION JOINTS AS DESIRED OR REQUIRED. CONTROL INTERMEDIATE SUPPORTS NNG4 STAGGER ADJACENT ME OWNERS REPRESENTATIVE, AND THE ENGINEER. JOINTS SHALL BE TOOLED OR SAW CUT TO 114 ME SLAB 4. TRUSS SHOP DRAWINGS SHALL SHOWN ALL CRITICAL 2. EXISTIRUSMON SHALLD ROM1S DI)E TO THICKNESS AND FILLED IMM SEALANT. SAW CUT JOINTS SHALL DIMENSIONS FOR VERIFYING FIT TO ME BUILDING. MINIMUM REQUIREMENTS FOR SPECIAL INSPECTION ITEMS ARE HE CUT NOT LESS MAN B NOR MORE THAN 24 HOURS AFTER 10'-0"MM MATCHING CORNER AND INTERSECTION UNITS.IAP AS FOLLOWS: SLAB REPUCENENT. CONSTRUCTION JOINTS SHALL BE KEYED S. ALL FRAMING MEMBERS FRAMING INTO ME SIDE OF A HEADER 3.1. OBSERVATION OF THE TAKING OF ME SPECIMENS FOR WITH BEVELED 1x2 AND SHALL BE PLACED AT ENDS OF POURS. SHALL BE ATTACHED USING METAL JOIST HANGERS. ME SLUMP TESTS, COMPRESSIVE STRENGTH TESTS FOR EXPANSION JOINT MATERIAL FULL DEPTH AND FILLED AT TOP SIMPSON STRONG TES OR ENGINEER APPROVED EO.ML CONCRETE, GROUT. AND MORTAR. NAM SEALANT. 3.2. CONCRETE INSPECTION SHALL INCLUDE ME PLACEMENT B. MEMBER SIZES AND WEB CONFIGURATION BY TRUSS OF REINFORCEMENT, CONCRETE, AND EMBEDDED AIMS. 5. CONCRETE EXPANSION JOINT SEALANT SHALL BE SINGLE MANUFACTURER. REINFORCING BAR SIZES, SPACINGS, TES, AND COVER SHALL BE INSPECTED. ME PLACEMEN, CONSOLIDATION, FINISHING, AND CURING OF ALL MAJOR CONCRETE POURS SHALL BE INSPECTED. ME INSTALLATION OF EMBEDDED PLATES OR ANGLES. ANCHOR BOLTS, OR REBARS SHALL BE 6 INSPECTED. 3.3. MASONRY INSPECTIONS SHALL INCLUDE ME PLACEMENT AM GROUTING OF REINFORCEMENT. 4. THE OWNERS'S CONSTRUCTION INSPECTORS (DESIGN PROFESSIONAL AND HOUSING S INSPECTION SERVICES) SI-All- OBSERVE IWLLOBSERVE THE PORK FOR CONFORMANCE NAM ME APPROVED DESIGN DRAWINGS AND SPECIFICATIONS. ME INSPECTORS ARE NOT INSPECTING FOR OSHA COMPLIANCE BRACING. 5. INSPECTION IS NOT REQUIRED FOR WORK PROVIDED BY 8. TEMPORARY BARRICADES SHALL BE INSTALLED IN OTHERS (SUCH AS PRE-ENGINEERED METAL BUILDINGS) OR ACCORDANCE IMM OSHA STANDARDS TO PREVENT POSSIBLE FOR WORK PERFORMED AT ME OFFSITE FABRICATION SHOPS COMPONENT. SEIFIEVEUW POLYURETHANE. ASTM CSn. GRADE P, CLASS 25 BY BASF CONSTRUCTION CHEMICAIS. BW`FK. INC. OR APPROVED EQUIVALENT. CONCRETE COVER FOR SLAB OR STAIR REINFORCING SHALL BE N)4' FOR SLABS NOT EXPOSED TO EARTH OR WEATHER ARID 1-1Q7 MERE DIRECTLY EXPOSED TO EARM OR WEATHER U.N.O. T, CONCRETE SLABS ON GRACE SHALL MEET FF!MFUM TOLERANCES. S. FLOOR SEALER FOR EXPOSED CONCRETE FLOORS SNAIL BE KURE4NHARCEN, MANUFACTURED BY BASF. 0. INTERIOR SLAB S MIL VAPOR BARRIER, ONE OF THE FOLLOWING OR APPROVED EQUIVALENT. 8.1. STEGONTAPVAPORBARRIERBYSTEGOINDUSTPoE6 SAN.MAN CAPISMANO, CA (877) 4047834 02 GPoFROTN BY REEF INDUSTRIES INJURY. PROVIDED ME FABRICATOR IS REGISTERED W TH AND IS 4. ACI 301,'SPECIFKATONS FOR STRUCTURAL CONCRETE FOR SECTION) SHALL BE FASTENED TO WALL TOP PLATE WITH APPROVED BY ME BUILDING OFFICIAL FOOTINGS AND WALLS SITE NOTES; 9. ALL FRAMING LUMBER THROUGHOUT THE BE NO.2 SOR BARS" BETTER) DOUGLAS FIR4ARCH OR SOUTHERN PINE. S. REFER TO THESE SPECIFICATIONS AND ME DRAIMMS FOR 1. LAP REINFORCING 24 DIAMETERS( MIN.) AT SPLICES. UNLESS 1. CONSMUCTONVEHCLESEQUPMEWSHALLNOTBEDRVEN MATERIAL METRO REQUIREMENTS. NOTED OMERWISE, OR PARKED ON THE EXISTING TRAILS ATTIE SITE. 7. UNDERGROUND PIPING AND ELECTRICAL ITEMS SHALL BE INTERMEDIATE SUPPORTS NNG4 STAGGER ADJACENT INSTALLED PRIOR TO CASTING W FOUNDATIONS AND GROUND RAW R'SFOR RESPCONFORMANCE T. RIS MESTRUCTURAL 2. AllILWMEXTERIOR ALAN ORDFOR LOCA STOOPS PER 2. EXISTIRUSMON SHALLD ROM1S DI)E TO MM-1TO THE STRUCTURAL WOR KRUCTURFORMPECEWTTITf CURRACT REFERDOOR DETAIL WMA REFER TO PVJJ FOR DOOR LOCATIONS. LES. ACTIVITIES VEHICLES. CON STRUCTIONREIATED ACTIVITIES OR OTHERS TE ANYSTRUCTURALLINSPECTIONPROVIDED BY 10'-0"MM MATCHING CORNER AND INTERSECTION UNITS.IAP 2.1. DONOT STO MATEING OR PARK VEHICLES WITHIN ME MATERIALS OTHERS DOLITY. RELIEVETHECONTMCTOR OF THIS MOOD FRAMING DRI OF A METING TREE RESPONSIBILITY. AND PLAIN CROSS -RODS AND A UNIT WHOM OF 112 TO T LESS NOTE 22. DO NOT EXCAVATE XCAATE OVAL THAN ME THICKNESS W WALL FOR INTERIOR EXPOSURES, L CONNECTIONS MAJORSMUCTURAL WOOD MEMBERS WOR MOUMHIMMINPP OF HE AN MISTING tREE'MTHDIIf WRITTEN APPROVAL OF THE 8. MELONTMLTMSNALL RETAIN CONCRETE TESTING SHALL 6E MACE NIM PREFABRICATED METAL FRAMING CUPS MADE OWNER 2.3. REPORT DAMAGE TO METRO TREES TO ME OWNER WTHIN 24 HOURS. 24. CLEAN CUT ANY ROOTS THAT ARE T DIAMETER OR GREATER IF THEY ARE EXPOSED BY EXCAVATION. SHOP DRAWINGS S PRODUCT SUBMITTALS. L PROVIDE SHOP DRANINGS, PRODUCT SUBMITTALS AND COLOR CHARTS FOR PRODUCTS TO BE USED IN ME WORK. 2. COLOR CHARM SHALL BE HARD COPY, MANUFACTURER SUPPUED COLOR CHARTS. 3. COLOR AND MATERIAL SELECTIONS SHALL BE SUBMITTED ASA GROUP, SO THAT ME OWNER NAY REVIEW ME PALETTE COHESIVELY. 4, MINIMUM REQUIREMENTS FOR PRODUCT SUBMITTAISISHOP IXMWINGS ARE AS FOLLOWS: 4.1. CONCRETE MIX DESIGN 42. WOOD TRUSS SHOP DRAWINGS 4.3. CEMENTBOARDSIDING 4,4. PAINT 4.5. METAL ROOFING 4.6. PRE{INISHED ALUMINUM FASCIA 4.7. DOOR HARDWARE 4.8. PLUMBING FIXTURES 4.9. STEEL DOORS AND FRAMES 4.10. ELECTRICAL DEVICES 4.11. CONCRETE BLOCK 8 ACCESSORIES DESIGN DATA 1. ASSUMEDALLOWABLESOILPRESSURE........1.500 PEP 2. REINFORCINGSTEEL 21. DEFORMEDMINFOROINGSARS........... ,ASTMAB1560 22 EPOXYCOATEDREINFORCINGBARS.....ASTM A75 2.3. WELDED WARE FABRIC............................ASTMAI85 2.4. MASONRYJCINTREINFONCING_.............. ASTMA82 3. STRUCTURAL STEEL ..........................ASTM MKS STEEL 4. TUBE SHAPES..........................AOTMASOO, GRACE 5, BOLTS.NUTS, AND WASHERS ...................... ASTM AM 5, ANCHOR BOLTS...... ................ ..................... ASTM A307 7. MINIMUM 23IIY CONCRETE COMPRESSIVE STRENGTH ................................4.050 PSI S. DESIGN LOADS: STONE 1.1. SAWED -SED, RANDOM ASHLAR WITH RANDOM COURSE HEIGHTS AND RANDOM LENGTHS ONIERUPTED COURSE. 12. PROVIDE ASHIAR PATTERN COURSE HEIGHTS AND PERCENTAGES AS FOLLOWS: 12.0.1. 2-114NCHES: 30% 1.2.02. 51MHES: 50% 12.0.3. ]NB INCHES: 2G% 1.3. PROVIDE LENGTHS RANGING FROM 10 INCHES TO 24 INCHES IA. PROVIDE THICKNESS OF 3 .COMPRESSIVE RESISTANCE: 15M 1.5. FINISH: EXPOSED STONE FACES AM EDGES TO COMPLY WITH REQUIREMENTS INDICATED FOR FINISH AND TO MATCH APPROVED SAMPLES AND MOCK UPS, 1.5.1. ASHINR PATTERN: SPLIT FACE VENEER FACE 1.52 SAINEOTOPANDBOTTOMSURFACES. ALLEDGESTO BE BRUT FACE.WATER ABSORPTION, MAX: 0.3%, VOLUME. 1.6. COLOR TO COMPLY KITH REQUIREMENTS INDICATED FOR COLOR AND TO MATCH APPROVED SAMPLE RANGES AND MOCK UPS, 1.B.t COLOR: WEBER STOW ANAMOSA LIMESTONE OR APPROVED EQUAL- MASONRY QUALMASONRY NOTES 1. MASONRY CONTRACTOR IS RESPONSIBLE FOR PROVIDING NECESSARY SHORING AND BRACING TO MAINTAIN WALL SHAPE, UNE, AND DIMENSIONS IN CONFORMANCE NIM DRAWINGS, AGENCY. OFASIM AND STRENGTH REQUIRED TO RESIST ALLAPPUED 2 PROVIDE UNTOLD LOADS. ROENAIUNG- OF MAJOR STRUCTURAL MEMBERS WILL MASONRY WALLS. 0. PER ACI 318 REQUIREMENTS. ME FOLLOWNG SAMPLING SCHEDULE SHOULD BE FOLLOWED FOR EACH CLASS OF CONCRETE: OBTAIN A SET OF TEST CYUNDERS, 9.1. ONCE EACH MY A GIVEN CLASS IS RACED, NOR LESS TAN. 9.2. ONCE FOR EACH 10 YDS OF EACH CLASS PLACED EACH DAY, NOR LESS THAN. 9.3. ONCE FOR EACH SODS SQ. ST, OF SLAB OR WALL SURFACE PLACED EACH DAY. NOT BE PERMITTED. 2. SUBMIT SHOP DRAWINGS OF ALL WOOD MUSSES AND TRUSS HANGERS FORME DESIGN PROFESSIONAL'S REVIEW ONCLUNNG CALCULATIONS AND SEAL BY UCENSED STRUCTURAL ENGINEER.) TRUSS DESIGNS SHALL ACCOMMODATE BEARING AND DETAIL CONDITIONS AS SHOWN ON MESE DRAWINGS. MULTI PLY TRUSSES SHALL BE BOLTED TOGETHER. 3. CONCENTRATED LOADS FROM BUILDING CCMPONENTS SHALL BE APPLIED TO TRUSSES AT PANEL POINTS ONLY, UNLESS A MINIMUM OF 5 SMENGM TESTS IS REQUIRED FOR EACH OTIERWISEINDICATED, CLASS W CONCRETE, UNLESS ME TOTAL QLLANI TY OF ME CLASS IS LESS THAN 50 YDS. A STRENGTH MST IS ME 4. THIS BUILDING IS DESIGNED AS A COMPLETE STABLE AVERAGE OF EITHER 2 OR 3 MST CYLINDERS, DEPENDING STRUCTURE IN RESISTING ME APPLIED LOADS AND FORCES, ON ME SIZE OF ME CYLINDER TAKEN. LATERAL FORCES ARE RESISTED BY INTERIOR AM EXTERIOR 0.4. DOCUMENTS FRONDED TO ENGINEER AND CITY. SHEAR WAILS. 0.5. CONTACTOR SHALL ACQUIRE A BUILDING PERMIT PRIOR TO START. GENERAL CONRETE NOTES: 1. DESIGN, MATERNAL, AND MRKMANSHHIP SHALL BE IN ACCORMNCE WITH ME FOLLOWING STANDARDS, UNLESS NOTED: 5. ME CONTACTOR SHALL TAKE NECESSARY MEASURES TO TEMPORARILY SUPPORT PORTIONS OF ME WORK UNTIL ME ENTIRE STRUCTURE IS COMPLETE. e. ALL MULTIPLE 2X LUMBER UNTELS AND COLUMNS SHALL BE CONNECTED TOGETHER'MTH 16d CEMENT -COATED BOX MULE AT 17 O.C. MAXIMUM EACH LAYER. STAGGERAND CUNCHALL NAILS. 2. AG 318-05. 'BUILDING CODE REQUIREMENTS FOR REINFORCED CONCRETE' 7. PROVIDE CRIPPLES (BEARING STUDS) UNDER ALL WOOD HEADERS, PROVIDE MULTIPLE CRIPPLES AS INDICATED ON 3. ACI 315. DETAILS AND DETAILING W CONCRETE DRANNOS. REINFORCEMENT' B. CONSTRUCTION: 8.1. CONCRETE SHALL BE READY -MIX. MIXED AND DELIVERED IN ACCORDANCE WITH ASTM C 02. HT WEATHER REQUIREMENTS SHALL COMPLY WITH ACI 305 AND COLO WEATHER REQUIREMENTS SHALL COMPLY WANT ACI 3M. 8.3. FORM VARK SHALL BE IN ACCORDANCE'MTH ACI U7. 8.4. REINFORCEMENT SHALL BE PLACED IN ACCORDANCE IMM BETWEEN MAIN SUPPORTS TO SUPPORT EDGES OF PARTIAL PANELS IN A SINGLES SPAN. 11. ON EXTERIOR WALLS PROVIDE 1592' THICK MINIMUM INMMOR GRADE WANT EXTEROR GLUE APA RATED STRUCTURAL I Jun 06, 201] - 3�40pn C�\Users\spelelO\oppd0t¢\IocnL\tenp\RCPubUsh 4960\161234 -Cover Sheebdw0 WE 3. UNLESS OTHERWISE DETAILED OR SPECIFIED. ALL UNTELS SHALL HAVE A MINIMUM BEARING OF 0' EACH END. 4. MASONRY SHALL COMPLY WITH ACI 530D ASCE SOS TUIUANG PLACE VERTICAL WALL REINFORCING BEFORE GROUTING AND BEFORE OR AFTER HAYING MASONRY UNITS, AS REQUIRED BY JOB CONDITIONS. THE VERTICAL REINFORCING M DOWELS AT BASE OF MASONRY WHERE SHOWN. SUPPORT VERTICAL REINFORCING ATINMRVAW NOT EXCEEDING 16D BAR DIAMETERS. WHERE INDIVIDUAL BARS ARE PLACED AFTER PLAYING MASONRY, PLACE WIRE LOOPS EXTENDING IMO CELLS AS MASONRY IS UAID AND LOOSEN BEFORE MORTAR SETS. AFTER INSERTION OF REINFORCING BAR, PULL LOOPS AND BAR TO PROPER POSITION AT ME FREE ENDS. WHERE REINFORCING IS PREFABRICATION INTO CAGE UMTS BEFORE PLACING, FABRICATE UNITS IMTH VERTICAL REINFORCING BARS AND LATERAL TES OF ME SIZE AND SPACING SHOWN. 16, PRIOR TO GROUTING, REMOVE DUST, DIRT, MORTAR DROPPINGS. LOOSE PIECES OF MASONRY. AND OTHER FOREIGN MATERIALS FROM GROUT SPACES AND CLEAN TOP SURFACE OF STRUCTURAL MEMBERS SUPPORTING MASONRY. CLOSE CLEAN OUT HIES AND BRACE CLOSURES TO RESIST GROLTPRESSURES. 17. DO NOT PIACE GROUT UNTIL ENTRE WIGHT OF MASONRY TO BE GROUTED HAS ATTAINED SUFFICIENT STRENGTH TO RESIST GROAT PRESSURES. 18. AL -MASONRY SHALL BE REINFORCED IMM BOM HRIZOMAL AND VERTICAL REINFORCEMENT. ALL BLOCK CELLS INTH REINFORCEMENT SHALL BE GROUTED FULL USING CONCRETE GR W T, CELLS SHA3L BE AUGNED TO PRESERV E UNOBSTRUCTED VERTICAL CRATES OF 2' X 7 MINIMUM. USE 20W PSI GROUT, 18. MASONRY SCHEDULE NOTES: 19.1. SPECAL VERTICAL BARS OF WMHNG WALL SIZE SHALL BE PLACED AT CORNERS AND JAMBS OF ALL OPENINGS. LINTEL NOTES 1. STEEL UNTEUS FOR ALL WENINGS, MINIMUM UNTELS SHALL BE FOR EACH C MASONRY IMDM OFL 312 x 312x JIB FOR SPANS UP TO 4'-0', S14 x 312 z 5116 FOR SPANS W TO 6'-0', UNLESS NOTED OMERWASE. 2. ALL UNTELS THAT ARE BACK-TO-BACK SHllL BE WELDED TOP S BOTTOM AND GROUND SMOOTH, 1. LAP SIDING SHALLBESMOOTH JAMES HARDIE HARDIEPVJIK- CEDAFMI W CEMENT BOARD WI 4' UW, OR PMAPPROVED EQUIVALENT. CODE REQUIREMENTS FOR MASONRY STRUCTURES.' 0. BOTTOM OF MMS (AS SHOWN ON ME ARCHITECTURAL 4. ACI 301,'SPECIFKATONS FOR STRUCTURAL CONCRETE FOR SECTION) SHALL BE FASTENED TO WALL TOP PLATE WITH DETAILING' SIMPSON-HI' CUPS AT EACH TRUSS. 5, CML 'RECOMMENDED PRACTICES FOR PLACING REINFORCING 9. ALL FRAMING LUMBER THROUGHOUT THE BE NO.2 SOR BARS" BETTER) DOUGLAS FIR4ARCH OR SOUTHERN PINE. B ALLEKPOSED EDGES OF CONCRETE SMALL HAVE }'H" 10. APPLY MIN STRUCTURAL I ROW SHIMMING WITH FACE CHAMFER, UINIESS NOTED. GRAIN PERPENDICULAR TO SUPPORTS AND 106 COMMON NAILS UM URROWED. ATS O.L. AT SUPPORTED EDGES AM IT O.L. AT 7. UNDERGROUND PIPING AND ELECTRICAL ITEMS SHALL BE INTERMEDIATE SUPPORTS NNG4 STAGGER ADJACENT INSTALLED PRIOR TO CASTING W FOUNDATIONS AND GROUND PANELS ID' MIN. USE APA RATED SWATHING LMH A MIN. FLOOR GABS. UNLESS NOTED. PANEL SPAN RATING OF WIL AND AN EXPOSURE I RATING O.C. IN ALL MASONRY WALLS. USE NELDED HIRE UNITS (INTERIOR TYPE WITH EXTERIOR GLUE). PROVIDE BLOCKING B. CONSTRUCTION: 8.1. CONCRETE SHALL BE READY -MIX. MIXED AND DELIVERED IN ACCORDANCE WITH ASTM C 02. HT WEATHER REQUIREMENTS SHALL COMPLY WITH ACI 305 AND COLO WEATHER REQUIREMENTS SHALL COMPLY WANT ACI 3M. 8.3. FORM VARK SHALL BE IN ACCORDANCE'MTH ACI U7. 8.4. REINFORCEMENT SHALL BE PLACED IN ACCORDANCE IMM BETWEEN MAIN SUPPORTS TO SUPPORT EDGES OF PARTIAL PANELS IN A SINGLES SPAN. 11. ON EXTERIOR WALLS PROVIDE 1592' THICK MINIMUM INMMOR GRADE WANT EXTEROR GLUE APA RATED STRUCTURAL I Jun 06, 201] - 3�40pn C�\Users\spelelO\oppd0t¢\IocnL\tenp\RCPubUsh 4960\161234 -Cover Sheebdw0 WE 3. UNLESS OTHERWISE DETAILED OR SPECIFIED. ALL UNTELS SHALL HAVE A MINIMUM BEARING OF 0' EACH END. 4. MASONRY SHALL COMPLY WITH ACI 530D ASCE SOS TUIUANG PLACE VERTICAL WALL REINFORCING BEFORE GROUTING AND BEFORE OR AFTER HAYING MASONRY UNITS, AS REQUIRED BY JOB CONDITIONS. THE VERTICAL REINFORCING M DOWELS AT BASE OF MASONRY WHERE SHOWN. SUPPORT VERTICAL REINFORCING ATINMRVAW NOT EXCEEDING 16D BAR DIAMETERS. WHERE INDIVIDUAL BARS ARE PLACED AFTER PLAYING MASONRY, PLACE WIRE LOOPS EXTENDING IMO CELLS AS MASONRY IS UAID AND LOOSEN BEFORE MORTAR SETS. AFTER INSERTION OF REINFORCING BAR, PULL LOOPS AND BAR TO PROPER POSITION AT ME FREE ENDS. WHERE REINFORCING IS PREFABRICATION INTO CAGE UMTS BEFORE PLACING, FABRICATE UNITS IMTH VERTICAL REINFORCING BARS AND LATERAL TES OF ME SIZE AND SPACING SHOWN. 16, PRIOR TO GROUTING, REMOVE DUST, DIRT, MORTAR DROPPINGS. LOOSE PIECES OF MASONRY. AND OTHER FOREIGN MATERIALS FROM GROUT SPACES AND CLEAN TOP SURFACE OF STRUCTURAL MEMBERS SUPPORTING MASONRY. CLOSE CLEAN OUT HIES AND BRACE CLOSURES TO RESIST GROLTPRESSURES. 17. DO NOT PIACE GROUT UNTIL ENTRE WIGHT OF MASONRY TO BE GROUTED HAS ATTAINED SUFFICIENT STRENGTH TO RESIST GROAT PRESSURES. 18. AL -MASONRY SHALL BE REINFORCED IMM BOM HRIZOMAL AND VERTICAL REINFORCEMENT. ALL BLOCK CELLS INTH REINFORCEMENT SHALL BE GROUTED FULL USING CONCRETE GR W T, CELLS SHA3L BE AUGNED TO PRESERV E UNOBSTRUCTED VERTICAL CRATES OF 2' X 7 MINIMUM. USE 20W PSI GROUT, 18. MASONRY SCHEDULE NOTES: 19.1. SPECAL VERTICAL BARS OF WMHNG WALL SIZE SHALL BE PLACED AT CORNERS AND JAMBS OF ALL OPENINGS. LINTEL NOTES 1. STEEL UNTEUS FOR ALL WENINGS, MINIMUM UNTELS SHALL BE FOR EACH C MASONRY IMDM OFL 312 x 312x JIB FOR SPANS UP TO 4'-0', S14 x 312 z 5116 FOR SPANS W TO 6'-0', UNLESS NOTED OMERWASE. 2. ALL UNTELS THAT ARE BACK-TO-BACK SHllL BE WELDED TOP S BOTTOM AND GROUND SMOOTH, 1. LAP SIDING SHALLBESMOOTH JAMES HARDIE HARDIEPVJIK- CEDAFMI W CEMENT BOARD WI 4' UW, OR PMAPPROVED EQUIVALENT. CODE REQUIREMENTS FOR MASONRY STRUCTURES.' 2 EXTERIOR PANEL BOARD SHALL BE SMOOM JAMES HARDIE 5. ALL CONCRETE BLOCK SHALL COMPLY WTH ASTM CSO, TYPE 1, HARDIEPANEL-STUCCO" CEMENT BOARD. OR PREAPPROVED NORMAL WIGHT 37M PSI MODULAR SIZE NIM AN F]=MOD PSI. EQUIVALENT. 3. 6. ALL MASONRY UNITS SHALL NE PLUMB, TRUE LEVEL AND 4. EXTERIOR TRIM BOARD SHALL BE SMOOTH JAMES HARDIE ACCURATELY SPACED WMH HEAD AND BED JOINTS FULL AND 'HARDIEIWMSM00TH' CEMENT BOARD, W PREAPPROVED UM URROWED. EQUWALENL 7. ALL CURS IN EXPOSED FACES OF CONCRETE BLOCK SHALL BE S. PROVIDE ALL TIM, FUSHING AND ACCESSORIES TO FORMA BY A MASONRY SAW. . COMPLETE WEATHER -TIGHT SYSTEM. 8. PROVIDE CONTINUOUS HORVANTAL JOINT REINFORCING AT 115- S. ALL ITEMS M BE PAINTED SHALL RECEIVE ONE PRIME COAT O.C. IN ALL MASONRY WALLS. USE NELDED HIRE UNITS AND MD FINISH CEATS OF PAINT. PREFABRICATED IN STRAIGHT LENGTHS OF NOT LESS THAN PANT SCHEDULE BASED ON SHERIMN WILLIAMS. COLOR TD BE 10'-0"MM MATCHING CORNER AND INTERSECTION UNITS.IAP SELECTED BY ME OWNER FROM MANUFACTURER'S STANDARD UNITS NOT LESS MAN 6' AT ENDS, FABRICATE FROM COLD RANGE OF COLORS. DRAWN STEEL WIRE, ASTM MR, WITH DEFORMED SIDE ROSS 6.1. METALSURFACES, AND PLAIN CROSS -RODS AND A UNIT WHOM OF 112 TO T LESS 6.1.1. PRIMER: DW PRIMER FINISH BBBNI, 25 DRY MI; THAN ME THICKNESS W WALL FOR INTERIOR EXPOSURES, THICKNESS FABRICATE UNITS FROM HIT-0IPPED GALVANIZEDWIRE. IMM 6.12. FINISH COATS: IS, SHERLRYL HPA 985-350 SERIES 2.6 DS CZ. HNC CMTNG COMPLYING WITH ASTM A116. CLASS 3. MIL DRY THICKNESS EA COAT. B2 EXTERBMSINNG: D. PROVIDE VERTICAL CONTROL JOINTS IN MASONRY WALLS 62.1. PRIMER: LOXON PRIMER A24 M300, t A DRY MIL WHERE SHOWN M ME DRAWINGS. REINFORCE CONTROL THICKNESS. JOINTS WITH GUR-OUAALL RAPID CONTROL JOINT RUBBER 62.2. FINISH COATS: SC SW 'SUPER PAINT' ACRYUC AN COMPOUND OR EQUAL SERIES, SATIN FINISH. 6 MILS DIRY THICKNESS M. COAT. 10. MATERIALS FOR TYPE S MORTAR AND GROUT: 6.3. EXTEMORCMU 10.1. PONTIANO CEMENT: ASTM CI50, TYPE I W TYPE III 6.3.1. SEALER: SUREKIPAN CUSTOM SEALER 102. UME: ASTM=7, TYPES 6A. INTERIOR CMU: IDS. FINEAGGREGATE: ASTMCNOROCSCSIZEN0.1 6.4.1. PRIMER: HEAVY DUTY BLOCK FILLER, 7.0 DRY MIL IDA. COARSEAGGREGATE: ASTM C404, SIZE NO. BORN THICKNESS 6.42 FINISHCOATS:(2) PRONMUSMALZEROVOC 11. MIX MORTAR AND GROUT IN CONFORMANCE IMAN ASTM 0476 WATER-BASED EPDXY, SO CRY MIL THICKNESS PER PER VOLUME SPECS. COAT. 6.5. INTERIOR PLYWOOD: 12 SUPPORT AND SECURE VERTICAL REINFORCING AGAINST 6.5.1. PRIMER ALL SURFACE ENAMEL AH SEWES,5 MILS DBRUNCEMENT, PROVIDE CLEAR DISTANCE OF I BAR DRY THICKNESS DAMEMR OR t' SETINEEN BARS PLACED BETYEEN WALLS. 6.52. FINISH COATS: OS SW SUPER PMN' ACRYUC AM CLEAR DISTANCE FOR COLUMN OR PIER REINFORCING SHALL SERIES SATIN FINISH, B MILS DRY THICKNESS E. BE 112 BAR OXIMETERS OR 112. PROVIDE 24 BAR DIAMETERS COAT. UAP FOR VERTICAL REINFORCING. ROOFING 13. LAY-UP CONCRETE MASONRY WALLS TO MAINTAIN VERTICAL CONTINUITY OF CORES THAT ARE TO BE REINFORCED OR 1. ROWIMSH BEPACLLAD24GASNAP-0WUL-B MMD, GROUTED. KEEP CAVITIES FREE OF MORTAR SOLIDLY BED ALUMINUM STANDING SEAM METAL ROOFING WHIT RB WEBS OF CONCRETE MASONRY UNITS IN MORTAR WHERE SPACING OR APPROVED EQUWALEW.. COLOR SELECTED BY COLOR CHART. TOILET ACCESSORIES 1. CONAURASERESSYBOBRCKAIASHROOMEQUIPMENT COMPANY OR APPROVED EQUIVALENT. I.I. VANDAL RESISTANT CLOTHES HOCK: MSA -10, MANUF. BY GAMCO 12. TRASH RECEPTACLE: BY OWNER 18. SEAP DISPENSER: BY ONMER 1A. GRAB BARS: B-SBBB 1.5. MIRROR: 816582436 DIV TEMPERED SLAW CHANNEL FRAME) SIGNAGE -OWNER FURNISHED, ONMER INSTALLED HAPPY HOLLOW PARK REPLACEMENT PROJECT BUILDING NOTES hbk ENGINEERING HBK ENGINEERING. LLC SLB S BURNT ST. IOWACITY,A58210 PHONE: (319) 3Lg557 FAA D19135SOR7 IOWA DEPARTMENT OF LABOR REGSTPATON NO. 804T338 ITY OF IOWA CIT /L ITY OF IOWA CIT 10 NOTAPPMCASLF TBD I -- 12_ -- -- 12_-- -- 12_ -- 1 i 7 b m N m i 1298" GLULAM COLUMN I,l�\ CONCRETE SLAB `— EDGE OF ROOF _— B 112"x6" GLULAM COLUMN _ --------------- (i)-%?—? R _ 12 12"x6" GLULAM COLUMN I 1Yx8" GLULAM COLUMN I I 12"x6" GLULAM COLUMN I I All 12"xB" GLULAM BEAM I I 12"x6- GLULAM BEAM u I 12"x6" GLULAM BEAM =1 1298" GLULAM BEAM I I 129dt' GLUCAN BEAM sI I 1298' GLULAM BEAM I 12'x6" GLULAM BEAM I I 12x8' GLULAM BEAM I 12'W GLULAM BEAM 12'x6" GLUCAN COLUMNJ�� 12"XB" GLULAM COLUMN 12-x6" GLULAM COLUMN i 1298" GLULAM COLUMN I,l�\ CONCRETE SLAB `— EDGE OF ROOF _— B 112"x6" GLULAM COLUMN _ --------------- (i)-%?—? R _ 0 2) FOUNDATION AND SLAB JOINTING LAYOUT NOTE: ALL LUMBER CONNECTIONS BY SUPPLIER. EXPOSED PLATES TE SLAB 4 EL� ENATION A ` T 'i rt.a (4)REBAR T V R 1/4 11-0�� L'+ STIRRUPS z7 a a (6) VERT. REBAR s 4' PCC SLAB c • WWF 8x6 W1AXWIA SECTION A SECTION B 4' GRANULAR SUB -BASE COLUMN FOOTING SECTIONS (TYP.) __) 1,. = -_On NOTE: ALL REINFORCING TO BE SIZE i4 Jun 06, 2017 - 3,41pn R\Project\161234\deg (oil drawing Plies)\CAD\161234 - Shelterdwg PCC SLAB SECTION 6 , 1" = V-0" 5S' ELEVATION B )114"=1•_p•, _ SAWCUTC1/4" OF SLAB THICKNEjf`��'ti IJI��IJ0' -X —z-(.-x—x=x- flnr not PCC SLAC SAWCUT DETAIIL a ' I A so 16-1234 HAPPY HOLLOW PARE REPLACEMENT PROJECT F9:14111140 hbk ENGINSSRING HBN EHGINEEWNG. LLC �Y S. GILBFRT ST. IOW4CISIICp PHONE:(31.) NYI]J6TMT EM ptry.82en IO WA OEPPrtIMEW OF IAROR REGIBTMOON No. oosnu ll'CITY OFIOWACITY II - ,42 ITY OF 10WA CITY 11 Yi10 12 12' 12' CONCRE N SAWCUT DETAIL SEE 7®2.0 N (8)22"x16" PCC COLUMN W/ }' EXP. JT. (TYP-) L LLJ � 0 2) FOUNDATION AND SLAB JOINTING LAYOUT NOTE: ALL LUMBER CONNECTIONS BY SUPPLIER. EXPOSED PLATES TE SLAB 4 EL� ENATION A ` T 'i rt.a (4)REBAR T V R 1/4 11-0�� L'+ STIRRUPS z7 a a (6) VERT. REBAR s 4' PCC SLAB c • WWF 8x6 W1AXWIA SECTION A SECTION B 4' GRANULAR SUB -BASE COLUMN FOOTING SECTIONS (TYP.) __) 1,. = -_On NOTE: ALL REINFORCING TO BE SIZE i4 Jun 06, 2017 - 3,41pn R\Project\161234\deg (oil drawing Plies)\CAD\161234 - Shelterdwg PCC SLAB SECTION 6 , 1" = V-0" 5S' ELEVATION B )114"=1•_p•, _ SAWCUTC1/4" OF SLAB THICKNEjf`��'ti IJI��IJ0' -X —z-(.-x—x=x- flnr not PCC SLAC SAWCUT DETAIIL a ' I A so 16-1234 HAPPY HOLLOW PARE REPLACEMENT PROJECT F9:14111140 hbk ENGINSSRING HBN EHGINEEWNG. LLC �Y S. GILBFRT ST. IOW4CISIICp PHONE:(31.) NYI]J6TMT EM ptry.82en IO WA OEPPrtIMEW OF IAROR REGIBTMOON No. oosnu ll'CITY OFIOWACITY II - ,42 ITY OF 10WA CITY 11 Yi10 4]" 4t' 6.A" 1'-10}" 5'-0" 1'-10}" 5'-0"CONC. STOOP 2'B" 3'A' R.O. T -B. BE E$ ED STA30 STE AWALLY DOORW YS, TYP 4'-0'CONC. STOOP l� C HIS 0 CONONI C. 8" APRON Lim —r d 2'-0" 3'4" 7-0 .' 1}" (TVP.) \ \ F.D. i '° F.D. O (1�,REEESS:'SLOPE T4" I —FLOOR TO DRAIN)- 2x8 PL ING WI i — __----- " 4VTORV CMU It T. NVALL \ 5"THICK SLAB / *f STOO UNDERS"CMLl 12,$. HAND .... RYER \F�x.D(/ �T O (1" REgES$\SLOPE L _ _ _ I 23 TP HO D •i FLQOR TO DRAIN)sGING y / \ S ATION \ / \ 22 _ TC2`4' 5-0' APRON r CONC. 5.074 Y STOOP J _ — -5 B _j 4k CON FOUNDATION PLAN STOOP �: A FLOOR PLAN U1/2" = 1'-0" PLAN SHEET NOTES 1. SEE SHEET AI.O FOR ADDITIONAL INFORMATION, INCLUDING BUT NOT LIMITED TO: FINISHES, DOOR HARDWARE, & TOILET ACCESSORIES. 2. SEE SHEET AA.O FOR STANDARD MOUNTING HEIGHTS OF PLUMBING FIXTURES, ACCESSORIES. AND MISC DEVICES. 3. SEE CIVIL DRAWINGS FOR BUILDING SITE, SIDEWALKS, RAMPS, AND UTILITIES. Y ELEV. _ 116b:T FRONT ELEVATION 5 LEFT ELEVATION v 1/4" = 1'-0" 1/4" = 1'-0" Jun 06, 2017 - 3141pn I,\Project\161234\dwg (OIL drawing £Iles)\CAD\161234 - Restroon.dwg IN. TYR T/MASONRY _ 6z6 TIMBER COLUMNS y SNB TRUSSES @ 18" O.C. 6x8 TIMBER TRUSS �1 ROOFING PLAN REAR 1 /AN _ L g - KEY NOTES 4 7O CONCRETE BOARD UIP SIDING. �y OWOOD TRUSSES PER MANDE 0 24" O.C., EXTR. TREATED N PLYWOOD ROOF SHEATHING, 30p FELT AND STANDING SEAM METAL ROOF, COLOR SELECTED BY OWNER. .n �O2x6 TBG DECKING FASTENED TO UNDERSIDE OF TRUSSES. PREFINISHED METAL FASCL4 �N16-1234 O3-4"x 74" INSULATED HOLLOW METAL DOOR & FRAME WITH KEYED LOCK. mPxcr� HAPPY HOLLOW PARE O 36" WIDE ICE DAM MATERIAL. REPLACEMENT PROJECT O7 HOSE BIB. SEE MEP DRAWINGS. OB PHOTOEYE CONTROLLED LIGHT FIXTURE. SEE MEP DRAWINGS.RESTROOM PLAN LOCATED IN EAVES. AND ELEVATIONS OADA -BRAILLE RESTROOM SIGN - BY OWNER. 10 6z12 DECORATIVE LUMBER CORNICES hbk 11 6x8 DECORATIVE BEAMS 12 CEMENT BOARD PANEL- STUCCO APPEARANCE. ENGINEERING 13 SAWED BEO STONE VENEER (NOMINAL 3-5/8' THICKNESS) NOP ENGINEERING. LLCw9 S. GILBEEl sT. IMA CM. IA svw 14 REINFORCED 8"Wx16"SMOOTH FACE CMU, INTERIOR COLOR PHONE 1319) 33at9A SELECTED BY OWNER. PAx:(N9) 3M4w37 IOWAOPE OR 15 4"THICK CONCRETE APRON, REINFORCED WIENS-WIAXW1.4 °FV NEGI9TM. WWF. SET 1" BELOW TOP OF FOUNDATION WALL. No. wnTa 18 4"CONCRETE, REINFORCED W/6x8-WI AxWlA W1 VAPOR www3.�P�ercmx BARRIER, 2")Q' RIGID INSULATION AT PERIMETER. SET 1" BELOW TOP OF FOUNDATION WALL. owxu 17 J" PLYWOOD CEILING, PAINTED, W/ 1.4 PAINTED WOOD CLOSURE TRIM 0 PERIMETER. COLOR SELECTED BY OWNER. 18 RIDGE VENT TO MATCH ROOFING COLOR. 19 6x6 LUMBER COLUMN CITY OFIOWA CITY 2D DOUBLE 2x8 TOP PLATE SECURED W/I"0 x V-0"ABOLTS 24" O.C. 21 B"z8"x16" BOND BEAM TYP. REINFORCE W/ (2) R5 CONT. x 22 60"x56" FACILITY CLEARANCE AREA I 23 30'X48" WHEELCHAIR SPACE DUE TO DOOR SWING -- INTERFERING WITH KEYNOTE 22. SEE ADA STANDARD 603.2.3, CITY OF IOWA CITY EXCEPTION 2. 24 8x8 VENT- SEE MEP PAGES FOR DETAILS. nNDT APPLICABLE 25 VELUX SUN TUNNEL- COORDINATE WITH MEP FOR LOCATION. 28 REINFORCED 6"z8"x16" SMOOTH FACE CMU, INTERIOR PAINT COLOR SELECTED BY OWNER. 27 24 PLUMBING WALL, STUDS 24" O.C., W/i' OSB ON MECH. ROOM FACE. 28 1x4 CEMENT BOARD TRIM TBD 29 2x8 LUMBER TRUSS PER MANUF. a'._ FAR HF ELEV. - 715.53' RIGHT ELEVATION 2xS TOP PLATE r CMU WALL ROOF TRUSSES BY T/MASONRY _ 6z6 TIMBER COLUMNS y SNB TRUSSES @ 18" O.C. 6x8 TIMBER TRUSS �1 ROOFING PLAN REAR 1 /AN _ L g - KEY NOTES 4 7O CONCRETE BOARD UIP SIDING. �y OWOOD TRUSSES PER MANDE 0 24" O.C., EXTR. TREATED N PLYWOOD ROOF SHEATHING, 30p FELT AND STANDING SEAM METAL ROOF, COLOR SELECTED BY OWNER. .n �O2x6 TBG DECKING FASTENED TO UNDERSIDE OF TRUSSES. PREFINISHED METAL FASCL4 �N16-1234 O3-4"x 74" INSULATED HOLLOW METAL DOOR & FRAME WITH KEYED LOCK. mPxcr� HAPPY HOLLOW PARE O 36" WIDE ICE DAM MATERIAL. REPLACEMENT PROJECT O7 HOSE BIB. SEE MEP DRAWINGS. OB PHOTOEYE CONTROLLED LIGHT FIXTURE. SEE MEP DRAWINGS.RESTROOM PLAN LOCATED IN EAVES. AND ELEVATIONS OADA -BRAILLE RESTROOM SIGN - BY OWNER. 10 6z12 DECORATIVE LUMBER CORNICES hbk 11 6x8 DECORATIVE BEAMS 12 CEMENT BOARD PANEL- STUCCO APPEARANCE. ENGINEERING 13 SAWED BEO STONE VENEER (NOMINAL 3-5/8' THICKNESS) NOP ENGINEERING. LLCw9 S. GILBEEl sT. IMA CM. IA svw 14 REINFORCED 8"Wx16"SMOOTH FACE CMU, INTERIOR COLOR PHONE 1319) 33at9A SELECTED BY OWNER. PAx:(N9) 3M4w37 IOWAOPE OR 15 4"THICK CONCRETE APRON, REINFORCED WIENS-WIAXW1.4 °FV NEGI9TM. WWF. SET 1" BELOW TOP OF FOUNDATION WALL. No. wnTa 18 4"CONCRETE, REINFORCED W/6x8-WI AxWlA W1 VAPOR www3.�P�ercmx BARRIER, 2")Q' RIGID INSULATION AT PERIMETER. SET 1" BELOW TOP OF FOUNDATION WALL. owxu 17 J" PLYWOOD CEILING, PAINTED, W/ 1.4 PAINTED WOOD CLOSURE TRIM 0 PERIMETER. COLOR SELECTED BY OWNER. 18 RIDGE VENT TO MATCH ROOFING COLOR. 19 6x6 LUMBER COLUMN CITY OFIOWA CITY 2D DOUBLE 2x8 TOP PLATE SECURED W/I"0 x V-0"ABOLTS 24" O.C. 21 B"z8"x16" BOND BEAM TYP. REINFORCE W/ (2) R5 CONT. x 22 60"x56" FACILITY CLEARANCE AREA I 23 30'X48" WHEELCHAIR SPACE DUE TO DOOR SWING -- INTERFERING WITH KEYNOTE 22. SEE ADA STANDARD 603.2.3, CITY OF IOWA CITY EXCEPTION 2. 24 8x8 VENT- SEE MEP PAGES FOR DETAILS. nNDT APPLICABLE 25 VELUX SUN TUNNEL- COORDINATE WITH MEP FOR LOCATION. 28 REINFORCED 6"z8"x16" SMOOTH FACE CMU, INTERIOR PAINT COLOR SELECTED BY OWNER. 27 24 PLUMBING WALL, STUDS 24" O.C., W/i' OSB ON MECH. ROOM FACE. 28 1x4 CEMENT BOARD TRIM TBD 29 2x8 LUMBER TRUSS PER MANUF. a'._ FAR HF ELEV. - 715.53' RIGHT ELEVATION IT O.H. SECTION 1 1/2 — p_prr IF, RE8TROQM 14 Iwa 'i IIII ➢I� 12" O.H. Jun 06, 2017 - 311 D\Project\161234\dwg (all drawing files)\CAD\161234 - Restroom.dwg 2'-1114" I — Ti — I- — 3' -10" OWOOD ----IT--- 30R FELT AND STANDING SEAM METAL ROOF, COLOR SELECTED BY OWNER. O2x6 --- METAL FASCIA. O3'-4^x 7-4' INSULATED HOLLOW METAL DOOR & FRAME WITH KEYED LOCK. O36" WIDE ICE DAM MATERIAL. TiI I I 10 ,. 31D 1 , 29 T-10' + T-10" A n ROOF LUMBER PLAN 1 '- H Inn _ � r nn KEY NOTES OCONCRETE BOARD LAP SIDING. OWOOD TRUSSES PER MANUF. 6 24" O.C., EXTR. TREATED PLYWOOD ROOF SHEATHING, 30R FELT AND STANDING SEAM METAL ROOF, COLOR SELECTED BY OWNER. O2x6 Ti DECKING FASTENED TO UNDERSIDE OF TRUSSES. OPREFINISHED METAL FASCIA. O3'-4^x 7-4' INSULATED HOLLOW METAL DOOR & FRAME WITH KEYED LOCK. O36" WIDE ICE DAM MATERIAL. O7 HOSE BIB. SEE MEP DRAWINGS. OB PHOTOEYE CONTROLLED LIGHT FIXTURE. SEE MEPI DRAWINGS. LOCATED IN SOFFIT. O9 ADA -BRAILLE RESTROOM SIGN - BY OWNER. 10 8x12 DECORATIVE LUMBER CORNICES 11 6x6 DECORATIVE BEAMS 12 CEMENT BOARD PANEL- STUCCO APPEARANCE. 13 SAWED BED STONE VENEER (NOMINAL 3-Wi THICKNESS) 14 REINFORCED 8'x8"x16" SMOOTH FACE CMU, INTERIOR COLOR SELECTED BY OWNER. 15 4" THICK CONCRETE APRON, REINFORCED 'i WWF. SET WSET 1"BELOWTOP OF FOUNDATION WALL. 16 4" CONCRETE, REINFORCED W16x6- WI.4xW1.4 W/ VAPOR BARRIER, 29Q' RIGID INSULATION AT PERIMETER. SET 1 -BELOW TOP OF FOUNDATION WALL. 17 }- PLYWOOD CEILING, PAINTED, W/ 1x4 PAINTED WOOD CLOSURE TRIM @ PERIMETER. COLOR SELECTED BY OWNER. 18 RIDGE VENT TO MATCH ROOFING COLOR, 19 6x6 LUMBER COLUMN ODOUBLE 2x8 TOP PLATE SECURED W/ J"O x Vi @ 24" O.C. 21 B'x8"x16"BOND BEAM TYP. REINFORCE W/(2)A5 CONT. O61 FACILITY CLEARANCE AREA O30"x4S'WHEELCHAIR SPACE DUE TO DOOR SWING INTERFERING WITH KEYNOTE 22. SEE 6032.3, EXCEPTION 2. 24 4x10 VENT -SEE MEP PAGES FOR DETAILS. )NS 25 VELUX SUN TUNNEL -COORDINATE WITH MEP FOR LOCATION (LOCATED IN NE QUAD.) S 28 REINFORCED 6'x8"x18" SMOOTH FACE CMU, INTERIOR PAINT COLOR SELECTED BY OWNER. O2x6 PLUMBING WALL, STUDS 24' O.C.. W1 } OSB ON MECH. ROOM FACE. 28 1x4 CEMENT BOARD TRIM 29 2x6 LUMBER TRUSS PER MANUF. vth83�"1O X1131 i :h 418 9- Or L10Z 03-11 16-1234 NAPPY HOLLOW PARK REPLACEMENT PRO)ECi RESTROOM SECTIONS hbk ENGTNSHRTNG Hi ENGINEEANG. LLG a S. GFUERT ST - IOWA C T.IOWAC .Sam PHONE: (319)3] 57 FM: (3191 IOWA DEPARTMENT OF 111i REaSTPADON Ni OOR133B 'a: mi _ ITY OF IOWA ITY OFIOWA NOT APPLICABLE TBD •' 4" PCC SLAB SAWCUT @ 1/4" T6 MIL VAPOR BARRIER v OF SLAB THICKNESS 1ARD •WWF 6X6 IAXWIA STANCORNER BAR SAME 90. HOOK °' SIZE AND SPACE AS HORIZONTAL STEEL r DCEILING p' (LAP 36- DIA.) 4'GRANUAR 16-1234 P PLATE ' SUB -BASE y 2x6 CONRETE/ }"0 x 12" • '�"°' BOARD TRIM024"O.C. 1 PCC SLAB SECTION PCC SLAC SAWCUT DETAIIL IA HOLLOWPARK TYP. WALL AND GRADE BEAM CORNER DETAILS 1" = 1'-0" 1" = 1'-0" CONCRETEED WOOD c `. REeLACRIriENI' eROJBCT STUCCO COB 1" = 1'-O" TRIM 2x6 CONCRETE NOTE: ALL REINFORCING TO BE SIZE #4 n11e BOARD TRIMOND BEAM W/ (2) #4 q ^ RESTROOM DETfULS GROUTED SOLID�rN TlTlii �I'V IT CONCRETE BOARD SEE PLAN FOR DIMS LAP SIDING 36" GRAB f/4 0 4'-0° O.C. VERT. EXT. GRADE p`" SHEATHING REINF. TYP. - GROUT 2x2 NAILING BOARDS SOLID 0 REINF. OF TOILET 0 16" O.C. EXPOSED PLUMBING FOR FLASHING OVER • m WATER TABLE .p`� MIN' BOTTOM OF MIRROR "Wx16° CMU r 6" OF SAND #4 BENT DOWEL v_ BELOW SLAB @ 48" D.D. ° 2"x45/8" WATERTABLE '# COMPACTED SEE FOUNDATION SAWED BED GRANULAR FILL WALL SECTION FOR 14' VENEER STONE -- REINFORCING (35/8" DEPTH) POSSIBLE CONTACT #4 BENT REBAR MORTAR BED & 3,-0• #9 REBAR Q} 48" O.C. 12" O.C. " MASONRY ANCHORS EXTEND 18" INTO PCC (3) #4 CONT. '. PER MANUF. SPEC. EXTEND 24" IMO CMU } "EXP FLASHING }"EXP.JOINT JOINT SEE 6@3.0 FOR SLAB SEE6A3.0 PCC APRON DETAILS FOR SLAB Z TYPICAL MOUNTING HEIGHT: DETAILS _, r X�x >• �xA�x TYPICAL CONC. STOOP DETAILS 2" RIGID INS. Ir (4) #4 CONT. Di #4 @ 12" O.C. .r— 12" —,' %1 WALL SECTION DETAIL 1"=1'-O" NOTE: ALL REINFORCING TO MSE #4 2� T -V MIN. f Z-WMIN. COLUMN SECTION 11= V_W NOTE: ALL REINFORCING TO BE SIZE M4 — 6X6 LUMBER COLUMN - (2) I"0 HEX BOLTS - STEEL KNIFE PLATE W/ (4) CONCRETE ANCHORS — Z'X45W WATERTABLE W/ FLASHING MORTAR BED 8 MASONRY ANCHORS PER MANUF. SPEC. - SAWED BED VENEER STONE (3-5/e" DEPTH) FLASHING }" EXP. JOINT SEE 6193.0 FOR \\ SLAB DETAILS a (4) #4 BENT DOWELS 24" OVERLAP TOP & BOTTOM (6) #4 VERT. REBAR - (4) #4 STIRRUPS - (4) 04 COM. #a0 12"O.C. COLUMN SECTION i�l STONE VENEER BUMP -OUT 1.. = 1,_O 11_o NOTE: ALL REINFORCING TO BE SEE #4 NOTE: ALL REINFORCING TO BE SIZE #9 SEE PLAN FOR DIMS --1.5%SLOPE 4" 36" GRAB BAR 0 BACK fill_II'I� 25x45/6" OF TOILET WATERTABLE EXPOSED PLUMBING FOR _ • m }"PLYWOOD .p`� MIN' BOTTOM OF MIRROR 1X2 LUMBER r 6" OF SAND #4 BENT DOWEL v_ BELOW SLAB @ 48" D.D. ° @ 12" O.C. METAL LATHE 3'-6" MIN. '# COMPACTED SEE FOUNDATION AND SCRATCH COAT GRANULAR FILL WALL SECTION FOR 14' -- REINFORCING SAWEDBED POSSIBLE CONTACT #4 BENT REBAR VENEER STONE0 12" O.C. " (35/6" DEPTH)° ? (3) #4 CONT. '. FLASHING SPACE REQUIRED }"EXP.JOINT CLEAR FLOOR lV lV S'MAX. SEE 6A3.0 FOR SLAB DETAILS TYPICAL ACCESSIBLE TOILET TY ICAL ACCESSIBLE TYPICALACCESSIBL MOUNTING 8" Z TYPICAL MOUNTING HEIGHT: 10 1/2" = 1'-0" TYPICAL CONC. STOOP DETAILS 8 �- 2" RIGID INS. NOTE: ALL REINFORCING TO BE SIZE #4 (4) 04 COM. #a0 12"O.C. COLUMN SECTION i�l STONE VENEER BUMP -OUT 1.. = 1,_O 11_o NOTE: ALL REINFORCING TO BE SEE #4 NOTE: ALL REINFORCING TO BE SIZE #9 SEE PLAN FOR DIMS --1.5%SLOPE 4" 36" GRAB BAR 0 BACK Z 25x45/6" OF TOILET WATERTABLE EXPOSED PLUMBING FOR W/ FLASHING • m }"PLYWOOD .p`� MIN' BOTTOM OF MIRROR 1X2 LUMBER r 6" OF SAND #4 BENT DOWEL v_ BELOW SLAB @ 48" D.D. ° @ 12" O.C. METAL LATHE 3'-6" MIN. '# COMPACTED SEE FOUNDATION AND SCRATCH COAT GRANULAR FILL WALL SECTION FOR 14' -- REINFORCING SAWEDBED POSSIBLE CONTACT #4 BENT REBAR VENEER STONE0 12" O.C. " (35/6" DEPTH)° ? (3) #4 CONT. '. FLASHING SPACE REQUIRED }"EXP.JOINT CLEAR FLOOR lV lV S'MAX. SEE 6A3.0 FOR SLAB DETAILS TYPICAL ACCESSIBLE TOILET TY ICAL ACCESSIBLE TYPICALACCESSIBL MOUNTING 8" Z TYPICAL MOUNTING HEIGHT: 10 1/2" = 1'-0" TYPICAL CONC. STOOP DETAILS 8 �- 2" RIGID INS. NOTE: ALL REINFORCING TO BE SIZE #4 (4) 04 COM. #a0 12"O.C. COLUMN SECTION i�l STONE VENEER BUMP -OUT 1.. = 1,_O 11_o NOTE: ALL REINFORCING TO BE SEE #4 NOTE: ALL REINFORCING TO BE SIZE #9 Jun 06, 2017 - 3141pm L\Project\161234\dwg (a0 drawing £Iles)\CAD\161234 - Restroom.dwg f 4' 39"-41" 1'-0" T-6" I TP HOLDER Z O6f u� ai - oR HEIGHTS @ WATER CLOSETS CORNER w. . . CMU Il 74Q i ii i it 1 4i I N i N i rw 1 i AS NEEDED ✓..:c«c�:cc� s:«�:cQ.:r..:.�F.wv:.vw:c.:i Yrrrkc.:ri i�cc.:S.rcc _R]. JL GROUT SOLID (TYP) O 'CMU REINFORCEMENT -il �_Pj 113 g_ %xv M, -------t11:q raa Y MISCELLANEOUS DEVICES hbk ENGINEERING XBX ENWNEERING LLC N*S. GIL9FATST. IMA (MW=0 PHONBP19)A&TW Fax: Plvl ssvaen IOWA DEPARTMENT OF LABOR REGISTRana" NO. ODO nza CITY OF IOWA CITY CITYOFIOWA CITY NOT TRO 36" GRAB BAR 0 BACK Z OF TOILET EXPOSED PLUMBING FOR 17" AUTOMATIC m BARRIER FREE LAV. MUST MIN' BOTTOM OF MIRROR / CONTROLLED BE INSULATED OR OTHERWISE CONFIGURED TO ELIMINATE -- POSSIBLE CONTACT 1'S' 60"WIDE x 56" DEEP 8 CLEAR R ? SPACE REQUIRED .% ry it CLEAR FLOOR lV lV S'MAX. AREA TYPICAL ACCESSIBLE TOILET TY ICAL ACCESSIBLE TYPICALACCESSIBL MOUNTING CODE REQUIRED CLEARANCES CLEARANCES 0 LAVATORY HEIGHT @ LAVATORY 8 MIRROR Z TYPICAL MOUNTING HEIGHT: 10 1/2" = 1'-0" Jun 06, 2017 - 3141pm L\Project\161234\dwg (a0 drawing £Iles)\CAD\161234 - Restroom.dwg f 4' 39"-41" 1'-0" T-6" I TP HOLDER Z O6f u� ai - oR HEIGHTS @ WATER CLOSETS CORNER w. . . CMU Il 74Q i ii i it 1 4i I N i N i rw 1 i AS NEEDED ✓..:c«c�:cc� s:«�:cQ.:r..:.�F.wv:.vw:c.:i Yrrrkc.:ri i�cc.:S.rcc _R]. JL GROUT SOLID (TYP) O 'CMU REINFORCEMENT -il �_Pj 113 g_ %xv M, -------t11:q raa Y MISCELLANEOUS DEVICES hbk ENGINEERING XBX ENWNEERING LLC N*S. GIL9FATST. IMA (MW=0 PHONBP19)A&TW Fax: Plvl ssvaen IOWA DEPARTMENT OF LABOR REGISTRana" NO. ODO nza CITY OF IOWA CITY CITYOFIOWA CITY NOT TRO PLUMBING PIAN FORCONTINUATION OF NEW MAIN FOR CONNECTION 4"W FIELD COORDINATE LOCATION CF EXISTING MAIN FOR CONNECTION BMIIRECTIONAL CE"Mou" REFER TO DETNL3 D �N SANITARY PLUMBING PLAN N ( DOMESTIC PLUMBING PLAN SCALE: 1/8"= 1'-0" SCALE: 1/8" = 1'-0" GATE gLJFNBLE BALL VALVE TAPPIPECTONEAREST FLOOR DRAIN (T(P.) GAP FITTING SACKFLWIPREVENTER `MINIMUM REPORT AS REQUIRED BY PLUMBINGCODE SUPPORT ORPZ BACKFLOW PREVENTER DETAIL O SCALE: NO SCALE M, PLUMBING FIXTURE SCHEDULE PLAN FIXTURE WASTE VENT T CCW DEW REMARKS MARK PIANSERVICE SIZE OF RON RATE OI MARK SYSTEM SERVICE IGPM) F,q SPV-1 DOMESTIC COLO WATER E, 2. WRING WATER CLOSET S. SCREW BEOIMENi BUCKET NA ••� 1 (TANKTYPE) ENGINEER hbk r B' n � MERIT IqV IAVATORY tA' 1J1^ n• N, REFER TO PLANS FOR SIZE WYE FITTING FD FLOOR GRAPH 3• r N, NA ROOMING SCALE: NO SCALE WALL MOUNT IOWAF LABOR NEXT OFI4BOR REGESTMTION NO. 05]1]20 ww1NKdAN�MN4pl MECHWICPL ROOM XORI2GNTAL COUBLE CHECK BACKFLOWPREVENTER E- MODEL E,...30T WN'CO CLEANOUT AN NA NA NAL NAL HB HOBS BIBB NA NA JAL^ NA IBCNISANDUPC6IPCNISRESPECTNELY. LOC&OR01NyFEBADOPIFDPLLMBING6TANBA90SMD1 DF DRMKING FOUNTAIN T1 1) NA Y( NA CITYOFIOWACITY 1. DRINKINGFOUNTAIN WASTE TO BE PSAND ROOTED TOGRAVEL FILL OR NAI. SEWER LINE WATER CLOSET OAMEN BON STANDARD TANK TYPE WATER CLOSET MEET ELONGATED TOILET WC , VITREOUS CHIN418 OFF. VALVE, 2-Iff TRAPWAV, WHITE, AM COMPLVWT. TANK4021.001N. LAVATORY KOHIER CHEBAPEPAE MOOFL K-1121ICH EOMq, VIRE, WALL MOUNT WRH UV CARRIER. FAUCET DELTA COMPELMODEL5S1LF-PU, POLISHED CHROME FLOOR DRAIN OZURN FLOOR DRAIN MODEL Z41SIE 0URALEMITO CAST IRON BODY WITH BOTTOM Fp OL -RET, ADJUSTABLE COLLAR WEER SEEPAGE SLOTS AND -TYPE B• POLISHED NICKEL BRONZE, LIGHT-0UTY STRAINER. WAIL MWMCLFPNBUT IWMCO) ZURN WPILCLFANBUT`MTI&MOOTHACOESS COVER MODEL 21441. DURALMTEO YV1AL0 CECT IRON BODY, ROUND BMWTX STAINLESS STEEL ACCESS COVER WITH li BE BRINGSCREW. HOSE BIBB (WALL HYDRANT) HB WATTS MODEL LFFH&1. FROST -PROOF AUTOMATC SELF-0RNNING WALL HYDRANT, VACUUM BREAKER INTEGRAL, METAL WWDLE, K" HOSE CONNECTION. ORINKINGFOUHTAIN MOST DEPENDABLE FOUNTAINS OUTDOOR BOTTLE FILLER STATION MODEL 10165 SM, OF WITH PET FOUNTAIN. VACUUM BREAKER IN PET FOUNTAIN, WATER FILTERSONNIEARV RECESSED SPOUT, BUSH BUTTON, ONE PIECE WELDED CONSTRUCTOR BE STAINLESS STEEL CARRIER, INCLUDE OUT OFF VALVE AND LORA POINT DRAIN S HOSE BIBB, PIPING SYMBOLS & ABBREVIATIONS J� uvuE CLUB .,EVMrc N r.r. p -sera.. DG wrE � �mwraw 1. BPV-1 ENABLE BE LFAO FREE FOR USE IN POTABLE WI 2. BPV-1 FLOW RATE OF 32 SPIN (DISCHARGE RATE) CO REQUIRES A MINIMUM OF 3' TRAP TO HANDLE THE FI GRATE NONSHRINK u(arnglacrT+9 ED FLOOR, GROUT COLOR WITH N REBAR EACH BACKFLOW PRE PRECAST PRE: PIANSERVICE SIZE OF RON RATE OI MARK SYSTEM SERVICE IGPM) F,q SPV-1 DOMESTIC COLO WATER E, 2. 1. BPV-1 ENABLE BE LFAO FREE FOR USE IN POTABLE WI 2. BPV-1 FLOW RATE OF 32 SPIN (DISCHARGE RATE) CO REQUIRES A MINIMUM OF 3' TRAP TO HANDLE THE FI ABOVE EDGE DECK REFER TOgRCHTIECTURN/ 6TRL'CT'=C DRAWINGS FOR ROOF CONSTRUCTOR WATERTIGHT ROOF MEMBRANE OVER SASE N'MIN. BE IN MASTICYSEAL REFENTOPSUANS F OR 8 V I N G I N G-R !!T 0' ! T '�'G4E'R' PIPE SIZE (ESCEPT BI 1 WALL MOUNT CLEANOUT DETAIL JSCALE: NO SCALE 1 VENT THRU ROOF DETAIL J SCALE: NO SCALE Jun 06, 2017 - 3:49pm C;\Users\jiomhein\appduta\local\temp\AcPublish 8180\161234 - RESt.... HEP (1)dwg PIPE FOUNTAIN A GRATE NONSHRINK 2P x 24'%P THICRCWCRETE ED FLOOR, GROUT COLOR WITH N REBAR EACH )TODRAIN� PRECAST CLEANOUT PLUG, WAY UNLESS SET N 6tAB _pNOPDAPTER - ❑" Aum ®Pm CH4MFER EWE • '• yy BOTTLE FILLER HUBB CHAIN GRADE WRING MUMIMPTCR NUBDRNNOOEN SCREW BEOIMENi BUCKET SCALE: NO SCALE CLAMPING COLLAR 45• STREET ELBOW ENGINEER hbk RUBBER n � MERIT F F "RTRAP SEE POW6 AND SCHEDULE FOR SIZE `SERVICE LINE LEAVING SURQING, 500 S. WLBERT ST. PH PIEFI a)"Sa r FME (319) SNUBBY VENTION SCHEDULE REFER TO PLANS FOR SIZE WYE FITTING TYPE B FLOOR DRAIN DETAIL O BI-DIRECTIONAL CLEANOUT DETAIL SCALE: NO SCALE ROOMING SCALE: NO SCALE ABOVE EDGE DECK REFER TOgRCHTIECTURN/ 6TRL'CT'=C DRAWINGS FOR ROOF CONSTRUCTOR WATERTIGHT ROOF MEMBRANE OVER SASE N'MIN. BE IN MASTICYSEAL REFENTOPSUANS F OR 8 V I N G I N G-R !!T 0' ! T '�'G4E'R' PIPE SIZE (ESCEPT BI 1 WALL MOUNT CLEANOUT DETAIL JSCALE: NO SCALE 1 VENT THRU ROOF DETAIL J SCALE: NO SCALE Jun 06, 2017 - 3:49pm C;\Users\jiomhein\appduta\local\temp\AcPublish 8180\161234 - RESt.... HEP (1)dwg PIPE FOUNTAIN A BY MANUFACTURER ACCESS D001$ JA AIA�'� R PF ON OPPOSRE SIDE O iP STAT NLES6 LEe BTEEL.RI ER - ❑" Aum ®Pm 7,OROPEN • '• yy BOTTLE FILLER HUBB CHAIN SONIRACT BY TOP VI 7�' MUMIMPTCR NUBDRNNOOEN FRONT VIEW OUTDOOR DRINKING FOUNTAIN DETAIL SCALE: NO SCALE PLUMBING SYMBOLS & ABBREVIATIONS rvwa wwuwmsw O rcnwwx 4 ® 4 '-UMNNvu wu.rtAvunrtlmA-M 16-1234 ❑" Aum ®Pm eau1 HAPPY HOLLOW PARR RE PLACEMENT PROJECT RESTROOM PLUMBING PLAN xw.-BRE�x��P.� ENGINEER hbk � n � ENGINEERING MEN ENGINEERING, LLC 500 S. WLBERT ST. PH PIEFI a)"Sa r FME (319) SNUBBY VENTION SCHEDULE SURE BP HEAD) INBTPLIATION LOCATION ROOMING MANUFACNREW MODEL NOTES IOWAF LABOR NEXT OFI4BOR REGESTMTION NO. 05]1]20 ww1NKdAN�MN4pl MECHWICPL ROOM XORI2GNTAL COUBLE CHECK BACKFLOWPREVENTER E- MODEL E,...30T FOR SYSTEMPONDS. iAES PLUMBING CODE 3D15), WHICH B FUTURE UNITS PERINSTALLED IUNIFORM ROOM. CW p3"FLOOR OWIIN SHALL BE IN6TALLEO IN THE MECHANICAL RODM. S' FLUOR owxa: PLUMBING NOTES- GENERAL REQUIREMENTS UNK 0 PLUMBING CONTRACTOR 6HAMBINGSSTVIDEEMAS PLUMBITESTINGGCONTRACTOREMPITTE POSYSTEMpS PLUGRILL REWIRE REQUIREDBgLEWNG AND HERE BUIWINONO%IIINGCOMB IBCNISANDUPC6IPCNISRESPECTNELY. LOC&OR01NyFEBADOPIFDPLLMBING6TANBA90SMD1 Okz E6FECIFICPEOUIRFMERSOFIXE&LININGNLPLLMBINGfpTURE6ANOHORSINGSY61 EMEWIFMENi NW1LBE PROYNEOCOMPLETE WITH AIL ACCESSORIES,HANGERS. VALVES, STOPSTABRIECES, IPAA. I +.HUGHTS.STRAREA6,ETOREGARDLESSUPPRESENCEONPWIGSEEPLUMBING FIXTURE SCHEOINE. CITYOFIOWACITY All EQUIPMENT. SWERVES ANY IN5TA W PON MAIL BE GUARANTEED TO BE FFEE OF DEFECTS FDR A PEN GO OF ONE (1) YEAR PETER FINAL ACCEPTMCE OF WORN OR IN ACCORDANCE WITH THE MANUFADLUREKS STANDARD GUARANTEE. F LONGER THESE D EARN GS ARE DMGRAMLNTC AND BMW GENERAL LOCATION AND ARRANGER DR AND ROUTING OF NL MATWAIS AND EDUPMENT. NOT APPLICABLE PLUMBNG-ANIFAWIS %ANG MA1FR W S AND FITINGB 51 W L BE A6 FOLLOW 5: E OFB6GW8 PVC PIKASOCKET FILINGS, AND80LYFNTCEMEHIED RTNGB DOMESCWATERIRFIOWISLAS) FEREWCOPPER DOMESIICWATE E THESCOPPER WITHSWFATFD ROCKET BRINGS, UNIONIST fRNG6 MAY BE USED ATVA-VESFIX1 WE5flSIMIM OR PIX TION REQUIREDCNNLWATER FIRMS MOWPROMISEDOR AL TO NARMAE SBPIPE VULCOLO) FLOOR INSLUENMTO BEEWO FA FLOOR INSULATION NBUTATgIW/IMTO NOT APPLICABLE BE) NICK. VEA'ID SEAMS, ON LIKE BE WIN HAVE OF6.5II LENDO I ASCOXICK,HWLODEOCAL CODES. WHICHEVER MINIMLM FALTOROFS.S(1'1HICp ORINPLCOPOANCEWIfHLOCMCOOEB.WHDfBVET UI rs.DRE BANGERS PROVIDE HANGERS BUD SUPPORTS AS REQUIRES) By PLUMBING CODE FTUMBWGHOIEB-COORDINIMON PLUMBING CONTRACTOR SIWL ESTABLISH INVERT ELEVATIONS. PLUMBING CONTRACTOR TO ENSURE SLOPES OF NL WASTE AND VENT P%NG CAN BE BANISHED, CBMMTENGNEER IMMEDIATELY IF ISSUE IS DISCOVERED. PLUMPS CONTMCTOR GRAL COORDINATE WITH TIRE GENERAL CWTPACTOR AND nM,, AACMIECRRAL PLANS TO ENSURE NECESSARY RACKINGSIRPORTEN ME INSTALLED TO ALUEW NSTALIAPON OF PLUMBING FIXTURES. TBD PLUMBING CONTPMTOR SHALL VERFY 6 CWROkNTE LCCAPON OF EVSIWG FILMES FOR CONNECTION OF NEV SERVOE6, CONTOR TO ASKS TO ARCHITECTURAL DRAW NGS FOR MOUNTING BRINGING IG L HEIGHTS OF PLUMBING FNiI PLUMBINGNOTES-IX UION PLNABINGCONTPACTORTONST&LPLUMBING%ITIREBACCOWNGM MANUFACTURER'SINSIFVCTKNi8.ENSURE REQUIRED MAINTENANCE ACCESS ME CLEARANCES ARE MN NTAINEO. IF CO NFLICT EIISTS BET WEEN TIESE RNIS RAID 161234 MWUEACiURER'SINSTRUCT NIN COMACTENGNETA PLUMBING CONTRACTOR RESPONSIBLE FOR ECECUTNGAIL000E NUUMEDTESSUAW INSPELiYJN3, INCLUDING BUT NOT UNNUT TO LFHI6 PRESSURE TESTING OF WASTE, 0.5IWW17 VENTS WATER NERD AND 6WITVNG OF WATER BEING. ANY NOTCHING, MILLING BORING OR OTHER&TERAPON TO SUI IX]STRUCTURE DRAWING LOG SI W T BE RRFDRMED IN A C WE APPROVED METHOD RAID BUT TIRFWT]I ME DATE ISSUED WR LTB CB IMEGREEVOFTIEBUMINGSTRUCTLHE SMF BOB RUL PAY MURM NL PIPING IN ACCORDANCE WITH N1510WA PLUMBBIG CODE ANY NCL PUP 6LRPEWWITERMLS S BEDIRECTYSUPPORTEDBYMEWILDIBEBMCTM FORSN NFL uY PBIETRATIW$DF&LEVTFRIORW ,ROOR8MDCEILINGSBHALL BE SENEDINM - MIGHT MIGHT MANNER AND IN ACCORDANCE WIN REWNEMENTS BY STATE CODE PROVIDE SMRAFF VALV ES ON THE FUTURE SUPPLY TO EACH PLUMBING FRE ESE, APPLIANCE OR MECH W IC& EQUIPMENT, NI PPE IN SUTAT'UN SHALL RUN C ONTINUWSLY THROUGH FLOORS. WALLS AND PAMRNNS. PIPE NSUATION SHALL BE MITRED AT EERUNS AND TEES TO ENSURE COMPLETE COVERAGE OR PIPING. VALNIM NENKERS SHALL BE PROVIDED FOR ALL FUTURES TO WHICH HOSES MAY BE ATTACHED. VACUUM SPEAKERS BI -ELL BE PERMPMENRY ATTACHE. PUMPING CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL PLUMBSEW EQUIPMENT FROM FOREIGN MATERIAL DURING CONSTR W TCN. UPON COMPLETION OF WORK NE PLUMBING CoN ICTOR SRALL CLEAN. WASH ETC. ALL TBMS-R EQUIPMENT WITHIN PLUMBING CONTRACTOR'S SCOPE OF WORC NN TAKE ALL LUNG sLFAN. DECKER NSIAANON PERMITTEDON BACKFLOW PREYFNTCRASSERMBLY. r P1.o SANITARY PIPING GHXJ BE INSTALLED WITHIN PER fOST%RH VENT PIPING SHALL BE INSTALLED WILHA'PERFWT PITCH WALL CAP V1 BCCKDRAFT DAMPEI AND BIRD SCREEN. COORDINATE LOCATION WNH GABLE VENTS mlwb 3 ®N RESTROOM HVAC PLAN SCALE: 1/8' = TEV Jun 06, 2017 - 3:50pm G\Users\jlamheim\appdata\Local\temp\AcPOblish-8180\261234 - Restroom MEP (11GII EXHAUST FAN SCHEDULE MECHANICAL SYMBOLS & ABBREVIATIONS AIRFLOW STATIC " m gPP�N LIV3 MARK (CFM) PRESSURE MANUFACTUREW MODEL NOTES MOUNTING MANUFACTUREWMMEL ux:wwn ® rsrua ®w wwrT".wrs ,_@�� E♦ PRASE ® MARKEL ELECTRIC BASEBOARD �� n+oxnn .wo wren HEATER MODEL ENWS GC TNN CRT FANBBLONEF 1000 EF -1 w-wr o Nn.. 1p 1 LENND MODEL TOM �} o.�.em.re. p O vu:oemM e:wn + p "PAx.w,.N ARCA a cm .ow�N TR I oVivemmaImu EXHAUST FAN SCHEDULE PUN AIRFLOW STATIC ELECTRICAL MARK MARK (CFM) PRESSURE MANUFACTUREW MODEL NOTES MOUNTING MANUFACTUREWMMEL REMARKS EBN-1 AMPS VOLTAGE PRASE 1 MARKEL ELECTRIC BASEBOARD HEATER MODEL ENWS GC TNN CRT FANBBLONEF 1000 EF -1 60 035 S. 1p 1 LENND MODEL TOM 1. PROVICEWRHVMLL CAP WITH INTEGRAL DAMPER AND BIRD SCREEN, ELECTRIC BASEBOARD HEATER SCHEDULE UNIT yyECTpICgt MARK WgTT STUN (LENT ry AMP VOLTAGE PHgSE MANUFACTUREW MODEL NOTES x [B EBN-1 &V P,010 3B'KB'K2E' S.0 12O 1 MARKEL ELECTRIC BASEBOARD HEATER MODEL ENWS GC EB143 1000 3<W .P.S.2%( B.3 tp 1 MARKELELECTRICBABEBOARO HEATER MODEL ES.I.BC 1. PROVIDE INTEGRAL LINE VOLTAGE THERMOSTAT �r11�wj o X113° Lh M W8 9- SRV LWZ Y3 -11A HVAC NOTES -GENERAL REQUIREMENTS • MEC HANICAL CONTRACTOR SHALL PROVIDE ALL MATERIALS, LARGE. EQUIPMENT AND TESTING FOR COMPLETE HVAC SYSTEM AS REQUIRED BY BUILDING AND MECHANICAL CODES, IBD AND INC 015 RESPECTIVELY, LOCAL ORDINANCES. ADOPTED MECHANICAL STANDARDS AND SPECIFIC REQUIREMENTS OF THE .GILDING. • ALL MECHANICAL EQUIPMENT SHALL BE PROVIDED COMPLETE NTIH ALL ACCESSORIES, HANGERS, SUPPORTS, CORTI M. FOR A FULLY FUNCTIONING SYSTEM REGARDLESS OF PRESENCE ON THE PIANS. • ALL SOLIP MENT, MATERIALS AND INSTALLATION SHALL BE GUARANTEED TO BE FREE OF DEFECTS FOR A PERIOD OF ORE (1) YEAR AFTER FINALACCEPTANCE OF WORK OR IN ACCORGANCE WITH THE MANUFACTURER'S STANDARO GUARANTEE IF LONGER. ALL COMPRESSORS ME TO INCLUDE ENE (5) YEAR WARRANTY. FASTING EQUIPMENT IS EXCLUDED FROM WARRANTY REQUIREMENT. • MECHANICAL CCVI ACTOR SHALL COORDINATE WITH GENERAL CONTRACTOR IN REGARDS TD PROJECT TIMELINE WDRK HOURS MS WELL AS MY BONDING OR INSURANCE. • ALL EQUIPMENT AND MATERIALS TO BE NEW CONSTRUCTION UNLESS OTHERWISE CALLED OUT ON PIANS • THESE DRAWINGS ME DIAGRAMMATIC AND SHOW GENERAL LOCATION AND ARRANGEMENT OF ALL MATERIALS AND EQUIPMENT. THE DRAWINGS SHALL BE FOLLONED AS CLOSELY AS BULLRING CONSTRUCTION AND ALL OTHER WMRK WILL PERMIT. • UPON COMPLETION OF WORK, HVAC CONTRACTOR IS TO PROVIDE CAMBER WITH COMPLETE BOUND SET OF ALL EQUIPMENT OPEMTION 6 MAINTENANCE MANUALS. PACKAGE IS ALSO TO INCLUDE ANY WARRANTY 6 GUARANTEE INFORMATION. HVMCNOTES-MATER ML5 E%HAUSTAIR VENT FROM EXHAUST FAN, FIE, THROu. SIDEAI DIFFUSER, GRILLE AND REGISTER NOMENCLATURE AS FOLLONS CD DIFFUSER, GRILLE OR REGISTER TYPE (CD = CEILING DIFFUSER) 1T NECK 6 FACE DIMENSIMSLOEB X MCCKH FACE) OR FACE DIMENSIONS, 500 AIRFLON RATE IN CUBIC FEET PER MINUTE(CFM) HVMCNOTES-000RDINMTION MECHANICAL CON I N AE UG t SHALL COORDINATE CLOSELY NTTH ALL OTHER TRADES • TO AVOID CONFLICT AND ENSURE OTHER TRADES PROVIDE MEASURES TO ACCOMMODATE MECHANICAL MORE (ACCESS CODES, ELECTRICAL CONNECTIONS, SIAB/VNPLI/RNF OPENINGS. ETC.) • MECHANICAL CONTRACTOR SHALL. VERIFY LOCATION OF PENETRATION FOR .ST DUCT WITH ARCHITECTS GABBER PRIOR TO INSTALLATION. NVgC NOTES-E%ECUIpN YECINNK:K CONTRACTAN OR SHALL INSTALL ALL EQUIPMENT TO MUFACTURER'S IO INSTRUCTNS TO ENSURE REQUIRED MAINTENANCE ACCESS AND CLEAMNCE6 ME MAINTAINED. IF CONFLICT EA STS BEM£EN THESE PIANS AND MANUFACTURER'S INSTRUCTIONS. CONTACT ENGINEER. SFAL ALL PENETRATION OF RATED WALLS, CEILINGS, FUCORS IN ACCORDANCE MRHMPRGPRNTE UL PENETMTION DETAIL. THE MECHANICAL CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL MECHANICAL EQUIPMENT FRDM FOREIGN MATERIAL DURING CONSTRUCTION. UPON COMPLETION OF WORK THE MECHANICAL CONTRACTOR SHALL CLEAN, WASH, ETC. ALL ITEMS AND EQUIPMENT WITHIN MECHNNICAL CONRUCTOR'S SCOPE OR WORK AND LEAVE ALL LEMS DFM. 16-1234 HAPPY HOLLOW PARK REPLACEbtENT PROJECT RESTROOM HVAC PLAN hbk ENGINEERING HBK ENGINEERING, LLC ...OLBE..T. IOWA CRY, M 5329 MUNI (31.) 331 1 P.: (NB) 39-2033 IOWA DEPARTMENT OF LABOR REGMTRATION NO. BD9T33B CITY OF IOWA CITY NOT APPLICABLE •T14Plf: NOT APPLICABLE [cNR"Pt m TBD 16 231 ONBYZOI] DRAWING LOG RESTROOM LIGHTING PLAN SCALE: 1/8"= t'-0" LIGHTING NOTES: EXTERIOR LIGHTS CONTROLLED BY PHOTO EYE IN GABLE (CN AT DUSK. OFF AT DAWN). BATHROOM LMITS ON OCCUPANCY SENSOR MOUNTED ON CEIUNG. OVERRIDE SWRCI CHASE UGHTS ON SWITCH. MOUNT EXTERIOR RECESSED FRTURES IN SOFFIT. LIGHT FIXTURE SCHEDULE: Fl - PXNPS DAYARRE OWN 2 52LUW-I R£BADV Lt - WF HARRIS LIGHTING MODELpG1O LEO, CEIUNG MOUNTVAIgR RESISttNT LEO FIXTURE Rt -COOPER UGHTING HALO RECESSED DOWNUCENT, H2 NGrAT, BAPERATURE, SHALLOW CEIUNG HOUSING DAMP LOCATIONS OCHRE TRIM. WIDE FLOOD. FROM U BUTT' M 3Y8AWG,111B GND, 1-1ONC I> SM me PANEL EP -1 OELECTRICAL PANEL RISER DETAIL SCALE: NO SCALE Jun 06, 2017 - 3,50pn C1\Users\Jlonhe1n\OppdotG\IDLQI\tenp\ACPubUsti 8180\161234 - Restroon MEP (1),dw8 cc ®N RESTROOM POWER PLAN SCALE: 1/8" = V -0 - POWER NOTES'. RECEPTACLES ME SURFACE MWM. WHITE RECEPTACLES WITH WEATHER-PRWF MILE IN USE COVERS. SURFACE MOUNT ELECTRICAL PANEL EXTERIOR RECEPTACLE TO BE MOUNTED ATT -1P LOEOM H0.1 -HMD DRYER - EXCEL XLERATOR HAND DRYER MWEL ALM. WHITE, SURFACE MOUNT, AUTOMATIC TME CYCLE WAND DRYER. MOUNT FOR ADA PER MCXRECNRAL SPECIFICATIONS. SINGLE PHASE 120 V, MSA, TO BE SUPPLIED AND INSTALLED BY EIECTRICILLCONTRACTOR. 9— N11P uoa CJ311A WIRE SIZING TABLE FOR 12WQM BRANCH CIRCUITS GMLY (BRIERS NOTED OTHERWISE) ELECTRICAL SYMBOL LIST USE COPPER`MRE IN METgWC UGNTFIXNRE CDNDUR,AWri AS FOLLOWv RECEPTAC(f5 EDIT SIGN CN ENTIRE CIRCUIT AND SIZE +s••r,xxmo AU ® • O6 M6 IMM DISCONNECT'. 504 MCS MOUNTING: SURFACE CIRCUIT. CIRCUIT. ourvA FlREAIARM� LOAD'. PHASE A 2XWA PHASES 1.%kVA TOTAL 4.70 kVA M� LOCO OESORIPTION CI(T. NO. o �� ❑ � 0 I 0 i LIGHT S EXHAUST FM � p m.a H _.Nom. - B D% 20A 4 �^ RECEPTACLE WWDDRYER, s i .` H0.1 a + B LIGHRNG SWITCH o HEs BASEBOARD HEATER, f D' wn wnw MOTOR AND CONTROL •. EMERGENCY O OCCUPANCYSENSDRSYSTEM O R•++` •°¢n. p B EBN-2 6 ® _ EnEw� xrwwma• MISCELIEMEIXffi xr& 11 LEJ RN rmwnEvarer• WIRE SIZING TABLE FOR 12WQM BRANCH CIRCUITS GMLY (BRIERS NOTED OTHERWISE) PANELBOARD SCHEDULE USE COPPER`MRE IN METgWC (SEE DIAGRAM AT RIGHT) CDNDUR,AWri AS FOLLOWv PANEL: EPI LOCATION: STORAGE ROOM CN ENTIRE CIRCUIT AND SIZE VOLMI YA) IMBIBE SWIRE 1WAMPIMNS FIRST CN RAST ON 0 TO 1. N12AWG MIN.) IMM DISCONNECT'. 504 MCS MOUNTING: SURFACE CIRCUIT. CIRCUIT. 1Y0' TO 175' 175' TO 300 3W' TO 450' #10AWL NAM YB AWG (MAI LOAD'. PHASE A 2XWA PHASES 1.%kVA TOTAL 4.70 kVA LOCO OESORIPTION CI(T. NO. O.C.P. kVA PN I kVA LOUD O'C'P' DEVICE LOAD DEVICE GKT' NO. LOAD DESCRIPTION I - A 0.68 20A 2 LIGHT S EXHAUST FM MVN CIRCUIT BREAKER 50.4 3 - B D% 20A < RECEPTACLE WWDDRYER, H0.1 5 204 1.50 A O.16 2M B LIGHRNG &46EBOMOHFATER, BASEBOARD HEATER, EBF -1 T 2W 0.80 B t.0 20A B EBN-2 6 A 0 11 B 12 WIRE SIZING TABLE FOR 12WQM BRANCH CIRCUITS GMLY (BRIERS NOTED OTHERWISE) IF DISTANCE (ANSI IN FEET ME USE COPPER`MRE IN METgWC (SEE DIAGRAM AT RIGHT) CDNDUR,AWri AS FOLLOWv CN ENTIRE CIRCUIT AND SIZE CONDURACCOROINGLY, FIRST CN RAST ON 0 TO 1. N12AWG MIN.) CIRCUIT. CIRCUIT. 1Y0' TO 175' 175' TO 300 3W' TO 450' #10AWL NAM YB AWG (MAI ? —1RWIRE LENOTHFltOM FIRST IAS]RECEPigCIE ON CIRCUIT. _77 TABLES ME SHED ON EVENLY DISTRIBUTED LOAD ALLOWING AS%VOLTgOE AT LAST OUTLET WPLY- CRDINGLYL • CONTRACTORS MAUL PROVIDE ALL MATERIALS , IABOR,EOUIPMENTANOTESTING AS REQUIRED FOR THE COMPLETE AND OPERABLE INSTALLATIM OF ELECTRICAL EOUIPMENTANDSYSTEMSANDREUTEO WORK. THECON IRACTONSSWLLL OBTAIN AND PAY ALL FEES, PERMITS AND LICENSES REQUIRES FOR THEIR WORK • THE CONTRACTOR SHALL FAMILIARIZE THEMSELVES VAT) THE SITE AND WITH MY CMDRIONSWHICX MIGHT PRESENT UNUSUAL ASPECTS TO THE WORK INVOLVED. VENIFY EXISTING CONDTWNS, EQUIPMENT AND DIMENSIONS PRIOR TO BIDDNG OR CONSTRUCTION. INCLUDING PIPE MEMO R DUCT ROUTING, POTENTIAL OBSTACLES. ETC. MENDED BY THE CITY OF IOWA CMY. • COORDINATE WITH THE GENERAL CONTRACTOR FOR THIS PROUEOT.PROVIDE PROTECTION FOR EQUIPMENT AND MATERIALS TO BE INSTALLED AS PART OF THIS PROJECT AS WELL AS THE OWNER S EQUIPMENT AND FACILITIES. • ALL MATERIALS SHALL BE NEW UNLESS INDICATED OTHERWISE SKILLED TRADESMEN SHALL PERFORM WORK ALL MATERALS, EQUPMENTMO SYSTEMS SHAM BE INSTALLED IN ACCORDANCE `MTX THE MANUFACTURER'S INSTALLATION INSTRUCTIONS AND SHALL BE KEPT IN REPAIR AND PROPER OPERATING CONDITION EMIL FINAL ACCEPTANCE BY THE GENERAL CONTRACTOR. • THE CONTRACTOR SHALE REMOVE AND DISPOSE OF ALL DEBRIS AND MATERIALS RESULTING FROM WORK THIS SWILL INCLUDE EQUIPMENT. FURNISHINGS, AND EXCESS ITEMS LYING LCOSE WITHIN THE BUILDING DUE TO CONSTRUCTKM. 16-1234 HAPPYHOLLOWPARK REPLACEMENT PROJECT RESTROOM ELECTRICAL hbk ENGINEERING NBK ENGINEERING, LID 508 S. GILBERT MT. M. CRY, W . PHONE: (319) 33EC5S/ BA 11M3Sb NGG IOWA DEPARTMENT OF LABOR REGISTRATION NO. 00527326 ORNn.�� CITY OF IOWA CITY NOT APPLICABLE NOT APPLICABLE TBD M Prepared by: Dave Panos, Senior Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5145 RESOLUTION NO. 17-193 Resolution setting a public hearing on June 20, 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the Happy Hollow Park Restroom and Shelter Replacement 2017 Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. WHEREAS, funds for this project are available in the Parks Maintenance fund account # R4130 and Happy Hollow Shelter & Bathroom Upgrades fund account #R4137. 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 20th day of June, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 6th day of June 2017. " -, � MAYbR Approved by A �cKw���' 7e� EPUTY Cl CLERK City Attorney's Office pwengbnasters\setph.dx 1/11 Resolution No. 17-193 Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS ABSENT: ABSTAIN: Dickens Botchway Cole Dickens Mims Taylor Thomas Throgmorton the AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002194813 6/12/17 06/12/17 $32.57 Copy of Advertisement Exhibit"N' Subscribed an sworn o e me by said affiant this 14th day of June 2017 otary Public in and for State of Iowa I ANDREA HOUGHTON COMMISSI0I3 N0.753956 j 20: ,:` COMMISSIQN EXPIRES ffrwa Z2 Z� zo ��.a TO ALL TAXPAYERS OF THE IOWA IEhEODA'D TOO HER NSTE PERSONS: Public notice is hereby ven that the City Council of the Ci y of Iowa City Iowa, will conduct a public'hearing on plans, specifications, form of contract and estimated cost for the construction of the Happy Hollow Park Restroom and Shelter Replacement Protect in said City at 7 p.m. on the 20th day of June, 2017, said meetin- to be held in the Emma J. Harvaf Hall in City Hall 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 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 oFinaking said improvement. This notice isven by order of the Cit Councir of the City of Iowa City, Iowa and as provided by law. JULIE VOPARILEDEE;PUTY CITY 14 I Prepared by: Dave Panos, Public Works, 410 E. Washington St., lova City, IA 52240 (319) 356-5145 Resolution No. 17-219 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Happy Hollow park restroom and shelter replacement 2017 project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Happy Hollow Shelter & Bathroom Upgrades fund account #R4192. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 12th day of July day of, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 18th day of July, 2017, or at a special meeting called for that purpose. Passed and approved this 20th day of June 2017 Ma r p oved b Att1�-17 ity Clerk, J� City Attorney's Office Resolution No. 17-219 Page 2 It was moved by Aims and seconded by Dickens the Resolution be adopted, and upon roll call there were: Ayes: x Nays: Absent: x Botchway Cole Dickens Mims Taylor Thomas Throgmorton Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, June 22, 2017 4:36 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 6.22.17 Notice to Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City - Happy Hollow Park Restroom And Shelter Replacement Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): June 22 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. June 22, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d)515 -657-4400(a)515-288-7339 (f) 515-288-8718 (e) mbiplanroom-dsm@mbionline.com (w) www.mbionline.com Project Information IowaBidDate.com eUN Post 6121 RECEIVED NOTICE TO BIDDERS JUN 2 Y 2017 HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12" day of July, 2017. 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 18" day of July, 2017, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Wednesday, June 28, 2017 In the Happy Hollow Park Shelter, located at Happy Hollow Park, 800 Brown St, Iowa City, Iowa. The Project will involve the following: The Project will involve the demolition of the existing restroom, storage and shelter facility and associated concrete slab and foundations. Following with the construction of two separate structures at Happy Hollow Park: A masonry building with a single -stall, ADA accessible restroom and mechanical space, with hardieboard siding and a stone veneer base. An open outdoor park shelter, of prefabricated wood and steel structure with glulam beams. Construction shall include, but not limited to: concrete foundations, masonry and stone wall, wood roof trusses, standing seam metal roof, mechanical, electrical and plumbing, site paving and finished site grading. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, 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) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion date October 6, 2017; Final completion date October 20, 2017. Liquidated Damages: $500.00/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 Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-3548973 Toll -Free 800-779- 0093 by bona fide bidders. A 110.00 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 $15.00 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. Julie Voparil, DEPUTY CITY CLERK O o �. IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - Happy Hollow Park Restroom and Shelter Replacement Project Classified ID: 103892 A printed copy of which is attached and made part of this certificate, provided on 06/21/2017 to be posted on the Iowa League of Cities' internet site on the following date: June 21 , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 6/21/2017 Alan Kemp, Executive Director Post 6/21 NOTICE TO BIDDERS HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12"' day of July, 2017. 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 18" day of July, 2017, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 10 a.m. local time on Wednesday, June 28, 2017 in the Happy Hollow Park Shelter, located at Happy Hollow Park, 800 Brown St, Iowa City, Iowa. The Project will involve the following: The Project will involve the demolition of the existing restroom, storage and shelter facility and associated concrete slab and foundations. Following with the construction of two separate structures at Happy Hollow Park: A masonry building with a single -stall, ADA accessible restroom and mechanical space, with hardieboard siding and a stone veneer base. An open outdoor park shelter, of prefabricated wood and steel structure with glulam beams. Construction shall include, but not limited to: concrete foundations, masonry and stone wall, wood roof trusses, standing seam metal roof, mechanical, electrical and plumbing, site paving and finished site grading. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, 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) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion date October 6, 2017; Final completion date October 20, 2017. Liquidated Damages: $500.00/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 Technigraphics, a division of Rapids Reproductions located at 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 $30.00 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 115.00 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 Forth 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. Julie Voparil, DEPUTY CITY CLERK VC Prepared by: Dave Panos, Public Works, 410 E. Washington St., Iowa City; IA 52240 (319) 356-5145 Resolution No. 17-231 Resolution rejecting bids received on July 12, 2017 for the Happy Hollow Park Restroom and Shelter Replacement Project 2017. Whereas, five bids were received on July 12, 2017, for the Happy Hollow Park Restroom and Shelter Replacement Project 2017; and Whereas, the five bids received exceed the amount available in the project fund; and Whereas, the Department of Public Works recommends that the Council reject all bids. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa that all bids received on July 12, 2017, for the Happy Hollow Park Restroom and Shelter Replacement Project 2017 are rejected. Passed and approved this 18th day of July 2017 Ma or Attest: CI y, lerk Approvedby C City Attorney's Office It was moved by Botchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: Ayes: X X X X X X X Nays: Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton 4eLz) Prepared by: Dave Pence, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)3565145 Resolution No -17-359 Resolution setting a public hearing on December 19, 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the Happy Hollow Park Restroom and Shelter Replacement 2018 Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Happy Hollow Shelter & Bathroom Upgrades fund account # R4192. Now, therefore, 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 le day of December 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. 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. A 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 5th day of December . '2017 M or ' Approved by Attest Ity Clerk CityAttorneys Office II It was moved by Mims and seconded by Eotchway the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway x Cole x Dickens x Mims x Taylor % Thomas B Throgmorton t PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the fallowing dates: Ad No. Start Date: Run Dates: Cost: 0002586326 12/11/17 12/11/17 $33.54 Copy of Advertisement Exhibit "A" ubscr d and swo t efore me by said affiant this NOTAgy UBLIG . .y •, :gym �q� J'o/ IW ISGp`\��p 11th day of Nota Public PUBLIC HEARING SPECIFICATIONS CONTRACT AND COST FOR HAPPY OF f ythe1vCi , of will conduct a on plans, a of contract the p.m. on the 18th day of mher� 2017 said meeting to field in the tmma J. Harvat in City Hall in said City, or if meeting is cancelled, at the meeting of the City Council after as posted by the City Z. plans, specifications form of act and estimated cost are on file in the office of the City : in City Hall in Iowa Citv, and may he inspected By It persons may meeting of the City purpose of making and comments said plans contract or the cosi aprovement. iven by order of the f the Citv of Iowa E Prepared by. Dave Panos, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5145 Resolution No. 17-368 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Happy Hollow Park Restroom and Shelter Replacement 2018 Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Happy Hollow Shelter & Bathroom' Upgrades fund account # R4192. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to. be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 30"' day of January, 2018. 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 6"' day of February, 2018, or at a special meeting called for that purpose. Passed and approved this 19th day of December 2017. M or Approved by Attu L 4CICIerk Clty Attorney's Office Z 3 �� Resolution No. 17-368 Page 2 It was moved by sotchwav and seconded by adopted, and upon roll call there were: Ayes: Nays: Dickens Absent: the Resolution be Botchway Cole Dickens Mims Taylor Thomas Throgmorton Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, December 21, 2017 4:35 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 12.21.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network') is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a 0 [a) 1110 411111.11.1 101►14 5-1 Iowa City Building Automation Upgrades And Improvement Project 2017 Iowa City Happy Hollow Park Restroom And Shelter Replacement Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): December 21 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. December 21, 2017 Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Construction Update powered by ConstructConnect 221 Park St — PO Box 695 — Des Moines — Iowa — 50306 (D) 515.657.4400 (0) 515.288.8904 (E) Clonq�MBlonline.com (W) www.MBIonline.com burls first and ony congrehensw ProiectInformation 10 CW%1nLKt»nbddate c.Mend7rr I BidDW .com RECEIVED DEC 2 0 2017 NOTICE TO BIDDERS HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2018 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30th day of January 2018. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "seated 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 6th day of February2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 11 a.m. local time on Wednesday, January 16, 2018 in the Happy Hollow Park Shelter, located at Happy Hollow Park, 800 Brown St,, Iowa City, Iowa. The project will involve the following: Demolition of the existing restroom, storage and shelter facility and associated concrete slab and foundations. Following with the construction of two separate structures at Happy Hollow Park: A masonry building with a single -stall, ADA accessible restroom and mechanical space, with hardieboard siding and a stone veneer base. An open outdoor park shelter, of prefabricated wood and steel structure with douglas fir column and truss. Construction shall Include, but not limited to: concrete foundations, masonry and stone wall, wood roof trusses, standing seam metal roof, mechanical, electrical and plumbing, site paving and finished site grading. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, 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) from and after its completion and formal acceptance bythe City Council. The following limitations shall apply to this Project: Substantial Completion date June 1, 2018; Final completion date June 15, 2018. Liquidated Damages: $500/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 Technigraphics, a division of Rapids Reproductions located at 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 $30.00 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 Councll Award. A separate and nonrefundable $15.00 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. KELLIE FRUEHLING, CITY CLERK 0 IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Happy Hollow Park Restroom and Shelter Replacement Project 2018 Classified ID: 106631 A printed copy of which is attached and made part of this certificate, provided on 12/20/2017 to be posted on the Iowa League of Cities' internet site on the following date: December 20, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 12/20/2017 01t." W,WL4r Alan Kemp, Executive Director NOTICE TO BIDDERS HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2018 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30"' day of January 2018. 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 61' day of February 2018, or at a special meeting called for that purpose. There is a recommended pre-bid meeting. This will start at 11 a.m. local time on Wednesday, January 16, 2018 in the Happy Hollow Park Shelter, located at Happy Hollow Park, 800 Brown St, Iowa City, Iowa. The project will involve the following: Demolition of the existing restroom, storage and shelter facility and associated concrete slab and foundations. Following with the construction of two separate structures at Happy Hollow Park: A masonry building with a single -stall, ADA accessible restroom and mechanical space, with hardieboard siding and a stone veneer base. An open outdoor park shelter, of prefabricated wood and steel structure with douglas fir column and truss. Construction shall include, but not limited to: concrete foundations, masonry and stone wall, wood roof trusses, standing seam metal roof, mechanical, electrical and plumbing, site paving and finished site grading. All work is to be done in strict compliance with the plans and specifications prepared by HBK Engineering, LLC, 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) years) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Substantial Completion date June 1, 2018; Final completion date June 15, 2018. Liquidated Damages: $5001day 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 Technigraphics, a division of Rapids Reproductions located at 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 $30.00 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 $15.00 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. KELLIE FRUEHLING, CITY CLERK rZ Prepared by: Dave Panes, Public Works, 410 E. Washington St., lovra City. IA 52240 (319) 3565145 Resolution No. 18-54 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Happy Hollow Park Restroom and Shelter Replacement Project 2018. Whereas, Calacci Construction Company, Inc. of Iowa City, Iowa has submitted the lowest responsible bid of $ 269,504.00 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternate #'s 1 a and 3; and Whereas, funds for this project are available in the Happy Hollow Shelter & Bathroom Upgrades fund account # R4192; and Whereas, the Parks Director and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project for the base bid plus Alternate #'s 1a and 3 is hereby awarded to Calacci Construction Company, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 20th day of February , 2018. Ma r ppr, ved by Attest:; .2eCL,_. C' Clerk City Attorney's Office It was moved by Botchway and seconded by adopted, and upon roll call there were: Ayes: Nays: X X X X X —T__ X Mims the Resolution be Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Calacci Construction Company, Inc. (Contractor'). WHEREAS, the City has prepared certain Plans, Specifications, Proposal and Contract dated the 5'h day of December, 2017, for the HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2015 ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreementfor the construction of said 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 listedtherein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers #1 attached hereto; b. "General Conditions of the Contract for Construction' AIA DOC A201-2007, as amended; C. Plans, FILE® d. Technical Specifications and Supplementary Conditions; MAR 0 61018 e. Performance and Payment Bond, City Clerk f. Contractors Completed Bidder Status Form; attached hereto; Iowa City, Iowa g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal, and i. This Instrument. The above components are deemed complementary and should be read together. In the AG -1 of 2 event of a discrepancy or inconsistency, the more speck provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: Two Hundred Fifty Eight Thousand Five Hundred and Four and no/100 Dollars ($258,504.00). 5. Alternates #1 a and #3 are included as part of this agreement. FILED 6. Total bid with alternates is in the amount of: MAR 0 6 HIS Two Hundred Sixty Nine Thousand Five Hundred and Four and no/100 Dollars ($26&VbY@k 7. Substantial Completion date is June 1, 2018 and final completion date Juilpt,City, Iowa 2018. 8. CONTRACT DATE 20th day of February, 2018. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER 18-541. CitV ;7Contr ctor (Si ature) Sig ature) (Printed name) Mayor ATTEST: `,e, k. true li name) n B. Calacci (Printed name) President- (Comoany Offi ialTitle � [JLX.aG�I. ATTEST: L Teresa L Elliott (Printed name) Project Assistant (Company Official Title) Approved By: City Attorney's Office AG -2 of 2 3 /u �� (K) Attachment A„ Crum Co. n w Ccrom , Luc. Work to be performed by Calacci Construction Co. - Division 2 — Site Work complete - Division 3— Concrete complete - Division 8— Openings installation Work to be performed by Subcontractors DIVISION/SECTION ITEM CONTRACTOR ALT # SUBCONTRACT TOTAL Division 4— Masonry Restroom Mary Pesek Masonry 1A $26,150.00 Division 9 — Painting Restroom Division 22 — Plumbing Restroom Prime Mechanical, Inc. NA $14,999.00 Division 23 — HVAC Restroom Prime Mechanical, Inc. NA See above Division 26—Electrical Restroom Advanced Electrical Services, Inc. NA $11,150.00 MAR 0 6 2818 City Clerk Iowa City, Iowa FORM OF PROPOSAL—ADDENDUM #1 HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2018 CITY OF IOWA CITY Name of Bidder: Calacci Construction Company, Inc. Address of Bidder: 2881 Independence Rd Po Box 1906, Iowa City, IA 52244 BIDS RECEIVED BEFORE: 3:00 PM local time on January 30, 2018 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting 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 HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2018 in strict accordance with the Project Manual and the Drawings dated December 5, 2017, including Addenda numbered 1 and , inclusive, prepared by HBK Engineering, LLC and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. FILE® MAR 0 6 1018 City Clerk FP -1 of 3 Iowa City, Iowa FORM OF PROPOSAL - BID FORM (ADDENDUM 001) HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2018 CITY OF IOWA CITY ITEM NO. ITEM UNIT UNIT PRICE QUAN. TOTAL PRICE General 1 Mobilization LS $ 29,850.00 1 $ 29,850.00 2 Erosion Control LS $ 1,100.00 1 $ 1,100.00 Site Work Items 3 Demolition/Removals LS $ 16,997.00 1 $ 16,997.00 4 Earthwork/Grading LS $ 10,000.00 1 $ 10,000.00 5 4" PCC Paving SY $ 56.00 143 $ 8,008.00 6 6" HMA Patch SY $ 160.00 6 $ 960.00 7 Remove/Replace Grill EA $ 1,000.00 1 $ 1,000.00 8 Final Gradin /H droseed ACRES I $ 10,000.00 0.3 $ 3,000.00 9 Sanitary Service LF $ 60.00 35 $ 2,100.00 10 Water Service(per plan C3.0 LS $ 3,500.00 1 $ 3,500.00 Structures 11 New Restroom Facility LS 1 $ 96,975.00 1 $ 96,975.00 12 New Shelter Facility LS 1 $ 84,764.00 1 $ 84,764.00 Si nae 13 Sign LS 1 $ 250.00 1 $ 250.00 TOTAL BASE BID $ 258,504.00 ALTERNATES 1a S litface CMU Fascia, Shelter LS $ 5,500.00 1 $ 5,500.00 A— $ Ipgrade-11iddealiastsaaw, 2,888.00 1— $ 3 ARemate Water Service(per plan C3.OA LS $ 5,500.00 1 $ 5,500.00 FP -2 of 3 MAR 0 6 ZQ18 City Clerk Iowa City, Iowa 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 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 June 1, 2018. Firm: Calacci Construction Canpany, Inc. Printed 4e: John B Calacci Title: President Address: 2881 Independence Rd PC Box 1906 Iowa City, IA 52244 FILEDPhone: 319.154-7000 MAR 0 6 2010 Contact: John Calacci City Clerk Iowa City, Iowa FP -3 of 3 ADDENDUM NO. 1 January 26th, 2018 HAPPY HOLLOW PARK RESTROOM AND SHELTER REPLACEMENT PROJECT 2018 IOWA CITY, IOWA The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE FORM OF PROPOSAL. FAILURE TO DO SO MAY SUBJECT THE BIDDER TO DISQUALIFICATION. ADDENDUM NO.1 GENERAL This addendum includes minor contract document changes and/or clarifications. APPLICABLE TO THE SPECIFICATIONS 1. FORM OF PROPOSAL a. REPLACE FP -1 through FP -3 (Form of Proposal — Bid Form) with revised sheets included with this addendum. 2. DIVISION 26 ELECTRICAL a. REVISE 26 01 00-2 (Operations and Maintenance for Electrical Systems) 1.5 PERMITS AND INSPECTIONS A. Obtain, furnish and include the costs of necessary permits, fees and inspection certificates for material and labor furnished. Include costs of permits, certificates and inspection fees required in connection with the installation, uRless etheRNise b. REVISE 26 01 00-7 (Operations and Maintenance for Electrical Systems) 3.2 TEMPORARY UTILITIES A. Provide temporary electrical utilities as described in the ADD: in the plans. APPLICABLE TO PLANS 1. PLAN SHEET A1.0 a. CLARIFY Sheet A1.0: ROOFING, Note 1 ROOFING SHALL BEA FLAT PANEL STYLE NAR 0 6 101E City Clerk Iowa City, Iowa Addendum No.1 2. PLAN SHEET A1.0 b. REVISE NOTE Sheet A1.0: SIGNAGE, Note DELETE: SIGNAGE -OWNER FURNISHED, OWNER INSTALLED. 3. PLAN SHEET A6.0 c. CLARIFY Sheet A6.0: SHEET LABEL WAS LEFT BLANK, THIS PAGE TO BE LABELED A6.0 4. PLAN SHEET C2.0 d. REVISE Sheet C2.0: GENERAL NOTES ADD: 9. THE PARK AND PLAY STRUCTURE WILL BE OPEN AND AVAILABLE TO PATRONS DURING CONSTRUCTION, SO PROTECTION AND FENCING WILL BE THE RESPONSIBILITY OF THE CONTRACTOR. 5. PLAN SHEET C3.0 e. REVISE Sheet C3.0, Plan 1A: KEY NOTE 4. ADD: ELECTRICAL CONTRACTOR TO PROVIDE TEMPORARY ELECTRICAL SERVICES FOR THE DURATION OF THE CONSTRUCTION PROJECT. I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: Brian Boelk, PE, CMUS, CPESC Iowa Reg. No. 16503 My license expiration date is 12/31/2018 DATE: MAR 0 6 2010 City Clerk Iowa City, Iowa Addendum No.1 p'9e'-9 — I, d Prepared by: Brett Zimmerman, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 Resolution No. 19-112 Resolution accepting the work for the Happy Hollow Park Restroom and Shelter Replacement Project 2018. WHEREAS, the Engineering Division has recommended that the work for construction of the Happy Hollow Park Restroom and Shelter Replacement Project 2018, as included in a contract between the City of Iowa City and Calacci Construction Company, Inc. of Iowa City, Iowa, dated February 20, 2019, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Engineer's office; and Whereas, funds for this project are available in account # R4192; and Whereas, the final contract price is $290,609.00. 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 7 th day of May / , 2019 4 . Ma or Ap roved by Attest: tS Z/-,70 i Clerk City Attorney's Office It was moved by salih and seconded by Cole the Resolution be adopted, and upon roll call there were: Ayes: 15 Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton